SOLICITATION NOTICE
68 -- GAS DELIVERY, EQUIPMENT AND SERVICES - Package #1
- Notice Date
- 11/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-13-T-0015
- Archive Date
- 12/6/2012
- Point of Contact
- Adrian T. Barber, Phone: 3013941503
- E-Mail Address
-
adrian.t.barber.civ@mail.mil
(adrian.t.barber.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combo Synopsis-Solicitation for gas delivery, equipment and services at APG, MD The Contractor shall deliver gases, provide equipment and services in accordance with this Product Requirement List (PRL) to multiple ARL locations (such as Buildings 4600, 4603, 1115, and 1134B) at Aberdeen Proving Ground, Maryland, and the requirements as defined below: I) Bulk Gases: The Contractor shall deliver bulk gases (outlined in section IV) at any volume, ordered to Government or Contractor owned tanks/hydril tubes within three (3)-working days or less after receipt of a telephone, email or facsimile request except for those gases deemed special mixtures or rare as determined by the contractor. All telephone requests will be followed up by email requests. In the cases of gases deemed special mixtures or rare, the Contractor shall determine the delivery date and furnish that date to the Government. The Contractor shall fill Government or Contractor owned cylinders on an "as needed basis only" as determined by the Contracting Officer's Representative (COR) or another Government authorized representative. The COR will identify the names of the Government authorized representatives at time of award. The Contractor shall have equipment to fill tanks and make delivery in the same trip so as to not interfere with mission operations. The Contractor shall provide guaranteed analysis pursuant to the Government's required specification listed on the PRL. The Contractor shall charge a standard processing fee per non-Government owned cylinders at time of delivery in lieu of separate periodic cylinder rental fees. The Contractor shall supply all pure gases and mixtures in cylinders of size determined by the gas or liquid considering use and supply subject to approval by the authorized personnel. II) Equipment: The Contractor shall deliver the following equipment upon receipt of a verbal or written request order by authorized personnel. All verbal requests will be followed up by written/email requests. • Regulators. • Flow meters. • Instrument and control valves. • Pressure gauges. • In-line filters. • Cylinder trucks and/or tools to aid in cylinder handling. • Dip (siphon) tubes, including retreating. • Collars. • Value hoods, value stems, and value packing. • Safety device caps. • Outlet caps or plugs, plastic (not permitted for oxygen service). • Outlet caps or plugs with retaining chain and clip. • Frangible discs. • Fusible plug-in valves. • Fusible plug-in cylinders. III) Maintenance: The Contractor shall perform preventative maintenance checks on bulk tanks to ensure that they meet current regulatory standards and are in good operating condition at no cost to the Government. The Contractor shall provide repair services on all outside bulk tanks and provide written estimates to the authorized personnel for all parts and labor to implement the repairs. The Contractor shall await written approval from authorized personnel before commencing any of the repair effort. The Contractor shall prime all cylinders prior to painting with primer meeting the salt spray resistance requirement of SSPC-paint 22, dated November 01, 1992. The Contractor shall ensure that the paint used meets the requirements of Federal Specification TT-E-489 or where not permitted or normally used because of local environmental laws or concerns. The Contractor shall ensure the paint used is of the highest quality used in normal commercial practices under local laws and regulations. Additional maintenance requirements are as follows: • Stripping, painting, lettering, stenciling, affixing of decals, metal lettering and/or number stamping when required by applicable regulations. • Grit blast or caustic strip, prime and paint with one (1) color. • Grit blast or caustic strip, prime and paint with each additional color. • Wire brush, prime and paint with one (1) color. • Wire brush, prime and paint with each additional color. • Stenciling required on cylinders that do not require stripping or painting. • Hydrostatic test cylinders according to Department of Transportation (DOT) Regulations including de-valving, testing indenting new test date, drying interior and resetting value. (Contractors will be required to perform hydrostatic test when requested by the authorized representative on or before the required test date.) • Modified hydrostatic test when permitted by DOT Regulations. • Visual inspection in lieu of hydrostatic test when permitted by DOT Regulations. • Dehydrating cylinders (except in conjunction with hydrostatic testing). • Internally clean cylinders prior to hydrostatic testing to include purging, cleaning, and drying. • Internally clean contaminated cylinders as required by applicable specifications to include pressure test evacuation, purge as many times as required, and pressure analysis to assure contamination is removed. • Removal of fracture, rusted or damaged cylinder parts to include cap plugs or collars. • Stamping nomenclature of gas on valve. The Contractor shall not charge any additional hazardous material charges for anything delivered under this contract. IV) Gases Required Grade Product Unit of Issue/Amount Purity% cu,ft,lbs.lits 99.6 Acetylene 330 cf 98.0 Acetylene 140 cf 98.0 Acetylene 450 cf 98.0 Acetylene 150 cf 98.0 Acetylene 300 cf 98.0 Acetylene 10 cf Industrial Acetylene 450 cf THC<.5ppm Air 310 cf THP <.1ppm Air 310 cf THC<.1ppm Air 232 cf 99.5 310 cf 99.5 232 cf Industrial Air Compressed 260 cf Air Zero 99.998 Argon 335 cf 99.5 Argon 240 lits 99.999 Argon 248 cf 99.998 Argon 575 cf Certified Argon 300 cf Industrial Argon 380 cf Industrial Argon 333 cf x 12 =3996 Certified Argon 300 cf 99.998 Argon 336 cf 99.9993 Argon 336 cf Industrial Argon 336 cf Industrial Argon, Dewar 180 liters Argon UHP Argon UHP Argon UHP Industrial Carbon Dioxide 50 lbs 99.0 Carbon Dioxide 50 lbs 99.99 CO2 70 lbs 99.995 CO2 50 lbs 99.9 CO 0 lbs 99.5 Chlorine 50 lbs 99.8 Dry Ice Pellets Ethylene 30 lbs 97.0 Fluorine 4.9 lbs 99.5 Helium 291 cf x 12=3492 Certified Helium 199 cf 99.997 Helium 100 cf Certified Helium 56 cf Certified Helium 56 cf 99.997 Helium 293 cf 99.999 Helium 245 cf 99.999 Helium 293 cf 99.9995 Helium 245 cf Carbon Dioxide w/Dip Tube 50 lbs 99.9995 Helium 293 cf 99.9999 Helium 293 cf Industrial Helium 244 cf Industrial Helium 291 cf Helium Helium Helium Bulk Trailer Industrial Helium Dewar 250 liters Helium (Liquid) Dewar 100 liters Helium (Liquid) Dewar 60 liters Helium UHP Helium 2HP 99.999 Hydrogen 196 cf 99.999 Hydrogen 196 cf 99.999 Hydrogen 196 cf 99.5 Hydrogen 261cf 99.999 Hydrogen 286 cf 99.9993 Hydrogen 286 cf 99.9995 Hydrogen 286 cf Grade Product Unit of Issue/Amount Purity% cu,ft,lbs.lits Industrial Hydrogen 197 cf Industrial Hydrogen 197 cf Industrial Hydrogen 197 cf Industrial Hydrogen 197 cf 99.997 Hydrogen Chloride 60 lbs 99.997 Hydrogen Chloride 60 lbs Hydrogen 12 Pack 99.995 Krypton 500 liters 99.99 Methane 360 cf 99.97 Methane 346 cf 99.99 Neon 500 liters 99.999 Neon 500 liters 99.999 Nitrogen 228 cf 99.5 Nitrogen 228 cf x12 = 2736 99.999 Nitrogen 228 cf 99.5 Nitrogen 228 cf 99.5 Nitrogen 240 lits 99.5 Nitrogen 228 cf Certified Nitrogen 228 cf Certified Nitrogen 141 cf 99.999 Nitrogen 300 cf 99.9993 Nitrogen 257 cf 99.5 Nitrogen 304 cf x 12 = 3648 99.5 Nitrogen 304 cf Certified Nitrogen 141 cf Industrial Nitrogen 255 cf Industrial Nitrogen Dewar 160 liters Industrial Nitrogen Dewar 240 liters 99.5 Nitrogen Dioxide 100 liters Nitrogen Emissions Nitrogen 3HP Nitrogen UHP Nitrogen UHP 99.0 Nitrous Oxide 56 lbs 99.98 Nitrous Oxide 60 lbs 99.5 Oxygen 282 cf 99.5 Oxygen 282 cf 99.5 Oxygen 337 cf x 12 = 4044 99.5 Oxygen 20 cf 99.8 Oxygen 282 cf 99.993 Oxygen 282 cf 99.996 Oxygen 337 cf Industrial Oxygen 282 cf Industrial Oxygen Dewar 180 liters Oxygen UHP 99.0 Propane 100 lbs Industrial Propane 331 lbs Industrial Propane 20 lbs Industrial Propane 100 lbs Industrial Propane 100 lbs CP Grade Sulfur Hexafluoride 115 lbs 99.995 Xenon 50 liters Industrial Propylene (BPL60C) 60 lbs GAS MIXTURES Grade Product Unit of Issue/Amount Purity% cu,ft,lbs.lits Industrial Argon 65% Hydrogen 35% (H-35) 276 lbs Industrial Argon/Carbon Dioxide 75/25 261 lbs (ARX 225261c) Industrial Argon/Carbon Dioxide 95/5 380 lbs (ARX205380) 99.99% Laser Premix Carbon Dioxide 60 lbs 4.75% to 5.25% 99.99% Laser Premix Helium 291 lbs 38% to 42% 99.99% Laser Premix + Nitrogen Balance 304 lbs 5%HY in N1 (form. Gas) 202 cf 15% HY Chloride, Balance Air 219 cf 1% HY Fluoride, Balance Air Quote at time of Order 1% HY Fluoride, 15% HY Chloride, Quote at time of Balance Air Order 5% Methane in Argon (P-5 Mixture) 232 cf 10% Methane in Argon (P-10 Mixture) 232 cf Methane/Argon 232 cf 0.1% Nitric Oxide, Balance Nitrogen 143 cf 0.1% Nitric Oxide, Balance Argon 143 cf BULK GASES Grade Product Unit of Issue/Amount Purity% cu,ft,lbs.lits 99.998 Nitrogen, Liquid 7334244 ccf 99.998 Helium, Gaseous 49459 ccf 99.5% Bulk Liquid Oxygen 100 cf Argon 12 Pack 3960 cf Industrial Grade 300 cu. ft. per cylinder Carbon Dioxide 75 lbs Bone dry 2.8 with Syphon 70 lbs Hyd IND Bank (12) (vii) Delivery is required by U.S. Army Research Laboratory, APG, MD. Delivery shall be made to U.S. Army Research Laboratory (Buildings 4600, 4603, 1115 and 1134B), APG, MD. Acceptance shall be performed at U.S. Army Research Laboratory, APG, MD. The FOB point is DESTINATION. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product and services meets the performance characteristics,specifications and requirements in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications and delivery schedules. Offerors shall include three (3) records of relevant sales from the previous six (6) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price (delivered), including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.252-2, 52.247-66, 52.217-5. The full text of a clause may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/vffara.htm, DFAR: http://farsite.hill.af.mil/vfdfara.htm. (xiii) The following additional contract requirement(s) or terms and conditions apply: None. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: None (xvi) Offers are due on 21 November 2012, by 23:59, at adrian.t.barber.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Adrian Barber, adrian.t.barber.civ@mail.mil, 301-394-1503.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cb3ace7178d92287b9614a355d4a626f)
- Place of Performance
- Address: US Army Contracting Command - APG, Adelphi Contracting Division, Aberdeen Proving Ground, Maryland, 21005-5001, United States
- Zip Code: 21005-5001
- Zip Code: 21005-5001
- Record
- SN02926436-W 20121109/121107235409-cb3ace7178d92287b9614a355d4a626f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |