SOLICITATION NOTICE
68 -- Bulk Liquid Gas Storage System and Ultra High Purity Nitrogen - Combined Synopsis/Solicitation Price Structure
- Notice Date
- 12/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1112933
- Archive Date
- 1/1/2013
- Point of Contact
- Sondea Blair, Phone: 8705437469
- E-Mail Address
-
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation with Price Structure Combined Synopsis/Solicitation with Price Structure This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the requirement under Simplified Acquisition Procedures. The solicitation number is 1112933 and this solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-62, 20 November 2012. The associated North American Industry Classification System (NAICS) Code is 325120- Industrial Gas Manufacturing; Small Business Size Standard is 1,000 employees and this RFQ is a small business set-aside. The FDA Arkansas Regional Laboratory (ARL) requires a Bulk Liquid Gas Storage System and Ultra High Purity (UHP) Nitrogen gas for the high volume and steady supply of liquid nitrogen gas necessary for instrumentation use and analysis of regulatory samples. Bulk Liquid Gas Storage System and Ultra High Pure Nitrogen Gas Requirements: Tank Size and Specifications Liquid nitrogen bulk tank system capable of providing nitrogen gas up to 200psi. System shall be installed on an existing 6 foot x 6 foot x 6 inches (depth of concrete) concrete pad. Tank shall be installed to current fittings and regulators located at the concrete pad location. The bulk liquid gas storage system shall have the capacity to hold a minimum of 3,000 liters of UHP nitrogen. ARL estimates a usage of 20,400 liters per year. Quantities represented herein are estimates only and should not be construed as maximum or minimum requirements. Quantities are accurate to the best of our ability. Usage fluctuations may affect the total requirements. Offerors are afforded the opportunity to inspect the storage site by contacting the Contract Specialist identified herein to schedule an appointment. Failure to inspect the site will not relive the successful offeror from fully meeting the requirements of the resulting contract at the price offered. Tank Telemetry System The bulk liquid gas storage system shall include an automated telemetry system which shall be installed in ARL building 26B, room 182 using current analog phone and 110V power lines provided. The telemetry system shall facilitate the daily reporting of the nitrogen level to the supplying company for automatic re-ordering and contractor's subsequent delivery of needed gas. Delivery Contractor shall monitor the gas level via the telemetry system and deliver nitrogen gas to ensure gas level is maintained at a minimum of 30% tank capacity. System Installation Tank must be installed, filled, and ready to operate within two weeks prior to performance start date. Base Contract Period of Performance: January 1, 2013 to December 31, 2013 (See attachment for price structure) Option Year 1, Period of Performance: January 1, 2014 to December 31, 2014 (See attachment for price structure) Option Year 2, Period of Performance: January 1, 2015 to December 31, 2015 (See attachment for price structure) Option Year 3, Period of Performance: January 1, 2016 to December 31, 2016 (See attachment for price structure) Option Year 4, Period of Performance: January 1, 2017 to December 31, 2017 (See attachment for price structure) Total all Periods: January 1, 2013 to December 31, 2017 (See attachment for price structure) Contract Type: Commercial Item-Firm Fixed Price. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Place of Performance: US Food and Drug Administration Arkansas Regional Laboratory 3900 NCTR Road, Bldg 26 Jefferson, AR 72079 Period of Performance: Base year: January 1, 2013 through December 31, 2013 Option year 1: January 1, 2014 through December 31, 2014 Option year 2: January 1, 2015 through December 31, 2015 Option year 3: January 1, 2016 through December 31, 2016 Option year 4: January 1, 2017 through December 31, 2017 FAR and HHSAR Clauses and Provisions incorporated by reference may be obtained at: FAR: https://www.acquisition.gov/far/ HHSAR: http://www.dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the products offered to meet the Government's requirement. 2. Price (inclusive of base and all option years). Technical acceptability will be determined by review of information submitted by the quoter who must provide sufficient descriptive literature that unequivocally demonstrates that offered products meet the technical requirements as stated herein. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offered products. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to this acquisition. Addenda to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012). The following are added: PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b) in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. FAR Clause 52.217-9, Option to Extend the Term of the Contract FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) (a)'... within 1-day of contract expiration;...at least 30 calendar days before the contract expires...' (c) ‘...this shall not exceed 60 months.' HHSAR Clauses: 352.222-70, 352.223-70, 352.231-71 The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-3 (iv),52.225-13, 52.232-33, 52.222-43. It is the offeror's responsibility to monitor the internet site for the release of any information related to this combined synopsis/solicitation. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on December 17, 2012 to sondea.blair@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 421 Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Sondea Blair by e-mail at sondea.blair@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 11:00 AM CST on December 10, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1112933/listing.html)
- Place of Performance
- Address: US Food and Drug Administration, Arkansas Regional Laboratory, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Record
- SN02942227-W 20121206/121204235422-2f14db85e949915db165627296c58fb7 (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 |