SOLICITATION NOTICE
99 -- Liquid Helium (Service)
- Notice Date
- 6/20/2013
- 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, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 13-223-SOL-00110
- Archive Date
- 7/2/2013
- Point of Contact
- Janice Heard, Phone: 215-717-3093
- E-Mail Address
-
janice.heard@fda.hhs.gov
(janice.heard@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5, as applicable and 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 solicitation number is SOL-13-223-00110. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 dated July 5, 2007. The associated North American Industry Classification System (NAICS) Code is 325120 - Industrial Gas Manufacturing DHHS FDA Office of Acquisitions and Grants Services requires the following: One year service contract to supply and fill liquid helium for two (2) NMR spectrometers. This requires that the magnets be filled with liquid helium every 12 to 18 weeks. In order to ensure that this is properly carried out and to minimize the expense from the rising cost of helium, we request the purchase of service contract for liquid helium fills on the two NMR spectrometer magnets. The vendor must also be responsible in case of catastrophic loss of the magnetic field during a cryogen refill, and re-energize the system magnet to the manufacturer's specifications at the vendor's expense. Period of Performance from: 09/1/2013 -08/31/2014 Special Considerations Meets Technical Requirements (specifications) A. Technical Requirements: Liquid helium service contract includes: • The vendor must fill the two magnets (700 and 500 MHz) with liquid helium as necessary. • These magnets must be filled by a trained engineer with expertise of filling helium on Bruker magnets. • The vendor must also be responsible in case of catastrophic loss of the magnetic field during a cryogen refill, and re-energize the system magnet to the manufacturer's specifications at the vendor's expense. B. Deliverables Liquid helium will be delivered as needed to maintain the 2 magnets. Liquid helium filling service will be performed in the Laboratory of Bacterial Polysaccharides, located at NIH Campus 8800 Rockville Pike, building 29 room 115, Bethesda, MD 2089. An official authorized to bind the offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract Type: Commercial Item - Firm Fixed Price. Simplified procurement procedures will be utilized. FOB Point Destination. FOB Point of Delivery for Services and Supplies will be the following: Food and Drug Administration 8800 Rockville Pike Bethesda, MD 20892 The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None 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: (i)Technical capability of the item offered to meet the Government requirement (ii) price. The evaluation factor for this solicitation is the ability to meet the technical requirements. Ability to support the technical requirements, compatibility with the existing methods and past performance will comprise the major percentage of the evaluation factors. The Government reserves the right to select the product that will offer best value. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical requirement is significantly more important than price. 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 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 product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to make an award without discussions. The provision at FAR 52.212-3. Offeror Representations and Certifications - Commercial Items applies to this acquisition. If offerors are not registered via the ORCA website at http//orca.bpn.gov, offerors shall complete and return a copy of the provision at FAR 52.212-3 with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following agenda have been attached to the clause. None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1.52.225-13, 52.232-33 and 52.232-34 Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov. All responsible sources may submit a quotation, which shall be considered. The quotation must reference solicitation number SOL-13-223-00110. The Offers are due in person, by mail or fax on or before July 1, 2013 by 14:00 hours Eastern Standard Time at FDA Philadelphia District Office) at the Food and Drug Administration, 200 Chestnut Street, Rm 900, U.S. Customhouse, Philadelphia, PA 19106 An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. For information regarding this solicitation, please contact Janice Heard at (215) 717-3093; or email janice.heard@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/13-223-SOL-00110/listing.html)
- Place of Performance
- Address: Food and Drug Administration, 8800 Rockville Pike, Bethesda, MD 20892, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03095708-W 20130622/130620235719-7419a828fe639bb88be7e216ef315885 (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 |