SOLICITATION NOTICE
68 -- Liquid/Compressed Gas Deliveries
- Notice Date
- 8/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-(SSSA)-2015-CSS-456
- Archive Date
- 8/29/2015
- Point of Contact
- Rodney E. Brooks, Phone: 3014020751
- E-Mail Address
-
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis / Solicitation Title: Liquid/Compressed Gas Deliveries. (i)This is a combined synopsis/solicitation for commercial services prepared in accordance with the 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. (ii)The solicitation number is HHS-NIH-NIDA (SSSA)-2015-CSS-456 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated July 7, 2015. (iv)A notice regarding any set-aside restrictions, the associated NAICS code 325120 - Industrial Gas Manufacturing and the small business size standard is 1000 employees. (v)Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. Purpose The object of this requirement is to provide Liquid Nitrogen Compressed Gas delivery services that must be adequate to meet the needs of the National Institutes of Aging (NIA), Intramural Research Program (IRP) Biomedical Research Center facility in Baltimore Maryland. Scope of Work Independently and not as an agent of the Federal Government, the contractor shall provide to the NIA BRC the rental of gas cylinders and liquid nitrogen compressed gas refills for tanks owned by the NIA IRP. The service is to include (1) cylinder usage fees; (2) TCF Tank Connection fees; (3) monthly liquid nitrogen compressed gas refills; and (4) emergency liquid nitrogen compressed gas refills. The emergency liquid nitrogen compressed gas refills will occur on a per call basis when requested by NIA IRP Procurement personnel for LN2CCF, RLN240 /148/180/240/365/60. The liquid nitrogen compressed gas refills are for delivery to the 1st floor loading dock of the of the Triad Building, 333 Cassell Drive, Baltimore, MD 21224 and the second floor 251 Bayview Boulevard, Suite 100, Baltimore, Maryland. Deliveries will occur for orders placed by 3:00 pm on the previous day twice weekly on Tuesday and Thursday between the hours of 8:30 am and 4:00pm. Emergency deliveries will occur on a per call basis when requested the NIA IRP Procurement Personnel. Contractor delivery personnel must be trained in the proper handling of compressed gas cylinders, which must meet and/or exceed the Occupations Safety and Health Administration (OSHA) Standards pursuant to 29 CFR 1910. All compressed gas deliveries must be in accordance with current, Federal, State, and Local government regulations. ADDITIONAL REQUIREMENT The contractor shall notify the contracting officer immediately of any changes in the negotiated prices as set forth in the contract at least 30 calendar days prior to the changes for the base period and option period of the contract. The contractor shall bill monthly for services provided, the invoice is to be sent to the National Institutes of Health, Office of Financial Management, Commercial Accounts, 2115 East Jefferson Street, Room 4B-432, MSC 8500, Bethesda, MD 20892-8500 within ten (10) business days of the following month. The Invoice must meet the NIH OFM requirements for prompt payment. (vi) The requirement is for a 12-month base period and two 12-month option periods. (vii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (viii)The provision at FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1.Factor 1: Technical Capability 10 points The Offeror shall detail in its technical proposal how it meets each of the service requirements as specified in the scope of work. 2.Factor 2: Approach to Delivery and Training 60 points The Offer shall detail in its technical proposal how it shall meet the delivery and training requirements as specified in the scope of work. 3.Factor 3: Experience and Past Performance 30 points The offeror shall detail in its technical proposal past experience in providing the supplies and services as specified in the scope of work. Specifically, the offeror shall provide a list of two (2) contracts completed during the past five (5) years, similar in size and scope to the requirements outlined in the Statement of Work. Offerors shall include the following information for each contract identified: •Name of Contracting Organization •Contract Number •Contract Type •Total Contract Value •Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW •Contract Period of Performance (ix)The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (x)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (xi)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xii)52.227-14 Rights in Data-General, (DEC 2007) (xiii)The Defense Priorities and Allocations System (DPAS) are not applicable to this (xiv)Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. In addition, responses must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. The response should be practical, clear, and concise; should use quantitative terms whenever possible; should avoid qualitative adjectives; and should comprehensively address the requirements of this solicitation. Assumptions, conditions, or exceptions with any of the terms and conditions of this solicitation must be noted. If not noted, the Government will assume that no assumptions, conditions, or exceptions are made and the offeror agrees to comply with all of the terms and conditions as set forth in the solicitation. Information requested herein must be furnished in writing fully and completely in compliance with the solicitation. The information requested and the manner of submittal is essential to permit prompt evaluation of all offers on a fair and uniform basis. Simple statements of compliance (i.e., "understood"; "will comply") or phrases such as "standard procedures will be used" or "well known techniques will be utilized" and other generalities, without the detailed description of how compliance will be met, may not be considered sufficient evidence that the proposal can technically meet the project requirements. Accordingly, any response in which material information requested is not furnished or where indirect or incomplete answers or information are provided may be considered not acceptable. The price quote shall include: (1) Flat fee for NIH, NIA, IRP owned Liquid Nitrogen Cylinders Site Top Filled 50 liter cylinders; (2) Cost for a minimum of 160 liters and maximum of 240 liters liquid nitrogen; (3) Cost for per cylinder connection fee; (4) Monthly rental fee for 160 liter cylinder of liquid nitrogen, delivered full and exchanged full and exchanged for empty cylinder; (5) Monthly rental fee for 240 liter cylinder of liquid nitrogen, delivered full and exchanged full and exchanged for empty cylinder; (6) Flat fee for same day service during normal business hours (8:00 AM to 5:00 PM) for emergency delivery; (7) Flat fee for nights, weekends, or holidays for emergency delivery; and as applicable, (8) Cylinder monthly rental fees, hazardous material fees, surcharges, shipping and handling costs, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), etc. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All questions regarding this combined synopsis/solicitation must be received in this office by 8:00AM (EST) on August 7, 2015. Offers must be received electronically by 12:00 PM (EST) on August 14, 2015. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to: Rodney Brooks, Contract Specialist at rodney.brooks@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov Please reference the solicitation number HHS-NIH-NIDA-(SSSA)-CSS-15-456 on your offer. Requests for information concerning this requirement are to be addressed to Rodney Brooks via e-mail only to rodney.brooks@nih.gov prior to the closing date for questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-(SSSA)-2015-CSS-456/listing.html)
- Record
- SN03820992-W 20150805/150803235116-a5f56b5285a780c12ba4f721ef7fd756 (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 |