SOLICITATION NOTICE
68 -- Liquid Nitrogen (LN2) Supply and Maintenance - Provisions/Clauses and DD1423
- Notice Date
- 3/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0078
- Archive Date
- 4/27/2016
- Point of Contact
- Cristina M. Watkins, Phone: 3013942529, Rebecca Patterson, Phone: 301-394-5351
- E-Mail Address
-
cristina.m.watkins.civ@mail.mil, rebecca.patterson13.ctr@mail.mil
(cristina.m.watkins.civ@mail.mil, rebecca.patterson13.ctr@mail.mil)
- Small Business Set-Aside
- HUBZone
- Description
- DD 1423 Provisions and Clauses (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 W911QX-16-T-0078. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. (iv) This acquisition is set-aside for 100% total hubzone set-aside. The associated NAICS code is 325120. The small business size standard is 1,000 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Liquid Nitrogen (LN2) Product (Firm Fixed Price (FFP) CLIN) The Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS), paragraphs C.2 - C.2.6, Quantity (QTY) 102,000,000 cubic feet CLIN 0002: Maintenance (FFP CLIN) The Contractor shall perform maintenance services in accordance with paragraphs C.3 - C.3.9 of the PWS, QTY 12 Months CLIN 0003: Unscheduled Repairs (Unpriced FFP CLIN) The Contractor shall perform unscheduled repairs in accordance with paragraphs C.4-C.4.2 of the PWS. The Contractor may bill against this unpriced line item (not to exceed (NTE) $50,000.00 total) for Contracting Officer's Representative (COR) approved unscheduled repairs no more than once per month. In accordance with FAR 13.302-2, the $50,000.00 NTE monetary limitation is an obligation subject to adjustment when the firm price is established. The Contracting Officer will establish the firm fixed price for this CLIN via unilateral modification on an annual basis. The Government is not obligated to pay for, and the Contractor is not obligated to incur, any repair costs incurred in excess of $50,000.00, QTY 1 LOT CLIN 0004 (Option Year one (1)): LN2 Product (FFP CLIN) The Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS), paragraphs C.2 - C.2.6, QTY 102,000,000 cubic feet CLIN 0005 (Option Year one (1)): Maintenance (FFP CLIN) The Contractor shall perform maintenance services in accordance with paragraphs C.3 - C.3.9 of the PWS, QTY 12 Months CLIN 0006 (Option Year two (2)): LN2 Product (FFP CLIN) The Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS), paragraphs C.2 - C.2.6, QTY 102,000,000 cubic feet CLIN 0007 (Option Year two (2)): Maintenance (FFP CLIN) The Contractor shall perform maintenance services in accordance with paragraphs C.3 - C.3.9 of the PWS, QTY 12 Months CLIN 0008 (Option Year three (3)): LN2 Product (FFP) The Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS), paragraphs C.2 - C.2.6, QTY 102,000,000 cubic feet CLIN 0009 (Option Year three (3)): Maintenance (FFP CLIN) The Contractor shall perform maintenance services in accordance with paragraphs C.3 - C.3.9 of the PWS, QTY 12 Months CLIN 0010 (Option Year four (4)): LN2 Product (FFP CLIN) The Contractor shall provide LN2 product to include all delivery charges in accordance with the performance work statement (PWS), paragraphs C.2 - C.2.6, QTY 102,000,000 cubic feet CLIN 0011 (Option Year four (4)): Maintenance (FFP CLIN) The Contractor shall perform maintenance services in accordance with paragraphs C.3 - C.3.9 of the PWS, QTY 12 Months CLIN 0012 Contractor Manpower Reporting (CMR) Cost for Providing Accounting for Contract Services - Accounting for Contract Services Requirement, is included herein; the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract, in accordance with clause ACC-APG 5152.237-4900, located in Section C. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. CLIN 0013 DATA The Contractor shall furnish all data in accordance with the PWS and the DD1423s (CDRLs). (vi) Description of requirements: PEFORMANCE WORK STATEMENT (PWS) Liquid and Gaseous Nitrogen Supply and Maintenance Army Research Laboratory - Sensors and Electron Devices Directorate Adelphi, MD C.1 BACKGROUND C.1.1 The U.S. Army Research Laboratory (ARL) has a requirement for Liquid Nitrogen (LN2) at its Zahl Physical Sciences Laboratory (ZPSL), at the Adelphi Laboratory Center (ALC), in Adelphi, Maryland and operation, maintenance and repair of the associated systems as detailed in C.1.3. C.1.2 The Contractor shall deliver liquid nitrogen to the ZPSL within sufficient time (see C.2.2) to ensure uninterrupted supply of liquid nitrogen to the liquid and gaseous nitrogen systems. This contract also requires the complete operation of these systems, including maintenance, operation and repair. C.1.3 System Equipment Summary: Quantity two (2) each - Fill lines with inline filters Quantity one (1) each - 6,500 gallon LN2 tank with associated values, regulators and filters Quantity one (1) each - 11,000 gallon LN2 tank with associated values, regulators and filters Quantity two (2) each - LN2 evaporators Quantity one (1) each - LN2 control system and associated values and regulators Quantity one (1) lot - LN2 and gaseous distribution piping between fill lines, tanks, evaporators, control system and building. C.1.4 Liquid Nitrogen System. This system consists of a 6,500 gallon liquid nitrogen tank that provides a continuous supply of liquid nitrogen to the ZPSL through connected piping. C.1.5 Gaseous Nitrogen System. This system consists of an 11,000 gallon liquid nitrogen tank, vaporizers, and pressure regulator that provides a continuous supply of gaseous nitrogen to the ZPSL through connected piping. C.1.6 Crossover Tank Connection. The Contractor shall maintain the triaxial (i.e., vacuum jacketed) connecting line between the two (2) liquid nitrogen tanks suitable for providing uninterrupted flow from the 11,000 gallon tank to the 6,500 gallon tank. C.2 DELIVERY OF LIQUID NITROGEN C.2.1 The Contractor shall provide an uninterrupted supply of liquid nitrogen to assure a continuous supply of liquid and gaseous nitrogen to the ZPSL. C.2.2 The Contractor shall monitor usage for the duration of the contract and provide automatic replenishment to maintain continuous service. Delivery service based on customer usage shall result in refilled tanks prior to each tank reaching 25% full. The Contractor shall have an automated system that communicates electronically with the nitrogen tanks electronic liquid level detection/monitoring system. C.2.3 Gaseous Nitrogen System. The Contractor shall supply liquid nitrogen to the nitrogen tanks that meets all purity level indicated below: Gaseous Nitrogen Purity Types IMPURITY Purity Limits 99.999% Oxygen (02) < 1 ppm Water (H20) < 1 ppm Total Hydrocarbons (THC) < 1 ppm Carbon Monoxide (CO) + Carbon Dioxide (CO2) < 3 ppm Parts per Million (ppm) C.2.4 Load Analysis Report. The Contractor shall provide an actual (not typical) analysis report for each delivery to indicate the level of impurities in the actual load being delivered. Both actual load and load are both defined as product in the truck either as it is being filled or after it is filled. C.2.5 Fixed Price. The fixed price per cubic foot is inclusive of all costs associated with the delivery of nitrogen. There is no other compensation available associated with the delivery of nitrogen. C.2.6 Contractor Manpower Reporting. The Contractor shall provide data on Contractor manpower (including subContractor manpower) for performance of this contract. Detailed instructions, including the Contractor and SubContractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. The Contractor must create an account upon entering the site and is required to completely fill in the required information. For further assistance, email the CMRA Help Desk at Contractormanpower@hqda.army.mil. C.3 OPERATIONS AND MAINTENANCE OF ALL SYSTEM EQUIPMENT C.3.1 Liquid and Gaseous Nitrogen Supply Systems. The Contractor shall provide all labor, materials, and services necessary to operate, maintain and perform minor repairs of the nitrogen supply systems. C.3.2 Liquid Nitrogen System C.3.2.1 The Contractor shall inspect, operate, maintain and certify as necessary for operation and use, the 6,500 gallon liquid nitrogen tank and associated equipment located on the ZPSL concrete nitrogen systems pad per the Maintenance and System Operations Schedule/Tasks in accordance with Appendix A. C.3.2.2 The Contractor shall operate the system per the Standard Operating Procedures (SOP), as indicated in Appendix B. C.3.2.3 The Contractor shall ensure any needed lines, valves or other external parts are fabricated with 316L electro polished stainless steel. The Contractor shall ensure all lines are welded using automatic orbital head welding equipment. C.3.2.4 Supply Line. The Contractor may utilize the existing dedicated nitrogen purged liquid fill hose housed in a nitrogen funnel locked box. The Contractor shall fabricate or install a new dedicated nitrogen purged liquid fill hose housed in a nitrogen funnel if the existing equipment is not compatible with their delivery system. C.3.2.5 The Contractor shall ensure the remotely operated electronic liquid level detection system/monitor is compatible with their automatic monitor/notification system. C.3.2.6 The Contractor shall operate and maintain all equipment, e.g. tanks, lines and valves, to minimize the amount of nitrogen loss due to ill performing or malfunctioning equipment or operator error. C.3.3 Gaseous Nitrogen System C.3.3.1 The Contractor shall inspect, operate, maintain and certify as necessary for operation and use, the 11,000 gallon liquid nitrogen tank and associated equipment located on the ZPSL concrete nitrogen systems pad per the Maintenance and System Operations Schedule/Tasks in accordance with Appendix A. C.3.3.2 The Contractor shall operate the system per the SOP, as indicated in Appendix B. C.3.3.3 The Contractor shall ensure any needed lines, valves or other external parts are fabricated with 316L electro polished stainless steel. The Contractor shall ensure all lines are welded using automatic orbital head welding equipment. C.3.3.4 Supply Line. The Contractor may utilize the existing dedicated nitrogen purged liquid fill hose housed in a nitrogen funnel locked box. The Contractor shall fabricate or install a new dedicated nitrogen purged liquid fill hose housed in a nitrogen funnel if the existing equipment is not compatible with their delivery system. C.3.3.5 The Contractor shall ensure the remotely operated electronic liquid level detection system/monitor is compatible with their automatic monitor/notification system. C.3.3.6 The Contractor shall operate and maintain all equipment, e.g. tanks, lines and valves, to minimize the amount of nitrogen loss due to ill performing or malfunctioning equipment or operator error. C.3.4 Crossover Equipment C.3.4.1 The Contractor shall inspect, operate, maintain and certify as necessary for operation and use, all associated equipment located on the ZPSL concrete nitrogen systems pad per the Maintenance and System Operations Schedule/Tasks in accordance with Appendix A. C.3.4.2 The Contractor shall operate the system per the SOP, as indicated in Appendix B. C.3.4.3 The Contractor shall ensure any needed lines, valves or other external parts are fabricated with 316L electro polished stainless steel. The Contractor shall ensure all lines are welded using automatic orbital head welding equipment. C.3.5 The Contractor shall provide its own "pad lock" style lock to double-lock the fence gate around the tank farm and ensure all delivery personnel can open this lock. Government personnel will NOT be available to provide access. C.3.6 The Contractor shall perform a full laboratory analysis of the entire gaseous system once after the base year and each option year (if and when options are exercised). The Contractor shall include both systems and the crossover equipment. The Contractor shall perform this test at specified test ports after the filter skids, inside the ZPSL, with results certified in writing. The Contractor shall ensure that the impurity concentrations shall not exceed the levels specified in the Gaseous Nitrogen Purity Types Table. C.3.7 If maintenance of the gaseous and/or liquid nitrogen system(s) require(s) shut-down of the gaseous and/or liquid system(s), the Contractor shall, within the time specified in Appendix A, provide an alternative supply system sufficient to ensure uninterrupted nitrogen service, meeting the purity requirements specified in the Gaseous Nitrogen Purity Types Table to the ZPSL until maintenance is completed. C.3.8 Contact and Response. The Contractor shall provide a contact phone number that will be answered by a human representative (not a recording) available 24 hours a day, seven (7) days a week, 52 weeks a year, including all holidays. C.3.8.1 The Contractor shall respond via phone within 30 minutes to any trouble call and if needed, respond on-site within four (4) hours, seven (7) days per week, after notification by the Contracting Officer's Representative (COR) or appointed ZPSL support staff of a system problem. Any product loss due to a system malfunction/failure shall be the responsibility of the Contractor. C.3.9 Fixed price. The fixed price per cubic foot for delivery of Liquid Nitrogen is inclusive of all costs associated with the operation and maintenance of the systems. There is no other compensation available associated with the operation and maintenance of the systems. C.4 UNSCHEDULED REPAIRS C.4.1 The Contractor may be required to perform unscheduled repairs under this contract. It is anticipated that the total cost of uinscheduled repairs will not exceed (NTE) $50,000.00 total ($10,000.00 annually) during the performance of this contract. The Government will reimburse actual material costs associated with unscheduled repairs that are not included in Appendix A. Labor associated with such repairs will be reimbursed at the fixed hourly rate. The Contractor is required to obtain approval from the COR prior to perform any unscheduled repair and provide an estimate for the costs associated with the unscheduled repairs. The COR will provide approval in writing within two (2) business days after receipt of the unscheduled repair request. The Contractor shall not commence any repairs unless authorized by the COR in writing. C.4.2 The Contractor shall provide, within two (2) months of contract award, a complete parts list of major components or frequently replaced parts with current prices. C.5 ANTI-TERRORISM / OPERATIONAL SECURITY (AT/OPSEC) C.5.1 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.5.2 For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C.6 DISTRIBUTION STATEMENT C.6.1 DISTRIBUTION A. Approved for public release: distribution unlimited. APPENDIX A: MAINTENANCE AND SYSTEMS OPERATIONS SCHEDULE/TASK CHECKS A. Site Condition Checks Tank is anchored to the foundation The pad is concrete The pad is free from severe cracking and surface deterioration The pad is free of any signs of frost heave The station is secured by a fence The trailer access is adequate The area over the tanks, vaporizers, and trailer unloading area are free of overhead power lines The lighting is adequate for night time deliveries The tank is located outdoors All the auxiliary equipment is anchored to the foundation (vaporizer pumps etc.) B. Tank (Receiver) Checks The fill has a check valve, relief valve, and drain valve The fill connection is in proper operating condition (straight, leak free, rigidly secured) The fill connection is in a safe location with easy access The fill line check valve holds properly All driver operated valves are securely fastened and otherwise safe for filling operation All driver operated valve hand wheels are in place and in good condition All equipment on the tank (receiver) is supported properly The tank (receiver) is free from excessive ice buildup under or on it The outer Shell (skin) is free from dents or creases The tank (receiver) is free from any type of damage The tank (receiver) is free from frost spots or sweating The tank (receiver) pressure gauge is in working and readable condition The liquid level gauge reads zero C. Physical Checks All pipes, fittings, and valve packings are leak free The liquid level gauge is within calibration The tank is level The bottom (liquid) fill valve(s) operate as designed The top (vapor) fill valve(s) operate as designed The full (determination) trylock valve operates as designed The hose drain valve operates as designed The vent valve operates as designed The fill line check valve holds properly If the tank (receiver) uses pressure switches and solenoids for pressure control, the system is working as designed All pressure gauges are in good condition All strainers in the system are clean D. Labeling Checks Proper product decal is on the tank or receiver and in good condition Proper warning decal is on the tank or receiver (oxygen-deficient or enriched atmosphere) and in good condition For oxygen tank, no smoking signs are posted Emergency numbers are posted, readable, and current An authorized personnel "Personnel protective equipment required" sign is posted and in good condition E. Safety Checks All safeties or rupture discs are mounted so both discharge away from personnel & tank components All safeties or rupture discs are mounted so moisture drains accordingly All safeties or rupture discs are free from ice buildup All safeties or rupture discs are installed between all block valves The discharge area of line safeties or rupture discs are free from any obstruction Safety in the fill line is present All safeties or rupture discs are of the proper relief settings All safeties or rupture discs are of the proper type for the service they are in All safeties or rupture discs are corrosion free All safeties or rupture disks are leak free APPENDIX B: STANDARD OPERATING PROCEDURE (SOP) A. Health and Safety Precautions 1. All required PPE (Personnel Protective Equipment) below must be worn during the unloading process: a. Hardhats with full face shield b. Steel-toed safety shoes c. Safety glasses with permanent affixed side shields d. Hearing protection e. FRC (Fire Retardant Clothing) f. Cryogenic gloves 2. Smoking, open flames, and other ignition sources are prohibited within 50 feet around LOX (Liquid Oxygen) trailer (any direction). LOX requires non-combustible asphalt and oil free surface. 3. Personnel unloading trailer must remain alert and in attendance through the whole loading process, as per FMCSR 177.834(i) (Federal Motor Carrier Safety Regulation). 4. Personnel shall watch for vapor clouds that may create an oxygen deficient atmosphere, in the case of Liquid Nitrogen and Liquid Argon, and shall not enter a suspected oxygen deficient or enriched atmosphere. If oil, grease, or asphalt is found at an Oxygen unloading site, delivery shall be terminated and the Depot Manager shall be contacted. B. Unloading Trailer 1. Review all shipping manifests and related documents and ensure customer location and requirements are correct. 2. Utilize GOAL (Get Out and Look) when parking or backing up. Tractor brakes and use of appropriate number of wheel chocks and cones shall be applied. Cones shall be placed at the front and rear of the vehicle. When feet hit the ground, chocks and cones go down. 3. Do not return to the cab or leave the equipment unattended. 4. Perform the following inspections and note on the shipping document: a. Transfer hose and fittings are free of dirt and debris. b. CGA connections are correct and in working order. c. Inspect the fill hose gasket and replace, if necessary. 5. Close road relief valve and open the pump inlet and recirculation valve and allow the pump to cool for 10 - 15 minutes. 6. Remove the liquid hose and connect to the customer vessel fill connection. Ensure of the following: a. Do not let hose end touch the ground. b. Do not over tighten the connection. c. Keep hose as straight as possible. 7. Open hose drain valve at the customer vessel. a. Purge the fill hose by opening the pump discharge valve. b. Continue purging until hose drain is frosted; then close valve. 8. Open top and bottom fill valves and adjust accordingly to maintain tank pressure. a. Filling through bottom fill will raise tank pressure; filling through the top fill will lower tank pressure. b. Open full trycock valve at start of fill process. 9. Run pump at low rpm for 10 - 12 seconds to catch prime. a. Turn on flow meter and zero the counter. b. Open discharge valve and close recirculation valve. c. Liquid will flow into customer's tank. 10. Monitor tank pressure and liquid level on customer tank. a. Monitor full trycock line for liquid to discharge from the valve. b. Tank is full when the full trycock line spills liquid. 11. Close pump discharge valve a. Maintain trailer pressure at approximately 20 - 25 per square inch gauge (psig) to start pump 12. Close Pressure Build valve, if required. 13. Open recirculation valve and at the same time, close pump discharge valve. a. Ensure that the pressure on the trailer is adequate (20 to 25 psig) to start the pump. b. Reduce pump speed to idle. c. Shut down pump close discharge valve. d. Close customer full trycock valve and tank bottom fill valve. e. Liquid will flash into tank through top fill. 14. Close pump inlet valve and tank top fill valve. a. Open hose drain valve and allow liquid to escape. b. Keep liquid away from body and wear all PPE. Note: Do not over pressurize the customer vessel as it can cause violent vessel rupture 15. Disconnect hose at customer station and trailer, per the following: a. Point hose down to redirect any liquid away from personnel. b. Install hose plugs and place in hose tube. c. Do not allow hose ends to touch the ground. d. Close hose drain on customer vessel. 16. Record all customer vessel readings on liquid level and pressure gauges, and record meter reading, if required. 17. Close recirculation valves and open road relief valve. a. Vent excess trailer pressure below road relief setting of 25.3 psig. 18. Seal cabinet doors as required by seal procedure. 19. Perform 360 degree walk around prior to leaving and ensure the following: a. Check all hose disconnects are made. b. Look for debris, safety hazards. c. Recheck customer tank. 20. Enter all data into appropriate electronic device, such as: a. Seal number, PO numbers, document number, etc. b. Adjust manifest as required by DOT. c. Obtain customer signature, if required. 21. Provide required documentation to the Government as outlined in the DD1423 form (Contract Data Requirements List). SITE VISIT Offerors/Bidders are urged to attend a site visit on Tuesday 29 March 2016 at 10:00 AM Eastern Time to satisfy themselves regarding all general and local conditions that may affect the price of performance. While attendance is not mandatory, it is strongly encouraged. If interested in attending, contact Cristina M. Watkins at cristina.m.watkins.civ@mail.mil and Rebecca Patterson at rebecca.patterson13.ctr@mail.mil no later than five (5) DAYS PRIOR TO SITE VISIT DATE (23 March 2016); ONLY ONE (1) SITE VISIT WILL BE OFFERED. (vii) Delivery is required TWO (2) DAYS after receipt of order (ARO). Delivery shall be made to Army Research Laboratory (ARL) located at the Adelphi Laboratory Center (ALC) in Adelphi, MD. Acceptance shall be performed at Army Research Laboratory (ARL) located at the Adelphi Laboratory Center (ALC) in Adelphi, MD. The FOB point is Army Research Laboratory (ARL) located at the Adelphi Laboratory Center (ALC) in Adelphi, MD. (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: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors, which includes receiving an Acceptable past performance rating. 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, as well as any information the Government can locate on its own. Past performance will consider the ability of the offeror to meet technical specifications and delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). A rating of ACCEPTABLE will be given to any offeror whom the Government determines will have a high likelihood of performing the contract requirements or who has no past performance information to evaluate. A rating of UNACCEPTABLE will be given to any offeror whom the Government determines will have a low likelihood of performing the contract requirements. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications 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. Price will be evaluated based on the total proposed price, including all options. The Government will establish an "evaluated price" for each offer received. The evaluated price will be calculated as follows: *Total Proposed Amount for Liquid Nitrogen Product line items (year 1, 2, 3, 4, 5 CLINs), (i.e., proposed unit price per cubic foot times 102,000,000 cubic foot for each CLIN). Total Proposed Amount for Unscheduled Repairs CLIN. **CLIN year 1 (loaded labor rate for year one $ X 30 Hours) **CLIN year 2 (loaded labor rate for year two $ X 30 Hours) **CLIN year 3 (loaded labor rate for year three $ X 30 Hours) **CLIN year 4 (loaded labor rate for year four $ X 30 Hours) **CLIN year 5 (loaded labor rate for year five $ X 30 Hours) *For evaluation purposes, the Government will use the quantity of 102,000,000 cubic feet. Actual usage will vary and the Government will only be invoiced for actual usage. **The Government is not guaranteeing any work under the Unscheduled Repair line items. Repairs are incurred on an as needed basis. For evaluation purposes only, 30 hours per year will be utilized. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations 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 the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6, 52.203-6 Alt I, 52.204-9, 52.204-10, 52.204-16, 52.204-18, 52.209-6, 52.209-7, 52.209-9, 52.212-3, 52.213-3, 52.214-3, 52.212-3 Alt I, 52.219-3, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.232-36, 52.222-44, 52.232-40, 52.246-25, 52.203-3, 252.203-7000, 252.203-7005, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.222-7007, 252.232-7003, 252.232-7010, 252.247-7023, 52.204-4, 52.225-25, 252.204-7003, 252.204-0009, 252.204-7011, 252.205-7000, 252.223-7008, 252.225-7012, 252.244-7000, 252.204-7000, 252.226-7001, 252.225-7050, 252.227-7015, 252.227-7037, 252.243-7002, 252.247-7022, 252.225-7020, 252.225-7021, 252.225-7031, 252.237-7010, 252.246-7003. (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4412 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (DEC 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); ACC-APG 5152.237-4900 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT - ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (June 2013); APG-ADL-C.5152.237-4400 ARMY RESEARCH LABORATORY NON-PERSONAL SERVICES (JUL 2012); APG-ADL-D.5152.004-4400 DISTRIBUTION STATEMENT A; APG-ADL-H.5152.237-4403 Work Hours (Aug 1999); APG-ADL-H.5152.237-4404 Identification of Contractor Employees (Jul 2004); APG-ADL-H.5152.237-4405 Government-Contractor Relationships (Aug 2008); APG-ADL-H.5152.246-4401 Key Personnel (Feb 2000); APG-ADL-F.5152.227-4400 DELIVERY OF DATA ITEMS (APR 2014); APG-ADL-H.5152.245-4403 AUTHORIZATION TO USE GOVERNMENT FACILITIES (AUG 1999); APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999); APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE; APG-ADL- APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: NOT APPLICABLE. (xv) The following notes apply to this announcement: Prices given in bids shall be in US dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due on 12 April 2016 by 10:00AM Eastern Time by email at cristina.m.watkins.civ@mail.mil and rebecca.patterson13.ctr@mail.mil (xvii) For information regarding this solicitation, please contact Cristina Watkins, Cristina.m.watkins.civ@mail.mil, 301-394-2529 and Rebecca Patterson, r ebecca.patterson13.ctr@mail.mil, 301-394-5351
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8ed7295db4d6b8df9bbc4c47a6d2099a)
- Place of Performance
- Address: U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN04054088-W 20160319/160317235217-8ed7295db4d6b8df9bbc4c47a6d2099a (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 |