SOLICITATION NOTICE
68 -- Compressed Gas Deliveries - Attachment 3 - Clauses - Attachment 1 - SOW - Attachment 2 - Price Template
- Notice Date
- 3/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424690
— Other Chemical and Allied Products Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-CSS-17-102
- Archive Date
- 4/21/2017
- Point of Contact
- Sneha V Patel, Phone: 3014802443
- E-Mail Address
-
sneha.patel@nih.gov
(sneha.patel@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 - Compressed Gases Price Template Attachment 1 - SOW - Compressed Gases Attachment 3 - Applicable Clauses COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Compressed Gas Deliveries Introduction: (i) This is a combined synopsis/solicitation for commercial items 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-SOL-17-102 and the solicitation is issued as a request for quotation (RFQ). 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-Simplified Procedures 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 2005-92 dated 12/19/2016. (iv) The associated NAICS code is 424690 and the small business size standard is 100 employees. This requirement is full and open with no set-aside restrictions. Background: The National Institute on Drug Abuse (NIDA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute of Drug Abuse (NIDA) provides a stimulating setting for a comprehensive effort to understand drug addiction through multidisciplinary investigator-initiated research, in this regard. The purpose of this requirement is to provide an efficient Compressed Gas Delivery service that must be adequate to the needs of the National Institute of Drug Addiction (NIDA), in Baltimore, MD. Purpose and Objectives for the Procurement: The purpose of this acquisition is to provide the National Institute of Drug Abuse with an efficient Compressed Gas Delivery service. Project Requirements: • Contractor is to provide rental compressed gas cylinders. Contractor shall provide the following required gases in cylinders that meet the following dimensions: • Oxygen, 282 CU FT • 02-N2 Gas Mixture size 200 30/70 certified standard • Hydrogen, UHP carrier grade; grade 5.0 size 300 • Hydrogen, UHP carrier grade; grade 5.0 size 80 • Hydrogen, zero grade; grade 4.5 size 200 • Helium, high purity; grade 4.5 size 300 • Helium, UHP carrier grade; grade 5.0 size 300 • Nitrogen, zero grade; grade 4.8 size 300 • Nitrogen, UHP carrier grade; grade 5.0 size 300 • Argon, zero grade; grade 4.8 size 300 • Helium, 5.5 grade; grade 99.9995 size 300 • Air, zero grade, 260 CU FT; THC< 2.0 ppm • Air, zero grade, 310 CU FT; THC < 2.0 ppm • CO2-02 Gas mixture size 200; 5/95 analyzed • E-med Oxygen, USP 25CF • Nitrogen-CO2 mixture, 200 CU FT 75/25 • E-Med Oxygen, USP 25CF Alum; aluminum for non-magnetic use • Carbon Dioxide, extra dry 20 LB • Carbon Dioxide, extra dry 50 LB • Carbon Dioxide, syphon 50 LB • Carbon Dioxide, USP 6.5 LB • Nitrogen, 255 CU FT; grade 4.5 high purity • Argon, 336 CU FT; Grade 4.5. high purity • Nitrous Oxide, USP 65 LB • E. Nitrous Oxide, USP 6.5 LB • Therapy Oxygen, USP 282 CU FT • Air, compressed 260 CU FT • Air, breathing quality 310 CF • Hydrogen, 216 CU Ft • Liquid Helium 60 liter (per liter) • Air USP, 260 CU FT • Oxygen, "medical grade" will be needed on an as-needed or requested basis. Other gases (including oxygen) are mixed high purity or above. • Customized Blends: Mixed gases will be required per the customer's request and will be tailored to the specific proportion of gases as requested. All gases to be used in the mixed blends are included in the above list of required gases. The customized blends of gases will include but not be limited to the following: o 02-N2 Gas Mixture size 200 30/70 certified standard o CO2-02 Gas mixture size 200; 5/95 analyzed o As needed or requested • Refills of Liquid Nitrogen for NIDA/IRP customer owned dewars filled at the BRC Building, 251 Bayview Blvd., loading dock and Triad Building, 333 Cassell Drive, loading dock as follows: o 60 liters o 160 - 240 liters o No additional hazmat fees o Standard next day delivery service o Automatic Weekly delivery date for Thursday • Deliveries for cylinder gases will be made within 24 hours from the time ordered (via telephone and/or online) by a NIDA representative between 8:30am-4:00pm • Deliveries will be made to NIDA on the second floor of the Biomedical Research Center (BRC) building, Room 02B408, 251 Bayview Blvd., Suite 200, Baltimore, MD 21224 & Triad Building, 333 Cassell Drive, Room 1902, Baltimore, MD 21224. • Demurrage/cylinder charges will apply to the following rentals: o High Pressure Cylinders o Specialty Gas Cylinders o D & E Cylinders o Liquid Helium Cylinders • Removal of empty cylinders; During each delivery, contractor shall remove all empty cylinders stores in the Biomedical Research Center (BRC) building, Room 02B408, 251 Bayview Blvd., Suite 200 and Triad Building, 333 Cassell Drive, Room 1902 and return to vendor. • Emergency Deliveries: The service shall include emergency deliveries, when requested by a NIDA representative. Contractor must be capable of providing Same Day service upon emergency requests as well as nights, weekends and holiday. Emergency delivery fees will be charged for the following: o Emergency Delivery Fees: (Same Day service during business hours) o Emergency Delivery Fees: (Nights, Weekends and Holidays) Applicable Clauses: i. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. ii. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical acceptability will be evaluated based upon the following: 1. The Offeror must include all information as detailed in the project requirements in its quotation. 2. The Offeror must provide certification of ability to meet the delivery time frame requirement. Quotations must include a delivery lead time. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. iii. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. iv. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. v. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. vi. The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. a. FAR 52.216-18 Ordering b. FAR 52.216-19 Order Limitations vii. FAR clause at 52.216-22, Indefinite Quantity. viii. FAR clause at 52.217-9, Option to Extend the Term of the Contract. ix. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Summary: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Please use the attached price schedule template for reference. 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." Question and Answer Period: Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Sneha Patel, via email at sneha.patel@nih.gov by or before Thursday, March 30, 2017 at 5:00 PM Eastern Standard Time. Late questions shall not be accepted. Questions will be anonymized and answered. The answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. All responses must be received by Thursday, April 6, 2017 5:00 PM Eastern Standard Time with reference number HHS-NIH-NIDA-SOL-17-102. Responses may be submitted electronically to Sneha Patel, sneha.patel@nih.gov. Fax responses will not be accepted. The name and telephone number of the individual to contact for information regarding the solicitation: Sneha Patel, sneha.patel@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-CSS-17-102/listing.html)
- Record
- SN04448610-W 20170329/170327234824-602ff6ba46d8ed8dc3cec9b54bcc9318 (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 |