SOLICITATION NOTICE
68 -- Liquid Nitrogen Delivery (LN2)
- Notice Date
- 4/23/2020 12:26:32 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 32512
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-20-088
- Response Due
- 4/27/2020 10:00:00 AM
- Archive Date
- 05/12/2020
- Point of Contact
- Amber Harris
- E-Mail Address
-
amber.harris@nih.gov
(amber.harris@nih.gov)
- Description
- �� � �� �COMBINED SYNOPSIS / SOLICITATION�WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 4/17/2020 (3)�� �Year: 2020 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Classification Code: 6830 - GASES: COMPRESSED�AND LIQUEFIED (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Liquid Nitrogen Delivery (LN2) (8)�� �Proposed Solicitation Number: NICHD-20-088 (9)�� �Closing Response Date: 4/27/2020 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (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; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-20-088 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-05 EFFECTIVE 03-30-2020. (iv)�� � The associated NAICS code is 325120, Industrial Gas Manufacturing, and the small business size standard is 1,000. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.� (v)�� �The Contractor Requirements are listed below:� 1.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS The company will provide us with a continuous supply of LN2, without interruption in service for the period of performance of 5/01/2020 - 4/30/2021.� 2.0 � Task Areas:� 2.1 � � �Task Area 1 � The vendor is expected to refill the two LN2 tanks (high pressure 6000 gallon & low pressure 3000 gallon) outside of Bldg 5 (NIH, 5 Memorial Dr, Bethesda, MD) when necessary to ensure a continuous supply of LN2. �The vendor is expected to monitor the tank levels (see task area 2) and set their own fill schedule to ensure that neither tank runs out of LN2. �During a fill of the 6000-gallon tank, the tank pressure must be maintained to ensure an uninterrupted flow of nitrogen gas for the building. �In the case of a pre-scheduled delivery or call in request for a fill, the vendor is expected to fill within 2 business days. �The delivery driver is expected to notify the NIDDK if they observe any unsafe or hazardous conditions at the time service is provided.� 2.2 � � �Task Area 2 � The vendor is expected to have a level sensor on the 6000-gallon LN2 tank that can be accessed remotely (such as online), both by the vendor and the project officer. � 2.3 � � �Task Area 3 � When a tank is filled, service technicians are expected to provide a field delivery ticket either by email to thurberk@niddk.nih.gov or in the container provided at the LN2 tanks. � � 3.0�� �PURCHASE ORDER TYPE This purchase order will be a firm fixed price, with payment terms per the vendor allowance based on whether it is a small business (net 15), or a large (net 30).� 4.0�� �PERIOD OF PERFORMANCE Effective upon award � vendor must monitor Purchase Order balance to ensure that services are not overextended beyond the authorized dollar amount. The expected period of performance is 5/01/2020 - 4/30/2021. 5.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation �� National Institutes of Health, NIDDK, Bldg 5 (Bulk Tanks located @ exterior of bldg.) 9000 Rockville Pike, Maryland 20892. (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors, past performance, and price considered. (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (xi)�� �FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii)�� �FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. �Including the following clauses and Prohibitions: i.�� �52.219-28, Post Award Small Business Program Representation ii.�� �52.222-3, Convict Labor� iii.�� �52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) iv.�� �52.222-21, Prohibition of Segregated Facilities v.�� �52.222-26, Equal Opportunity vi.�� �52.222-36, Equal Opportunity for Workers with Disabilities vii.�� �52.222-50 Combating Trafficking in Persons viii.�� �52.225-13, Restrictions on Certain Foreign Purchases ix.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) Additional Clauses: i.�� �52.232-39, Unenforceability of Unauthorized Obligations (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via amber.harris@nih.gov� (17)�� �Place of Contract Performance:� �� �National Institute of Health, NIDDK �� �9000 Rockville Pike �� �5/Exterior�� � Bethesda, MD 20892 (18)�� �Set-aside Status: None �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f8c287c266c848738ff207283b4a23b6/view)
- Place of Performance
- Address: 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05634463-F 20200425/200423230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |