Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2022 SAM #7421
SOLICITATION NOTICE

68 -- Rental (32) & Fill of Nitrogen Bottles

Notice Date
3/24/2022 3:24:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
2018V300
 
Response Due
4/24/2022 8:59:00 PM
 
Archive Date
05/09/2022
 
Point of Contact
Madalyn Stella, Phone: 2074386588
 
E-Mail Address
madalyn.r.stella.civ@us.navy.mil
(madalyn.r.stella.civ@us.navy.mil)
 
Description
(32) NITROGEN GAS BOTTLE RENAL AND FILLING IN ACCORDANCE WITH THE STATEMENT OF WORK BELOW This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on BetaSAM. The Request for Quotation (RFQ) number is N390402018V300. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-04 and DFARS Change Notice 2022-0318. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:� https://www.acquisition.gov/browse/index/far � �and � http://www.acq.osd.mil/dpap/dars/change_notices.html.� The NAICS code is 325120 and the Small Business Standard is 1000. �This requirement is a 100% Small Business Set Aside solicitation.� Period of Performance: 01 August 2022 through 31 January 2023. Required Delivery Date: 01 August 2022� Place of performance is: Point Loma Naval Shipyard, San Diego CA Security Requirements: Security Plan will be required. CPARS information will be utilized to evaluate Past Performance. Award may be made based on adherence to the schedule and/or soonest mobilization. See Below for Detailed Statement of Work and Applicable Clauses. STATEMENT OF WORK (SOW) The contractor shall supply and fill thirty-two nitrogen gas bottles for NRMD Point Loma, San Diego, California.� Contractor shall call and coordinate delivery time with the Government Surveillance Officer for base access as needed.� The nitrogen is required to provide a continuous uninterrupted flow for the period of performance to support a critical service. Physical Characteristics and Operation: The bottles have a storage capacity of 184 SCF each. Vendor provided bottles should be in good condition with no visible signs of damage or corrosion. Nonshatterable/Shatterproof Cylinders requirements Cylinders meeting this requirement have been specifically identified by item description in FSC 8120. Many nonshatterable cylinders are identified by the words ""NONSHATTERABLE,"" ""NON-SHAT,"" or ""SHATTERPROOF"" stamped into the shoulder of the cylinder. In other instances, nonshatterable cylinders can be identified as follows: All cylinders stamped DOT 3AA that are made of 4130x steel. All cylinders stamped DOT 3A with one of the following specification numbers on the shoulder: ������������������������������ SPS 843 (INT) ������������������������������ SPS 1022 (INT) ������������������������������ 51-C-26 and 51-C-26 (INT) ������������������������������ 51-C-41 and 51-C-41 (INT) Cylinders that are marked with specification 51-C-31 or 51-C-31 (INT) are also nonshatterable if the initial (earliest) hydrostatic test date is 6-44 or later. Cylinders manufactured prior to 6-44 are nonshatterable only if they are so indicated by the manufacturer. Bottle Failure or Replacement If a bottle failure occurs the government reserves the right to replace the defective bottle with a backup bottle as necessary. Empty bottles will be replaced with backup bottles as necessary to support operations. Nitrogen Specifications: Oil free nitrogen per Federal Specification BB-N-411 or Commercial Item Description (CID) A-A-59155, Type I or II, Class 1, Grade A or B is required. Supply Nitrogen per above to meet the following: Delivery requirements: Scheduled deliveries are to be made weekly to ensure an adequate supply of at least 8 backup nitrogen bottles is maintained. Emergency deliveries of nitrogen are completed within 8 hours of notification.� Contract provides for five emergency deliveries during the performance period. Estimated nitrogen gas supply consumption is 12 bottles per week. The estimated min bottle usage, 100 bottles.� The max estimated bottle usage, 640 bottles. If the vendor cannot deliver as scheduled or backup bottle supply is less than 8 bottles, the Government reserves the right for another entity to fill the bottles with no penalty or fee. Government Owned Equipment, Services, and Specifications: Two 8-bottle racks (can be moved by a forklift), and nitrogen supply line (Figure 1). Both racks are capable of supplying nitrogen gas at 300 Pounds per Square Inch Gage (PSIG) minimum to a government-provided supply line. They are capable of maintaining steady pressure in the normal operating range of 10 to 70 PSIG and are rated for a working pressure of at least 3000 PSIG.� They provide uninterrupted flow of nitrogen gas within the normal operating band during fills without varying pressure more than +10 / -5 PSIG. Both racks have piping for protection from weather and inadvertent damage. All tubing is manufactured from stainless steel. The racks are suitable for operation in an outdoor, marine, seashore environment. All sections of pipe, that can be isolated, have a vent valve. Each nitrogen bottle rack contains as a minimum but not limited to the following installed: Isolation valve for each individual bottle. A vent valve. A gas use outlet connection. A dual element filter in the supply line. A regulator valve. Pressure-relieving rupture disk and relief valves. Electrical: The racks do not have any features that require an external electrical power supply. Government Services: Monitor bottle levels at least every four hours when in use. Available during all bottle fills. Provide access to the areas where the bottle racks are to be placed or are currently placed during the performance of the contract to allow them to be viewed by the vendors distribution group prior to filling, if needed. Provide access to the bottle racks to allow them to be inspected by the vendor for certification and approval prior to filling, if needed. Performance Period: The contractor shall supply nitrogen by 01 August 2022. The performance period shall end 31 January 2023. Security Requirements:� Vendor representative(s) shall obtain appropriate credentials for all drivers and technicians requiring access to a Department of Defense facility. All persons requiring access shall provide proof of citizenship.� Badging is required as per NRMD Point Loma, San Diego, California security requirements. Without proper badging, access will be delayed due to security background checks and at times access can be denied. Government Work Hours:� All regular deliveries will be scheduled between 8:00AM and 4:00PM, Monday through Friday. Deliveries outside these hours can be made on an emergent basis; badging requirements apply at all times. Response to Bid Request: Description of services as they relate to these contract requirements. The vendor is to provide full technical specification of the telemetry along with the bid to ensure it meets the Shipyards security requirements. Figure 1 � Nitrogen Supply Rack Assembly (Attached) CLAUSES: Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: CLAUSES: 52.204-7��������� System for Award Management 52.204-13������� System for Award Management Maintenance 52.204-16������� Commercial and Government Entity Code Reporting 52.204-17������� Ownership or Control of Offeror 52.204-18������� Commercial and Government Entity Code 52.204-19 ������� Incorporation by Reference of Representations and Certifications. 52.204-20������� Predecessor of Offeror 52.204-21������� Basic Safeguarding of Covered Contractor Information Systems 52.204-22 ������� Alternative Line Item Proposal 52.204-23 ������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky 52.204-24 ������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 ������� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26������� Covered Telecommunications Equipment or Services Representation 52.209-2��������� Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-10 ������� Prohibition on Contracting With Inverted Domestic Corporations 52.209-11������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony ����������������������� Conviction under any Federal Law 52.211-8��������� Time of Delivery 52.211-14 ������� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15������� Defense Priority and Allocation Requirements 52.212-1��������� Instructions to Offerors�Commercial Items 52.212-3 Alt I�� Offeror Representations and Certifications�Commercial Items--Alternate I 52.212-4 �������� Contract Terms and Conditions--Commercial Items 52.212-5 �������� Contract Terms and Conditions Required To Implement Statutes or Executive Orders� ����������������������� Commercial Items 52.215-5��������� Facsimile Proposals 52.219-1 Alt I�� Small Business Program Rerepresentations 52.219-6��������� Notice of Total Small Business Set-Aside 52.219-28������� Post-Award Small Business Program Rerepresentation 52.222-3��������� Convict Labor 52.222-19������� Child Labor � Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) 52.222-20������� Contract for Materials, Supplies, Articles, and Equipment Exceeding $15,000 52.222-21������� Prohibition of Segregated Facilities 52.222-22������� Previous Contracts and Compliance Reports 52.222-25� ����� Affirmative Action Compliance 52.222-26������� Equal Opportunity 52.222-35������� Equal Opportunity for Veterans 52.222-36������� Equal Opportunity for Workers with Disabilities 52.222-37������� Employment Reports on Veterans 52.222-40������� Notification of Employee Rights Under the National Labor Relations Act 52.222-42������� Statement of Equivalent Rates for Federal Hires 52.222-44������� Fair Labor Standards Act and Service Contract Labor Standards � Price Adjustment 52.222-50������� Combating Trafficking in Persons 52.222-55������� Minimum Wages Under Executive Order 52.222-62������� Paid Sick Leave Under Executive Order 13706 52.223-3��������� Hazardous Material Identification & Material Safety Data 52.223-5��������� Pollution Prevention & Right-To-Know Information 52.223-6��������� Drug-Free Workplace 52.223-11������� Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging While Driving\ 52.225-13������� Restrictions on Certain Foreign Purchases 52.225-25������� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.229-����������� State and Local Taxes 52.232-33������� Payment by Electronic Funds Transfer�System for Award Management 52.232-36������� Payment by Third Party 52.232-39 ������� Unenforceability of Unauthorized Obligations 52.232-40������� Providing Accelerated Payments to Small Business Subcontractors 52.233-1��������� Disputes 52.233-3��������� Protest after Award 52.233-4��������� Applicable Law for Breach of Contract Claim 52.237-2��������� Protection of Government Buildings, Equipment, and Vegetation 52.242-15������� Stop-Work Order 52.243-1 Alt II Changes � Fixed Price 52.246-2��������� Inspection of Supplies � Fixed Price 52.246-4��������� Inspection of Services�Fixed Price 52.247-34 ������� F.O.B. Destination 52.252-1 �������� Solicitation Provisions Incorporated By Reference 52.252-2 �������� Clauses Incorporated By Reference 52.252-5��������� Authorized Deviations in Provisions 52.252-6��������� Authorized Deviations in Clauses 52.253-1��������� Computer Generated Forms All clauses shall be incorporated by reference in the order.� Additional DFARS contract terms and conditions applicable to this procurement are:� 252.203-7000�� Requirements Relating to Compensation of Former DoD Officials 252.203-7002 � Requirement to Inform Employees of Whistleblower Rights 252.203-7005 � Representation Relating to Compensation of Former DoD Officials 252.204-7003 � Control Of Government Personnel Work Product 252.204-7006 � Billing Instructions 252.204-7008�� Compliance with Safeguarding Covered Defense Information Controls 252.204-7009�� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012�� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 � Notice of Authorized Disclosure of Information for Litigation Support 252.204-7019�� Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020�� NIST SP 800-171 DoD Assessment Requirements 252.215-7013 � Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7001�� Hazard Warning Labels 252.223-7008�� Prohibition of Hexavalent Chromium 252.225-7031�� Secondary Arab Boycott of Israel 252.225-7048�� Export-Controlled Items 252.231-7000�� Supplemental Cost Principles 252.232-7003 � Electronic Submission of Payment Requests and Receiving Reports 252.232-7006�� Wide Area WorkFlow Payment Instructions 252.232-7009�� Mandatory Payment by Governmentwide Commercial Purchase Card 252.232-7010�� Levies on Contract Payments 252.237-7010�� Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001�� Pricing of Contract Modifications 252.244-7000�� Subcontracts for Commercial Items 252.247-7023 � Transportation of Supplies by Sea C-202-H001���� ADDITIONAL DEFINITIONS--BASIC (NAVSEA) (OCT 2018) C-204-H001���� USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES ����������������������� (NAVSEA)(OCT 2018) C-211-H018 ��� APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-223-H003 ��� EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-223-W002��� ON-SITE SAFETY REQUIREMENTS (NAVSEA) (OCT 2018) C-247-H001���� PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) D-211-H002���� MARKING OF REPORTS (NAVSEA) (OCT 2018) D-223-W001��� EXPLOSIVE OR HAZARDOUS MATERIALS--PACKAGING & LABELING (NAVSEA) (OCT 2018) D-247-W001��� PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018) E-246-H016 ��� INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT ����������������������� 2018) F-242-H001���� CONTRACTOR NOTICE REGARDING LATE DELIVERY (NAVSEA) (OCT 2018) F-247-N002���� INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD (NAVSEA) (MAR 2019) G-232-H002 ��� PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT ����������������������� OFFICE (NAVSEA) (JUN 2018) G-232-H004 ��� GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018) G-232-H005 ��� SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN ����������������������� 2019) G-242-H001 ��� GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND ����������������������� RESPONSIBILITIES (NAVSEA) (OCT 2018) G-242-H002 ��� HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018) L-204-H003���� NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTOR FOR OFFICIAL CONTRACT FILES (NAVSEA) (APR 2019) L-215-H004���� INSTRUCTIONS FOR PRICING OF CONTRACT DATA REQUIREMENTS LIST (NAVSEA) (OCT 2018) M-247-H001��� F.O.B. EVALUATION CRITERIA (NAVSEA) (DEC 2018) 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications and document capabilities) - Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule) - Price (Lowest Price Technically Acceptable, after adherence to other factors) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical: Please provide documentation demonstrating your capabilities in fulfilling the SOW. Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined �Unacceptable�, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as �Unacceptable� and will no longer be considered for further competition or award. Schedule: Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution. Price: The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2cf8f012a1834fbc96a86ec088548cb8/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN06278653-F 20220326/220324230112 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.