Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2024 SAM #8132
SOLICITATION NOTICE

68 -- Carbon dioxide- lbs. FOOD GRADE liquid C02 for delivery to exterior bulk tank � C02LB, with Telemetry Monitoring

Notice Date
3/1/2024 11:19:02 AM
 
Notice Type
Presolicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-24-2211803
 
Response Due
3/11/2024 8:00:00 AM
 
Archive Date
03/26/2024
 
Point of Contact
Kimberly Rubio, Phone: 3017616892, Tonia Alexander, Phone: 2406695124
 
E-Mail Address
kimberly.rubio@nih.gov, talexander@niaid.nih.gov
(kimberly.rubio@nih.gov, talexander@niaid.nih.gov)
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, Rockville, MD 20852 Title: Carbon dioxide- lbs. FOOD GRADE liquid C02 for delivery to exterior bulk tank � C02LB, Quantity 128.000 LB, with Telemetry Monitoring � Primary Point of Contact: Secondary Point of Contact KIMBERLY.RUBIO@NIH.GOV TALEXANDER@NIAID.NIH.GOV Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2211803 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03, February 23, 2024. The North American Industry Classification System (NAICS) code for this procurement is 325120, Industrial Gas Manufacturing, with a small business size standard of 1,000 employees. The requirement is being competed full and open competition, un-restricted and with a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Carbon Dioxide - LBS. Beverage Ingredient Grade for delivery to exterior bulk tank � C02LB, Quantity 128000 LB, Delivery � Quantity 35 Each Telemetry Monitoring � Quantity 12 Each Place of Performance: NIH, 9 West Watkins Mill Road, Gaithersburg, MD 20878, United States. FOB: Destination Period of Performance 04/1/2024 � 03/31/2025 The National Institutes of Health (NIH), National Institute of Allergy and Infectious Disease (NIAID), Vaccine Research Center (VRC) was established to facilitate research in vaccine development. The VRC is dedicated to improving global human health through the rigorous pursuit of effective vaccines for human diseases. With the additional expansion of the 9 West Watkins Facility there will be increase in the usage of C02 in the labs. A one-year period of performance for multiple bulk deliveries is required to support the increased usage of bulk food grade CO2 gas. Currently installed is an electronic level monitor system that will report the tank levels hourly, forecast the next delivery date and send alerts when needed.� Contractor will deliver FOOD GRADE C02. Food grade CO2 is required as it eliminates most impurities found in C02. C02 delivery and take fill and exchange service. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (FEB 2024) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) FAR 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2024) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than Monday, March 11, 2024 @ 11:00 AM EST Offers may be e-mailed to Kimberly Rubio (E-Mail/kimberly.rubio@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2211803). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Kimberly Rubio at kimberly.rubio@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ff811b11c50c422388bd67b5e8ffd3fb/view)
 
Place of Performance
Address: Gaithersburg, MD 20878, USA
Zip Code: 20878
Country: USA
 
Record
SN06983526-F 20240303/240301230051 (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.