Helium supplied to the National Weather Service in Salt Lake City, UT
AMENDMENT 1 Removed and replaced original Pricing Sheet that had a page number error (Page 1 of 3) with a corrected version that displays correctly as Page 1 of 1. There is only one page for the prici... AMENDMENT 1 Removed and replaced original Pricing Sheet that had a page number error (Page 1 of 3) with a corrected version that displays correctly as Page 1 of 1. There is only one page for the pricing sheet. No other changes have been made. COMBINED SYNOPSIS/SOLICITATION Helium supplied to the National Weather Service in Salt Lake City, UT The following information is provided in accordance with FAR 5.207(a)(16) and 5.207(c): A National Stock Number is not assigned to this requirement. This requirement is for commercial helium gas. There is not a qualification requirement for this product. There is no specific manufacturer or part number for this requirement. The helium must be provided in individual cylinders of a size that safely permits at least 219 cubic feet of helium per cylinder, but no more than 300 cubic feet per cylinder. The predominant material is helium gas. The total quantity to be delivered is between 62,050 and 70,890 cubic feet per year, delivered incrementally between 2,380 cubic feet and 2,720 cubic feet approximately every two weeks. There are no separately priced line item options for additional quantities, however there is an option to increase the quantity of the initial requirement by no more than 50%. The price for this option is limited to no higher than the initial requirement. The unit of issue is LO (Lot). The helium will be delivered to 2242 West North Temple, Salt Lake City, UT 84116-2919. The helium will be supplied approximately every two weeks, in accordance with the schedule arranged by the contractor and the NWS points of contact upon contract award. The contract period is twelve months, March 15, 2021 through March 14, 2022. This requirement does not include sustainable acquisition requirements for biobased products and environmentally preferable materials (see FAR 23.1 Sustainable Acquisition Policy). The procedures to be used in awarding the contract is through a request for quotations. The anticipated award date is March 12, 2021. This is not an Architect-Engineer requirement. This requirement does not include Trade Agreement clauses. This requirement is not non-competitive. All responsible sources may submit a quotation, which shall be considered by the agency. This solicitation will be synopsized through the Government Point of Entry, Contract Opportunities, at beta.sam.gov. All information necessary to respond to this solicitation electronically is contained herein. Technical data required to respond to the solicitation is contained herein. The following information is provided in accordance with FAR 12.603 (c)(2) (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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation number is 1333MH21QNWWT0010 and is issued as a request for quotation (RFQ). A firm-fixed price with economic price adjustment contract is anticipated to result from this RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03, February 16, 2021. (iv) This solicitation is being issued as a total small business set-aside. The associated NAICS code is 325120. The small business size standard is 1000 employees. This requirement has a class waiver issued by the SBA for the nonmanufacturer rule. (v) The line item numbers, items, quantities, and units of measure, including options, are as follows: Line Item: 0001 Item Description: Base period. Helium gas, up to 70,890 total cubic feet, delivered incrementally, approximately every two weeks. Includes delivery and hazmat fees, cylinder rent, and any additional fees. Quantity: 1 Unit of Measure: LO Line Item: N/A Item Description: Option to increase quantity to not more than 50% of the base contract quantity, to include helium gas, delivery and hazmat fees, cylinder rent, and any additional fees. This is not a separately priced line item. Quantity: 1 Unit of Measure: LO (vi) A description of requirements for the items to be acquired is provided in the attached Statement of Need. (vii) Dates and places of delivery and acceptance and FOB point: Deliveries will occur approximately every two weeks during the contract term, as scheduled with the requiring office. The period of performance is March 15, 2021 through March 14, 2022. Delivery and acceptance for all deliveries will be at the National Weather Service Weather Forecast Office located at 2242 West North Temple, Salt Lake City, UT 84116-2919. The FOB point is destination. (viii) FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUN 2020), applies to this acquisition. This is a Best Value acquisition and requires a capability statement and three to five references to be provided with the quote in order to establish management capability and past performance, respectively. References must include at a minimum a valid name and phone number. If there is no relevant past performance history, affirmatively state that there is no relevant past performance history; references are still required. Quotes may be submitted on the provided pricing sheet, if preferred, but is not required. Quotes must include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish mandatory representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All quotes must include business contact information (business name, phone number and email address) and pricing for all separately-priced line items in order to be considered responsive. (ix) FAR 52.212-2, Evaluation—Commercial Items (OCT 2014), applies. The specific evaluation criteria to be used in paragraph (a) are, in descending order of importance: past performance, price, management capability (such as invoicing, communication, mitigation strategies during a shortage, and scheduling), and compliance with solicitation requirements. Technical and past performance, when combined, are approximately equal to price alone. (x) FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (FEB 2021)(DEVIATION 2020-11)(AUG 2020), is attached as a mandatory provision and must be completed and included with the quote. (xi) FAR 52.212-4, Contract Terms and Conditions—Commercial Items (OCT 2018)(DEVIATION 2017-02), applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (JAN 2021)(DEVIATION 2020-11)(AUG 2020)(DEVIATION 2020-05)(APR 2020)(DEVIATION 2017-05)(SEPT 2017), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Jun 2020). (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31 U.S.C. 6101 note) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Rerepresentation (May 2020) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2020) (E.O. 13126). (Deviation 2020-11) (Aug 2020) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513) 52.225-1, Buy American—Supplies (Jan 2021) (41 U.S.C. chapter 83) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (31 U.S.C. 3903 and 10 U.S.C. 2307). (Deviation 2020-05) (April 2020) (xiii) Additional contract requirements and terms and conditions that apply to this acquisition are provided in the attached Clauses and Provisions. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (xv) Quotes are due to the contracting office no later than 8:00 A.M. Mountain Time on Thursday, March 11, 2021. All quotes must be emailed to the attention of Jen Brown, email address is jen.brown@noaa.gov. Due to current mandatory telework requirements for Department of Commerce employees during the pandemic, a fax machine is not readily available to receive quotes. If you need to send your quote by fax rather than by email, please contact Jen Brown at 801-524-5125 x239 in advance to make fax arrangements. (xvi) For information regarding this solicitation, contact Jen Brown, E-mail address: jen.brown@noaa.gov, Phone: 801-524-5125 x239. Alternative POC is Chris Peacock, E-mail address: christopher.peacock@noaa.gov.
Data sourced from SAM.gov.
View Official Posting »