Inactive
Notice ID:NICHD-20-088
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 - GASE...
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