Trade Leads

BULK NITROGEN AND CARBON DIOXIDE
Chemicals & chemical products NAICS Code: 325 -- Chemical Manufacturing/325120 -- Industrial Gas Manufacturing This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 12 - Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-341 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 325120 with a Size Standard of 1000 Employees. SET-ASIDE STATUS This acquisition is 100% set-aside for small businesses. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 12-Commercial Items. This acquisition is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, dated May 30, 2014. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is acquisition of Medical Grade Liquid Nitrogen, Medical Grade Liquid Carbon Dioxide, and High Pressure Nitrogen and Carbon Dioxide Cylinders and associated tanks for the National Center for Advancing Translational Sciences (NCATS) for the period [Three (3) Years from Date of Award]. Award is anticipated on or about August 1, 2014. These bulk gases shall be used to maintain operation of equipment used by the NCATS for biomedical and translational research. Contract Type The Government expects to issue an indefinite delivery/indefinite quantity (IDIQ) contract for this requirement. Project Requirements The Contractor shall provide the following: Table 1: Estimated Annual Requirements Gas Description Tank Size Est. Annual Qty. Max.Total Qty. for Contract Medical Grade Liquid Nitrogen 180 Liters 416 1400 Medical Grade Liquid Nitrogen 230 Liters 156 550 Medical Grade Liquid Carbon Dioxide 180 Liters 208 680 Medical Grade High Pressure Nitrogen Cylinder 200 Pounds 16 80 Medical Grade High Pressure Carbon Dioxide Cylinder 50 Pounds 52 190 In accordance with an indefinite delivery/indefinite quantity contract, bulk gas shall be ordered via records of call/delivery orders. The maximum quantity that the Government may order over the life of the IDIQ contract is detailed in column four of Table 1. The minimum quantity to be ordered for the life of the contract is detailed in Table 2. Please note that the minimum quantity might not be ordered in one record of call, but would be ordered over the life of the contract. Table 2: Minimum Quantity to be Ordered for the Life of the Contract Gas Description Tank Size Required Quantity Medical Grade Liquid Nitrogen 180 Liters 200 Medical Grade Liquid Nitrogen 230 Liters 70 Medical Grade Liquid Carbon Dioxide 180 Liters 100 Medical Grade High Pressure Nitrogen Cylinder 200 Pounds 5 Medical Grade High Pressure Carbon Dioxide Cylinder 50 Pounds 20 Ordered quantities shall be delivered within seven (7) calendar days of each record of call/delivery order. Gas and tanks shall be provided in accordance with the following: a. All gas and tanks must be medical grade. b. The contractor shall make all deliveries, including hooking and unhooking tanks, in all required NCATS labs. c. The contractor shall manage the inventory on a weekly basis. Specifically, the contractor shall be on-site at the NCATS facilities every Monday to reconcile inventory. d. All gas tanks and cylinders delivered shall have working gauges and shall be certified full. e. NCATS personnel shall inspect all tanks upon delivery. Faulty tanks shall not be accepted. The NCATS shall receive full refunds and free tank replacements for all faulty tanks. f. Ordered quantities shall be delivered within seven (7) calendar days of each record of call/delivery order. g. The Government shall not place orders more often than once every seven (7) calendar days. Method of Ordering Orders issued under this contract may be placed in writing or via electronic mail (e-mail) by the authorized designee(s). The authorized designee(s) shall be identified at time of award. The Contractor representative(s) authorized to receive and accept orders placed by telephone shall be identified at time of award. Each delivery must be accompanied by evidence of delivery/performance. Period of Performance The period of performance is three (3) years from date of award. Award is anticipated on or about August 4, 2014. Places of Performance Laboratories located at 9800 Medical Center Drive, Buildings A, B, and C, Rockville, Maryland 20850 APPLICABLE CLAUSES AND PROVISIONS Please note that any clauses requiring fill-ins shall be completed at time of award. The provision at FAR clause 52.212-1: Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2: Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3: Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. Please note that this requirement may be met by completion of representations and certifications within the System for Award Management. FAR clauses 52.212-4: Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. FAR clause 52.219-6: Notice of Total Small Business Set Aside applies to this acquisition. FAR Clause 52.216-18: Ordering (Oct 1995) applies to this acquisition as follows (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from [To Be Determined]. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19: Order Limitations (Oct 1995) applies to this acquisition as follows: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than [dollar figure or quantity to be determined], the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of [dollar figure or quantity to be determined]; (2) Any order for a combination of items in excess of [dollar figure or quantity to be determined]; or (3) A series of orders from the same ordering office within [To Be Determined] days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within three (3) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-22: Indefinite Quantity (Oct 1995) applies to this acquisition as follows: (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after [To Be Determined]. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1. The Offeror must confirm ability to provide all of the gases noted in this solicitation, in the tank sizes and estimated annual quantities, in its quotation. 2. The Offeror must confirm ability to meet the schedule and on-site review requirements detailed in this solicitation. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quote must include item descriptions and specifications per the requirements listed above as well as associated pricing. Price quotations shall be provided in the attached format. Offerors shall ensure that fully loaded unit prices are the ONLY prices quoted. Any and all other fees relevant to the requirements, such as delivery or rental fees, if any, MUST be built into the unit prices. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-341. Responses shall be submitted electronically to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov. Please consult the list of document viewers if you cannot open a file. Price Quote Format Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: July 2, 2014 Bulk_Gas_CSS_Price_Quote_Format.doc (45.00 Kb) Description: Price Quotation Format REVISED Price Quote Format Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: July 10, 2014 Bulk_Gas_CSS_Price_Quote_Format.doc (45.50 Kb) Description: REVISED Price Quotation Format. Please use this format for price quotations. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 Place of Performance: Rockville, Maryland 20850 United States Primary Point of Contact.: Lauren M. Phelps, Contract Specialist lauren.phelps@nih.gov Phone: 3015942490