Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
SOLICITATION NOTICE

68 -- Helium Gas (99.9999%)

Notice Date
12/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0034
 
Archive Date
1/10/2009
 
Point of Contact
Andrew E. Perry,, Phone: (301) 975-6317, Todd D Hill,, Phone: 301-975-8802
 
E-Mail Address
andrew.perry@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120 with a small business size standard of 1000 employees. This acquisition is unrestricted and all interested quoters may submit a quote. All interested quoters shall provide a quote for a Helium Gas (99.9999%). LINE ITEM 0001: Base Period – One year from the date of award. Quantity: Forty (40) cylinders of Helium Gas (99.9999%), delivered on an “as needed” basis, meeting or exceeding all of the following required specifications: BACKGROUND: Currently at NCNR there are two high purity inert helium gas glove boxes used in the loading and handling of extremely air sensitive samples for neutron scattering. These samples require a very clean atmosphere of helium for use in the Research Glove Boxes in NIST’s Building 235, Labs A-115 and E-131. Impurities in the atmosphere will cause these samples to exhibit undesirable residues that can affect the result of studies. Minimum Specifications: HELIUM MINIMUM PURITY: 99.9999% Molecular Formula: He; Molecular Weight: 4.003 g/mole; Specific Volume: 8.76 ft 3 /lb (0.55 m3 /kg); Flammability Limits: Nonflammable; Shipping: DOT Name: Helium, Compressed; DOT Hazard Class: 2.2; UN Number: UN 1046; DOT Label: Nonflammable Gas; CAS Number: 7440-59-7; Standard Valve Outlet: CGA 580; Gas Pressure: Cylinder pressure at room temperature must be at least 2500 PSI upon delivery; Cylinder Size: Not to exceed 300 cubic feet per cylinder. IMPURITY LEVELS: Impurity Not to Exceed: O2 - 10 parts per billion; H2O - 20 parts per billion; N2 - 3 parts per million; THC - 100 parts per billion; CO + CO2 - 1 part per million. Delivery Requirements: Cylinder deliveries must be made within 3 business days after order placement. NIST authorized callers (TBD) will place orders not later than 12:00 PM on weekdays and the Contractor shall deliver not later than 3:00 PM within three business days. LINE ITEM 0002: OPTION YEAR I: If exercised, shall commence one year after the date of award. Quantity: Forty (40) cylinders of Helium Gas (99.9999%) as requested by NIST. See above specifications LINE ITEM 0003: OPTION YEAR 2: If exercised, shall commence two years after the date of award. Quantity: Forty (40) cylinders of Helium Gas (99.9999%) as requested by NIST. See above specifications LINE ITEM 0004: OPTION YEAR 3: If exercised, shall commence three years after the date of award. Quantity: Forty (40) cylinders of Helium Gas (99.9999%) as requested by NIST. See above specifications LINE ITEM 0005: OPTION YEAR 4: If exercised, shall commence four years after the date of award. Quantity: Forty (40) cylinders of Helium Gas (99.9999%) as requested by NIST. See above specifications THIS IS A NOT-TO-EXCEED ORDER. THE CONTRACTOR SHALL NOT EXCEED THE AMOUNT OF THE ORDER WITHOUT THE WRITTEN APPROVAL OF THE CONTRACTING OFFICER. The Contractor shall state the warranty coverage provided for the equipment. Please provide a description of the warranty if any. Please include the following details: 1. Length of warranty. 2. What is included? (Parts, labor) 3. Is the warranty on-site or return to vendor? If on-site - is travel included? If return to vendor - is shipping to and from NIST included? Please submit all questions in writing to: andrew.perry@nist.gov Delivery shall be FOB Destination. Delivery shall be completed no later than 3 business days after receipt of order. FOB DESTINATION MEANS: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation; and (2) Quotes the lowest price. Quotes shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and CLEARLY DOCUMENTS that the offered products meet or exceed the specifications stated above. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.217-5 Evaluation of Options. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications—Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 22 – 52.222-3; Convict Labor 23 – 52.222-19; Child Labor – Cooperation w/ Authorities and Remedies 24 – 52.222-21; Prohibition of Segregated Facilities 25 – 52.222-26; Equal Opportunity 26 – 52.222-35; Equal Opportunity for Special Disabled Vets 27 – 52.222-36; Affirmative Action for Workers w/ Disabilities 28 – 52.222-37; Employment Reports on Special Disabled Vets 30 – 52.222-50, Combating Trafficking in Persons 37 – 52.225-3; Buy American Act – Free Trade Agreements – Israeli Trade Act 38 – (ii) Alternate I of 52.225-3 42 – 52.225-13; Restrictions on Certain Foreign Purchases 47 – 52.232-33; Payment by Electronic Fund Transfer – CCR 52.217-7 Option for Increased Quantity—Separately Priced Line Item. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one (1) day of the expiration of the period of performance. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001, 0002, 0003, 0004 & 0005 and all technical evaluation criteria, 2) A Description of the commercial warranty; and 3) one copy of the most recent published or internal price list. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on December 26, 2008. E-MAIL QUOTES WILL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=36b562cde254ddc2c9a9e892349132dc&tab=core&_cview=1)
 
Place of Performance
Address: National Institute of Standards and technology, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01717520-W 20081213/081211220142-36b562cde254ddc2c9a9e892349132dc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.