SOLICITATION NOTICE
68 -- COMPRESSED GASES
- Notice Date
- 1/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424690
— Other Chemical and Allied Products Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- FDA-SOL-09-00046
- Archive Date
- 1/27/2009
- Point of Contact
- Regina R. Williams,, Phone: (870) 543-7012
- E-Mail Address
-
regina.williams@fda.hhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Food and Drug Administration intends to award a Purchase Order for the supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a 100% small business set-aside. The solicitation number is FDA-SOL-09-00046. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29, November 14, 2008. The associated North American Industry Classification System (NAICS) Code is 424690 Other Chemical and Allied Products Merchant Wholesalers, Small Business Size Standard 500 Employees. The Food and Drug Administration is soliciting for the following: Acetylene 100 cft, qty 20 ea. Acetylene 10 cft, qty 20 ea. Acetylene 40 cft, qty 20 ea. Air (customer owned) 250 cft, qty 25 ea. Argon Helium Mix 300 cft (90% helium, 10% argon), qty 12 ea. Anerobic Mix 300 cft (85% nitrogen, 10% hydrogen, 5% carbon dioxide), qty 25 ea. Argon Pre-purified 300 cft, qty 25 ea. Argon 40 cft, qty 20 ea. Argon (liquid) low 230 liters, qty 12 ea. Argon Co2 Mix 75/25, qty 15 ea. Carbon Dioxide, commercial 50 lbs., qty 50 ea. Carbon Dioxide, medical 50 lbs., qty 12 ea. Carbon Dioxide, bone dry 50 lbs., qty 12 ea. Carbon Dioxide, siphon 50 lbs., qty 12 ea. Helium, commercial 250 cft, qty 50 ea, Helium, chromatographic grade, 300 cft, qty 50 ea. Helium, commercial 300 cft, qty 50 ea. Helium (liquid) Dewar 100 liters, qty 12 ea. Hydrogen Pre-purified 300 cft, qty 50 ea. Nitrogen, commercial 300 cft, qty 50 ea. Nitrogen, commercial 80 cft, qty 50 ea. Nitrous Oxide, medical 56 lbs., qty 25 ea. Oxygen 20 cft, qty 25 ea. Oxygen, medical 250 cft, qty 25 ea. Oxygen, medical E 20 cft, qty 50 ea. Oxygen (customer owned) 300 cft, qty 50 ea. Methane, Argon Mix (95% Argon, 5% Methane) 300 cft, qty 12 ea. HP/LP Cylinder rental, qty 12 monthly SG Cylinder Rental (Specialty gas), qty 12 monthly LQ Cylinder Rental (liquid dewars), qty 12 monthly Delivery charge (per delivery), qty 60 ea. Deliveries will be on Thursdays Emergency deliveries will be on Tuesdays This will be a standing order for the items specified above. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item Firm Fixed Price. Simplified procurement procedures will be utilized. The period of performance is January 16, 2009 through January 15, 2010. Delivery for Services and Supplies provided will be the National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079. The provision at FAR 52.212-1 Instructions to Offerors Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price. Technical and past performance, when combined, are equal when compared to price. The technical evaluation will be determination as to whether the proposed contractor is capable of providing the supplies and services. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-50; 52.225-1; 52.225-3; 52.225-13 and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. The following additional provisions and/or clauses apply: 52.204-7. CCR Requirement Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. It is the offerors responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due in person, by mail or fax on or before January 12, 2009 by 8:00 am (Central Standard Time Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration OC/OSS/OFFAS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ced1bf34be2455106c84da4487c58d70&tab=core&_cview=1)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN01726739-W 20090107/090105215113-ced1bf34be2455106c84da4487c58d70 (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 |