SOLICITATION NOTICE
68 -- ARGON LIQUID AND TANK RENTAL
- Notice Date
- 5/11/2009
- Notice Type
- Synopsis
- NAICS
- 424990
— Other Miscellaneous Nondurable Goods Merchant Wholesalers
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC09291791_Q
- Response Due
- 5/15/2009
- Archive Date
- 5/11/2010
- Point of Contact
- Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-2480, - Antoinette M. Niebieszczanski, NAIS Superuser, Phone 216-433-2806, Fax 216-433-2480
- E-Mail Address
-
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov, Antoinette.M.Niebieszczanski@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a RFQ for Liquid Argon and a tank (rental) - continuationof contract order NNC08MD66P. Purchase is for liquid argon and tank rental for 12months resuming June 2009. 1500 GALLON TANK, LIQUID ARGON / CCF, DELIVERY FEE, FUEL SURCHARGE. The tank is to be installed in an active test facility and also will be used for a neighboring facility. It is a 1500 gal liquid dewar tank capable of being pressurized to 275 psig. This tankis a liquid delivery tank for the quantities and supply pressure that met ourspecifications. The tank is refilled on a regular basis and sometimes without muchnotification. Spec. liquid withdrawal rates have a maximum of 2.5 gpmMinimum dewar pressure would be 50 psig with ability to reduce the supply pressureMinimum dewar size 1200 gallonsDewar must be able to be securely mounted to an existing 10ft x 12ft concrete padExpected withdrawal rate per day minimum of 140 gallonInstallation/removal off site will be provided by supplierDewar to be provided must have current certificationsDual liquid outletsis preferred, but single is acceptable.Argon to be provided will be consistent with MIL-P-27415 grade A (99.998% Ar)NASA/GRC intends to purchase the items from VALLEY NATIONAL GASES.The Government intends to acquire a commercial item using FAR Part 12.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon MAY 15TH 2009. Such capabilities/qualifications will be evaluated solely for thepurpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and opencompetition basis, based upon responses to this notice, is solely within the discretionof the government.Oral communications are not acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.The provisions and clauses in the RFQ are those in effect through FAC _2005_-32.The NAICS Code and the small business size standard for this procurement are 424990 / 100 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK RD., CLEVELAND OHIO 44135-3191is required within 48 HOURS OF FIRST REQUIRED DELIVERY.Offers for the items(s) described above are due by MAY 15TH 2009 to DE VIANCOURT andmust include, solicitation number, FOB destination to this Center, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to DEVIANCOURT not later than MAY 12TH 2009, FAX 216-433-2480. Telephone questions willnot be accepted. Selection and award will be made to that offeror whose offer will be most advantageousto the Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements: Delivery scheduling andMaintenance of tank and other equipment shall also be considered. It is critical thatofferors provide adequate detail to allow evaluation of their offer. (SEE FAR52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B". See below with otherclauses.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.SUPPLEMENTAL INFORMATION - SIMPLIFIED ACQUISITIONS (2-24-09)A. The following information is provided relative to this order:1. The Government technical contact for this order is: The technical contact may be reached at:2. This order is a rated order under DPAS (15 CFR 700). The Rating is DO-A7 if therequirement is for electronic and/or communications equipment. The Rating is DO-C9 forall other requirements.3. If the Contractor proposes to change the items and/or process description(s) forthe required items or service, the Contractor must submit a written request to theContracting Officer and receive written approval before proceeding with the change.4. The Government requires all vendors receiving awards to be registered in ORCA. The web site for this registration is: https://orca.bpn.gov/5. Submit invoices to: NASA Shared Services Center (NSSC) Financial Management Division (FMD) Accounts Payable Bldg. 1111, C. Road Stennis Space Center, MS 39529 Email: NSSC-AccountsPayable@nasa.gov Fax: 866-209-54156. Tax Identification Number (TIN) must be provided with the invoice for payment7. FOR BILLING INFORMATION, CONTACT THE NSSC at 1-877-677-2123ADDENDUM TO 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS 52.247-32 F.o.b. Origin, Freight Prepaid. (FEB 2006) 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007)1852.215-84 Ombudsman. (OCT 2003) (a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the preaward and postawardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is notto diminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first addresstheir concerns, issues, disagreements, and/or recommendations to the contracting officerfor resolution. (b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman, Kirk D. SeablomGRC Orion Project Planning and Control LeadPhone: 216-433-5593FAX: 216-433-8000Email: Kirk.D.Seablom@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailjames.a.balinskas@nasa.gov. Please do not contact the ombudsman to request copies of thesolicitation, verify offer due date, or clarify technical requirements. Such inquiriesshall be directed to the Contracting Officer or as specified elsewhere in this document.(End of clause)1852.223-72 Safety and Health (Short Form). (APR 2002) 1852.225-70 Export Licenses. (FEB 2000) 1852.247-73 Bills of Lading. (JUN 2002) TERMS AND CONDITIONS OF ORDER SECTION A.1 GENERAL - COMMERCIAL ITEMS [ X] Open Market Item: This order is for a commercial item subject to the terms andconditions of FAR 52.212-4, Contract Terms and Conditions -- Commercial Items,incorporated by reference; FAR 52.212-5, Contract Terms and Conditions Required toImplement Statutes and Executive Orders, attached to this order; and any additional termsand conditions included below as addenda to 52.212-4.This order incorporates the following FAR and NASA FAR Supplement (NFS) clauses byreference, with the same force and effect as if they were given in full text. Clausesincorporated by reference which require a fill-in by the Government, include the text ofthe affected paragraph(s) only. This does not limit the clause to the affectedparagraph(s). The Contractor is responsible for understanding and complying with theentire clause. The full text of a clause may be accessed electronically at this/theseaddress(es):FAR: http://www.acqnet.gov/far/ NFS: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm 52.212-5 ATTACHMENT 52.212-5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items. (APR 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items:(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: Contracting Officer check as appropriate.[ ](1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), withAlternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).[ ] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008)(Pub. L.110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).[ ](3) 52.219-3, Notice of Total HUBZone Set-Aside (JAN 1999) (15 U.S.C. 657a).[ ](4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small BusinessConcerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicatein its offer) (15 U.S.C. 657a).[ ](5) Reserved.[ ](6)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 U.S.C. 644).[ ](ii) Alternate I (OCT 1995) of 52.219-6.[ ] (iii) Alternate II (MAR 2004) of 52.219-6.[ ](7)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUN 2003) (15 U.S.C.644).[ ](ii) Alternate I (OCT 1995) of 52.219-7.[ ] (iii) Alternate II (MAR 2004) of 52.219-7.[ ](8) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2)and (3)).[ ](9)(i) 52.219-9, Small Business Subcontracting Plan (APR 2008) (15 U.S.C. 637(d)(4).[ ](ii) Alternate I (OCT 2001) of 52.219-9.[ ](iii) Alternate II (OCT 2001) of 52.219-9.[ ](10) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)).[ ](11) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C.637(d)(4)(F)(i)).[ ](12)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small DisadvantagedBusiness Concerns (OCT 2008) (10 U.S.C. 2323)(if the offeror elects to waive theadjustment, it shall so indicate in its offer.)[ ](ii) Alternate I (JUN 2003) of 52.219-23.[ ](13) 52.219-25, Small Disadvantaged Business Participation Program--DisadvantagedStatus and Reporting (APR 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).[ ](14) 52.219-26, Small Disadvantaged Business Participation Program - IncentiveSubcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).[ ] (15) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small BusinessSet-Aside (May 2004)(15 U.S.C. 657 f).[X ] (16) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15U.S.C. 632(a)(2)).X(17) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).X(18) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O.13126).X(19) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).X(20) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).[ ](21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).X(22) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C.793).[ ](23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).[ ](24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues orFees (DEC 2004) (E.O. 13201).[ ](25) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order12989). (Not applicable to the acquisition of commercially available off-the-shelf itemsor certain other types of commercial items as prescribed in 22.1803.)[ ](26)(i) 52.223-9, Estimate of Percentage of Recovered Material Content forEPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to theacquisition of commercially available off-the-shelf items.)[ ](ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable tothe acquisition of commercially available off-the-shelf items.)[ ](27) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C.8259b).[ ] (28)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of PersonalComputer Products (DEC 2007) (E.O. 13423).[ ](ii) Alternate I (DEC 2007) of 52.223-16.X(29) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d).[ ] (30)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (FEB2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77,108-78, 108-286, 109-53 and 109-169).[ ](ii) Alternate I (JAN 2004) of 52.225-3.[ ](iii) Alternate II (JAN 2004) of 52.225-3.[ ] (31) 52.225-5, Trade Agreements (MAR 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note).X(32) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury).[ ](33) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C.5150).[ ](34) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42 U.S.C. 5150).[ ](35) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41U.S.C. 255(f), 10 U.S.C. 2307(f)).[ ](36) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C.255(f), 10 U.S.C. 2307(f)).[ ](37) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration(OCT 2003) (31 U.S.C. 3332).X(38) 52.232-34, Payment by Electronic Funds Transfer - Other than Central ContractorRegistration (MAY 1999) (31 U.S.C. 3332).[ ](39) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332).[ ](40) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).[ ](41)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).[ ](ii) Alternate I (APR 2003) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable tocommercial services, that the Contracting Officer has indicated as being incorporated inthis contract by reference to implement provisions of law or Executive orders applicableto acquisitions of commercial items: (Contracting Officer check as appropriate.)[ ](1) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.).[ ](2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).[ ](3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment(Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, etseq.).[ ](4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment(FEB 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).[ ](5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts forMaintenance, Calibration, or Repair of Certain Equipment--Requirements (NOV 2007) (41U.S.C. 351, et seq.).[ ](6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts forCertain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.).[ ](7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247).[ ] (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record. The Contractor shall comply with theprovisions of this paragraph (d) if this contract was awarded using other than sealedbid, is in excess of the simplified acquisition threshold, and does not contain theclause at 52.215-2, Audit and Records - Negotiation.(1) The Comptroller General of the United States, or an authorized representative of theComptroller General, shall have access to and right to examine any of the Contractor'sdirectly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times therecords, materials, and other evidence for examination, audit, or reproduction, until 3years after final payment under this contract or for any shorter period specified in FARSubpart 4.7, Contractor Records Retention, of the other clauses of this contract. If thiscontract is completely or partially terminated, the records relating to the workterminated shall be made available for 3 years after any resulting final terminationsettlement. Records relating to appeals under the disputes clause or to litigation or thesettlement of claims arising under or relating to this contract shall be made availableuntil such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures andpractices, and other data, regardless of type and regardless of form. This does notrequire the Contractor to create or maintain any record that the Contractor does notmaintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and(d) of this clause, the Contractor is not required to flow down any FAR clause, otherthan those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by theclause--(i) 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L.110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).(ii) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and(3)), in all subcontracts that offer further subcontracting opportunities. If thesubcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000for construction of any public facility), the subcontractor must include 52.219-8 inlower tier subcontracts that offer subcontracting opportunities.(iii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).(iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the VietnamEra, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).(v) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C.793).(vi) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees(DEC 2004) (E.O. 13201).(vii) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.).(viii) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts forMaintenance, Calibration, or Repair of Certain Equipment--Requirements (NOV 2007) (41U.S.C. 351, et seq.).(x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts forCertain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.).(xi) 52.222-54, Employment Eligibility Verification (Jan 2009).(xii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause52.226-6.(xiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance withparagraph (d) of FAR clause 52.247-64.(2) While not required, the contractor may include in its subcontracts for commercialitems a minimal number of additional clauses necessary to satisfy its contractualobligations.(End of clause) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09291791_Q/listing.html)
- Record
- SN01813743-F 20090513/090511233015 (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 |