Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2010 FBO #3304
SOLICITATION NOTICE

68 -- Asst Gases

Notice Date
12/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
4118 Susquehanna Blvd, Aberdeen Proving Ground, MD 21005
 
ZIP Code
21005
 
Solicitation Number
W23MWP-0321-1015
 
Response Due
12/17/2010
 
Archive Date
6/15/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W23MWP-0321-1015 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-46. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-12-17 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Aberdeen Proving Ground, MD 21005 The USA ACC RDECOM-CC Aberdeen Proving Grounds requires the following items, Exact Match Only, to the following: LI 001, BASE YEAR -Air Zero, Size 300, total hydrocarbon contents less than 0.2 PPM PSIG 2460, MIN CGA 590 CF cylinder less than 3.0 PPM water 70 DEG F, 100, cyl; LI 002, BASE YEAR - Helium, UHP 99.999% pure, less than 0.5 PPM total hydrocarbons, less than 2.0 PPM Oxygen approx. PSIG 2490 70 DEF F, 300 size cylinder, 250, cyl; LI 003, BASE YEAR - Helium Surcharge, 250, EA; LI 004, BASE YEAR - Hydrogen, UHP 99.999% pure, less than 0.5 PPM total hydrocarbons, less than 3.0 PPM water, less than 2.0 PPM Oxygen approx, PSIG 2000 70 DEG F, CGA 350, 215 CF cylinder, 100, cyl; LI 005, BASE YEAR - Nitrogen, UHP 99.999% pure, less than 2.0 PPM water, less than 2.0 PPM Oxygen approx, PSIG 2540 70 DEF F, CGA 580, 230-300 size cylinder less than 0.5 PPM total hydrocarbons, 20, cyl; LI 006, BASE YEAR - Argon Methane P-10, 10% Methane, 90% Argon 99.999% pure, 250-300 CF cylinder, 10, cyl; LI 007, BASE YEAR - Carbon Dioxide (CO2), 300 size cylinder, 10, cyl; LI 008, BASE YEAR -Oxygen, USP K, Medical Grade, cylinders must be inspected for purity and are provided with a lot number to specify purity, 5, cyl; LI 009, BASE YEAR -DEMMURAGE - Monthly demurrage Charge based on one cylinder., 1, ea; LI 010, BASE YEAR - Delivery charge per each delivery. (User will call when gases are needed)., 1, ea; LI 011, BASE YEAR - Hazardous Material charge per each delivery., 1, EA; LI 012, OPTION YEAR ONE-Air Zero, Size 300, total hydrocarbon contents less than 0.2 PPM PSIG 2460, MIN CGA 590 CF cylinder less than 3.0 PPM water 70 DEG F, 100, Cyl; LI 013, OPTION YEAR ONE -Helium, UHP 99.999% pure, less than 0.5 PPM total hydrocarbons, less than 2.0 PPM Oxygen approx. PSIG 2490 70 DEF F, 300 size cylinder, 250, cyl; LI 014, OPTION YEAR ONE - Helium Surcharge, 250, EA; LI 015, OPTION YEAR ONE - Hydrogen, UHP 99.999% pure, less than 0.5 PPM total hydrocarbons, less than 3.0 PPM water, less than 2.0 PPM Oxygen approx, PSIG 2000 70 DEG F, CGA 350, 215 CF, 100, cyl; LI 016, OPTION YEAR ONE - Nitrogen, UHP 99.999% pure, less than 2.0 PPM water, less than 2.0 PPM Oxygen approx, PSIG 2540 70 DEF F, CGA 580, 230-300 size cylinder less than 0.5 PPM total hydrocarbons, 20, cyl; LI 017, OPTION YEAR ONE - Argon Methane P-10, 10% Methane, 90% Argon 99.999% pure, 250-300 CF cylinder, 10, cyl; LI 018, OPTION YEAR ONE - Carbon Dioxide (CO2), 300 size cylinder, 10, cyl; LI 019, OPTION YEAR ONE -Oxygen, USP K, Medical Grade, cylinders must be inspected for purity and are provided with a lot number to specify purity, 5, cyl; LI 020, OPTION YEAR ONE -DEMMURAGE - Demurrage charge per month for one cylinder, 1, ea; LI 021, OPTION YEAR ONE - Delivery charge per each delivery. (User will call when gases are needed)., 1, EA; LI 022, OPTION YEAR ONE - Hazardous Material charge per each delivery., 1, EA; LI 023, OPTION YEAR TWO -Air Zero, Size 300, total hydrocarbon contents less than 0.2 PPM PSIG 2460, MIN CGA 590 CF cylinder less than 3.0 PPM water 70 DEG F, 100, cyl; LI 024, OPTION YEAR TWO - Helium, UHP 99.999% pure, less than 0.5 PPM total hydrocarbons, less than 2.0 PPM Oxygen approx. PSIG 2490 70 DEF F, 300 size cylinder, 250, cyl; LI 025, OPTION YEAR TWO - Helium Surcharge, 250, EA; LI 026, OPTION YEAR TWO - Hydrogen, UHP 99.999% pure, less than 0.5 PPM total hydrocarbons, less than 3.0 PPM water, less than 2.0 PPM Oxygen approx, PSIG 2000 70 DEG F, CGA 350, 215 CF, 100, cyl; LI 027, OPTION YEAR TWO- Nitrogen, UHP 99.999% pure, less than 2.0 PPM water, less than 2.0 PPM Oxygen approx, PSIG 2540 70 DEF F, CGA 580, 230-300 size cylinder less than 0.5 PPM total hydrocarbons, 20, cyl; LI 028, OPTION YEAR TWO - Argon Methane P-10, 10% Methane, 90% Argon 99.999% pure, 250-300 CF cylinder, 10, cyl; LI 029, OPTION YEAR TWO - Carbon Dioxide (CO2), 300 size cylinder, 10, cyl; LI 030, OPTION YEAR TWO -Oxygen, USP K, Medical Grade, cylinders must be inspected for purity and are provided with a lot number to specify purity, 5, cyl; LI 031, OPTION YEAR TWO -DEMMURAGE - Monthly Charge, per each cylinder., 1, EA; LI 032, OPTION YEAR TWO - Delivery Charge per each delivery, 1, EA; LI 033, OPTION YEAR TWO - Hazardous Material Charge per each delivery., 1, EA; LI 034, OPTION YEAR THREE -Air Zero, Size 300, total hydrocarbon contents less than 0.2 PPM PSIG 2460, MIN CGA 590 CF cylinder less than 3.0 PPM water 70 DEG F, 100, cyl; LI 035, OPTION YEAR THREE - Helium, UHP 99.999% pure, less than 0.5 PPM total hydrocarbons, less than 2.0 PPM Oxygen approx. PSIG 2490 70 DEF F, 300 size cylinder, 250, cyl; LI 036, OPTION YEAR THREE - Helium Surcharge, 250, EA; LI 037, OPTION YEAR THREE - Hydrogen, UHP 99.999% pure, less than 0.5 PPM total hydrocarbons, less than 3.0 PPM water, less than 2.0 PPM Oxygen approx, PSIG 2000 70 DEG F, CGA 350, 215 CF, 100, cyl; LI 038, OPTION YEAR THREE- Nitrogen, UHP 99.999% pure, less than 2.0 PPM water, less than 2.0 PPM Oxygen approx, PSIG 2540 70 DEF F, CGA 580, 230-300 size cylinder less than 0.5 PPM total hydrocarbons, 20, cyl; LI 039, OPTION YEAR THREE - Argon Methane P-10, 10% Methane, 90% Argon 99.999% pure, 250-300 CF cylinder, 10, cyl; LI 040, OPTION YEAR THREE - Carbon Dioxide (CO2), 300 size cylinder, 10, cyl; LI 041, OPTION YEAR THREE-Oxygen, USP K, Medical Grade, cylinders must be inspected for purity and are provided with a lot number to specify purity, 5, cyl; LI 042, OPTION YEAR THREE -DEMMURAGE - Monthly demurrage charge per one cylinder., 1, ea; LI 043, OPTION YEAR THREE -Delivery charge for one delivery, 1, EA; LI 044, OPTION YEAR THREE - Hazardous Material Charge for one delivery., 1, EA; LI 045, BASE YEAR - Replacement value per each cylinder (please see attachment and submit separate pricing for sizes listed and base this CLIN on total of all replacement costs for the cylinders.), 1, lot; LI 046, OPTION YEAR ONE - Replacement value per each cylinder (please see attachment and submit separate pricing for sizes listed and base this CLIN on total of all replacement costs for the cylinders.), 1, lot; LI 047, OPTION YEAR TWO - Replacement value per each cylinder (please see attachment and submit separate pricing for sizes listed and base this CLIN on total of all replacement costs for the cylinders.), 1, lot; LI 048, OPTION YEAR THREE - Replacement value per each cylinder (please see attachment and submit separate pricing for sizes listed and base this CLIN on total of all replacement costs for the cylinders.), 1, lot; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC RDECOM-CC Aberdeen Proving Grounds intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC RDECOM-CC Aberdeen Proving Grounds is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 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: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.227-7015 Technical Data Commercial Items 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Requests for Equitable Adjustment 252.211-7003 Item Identification and Valuation This solicitation is eligible for the HQ, Army Contracting Agency (ACA) Executive-Level Agency Protest (ELAP) program, as an alternative to the usual provisions applicable for Agency protests under FAR 33.103. Provision ACAAI 5152.233-9000, Army Contracting Agency Executive Level Agency Protest Program is applicable. Additional information for ELAP may be accessed electronically at: http://www.aca.army.mil/docs/Community/ACAprotest.doc The full text of FAR and DFAR references may be accessed electronically at this address: http://www.acqnet.gov/far. Quotations must be received by the date and time specified and must be submitted via FedBid,. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact FedBid Clientservices via email at clientservices@fedbid.com. NO TELEPHONE REQUESTS WILL BE HONORED. Contractor shall submit payment request(s) using Wide Area Workflow (WAWF). WAWF is the mandatory method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Additional WAWF Instructions will be provided upon receipt of order. FedBid Special Instruction 1 - Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments FedBid Special Instruction 2 - New equipment ONLY, NO remanufactured products FedBid Special Instruction 3 - Bid MUST be good for 30 calendar days after submission FedBid Shipping Notes - FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified FedBid CCR Registration Note - Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov FOB Destination Vendor must be registered in ORCA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b31c3e64e3fa7a045b61e01cc55550de)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005
Zip Code: 21005-3013
 
Record
SN02341727-W 20101211/101209234349-b31c3e64e3fa7a045b61e01cc55550de (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.