MODIFICATION
68 -- Supply Ultra High Purity Helium
- Notice Date
- 1/31/2011
- Notice Type
- Modification/Amendment
- 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
- SB1341-11-RQ-0039
- Archive Date
- 2/28/2011
- Point of Contact
- Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- The above solicitation is hereby amended to remove the total small business set aside restriction, amend the clauses that apply to a total small business set aside, amend the required submittals and extend the due date for quotations as follows: FROM: 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 100% set-aside for small business. TO: The associated North American Industrial Classification System (NAICS) code for this procurement is 325120 with a small business size standard of 1000 employees. This requirement is unrestricted and all interested Contractor's may submit a quote. REVISON OF CLAUSES: FROM: The following clauses apply to this acquisition: 52.208-8 Required Sources for Helium and Helium Usage Data; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs listed below and 52.217-7 Option for Increased Quantity Separately Priced Line Item; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-6, Notice of Total Small Business Set-Aside with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); 52.225-1, Buy American Act - Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 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. TO: The following clauses apply to this acquisition: 52.208-8 Required Sources for Helium and Helium Usage Data; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs listed below and 52.217-7 Option for Increased Quantity Separately Priced Line Item; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); 52.225-5, Trade Agreements 52.223-18, Contractor policy to ban text messaging while driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 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. 52.217-7 Option for Increased Quantity-Separately Priced Line Item. REQUIRED SUBMISSIONS: FROM: All quoters shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; To be considered for award, quoters must provide helium prices and certificate of analysis prices for the base period and all option periods. Helium shall be quoted on a per cubic foot basis. Certificates of Analysis shall be quoted on a unit price basis for a quantity of 1. 2) Technical description and/or product literature which addresses all minimum specifications; 3) If not registered at http://orca.bpn.gov, one completed copy of 52.212-3 Offeror Representations and Certifications Commercial Items. 4) 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. TO: All quoters shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; To be considered for award, quoters must provide helium prices and certificate of analysis prices for the base period and all option periods. Helium shall be quoted on a per cubic foot basis. Certificates of Analysis shall be quoted on a unit price basis for a quantity of 1. 2) Technical description and/or product literature which addresses all minimum specifications; 3) Quoters are required to be a Federal Helium supplier that has an in-kind crude helium sales contract with the Bureau of Land Management (BLM) and be on the BLM list of authorized Federal Helium suppliers. Quoters shall submit documentation to support that the helium that shall be supplied to the Government either by themselves directly or through a subcontractor is being provided by an authorized approved Federal Helium supplier that is on the list of approved contractors. 4) If not registered at http://orca.bpn.gov, one completed copy of 52.212-3 Offeror Representations and Certifications Commercial Items. 5) 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 due date for quotes has been extended as follows: FROM: All quotes shall be received not later than 3:00 PM local time, on January 7, 2011 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni Laster) @ joni.laster@nist.gov. TO: All quotes shall be received not later than 3:00 PM local time, on February 4, 2011 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni Laster) @ joni.laster@nist.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0039/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Bldg. 235, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02370170-W 20110202/110131234521-4f8f4b33b01316b1b14f1345fdb678d0 (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 |