MODIFICATION
66 -- Helium and Nitrogen Supplies for the 11.7T Magnet. - REQ 2929602--FINAL QUESTIONS AND ANSWERS.PDF
- Notice Date
- 8/9/2013
- Notice Type
- Modification/Amendment
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- CSS2929602
- Point of Contact
- Mario D. Gray, Phone: 3014352238
- E-Mail Address
-
Mario.Gray@nih.hhs.gov
(Mario.Gray@nih.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- REQ 2929602--FINAL QUESTIONS AND ANSWERS.PDF A. Description: 1. This is a Combined Synopsis and Solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; therefore, quotes are being requested and a written solicitation will not be issued. 2. The solicitation number is CSS2929602 and the solicitation is issued as a request for quotation. 3. This acquisition is for a commercial items and is conducted under the authority of the FAR Part 13.5-Test Program for Certain Commercial Items; and the FAR Part 12-Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold. 4. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-67 effective July, 2012. The resultant purchase order will include all applicable provisions and clauses in effect through the FAC 2005-67 effective July, 2012. 5. This solicitation is a 100% Full-and-Open Competition. The intended procurement is classified under North American Industry Classification System Code 325120 with a Size Standard of 1000 employees. 6.1. Scope: This purchase is part of a multi-million dollar project to install the strongest magnet built to date for human MRI at the NIH. An unfortunate mishap during early testing of this custom-built one-off machine requires this additional Helium order (the Helium originally used at time of installation in 2011 was part of the magnet purchase.) In an agreement with the manufacturer of the magnet, the NIH will purchase the needed quantity of supplies to cool down and fill the magnet after re-installation. The magnet is currently under repair in the factory in Oxford, Great Britain. The magnet is still under repair and to be tested in the factory. If the test is successful, the magnet will be transported back to NIH. The magnet schedule is subject to change, as specified by the magnet manufacturer, and requires the contractor's capability and flexibility to deliver successfully. 6.2. Specification Requirements: The contractor shall deliver the supplies for the 11.7T magnet according to the specification requirements as follows: 1. Helium-Gas: 20 Cylinders of 49 Liters, 169 bar {Type: DOT 3AA-2400 non-magnetic}. Minimum and Maximum: 16-24. 2. Helium-Liquid: 30,000 Liters. Minimum and Maximum: 24000-30000. 3. Nitrogen-Gas: 2 Cylinders of 49 Liters {Type: DOT 3AA-2400 Non-Magnetic}. Minimum and Maximum: 2-2. 4. Nitrogen-Liquid: 22,500 Liters. Minimum and Maximum: 20000-24000. 7.1. Delivery Requirements: - The contractor shall deliver the supplies for the 11.7T magnet according to the specification requirements. - The contractor shall successfully plan, schedule and maintain an adequate stock of supplies, to safely and securely deliver to the Government, according to the Deliverables Schedule, without interruption to the Deliverables Schedule. - The Government will work with the magnet installer regarding the magnet installer's schedule to perform the magnet installation. Therefore, the contractor shall supply Helium-Gas, Helium-Liquid, Nitrogen-Gas, and Nitrogen-Liquid needed for the magnet installer to perform the magnet installation. - The contractor shall delivery supplies for approximately 96 day span. - The contractor shall possess the capability and flexibility regarding the amount for delivery and the time for delivery. - Based on each ‘Delivery Call' from the Government Contracting Officer Representative (COR), the contractor shall deliver the stated amount at the stated time at the Firm-Fixed-Prices. - If needed by the Government, the contractor shall deliver varying quantities on a daily basis. - The contractor shall be aware that Liquid Helium evaporates steadily while in storage, and, the contractor shall demonstrate practices which indicate the contractor's awareness. - The deliveries (and pick up of empty containers) are to be made to the place of performance: The National Institutes of Health Campus; Building 10/NMR Center Loading Dock; Bethesda, MD 20892. The Building 10/NMR Center Loading Dock is of substandard height; therefore, a truck with a lift-gate will be required for the safe delivery of the Dewars and cyclinders. 7.2. Applicable Documents: 1. REQ 2929602--PRICE CHART.PDF 2. REQ 2929602--ORDERING PROCEDURES--VERSION 2.PDF 3. REQ 2929602--DELIVERABLES SCHEDULE.PDF 4. REQ 2929602--FINAL QUESTIONS AND ANSWERS.PDF 8. The period of performance: 9/20/2013 through 1/31/2014. The place of performance: The National Institutes of Health Campus; Building 10/NMR Center Loading Dock; Bethesda, MD 20892. 9. The provision at the FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 10. The provision at the FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government's evaluation procedure will be based on the ‘Lowest Priced-Technically Acceptable' methodology. Therefore, the quote which offers the technically acceptable and lowest priced solution to the Government's requirements will be evaluated to be the ‘Best Value' to the Government. 11. The provision at the FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror must include a completed copy of the provision at the FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. 12. The provision at the FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 13. The provision at FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 14. Additional contract requirement(s) or terms and conditions ( i.e. contract financing arrangements or warranty requirements): Not Applicable. 15. The Defense Priorities and Allocations System (DPAS): Not Applicable. B. Responses and Questions: 1. Responses to this notice shall contain sufficient information to establish the interested party's bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. An offeror must have an active registration in the System for Award Management (SAM) www.sam.gov." 2. Responses must reference the identifier code as follows: CSS2929602. Responses must be submitted electronically by the closing date and time of this announcement. Responses must be submitted electronically to the Contract Specialist, Mario Gray, using the e-mail address as follows: Mario.Gray@nih.hhs.gov. Fax or telephone responses will not be accepted. 3. Questions must reference the identifier code as follows: CSS2929602. Questions must be submitted electronically within the ‘first two days' of this announcement. Questions must be submitted electronically to the Contract Specialist, Mario Gray, using the e-mail address as follows: Mario.Gray@nih.hhs.gov. Fax or telephone questions will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/CSS2929602/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03143822-W 20130811/130809234604-276c4a3c4bc07e7d7c68f3f9e039941d (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 |