SOLICITATION NOTICE
99 -- Liquid Argon, Tank Inspection and Maintenance - Attachment II - API 653: Tank Inspection, Repair, Alteration and Reconstruction - Attachment I
- Notice Date
- 7/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- 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 B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1341-14-RQ-0496
- Archive Date
- 8/20/2014
- Point of Contact
- Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
- E-Mail Address
-
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment I - Statement of Work Standard Form 1449 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 and 2005-75 effective July 1, 2014 and June 24, 2014 respectively. 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. Simplified acquisition procedures will be utilized. This acquisition is exempt from the requirements of the non-manufacturer rule. The Contractor shall provide argon gas and maintenance of a NIST-owned tank and telemetry unit in accordance with the statement of work. OPTION LINE ITEM Line items 0003 through 0008 are option line items. Quoters must provide a firm-fixed price for all option line items. Prices for the option line items shall remain valid in accordance with the following: Line Items 0003 and 0004 - Option Period I - One year from the date of award; Line Items 0005 and 0006 - Option Period II - Two years from the date of award; Line Items 0007 and 0008 - Option Period III - Three years from the date of award. The period of performance for each option line item shall be one year from the date of exercise of option. The Government may exercise option line items, at its discretion, at any time prior to the expiration date of the period of performance of the base period and any subsequent option period. Options will be exercised by the issuance of a purchase order modification (Standard Form 30). Responsible quoters shall provide pricing for all of the following line items. LINE ITEM 0001 - BASE PERIOD: Quantity not-to-exceed (NTE) 17,000 liters of liquid argon in accordance with the statement of work. LINE ITEM 0002 - BASE PERIOD: Quantity 1 year tank inspection and maintenance in accordance with the statement of work. LINE ITEM 0003 - OPTION PERIOD I: Quantity NTE 18,000 liters of liquid argon in accordance with the statement of work. LINE ITEM 0004 - OPTION PERIOD I: Quantity 1 year tank inspection and maintenance in accordance with the statement of work. LINE ITEM 0005 - OPTION PERIOD II: Quantity NTE 18,000 liters of liquid argon in accordance with the statement of work. LINE ITEM 0006 - OPTION PERIOD II: Quantity 1 year tank inspection and maintenance in accordance with the statement of work. LINE ITEM 0007 - OPTION PERIOD III: Quantity NTE 19,000 liters of liquid argon in accordance with the statement of work. LINE ITEM 0008 - OPTION PERIOD III: Quantity 1 year tank inspection and maintenance in accordance with the statement of work. LIST OF ATTACHMENTS Attachment I - Statement of Work; Attachment II - API 653: Tank Inspection, Repair, Alteration and Reconstruction; Attachment III - Standard Form 1449. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation is the lowest priced, technically acceptable quotation. Technically acceptable means that the Contractor can provide liquid argon in accordance with the specifications in the statement of work, utilize the existing telemetry unit to monitor the liquid argon, meet all tank inspection and maintenance requirements, meet all reporting requirements, meet all service and support requirements, and meet all delivery requirements. All requirements are identified in the statement of work. The quotation will be evaluated to confirm that all requirements will be met. PRICE Price shall be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine whether that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. ADDENDUM TO 52.212-1 - INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (a) General Instructions Quotations are required to conform to solicitation provisions and be prepared in accordance with this section. To aid in evaluation, the quotation must be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number. Quoters shall submit one original of their quotation, marked as such, and two copies of the technical and price quotations. Only one copy of the business portion of the quotation is required to be submitted. Quotations must be received not later than August 6, 2014, at 3:30 PM Eastern Time. E-mail quotations are acceptable. Fax quotations will not be accepted. E-mail quotations are considered received when the e-mail enters into the electronic inbox of Carol Wood. Only information received on or before the due date and time shall be considered for award. Any quotation, or part thereof, received after the due date and time, shall be deemed late and not considered for award. Each volume shall be clearly marked by volume number and title. (b) Overall Arrangement of the Quotation (1) BUSINESS QUOTATION (A) The business quotation consists of the actual offer to enter into a contract to perform the required work. It also includes required representations, certifications, and acknowledgments; justifications for noncompetitive proposed subcontracts; identification of technical data to be withheld; and any other administrative information. (B) Format and Content. The business quotation shall include the following documents (in the order listed): (i) Use of the Form - Attachment III, the Standard Form 1449, must be executed fully and used as the cover sheet (or first page) of Volume I. Include one (1) originally signed copy of the form in the Original Volume I. (ii) Acceptance Period - The acceptance period shall not be less than 120 days. (iii) Concurrence with all terms and conditions of the solicitation. (iv) The Dun and Bradstreet Number for the quoter's active registration at the System for Award Management, (www.SAM.Gov) website. (v) If the quoter's representations and certifications do not reflect the NAICS code governing this solicitation, quoters must submit documentation that they are a small business under the NAICS code governing this solicitation. (vi) Signature Authority - The person signing the form must have the authority to commit the quoter to all of the provisions of the solicitation, fully recognizing that the Government has the right, by terms of the solicitation, to make an award without further discussion if it so elects. (2) TECHNICAL QUOTATION (A) General (1) The technical quotation consists of the quoter's technical and management aspects of the acquisition. It must indicate your company's capabilities and the means to be used to satisfy the requirements of the Statement of Work. It will be evaluated in accordance with the evaluation criteria and must be specific and complete in every detail. The quotation must be practical and be prepared simply and economically, providing straightforward, concise delineation of what it is the offeror will do to satisfy the requirements of the Statement of Work. (2) In order that the technical quotation may be evaluated strictly on the merit of the material submitted, no price information shall be included. (3) The quotation shall not merely offer to perform work in accordance with the scope of work, but shall outline the actual work proposed as specifically as practical. The Statement of Work reflects the problems and objective of the program under consideration; therefore, repeating the Scope of Work without sufficient elaboration will not be acceptable. (4) The quotation must be typed, on 8-1/2" by 11" paper, not exceeding 10 pages, single sided, single spaced, exclusive of experience and past performance references. (B) Specific areas to be addressed: For the purpose of evaluation of Technically Acceptable, the technical quotation must include: -The specifications of the liquid argon that will be delivered; -Documentation and discussion which addresses how the Contractor will monitor tank levels using the Dataonline telemetry unit; -Documentation and discussion which addresses how the Contractor will satisfy all tank inspection and maintenance requirements; -Documentation and discussion which addresses how the Contractor will meet all reporting requirements and service and support requirements; -Documentation and discussion which addresses how the Contractor will meet all delivery requirements including the size of the Contractor's fleet of trucks. (3) PRICE QUOTATION The price quotation must include a firm fixed price for the base line items and each option line item. Prices must include all costs associated with FOB Destination deliveries. All option line items must be quoted. Price will be evaluated based on the aggregate value of the base and all option line items. SECURITY REQUIREMENTS Because of heightened security, e-mail, FED-EX, UPS or similar delivery methods are the preferred method of delivery of quotations. If quotations are hand delivered, delivery must be made on or before the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to Carol Wood in the Acquisition Management Division via e-mail, carol.wood@nist.gov. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. A US citizen must deliver the quotation due to clearance process for non-US citizens to obtain entry to the NIST site. Please ensure that the individual making the delivery brings a valid state provided identification and a current vehicle registration, or they will be denied access to the facility. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, quoters who do not provide a 48 hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver quotations on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, building, room number, etc.) PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial with the Addendum to 52.212-1; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.217-5, Evaluation of Options. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-5 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.209-6,Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Rerepresentation 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 Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.217-7, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.247-34, FOB Destination; and 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0496/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Gaitherburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN03438141-W 20140727/140725234629-492b85482e508e13ccfa617acacb4788 (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 |