SOLICITATION NOTICE
68 -- Liquid Helium
- Notice Date
- 9/15/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NIHLM2014272
- Archive Date
- 10/3/2014
- Point of Contact
- Lisa S. Josephowitz, Phone: 3015947725
- E-Mail Address
-
josephol@mail.nih.gov
(josephol@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2014272 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification (NAICS) Code is 325120 and the business size standard is 1,000 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Library of Medicine (NLM), NIDDK Acquisitions Branch would like to procure: Liquid Helium (10,400 Liters) delivered in 100L and 250L dewars. This is needed to keep operational, 18 superconducting NMR magnets, which are used for a wide range of fundamental biological and biophysical research, including the study of proteins related to a wide range of fundamental biological and biophysical research, including the study of proteins related to various diseases such as diabetes, HIV, Alzheimer's and Parkinson's. Deliveries need to be made on a weekly basis to four buildings, located on the NIH main campus, and as specified in each individual request for delivery. They will be spread evenly for approximately twelve months. The liquid helium must be delivered promptly, maximum of three workdays advance notice. In addition, a proven track record of making reliable and timely deliveries of liquid helium is necessary along with being registered with the Bureau of Land Management, in order to have secure access to crude gas helium. The offeror must include a completed copy of the following provisions: FAR Clause 52.212-1 Instructions to Offerors Commercial; FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; Offeror must comply with FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Offers will be evaluated using procedures from FAR Part 52.212-2 (evaluation of commercial items - January 1999). After review and evaluation, the CO will make the selection on a Best Value to the Government. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased (this only applies to requirements that involve the acquisition of apparatus/equipment). Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer's Name and Telephone Number, and 7. Program Manager's Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 4 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the 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. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due four (4) days from the publication date of this synopsis on September 18, 2014 by 11:30 a.m., ET. The quotation must reference "Solicitation Number" NIHLM2014272. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Library of Medicine, NIDDK Acquisitions Office, 6707 Democracy Blvd., Room 770B, Bethesda, Maryland 20817, Attention: Lisa Josephowitz. Faxed copies will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2014272/listing.html)
- Record
- SN03511248-W 20140917/140915235525-bca01756161bd647f191cece5705ecd4 (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 |