SOLICITATION NOTICE
99 -- Bulk Liquid Nitrogen delivery in IA
- Notice Date
- 11/24/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-15-0014
- Archive Date
- 12/20/2014
- Point of Contact
- Jason L Wilking, Phone: 612-336-3210
- E-Mail Address
-
Jason.L.Wilking@aphis.usda.gov
(Jason.L.Wilking@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supply requirements contract. 2. The combined synopsis solicitation number for this effort is AG-6395-S-15-0014 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Veterinary Services (VS), National Veterinary Services Laboratories (NVSL) located in Ames, IA. 3. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ 4. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a Small Business Set-Aside. The NAICS code is 325120. The small business size standard is 1,000 employees or less. 5. Line items: 001. Base Period: Award through November 30, 2015 estimated usage 42,000 gallons. Price______/gallon 002. Option period I, Dec 01, 2015 through Nov. 30, 2016 estimated usage 42,000 gallons. Price:______/gallon 003. Option period II, Dec 01, 2016 through Nov 30, 2017 estmated usage 42,000 gallons. Price ______?gallon 004. Option period III, Dec 01, 2017 through Nov 30, 2018 estimated usae 42,000 gallons. Price______/gallons. 005. Option period IV, Dec 01 2018 through Nov 30, 2019 estimated usage 42,000 gallons. Price______/gallon. TOTAL _________CLINS 001-005 6. Description: Bulk liquid nitrogen Law Fed sped #BB-N-411c, type II liquid, grade B, 99.5 pure, class 1 oil free, bulk delivery. Estimated usage is 3,500 gallons per month (42,000 gallons per year). Adequate supply must be maintained, which includes weekends and holidays to ensure the tank supply does not go below 25%. Any additional charges (ie: remote monitoring, delivery, surcharges, power charge, etc) shall be included in the unit price. In the event an additional requirement of bulk nitrogen the USDA will contact the contractor for the contractor at least 48 hours in advance. 7. Deliveries: Bulk liquid nitrogen delivery is required to a government owned, 8,000 gallon tank, which is located on Dayton Avenue-Bldg #24, in Ames IA. To ensure the tank will not go below 25%, deliveries will be required 1-2 times a month. Deliveries can be made between the hours of 8:00 am and 4:30 pm, excluding holidays and weekends unless special arrangements have been made in advance. 8. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 9. The provision at 52.212-2 Evaluation - Commercial Items does not apply to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation and is the lowest priced offer. 10. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 12. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111- 117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011) (25) 52.219-28, Post Award Small Business Program (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332) 13. To be awarded this contract, the offeror must be registered in the SAM.gov. SAM.gov information may be found at http://www.SAM.gov. 14. Additional clauses include: 52.217-8 -- Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the before contract expires. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) 52.216-18 Ordering. (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued before contract expires. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 Order Limitations. (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 100 gallons the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of 50,000 gallons (2) Any order for a combination of items in excess of 60,000 gallons; or (3) A series of orders from the same ordering office within one year that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within seven days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 Requirements. (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 60 days after expiration of the contract. (End of clause) 452.216-73 MINIMUM AND MAXIMUM CONTRACT AMOUNTS (FEB 1988) During the period specified in FAR clause 52.216-18, ORDERING, the Government shall place orders totaling a minimum of 1,000 gallons within the base period of the contract, but not in excess of 60,000 gallons annually. (End of Clause) 452.216-74 CEILING PRICE (FEB 1988) The ceiling price of this contract is $150,000.00. The Contractor shall not make expenditures or incur obligations in the performance of this contract which exceed the ceiling price specified herein, except at the Contractor's own risk. (End of Clause) AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS (a) This award is subject to the provisions contained in sections 738 and 739 of the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012, P.L. No. 112-55, Division A, as amended and/or subsequently enacted, regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal or State law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, APHIS may terminate this contract for default and may recover any funds the awardee has received in violation of sections 738 or 739, as amended and/or subsequently enacted. 14. Quotations are due to the USDA APHIS MRPBS AAMD, Butler Square west 5th Floor, 100 North Sixth Street, Minneapolis, MN 55403 by 01:30 PM CST, December 05, 2014. Quotes may be sent via e-mail to Jason.l.wilking@aphis.usda.gov, fax to 612-336-3550 or mail. The point of contact for this solicitation is Jason Wilking who may be reached at Jason.l.wilking@aphis.usda.gov, or phone at 612-336-3210. 15. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: a. a price, extended price and a total for the line items. CLINS 001-005. b. Signature of the offeror on the page which lists the prices. c. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or if not completed in SAM.gov. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-15-0014/listing.html)
- Place of Performance
- Address: USDA APHIS VS NVSL, Dayton Ave- Blg #24, Ames, Iowa, United States
- Record
- SN03580534-W 20141126/141124234344-40141bc5ba2b4925b29ac3e76d238569 (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 |