Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 26, 2014 FBO #4750
SOURCES SOUGHT

68 -- Bulk Medical-Grade Industrial Gas Solution for the National Institute of Mental Health - Gas Tank Area

Notice Date
11/24/2014
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-15-41
 
Archive Date
12/19/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Gas Tank Area Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Purpose and Objectives for the Procurement: The purpose of this potential procurement is acquisition of a comprehensive bulk gas solution for the procurement of gases and related products and services for use in biomedical research at the National Institute of Mental Health (NIMH). Specifically, the NIMH requires medical grade bulk oxygen (gas), nitrogen (liquid), and carbon dioxide (gas) and associated support. Project Requirements: The Contractor shall be able to meet the following project requirements: Bulk Gas The Contractor shall provide bulk gases which meet the following specifications: o Nitrogen NF (Medical Grade, Approved for Human Drug Use): Odor: None ppm O2: <5.00 ppm CO: <10.00 Nitrogen: >99.00 o Oxygen USP (Medical Grade, Approved for Human Drug Use): Odor: None % O2: >99.50 % CO2: <0.03 %CO: <0.001 o Carbon Dioxide (Medical Grade) % CO2: >99.9 ppm O2: <100.00 (< 0.0100%) ppm CO: <10.00 (<0.0010%) ppm N2: <0.0375 (<0.0375%) ppm Total Hydrocarbons: <20.00 (<0.0020%) ppm Moisture (H2O): <32.00 (<0.0032%) Dew Point: -51 degrees C @ atmospheric pressure The overall maximum estimated requirements and the minimum contract quantities are both detailed below. Overall Maximum Estimated Requirements Gas Description Estimated Annual Quantity Maximum Total Quantity Medical Grade Liquid Nitrogen 6000 Gallons 35,000 Gallons Medical Grade Oxygen 1895 Gallons 9,600 Gallons Medical Grade Carbon Dioxide 105,000 Pounds 530,000 Pounds Minimum Quantity to be Ordered for the Life of the Contract Gas Description Required Quantity Medical Grade Liquid Nitrogen 6000 Gallons Medical Grade Oxygen 1895 Gallons Medical Grade Carbon Dioxide 105,000 Pounds Telemetry System(s) for Bulk Gas Management The contractor shall provide bulk gas in tanks with installed telemetry system(s). The system(s) must allow the NIMH to monitor remaining amounts of gases in each tank. Specifically, the system(s) must continuously monitor tank levels, as well as record and monitor other critical information including temperature, pressure, gas purity, and power usage. The system(s) must be "self-diagnosing" to detect system failures and shall also include an alarm for tank level and usage which includes a local display and key pad. Telemetry unit(s) shall be industry standard for use on designated tanks and be industry compliant. All telemetry units shall include data logging capabilities for tank level, temperature and pressure, and purity measurements. The Government will provide power and phone line connectivity as necessary for use of the telemetry system(s). The available connection details are as follows; Connections: o Power output: 110 volt ac or (solar power option 138v dc) o Output: switched 12 v dc (used with solar power option and continuous 12 v and 18v dc with main powers o Signals: 7 analog inputs 0-10 v dc or 4-20 ma 8 digital inputs o Standard test voice quality direct dial telephone line. 1200 band modem Installation, De-Installation, and Delivery Services The contractor shall provide all tanks required for provision of the required goods and shall also provide for the installation of said tanks at the NIMH tank storage facility. Installation shall be scheduled in coordination with the Government at times convenient to the Government. Installation may be required in installments per the needs of the Government. Please note that during installation all welds using flux must be done with an inert gas flow to prevent contamination of plumbing to the Government/owners valves and piping. At the end of the contract period or in the case that the contract is terminated for any reason prior to the end of the contract period, the contractor shall be responsible for de-installation and removal of all provided tanks at no cost to the Government. The contractor may propose its best solution for provision of the required goods; for reference, the Government currently uses a 500 gallon tank for nitrogen, 1500 gallon tank for oxygen, and a 6 ton tank for carbon dioxide, however the Government is open to varying tank sizes within the constraints that the tanks are to fit on the cement pad in the outside pen. Please see the attached diagram "Gas Tank Area" for details on the dimensions of available space. The contractor shall be responsible for delivery of required goods to the tanks and for maintenance of the tanks and the telemetry system(s). Customer Support The Contractor shall respond to support requests received via telephone within 30 minutes during business hours (9:00 AM to 5:00 PM) and shall provide on-site service as necessary within 24 hours following a telephone request during business hours. These service visits are required roughly 3-4 times per year. On-site service shall not be individually charged but shall instead be provided as part of the overall bulk gas solution. Tanks shall be serviced and inspected on a semi-annual basis. Liability The Contractor shall carry at its own expense a public liability policy to the extent of $1,000,000 single limit coverage for the bodily injury, death and property damage, protecting against any liability incurred by reason of the operation, maintenance of filling of the tank or any part of the facility whose ownership resides with the Contractor, and shall hold the Government harmless against any claims arising as a result of the operation of the system unless caused by the negligence or otherwise wrongful conduct of any agent or employee of the Government. The Contractor shall certify in writing that such a policy is in force prior to award of any order. The Government will not be liable for any loss except normal evaporation losses unless caused by the negligence or otherwise wrongful conduct of an agent of the Government. The extent of this liability shall be no more than in the amount required to replenish the provided tank(s) to the optimum level; excessive evaporation or losses for any reason not due to negligence on the part of authorized users will necessitate the replacement of the faulty tank or connections at no cost to the Government. Tank Inspection The contractor must permit free and unhindered inspection of the tank storage facility by the Government both during installation and during the life of the agreement, for the purpose of assuring that proper and adequate procedures are being maintained to protect the life and safety of any authorized individual assigned to any duty near or within the confines of the liquid nitrogen facility. The Government assumes no responsibility or liability regarding such right of inspection. Adherence to proper procedures constitutes compliance with OSHA Standards (https://www.osha.gov/pls/oshaweb/owadisp.show_document?p_table=standards&p_id=9747), 29 CFR 1910.104 Oxygen, 29 CFR 1910.101 Liquid Nitrogen, 29 CFR 1910.1300 Carbon Dioxide, and 49 CFR Part 173, Subpart (g) 173.301 - 173.340 Gases; Preparation and Packaging. Contract Type The Government anticipates award of an indefinite-delivery indefinite-quantity contract. In accordance with an indefinite delivery/indefinite quantity contract, bulk gas shall be ordered via records of call/delivery orders. The maximum quantity that the Government may order over the life of the IDIQ contract is detailed in column three of Table 1. The minimum quantity to be ordered for the life of the contract is detailed in Table 2. Please note that the minimum quantity might not be ordered in one record of call, but would be ordered over the life of the contract. Overall Maximum Estimated Requirements Gas Description Estimated Annual Quantity Maximum Total Quantity Medical Grade Liquid Nitrogen 6000 Gallons 35,000 Gallons Medical Grade Oxygen 1895 Gallons 9,600 Gallons Medical Grade Carbon Dioxide 105,000 Pounds 530,000 Pounds Minimum Quantity to be Ordered for the Life of the Contract Gas Description Required Quantity Medical Grade Liquid Nitrogen 6000 Gallons Medical Grade Oxygen 1895 Gallons Medical Grade Carbon Dioxide 105,000 Pounds Ordering Orders issued under this contract may be placed in writing or via electronic mail (e-mail) by the authorized designee(s). The authorized designee(s) shall be identified at time of award. The Contractor representative(s) authorized to receive and accept orders placed by telephone shall be identified at time of award. Each delivery must be accompanied by evidence of delivery/performance. Orders shall not be made more than once every two weeks. Ordered quantities must be delivered within 24-48 hours after order placement. Anticipated Contract Type: The Government anticipates award of one (1) indefinite delivery indefinite quantity contract. Anticipated Period of Performance: The anticipated period of performance is five (5) years from date of award. Capability Statement: Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required gases in the estimated annual quantities outlined 3) documentation of a public liability policy, 4) documentation of ability to provide a telemetry system as detailed above and ability to meet the customer support, ordering/delivery, and tank inspection requirements and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of an indefinite delivery indefinite quantity contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-41/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03580750-W 20141126/141124234530-0fa6228e9706ecd85e8d8a6159964e03 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.