SOURCES SOUGHT
68 -- Liquid and Compressed Gases for Rocky Mountain Laboratories - Appendix A - Gas Requirements
- Notice Date
- 11/23/2016
- Notice Type
- Sources Sought
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- SS-RML-C-1817053
- Archive Date
- 12/23/2016
- Point of Contact
- Tamara K. McDermott, Phone: 406-375-7487
- E-Mail Address
-
tamara.mcdermott@nih.gov
(tamara.mcdermott@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- List of estimated annual gas requirements 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) Size classification relative to the North American Industry Classification System (NAICS) code 325120 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Background, Purpose, Objectives The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories (RML) is currently seeking small business sources capable of providing qualified and experienced personnel, material, transportation, supplies, tools, equipment, and facility resources - not otherwise provided by the Government - to perform, on an as-needed basis, the delivery and supply of liquid and compressed gases in both cylinder and bulk form to the RML facility in Hamilton, Montana. The RML has a research need to procure a variety of Liquid and Compressed Specialty Gases and bulk Liquid Nitrogen and Carbon Dioxide and depends heavily upon having these available at all times. Project Requirements Successful offerors must have the knowledge, skill, ability, and resources including transportation, permits, materials, personnel (supervision/labor), vehicles, equipment, cylinders (with the exception of government-owned cylinders), and tanks to provide liquid and compressed gases to RML. A list of types, sizes, and estimated annual quantities is provided in Attachment A. The Government estimates that there will be periodic needs for additional specialty gases not otherwise provided for in Attachment A. Offerors must be able to provide a cylinder management program and inventory; maintain remote telemetry monitoring of nitrogen tanks; and provide proof of delivery safety inspection checks. Offerors must be able to provide all necessary cylinder-contained liquid and compressed gases no later than 4:00 pm every Friday. Offerors must be able to provide all liquid nitrogen bulk tank fills on an as-needed basis as determined by contractor-provided telemetry system monitoring. The Government anticipates making a single Indefinite-Delivery Indefinite-Quantity Fixed Price contract. Anticipated Period of Performance It is anticipated that an award will be made on or about January 29, 2017 for a 3 year period of February 1, 2017 - January 31, 2020. Capability Statement/Information Sought All small businesses including veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns should respond with a capability statement by December 8, 2016 at 3:00 PM EST. (No large businesses should respond to this announcement.) Capability statements must reference similar work that has been performed by the contractor and the dollar value of that work. Respondents must specifically address their abilities to provide personnel and resources onsite within 24 hours. Respondents must also demonstrate past experience with contracts of similar size and scope. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, point of contact, email address, website address, telephone number, DUNS number and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Capability document shall be no more than 6 pages. This notice is for small business respondents only. As such, capability statements should also include documentation indicating that offerors business size meets current standards as determined by the Small Business Administration's Table of Size Standards located at: (https://www.sba.gov/content/small-business-size-standards) for NAICS 325120. This SBA size standard is currently 1,000 employees, but is subject to change. Prospective offerors may also note whether they meet any other socio-economic business categories such as 8(a), Hub-Zone, or Service Disabled Veteran when submitting their capability statement. Submission Instructions Interested small businesses who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by December 8, 2016 at 3:00 PM EST. All responses under this Sources Sought Notice must be emailed to Tamara McDermott tamara.mcdermott@nih.gov. Disclamer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/SS-RML-C-1817053/listing.html)
- Place of Performance
- Address: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN04335345-W 20161125/161123233727-4f98e3263406491108ff40878e2979d7 (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 |