SOLICITATION NOTICE
99 -- Liquid Helium for NINDS Laboratory of Functional and Molecular Imaging, NIH - FAR 52.212-3 Reps and Certs - Material Safety Data Sheet - Price Quote Template - FAR 52.212-5 Applicable Clauses
- Notice Date
- 5/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIH-NIDA-CSS-18-4806263
- Archive Date
- 6/12/2018
- Point of Contact
- Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
- E-Mail Address
-
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT 4 - FAR 52.212-5 Applicable Clauses -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items ATTACHMENT 2 -- Price Quote Template ATTACHMENT 1 - Material Safety Data Sheet ATTACHMENT 3 -- FAR 52.212-3 Offeror Reps and Certs Commercial Items Liquid Helium for NINDS Laboratory of Functional and Molecular Imaging, NIH This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is NIH-NIDA-CSS-18-4806263 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The associated NAICS code is 325120, "Industrial Gas Manufacturing" and the small business size standard is 1,000 employees or fewer. This acquisition is pursued on the basis of an unrestricted, full and open competition, open to all qualified sources. Both large and small businesses are eligible for award. Contract Type An Indefinite Delivery/Indefinite Quantity type contract with firm-fixed price Delivery Orders is contemplated for this requirement. There will be a base ordering period of one-year with four (4) successive 12-month Term Options for a total possible ordering period of five years. The guaranteed minimum order quantity, constituting the initial order, will be for one (1) 350-liter Dewar of liquid helium. Maximum ordering quantity for the entire potential five-year ordering period will be 85 deliveries of one 350-liter Dewar of liquid helium (29,750 liters total). No more than 5,950 liters (17 deliveries of one 350-liter Dewar per delivery) will be ordered in a 12-month period. Statement of Need and Purpose : Indefinite Delivery/Indefinite Quantity-type contract with a 12-month (one year) base ordering period and with four successive 12-month (one year) term option ordering periods (total possible ordering period of 5 years) for liquid helium to supply the 11.7T animal MRI magnet scanner housed at the NINDS Laboratory of Functional and Molecular Imaging. Background Information and Objective: The Laboratory of Functional and Molecular Imaging is home to an ultra-high magnetic field 11.7T animal MRI scanner with a 31 cm bore, one of the highest field magnets with such a large bore in the world. To maintain this field, the magnet windings are immersed in liquid helium, and then held in a vacuum to lower the temperature to around 2 Kelvin. This enables the magnet to operate in a superconducting state at this high field. The vacuum and continuous boiloff of the liquid helium requires that the helium be refilled periodically. For this magnet, the volume required for refilling is 350 liters, which is required approximately every three weeks. NINDS anticipates establishing an Indefinite Delivery / Indefinite Quantity-type contract with a one-year Base ordering period with four successive 12-month Term Option ordering periods for a total possible ordering period of 5 years. Delivery quantity is typically 350 Liter Dewars per delivery which typically occur every 3 to 4 weeks. Vendor will deliver helium, NINDS staff will fill the magnet, and on the next delivery the vendor will pick up the empty tank. The guaranteed minimum order quantity shall be one order of one 350 liter Dewar of liquid helium. The maximum order quantity will be 85 deliveries and 29,750 liters of liquid helium. However, no more than 5,950 liters will be ordered per year. Required delivery lead time is 7 days after receipt of order. There may be times where expedited or emergency delivery is required (anticipated no more than twice per year). Delivery charges emergency deliveries (within 24 hours of receipt of order) will be made part of the Indefinite Delivery / Indefinite Quantity contract as separate line items to be included in individual delivery orders as applicable. Generic Name of Product : Liquid Helium Salient characteristics: 1.The contractor shall provide 350 Liter Dewar's of liquid helium per delivery (exact quantity to be determined per Delivery Order). Liquid helium is liquefied gas and presents a cryogenic burn risk (frostbite). Dewars should be MRI compatible (i.e. non-magnetic). Dewar should also have electric pressure builder. 2.Dewar's of this gas shall be handled by trained and certified personnel. 3.The Dewars shall be stored outdoors in well ventilated area. One 350 liter helium tank is needed approximately every 3 weeks. This can vary somewhat due to difference in the boiloff from the magnet, related to atmospheric conditions and usage of the magnet. 4.Tanks are delivered and picked up at the following location: National Institutes of Health Building 10, B1NMR loading dock, 9000 Rockville Pike Bethesda, MD 20892 We will have no more than one 350-liter Dewar per Delivery Order, with a maximum of 17 Delivery Orders per annum, approximately one every 3 weeks. However, on occasion we go up to 4 weeks between fills. The maximum number of liters we will need annually is 5950. Boiloff can be higher and fills may not be as efficient as expected, requiring more helium. The total amount of helium shall not exceed 5,950 liters during any one year for the period of performance of this contract. Total maximum delivery quantity under this contract will be 29,750 liters. Delivery Date: Average of one delivery per month, every 3-4 weeks. It is possible that we will need to add an additional delivery, or that we will not need a delivery. Typically, the vendor is called the week before helium is required in order to schedule delivery. Delivery in 7 days after receipt of orde r is the typical delivery schedule unless a different delivery schedule is agreed to. The project officer of this contract will advise the contractor if there is a change in the delivery schedule. Optional pricing will be included in the resultant contract for emergency deliveries (delivery within 24 hours of receipt of order), though we anticipate the need for emergency deliveries to be very rare. Period of Performance: Base year: July 1, 2018 - June 30, 2019 Option Year 1July 1, 2019 - June 30, 2020 Option Year 2July 1, 2020 - June 30, 2021 Option Year 3July 1, 2021 - June 30, 2022 Option Year 4July 1, 2022 - June 30, 2023 Delivery address: National Institutes of Health B1NMR Loading Dock, Building 10 Laboratory of Functional and Molecular Imaging, NINDS, NIH 10 Center Drive Bethesda MD 20892 The Material Safety Data Sheet is included in this solicitation as ATTACHMENT 1 The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government. Award will be made to the responsible vendor with the lowest-price, technically-acceptable quote/proposal. Technically-acceptable is defined as meeting all Salient Characteristics and Delivery requirements identified in this Combined Synopsis/Solicitiation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include a completed Price Quote template (ATTACHMENT 2), with their response to this Combined Synopsis/Solicitation. (Offer's may also use their own format/templates as long as all of the requested information contained in the attachment is included). Offerors are instructed to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (NOTE: If your SAM Reps and Certs are up to date and no changes would need to be made to those Reps and Certs for this particular contract requirement, then only paragraph b) will need to be completed). Evaluation of Options: The Government will evaluate offers for award purposes by adding the total price for all options (the four successive 12-month Term Options) to the total price of the basic requirement (Base 12-month ordering period). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached document, "FAR 52.212-5 Applicable Clauses", for clauses applicable to this acquisition. FAR 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 from TBD through TBD (base ordering period of contract). (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) FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) 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 TBD. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (March 2000). a) The Government may unilaterally exercise any of the Term Options provided that the Government gives the Contractor a preliminary written notice of its intent to exercise said option at least 30 days prior to contract expiration. (Should it be the Government's intent to NOT exercise the next subsequent Term Option, the Government will notify the contractor 60 days prior to contract expiration in order to allow for the preparation of any final contract deliverables). The preliminary notice does not commit the Government to exercise the referenced Option. b) If the Government exercises any of the Term Options, the extended contract shall be considered to include this option clause. c) The total duration of the ordering period of the contract, including the exercise of any Term Options, under this clause, shall not exceed five years. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: TBD The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. The Government may unilaterally change its COR designation. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE a. Contractor Performance Evaluations Interim and Final evaluations of Contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. The Final performance evaluation will be prepared at the time of completion of work. In addition to the Final evaluation, Interim evaluation(s) will be prepared Annually as follows: on the anniversary date of contract award, covering the prior 12-months of performance. Interim and Final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b. Electronic Access to Contractor Performance Evaluations Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. This Combined Synopsis/Solicitation does not commit the Government to pay any costs incurred in the submission of quotes/proposals. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All quotes/offers must be received by 5 PM EST June 6, 2018 and reference number NIH-NIDA-CSS-18-4806263. Quotes/offers shall be submitted electronically to Jason Williams, Contracting Officer at willjas@nida.nih.gov Fax responses will not be accepted. For any questions or further information regarding this solicitation, please contact Jason Willliams, Contracting Officer, NINDS Contracts Management Branch, NIDA, NIH at PH: 301-496-5985; E-mail: willjas@nida.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIH-NIDA-CSS-18-4806263/listing.html)
- Place of Performance
- Address: Contractor's facility with delivery to National Institutes of Health main campus in Bethesda, MD, United States
- Record
- SN04932855-W 20180525/180523231109-45aabf925a5a11206e47fc6988e3a011 (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 |