Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2020 SAM #6664
SOLICITATION NOTICE

68 -- Bulk Liqud Nitrogen

Notice Date
2/25/2020 12:37:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
12639520Q0064
 
Response Due
2/26/2020 11:30:00 AM
 
Archive Date
03/12/2020
 
Point of Contact
Jason L Wilking, Phone: 6123363210
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov
(Jason.L.Wilking@aphis.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of Amendment 01 to Combined Synopsis Solicitation 12639520Q0064 is to add Line Number 07 for charges or fee's associated with initial tank fill. 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 IDIQ contract. 2. �The combined synopsis solicitation number for this effort is 12639520Q0064 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). �This requirement is for the United States Department of Agriculture (USDA), National Bio and Agro-Defense Facility (NBAF) located in Manhattan KS. 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:������������������������������������������������������������������������� Estimate�� �� ����Unit of����������������������������� ����������������������������������������������������������������������������������������������� Quantity� ������� issue��������������� price������� �� extended 001.� Base Period:� �����������04/27/2020 to 09/30/2020 ���������� ���40,000�������� gallons ������������ $_____������� $_______ 002.� Ordering period II� ��10/01/2020 to 09/30/2021������������ ��� 96,000������� �gallons������������ $_____������� $_______ 003.� Ordering period III� �10/01/2021 to 09/30/2022���� ������� ����96,000�������� gallons������������ $_____������� $_______ 004.� Ordering period IV ��10/01/2022 to 09/30/2023����������� ���96,000�������� gallons������������ $_____������� $_______ 005.� Ordering period V ���10/01/2023 to 09/30/2024������������ ��� 96,000�������� gallons������������ $_____������� $_______ 006.� Ordering period V ���10/01/2024 to 04/27/2025������������ ��� 56,000�������� gallons������������ $_____������� $_______ 007.�� Additional fees, charges. or labor�for inital ��������� commissioning tank fill.�������������������������������������������������������������������� 1������������� job������������������� $_______ ������������������������������������������������������������������������������������������������������������������������������� TOTAL PRICE ����� $__________ ������������������������������������������������������������������������������������������������������������������������������� CLINS 001-007��������������������� 6.� Description: Bulk liquid nitrogen type II liquid, grade B, 99.5 pure, class 1 oil free, bulk delivery.� Estimated usage is 8,000 gallons per month (96,000 gallons per year).� Adequate supply must be maintained, which includes weekends and holidays to ensure the tank supply does not go below 25%. ��The contractor will be responsible for monitoring the tank level and refilling, as needed, remote monitoring of bulk storage tank via contractor provided telemetry system is acceptable or by calling the NBAF Transshipping Supervisor.� Any additional charges (ie: remote monitoring, delivery, surcharges, power charge, etc.) shall be included in the unit price. �The contractor will communicate any abnormal conditions to the NBAF Transshipping Supervisor as needed to prevent the potential for system failure as well as eliminate the potential for the bulk storage tank to reach a critical low level. 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 tank, which is located at 1880 Kimball Ave, Manhattan KS 66502.The filling function will be from the transshipping remote fill station which is located on the northeast corner of Building 3.� This remote fill station is approximately 515 feet from the LN2 bulk storage tank 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 6:00 am and 6:00 pm, excluding holidays and weekends unless special arrangements have been made in advance.� All deliveries require 24-hour pre-notification.� The NBAF Transshipping Supervisor or designated NBAF staff will provide the signature on each delivery ticket.� First delivery of liquid nitrogen is required on April 27, 2020 and will be coordinated with the delivery and installation of the new bulk tank.� The first fill is needed facilitate the commissioning testing process of the new tank.�� The commissioning testing process is required to validate the tank light for safe tank operation. Upon passing of the commissioning the tank will be filled on as needed basis thereafter. 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). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011) �(29) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (55) 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:� 52.216-18��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. ������������������������������������������ (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 150,000 gallons (2) Any order for a combination of items in excess of 150,000 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) 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 150,000 gallons annually.���� (End of Clause) 452.216-74 CEILING PRICE (FEB 1988) The ceiling price of this contract is $500,000.00.� 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) 14. Quotations are due by 01:30 PM CST, February 26, 2020. Quotes may be sent via e-mail to Jason.l.wilking@usda.gov.�� 15. The point of contact for this solicitation is Jason Wilking who may be reached at Jason.l.wilking@usda.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1eb72cff953b4c67ae33c8f35f44c68c/view)
 
Record
SN05572205-F 20200227/200225230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.