SOLICITATION NOTICE
68 -- LIQUID HELIUM
- Notice Date
- 7/27/2020 7:59:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- NIH, NICHD, OD OAM OFC ADMIN MGMT BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NICHD-20-175
- Response Due
- 8/2/2020 8:00:00 AM
- Archive Date
- 08/17/2020
- Point of Contact
- Verne Grifin, Phone: 3015947730, Kyle Wisor, Phone: 3018277736
- E-Mail Address
-
verne.griffin@nih.gov, kyle.wisor@nih.gov
(verne.griffin@nih.gov, kyle.wisor@nih.gov)
- Description
- �������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� ���������������������������������� COMBINED SYNOPSIS / SOLICITATION WORKFORM Action Code:� Combined Synopsis/Solicitation Date: August 2 Year: 2020 Contracting Office Zip Code: 20892 Classification Code: 6830 Contracting Office Address: 6710 B Rockledge Drive Bethesda, MD 20892 Subject/Title: Liquid Helium Proposed Solicitation Number: NICHD-20-175 Closing Response Date: August 2, 2020 Contact Point: Verne Griffin Contract Award and Solicitation Number: TBD Contract Award Dollar Amount: TBD Contract Line Item Number(s): See 1449 Contractor Award Date: TBD Contractor Name: TBD Description: The National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK), is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing Liquid helium supply for NIDDK labs.��Liquid helium is used to cool NMR superconducting magnets, and also used for low-temperature experiments in several laboratories within the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK), at the main campus of the National Institutes of Health (NIH), in Bethesda, MD 20892.� Liquid helium has several unique properties, including an extremely low boiling point and non-reactivity, so it cannot be replaced by other liquified gases.� These labs purchase approximately 12,000 liters of liquid helium per year. ���Responses to this notice shall contain enough information to establish the interested parties bona-fide capabilities for fulfilling the requirement.� To support the research goals of these labs in NIDDK, we need a reliable supply of clean liquid helium, in order to keep NMR superconducting magnets cool, and thus operational for NMR research. � �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; quotes are being requested and a written solicitation will not be issued.� The solicitation number is NICHD-20-175 and the solicitation is issued as a request for quote (RFQ). The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 effective 07-02-2020. � The associated NAICS code is 325120, Industrial Gas Manufacturing 1,000 The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. The Contractor Requirements are listed below: Scope The vendor shall deliver liquid helium to the laboratories, in 60, 100, & 250-liter vendor-owned dewars. The Contractor shall perform the following tasks: Delivery of liquid helium clean enough to not clog in NMR magnets or transfer lines, dewars that can be safely used around the magnets,��and ensure that sufficient helium is delivered in a dewar for successful magnet fills and experiments (dewars are not delivered with insufficient amount or boil off too rapidly).� In addition, some of the liquid helium is used for low-temperature NMR & MRI research.� Delivery at least once a week with a maximum of one week delivery time is necessary to enable efficient scheduling of magnet fills, and experiments along with their sample preparation.� Delivery of liquid helium should be available on at least one day per week, with a lead time for ordering of a maximum of one week (or 5 business days).� Dewars in 60, 100- & 250-liter sizes shall be available for order. The deliveries shall be made to the following addresses based on the request at the time of the specific order.� All of these addresses are buildings on the main campus of NIH in Bethesda, MD 20892.� NIH 9000 Rockville Pike Bldg 5 B2 level NIH 9000 Rockville Pike Bldg 50 / Rm B204�� NIH 9000 Rockville Pike Bldg 8 Rm 427 (or 4th floor elevator) NIH 9000 Rockville Pike Bldg 6 / Rm B1-27 NIH 9000 Rockville Pike Bldg 6 / Rm B1-27 NIH 9000 Rockville Pike Bldg 5 / 4th floor The vendor shall be paid for the liquid helium ordered and delivered.� The estimated yearly usage is 12,000 liters.� Liquid helium purity shall be a minimum of 99.998%.� The vendor shall, or purchase major helium requirements from, a �Federal helium supplier.�� �Federal helium suppliers� are listed at the US Bureau of Land Management website at:�� https://www.blm.gov/sites/blm.gov/files/Federal%20Helium%20Suppliers_0.pdf In the event of a liquid helium shortage, the vendor is required to provide priority service to the US government, in accordance with Bureau of Land Management requirements. Dewar Requirements:� Dewars shall be of non-magnetic construction, and have wheels.� All dewar valves shall open and close easily and seal completely.� Over-pressure valves and relief valves shall be fitted and operate at the manufacturer-recommended nominal pressures.� Dewars shall be delivered with an over-pressure valve in the open position, in order to avoid an unsafe buildup of large pressure.� Dewars shall include all seals & fittings.� All seals in the dewar and fittings shall be in good condition and create a complete seal, i.e. no cracks in the seals.� 60 and 100-liter dewars shall be supplied with � inch and 3/8 inch Goddard Compression fitting connectors, or equivalent.� 250 liter dewars shall be supplied with all of the fittings specified above plus a 5/8 inch Goddard compression fitting or connector, or equivalent.� Dewars shall be internally free of ice, �frozen air�, or other contamination.� Dewars shall have a maximum helium loss rate per day of the following:� 60 L:� less than 3 percent per day 100 L:� less than 2 percent per day 250 L:� less than 2 percent per day Dewars shall be delivered with a minimum volume of the following:� 60 L:� no less than 53 L 100 L:� no less than 90 L 250 L:� no less than 225 L Period of Performance: � The period of performance will be 12 months from the date that the PO is put in place.� �Two option years are included, both of which have a period of performance of one year (12 months) from the date that the option is exercised.� Your payment breakdown for services must be either monthly, quarterly, bi-annual, or annual in ARREARS. � Base Year: TBD Option 1*: Option 2*: � (viii)��� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)���� The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable.� Award will be made to the contractor providing the most advantageous quote to the Government.� Technical factors and price considered. Technical Factors: 1.������ Technical Acceptability: Proposal. The Government will evaluate the Offeror�s ability to provide the services that comply with the technical requirements listed under section 16.V Scope of Work to be deemed technically acceptable, the Offeror�s proposal must demonstrates the Offeror�s ability to successfully execute the requirements as listed. ��������� � (x)����� FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable.� An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (xi)���� FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. � (xii)���� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. �Including the following clauses and Prohibitions: 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving � Additional Clauses: � 52.217-9, Option to Extend Services � (xiii)��� Additional Contract Requirements: None � (xiv)��� The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. � (xv)��� Offers shall be submitted via the Fed Connect web portal (www.fedconnect.net). The due date for receipt of offers is 1100 AM Eastern Time on August 2, 2020 � Place of Contract Performance: ���� National Institute of Health, NIDDK ���� Bethesda, MD � Set-aside Status: None �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5cb145bc901548c9a514068684350a01/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05735063-F 20200729/200727230138 (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 |