Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOLICITATION NOTICE

68 -- Hydrogen Purchase/Delivery to Corpus Christi WFO

Notice Date
4/10/2025 7:18:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
1305M325Q0126
 
Response Due
4/25/2025 11:00:00 AM
 
Archive Date
05/10/2025
 
Point of Contact
MAS, STEPHANIE, Phone: 303-578-6768
 
E-Mail Address
STEPHANIE.MAS@NOAA.GOV
(STEPHANIE.MAS@NOAA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The incumbent contract was awarded to Green Lantern LLC for a 5-year aggregate of $67,969.12. COMBINED SYNOPSIS/SOLICITATION Purchase and Delivery of Hydrogen Gas to the National Weather Service (NWS), Corpus Christi Weather Forecast Office (WFO) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M325Q0126. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 (Jan 2025) (Deviation 2025-02/03) (Feb 2025). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 325120. The small business size standard is 1,200 employees. (v) This combined solicitation/synopsis is for purchase of the following commercial item(s): BRAND REQUIREMENT: Matheson brand hydrogen gas is required to meet the needs of the Corpus Christi WFO to ensure the quality standards of the ultra high purity (UHP) gas is met, and provide consistency in lift for use in weather balloons. Use of other brands will not meet the needs of the Corpus Christi WFO, as they cannot achieve the loft required for accurate weather sounding. This data is vital for accurate weather forecasting. CLIN 0001 Base Period Purchase and delivery of hydrogen gas in accordance with the Statement of Need. Period of Performance 06/01/2025 through 05/31/2026. Provide unit pricing for the below: Cost per cylinder: ___________________ Delivery Costs: _____________________ Cylinder Rental Costs: _______________ Hazmat Fees: ______________________ Overhead/Other (optional): ___________ Estimated annual total for 230 cylinders: _______________ CLIN 1001 Option Period 1 Purchase and delivery of hydrogen gas in accordance with the Statement of Need. Period of Performance 06/01/2026 through 05/31/2027. Provide unit pricing for the below: Cost per cylinder: ___________________ Delivery Costs: _____________________ Cylinder Rental Costs: _______________ Hazmat Fees: ______________________ Overhead/Other (optional): ___________ Estimated annual total for 230 cylinders: _______________ CLIN 2001 Option Period 2 Purchase and delivery of hydrogen gas in accordance with the Statement of Need. Period of Performance 06/01/2025 through 05/31/2026. Provide unit pricing for the below: Cost per cylinder: ___________________ Delivery Costs: _____________________ Cylinder Rental Costs: _______________ Hazmat Fees: ______________________ Overhead/Other (optional): ___________ Estimated annual total for 230 cylinders: _______________ CLIN 3001 Option Period 3 Purchase and delivery of hydrogen gas in accordance with the Statement of Need. Period of Performance 06/01/2025 through 05/31/2026. Provide unit pricing for the below: Cost per cylinder: ___________________ Delivery Costs: _____________________ Cylinder Rental Costs: _______________ Hazmat Fees: ______________________ Overhead/Other (optional): ___________ Estimated annual total for 230 cylinders: _______________ CLIN 4001 Option Period 4 Purchase and delivery of hydrogen gas in accordance with the Statement of Need. Period of Performance 06/01/2025 through 05/31/2026. Provide unit pricing for the below: Cost per cylinder: ___________________ Delivery Costs: _____________________ Cylinder Rental Costs: _______________ Hazmat Fees: ______________________ Overhead/Other (optional): ___________ Estimated annual total for 230 cylinders: _______________ Estimated aggregate total for all years: _________________ (vi) Description of requirements is as follows: See attached Statement of Need which applies to Base Period and all Option Periods 1 � 4. INVOICES TO BE BILLED MONTHLY IN ARREARS. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD. (vii) Date(s) and place(s) of delivery and acceptance: Delivery schedule shall be: Base Period for a twelve month period 06/01/2025 through 05/31/2026. Option Period 1 for a twelve month period 06/01/2026 through 05/31/2027. Option Period 2 for a twelve month period 06/01/2027 through 05/31/2028. Option Period 3 for a twelve month period 06/01/2028 through 05/31/2029. Option Period 4 for a twelve month period 06/01/2029 through 05/31/2030. The start date is an estimate and is subject to new funding approval processes. If there is a significant delay in awarding this contract, a shortened base period Period of Performance may be utilized or an updated quote may be requested with a new 12-month base period and corresponding option periods. Delivery shall be FOB Origin to 426 Pinson Drive, Corpus Christi, TX 78406. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the offeror�s Reps & Certs section on SAM.gov is accurate and current. Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 12:00PM MST/MDT on Friday, April 25, 2025. All quotes must be submitted electronically via email to stephanie.mas@noaa.gov. (xvi) Any questions regarding this solicitation should be submitted electronically via email to stephanie.mas@noaa.gov. UTILIZATION OF FEDCONNECT� FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect� web portal in administering this award. The contractor must be registered in FedConnect� and have access to the FedConnect� website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� questions please call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect�. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO stephanie.mas@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00pm MST/MDT on Friday, April 18, 2025. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to stephanie.mas@noaa.gov. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. 1. Technical Acceptability/Capability, including at least two completed past performance questionnaires. 2. Specification Sheet. 3. Price THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following; 1. Technical Acceptability/Capability. Quote shall include at least two references from at least two separate contracts for similar and relevant recent services within the past two years including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror�s capability to successfully perform the services listed in the Statement of Work. The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to the references provided by the offeror in their submission. The references should complete the Past Performance Questionnaire and then email it directly to stephanie.mas@noaa.gov by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation, past performance questionnaires submitted from previous solicitations, and to contact references for verification or additional information. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency�s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A good past performance rating provides higher confidence than a neutral or satisfactory rating. 2. Specification Sheet. 3. Price. The Government intends to award a low priced, technically acceptable, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (c) 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. (End of provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a96c811742344e48aa48f90681df8b58/view)
 
Record
SN07405306-F 20250412/250410230110 (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.