SOLICITATION NOTICE
68 -- HYDROGEN SUPPLIED TO THE NWS FORKS, WA
- Notice Date
- 9/12/2025 11:26:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- 1333MH25Q0009
- Response Due
- 9/18/2025 7:00:00 AM
- Archive Date
- 10/03/2025
- Point of Contact
- BROWN, JEN, Phone: 385-258-1061
- E-Mail Address
-
JEN.BROWN@NOAA.GOV
(JEN.BROWN@NOAA.GOV)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION Hydrogen supplied to the National Weather Service Upper Air Balloon Launch Facility in Forks, WA Quotes Must Comply With INSTRUCTIONS TO OFFERORS Provided In Paragraph (viii) The following information is provided in accordance with FAR 5.207(a)(16) and 5.207(c): (1) A National Stock Number is not assigned to this requirement. (2) This requirement is for commercial hydrogen gas. There is not a qualification requirement for this product. (3) There is no specific manufacturer or part number for this requirement. (4) The hydrogen must be provided in six-pack cradles as specified in the Statement of Need. Single cylinders will not be accepted. Each cradle must safely permit 1,800 cubic feet (CF) of hydrogen. The hydrogen is used in the Automated Radiosonde Operation System (AROS) to fill latex weather balloons sufficiently to lift the balloons to around 100,000 ft. The size of the cradles must meet the described specifications in the Statement of Need due to the nature of the hydrogen storage cabinets in the AROS. Other size cradles will not be considered for award. (5) The predominant material is hydrogen gas. (6) The base quantity to be delivered is 23,280 CF, delivered incrementally over the period. For example, for a six-pack containing 1,800 CF, we will need a delivery of two six-packs every four weeks. There is an additional option to increase the quantity by no more than 50% of the base contract quantity, or 11,640 CF. This option is not a separately priced line item and the price is limited to no higher than the initial requirement of the line item that it is exercised against. There is also an additional separately priced option to extend the term by 12 months, for a quantity of 43,800 CF delivered incrementally over the term. (7) The unit of issue is LOT. (8) F.O.B. Destination to National Weather Service, Quillayute Upper Air Facility located at 5182 Quillayute Rd, Forks, WA 98331-9420. The Contractor is responsible for loading/unloading. This site is not staffed, and there is no lifting equipment (loading dock or forklift) on site. The Contractor is required to provide their own means to load and unload the cradles. (9) Schedule. The delivery schedule is approximately every four weeks. (10) The duration of the contract will not exceed 1 year 6.5 months. The base period is 6.5 months and there is one option period to extend the term of the contract by 1 year. The start date is September 19, 2025 and the final contract end date, if all options are exercised, is March 31, 2027. (11) This requirement does not include any sustainable acquisition requirements. (12) The procedures to be used in awarding the contract is through a request for quotations via this combined synopsis/solicitation. The anticipated award date is September 18, 2025. (13) This is not an Architect-Engineer requirement. (14) This acquisition is not subject to Free Trade Agreements. See exception at FAR 25.401(a)(1). (15) This requirement is not non-competitive. (16) All responsible sources may submit a quotation, which shall be considered by the agency. (17) This solicitation is synopsized and available through the Government Point of Entry, Contract Opportunities, at sam.gov. (18) All information necessary to respond to this solicitation electronically is contained herein. (19) Technical data required to respond to the solicitation is contained herein. The following information is provided in accordance with FAR 12.603(c)(2): (i) This is a combined synopsis/solicitation for commercial services 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 number is 1333MH25Q0009 and is issued as a request for quotation (RFQ). A firm-fixed price purchase order is anticipated to result from this RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, August 7, 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. This requirement has a class waiver issued by the SBA for the nonmanufacturer rule. Limitations on subcontracting does not apply to this requirement. (v) The line item numbers, items, quantities, and units of measure, including options, are provided below based on an 1,800 CF 6-pack. Line Item: 0001 Quantity: 1 Unit of Measure: LOT Base period. 6.5 months. Hydrogen supplied incrementally to the National Weather Service Upper Air Facility in Forks, WA, in accordance with the attached statement of need. 1,800 CF per six-pack HYDROGEN GAS: $_________ per six-pack Up to 13 total six-packs (Deliver 2 six-packs approximately every four weeks) Option to increase quantity by up to 6 six-packs DELIVERIES: $_________ delivery fee per delivery, if applicable $_________ hazmat fee per delivery, if applicable Up to 8 total deliveries Option to increase quantity by up to 4 deliveries PACK RENTALS: $_________ per six-pack per day 4 maximum total packs on site for a maximum 194 days (there is no option to increase number of days) Line Item: 1001 Quantity: 1 Unit of Measure: LOT Option Period 1. 12 months. Hydrogen supplied incrementally to the National Weather Service Upper Air Facility in Forks, WA, in accordance with the attached statement of need. 1,800 CF per six-pack HYDROGEN GAS: $_________ per six-pack Up to 25 total six-packs (Deliver 2 six-packs approximately every four weeks) Option to increase quantity by up to 12 six-packs DELIVERIES: $_________ delivery fee per delivery, if applicable $_________ hazmat fee per delivery, if applicable Up to 14 total deliveries Option to increase quantity by up to 7 deliveries PACK RENTALS: $_________ per six-pack per day 4 maximum total packs on site for a maximum 365 days (there is no option to increase number of days) The resulting purchase order will include the option to increase the quantity by not more than 50% of the initial quantity of the line item. The option price is no higher than for the initial requirement, however, the Government will accept an offer containing an option price higher than the base price only if the acceptance does not prejudice any other offeror. (vi) A description of requirements for the items to be acquired is provided in the attached Statement of Need. (vii) Dates and places of delivery and acceptance and FOB point: Deliveries will occur approximately every four weeks throughout the period of performance. The base period of performance is September 19, 2025 through March 31, 2026. There is one option to extend the term by 12 months, from April 1, 2026 through March 31, 2027. Delivery and acceptance for all deliveries will be at the National Weather Service, Quillayute Upper Air Facility located at 5182 Quillayute Rd, Forks, WA 98331-9420. The FOB point is destination, to the designated AROS cabinet on site. (viii) INSTRUCTIONS TO OFFERORS FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023), applies to this acquisition. This is a Best Value acquisition. NOTICE TO OFFERORS: Instructions for submitting quotes under this RFQ must be followed. Failure to provide all information to aid in the evaluation may result in the quote being considered non-responsive. Quotes that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Offerors must have an active registration in the System for Award Management (SAM) at sam.gov. The Government does not accept responsibility for non-receipt of quotes. It is the offeror�s responsibility to request and receive a confirmation of the quote receipt from the appropriate Government point of contact. QUOTES MUST INCLUDE ALL OF THE FOLLOWING: � Solicitation #, Business name, Unique Entity Identifier for active SAM.gov profile, and point of contact name with a valid phone number and email address. � Non-price: Confirm Cubic Feet contained per pack _________________ Delivery Lead Time, per delivery, ARO: _________________ days Confirm availability to start on September 19, 2025. If unable to start on September 19, provide earliest possible delivery date after notice of award. � Pricing, as applicable, for the base and option period 1. A pricing sheet is provided for use for your convenience, it is optional. If you choose to provide the quote on your own form, the following information must be provided. Use $0.00 for elements that are not applicable in your quote. Hydrogen Gas: $ _________________ per pack Delivery Fee: $ _________________ per delivery Hazmat Fee: $ _________________ per delivery Pack Rent: $ _________________ per pack per day Additional Fees: $ _________________ (identify name of the fee and frequency, if applicable) � The quote must affirmatively acknowledge acceptance of all clauses and provisions. Be sure to complete pricing information for all elements. Page limit: no more than 2 pages. � References. At least 3 references, no more than 5. Include the reference Business Name, concise nature of the job/project, point of contact name, and phone number. Email address for each reference is preferred but not mandatory. If you do not have professional references because we would be your business's first contract, provide a statement to this effect; references for other work performed should be submitted instead. Page limit: no more than 2 pages. � Technical Capabilities statement briefly describing your ability and experience to provide this mission-critical supply. Must include technical approach, including ability to meet start date, ability to meet supply requirement, quality assurance plan to ensure tanks are filled to quoted volume, etc. Page limit: no more than 4 pages. � If your SAM.gov Reps & Certs are current, accurate, complete, and applicable to this solicitation, and require no changes applicable to this specific requirement, then you do not need to include 52.212-3 in your quote. This does not count toward the page limit for the package. � Do not submit additional documents or pages not asked for above. Page limit for the entire quote package is no more than 8 pages. Reps & Certs at 52.212-3 do not count toward the page count. All documents must be provided in PDF format. Font shall be 10 to 15 point size. � Email quote packages to jen.brown@noaa.gov. Email subject line must include the solicitation # 1333MH25Q0009. (ix) FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (NOV 2021) applies. Award will be made on a best value basis, with price and other factors considered. The specific evaluation criteria to be used in paragraph (a) are: technical capability (not limited to: technical approach, ability to meet start date, ability to meet supply requirement), past performance, price, and compliance with solicitation requirements. In accordance with FAR 12.602 Streamlined evaluation of offers, relative importance of evaluation factors is not required when using simplified acquisition procedures. Quotes will be evaluated in accordance with the above factors, and the procedures at FAR 13.106-2 Evaluation of quotations or offers. (x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Feb 2025) (Deviation 2025-03) (Feb 2025), must be completed and included with the quote. If your SAM.gov Reps & Certs are current, accurate, complete, and applicable to this solicitation, and require no changes applicable to this specific requirement, then you do not need to include 52.212-3 in your quote. (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Feb 2025) (Deviation 2025-03) (Feb 2025) (Deviation 2024-03) (Oct 2023) (Deviation 2023-03) (Dec 2022) (Deviation 2021-06) (Sept 2021), applies to this acquisition. The additional FAR clauses applicable to the acquisition are provided in the clause list incorporated in the SF 1449. (xiii) Additional contract requirements and terms and conditions that apply to this acquisition are provided in the attached SF 1449. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (xv) Quotes are due to the contracting office no later than 8:00 am MDT on Thursday, September 18, 2025. All quotes must be emailed to the attention of Jen Brown, email address is jen.brown@noaa.gov. The email subject line must include the solicitation # 1333MH25Q0009. The Government does not accept responsibility for non-receipt of quotes. It is the offeror�s responsibility to request and receive a confirmation of the quote receipt from the appropriate Government point of contact. (xvi) For information regarding this solicitation, contact Jen Brown directly, E-mail address: jen.brown@noaa.gov, Phone: 385-258-1061.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/387a05c7c0b3450082c8b0d359ea28ed/view)
- Record
- SN07589421-F 20250914/250912230046 (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 |