Montana Bids > Bid Detail

Hamilton, Montana Dry Ice Pellets weekly delivery (400lbs) (AMBIS 2199778)

Agency:
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159400879173843
Posted Date: Dec 4, 2023
Due Date: Dec 14, 2023
Source: https://sam.gov/opp/f37670421f...
Follow
Hamilton, Montana Dry Ice Pellets weekly delivery (400lbs) (AMBIS 2199778)
Active
Contract Opportunity
Notice ID
RFQ-NIAID-24-2199778
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 04, 2023 04:07 pm EST
  • Original Date Offers Due: Dec 14, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6810 - CHEMICALS
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Hamilton , MT 59840
    USA
Description

This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-24-2199778 and the solicitation is issued as a Request for Quotes (RFQ).





This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06, effective December 4, 2023.





The North American Industry Classification System (NAICS) code for this procurement is 325120, Industrial Gas Manufacturing, with a small business size standard of 1000 employees. The requirement is being competed full and open competition, with a brand name or equal restriction, and without a small business set-aside.





The National Institute of Allergy and Infectious Diseases (NIAID) is seeking to procure dry ice pellet delivery to Hamilton, Montana, Rocky Mountain Laboratories (RML), for scientific experiments and for shipping biological materials.





Delivery shall occur weekly according to the vendor’s established route schedule for this area. Deliveries shall occur between 1-2 times weekly depending on RML’s dry ice needs for that week, approximately 400 pounds. The dry ice must be cube or pellet form with specifications according to industry standards.





Manufacturer/Product needed:



Dry Ice Pellets, 400#, weekly delivery (See attached Bill of Materials (BOM)).





Place of Delivery:



Delivery location is Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840, United States. The Loading Dock hours are as follows: 8am – 4pm Mountain Standard Time, Monday through Friday except for Federal Holidays. FOB: Destination





Period of Performance: Weekly delivery starting 02/01/2024-01/31/2025; Total of 52 weeks





The government intends to award a firm fixed price purchase order to the responsible



contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements and price.





The following FAR provisions apply to this acquisition:





FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023)





FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023)





FAR 52.204-7 System for Award Management (OCT 2018)





(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (NOV 2015) is updated in your SAM record)





FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)





52.204–26 Covered Telecommunications Equipment or Services-Representation



(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26







The following FAR contract clauses apply to this acquisition:





FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023)





FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2023)



*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.





FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)





FAR 52.204-13 System for Award Management Maintenance (OCT 2018)





FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)





HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)





FAR 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm







By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).





Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.







Submission shall be received not later than December 14, 2023 @ 11:00 AM EST





Offers may be e-mailed to Rita Davis (E-Mail/ rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2199778). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).





All responsible sources may submit an offer that will be considered by this Agency.



Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Rita Davis @ rita.davis@nih.gov.




Attachments/Links
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 04, 2023 04:07 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >