Montana Bids > Bid Detail

Liquid and Compressed Gases for Rocky Mountain Laboratories

Agency:
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159693071699156
Posted Date: Jan 11, 2024
Due Date: Jan 19, 2024
Source: https://sam.gov/opp/b78d1f33a1...
Follow
Liquid and Compressed Gases for Rocky Mountain Laboratories
Active
Contract Opportunity
Notice ID
SS-NIAID-24-2199105
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 11, 2024 04:07 pm EST
  • Original Response Date: Jan 19, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6830 - GASES: COMPRESSED AND LIQUEFIED
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Hamilton , MT 59840
    USA
Description

Introduction



This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding:






  1. Availability and capability of qualified small business sources;






  1. Whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and






  1. Size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition.





Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.





Project Summary



The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories (RML), Office of Operations Management (OOM) is seeking small business sources to acquire a variety of liquid and compressed specialty gases and bulk liquid nitrogen and carbon dioxide. These gases are available for all researchers at RML to use. The research at RML depends heavily on having various specialty gases and liquid nitrogen available at all times.





Specifically, NIAID, RML, OOM is seeking to establish a base plus four (4) option periods contract for a variety of liquid and compressed specialty gases and bulk liquid nitrogen and carbon dioxide. The service contract must meet all the technical requirements listed below:






  • 1500, 1625, and 3000 gallon bulk liquid nitrogen tanks available for immediate rental with vendor providing needed regular maintenance and inspections

  • 20+ liquid nitrogen gas packs (22psi) available for use with +/-10 refilled weekly

  • Weekly pick up of empty compressed gas bottles and return of filled bottles (1 week turn around on refills)

  • At least biweekly bulk nitrogen delivery to refill the current 3 tanks on site, capability for an emergency bulk nitrogen delivery response within 24 hours of notice

  • At least biweekly bulk carbon dioxide delivery to refill the current 2 tanks on site, capability for an emergency bulk carbon dioxide delivery response within 24 hours of notice

  • 1 hour on site response to notice of a bulk tank emergency

  • Delivery drivers meet/maintain facility badging requirements for escort free campus access

  • Online bulk tank telemetry system with user access

  • Transparency of sourcing of products to ensure viability and sustainability of supply

  • Organic capability to inspect/repair/replace supplied tanks to ensure safety and continuity of supply without effecting campus scientific operations





The Government anticipates making a single award, Firm-Fixed Price (FFP) purchase order.





Place of Performance





Rocky Mountain Laboratories



903 South 4th Street



Hamilton, MT 59840





Anticipated Period of Performance





Base Period: April 01, 2024 – January 31, 2025



Option Period 1: February 01, 2025 – January 31, 2026



Option Period 2: February 01, 2026 – January 31, 2027



Option Period 3: February 01, 2027 – January 31, 2028



Option Period 4: February 01, 2028 – January 31, 2029





Capability Statement/Information Sought



All capable small business vendors should respond with a capability statement of no more than six (6) pages by January 19, 2024 at 12:00 PM EST. (No large businesses should respond to this announcement).





If your organization has the potential capacity to provide the required specialty gases and liquid nitrogen and carbon dioxide which meets the technical requirements and performance capabilities listed above, please provide the following information:






  1. Organization name, address, point of contact, email address, website address, telephone number, UEI number, and company location(s).

  2. Type of business (e.g., 8(a), HUBZone, Other than Small, etc.) pursuant to the applicable NAICS code.

  3. Identification of any Best-In-Class contract vehicles including Government Wide Acquisition Contracts (GWAC) (e.g., GSA schedule) they may possess or are aware of that would support this possible requirement. If your organization does not provide the products/services under a GWAC, please identify availability as OPEN MARKET ONLY.

  4. Tailored capability statement addressing NIAID’s technical requirements. Capability document shall be no more than six pages.

  5. Information regarding: (a) schedule and location of resources for transporting bulk items; (b) source of supplies; and (c) prior completed projects of similar nature.

  6. Any other information that may be helpful in developing or finalizing the acquisition requirements.





Submission Instructions



Interested businesses who consider themselves qualified to provide the above listed products and services are invited to submit a response to this Sources Sought Notice by January 19, 2024, at 12:00 PM EST. All responses under this Sources Sought Notice shall be emailed to Kathy Song at kathy.song@nih.gov.





Disclaimer and Important Notes



This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.





Confidentiality



No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).


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
  • Jan 11, 2024 04:07 pm ESTSources Sought (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 >