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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912HZ-21-Q-9558 and this solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2021-03. The associated NAICS code is 325120 with a size standard of 1000 employees.
The U.S. Army Corps of Engineers, Engineer Research and Development Center (ERDC) Environmental Laboratory (EL) requires commercial sources for the procurement of consumable gases in the form of compressed cylinders and cryogenic containers in order to accomplish their mission to perform various analyses and maintain ongoing operation/production. ERDC intends to establish multiple Master Blanket Purchase Agreements (BPAs) in order to facilitate the procurement of these consumable gases
If and when requested, the vendor shall provide consumable gases which may include, but are not limited to:
Compressed cylinders:
Cryogenic containers:
2. Estimated cylinder usage per year based on historical trends for each of these gases is as follows:
3. Cylinder sizes should be standard, usually containing between 180 and 340 cubic feet depending on the gas, and should fit our standard gas delivery system. Cylinders and cryogenic containers content should be specified in the bid.
4. Gas prices in the bid must be provided as per cylinder base price and per cubic feet basis.
5. Orders for delivery of gases made by 1200 on a business day are to be delivered no later than 1500 on the next business day.
6. Costs for all gases must include delivery and tank rental charges.
7. Gases must be of listed purity. If contaminated gases are discovered by the Environmental Laboratory personnel, the contractor shall immediately remove or replace empty or contaminated containers at no additional charge.
8. All gas storage vessels supplied by the contractor shall meet all appropriate safety requirements, including, but not limited to: OSHA 29CFR 1910 and Compressed Gas Association P-1 (1965), S-1.1 (1963 and 1965).
The Master Blanket Purchase Agreement (BPA) does not obligate any funds. The government shall be obligated only to the extent of authorized purchases actually made via a properly executed BPA Call.
The Government estimates, but does not guarantee, that the total volume of purchases through this agreement will be approximately $375,000.00. Individual purchases shall not exceed the simplified acquisition threshold which is currently $250,000.00. There shall be no guaranteed minimum or maximum order limits established and no guaranteed dollar amount of expenditures with the vendor.
Actual purchases will be made via properly executed BPA Calls. These calls will be initiated at the time the supplies are needed by an authorized representative of the Contracting Office or by a warranted Contracting Officer.
The Master BPAs will expire in five (5) years from date of award or total purchases reaching the BPA limit, whichever is earlier.
All BPA Calls shall be supported by a delivery ticket or sales slip that must contain the following information at a minimum:
1) Name of supplier.
2) BPA number.
3) Date.
4) BPA Call number and/or PR&C number.
5) Itemized list of consumable gases provided.
6) Quantity, unit price, and extension of each item; less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information).
7) Date of delivery.
Invoices will be submitted and processed for each delivery of supplies.
RESPONSE REQUIREMENTS
The U.S. Army Corps of Engineers Research and Development Center (ERDC) intends to establish multiple Master Blanket Purchase Agreements (BPAs) for consumable gases.
Interested vendors need only provide a response (letter format) with the following information:
Company interest in providing the needed consumable gases and confirmation that they can provide the requested supplies within the delivery guidelines identified in the Administrative Information.
The company Cage Code and/or DUNS number.
Gas prices in the bid must be provided as a per cubic feet basis.
Responses shall be submitted electronically to: [email protected]
The following FAR clauses and provisions incorporated by reference apply to this combined synopsis/solicitation:
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.212-1 Instructions to Offerors – Commercial Items; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.207-4 Economic Purchase Quantity – Supplies.; 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation.; 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-50 Combating Trafficking In Persons; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-6 Drug-Free Workplace; 52.223-14 Acquisition of EPEAT – Registered Televisions; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13 Restrictions On Certain Foreign Purchases; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea
The following FAR clauses and provisions incorporated by full text apply to this combined synopsis/solicitation (see attachment):
52.204-26 Covered Telecommunications Equipment or Services – Representation; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items (Deviation); 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.211-7003 Item Identification And Valuation
Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I), with their offer.
The Government intends to award multiple Blanket Purchase Agreements (BPA) to the responsible offeror whose quotes are responsive to the solicitation and determined to be the lowest price technically acceptable.
Quotes are due 19 April 2021 by 12:00 p.m. Central to [email protected]