HELIUM TO NATIONAL WEATHER SERVICE SALT LAKE CITY

Agency: COMMERCE, DEPARTMENT OF
State: Utah
Type of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Posted: Apr 9, 2024
Due: Apr 15, 2024
Solicitation No: 1333MH24Q0017
Publication URL: To access bid details, please log in.
Follow
HELIUM TO NATIONAL WEATHER SERVICE SALT LAKE CITY
Active
Contract Opportunity
Notice ID
1333MH24Q0017
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 09, 2024 11:28 am MDT
  • Original Date Offers Due: Apr 15, 2024 10:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 30, 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:
    2242 West North Temple Salt Lake City , UT
    USA
Description
COMBINED SYNOPSIS/SOLICITATION
Helium supplied to the National Weather Service office in Salt Lake City, UT
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 helium gas. There is not a qualification requirement for this product.
(3)        There is no specific manufacturer or part number for this requirement.
(4)        The helium must be provided in individual cylinders of a size that safely permits approximately between 200-300 cubic feet (CF) of helium per cylinder. The helium is used to fill latex weather balloons sufficiently to lift the balloons to around 100,000 ft
(5)        The predominant material is helium gas.
(6)        The total quantity to be delivered for the entire period is between 59,330 CF and 67,150 CF. For 291 CF per cylinder, we will need 9 cylinders replenished every two weeks. If the contractor proposes a 200 CF cylinder, we would need 12 cylinders replenished every two weeks. There is an option to increase the quantity by no more than 50% of the base contract quantity. 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.
(7)        The unit of issue is LOT.
(8)        F.O.B. Destination to National Weather Service, 2242 W North Temple, Salt Lake City, UT 84116. The Contractor is responsible for loading/unloading.
(9)        Schedule. The delivery schedule is approximately every other week.
(10)        The duration of the contract will not exceed 11.5 months. The base period is 11.5 months and there are no option periods to extend the term of the contract. The final contract end date is March 31, 2025.
(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 April 16, 2024.
(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 1333MH24Q0017 and is issued as a request for quotation (RFQ). A firm-fixed price with economic price adjustment 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 2024-03, March 23, 2024.

(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.

(v)        The line item numbers, items, quantities, and units of measure, including options, are provided below based on the contractor supplying 291 CF cylinders. If the awarded quote uses a different size cylinder, the quantities in the line item will be different, calculated from the requirement of between 59,330 CF and 67,150 CF minimum CF delivered through roughly equal increments throughout the period.

Line Item: 0001                Quantity: 1                Unit of Measure: LOT
Helium supplied incrementally to the National Weather Service Weather Forecast Office located in Salt Lake City, UT, in accordance with the attached statement of need.

______ CF per cylinder

HELIUM GAS:
$_________ per cylinder

DELIVERIES:
$_________ delivery fee per delivery, if applicable
$_________ hazmat fee per delivery, if applicable

PACK RENTALS:
$_________ per cylinder per day
18 maximum total cylinders on site for a maximum 349 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 two weeks throughout the period of performance. The period of performance is April 17, 2024 through March 31, 2025, with no option periods.

Delivery and acceptance for all deliveries will be at the National Weather Service Weather Forecast Office at 2242 W North Temple, Salt Lake City, UT 84116. The FOB point is destination.

(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.

PRE-BID SITE VISIT: A pre-bid site visit is not required but available. To request a site visit, contact the Weather Forecast Office at (801) 524-4378 and ask for the ASA, MIC, or OPL, at least 24 hours in advance of your desired time.

Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

NOTICE TO OFFERORS: Instructions for submitting quotes under this RFQ must be followed. Failure to provide all information to aid in the evaluation may be 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 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.

•        Pricing, to include:

Helium Gas: $ _________________ per cylinder

Delivery Fee: $ _________________ per delivery

Hazmat Fee: $ _________________ per delivery

Cylinder Rent: $ _________________ per cylinder per day or per month (pick one)

Additional Fees: $ _________________ (identify name of the fee and frequency, if applicable)

•        Non-price:

Cubic Feet contained per cylinder _________________

Delivery Lead Time, per delivery, ARO: _________________ days

Confirm availability to start on April 17, 2024. If unable to start on April 17, __________ # of days after notice of award.

•        The quote must affirmatively acknowledge acceptance of all clauses and provisions. Be sure to complete pricing information for all line items, including the price per unit and the extended total price per line item. 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, 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.

•        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 at least 10 point size.

•        Email quote packages to jen.brown@noaa.gov. Email subject line must include the solicitation # 1333MH24Q0017.

(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 (FEB 2024), must be completed and included with the 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 (FEB 2024)(Deviation 2024-03) (OCT 2023) (Deviation 2023-03) (DEC 2022) (Deviation 2021-06) (SEP 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 10:00 pm MDT on Monday, April 15, 2024. 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 # 1333MH24Q0017.

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.
Attachments/Links
Contact Information
Contracting Office Address
  • NWS FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746
  • KANSAS CITY , MO 64106
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 09, 2024 11:28 am MDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 17, 2024[Award Notice (Original)] 68--HELIUM FOR THE NATIONAL WEATHER SERVICE SALT LAKE
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow F-16 AIS Test Station Power Supply Active Contract Opportunity Notice ID FA821224Q0806

Federal Agency

Bid Due: 12/19/2024

RFP #23-03791AB - Light Rail Vehicles Posted 12/27/2023, Closes 4/30/2024

Utah Transit Authority

Bid Due: 4/30/2024

Follow Sources Sought - AEWS AN FPS 117 Software CLS Active Contract Opportunity

DEPT OF DEFENSE

Bid Due: 5/04/2024

Follow Front Load Power Part Washers Active Contract Opportunity Notice ID W911YP24R0011 Related

DEPT OF DEFENSE

Bid Due: 5/04/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.