Liquid Nitrogen Supply & Delivery

Agency: AGRICULTURE, DEPARTMENT OF
State: Florida
Type of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Posted: Apr 24, 2024
Due: Apr 29, 2024
Solicitation No: 12405B24Q0152
Publication URL: To access bid details, please log in.
Follow
Liquid Nitrogen Supply & Delivery
Active
Contract Opportunity
Notice ID
12405B24Q0152
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
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 (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 24, 2024 12:28 pm CDT
  • Original Published Date: Apr 17, 2024 11:21 am CDT
  • Updated Date Offers Due: Apr 29, 2024 03:00 pm CDT
  • Original Date Offers Due: Apr 25, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 14, 2024
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8120 - COMMERCIAL AND INDUSTRIAL GAS CYLINDERS
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Fort Pierce , FL 34945
    USA
Description

Amendment 0001 issued to provide answers to questions submitted by interested contractor, upload photo attachment of Fort Pierce, FL location's north vehicle gate entrance, upload attachment of liquid nitrogen delivery truck route, and extend quotation due date to 04/29/2024.



Q1. Liquid nitrogen gas supply and require information regarding the gate and truck path for our planning.



A1. There will be an assigned gate code to open the north vehicle gate.



Q2. Could you kindly provide us with pictures of the gate and details about the truck path that our 18-wheeler Bulk truck will take during delivery? This information is crucial for our planning and operational efficiency.



A2. See attached photo and drawing. The width of the double gate when opened can accommodate the 18-wheeler truck.



Q3. In case providing pictures is not feasible, we would like to inquire about the possibility of arranging a site visit on Monday.



A3. I’m back to work today (Wed 4/24/2024). If interested to visit, I’ll be here all day today and tomorrow.



Q4. We would like to confirm the estimated quantity. Is this a request for 500 gallon of Liquid Nitrogen, 2 times a month(250 gallon in each trip)? Or a request of 500 gallon in each trip, equating 1000 gallon/month?



A4. Historically, the estimated consumption is at least 41,000 CCF twice a month depending on the liquid nitrogen use in research. The conversion factor of 93.11 SCF/gal.



Q5. We've noted the need for a nitrogen refill, and the tank in question appears to be from Airgas Company. Could you please confirm if we are authorized to refill the Airgas tank? If so, could you provide us with a letter of permission or any documentation necessary to ensure compliance and avoid potential legal issues.



A5. That is correct, Air Gas owned the 500-gal tank and telemetry that automatically send signal to dispatcher to refill the liquid nitrogen tank when it hit below level. Part of the tank and telemetry monthly rental, Air Gas maintain the complete system that includes the pressure regulator, evaporator coil for nitrogen gas, all gas fittings, pressure test, and cleanliness of the tank. I cannot answer the question if Air Gas would let a different contractor deliver liquid nitrogen to refill their owned tank. New contractor, I think would provide their own tank, telemetry and miscellaneous parts.



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Request for Quotations (RFQ) are being requested, and a written solicitation document will not be issued.



The solicitation number is 12405B24Q0152 and is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-03.



This is an Open Market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120, Industrial Gas Manufacturing.



The USDA, ARS, SEA, US Horticultural Research Laboratory, 2001 S. Rock Road, Fort Pierce, FL is seeking contractor who:




  • Shall provide materials, equipment, supervision, transportation, labor, work plans, and schedules to assure effective performance and to provide commercially consumable high purity and high quality laboratory grade liquid nitrogen requirement to USDA, ARS, SEA, US Horticultural Research Laboratory located at 2001 South Rock Road, Fort Pierce, FL 34945. Liquid nitrogen supply anticipate 41,000 CCF/delivery (Delivery Charge, Fuel Charge, Energy Charge, Hazmat Charge, Tank Rental, Telemetry Rental, Property Tax). Bulk liquid nitrogen is needed to prepare the regulatory samples and to operate laboratory scientific research accordingly. Work shall be performed in accordance with attached Statement of Work (SOW).



Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM.



In order to be considered for award, Offerors shall respond by submitting:




  • Fully completed and signed SF1449 Offer page to include price in block 23 and 24; acknowledgment of any amendments (if applicable).

  • Firm Fixed-Price quotation (on company letterhead) detailing item description, unit price per item, total price and delivery costs as well as any applicable duties, brokerage, or customs fees. Items delivered FOB Destination inclusive of all costs.

  • Provide SAM Unique Entity Identifier (UEI) number, CAGE Code, and Tax Identification Number (TIN).



Quotation must be valid for at least 60 days after receipt of quotation.



Rejection of Quotation. Failure to demonstrate compliance will be cause to reject the quotation without further discussion. All responsible sources may submit an offer and will be considered.



The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.



The following solicitation provisions apply to this acquisition: 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services, 52.212-2, Evaluation—Commercial Products and Commercial Services, 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-36, Equal Opportunity for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.223-1, Biobased Product Certification, 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts, 52-223-4, Recovered Material Certification, 52.223-15, Energy Efficiency in Energy-Consuming Products, 52.223-17, Affirmative Procurement of EPA-designated items in Service and Construction Contracts, 52.225-13, Restrictions on Certain Foreign Purchases, 52-232-33, Payment by Electronic Funds Transfer-System for Award Management, 52.233-3, Protest after Award, 52.252-1, Solicitation Provisions Incorporated by Reference.



The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quote represents the best value as a whole. The Government has the discretion to accept other than the lowest priced quote that provides additional benefits.



Any questions regarding this solicitation should be forwarded in writing via e-mail only to Contract Specialist, Monte Jordan @ monte.jordan@usda.gov referencing solicitation 12405B24Q0152. Telephone inquiries will not be accepted. Questions must be received no later than 3:00 p.m. CDT, April 22, 2024.



Submission of Quotation shall be received not later than 3:00 p.m. CDT, April 29, 2024. Quotation must be emailed to Contract Specialist, Monte Jordan @ monte.jordan@usda.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).



Prospective contractors who have not completed electronic annual representations and certifications at http://www.sam.gov/ in conjunction with required registration in the System for Award Management (SAM) database, shall complete and submit FAR 52.212-3 Alternative 1 Offeror Representations and Certifications - Commercial Items and DFARS Representations and Certifications in SAM to be eligible to receive an award for this solicitation.



Any amendments and documents related to this procurement will be available electronically at the Governmentwide Point of Entry (GPE) SAM. Please continue to monitor this site for the release of any further amendments (if any) or other information pertaining to this solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 17, 2024[Combined Synopsis/Solicitation (Original)] Liquid Nitrogen Supply & Delivery
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 ISO 9001, 14001 Re-Certification/Surveillance Active Contract Opportunity Notice ID M6700424Q1000 Related Notice

Federal Agency

Bid Due: 12/18/2024

Follow QA Services for EAA Active Contract Opportunity Notice ID W912EP-24-R-0010 Related Notice

Federal Agency

Bid Due: 12/26/2024

solicitation doc dept/buyer/category/solicitation type dates status REQ FOR PRE-QUAL OF VENDORS FOR OILS,

Palm Beach County

Bid Due: 2/08/2029

Title : Behavioral Health Services Managing Entity - Central Region Number : ITN-06606

State Government of Florida

Bid Due: 10/01/2024

* 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.