Maryland Bids > Bid Detail

Liquid Nitrogen Deliveries

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159593301848583
Posted Date: May 1, 2023
Due Date: May 15, 2023
Solicitation No: 75N95023Q00268
Source: https://sam.gov/opp/5a5d117e25...
Follow
Liquid Nitrogen Deliveries
Active
Contract Opportunity
Notice ID
75N95023Q00268
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 01, 2023 12:30 pm EDT
  • Original Response Date: May 15, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6830 - GASES: COMPRESSED AND LIQUEFIED
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Baltimore , MD 21224
    USA
Description

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) the availability and capability of qualified small business sources; (2) 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 (3) their 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.





This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.





Background:



The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute on Aging (NIA) provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research, in this regard.





Purpose and Objectives: The purpose of this acquisition is to procure provide an efficient Liquid Nitrogen (LN2) Delivery service as an IDIQ that must be adequate to the needs of the National Institute of Aging (NIA), Baltimore, MD.







Description:





The Contractor shall provide the Government with the following:



Contractor is to provide rental LN2 dewars:






  • Contractor is to provide rental LN2 dewars including but not limited to: LN25 (LIN 21-25 liters, Liquid Nitrogen (LN2CCF) 100 cu. ft., LN50 (LIN 36-50 liters), RLN 148 (Liquid Nitrogen 148 Liters) RLN 160 (Liquid Nitrogen VL 160 Liters), RLN240 (Liquid Nitrogen 240 Liters RB), RLN240DG (Liquid Nitrogen 240 Liters RB), and RLN364 (Liquid Nitrogen 230 Liters).






  • NIA-owned dewars: Contractor is to refill Liquid Nitrogen for NIA/IRP customer-owned dewars located at the BRC Building, 251 Bayview Blvd., Baltimore, MD 21224 loading dock and Triad Building, 333 Cassell Drive, Baltimore, MD 21224 loading dock as follows:

    • 60 liters

    • 160 – 240 liters



  • Contractor is to make deliveries for new tanks/refills existing tanks the following Tuesday or Thursday from the time ordered (via telephone and/or online) by NIA representative between 8:30am-4:00pm.

  • Dewars are to be placed in designated area on loading dock as not to block entry doors nor evacuation exit routes.

  • The service is to include cylinder usage fees; TCF Tank Connection fees; normal, next-day with no additional charges; and no monthly hazmat or rental fees.

  • The service is to include emergency deliveries, when requested by NIA representative, and emergency delivery fees apply to same day delivery on evenings, weekends, and holidays.

  • For emergency orders placed by 12:00 PM (noon), emergency deliveries are to be received by the NIA no later than 5:00PM on the same day the order was placed. For emergency deliveries placed after 12:00 PM (noon), emergency deliveries are to be received by the NIA no later than 10:00 AM the next day (i.e. day after the order was placed).

  • Removal of empty, rented dewars: During each delivery, contractor shall remove all empty dewars stored in the BRC building, Loading Dock at 251 Bayview Blvd., Suite 100 and at Triad Building, 333 Cassell Drive, Room 1902 and returned to vendor.





Anticipated delivery: Indefinite Delivery Indefinite Quantity contract with an ordering period of September 30, 2023 through September 29, 2024



Place of Performance:



251 Bayview Blvd



Baltimore, MD 21224





Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical Address, Point of Contact, and Size and Type of Business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.





One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.





The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.





The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.





The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.





All responses (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted.





The response must be submitted to Andrea Clay, Contract Specialist at e-mail address amcgee@mail.nih.gov





The response must be received on or before May 15, 2023 at 12:00PM, eastern time.





“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 presolicitation 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
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 01, 2023 12:30 pm EDTSources 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 >