MODIFICATION: Closing Response Date: 4/23/2025; SET ASIDE YES- SMALL BUSINESS
COMBINED SYNOPSIS / SOLICITATION WORKFORM
Action Code: Combined Synopsis/Solicitation
Date: April 16,
Year: 2025
Contracting Office Zip Code: 20892
Classification Code: 6830
Contracting Office Address: 6710B Rockledge Drive, Bethesda, MD 20892
Subject/Title: Liquid Nitrogen to Autofill Freezer Storage Tanks Maintenance
Proposed Solicitation Number: NICHD75N94025Q00063
Closing Response Date: 4/23/2025
Contact Point: Verne Griffin, Business Opportunity Specialist
Contract Award and Solicitation Number: TBD
Contract Award Dollar Amount: TBD
Contract Line Item Number(s):
Contractor Award Date: TBD
Contractor Name: TBD
Description:
The solicitation number is NICHD-75N94025Q00063 and the solicitation is issued as a request for quote (RFQ).
The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 effective 1-17-2025.
The associated NAICS code is 325120 with a size standard of 1000. The acquisition is being conducted in accordance with the procedures of FAR Part 13.
The Contractor Requirements are listed below:
Background:
The mission of the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) is to conduct and support medical research and research training and to disseminate science-based information on diabetes and other endocrine and metabolic diseases; digestive diseases, nutritional disorders, and obesity; and kidney, urologic, and hematologic diseases, to improve people’s health and quality of life.
Scope
Task Area 1 – Checking Liquid Nitrogen levels in Storage Tanks twice a week and refill as needed. Two tanks are located across from Bldg. 8AB104
Task Area 2 - Checking Liquid Nitrogen levels in Storage Tanks twice a week and refill as needed. Two tanks are located in Bldg. 14A cold storage room alcove.
This is a base + four option periods order.
Base: 5/1/25 – 4/30/26
OP 1: 5/1/26 – 4/30/27
OP 2: 5/1/27 – 4/30/28
OP 3: 5/1/28 – 4/30/29
OP 4: 5/1/29 – 4/30/30
The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
The provision at FAR clause 52.212-2, Evaluation – Commercial Items, is applicable. Award will be made to the contractor providing the most advantageous quote to the Government. Technical factors and price considered.
The vendor is expected to have a level sensor that can be accessed remotely, both by the vendor and the project officer.
The tank pressure must be maintained to ensure an uninterrupted flow of nitrogen gas for the building.
In the unusual case of a pre-scheduled delivery or call-in request for a fill, the vendor is expected to fill within 2 business days.
Technical factors outweigh cost.
The contractor will be evaluated on their ability to provide the product to the specifications as stated on the solicitation and shall be required to provide required service with certification from the OEM.
(x) FAR clause 52.212-3, Offeror Representations and Certifications – Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision.
(xi) FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition.
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions:
52.219-28, Post Award Small Business Program Representation
52.222-19, Child Labor—Cooperation with Authorities and Remedies
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.225-13, Restrictions on Certain Foreign Purchases
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-1, Buy American—Supplies
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.
(xv) Offers shall be submitted via email to verne.griffin@nih.gov. The due date for receipt of offers is 9:00 am Eastern Time on April 23, 2025
Place of Contract Performance:
National Institute of Health, NIDDK
9000 Rockville Pike
Bethesda, MD 20892
Set-aside Status: Yes- Small Business