*AMENDED: THE REQUIRMENT AND PRICING REQUEST HAS BEEN REVISED.*
SEE ATTACHEMNTS FOR CHANGES IN RED ON INDIVDUAL DOCUMENTS AND REVISE BOTH VOLUMES ACCORDINGLY.***
**Amendment**
Updated Attachment 3 - Price List to included Extension Chart
Attachment 3 - Price List 02
**Amendment**
Updated Attachment 4 to included the descriptions for the Full Text Provisions and Provisions
Attachment 4 Contract Provisions and Clauses02**
**Amendment**
Updated Notice ID from W91ZLK25R to W91ZLK25R0018**
W91ZLK-25-R-0018
Industrial Gases Supply and Gas Cylinder Refurbishment and Delivery
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05, (08/07/2025). The solicitation number for this requirement is W91ZLK-25-R-0018.
This requirement has been deemed a 100% Small Business Set-Aside under the associated North American Industry Classification System (NAICS) Code 325120, Industrial Gas Manufacturing. The Government contemplates the award of a non-personal Firm-Fixed-Price (FFP) supply contract with service elements. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items for the procurement of the following:
Industrial Gases Supply and Gas Cylinder Refurbishment and Delivery for U.S. Army, HQ, 20th Chemical, Biological, Radiological, Nuclear, Explosives Command (CBRNE): Analytical and Remediation Activity - Mobile Expeditionary Laboratory (CARA-MEL) for a (3) year ordering period and one (1) six (6) month optional extension.
Award will be made to the Offeror whose response to the Combined Synopsis/Solicitation represents the best value to the Government. Proposals will be evaluated in accordance with the Lowest Price Technically Acceptable (LPTA) Source Selection process described in FAR 15.101-2.
INSTRUCTIONS AND INFORMATION TO OFFERORS:
52.212-1 Instruction to Offerors Commercial Items/Services
This clause applies in its entirety and there are currently no addenda to the provision.
All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database at the time of proposal will not be considered. Offerors may register with SAM by calling 1-866-606-8220 or online at www.beta.sam.gov.
Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions. Therefore, proposals shall represent the best and final offer of the Contractor.
1) All proposals shall be submitted via email with the subject line:
a) W91ZLK-25-R-0018 PROPOSAL FROM (INSERT COMPANY NAME)
2) Proposals shall be submitted in two (2) separate volumes labeled:
a) Volume I: Industrial Gases Supply and Gas Cylinder Refurbishment and Delivery W91ZLK-25-R-0018 TECHNICAL Proposal
b)Volume II: Industrial Gases Supply and Gas Cylinder Refurbishment and Delivery W91ZLK-25-R-0018 PRICE Proposal
3) Formatting
- Single space Text
- Double Space Paragraphs
- 12-point minimum font size.
- Arial or New Times Roman fonts only. Table/illustrations 8-point min and landscape is acceptable.
- Margins: All Margins 1 inch.
- Gutter: 0 inches
- Header and Footer 1.5 inches
- Page Size: Width 8.5 inches and Height 11 inches (11 X 17 folded pages are acceptable for tables/graphic representations; however, each 11 X 17-page counts as two pages)
- Page Limitations: Volume I Technical – 5 pages limit and Volume II Price – unlimited pages.
- Plain Text Proposals (i.e., no identifying graphics, logo, watermarks, etc.)
- Cover Page: Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension if applicable. (Single cover page not included in page limitations)
- Restrictions: All information shall be confined to the appropriate volume. The Offeror shall confine all submissions to essential matters and sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. The following shall be included in the volumes:
NOTE: Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government.
- Volume I: Technical/Management Proposal, to be evaluated by the following factors:
- Factor 1 - Technical Approach: The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the PWS. To be rated as acceptable, offerors must provide documentation that demonstrates the offeror’s approach for meeting all of the requirements specified in the PWS.
- Factor 2 - Experience: Contractor shall have at minimum two years of experience supplying industrial gases supply and gas cylinder refurbishment and delivery IAW the PWS (see attached).
- Volume II: Price Proposal. Proposal to include the following elements:
- Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension.
- Price List (see attached):
BASIS FOR AWARD:
The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced. To receive consideration for an award, an “Acceptable” rating must be achieved for all the non-cost evaluation factors: Technical Approach. Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques. Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price.
SUBMISSION PROCEDURES:
All questions must be submitted via email to Contract Specialist Agnes Burke at agnes.v.burke.civ@army.mil or Contracting Officer Terrijuana P. Veals at terrijuana.p.veals.civ@army.mil by Friday, 19 September 2025 at 10am Eastern Time.
All questions will be answered via an amendment to the solicitation on sam.gov.
Responses to this solicitation must be signed, dated, and received no later than 10am Eastern Time, Monday, 22 September 2025. Responses must be sent by email directly to the Contract Specialist Agnes Burke at agnes.v.burke.civ@army.mil or Contracting Officer Terrijuana P. Veals at terrijuana.p.veals.civ@army.mil
NO QUESTIONS FOR THE COMBINED SYNOPSIS/SOLICITATION WILL BE ACCEPTED VIA PHONE CALLS.
LIST OF ATTACHMENTS:
Attachment 1 – Combined Synopsis/Solicitation
Attachment 2 – Performance Work Statement
Attachment 3 – Price List
Attachment 4 – Contract Provisions and Clauses