COMBINED SYNOPSIS/SOLICITATION
Helium gas supplied approximately bi-weekly to the National Weather Service Weather Forecast Office located in Las Vegas, NV.
The following information is provided in accordance with FAR 5.207(c):
(1) A National Stock Number is not assigned.
(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 product.
(4) The helium must be provided in 6-pack cradles of a size that safely permits between 1,200 and 1,800 cubic feet (CF) of helium per 6-pack. 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 quantity to be delivered is between 54,750 and 61,950 CF for the base period, delivered in approximately 2,100 CF increments every two weeks, depending on the amount of gas actually provided per 6-pack. There are two separately priced options to increase quantity, each for the same quantity as the base period. There is an additional option for 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, 7851 Dean Martin Dr, Las Vegas, NV 89139.
(9) The delivery schedule is approximately every other week but may vary based on the amount of gas contained in each 6-pack.
(10) The duration of the contract, if all options are exercised, will not exceed 3 years. The base period is 12 months. The two separately priced options are 12 months each.
(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 quote. The anticipated award date is February 15, 2022.
(13) This is not an Architect-Engineer project.
(14) This acquisition is not subject to Free Trade Agreements. See exception at FAR 25.401(a)(1).
(15) This acquisition is not non-competitive.
(16) All responsible sources may submit a quote, which shall be considered by the agency.
The following information is provided in accordance with FAR 12.603 (c)(2)
(i) This is a combined synopsis/solicitation for commercial products 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 1333MH22QNWWT0007 and is issued as a request for quotation (RFQ). A firm-fixed price with economic price adjustment contract is anticipated to result from this RFQ.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04.
(iv) This solicitation is being issued as a total service-disabled veteran-owned small business set-aside. The associated NAICS code is 325120. The small business size standard is 1000 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 as follows:
- Line Item: 0001 Item Description: Base period. Helium gas, up to 61,950 cubic feet, delivered incrementally, approximately every two weeks. Includes delivery and hazmat fees, cylinder rent, and any additional fees. Quantity: 1 Unit of Measure: LO
- Line Item: 1001 Item Description: Option 1. Helium gas, up to 61,950 cubic feet, delivered incrementally, approximately every two weeks. Includes delivery and hazmat fees, cylinder rent, and any additional fees. Quantity: 1 Unit of Measure: LO
- Line Item: 2001 Item Description: Option 2. Helium gas, up to 61,950 cubic feet, delivered incrementally, approximately every two weeks. Includes delivery and hazmat fees, cylinder rent, and any additional fees. Quantity: 1 Unit of Measure: LO
- Line Item: N/A Item Description: Option to increase quantity to not more than 50% of the base contract quantity, to include delivery and hazmat fees, cylinder rent, and any additional fees. This is not a separately priced line item. Quantity: 1 Unit of Measure: LO
(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, as scheduled with the requiring office. The periods of performance, for the base period and each option, are as follows:
- Base Period: March 15, 2022 through March 14, 2023
- Option 1: March 15, 2023 through March 14, 2024
- Option 2: March 15, 2024 through March 14, 2025
Delivery and acceptance for all deliveries will be at the National Weather Service Weather Forecast Office at 7851 Dean Martin Dr, Las Vegas, NV 89139. The FOB point is destination.
(viii) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. This is a Best Value acquisition and requires a capability statement and references to be provided with the quote. References must include at a minimum a valid name and phone number. If there is no relevant past performance history, affirmatively state that there is no relevant past performance history; references for other work performed are still required.
Quotes may be submitted on the provided pricing sheet, if preferred, but is not required. Quotes must include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All quotes must include business contact information (business name, phone number and email address) and pricing for all separately-priced line items in order to be considered responsive.
(ix) FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (NOV 2021) applies. The specific evaluation criteria to be used in paragraph (a) are: past performance, price, delivery lead time, and compliance with solicitation requirements.
(x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2021)(DEVIATION 2020-11)(AUG 2020), must be completed and included with the quote.
(xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2021)(DEVIATION 2017-02), 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 (JAN 2022)(DEVIATION 2021-06)(SEPT 2021)(DEVIATION 2020-11)(AUG 2020)(DEVIATION 2020-05)(APR 2020)(DEVIATION 2017-05)(SEPT 2017), applies to this acquisition. The following additional FAR clauses cited in (b) of the clause are applicable to the acquisition:
- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Jun 2020) (Pub. L. 109-282)(31 U.S.C. 6101 note).
- 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).
- 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (SEPT 2021)
- 52.219-28, Post Award Small Business Program Rerepresentation (SEPT 2021) (15 U.S.C. 632(a)(2))
- 52.222-3, Convict Labor (June 2003) (E.O. 11755)
- 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2022) (E.O. 13126). (Deviation 2020-11) (Aug 2020)
- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
- 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246)
- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793)
- 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627)
- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513)
- 52.225-1, Buy American—Supplies (NOV 2021) (41 U.S.C. chapter 83)
- 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
- 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) (31 U.S.C. 3332)
- 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (31 U.S.C. 3903 and 10 U.S.C. 2307). (Deviation 2020-05) (April 2020)
(xiii) Additional terms and conditions.
COVID-19 Workplace Safety: Contractors shall comply with the Safer Federal Workforce Guidance for Federal Contractors and Subcontractors found at https://www.saferfederalworkforce.gov/contractors/
Additional contract requirements and terms and conditions that apply to this acquisition are provided in the attached Clauses and Provisions.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply.
(xv) Quotes are due to the contracting office no later than 1:00 pm Mountain Time on Monday, February 14, 2022. All quotes must be emailed to the attention of Jen Brown, email address is jen.brown@noaa.gov.
Due to current mandatory telework requirements for Department of Commerce employees during the pandemic, a fax machine is not readily available to receive quotes. If you need to send your quote by fax rather than by email, please contact Jen Brown at 801-829-7139 in advance to make fax arrangements.
(xvi) For information regarding this solicitation, contact Jen Brown, E-mail address: jen.brown@noaa.gov, Phone: 801-829-7139.