1. Date: 29 May 2025
2. RFI Number: PANDHA-25-P-0000_016042
3. RFI Title: Gas and Dry Ice Supply Delivery Services
4. Requiring Office: Defense Center for Public Health-Aberdeen (DCPH-A)
5. Contracting Office: U.S. Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Frederick, MD
6. Location: Aberdeen Proving Ground, MD
7. Purpose of Notice: In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(vii), this Request for Information (RFI) is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation or commitment by the Government. The Government assumes no financial responsibility for the costs incurred by responding to this RFI. All costs incurred are entirely at the respondent’s expense. Furthermore, USAMRAA is not seeking proposals or quotes and will not accept unsolicited proposals or quotes for this requirement at this time. The information in response to this RFI is purely voluntary and will aid the Government in determining if there are multiple qualified sources available to pursue a small business set-aside or a procurement through full and open competition. This RFI does not restrict the Government to an ultimate acquisition approach. No evaluation letters and/or results will be issued to the respondents. At this time, no solicitation exists.
Phone calls regarding this RFI will not be accepted. Vendors not responding to this RFI will not be precluded from responding to the solicitation (if posted) as a result of their lack of response. When the solicitation is released, it will be synopsized through the System for Award Management (SAM).gov website. It is the responsibility of any potential Offeror to monitor this site for the release of any solicitation.
8. Background: The DCPH-A Laboratory Sciences (LS) and Toxicology (TOX) Directorates use various cylinder gases, micro bulk gases, liquid nitrogen, and dry ice supplies to perform analytical services in support of the DCPH-A mission. The LS and TOX Directorates require high-quality, efficient, and reliable supply delivery services to maintain the highly technical mission of the DCPH-A. This requirement for gases, liquid nitrogen, hydrogen and dry ice supplies will be a recurring requirement. The current contract has been in place since 2022 providing gases and dry ice to DCPH-A.
9. Scope and Purpose of Requirement: The Government is seeking qualified sources for the Gas and Dry Ice Supply Delivery Services as defined in the draft Performance Work Statement (PWS) attached to this RFI.
10. North American Industry Classification System (NAICS) Code: The NAICS code for this requirement is 325120, Industrial Gas Manufacturing, with a small business size standard of 1,200 employees.
11. Capability Statement: The Government encourages all qualified vendors to submit a comprehensive and fully integrated Capability Statement that addresses the requirements defined in this RFI and the draft PWS. The Capability Statement should demonstrate the vendor’s experience and qualifications in providing Gas and Dry Ice Supply Delivery Services. The capability statement shall state the vendor’s need to subcontract, if necessary, and describe the approach.
12. Anticipated Period of Performance: 30 September 2025 through 29 September 2028.
13. Response Due Date: Qualified vendors should submit the Capability Statement in response to this RFI electronically by 10:00 AM Eastern Time (ET), Thursday, 12 June 2025 to the Contract Specialist, Mr. Brandon Roebuck at brandon.m.roebuck.civ@health.mil.
14. Anticipated Product Supply Code (PSC): 6835, Medical Gases
15. Instruction to Respondents
15.1. The Government appreciates responses from all capable and qualified vendors.
15.2. The subject header of the e-mail for submission of questions and/or the RFI response shall contain: RFI Gas and Dry Ice Supply Delivery Services
15.3 Interested Offerors should submit a response (Capability Statement) that demonstrates the Offeror's ability to perform the scope of work in this RFI and PWS. The Capability Statement should adhere to the following formatting and outline instructions:
15.3.1 Capability Statement shall not exceed 10 typed pages; additional sheets for cover page, table of contents, tables, and charts will not be counted toward page limitation.
15.3.2. Format specifications include 12-point font, single spaced, single sided 8.5 by 11 inches paper with 1-inch margins. All submissions must be made electronically (as described above) and in one of the following formats: Microsoft Word or Adobe PDF.
a. Cover Page (1 page)
i. Title
ii. Organization
iii. Responders technical and administrative points of contact (names, addresses, telephone, fax number and e-mail addresses)
iv. Topic area(s) addressed
b. Current Technical Expertise, Knowledge, Qualifications
i. Executive Summary
ii. Discussion of capabilities/challenges/approach
iii. Technical Expertise response, the breadth experience and relevance of Offeror’s expertise that demonstrates a full understanding of the requirement defined in this RFI and PWS.
c. Brief summary of relevant experience from up to three (3) contracts within the last five (5) years similar to the requirement, could be Government or commercial.
15.4. Complete the Attachment - Vendor Information Table and include with the Capability Statement.
16. Disclaimer and Important Notes: The purpose of this RFI notice is to gain market knowledge. 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 solution and 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.
17. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in the Offeror’s response.