CO2 Gas Services & Tank Rental
ID: A028438Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT JACKSONCOLUMBIA, SC, 29207-5490, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

UTILITIES- GAS (S111)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for CO2 gas services and tank rentals at Fort Jackson, South Carolina. The contract requires the provision of industrial-grade CO2 gas and the rental of five 750 lbs. tanks and one 450 lbs. tank for pool water treatment at three locations, with a focus on maintaining proper CO2 levels and ensuring water safety. This procurement is crucial for supporting the operational needs of the Fort Jackson Family Morale, Welfare, and Recreation department, emphasizing safety and quality in service delivery. Interested small businesses must submit their proposals by the specified deadlines, with a site visit scheduled for February 4, 2025, and further inquiries directed to Jason Fronden or Katharina Wagner via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the clause 52.217-8, titled "Option to Extend Services," which allows the Government to require continued service performance under specific contract terms. The clause specifies that the duration of any extension cannot exceed six months, and the rates for services may only be adjusted based on revisions to prevailing labor rates by the Secretary of Labor. The Contracting Officer has the authority to exercise this option by providing written notice to the Contractor within a 60-day timeframe. This provision is significant in the context of government contracts, as it affords flexibility in service requirements while ensuring compliance with labor regulations and managing service continuity within stipulated limits. The structured approach reflected in the clause illustrates the Government's commitment to maintaining operational effectiveness and regulatory adherence in contractual agreements.
    This document serves as an addendum to the solicitation W9124C25RA003 for the submission and evaluation of proposals for CO2 gas and rental services. It outlines critical submission guidelines for offerors, emphasizing the necessity of submitting signed offers, preferably electronically, and adhering to specified formats and page limitations. Proposal submission is broken into three volumes: General, Technical Proposal, and Price Proposal. Each volume's content requirements are detailed, including necessary documents such as the SF 1449 form, executive summaries, technical approaches to meet the Performance Work Statement (PWS) requirements, and structured pricing in Microsoft Excel. The offerors must provide clear and concise information to facilitate evaluation, ensuring compliance with all relevant standards, safety regulations, and proposal formatting instructions. Importantly, any revisions following an initial submission must be highlighted, with clear documentation of changes. This procurement process reflects the government’s standardized approach to obtain quality contracting services while maintaining strict adherence to its procedural guidelines and regulations.
    The document outlines the evaluation criteria and procedures for a government procurement using the Lowest Price Technically Acceptable (LPTA) method. The contract will be awarded to the offeror who presents a technically acceptable proposal at the lowest price while adhering to requirements set forth in federal regulations (FAR, DFARS, AFARS). It specifies that offers failing to address solicitation requirements may be rejected and that proposals must represent the offeror's best terms with the possibility of discussions at the government's discretion. Three main evaluation factors are utilized: Technical Capability, Pricing, and Past Performance. The Technical factor assesses the offeror's ability to meet the government's minimum requirements, including quality control and compliance with safety standards. The Pricing evaluation focuses on ensuring a fair and reasonable total price based on comprehensive cost breakdowns, while the Past Performance factor examines the offeror's history and likelihood of successful contract fulfillment. Overall, the document establishes a clear framework for submission and evaluation processes to ensure fair competition and effective fulfillment of government requirements, reinforcing the importance of meeting technical specifications and providing reasonable pricing in the procurement process.
    The document outlines the required insurance types and minimum coverage amounts for contracts involving work on government installations, as specified in FAR clause 52.228-5, "Insurance – Work on a Government Installation." The mandatory insurance includes Workmen's Compensation aligned with state requirements and Occupational Disease Insurance. Employer's Liability Insurance must be valued at $100,000.00. Comprehensive General Liability Insurance coverage is required at $500,000.00 per occurrence for bodily injury, while Comprehensive Automobile Liability Insurance needs to address $200,000.00 per person and $500,000.00 per occurrence for bodily injury and $20,000.00 for property damage. Additionally, Medical Liability Insurance must provide coverage of $1,000,000.00 per occurrence, aggregating $3,000,000.00. The General Liability Insurance requires a minimum of $500,000.00 per occurrence for bodily injury and $50,000 for property damage, with specific deductible limits. These insurance requirements ensure that contractors are adequately protected against potential liabilities and align with the federal guidelines for RFPs and grants, emphasizing risk management in government projects.
    The document outlines an organized site visit for offerors/bidders in relation to a federal contract. It emphasizes the importance of inspecting the service location to understand local conditions that could impact contract costs. The scheduled site visit will take place on February 4, 2025, at 10 a.m. EST at the MICC Building in Fort Jackson, South Carolina. Interested parties must notify the designated point of contact, Katharina Wagner, of their attendance by January 31, 2025, including personal identification information for all attendees. This procedure ensures that bidders are adequately informed before contract submission, minimizing claims based on unforeseen site conditions post-award.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide industrial-grade CO2 gas for treating pool water at Fort Jackson, South Carolina, specifically at Palmetto Falls Water Park, Knight Pool, and Legion Pool. The contract includes the rental of five 750 lbs tanks and one 450 lbs tank, with an objective to stabilize pH levels and ensure water safety through proper CO2 monitoring and delivery. The contractor is responsible for a Keep Full Program, demanding proactive monitoring and timely refills while adhering to provided safety and environmental standards. The contract spans one base year, with four optional years, emphasizing quality control and compliance with security protocols. The PWS further details training requirements for contractor employees, outlines key personnel responsibilities, and mandates a safety plan, highlighting the government's commitment to maintaining high operational standards in service contracts. This document serves as a comprehensive guideline for contractors, ensuring efficient service delivery aligned with government standards and priorities.
    The document outlines a Request for Proposal (RFP) for a contract to provide industrial-grade CO2 gas and tank rentals for pool water treatment at Fort Jackson's Aquatic Pools. The contract is designated as non-personal services and is expected to be a Firm Fixed-Price agreement with a performance period starting on March 3, 2025, lasting one base year with four optional subsequent years. The contractor will supply five 750 lbs. tanks and one 450 lbs. tank across three locations: Palmetto Falls Water Park, Knight Pool, and Legion Pool. Key responsibilities include ensuring CO2 levels do not drop below 20-30% full, providing a smart tank monitoring system, and delivering filled tank logs to the Fort Jackson Family Morale, Welfare, and Recreation (FMWR) department. Proposals will be evaluated on technical acceptability and past performance, with price evaluations focusing on reasonableness. The document emphasizes the importance of adhering to safety regulations and delivering high-quality services, reflecting the government’s emphasis on effective service procurement while maintaining standards for public amenities.
    The document addresses questions and answers related to the Request for Information (RFI) W9124C-25-R-0003 concerning the rental of CO2 gas tanks. Key topics include the structure of the contract, invoicing practices, equipment setup, and tank storage locations. It clarifies that the contract will operate on a monthly invoicing basis under a "Keep Full Program," without specific pricing tied to CO2 usage in pounds per location. A historical data chart in the Performance Work Statement (PWS) is provided for estimating purposes. Additionally, contractors must confirm that solenoid equipment for communication between pools and tanks is correctly set up, and it is confirmed that the tanks will remain in their existing storage locations. This document outlines the operational and administrative considerations necessary for effectively managing the CO2 gas rental program amidst established protocols for the contract execution.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract for CO2 gas tank rental and related services to be issued to potential contractors. It specifies a follow-on contract with tasks including the supply of industrial-grade CO2 gas for pool water treatment, which involves a smart tank monitoring system to maintain adequate CO2 levels at various locations. The contract consists of multiple line items spanning a total commitment period, with a payment structure based on firm fixed pricing. Important details include contractor obligations, inspection requirements for contract fulfillment, and specific clauses ensuring compliance with federal regulations. The solicitation also emphasizes support for small and disadvantaged business participation, aiming to align with broader governmental goals of promoting diversity in federal contracting. This multifaceted approach reflects the federal commitment to engage women-owned and economically disadvantaged businesses in service provision, thereby fostering enhanced competition and service delivery in the public sector.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    6830--Base Yr. Plus 4 Option Yrs. Bulk Oxygen/Gas Tank RFQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the supply and rental of medical-grade bulk liquid oxygen at the Washington DC VA Medical Center, under solicitation number 36C24525Q0155. The contract aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement, requiring the provision of one 6,006-gallon main tank and one 901-gallon reserve tank, with strict compliance to FDA and NFPA standards for safety and quality assurance. This procurement is crucial for ensuring a reliable supply of medical-grade oxygen, which is essential for the healthcare needs of veteran patients. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their quotes by February 26, 2025, at 10 AM Eastern Time, with questions directed to Contract Specialist Michael Jones at michael.jones16@va.gov by February 19, 2025, at 4:30 PM EST.
    Bulk Gases and Amendment 0001
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals for the supply of bulk industrial gases, including nitrogen, argon, oxygen, and helium, to support operations at the Rock Island Arsenal's Joint Manufacturing and Technology Center. The procurement emphasizes timely delivery, compliance with safety regulations, and the maintenance of gas supply systems, with a contract structured as a Firm Fixed Price (FFP) over five ordering periods spanning five years. This initiative is crucial for ensuring operational readiness and safety standards within the facility. Interested vendors must submit their proposals by February 21, 2025, and can contact Heather Petersen at heather.j.petersen.civ@army.mil for further information.
    T1617 Tank Repair & Tank 2003 Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and inspection of Tank 1617 and Tank 2003 located at Shaw Air Force Base in South Carolina. The project involves comprehensive maintenance procedures, including cleaning, coating, and repairs to ensure compliance with environmental standards and safety regulations, as outlined in the associated documentation. This initiative is critical for maintaining the integrity and functionality of water infrastructure on the base, which is essential for operational readiness. Interested parties should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    BPA Compressed Gas Cylinders
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Grounds, is seeking small businesses to provide various compressed gases for the Tobyhanna Army Depot (TYAD) under a Blanket Purchase Agreement (BPA). The contractor will be responsible for supplying and delivering gases such as chlorine, oxygen, argon, nitrogen, and acetylene, adhering to a weekly delivery schedule and exchanging full cylinders for empty ones. This procurement is crucial for maintaining the operational capabilities of TYAD, with a total award limit of $250,000 over a five-year period. Interested small businesses should submit their capabilities and relevant information to Forrest Green at forrest.l.green8.civ@army.mil by the specified deadline, noting that responses will be treated confidentially.
    Repair of Sodium Hypochlorite Storage Tanks
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
    WASTEWATER STORAGE TANKS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is seeking proposals for the acquisition of two wastewater storage tanks, specifically designated for the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises, and requires the submission of engineering drawings, certifications, and compliance with cybersecurity measures. The tanks are critical for waste management and environmental compliance within military operations, ensuring operational readiness and adherence to federal regulations. Proposals are due by March 4, 2025, and interested parties should contact Jack Edwards at jack.edwards@dla.mil or call 360-813-9577 for further details.
    Bulk Liquid Oxygen for Birmingham, Atlanta, CAVHCS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide bulk liquid oxygen and associated services for various Veteran Affairs Medical Centers (VAMCs) in Birmingham, Atlanta, and surrounding areas. The procurement includes the delivery of medical-grade bulk liquid oxygen, tank rentals, and maintenance services, with a focus on compliance with safety regulations and the provision of emergency delivery capabilities. This contract is crucial for ensuring the reliable supply of medical gases necessary for patient care in VA facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Women-Owned Small Businesses, must conduct mandatory site visits and submit their quotes by the extended deadline of February 24, 2025. For further inquiries, potential bidders can contact Chelsea Smith at chelsea.smith1@va.gov or Howard J. Montgomery at howard.montgomery2@va.gov.
    Fort Novosel, AL Tank Inspection
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for tank inspection services at Fort Novosel, Alabama, under a combined synopsis and solicitation notice. The procurement aims to secure professional services for the inspection, cleaning, and maintenance of various aboveground storage tanks, ensuring compliance with federal, state, and local regulations. These inspections are critical for maintaining the integrity and safety of fuel storage systems, which play a vital role in military operations and environmental protection. Interested contractors must submit their proposals by March 4, 2025, at 2:00 PM CDT, and can direct inquiries to MAJ Minh Thu Vu at minhthu.t.vu@usace.army.mil or 402-995-2892.
    Q201--Oxygen Cylinders
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the provision of oxygen cylinders, specifically targeting the John J. Pershing VA Medical Center and the Cape Girardeau VA Health Care Center in Missouri. The contract will encompass the filling, transporting, and storing of medical gas cylinders under an indefinite delivery indefinite quantity (IDIQ) model, with a base period from September 30, 2025, to September 29, 2026, and four optional years. This procurement is critical for ensuring the timely and compliant supply of medical-grade gases, which are essential for patient care and emergency situations, with strict adherence to federal regulations and quality standards. Interested contractors must contact Denise Maynard at denise.maynard@va.gov or call 913-946-1975 for further details and to ensure compliance with the solicitation requirements.
    6830--Bulk Liquid Medical Oxygen & Tank, Richmond VAMC
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking proposals for the procurement of bulk liquid medical oxygen and tank rental services at the Richmond VA Medical Center. The contract will cover a one-year service term with the option for four additional years, emphasizing the need for compliance with FDA and other regulatory standards, as well as the importance of safety and patient care during transitions. This procurement is critical for ensuring a reliable supply of medical gases essential for patient care, with a proposal submission deadline extended to February 19, 2025. Interested contractors should direct inquiries to Contract Specialist Tiara R. White at Tiara.White@va.gov.