0014 -Laboratory Gas Services
ID: 1605C1-24-Q-00128Type: Solicitation
Overview

Buyer

LABOR, DEPARTMENT OFOFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENTDOL - CAS DIVISION 1 PROCUREMENTWASHINGTON, DC, 20210, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

OTHER QC/TEST/INSPECT- CHEMICALS AND CHEMICAL PRODUCTS (H968)
Timeline
  1. 1
    Posted Sep 17, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 20, 2024, 12:00 AM UTC
  3. 3
    Due Sep 23, 2024, 2:00 PM UTC
Description

The Department of Labor (DOL) is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide Laboratory Gas Services, specifically for the Salt Lake Technical Center (SLTC) in Sandy, Utah. The contractor will be responsible for delivering high-quality laboratory gases, including liquid nitrogen and argon, within three days of order, and must implement a robust quality control program to ensure compliance with contract standards. This procurement is critical for analytical testing and safety compliance within the DOL's operations, with the contract set to begin on September 25, 2024, and lasting for one base year with four optional renewal years. Interested contractors must submit their quotes by September 17, 2024, and direct any questions to Benyamin Dehghani at Dehghani.Benyamin@dol.gov, with a cc to Maria Britton at britton.maria.m@dol.gov.

Point(s) of Contact
Files
Title
Posted
Sep 20, 2024, 7:53 PM UTC
The document outlines an amendment to solicitation number 1605C1-24-Q-00128 issued by the U.S. Department of Labor. The primary purpose is to update Attachment 2 (QA Log) to include vendor responses while clarifying that the quote submission period remains unchanged. It stipulates that contractors must acknowledge receipt of the amendment prior to the specified date to avoid their offers being rejected. The contract's performance period is noted as from September 25, 2024, to September 24, 2025. The document emphasizes the importance of adhering to the specified modification procedures and maintaining all other contractual terms and conditions. The amendment reflects the government’s commitment to transparent communication with contractors during the procurement process.
Sep 20, 2024, 7:53 PM UTC
The government has clarified that the current requirement for services is not a new need, as it was previously contracted to Airgas USA. The associated Indefinite Delivery Indefinite Quantity (IDIQ) contract was identified by the number 1605C1-19-D-0009, with a contract ceiling amounting to $508,688.43. This information responds directly to inquiries regarding the incumbent service provider and the scope of ongoing efforts under this contract. Understanding the incumbency and historical contract values is critical for potential bidders and stakeholders involved in the federal procurement process.
Sep 20, 2024, 7:53 PM UTC
The Performance Work Statement (PWS) outlines the requirements for laboratory gas services to be provided to the Salt Lake Technical Center (SLTC) by a contractor. The contractor is responsible for delivering high-quality gases, including liquid nitrogen and argon, within three days of order. The contract spans one base year beginning September 15, 2024, with four optional renewal years. A key aspect of the PWS includes the implementation of a robust quality control program to ensure compliance with contract standards and regular communication with the government’s Contracting Officer's Representative (COR). The contractor will monitor gas levels in tanks and is required to provide a telemetry or alarm system for efficient supply management. Invoicing is streamlined to a monthly report detailing deliveries and costs, ensuring transparency in financial transactions. Additionally, any contamination issues must be reported, with SLTC bearing no costs for affected products. Overall, this PWS emphasizes reliability, quality delivery, and adherence to safety and regulatory guidelines within the framework of federal contracting practices.
Sep 20, 2024, 7:53 PM UTC
The government file discusses various federal and state local Requests for Proposals (RFPs) and grants aimed at fostering community development and public service enhancement. Key topics include project eligibility criteria, funding allocations, proposal submission guidelines, and evaluation processes. The document outlines the importance of aligning proposals with community needs, emphasizing collaboration among stakeholders to develop impactful solutions. Additionally, it provides a framework for measuring project success and compliance with federal regulations. By promoting transparency and accountability in funding disbursements, the document serves as a vital resource for organizations seeking financial support for development programs. Overall, it underscores the government's commitment to facilitating effective public service projects while ensuring adherence to established standards and efficient utilization of resources.
Sep 20, 2024, 7:53 PM UTC
The U.S. Department of Labor (DOL), through the Occupational Safety and Health Administration (OSHA), is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply various laboratory gases for analytical testing. The contract will span from September 25, 2024, to September 24, 2025, with four additional one-year options. Interested contractors must submit quotes by September 17, 2024, with questions due by September 19, 2024. The required gases include a range of specifications outlined in the Performance Work Statements (PWS) and will be delivered free on board. The solicitation emphasizes compliance with federal acquisition regulations, and contractors must provide a detailed breakdown of costs for each contract line item number (CLIN) in their proposals. The contract terms and conditions include clauses related to payment processes, inspection, and contractor responsibilities. The DOL prioritizes small businesses, featuring set-asides for economically disadvantaged groups. The comprehensive document lays out requirements for the procurement process, ensuring adherence to federal standards while promoting equitable opportunities for various business categories during the contracting phase.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Medical Gas Cylinders
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking suppliers for a Firm Fixed Price Requirements contract to procure three types of medical gas cylinders, specifically Oxygen USP Size D, Oxygen USP Size H, and Nitrous Oxide 250 gal, for the period of 2025 to 2030. The contract will consist of one base year and four option years, with annual estimated quantities of 6,000 units for Size D Oxygen, 500 units for Size H Oxygen, and 100 units for Nitrous Oxide. These medical gas cylinders are essential for healthcare applications and must comply with FDA regulations, with delivery to the Defense Distribution Depot in Tracy, California, expected within 120 days of order. Interested parties can contact Amber Way at amber.way@dla.mil or (445) 737-7529 for further details, with the anticipated solicitation date set for April 30, 2025.
Motor Fuel Price Data Subscription
Buyer not available
The Department of Labor is seeking subscription services for daily motor fuel price data to support the Consumer Price Index (CPI) analysis. The procurement aims to acquire comprehensive datasets that include gasoline, diesel, and alternative fuels, with specific requirements for unique station identifiers, daily average prices, fuel types, and geographic details. This data is crucial for the Bureau of Labor Statistics to ensure accuracy and relevance in constructing economic indexes. Interested vendors should provide insights on their capabilities and past performance by April 22, 2025, and can contact Daniel Garza at garza.daniel@dol.gov or Rachael Vargas at vargas.rachael.n@dol.gov for further information.
Liquid Nitrogen to Autofill
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide liquid nitrogen autofill services for freezer storage tanks at its facilities. The procurement involves checking and refilling liquid nitrogen levels in two storage tanks located at designated buildings, with services required twice a week to ensure uninterrupted nitrogen flow for research purposes. This contract is crucial for maintaining the integrity of biological samples and research materials, and it includes a base period of one year with four optional renewal periods. Interested vendors must submit their quotes by 9:00 am Eastern Time on April 23, 2025, to Verne Griffin at verne.griffin@nih.gov, with the solicitation number NICHD-75N94025Q00063 guiding the submission process.
Request for quote for Laboratory Supplies
Buyer not available
The General Services Administration (GSA) is soliciting quotes for laboratory supplies on behalf of the U.S. Army Corps of Engineers, under Solicitation PIID: 47QSWC25Q0098. This procurement aims to establish a single-award Firm-Fixed Price Purchase Order for various laboratory items, including chemical standards and specialized equipment, as detailed in the accompanying pricing worksheet. The supplies are critical for maintaining compliance with environmental and public health regulations, ensuring rigorous standards in laboratory testing and research. Quotations are due by May 12, 2025, and interested vendors should direct inquiries to Gary Carson at Gary.Carson@gsa.gov or Dominic Lackey at dominic.lackey@gsa.gov for further information.
Honeywell Toxic Gas Monitoring System Expansion and Upgrades
Buyer not available
The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is seeking proposals for the expansion and upgrades of the Honeywell Toxic Gas Monitoring System. This procurement aims to acquire replacement parts and necessary equipment to enhance the monitoring capabilities for various toxic gases, as detailed in the attached Bill of Materials. The selected contractor will play a crucial role in ensuring the safety and effectiveness of environmental monitoring operations at ORNL. Proposals are due by 5:00 PM EST on April 21, 2025, and must remain valid for 120 days; interested parties should direct inquiries to Landen Treadway at treadwayla@ornl.gov or call 865-341-3071.
BLANKET PURCHASE AGREEMENT - CERC Gas Cylinders
Buyer not available
The U.S. Geological Survey (USGS) is seeking to establish a Blanket Purchase Agreement (BPA) for the procurement of various gas cylinders, including liquid nitrogen, breathing air, helium, hydrogen, and argon, for the Columbia Environmental Research Center (CERC) in Columbia, MO. This BPA will cover a performance period of five years and is intended to stabilize costs for essential gases used in scientific research activities, such as aquatic life support and trace contaminant analysis, with a maximum value of $175,000. The procurement process is governed by the Federal Acquisition Regulation (FAR) Part 13, ensuring compliance with federal regulations and promoting small business participation. Interested vendors must be registered at https://www.sam.gov/ and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
RFI, Gaseous Helium (GHH), Hill Air Force Base, Utah
Buyer not available
The Defense Logistics Agency (DLA) Energy Aerospace is issuing a Request for Information (RFI) for the procurement of Gaseous Helium (GHH) at Hill Air Force Base, Utah. This RFI aims to identify potential suppliers capable of providing the necessary production facilities, raw materials, and labor to manufacture GHH in accordance with the specifications outlined in MIL-PRF-27407E. The anticipated period of performance for this requirement is 60 months, starting in January 2026, although no specific quantity requirements are currently available. Interested organizations must submit a capability statement by 3 PM CT on April 18, 2025, detailing their compliance with the specifications, testing capabilities, willingness for government inspections, and registration status in the System for Award Management (SAM). For further inquiries, contact Matthew Simkovsky at matthew.simkovsky@dla.mil or Leno Smith at leno.smith@dla.mil.
RFQ - 1605C4-25-Q-00026 - Cable Services
Buyer not available
The Department of Labor (DOL) is seeking qualified vendors to provide cable services for the Mine Safety and Health Administration (MSHA) under the Request for Quotation (RFQ) titled "RFQ - 1605C4-25-Q-00026." This procurement aims to establish a Firm Fixed Price Order for cable services, with a performance period spanning one 12-month base period and four 12-month option periods, from May 1, 2025, through April 30, 2030. The services are critical for ensuring effective communication and operational efficiency within the agency's educational policy development initiatives. Interested parties, particularly small businesses, are encouraged to reach out to primary contact Rose Goodwin at goodwin.rose@dol.gov or 304-256-3306, or secondary contact Alicia M. Jackson at Jackson.Alicia.M@dol.gov or 202-693-6857 for further details.
66--DETECTOR,GAS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of gas detectors, specifically NSN 6665016456818, with a requirement for nine units to be delivered to DLA Distribution San Diego within 177 days after order. These detectors are critical for ensuring safety and operational efficiency in various military applications, highlighting their importance in monitoring gas levels in potentially hazardous environments. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
42--CYLINDER AND VALVE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a cylinder and valve, specifically NSN 4240001066850. The requirement includes a quantity of 2 units to be delivered to DLA Distribution within 167 days after order placement, with the approved source being 70167 22D17336-2. These items are critical for fire, rescue, and safety operations, underscoring their importance in maintaining operational readiness. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.