BPA - GASES: COMPRESSED AND LIQUEFIED PSC 6830
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center Indian Head Division (NSWC IHD) is seeking to establish Blanket Purchase Agreements (BPAs) for compressed and liquefied gases at its Indian Head, Maryland location. This is a Total Small Business Set-Aside opportunity, with Master BPAs awarded on a 6-month rotation through June 2029. Interested vendors must submit documentation and references by April 30 for a June award or October 31 for a December award.
Scope of Work
NSWC IHD requires standard commercial supplies of various chemicals and gases, including:
- Argon
- Nitrogen
- Helium
- Oxygen
- Air
- Nitrous Oxide (dip tube tanks)
- Methane
- Ethylene
- Ethane
- Hydrogen
BPA calls will not exceed the Simplified Acquisition Threshold, and offerors will compete at the call level.
Contract & Timeline
- Type: Blanket Purchase Agreements (BPAs)
- Duration: Master BPAs issued on a 6-month rotation through June 2029.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due (June Award): April 30 (annually)
- Response Due (December Award): October 31 (annually)
- Published: September 30, 2024
Evaluation
BPAs will be awarded based on positive Past Performance. Vendors must provide a cover sheet, documentation of capabilities and expertise, and a price list (if applicable). A minimum of three Past Performance References are required, including contract details, points of contact, and item descriptions. Past Performance will be evaluated on Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government may also use CPARS, PPIRS, and FAPIIS. Vendors must have active accounts in PIEE (formerly WAWF) and SAM.
Additional Notes
- This is a Total Small Business Set-Aside.
- Vendors with technical and past performance merit will be issued a Master BPA to bid on future requirements.
- GSA contract numbers should be noted in responses if applicable.
- Price lists and catalog prices can be provided to assist with direct awards under $10k.
- The attached Past Performance Questionnaire (PSC 6830 docx.docx) is a critical tool for the government to assess an offeror's past performance. It details specific criteria for evaluation, including customer satisfaction, timeliness, technical success, program management, and quality. Bidders should understand these criteria to prepare relevant information and thoughtful responses.
Contact Information
- Primary: Barbara Grinder (barbara.j.grinder.civ@us.navy.mil)
- Secondary: Brandi Sorzano (brandi.l.sorzano.civ@us.navy.mil)