Liquid Nitrogen Tank Rental and Refill
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 U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), is seeking quotations for Liquid Nitrogen Tank Rental and Refill Services for the U.S. Horticultural Research Laboratory in Fort Pierce, Florida. This is a Firm Fixed-Price contract for a base year plus four option years. Quotations are due by April 10, 2026.
Scope of Work
The contractor will provide comprehensive liquid nitrogen services, including:
- Rental of liquid nitrogen tanks.
- Refill services, supplying approximately 425 standard cubic feet of liquid nitrogen monthly.
- Ongoing maintenance support for the existing 525-gallon Liquid Nitrogen system.
- Quality control services to ensure operational demands are met.
The place of performance is the U.S. Horticultural Research Laboratory, 2001 S. Rock Road, Fort Pierce, Florida, 34945. The base period of performance is from May 1, 2026, to April 30, 2027, with four additional one-year option periods.
Contract Details
- Type: Firm Fixed-Price Request for Quotation (RFQ)
- NAICS: 325120 (Industrial Gas Manufacturing)
- PSC: 6830 (Gases: Compressed And Liquefied)
- Set-Aside: Open to all business sizes.
- Period of Performance: Base year (05/01/2026 - 04/30/2027) + 4 option years.
Submission & Evaluation
Quotations must be submitted by April 10, 2026. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) method. Offerors must meet all solicitation requirements, demonstrate acceptable past performance, and be technically acceptable.
Submissions should include a fully completed and signed SF18, a contractor quote pricing document detailing the total yearly amount for the base year and each option year, and the company's SAM UEI Number. Offerors must have an active registration in SAM.gov.
Additional Notes
This solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov. Invoices must be submitted electronically through the Invoice Processing Platform (IPP).