Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2020 SAM #6811
MODIFICATION

M -- Non Medical Gases

Notice Date
7/21/2020 4:13:28 PM
 
Notice Type
Solicitation
 
NAICS
454310 — Fuel Dealers
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q1087
 
Response Due
7/27/2020 7:00:00 AM
 
Archive Date
08/01/2020
 
Point of Contact
Dr. Vinicky A Ervin Ph.D., Contract Specialist
 
E-Mail Address
Vinicky.Ervin@va.gov
(Vinicky.Ervin@va.gov)
 
Awardee
null
 
Description
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 48.00 LB $00.00 $00.00 PR 33 Propane Industrial 32 LB for Forklift CGA 790 LOCAL STOCK NUMBER: PR 33 0002 80.00 CY $00.00 $00.00 NITROGEN INDUSTRIAL SIZE 300 CGA 580 LOCAL STOCK NUMBER: NI 300 0003 84.00 CY $00.00 $00.00 ACETYLENE SIZE 4 CGA 510 LOCAL STOCK NUMBER: AC 4 0004 265.00 CY $00.00 $00.00 OXYGEN INDUSTRIAL SIZE 200 CGA 540 LOCAL STOCK NUMBER: OX 200 0005 280.00 CY $00.00 $00.00 AIR COMPRESSED SIZE 300 CGA 590 LOCAL STOCK NUMBER: AI 300 0006 144.00 CY $00.00 $00.00 As required VA OWNED INSPECTION DEWARS LITERS 20,50,180 LOCAL STOCK NUMBER: LNI GRAND TOTAL $00.00 General Requirements: The Department of Veterans Affairs is seeking both manufacturers and/or distributors of the exact match services to the following listed above. Please title email with RFQ Solicitation Number and Subject Title Statement of Work (SOW) Customer: Central Texas Logistics Department, VA Central Texas Valley Health Care System (VACTXHCS) General: Contractor shall provide the following non-medical grade gases and services for Temple, Austin, Cedar Park (CBOC), Brownwood (CBOC), Palestine (CBOC), Bryan College Station (CBOC), Temple Annex (CBOC), LaGrange (CBOC), Cedar Park (CBOC) and Waco. The following products, 32-pound industrial Propane cylinders to fuel forklifts to be used in indoor areas, PR 33 Industrial propane cylinders for the safety of our warehouse staff and also because it creates less exhaust when the forklifts are operating inside the warehouse shipping and receiving areas. The requested industrial nitrogen with a purity level of 99.998% with less than 8 PPM O2 with less than 5 PPM moisture, industrial oxygen, and compressed air requested by our biomedical and chemistry departments. We are also requesting that acetylene be added to this contract for use in the machine and AC shop. Inspection of VA Owned liquid nitrogen dewars are as needed and upon request. This contract shall be base with four-year option periods. Description of Work: Contractor shall provide Non-Medical Grade Gases IAW delivery policies and procedures for Central Texas already determined by TXDOT and OSHA. Hours of Performance: Work shall occur Monday Friday during normal duty hours 7:30AM-4:30PM Check in Requirements: Delivery personnel must report to the Oxygen room located adjacent to the Bldg. 163 loading dock to check in before work begins. Upon completion of work, the Delivery personnel must return to the MSD to sign out and brief Staff or Supervisor Contract: As described in this section Contract will cover the estimated quantities and items below on an as required basis. Responsibilities and duties of contract include monthly deliveries for each: PR 33 1 PR 33 Propane Industrial 32 LB for Forklift CGA 790 48 LB NI 300 2 NITROGEN INDUSTRIAL SIZE 300 CGA 580 80 CY AC 4 3 ACETYLENE SIZE 4 CGA 510 84 CY OX 200 4 OXYGEN INDUSTRIAL SIZE 200 CGA 540 265 CY AI 300 5 AIR COMPRESSED SIZE 300 CGA 590 280 CY LNI 6 VA OWNED DEWARS LITERS 20,50,180 INSPECTIONS 144 CY Documentation: Contractor shall furnish a detailed Purity Certificate report upon completion of installation to Supply Chain Management Staff. The analysis report shall contain, at a minimum, the following information: Date and time of contractor s arrival on station Carrier initials Cylinder Bottle Serial Number Date, time and location that the delivery was completed. Period of Performance: Period of performance shall be Aug 1, 2020 thru Jul 31, 2021. Place of Performance: VA Medical Center Temple, Austin, Cedar Park (CBOC), Brownwood (CBOC), Palestine (CBOC), Bryan College Station (CBOC), Temple Annex (CBOC), Lagrange (CBOC), Cedar Park (CBOC) and Waco. Contracting Officer Representatives: Prior to contract award, the Contracting Officer shall designate a VA Medical Center employee as the COR. All work coordination shall be made through the COR. The Contractor shall be provided a copy of the letter of delegation authorizing the COR at the commencement of the term of the contract. No other person shall be authorized to act in such capacity unless appointed in writing by the Contracting Officer. Information technology security requirements: The certification and accreditation requirements do not apply to this requirement and a security accreditation package is not required. SECURITY STATEMENT: The certification and accreditation requirements do not apply to this requirement and a security accreditation package is not required. The vendor will not have remote access to complete the repair(s) and preventive maintenance. RECORDS MANAGEMENT STATEMENT All records (administrative and program specific) created during the period of the contract belong to VA Central Texas Health Care System (VACTXHCS) and must be returned to VACTXHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served to the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work and hold the Contractor in default. Invoicing: Payment to be made monthly in arrears by certified invoices and must contain the contract number in addition to the requirements detailed in 52.212-4 (G) to be considered valid. All invoices shall be submitted to the VA Financial Service Center and emailed to the COR. All invoices will reference the purchase order number assigned to the contract. Billing address: VA FSC PO Box 149971 Austin, TX 78714
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/de729ab358ef45a796836a5d2edf10d3/view)
 
Record
SN05727184-F 20200723/200721230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.