Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
MODIFICATION

65 -- Provide Oxygen Liquid Bulk, NSN 6505 00 064 3401.

Notice Date
9/17/2007
 
Notice Type
Modification
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00183-07-T-0417
 
Response Due
9/20/2007
 
Archive Date
10/31/2007
 
Description
Email Yvette.Williams@med.navy.mil to receive a complete copy of the Solicitation. ONLY COMPLETE COPIES OF THE SOLICITATION WILL BE CONSIDERED FOR CONTRACT AWARD. If you do not receive a copy of the solicitation within 24 hours of your email request, please contact Yvette Williams at 757-953-7825. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2,080,000 Cubic Feet Base Year: 01 Oct 2007 - 30 Sep 2008 FFP Contractor shall provide and transport Oxygen Liquid Bulk, NSN 6505 00 064 3401, to the Naval Hospital Camp Lejeune in accordance with Section C, Statement of Work. Quoted price shall be inclusive of all cost: travel, labor, delivery and handling, and any other charges/fees that may be associated with transferring the bulk liquid to a holding tank at the Naval Hospital Camp Lejeune. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 2,080,000 Cubic Feet OPTION Option I: 01 Oct 2008 - 30 Sep 2009 FFP Contractor shall provide and transport Oxygen Liquid Bulk, NSN 6505 00 064 3401, to the Naval Hospital Camp Lejeune in accordance with Section C, Statement of Work. Quoted price shall be inclusive of all cost: travel, labor, delivery and handling, and any other charges/fees that may be associated with transferring the bulk liquid to a holding tank at the Naval Hospital Camp Lejeune. FOB: Destination PURCHASE REQUEST NUMBER: N6809308RQ00097 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 2,080,000 Cubic Feet OPTION Option II: 01 Oct 2009 - 30 Sep 2010 FFP Contractor shall provide and transport Oxygen Liquid Bulk, NSN 6505 00 064 3401, to the Naval Hospital Camp Lejeune in accordance with Section C, Statement of Work. Quoted price shall be inclusive of all cost: travel, labor, delivery and handling, and any other charges/fees that may be associated with transferring the bulk liquid to a holding tank at the Naval Hospital Camp Lejeune. FOB: Destination PURCHASE REQUEST NUMBER: N6809308RQ00097 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 2,080,000 Cubic Feet OPTION Option III: 01 Oct 2010 - 30 Sep 2011 FFP Contractor shall provide and transport Oxygen Liquid Bulk, NSN 6505 00 064 3401, to the Naval Hospital Camp Lejeune in accordance with Section C, Statement of Work. Quoted price shall be inclusive of all cost: travel, labor, delivery and handling, and any other charges/fees that may be associated with transferring the bulk liquid to a holding tank at the Naval Hospital Camp Lejeune. FOB: Destination PURCHASE REQUEST NUMBER: N6809308RQ00097 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 2,080,000 Cubic Feet OPTION Option IV: 01 Oct 2011 - 30 Sep 2012 FFP Contractor shall provide and transport Oxygen Liquid Bulk, NSN 6505 00 064 3401, to the Naval Hospital Camp Lejeune in accordance with Section C, Statement of Work. Quoted price shall be inclusive of all cost: travel, labor, delivery and handling, and any other charges/fees that may be associated with transferring the bulk liquid to a holding tank at the Naval Hospital Camp Lejeune. FOB: Destination PURCHASE REQUEST NUMBER: N6809308RQ00097 NET AMT Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT Statement of Work Contractor shall provide and transport Oxygen Liquid Bulk, national stock number: 6505 00 064 3401, to the Naval Hospital Camp Lejeune in accordance with Section C, Statement of Work. Services shall be inclusive of all cost: travel, labor, delivery and handling, and any other charges/fees that may be associated with transferring the bulk liquid to a holding tank at the Naval Hospital Camp Lejeune. Delivery shall be during normal working hours (8:00 A.M. to 4:30 P.M. Monday through Friday excluding Federal holidays). A minimum of one (1) delivery every two (2) weeks unless otherwise agreed upon for a total of 27 deliveries. 1. General a. The Contractor shall comply with Federal, State, and Local Laws, plus any Federal Regulations as applicable to the performance of this contract. b. The Contractor shall not accept any instructions issued by any person employed by the U. S. Government, other than: the Contracting Officer (KO) or designated representative all acting within the limits of their authority. 2. Delivery Schedule a. Delivery quantity shall vary depending upon usage. Estimated usage is (77,037 cf) per delivery. b. Delivery dates for the period of 01 OCT 2007 through 30 SEP 2008 are as follows: 03 OCT 07 17 OCT 07 31 OCT 07 07 NOV 07 21 NOV 07 05 DEC 07 19 DEC 07 02 JAN 08 16 JAN 08 30 JAN 08 13 FEB 08 27 FEB 08 12 MAR 08 26 MAR 08 09 APR 08 23 APR 08 07 MAY 08 21 MAY 08 04 JUN 08 18 JUN 08 02 JUL 08 16 JUL 08 30 JUL 08 13 AUG 08 27 AUG 08 10 SEP 08 24 SEP 08 c. Delivery schedule shall be update for each Option Period Exercised via modification to the award contract. Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 01-OCT-2007 TO 30-SEP-2008 N/A NAVAL HOSPITAL CAMP LEJEUNE FACILITIES MANAGEMENT DEPARTMENT 100 BREWSTER BOULEVARD CAMP LEJEUNE NC 28547 910-450-4133 FOB: Destination N68093 0002 POP 01-OCT-2008 TO 30-SEP-2009 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68093 0003 POP 01-OCT-2009 TO 30-SEP-2010 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68093 0004 POP 01-OCT-2010 TO 30-SEP-2011 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68093 0005 POP 01-OCT-2011 TO 30-SEP-2012 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68093 CLAUSES INCORPORATED BY REFERENCE 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.O.B. Destination NOV 1991 Section G - Contract Administration Data CLAUSES INCORPORATED BY FULL TEXT INVOICING INSTRUCTIONS AND PAYMENT INFORMATION Invoices rendered under this Contract shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the internet at http://wawftraining.com. Select the 2-in-1 Invoice within WAWF as the invoice type. The 2-in-1 Invoice prepares the Material Inspection and Receiving Report, DD Form 250, and invoice in one document. Back up documentation (such as service tickets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding Naval Medical Center Portsmouth is provided for completion of the invoice in WAWF: Issuing Office DODAAC: N00183 Admin DODAAC: N00183 Acceptor DODAAC: N68093 LPO DODAAC: N68093 Pay DODAAC: HQ0248 The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at wawf@nmlc.med.navy.mil. Section H - Special Contract Requirements CLAUSES INCORPORATED BY FULL TEXT BUSINESS ACCESS SECURITY REQUIREMENTS NOTE: A NEW BASE ORDER (CAMP LEJEUNE BASE ORDER 5512.1C, REGARDING CONTRACTORS ACCESS TO MARINE CORPS BASE CAMP LEJEUNE, AND MARINE CORPS AIR STATION NEW RIVER, BECAME EFFECTIVE 21 FEBRUARY 2006. IN ORDER TO GAIN ACCESS TO PERFORM CONTRACT FUNCTIONS ABOARD THE BASE OR THE AIR STATION, YOU COMPLY WITH THE REQUIREMENTS BELOW. 1 BUSINESS ACCESS SECURITY REQUIREMENTS. 1.1 BUSINESS ACCESS DEFINITION. Contractor/subcontractor employees requiring installation access for periods from one day to one year to MCB, Camp Lejeune or MCAS New River, NC, must obtain a Business Access Identification Badge for that particular installation. Regularly scheduled delivery personnel, to include FEDEX, UPS, Pick-up and deliveries, should also follow the Business Access guidelines described below. Personnel requiring Business Access Identification Badges shall submit all documentation listed below. Badges are not required if the contracted position requires the employee to obtain a Common Access Card (CAE) which will be identified separately within the Government contract. 1.2 INSTALLATION SECURITY ACCESS REQUIREMENTS. Contractor shall accomplish the security requirements below within 10 days after award or prior to performance under the contract. 1.3 BUSINESS ACCESS IDENTIFICATION BADGE REQUIREMENT. The US Government will issue badges to contractor personnel without charge. Badges will be issued for one year or duration of contract which ever is less. In order to obtain a Business Access Identification Badge and access to MCB, Camp Lejeune, and satellite activities, or MCAS New River, all personnel providing services under this contract shall be required to present the documentation below to the following offices, as applicable: MCB, Camp Lejeune, NC and its satellite activities. Report as follows: 1. Identification Card Center, 59 Molly Pitcher Road for badge (910-451-2727). 2. Vehicle Registration Office, 60 Molly Pitcher Road for vehicle decal (910-451-1158). MCAS New River, NC. Report as follows: 1. S-4 (Facilities Office), Bldg AS-211 (l"1Deck) for registration on contractor's list (910-449-6310). 2. Pass and Identification Office, Bldg AS-211 (lst Deck) for badge and vehicle decal (910-449-5427/5428). 1.3.1 Photo ID. Valid state or federal issued picture identification card. Acceptable documents include state drivers license, DMV issued photo identification, or alien registration card. 1.3.2 Proof of Employee Citizenship or Legal Alien Status. Acceptable documents include birth certificate, Social Security Card, Immigration and Naturalization Service (INS) forms and passports. 1.3.3 Proof of Criminal Records Check. Proof of a criminal records check from the county or state where the employee has resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). Acceptable sources for criminal records checks include: County Courthouse; Defense Security Service (www.dss.mil); and Inforlink Screening Services, Inc. (www.infolinkscreening.com).Criminal records check shall be conducted annually prior to renewal of badges for reevaluation. 1.3.4 Denial of Access. Installation access shall be denied if it is determined that an employee: a. Is on the National Terrorist Watch List. b. Is illegally present in the United States. c. Is subject to an outstanding warrant. d. Has knowingly submitted an employment questionnaire with false or fraudulent information. e. Has been issued a debarment order and is currently banned from military installations. f. Is a Registered Sexual Offender and Convicted Felon (within the past 15 years); has a conviction of a drug crime within the past 5 years; and DUI within the last year. 1.3.5 Appeal Process. All appeals should be directed to the Base Inspector's Office for any individual that has been denied access to the Base. 1.3.6 Display and Disposition of Badges. Contractor employees shall prominently display their badges on their person at all times. Upon completion or termination of a contract or an individual's employment, the Contractor shall collect and turn in badges to the Pass and ill Office from which it was issued. If the Contractor is unable to obtain the employee's badge for whatever reason, the cognizant Pass and ill Office will be notified within 24 hours. During the contract performance period contractors will immediately report instances of lost or stolen badges to the issuing Pass and Identification Office. 1.3.7 Proof of Valid Government Contract. The Contracting Department shall submit a letter [on department letterhead] from the Contracting Officer to the Pass and Identification Office indicating location of contract work, contract period, and name of prime contractor. For subcontractors, the prime contractor will provide proof of employment on a valid Government contract (e.g., a letter [on company letterhead]) to include contract number and term. 1.4 CONTRACTOR SECURITY REQUIREMENT BUSINESS ACCESS VERIFICATION FORM. Upon completion of the above process, Contractor shall submit to the Contracting Office the Contractor Security Requirement Business Access Verification form (Attachment #1) filled out in its entirety. 1.5 CONTRACTOR AND SUBCONTRACTOR VEHICLE REQUIREMENTS. Each vehicle to be used in contract performance shall show the Contractor's or subcontractor's name so that it is clearly visible and shall always display a valid state license plate and safety inspection sticker. To obtain a vehicle decal, which will be valid for one year or contract period, whichever is shorter, Contractor or subcontractor vehicle operators shall provide: a. A copy of the Contracting Officer's authorization letter w/cc to PMO; b. A valid form of Federal or state government I.D.; c. If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance. Upon completion/termination of this contract or an individual's employment, the Contractor shall collect and turn in to Vehicle Registration all Government vehicle decals. If any are not collected, the Contractor shall notify the Vehicle Registration Office within 24 hours. 1.6 CONTRACTOR AND SUBCONTRACTOR EMPLOYEE VEHICLE REQUIREMENTS. In order to obtain a vehicle decal for one year, the Contractor and subcontractor employees shall provide to the Vehicle Registration office: a. A copy of the Contracting Officer's authorization letter w/cc to PMO; b. Proof of employment on a valid Government contract (e.g., a letter [on company letterhead] from the prime contractor including contract number and term); c. A valid form of Federal or state government I.D.; d. If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance. Upon completion/termination of this contract or an individual's employment, the Contractor shall collect and turn in to Vehicle Registration all Government vehicle decals. If any are not collected, the Contractor shall notify the Vehicle Registration Office within 24 hours. 1.7 SECURITY CHECKS. Contractor personnel and vehicles shall only be present in locations relevant to contract performance. All Contractor personnel entering the base shall conform to all Government regulations and are subject to such checks as may be deemed necessary to ensure that violations do not occur. Employees shall not be permitted on base when such a check reveals that their presence would be detrimental to the security of the base. Subject to security regulations, the Government will allow access to an area for servicing equipment and/or performing required services. Upon request, the Contractor shall submit to the Contracting Officer questionnaires and other forms as may be required for security purposes. CONTRACTOR SECURITY REQUIREMENTS BUSINESS ACCESS VERIFICATION The Contractor shall submit this notification to the Naval Hospital Camp Lejeune Technical Point of Contact as reflected in Section B of the contract upon completion of the Security Requirements reflected in Section H of the contract. CONTRACTOR ACKNOWLEDGEMENT In accordance with the Security Requirements in Section H of the contract, I acknowledge and certify that all personnel providing services under this contract have been processed for access to Marine Corps Base, Camp Lejeune, North Carolina, and its' satellite activities and/or Marine Corps Air Station, New River, North Carolina, and have furnished the documentation reflected below to obtain personnel badges and vehicle decals. Proof of employee citizenship or legal alien status. Proof of a criminal records check. Proof of employment. An installation sponsor request forwarded to Provost Marshall Office. A valid form of Federal or state government identification. If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance. I, also, acknowledge and certify in accordance with the contract, that I am responsible, upon completion/termination of this contract or an individual's employment, to collect and turn in all personnel badges and vehicle decals. CONTRACTOR NAME: ADDRESS: CONTRACT NUMBER: CONTRACTOR'S PRINTED NAME CONTRACTOR'S SIGNED NAME DATE
 
Place of Performance
Address: Naval Hospital Camp Lejeune, 100 Brewster Blvd., Camp Lejeune, NC,
Zip Code: 28547
Country: UNITED STATES
 
Record
SN01409757-W 20070919/070917221624 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.