SPECIAL NOTICE
42 -- Purchase of Cardboard Baler
- Notice Date
- 7/3/2023 4:16:07 AM
- Notice Type
- Justification
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C257-23-AP-3019
- Archive Date
- 08/02/2023
- Point of Contact
- Robert M Clark Jr, Phone: 5122281088
- E-Mail Address
-
robert.clark15@va.gov
(robert.clark15@va.gov)
- Award Number
- 36C25723P0512
- Award Date
- 07/07/2023
- Description
- Statement of Work The following outline provides a template for development of your individual SOW and can be tailored to meet your individual needs. 1.0 INTRODUCTION/OVERVIEW The purpose is to obtain a Firm Fixed Price contract to procure and install 1 (one) Vertical Baler in order to recycle cardboard boxes. 1.1 BACKGROUND The West Texas VA Health Care System setting up its own in-house recycling program, which includes the use of a vertical baler to be used for cardboard, plastic and aluminum cans. Vertical balers need to be purchased, delivered and installed at the WTVACHS Campus, to begin recycling activities at the Big Spring Campus. 1.2 SCOPE Unless otherwise provided in the contract documents, the company shall provide all tools, labor, materials, equipment, and transportation in support of this contract. The company shall provide 1 (one) Vertical Baler, transport it to the facility and install the equipment in the facility. The company shall insure that the Vertical Baler supports 208V, 3 phase electrical hook ups. 2.0 REQUIREMENTS Balers will adhere to the following requirements: � Supports 208V, 3 phase, 60 hz electrical hookup � Constructed of heavy-duty structural steel and produces bales up to 1,000 pounds. � 5 hp 3-phase motor; 45 second cycle time, bale size 30� x 60� x up to 51� � Factory equipment options should include Automatic front eject and front wire/strap guides. � Shall comply with ANSI Z245.5-2013 Bailing Equipment-Safety Requirements for Installation, Maintenance, and Operation. 2.1 TASKS This section defines the tasks that the contractor must complete during contract performance. The description of task requirements will depend on the approach that is selected to describe the required effort. This section should specify requirements clearly so that all readers can understand them. Reference only the absolute minimum applicable specifications and standards needed. Tailor specifications and other documents and separate general information from direction. For a Performance-Based Work Statement, this section should describe requirements in terms of results required rather than the methods for completing the work. This latitude will permit the contractor to develop new and innovative ways to complete those tasks. This section must also describe requirements in a way that permits contractor personnel to perform the service without direct Government supervision. The SOW should not include words that appear to indicate that the Government is managing day-to-day operations. 2.2 DELIVERABLES The company shall provide operational training for the Vertical Baler upon completion of installation to facility staff. The company shall also remove all packaging material and dispose of the waste. 2.3 SCHEDULE Contractor personnel shall notify the Contracting Officer Representative (COR) when arriving on station, prior to commencing services. Services shall be performed during normal working hours from 8:00 am to 4:30 pm excluding federal holidays unless requested and approved by the COR. Federal holidays include: New Years' Day Martin Luther King Jr. Day Presidents' Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans� Day Thanksgiving Day Christmas Day When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also, included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. Delivery Address and Place Of Performance: West Texas VA Health Care System 300 West Veterans Blvd. Big Spring, TX 79720 Logistics Dept Primacy POC and COR: Nathaniel Baldwin Job Title: Phone: (432) 263-7361 ext. 7401 Email: nathaniel.baldwin@va.gov 2.4 ASSUMPTIONS Parking: It is the responsibility of the Contractor�s personnel to park only in designated parking areas. The WTVAHCS shall not waive or make reimbursement for parking violations of the Contractor�s personnel under any circumstances. BILLING, Invoices and Payment: Payment to be made quarterly, in arrears, following satisfactory performance by Contractor�s personnel and upon receipt of a properly prepared invoice. Contractor shall be required to invoice through the Tungsten System at http://www.tungstennetwork. com/us/en/veterans-affairs/. Additional information regarding Tungsten shall be provided upon award. The contract shall have current registration in the System for Award Management (SAM) for this solicitation; URL: www.sam.gov. The invoice MUST be itemized to include the following information. Any information listed below, and not provided on an invoice, will render that invoice incomplete and the invoice will be returned for immediate correction. Time period being invoiced for: a. Description of services performed. b. Unit Cost billed. c. Extended amount due. d. Invoice number, date, and contract and obligation numbers 3.0 GOVERNMENT FURNISHED PROPERTY There will be no Government Furnished Property provided to the contractor in the performance of this contract. 4.0 SECURITY REQUIREMENTS Contractor employees will need to get access badges from the VA Police Service located on the ground floor, main facility prior to conducting business, installation, or training functions. Contractors are required to abide by all facility requirements in regard to screening and masking requirements. All Contractor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. The Contractor is to coordinate with the COR to obtain the I.D. badge from the Police Service. The Contractor is to provide a list of personnel who shall be performing the service 5.0 INFORMATION SECURITY Vendor will not have access to information deemed to be �VA sensitive information�. The certification and accreditation (C&A) does not apply. a) The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. b) Consistent with the requirements of 38 U.S.C. 5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. However, it is the policy of VA to forgo collection of liquidated damages in the event the contractor provides payment of actual damages in an amount determined to be adequate by the agency. 7.0 RECORDS i. Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 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. ii. 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. iii. 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. iv. 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. v. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. vi. The Government Agency owns the rights to all data/records produced as part of this contract. vii. 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. viii. 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 [email, fac, etc.] or state of completions [draft, final, etc.] ix. 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 of 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. x. 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 ad proprietary information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a7de5e7b39142678d5e755fc46c46aa/view)
- Place of Performance
- Address: Big Spring, TX 79720, USA
- Zip Code: 79720
- Country: USA
- Record
- SN06735242-F 20230705/230704210938 (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 |