Welding Gas

Agency: State Government of Louisiana
State: Louisiana
Level of Government: State & Local
Category:
  • 34 - Metalworking Machinery
  • 68 - Chemicals and Chemical Products
Opps ID: NBD11472773113526787
Posted Date: Mar 18, 2024
Due Date: Apr 5, 2024
Solicitation No: 40005-FY24-006
Source: Members Only
bid number description date issued bid open date/time help
40005-FY24-006 Welding Gas
Original: 40005-FY24-006
02/27/2024 04/05/2024
11:00:00 AM CT
40005
BID OPENING DATE EXTENDED
Addendum 1: 40005-FY24-006-1
03/15/2024
BID OPENING DATE EXTENDED
Addendum 2: 40005-FY24-006-2
03/18/2024

Attachment Preview

INVITATION TO BID
Bid Number: 4005-FY24-006
Bids Will Be Publicly Opened: March 22,2024
Bid Release Date: February 27, 2024
INSTRUCTION TO BIDDERS (It is the bidder’s responsibility to read entire bid including
contractor’s license requirements.)
1
Bids will be accepted until March 19, 2024, at 11:00 a.m. Bid must be sent to: River Parishes Community College,
925 West Edenborne Pkwy, Gonzales, LA 70737, ATTN: Rondreka Pitts. River Parishes Community College
(RPCC) will open all prompt submitted sealed bids at its office located 925 West Edenborne Pkwy, Gonzales, LA
70737, BASF ROOM, on March 22, 2024, at 11:00 a.m., in response to this Invitation to Bid. All Bids will be
publicly opened and read aloud.
2
To ensure consideration of your Bid, all Bid Packages and addenda shall be returned in an envelope or package
clearly marked with the Bid title, Bid opening date and the Bid number. River Parishes Community College, 925
West Edenborne Pkwy, Gonzales, LA 70737 on or before March 19, 2024, at 11:00a.m. CST. DO NOT FAX
OR EMAIL YOUR BID.
3
All bid prices and information shall be typed or written in ink. Any corrections, erasures, or other forms of alteration
to prices should be initialed by the Bidder.
4
Payment will be made within thirty (30) days after receipt of invoice, delivery, and authorized inspection and
acceptance, whichever occurs last. Delinquent payment penalties are mandated and governed by Louisiana.
R.S. 39:1695.
5
Bids given are subject to provisions of the laws of the State of Louisiana including, but not limited to, La. Title 39:
1551-1736, Chapter 17; Purchasing Rules and Regulations (Title 34 of the Louisiana Administrative Code);
Executive Orders; and the terms conditions, and specifications listed in this solicitation.
6
Bids shall be signed by a person authorized to bind the vendor per L.R.S. 39:1594. SEE No. 27.
7
By signing this Invitation to Bid, the Bidder certifies compliance with all Instructions to Bidders, terms, conditions,
and specifications and further certifies that this Bid is made without collusion or fraud.
8
By signing and submitting any bid for $25,000 or more, the bidder certifies that their company, any subcontractors,
or principals are not suspended or debarred by the General Services Administration (GSA) in accordance with
the requirements in “Audit Requirements in Subpart F of the Office of Management and Budget’s Uniform
Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards” (Formerly OMB
Circular A-133). A list of parties who have been suspended or debarred can be viewed at www.sam.gov .
Signature of Authorized Bidder:
(Shall be signed and dated)
Company:
(Typed or printed)
Name, (Typed or Printed)
Payment Terms:
Email Address:
Address
City, State, Zip
Telephone No.
Fax No.
1
STANDARD TERMS AND CONDITIONS
1
Bid form.
All written Bids shall be given on the Bid Forms supplied and per the Bid package and, properly
signed. Bids given in the following manner will not be accepted:
A. Bid Instructions and Bid Forms have no signature showing intent to be bound.
B. Bid filled out in pencil.
C. Bid not given on RPCC’s standard Bid Package and Bid Form.
D. Telegraphic or facsimile bids.
2
Receipt of Bids.
Bids shall be received at the address specified in this Invitation prior to Bid opening time to be
considered. Entire Bid Packages shall be returned. Bidder is solely responsible for ensuring
that its courier service provider makes inside deliveries to the physical location specified.
RPCC is not responsible for any delays caused by the bidder’s chosen means of bid delivery.
RPCC is not responsible for late deliveries that make use of RPCC’s interoffice mail service.
3
Bid Opening.
Bidders may attend the Bid opening, but no information or opinions concerning the ultimate
contract award will be given at the Bid opening or during the evaluation process. Bids may be
examined within 72 hours after Bid opening. Information on completed files may be secured by
visiting the Purchasing Department during normal working hours. Unsuccessful bidders
sending a response to the solicitation will be provided a copy of the tabulated results by
providing a self-addressed stamped envelope with the original bid package.
4
Withdrawal of Bids.
A bidder may only withdraw a bid within forty-eight (48) hours after a bid opening, excluding
Saturdays, Sundays, and legal holidays, for good cause as for patently obvious, unintentional,
and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission
of a substantial quantity of work, labor, material or services made directly in the compilation of
the bid.
5
Standards of Quality.
Any product or services bid shall conform to all applicable federal and state laws and
regulations and the specifications contained in the solicitation. Unless otherwise specified in
the solicitation, any manufacturer’s name, trademark, brand name or catalog number used in
the specifications is for the purpose of describing the standard of quality, performance, and
characteristics desired and is not intended to limit or restrict competition. Bidders shall specify
the brand and model number of the product offered in his Bid. Bids not specifying brand and
model number shall be considered as offering the exact products specified in the solicitation.
6
New Products.
Unless specifically called for in the Invitation, all products for purchase shall be new, never
previously used, and the current model and/or packaging. No remanufactured, demonstrated,
used or irregular product will be considered for purchase unless otherwise specified in the
solicitation. The manufacturer’s standard warranty will apply unless otherwise specified in the
Invitation.
7
This term contract period is for 12 months. Upon agreement of RPCC and the contractor, a
term contract may be extended for 2 (two) added twelve-month periods at the same prices,
terms and conditions. In such cases, the total contract cannot exceed 36 months.
2
8
Taxes.
Vendor is responsible for including all applicable taxes in the Bid Price. RPCC is exempt from
all state and local sales and use taxes.
9
Award.
A purchase order or contract will be awarded to the Bidder who has supplied a responsive and
responsible Bid at the most favorable Bid Price as determined by the signed Bid Form. RPCC
reserves the right to award items separately, grouped or on an all-or-none basis and to reject
any or all Bids and waive any informalities. The purchase order or contract, faxed, mailed, or
delivered to the successful bidder is the official authorization to give services.
10 Invoices.
Invoices shall be sent to, River Parishes Community College, Accounts Payable, 925 West
Edenborne Pkwy, Gonzales, LA 70737. The invoice shall refer to the delivery ticket number,
delivery date, purchase order number, quantity, unit price, and deliver point. A separate invoice
for each order delivered and accepted shall be sent by the contractor in duplicate. Invoices
shall show the amount of any cash discount and shall be sent on the contractor’s own invoice
form. Payment will be made based on the unit price as listed in the purchase order/contract.
Such price and payment will constitute full compensation of furnishing and delivering the
contract commodities or services. Work order tasks shall be signed upon completion of the
service. Invoices will not be paid without work orders signed by a RPCC representative.
11 Purchase Order/Contract Cancellation for Cause.
RPCC has the right to cancel any contract, per its purchasing rules and regulations, for cause,
including but not limited to, the following:
(1) Failure to deliver within the time specified in the contract.
(2) Failure of the product or service to meet specifications, conform to sample
quality, failure to supply services as specified, or to be delivered in good
condition.
(3) Misrepresentation by the contractor.
(4) Fraud, collusion, conspiracy, or other unlawful means of obtaining any contract
with RPCC.
(5) Conflict of contract provisions with constitutional or statutory provisions of state or
federal law.
(6) Any other breach of contract.
12 Termination of the Purchase Order/Contract for Convenience.
RPCC may end the contract at any time by giving thirty (30) days written notice to the
Contractor of such termination or by negotiating with the Contractor an effective date. The
Contractor shall be entitled to payment for deliverables in progress, to the extent work has
been performed satisfactorily.
13 Termination for Non-Appropriation of Funds
The continuance of the contract is contingent upon the appropriation of funds to fulfill the
requirements of the contract by the legislature. If the legislature fails to appropriate sufficient
monies to provide for the continuation of the contract, or if such appropriation is reduced by the
veto of the Governor or by any means provided in the appropriations act or Title 39 of the
Louisiana Revised Statutes of 1950 to prevent the total appropriation for the year from
exceeding revenues for that year, or for any other lawful purpose, and the effect of such
reduction is to provide insufficient monies for the continuation of the contract, the contract shall
terminate on the date of the beginning of the first fiscal year for which funds are not
appropriated.
3
14 Default of Contractor.
Failure to deliver within the time specified in the Bid will constitute a default and may cause
cancellation of the contract. Where RPCC has determined the contractor to be in default, RPCC
reserves the right to buy any, and all products or services covered by the contract on the open
market and to charge the contractor with the cost more than the contract price. Until such
assessed charges have been paid, no subsequent Bid from the defaulting contractor will be
considered.
15 Order of Priority.
In the event there is a conflict between the Instructions to Bidder or Standard Terms and
Conditions or Special Terms and Conditions, the Special Term and Conditions shall govern.
16 Applicable Law.
All contracts shall be construed in accordance with and governed by the laws of the State of
Louisiana.
17 Terms and Conditions.
This solicitation holds all terms and conditions with respect to the commodities herein, any
vendor contracts, forms, terms, or other materials submitted with bid may cause bid to be
rejected.
18 Equal Opportunity.
By submitting and signing the Bid, Bidder agrees that they will not discriminate in the rendering
of services to and/or employment of individuals because of race, religion, sex, age, national
origin, handicap, or disability. Bidders shall keep informed of and follow all Federal, State and
local laws, ordinances and regulations which affect his employees or prospective employees.
Non-Exclusivity Clause.
This agreement is non-exclusive and shall not in any way prevent RPCC from entering into
similar agreements and/or arrangements with other vendors or from acquiring similar, equal or
like goods and/or services from other entities or sources including state contracts.
19 Scope of Work Inclusions.
Contractor shall include all labor, material and equipment needed to produce a completed
service or installation which is acceptable to RPCC.
Contractor shall furnish all necessary permits, licenses and certifications as may be needed
for the performance of the required services.
Contractor is responsible and shall clean up and remove from any premises where the services
are performed all debris resulting from his work and shall see that RPCC’s premises and items
furnished are left in good order, clean and professionally installed.
20 Purpose.
The purpose of this contract is to supply the specified services. The terms and conditions of
this specification are incorporated into and an essential part of the services. The contractor
shall perform all services in a safe manner, in a manner to conform to the highest standard of
good trade practices, per applicable laws and regulations and per manufacturer’s
performance specifications.
Insurance and Indemnity. See Exabit A
21 RPCC Inspection.
4
All work and services performed under this contract shall be subject to inspection by RPCC,
its staff or a specialist appointed by RPCC to ensure compliance with all terms and conditions
of this contract at RPCC’s expense.
In the event services are rejected as unsatisfactory or not following all terms and conditions or
this contract, the successful Bidder shall redo the work at its sole cost and expense, or the
contract may be cancelled at the choice of RPCC. Invoice payment will only be issued with all
complete documentation and after acceptance of work by RPCC.
22 Signature Authority.
ATTENTION: R.S. 39:1594(C)(4) REQUIRES EVIDENCE OF AUTHORITY TO SIGN AND
SUBMIT BIDS TO THE STATE OF LOUISIANA. YOU MUST INDICATE WHICH OF THE
FOLLOWING APPLY TO THE SIGNER OF THIS BID.
PLEASE CIRCLE ONE.
1. THE SIGNER OF THIS BID IS EITHER A CORPORATE OFFICER WHO IS LISTED ON
THE MOST CURRENT ANNUAL REPORT ON FILE WITH THE SECRETARY OF STATE OR
A MEMBER OF A PARTNERSHIP OR PARTNERSHIP IN COMMENDAM AS REFLECTED
IN THE MOST CURRENT PARTNERSHIP RECORDS ON FILE WITH THE SECRETARY OF
STATE. A COPY OF THE ANNUAL REPORT OR PARTNERSHIP RECORD MUST BE
SUBMITTED TO THIS OFFICE BEFORE CONTRACT AWARD.
2. THE SIGNER OF THE BID IS A REPRESENTATIVE OF THE BIDDER AUTHORIZED TO
SUBMIT THIS BID AS EVIDENCED BY DOCUMENTS SUCH AS, CORPORATE
RESOLUTION, CERTIFICATION AS TO CORPORATE PRINCIPAL, ETC. IF THIS APPLIES
A COPY OF THE RESOLUTION, CERTIFICATION, OR OTHER SUPPORTIVE
DOCUMENTS SHOULD BE ATTACHED HERETO.
3. THE BIDDER HAS FILED WITH THE SECRETARY OF STATE A DECLARATION OF
FACTS OR RESOLUTION OR OTHER ACKNOWLEDGED/ AUTHENTIC DOCUMENT
INDICATING THAT THE SIGNER IS AUTHORIZED TO SUBMIT BIDS FOR PUBLIC
CONTRACTS. A COPY OF THE APPLICABLE DOCUMENT SHOULD BE SUBMITTED TO
THIS OFFICE BEFORE CONTRACT AWARD.
23 It is the Bidder’s responsibility to check the LaPac website often for any possible addenda that
may be issued. RPCC is not responsible for a Bidder’s failure to download any addenda
documents needed to complete the Invitation to Bid.
29. Materials & Workmanship.
It is the intent of these specifications to describe a complete system in satisfactory operating
condition. The work will be installed per all local, state and federal codes, laws and regulations,
whether called for in these specifications or not. All materials and apparatus needed for the
work will be new, of the quality specified, furnished, delivered, erected, connected, and finished
in every detail and will be so selected and arranged to fit properly in the building space. All
work will be executed by competent workers and in a thorough, substantial, and efficient
manner.
Bidder Inquiries.
An inquiry period is hereby firmly set for all interested bidders to perform a detailed review of
the bid documents and to send any written inquiries relative thereto. Without exception, all
inquiries MUST be given in writing by an authorized representative of the proposer, clearly
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >