Kendall Healthcare item #6939, sterile gauze sponge shall be replaced with Kendall item # All pricing shall remain the same.

Size: px
Start display at page:

Download "Kendall Healthcare item #6939, sterile gauze sponge shall be replaced with Kendall item # All pricing shall remain the same."

Transcription

1 Date: March 19, 2009 AMENDMENT NO.: ( ) - 11 TO: User Agency FROM: Director, State Purchasing SUBJECT: Contract No Medical and Dental Supplies The following changes have been made to the subject contract: The following item has been discontinued and shall be removed from the Contract: Filac F-1500 Thermometer, item # , and shall be replaced with the new manufacturer model: Filac 3000 Thermometer, item # Probe covers unique to the Filac F-3000 unit, Kendall Healthcare item # shall be added to the Contract. (Note: Probe covers for the Filac F have not been discontinued and are still available for purchase under this Contract). All pricing shall remain the same. Kendall Healthcare item #6939, sterile gauze sponge shall be replaced with Kendall item # All pricing shall remain the same. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Contract Administrator Donna Smith at donna.smith@dms.myflorida.com or via telephone at (850) CWC/fs We serve those who serve Florida.

2 March 10, 2009 Memorandum No: ( )-10 To: From: User Agency Director, State Purchasing Subject: Contract No Title: Medical and Dental Supplies Contract management and administrative functions for this State Term Contract have been transferred from Fran Shewan to Donna M. Smith, PMP, CPPB. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Donna Smith at (850) , CWC/dms We serve those who serve Florida.

3 June 13, 2008 MEMORANDUM NO.: ( )-9 TO: FROM: User Agency Director, State Purchasing SUBJECT: Contract No Title: Medical and Dental Supplies Plastic disposable cups have been re-added to the core item list for Patterson Dental Supply. The items are described as Item # Plastic Cups, 5 oz. Disposable, Blue 1000/cs, Item # Plastic Cups 5 oz. Disposable, Mauve 1000/cs, and Item # Plastic Cups 5 oz. Disposable, Lavender 1000/cs at a cost of $17.61 per 1000/cs, representing a 27.7% discount of MSRP. The price sheets have been updated to denote the change. Any questions or problems in delivery or service that may arise regarding this contract should be directed to the Contract Administrator. CWC/fs We serve those who serve Florida.

4 Governor Charlie Crist Secretary Linda H. South Division of State Purchasing 4050 Esplanade Way, Suite 360 Tallahassee, Florida : TEL : FAX Amendment 8 September 28, 2007 MEMORANDUM NO.: ( ) - 8 TO: User Agency FROM: Director, State Purchasing SUBJECT: Contract No Title: Medical and Dental Supplies The subject contract has been renewed, at the same terms and conditions, from October 1, 2007 through September 20, A price increase of 3% for Medical Supplies and 5% for Dental Supplies on Contract items has been approved and these prices shall be valid for the remainder of the Contract. The current price spreadsheets contain the correct renewal Contract prices. Amendment No. 7 is posted on the website for your review. Please note: Third party delivery services, such as DHL, UPS, FedEx, etc. may impose a hazardous materials handling fee to our Contracted vendors for orders containing liquid alcohol, chemicals, and other potentially flammable or combustible items. This shall be a onetime fee per order, regardless of the amount or size of the order. Our Contract vendors may add this additional fee to your order as a separate line item. For more information, please contact your vendor directly to find out which items are subject to this fee. Any questions or problems in delivery or service that may arise regarding this contract should be directed to the Contract Administrator. Thank you. CWC/fs

5 Governor Charlie Crist Secretary Linda H. South Office of the Secretary 4050 Esplanade Way Tallahassee, Florida : TEL : FAX July 13, 2007 MEMORANDUM NO.: ( ) -7 TO: FROM: Department Addressed / User Agency Director, State Purchasing SUBJECT: Contract No TITLE: Medical and Dental Supplies The following changes have been made to the subject contract: Section 1.0 Introduction Section 2.33 Price Escalation / De-Escalation Any questions or problems in delivery or service that may arise regarding this contract should be directed to the Contract Administrator. Attachment

6 STATE TERM CONTRACT NO Medical and Dental Supplies Amendment No. 7 THIS AMENDMENT, effective as of the last date signed below, is by and between the State of Florida Department of Management Services (the Department ) and the entities identified below as Contractors (the Contractors ), and amends State Term Contract No (the Contract ). WHEREAS the Department awarded the above referenced Contract to multiple vendors for the provisions of Medical and Dental Supplies; WHEREAS the Contract specifies the potential for three, one year renewal options; WHEREAS the parties wish to amend the Contract to provide for a single three year renewal with a single rate adjustment, and; WHEREAS the parties which to renew the Contract as amended herein. NOW THEREFORE, in consideration of the mutual promises contained below, receipt and sufficiency of which are hereby acknowledged, the parties agree to the following: 1. Contract Renewal and Price Escalation. The Contract is hereby renewed for a period of three years. The new expiration date shall be September 20, Beginning October 1, 2007, and in lieu of any future price escalations contemplated under Section 2.33, the parties will accept a one-time 3% price escalation for Medical Supplies and a one-time 5% escalation for Dental Supplies. No further price adjustments will be made. All other terms and conditions of the Contract shall apply during the renewal period. 2. Conflict. To the extent any of the terms herein conflict with the terms of the Contract as previously amended, the terms of this Amendment shall control. All other terms of Contract remain in full force and effect. 3 Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. Page 1 of 2

7 AGREED AND ACCEPTED: CONTRACTOR NAME: Street Address or P.O. Box: City, State, Zip: By: (Signature): Date: Its: STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES By: Date: Approved as to form and legality by the Department General Counsel s Office: By: Date: Page 2 of 2

8 Governor Charlie Crist Secretary Linda H. South Division of State Purchasing 4050 Esplanade Way, Suite 360 Tallahassee, Florida : TEL : FAX April 13, 2007 MEMORANDUM NO.: ( )-6 TO: FROM: User Agency Director, State Purchasing SUBJECT: Contract No Title: Medical & Dental Supplies The Contract Administrator for this contract has been changed from Dawn Elliott to Fran Shewan. Any question or problems in service that may arise regarding this contract should be directed to the Contract Administrator, Fran Shewan, at (850) , Suncom , CWC/bb

9 December 18, 2006 MEMORANDUM NO.: ( )-5 TO: User Agency We serve those who serve Florida JEB BUSH Governor Tom Lewis, Jr. Secretary FROM: Director, State Purchasing SUBJECT: Contract No Title: Medical & Dental Supplies DERMABOND DB12 is no longer available on State Term Contract through Sun Surgical. This item has been discontinued by the manufacturer. DERMABOND DHV12 is now available on State Term Contract as a replacement through American Medical Depot only. The price sheets have been updated to denote the change. Any questions or problems in delivery or service that may arise regarding this contract should be directed to the Contract Administrator. DSP/de Division of State Purchasing 4050 Esplanade Way Suite 360 Tallahassee, Florida Telephone: Fax: Internet:

10 October 2, 2006 MEMORANDUM NO.: ( )-4 TO: User Agency We serve those who serve Florida JEB BUSH Governor Tom Lewis, Jr. Secretary FROM: Director, State Purchasing SUBJECT: Contract No Title: Medical & Dental Supplies The Contract Administrator for this contract has been changed from Charles Day to Dawn Elliott. Any questions or problems in delivery or service that may arise regarding this contract should be directed to the Contract Administrator. DSP/de Division of State Purchasing 4050 Esplanade Way Suite 360 Tallahassee, Florida Telephone: Fax: Internet:

11 July 17, 2006 Ste 360 MEMORANDUM NO.: ( )-3 We serve those who serve Florida TO: FROM: User Agency Director, State Purchasing JEB BUSH Governor Tom Lewis, Jr. Secretary SUBJECT: Contract No Title: Medical & Dental Supplies The State Purchasing Contract Administrator has been changed from Barb Carter to Charles Day. Any question or problems in service that may arise regarding this contract should be directed to the Contract Administrator, Charles Day, at (850) , Suncom , Division of State Purchasing 4050 Esplanade Way Suite 360 Tallahassee, Florida Telephone: Fax: Internet:

12 August 9, 2005 MEMORANDUM NO.: ( )-2 TO: User Agency We serve those who serve Florida FROM: Director, State Purchasing SUBJECT: Contract No Title: Medical & Dental Supplies JEB BUSH Governor Tom Lewis, Jr. Secretary The following changes have been made to the subject contract: 1) The State has approved a 1% increase to Medical Equipment Sales d/b/a Sun Surgical Supply s price list. Request and increase is in compliance with bid requirements. 2) Med Supply of Tampa, Inc. has been terminated from this contract. Please address all contract related issues to the Contract Administrator, Barb Carter, at (850) , Suncom , carterb@dms.state.fl.us. Thank you. Division of State Purchasing 4050 Esplanade Way Suite 360 Tallahassee, Florida FS/bc Telephone: Fax: Internet:

13 July 5, 2005 Ste 360 MEMORANDUM NO.: ( )-1 We serve those who serve Florida TO: FROM: User Agency Director, State Purchasing JEB BUSH Governor Tom Lewis, Jr. Secretary SUBJECT: Contract No Title: Medical & Dental Suppies The State Purchasing Contract Administrator has been changed from Susan Barr to Barb Carter. Any question or problems in service that may arise regarding this contract should be directed to the Contract Administrator, Barb Carter, at (850) , Suncom , Division of State Purchasing 4050 Esplanade Way Suite 360 Tallahassee, Florida FS/bc Telephone: Fax: Internet:

14 Suite 315 TITLE: Medical & Dental Supply CONTRACT NO.: ITN NO.: L CERTIFICATION OF CONTRACT EFFECTIVE: October 1, 2004 through September 30, 2007 SUPERSEDES: NEW CONTRACTOR(S): American Medical Depot (J) Medical Equipment Sales dba Sun Surgical (M) MedSupply Partners (A) Benco Dental (A) Henry Schein (A Patterson Dental (A) A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Medical & Dental Supply commodities by all State of Florida agencies and institutions. Therefore, in compliance with Section , Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the State Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order).

15 D. CONTRACTOR PERFORMANCE Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to State Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature (Date) FS/sb Attachments

16 Invitation to Bid No.: L Medical & Dental Supply 1.0 Introduction: The State of Florida, Department of Management Services, invites interested Bidders to submit bids in accordance with these solicitation documents. The purpose of this solicitation is to establish a thirty-six month State Term Contract for the purchase of Medical/Dental Supplies and Defibrillators with the potential for three one year renewal options. The contract term is anticipated to begin July 1, 2004, and to end June 30, The State s MyFloridaMarketPlace eprocurement system (the System ) will be used to conduct the competitive event. The intent is to obtain the most cost effective medical/dental supplies and defibrillators for the State while maximizing the quality and level of service. The Department is seeking qualified medical/dental supplies and defibrillator suppliers to provide the items listed in Section 3 throughout the contract period. Qualified vendors must meet the minimum requirements listed in Section 4. Purchasing Analyst for this ITB is: Susan Barr Purchasing Analyst, State Purchasing Department of Management Services 4050 Esplanade Way Tallahassee, FL (850) (facsimile) barrs@dms.state.fl.us

17 Calendar of Events Attachment Listed below are the key requirements and dates for the State of Florida Medical/Dental Supplies and Defibrillators ITB: Event Date Event Stage Notice of Medical/Dental Supplies & Defibrillator solicitation is posted to the Vendor Bid System (VBS) and the MyFloridaMarketPlace Sourcing tool. Bidders can input responses, upload completed files as required, and submit. April 22 nd Conduct first optional MyFloridaMarketPlace Sourcing Tool Vendor Training Session Conference Call. Call-in number is (850) and materials can be found at _help.htm. Click on ITB Event User Guide for training document. Conduct second optional MyFloridaMarketPlace Sourcing Tool Vendor Training Session Conference Call. Call-in number is (850) and materials can be found at _help.htm. Click on ITB Event User Guide for training document. April 26 th 2pm EDT May 3 rd 10am EDT During ITB Event Deadline to submit Questions via the MyFloridaMarketPlace Sourcing tool Q&A Board. Department will post Answers to Q & A Board questions as an amendment to the solicitation within the MyFloridaMarketPlace Sourcing tool (monitor Message Board for communications) and the Vendor Bid System (VBS). Deadline to submit responses, including all required documents in the MyFloridaMarketPlace Sourcing tool. Utilize the Solicitation Checklist (Section 7) to make sure all required documents and responses are completed. Department to review all responses May 11 th 2pm EDT May 13 th 2pm EDT May 21 st 2pm EDT May 24 th May 27 th During ITB Event Bidders qualified for Stage 2 posted on the Vendor Bid System (VBS) and notified by communication from the MyFloridaMarketPlace Sourcing tool. May 28 th 2pm EDT Pre-Qualification Decision

18 MEDICAL/DENTAL SUPPLIES & DEFIBRILLATORS EVENT CALENDAR Event (Open Bidding) Notice of Stage 2 of the Medical/Dental Supplies & Defibrillator solicitation is posted to the Vendor Bid System (VBS) and the Stage 2 document is posted on the MyFloridaMarketPlace Sourcing tool. Solicitation will initially be in Preview status where bidders can view/download all information and ask questions, but cannot input and submit responses. Conduct optional MyFloridaMarketPlace Sourcing Tool Vendor Training Session Conference Call. Call-in number is (850) and materials can be found at: Copy link and paste into access site. Review ITB Event User Guide. Deadline to submit Questions, or request for item changes via the MyFloridaMarketPlace Sourcing tool Q&A Board. Department will post Answers to bidders questions as an amendment to the solicitation within the MyFloridaMarketPlace Sourcing tool (monitor Message Board for communications) and the Vendor Bid System (VBS). Solicitation will now move from Preview status to Open for Bidding status. Bidders can input responses, upload completed files as required, and submit. Deadline to submit bid, including all required documents in the MyFloridaMarketPlace Sourcing tool. Utilize the Stage 2 Checklist to make sure all required documents and responses are completed. Department will review all responsive bids Awarded bidders will be identified and a Notice of Intent to Award will be posted on VBS. Winning Bidder(s) notified by communication from the MyFloridaMarketPlace Sourcing tool. Date June 4 th 2pm EDT June 8 th 2pm EDT June 11 th 5pm EDT June 15 th 2pm EDT June 15 th 2pm EDT June 25 th 2pm EDT June 28 th - June 30 th EDT 5pm EDT July 2 nd 10am EDT Event (Contract Award) Deadline for Awarded Bidder(s) to submit within the MyFloridaMarketPlace Sourcing tool required documentation to complete the contracting process. Deadline for Awarded Bidder(s) to submit written plan to meet State Objectives within the MyFloridaMarketPlace Sourcing tool. Date July 2 nd - August 2 nd August 2 nd

19 State Term Contract for Medical/Dental Supplies & Defibrillators CONTRACT # Section 2: Instructions to Bidders Refer ALL Inquiries to: Susan Barr Purchasing Analyst, State Purchasing Department of Management Services 4050 Esplanade Way, Suite 380 Tallahassee, FL (850) (850) (facsimile)

20 Section 2 Instructions to Bidder 2.01 Scope: Definitions: General Instructions: Terms and Conditions: Customers of Contract: Who May Bid: Amendments to the Solicitation Documents: Basis for Award: Non Responsive Bids, Non Responsible Respondents State Objectives Estimated Quantities: Questions & Answers: Conflict of Interest: Convicted Vendors: Discriminatory Vendors: Alternate Bids: Bidder s Representation and Authorization: Performance Qualifications: Execution of Bid: Submittal of Bid: Special Accommodation: 11

21 2.22 Firm Bids: Clarifications/Revisions: Contract Formation: Bid Opening and Electronic Posting of Notice of Intended Award: Contract Overlap: Purchasing Card Program: Public Records: Protests: Optional Contract Usage: Ordering Instructions Pricing Descriptions: Price Escalation / De-Escalation: Sourcing Event Overview: Product Manufacturer s Sales Promotions: 17

22 Section 2 Instructions to Bidder 2.01 Scope: This Invitation to Bid shall be for Medical/Dental Supplies and Defibrillators, which is defined to include medical and dental supplies consumable within one year, defibrillators, and defibrillator accessories. All products offered under this contract shall be new, unused and currently available. Substitute products will not be accepted unless authorized by the Customer Definitions: See the General Conditions (Section 5) for definitions of bid, Contract, Contractor, Contract Supervisor, Customer, Department, Eligible User, product, purchase order, State, and System which terms are material to these instructions General Instructions: The bidder shall read all of the solicitation documents and comply with all specified requirements Terms and Conditions: All bids are subject to the terms of the following sections of these solicitation documents, which, in case of conflict, shall have the order of precedence listed: Instructions to Bidder (Section 2); Specifications (Section 3); Special Conditions (Section 4); and General Conditions (Section 5). These terms and conditions supersede the general conditions contained in the Invitation to Bid State Term Contract Bidder Acknowledgement Form (PUR 7027 Rev 6/01/98) located in Section 6 of this solicitation. The Department objects to and shall not consider any additional terms or conditions submitted by a Bidder, including any appearing in documents attached as part of a Bidder s response. In signing and submitting its bid, a Bidder agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a bid, shall be grounds for rejecting a bid Customers of Contract: All Florida government entities are considered Customers of the Medical/Dental Supplies and Defibrillators contract. This includes, but is not limited to, Executive Branch, Legislative Branch, Judicial Branch, K-12, universities, community colleges, counties, cities, and other entities approved by Department of Management Services. With the consent of the successful bidder(s), purchases may be made under the terms and conditions of this Invitation to Bid by governmental entities located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract. Also, with the consent of the successful bidder(s), purchases may be made under the terms and conditions of this Invitation to Bid by vendors providing commodities and contractual services to Customers, under the condition that Medical/Dental Supplies and Defibrillators are being used in the delivery of commodities and contractual services to Customers. This definition of Customers is to be used in conjunction with the definition defined in the Section 5.02 Eligible Customers.

23 2.06 Who May Bid: The Department will accept bids from Medical/Dental Supplies and Defibrillator providers satisfying the Special Conditions in Section 4. Failure to supply all items on Bidder Checklist, located in Section 7, may result in disqualification of your bid. The Bidder Checklist does not relieve the Bidder of the responsibility of ensuring that all requirements of this bid are included with bid submittal. In furtherance of the One Florida Initiative, Bidders are encouraged to seek the participation of certified minority business enterprises (CMBE). Information on the One Florida Initiative and CMBEs is available from the Office of Supplier Diversity at Amendments to the Solicitation Documents: The Department reserves the right to institute amendments to the solicitation. Notice of any amendment will be posted within MyFloridaMarketPlace using the message board and on the Vendor Bid System. Such notice, if required, will contain the appropriate details for identifying and/or reviewing the formal changes to the solicitation. Each Bidder is responsible for monitoring the sites for new or changing information concerning this solicitation. Amendment(s) may require a vendor response. Failure to do so shall make vendor nonresponsive Basis for Award: The Department intends to make awards to the most competitive, responsive and responsible Bidder. To be eligible for an award, a successful Bidder must answer yes to all questions in Section 6 and must submit the lowest responsive and responsible bid. A. The Department reserves the right to award by item, group of items or all items if determined to be in the best interest of the State. B. The Department reserves the right to reject any and all bids, if the Department determines such action is in the best interest of the State or the Department. The Department reserves the right to reject pricing that is greater than pricing offered to other potential Customers (e.g., city, county, university, or federal contracts). The Department reserves the right to accept or reject any and all bids, or separable portions, and to waive any minor irregularity, technicality, or omission if the Department determines that doing so will serve the State s best interest. Qualified Bidders: (1.6.0 of Stage 2 of the Solicitation) Who May Bid: The Department will accept bids from Medical/Dental Supplies and Defibrillator providers whom have been qualified for Stage 2. Failure to supply all items on the Stage 2 Bidder Checklist may result in disqualification of your bid. The Bidder Checklist does not relieve the Bidder of the responsibility of ensuring that all requirements of this bid are included with bid submittal.

24 1.6.2 Basis for Award: The Department intends to make awards to the lowest, responsive and responsible Bidder(s) by lot where it is deemed in the best interest of the State. The Department reserves the right to award by item, group of items, lot, or all items if determined to be in the best interest of the State. The Department reserves the right to reject any and all bids, if the Department determines such action is in the best interest of the State or the Department. The Department reserves the right to reject pricing that is greater than pricing offered to other potential Customers (e.g., city, county, university, or federal contracts). The Department reserves the right to accept or reject any and all bids, or separable portions, and to waive any minor irregularity, technicality, or omission if the Department determines that doing so will serve the State s best interest. The contract award for Lots 1-7, if any, will be based upon the lowest total lot value for each of the Medical/Dental Supplies & Defibrillator lots. Within the Excel Bidding Sheet, bidders will be asked to provide current MSRP pricing and discounted item level pricing for all Core items in a lot. The Department will analyze all bidders responses and identify items that no vendor or only one vendor was able to bid on and remove these specific items from the analysis of all bidders responses for award purposes. Bidders will also be asked to provide a % discount off all Non-Core items in each lot. The Non-Core % discount must be greater than the minimum Non- Core % discount set by the State for each lot (see table below for Non-Core % discount minimums). Award will be made on the lowest total lot value as defined below. Lots are identified in the table below. The calculation used to generate the total lot value is as follows: Total Lot Value = A + (B*C) A = Total Extended Bid Price (Sum of the products of the Core items pricing multiplied by the Annual Estimated Usage in the lot) B = (Sum of Core item MSRP pricing for all items in the lot /.8) *.2 C = 1 - % discount off of Non-Core items (Note: Lots 3-7 require separate Non-Core discounts for defibrillators and defibrillator accessories. The combination of these two discounts will be calculated to determine the Non-Core item % discount for the lot) Example: The Total Extended Bid Price for all items in Lot A = $500 The sum of the Core item MSRP pricing for all items in Lot A = $800 The % discount specified by the bidder for Lot A = 30% $500 + {[($800/.8) *.2] * (1 -.30)} = $640 Total Lot Value For Lot 7 All Other Manufacturers Defibrillators & Accessories, the contract award, if any, will be based upon the lowest combined Defibrillators and Defibrillators Accessories Non-Core discount for the lot. Bidders will be asked to provide a Non-Core % discount off of all other

25 defibrillators manufacturers not listed within other lots. Lot # Proposed Lots # of Items Lot #1 Medical Supplies % Minimum Non-Core Discount % Lot #2 Dental Supplies % Lot #3 Zoll Medical Defibrillators & Accessories 10% Defibrillators 78 20% Defibrillator Accessories Lot #4 Access Cardio Systems Defibrillators & Accessories 10% Defibrillators 1 20% Defibrillator Accessories Lot #5 Medtronic Defibrillators & Accessories Lot #6 Phillips Electronics Defibrillators & Accessories Lot #7 All Other Manufacturers of Defibrillators & Accessories % Defibrillators 20% Defibrillator Accessories 10% Defibrillators 20% Defibrillator Accessories 10% Defibrillators 20% Defibrillator Accessories Pricing Descriptions: The intent of this Sourcing Event ITB process is to obtain pricing for the following: Definition: Core Items: Core Items are products that represent approximately 80% of the State agencies annual spend on Medical/Dental Supplies & Defibrillators between July 1, 2002 and June 30, The Core Items are grouped and specifically identified in seven lots within the Excel Bidding Sheet. The following information is provided for all items within each lot: product manufacturer name, product manufacturer part number, item description, unit of measure (UOM) and estimated annual usage (EAU) (where available). Bidders should use Q&A Board to seek any clarification on Core Items contained in Excel Bidding Sheet. Non-Core Items (Balance of Line): Non-Core Items are products that represent the remaining 20% of the State agencies annual spend on Medical/Dental Supplies & Defibrillators between July 1, 2002 and June 30, Due to the relative low volume of these numerous individual products, no item information is provided.

26 Pricing Expectation: Core Items Pricing: Bidders shall enter a price for the specific Unit of Measure (UOM) for each listed Core Item in the Excel spreadsheet for each lot that they wish to bid. The submitted unit price shall be fixed for the term of 1-year from the execution of the contract is required. Non-Core Items Pricing (Balance of Line): Within each lot where pricing is submitted, Bidders must provide a percentage discount from MSRP price to be applied to Non-Core Items. The Department has established minimum Non-Core Item discounts below for each lot. For lots 3-7, bidder must provide separate Non-Core discounts for defibrillators and defibrillators accessories. The Non-Core Item discount percentages will be used to determine the final invoice price of Non-Core Items when purchased. If the item is a private label, then the Bidder is considered the product manufacturer and the overall Non-Core Item discount for other manufacturers within the lot shall be applied. This discount must be guaranteed for term of contract, including renewal if applicable. This discount must be a positive discount and not a cost-adder to the State. This discount shall be in addition to any other cost reductions associated with these items. Bidders are able and encouraged to submit higher Non-Core Item discounts than the minimum. The Excel Bidding Sheet will not accept discounts for Non-Core Items that are less than the stated minimum amounts below. The Non-Core Item discount(s) within each lot will not be awarded independently from the applicable Core-Items Submittal of Bid: Bidders will submit their final bid via the MyFloridaMarketPlace Sourcing tool in the System. In the event a Bidder submits more than one response, only the last response received by the system shall be considered for award. Each Bidder is responsible for ensuring that its bid is submitted at the proper time. The Department shall not consider late bids and the System will NOT accept bids after the due date and time specified in the Calendar of Events, or as amended by the Department. The System will require Bidders to review Bidder Checklist and confirm that they have completed all required activities before accepting bid. The Bidder Checklist does not relieve the Bidder of the responsibility of ensuring that all requirements of the bid are included with the bid submittal. BIDS MUST BE SUBMITTED IN THE MYFLORIDAMARKETPLACE SOURCING TOOL BY THE DATE SPECIFIED ON THE CALENDAR OF EVENTS. The Department s intention is to structure the pricing format in order to facilitate a straightforward comparison between all Bidders. Consequently, the Department requires that each bid be in the format outlined below. Additional alternative pricing structures will not be considered.

27 Structure All pricing should include freight, packaging, and warranty. Freight charges shall be listed separately on the invoice, and the Department reserves the option to specify carrier and method. a) Freight Prices shall include all charges for packing, handling, freight, distribution, and delivery. b) Item Instructions / Warranty Items that have additional instruction information or warranty cards that are not part of the original manufacturer s product packaging should be included with order. c) Packaging Individual items should be in original manufacturer s product packaging; complete orders should be packaged in non-returnable cardboard boxes or typical packaging for delivery. Submitting Pricing Bidders are required to download the Excel Bidding Sheet (Medical/Dental Supplies & Defibrillators Excel Bidding Sheet.xls), save to their computer, populate Current item MSRP Price, populate Bid Price to State item price, and populate the % Non-Core discount. Once all required information is completed, Bidder is required to enter the Total Lot Value for each lot bidder is bidding on into the MyFloridaMarketPlace Sourcing tool. Below are the instructions to accomplish this task: 1. Download & Save the attached Excel spreadsheet (Medical/Dental Supplies & Defibrillators Excel Bidding Sheet.xls) 2. Read Workbook Instructions Tabs of this spreadsheet 3. Complete required cells (shaded in yellow) for each Lot bidding on 4. After Total Lot Value has been calculated, enter the dollar amount into the MyFloridaMarketPlace Sourcing tool. 5. When the Bidder has completed the required fields for the items that they are interested in bidding on, save the Excel sheet as (your company name_ Medical/Dental Supplies & Defibrillators Excel Bidding Sheet.xls) 6. Attach your completed Excel Sheet as a bid back-up in Section 2.2 Excel Bidding Sheet Back-Up Upload. a. Click on "Browse" button b. Locate your saved Excel sheet, highlight with your mouse, and click "Open" button 7. In the "Enter Values" section, review your prices for accuracy 8. Click "Next" to the Summary Page 9. Click "Submit" button to transmit your bid Bid Opening and Electronic Posting of Notice of Intended Award: Bids shall be opened on the date indicated in the Calendar of Events and thereafter evaluated. Bidders may, but are not required to, attend bid opening. Prices will not be read, pursuant to Section (3)(m), Florida Statutes. After review and evaluation, a Notice of Intent to Award will be posted on VBS. Winning bidders will be notified by communication from the MyFloridaMarketPlace Sourcing tool.

28 If the award is delayed, in lieu of posting the notice of Intent to Award on the date indicated on the Calendar of Events, the Department shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Department a notice of protest within 72 hours after the electronic posting. The Department shall not provide reply rankings or notices of award by telephone Questions & Answers: Bidders shall address any question regarding this solicitation by utilizing the Q&A Board functionality in the MyFloridaMarketPlace Sourcing tool located in the System. Do not contact the Purchasing Analyst or Customers directly. Questions shall be submitted via the Q&A Board within the System and shall be RECEIVED NO LATER THAN the date indicated on the Calendar of Events. Please note that questions will NOT be answered via telephone or fax. The Department shall post the answers to the questions via the System by the date stated on the Calendar of Events. Each Bidder is responsible for monitoring the System for new or changing information. New communications will be posted within the Message Center on the System. The Department shall not be bound by any verbal information or by any written information that is not either contained within the solicitation documents or formally noticed and issued by the Purchasing Analyst. Questions shall not constitute formal protest of the specifications or of the solicitation. The formal protest process is described in Protests Section below. Bidders shall examine this ITB to determine if the Department s requirements are clearly stated. If there are any requirements which are unclear or may restrict competition, Bidders should submit notice to the Department using the Sourcing tool s Q&A Board by due date for Bidders to submit questions listed in Calendar of Events. Within the submitted question, Bidders must do the following: 1. Identify and describe in detail their difficulty in meeting the Department s specifications 2. Provide detailed justification for a change 3. Provide recommended changes to the specifications A Bidder s failure to request changes by the date described above shall be considered to constitute Bidder s acceptance of Department s specifications. The Department shall determine what changes to the solicitation shall be acceptable to the Department. If required, the Department shall issue an addendum reflecting the acceptable changes to this solicitation, which shall be posted as an addendum to the solicitation in the Sourcing tool and on the State s Vendor Bid System in order that all Bidders shall be given the opportunity of submitting bids to the same specifications Non Responsive Bids, Non Responsible Respondents Bids that do not meet all contract requirements of this solicitation or fail to provide all required information, documents, or materials will be rejected as non-responsive. Bidders whose bids, past performance, or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements of the Contract may be rejected as non-responsible.

29 The Department reserves the right to determine which bids meet the contract requirements of this solicitation, and which Bidders are responsive and responsible State Objectives Within thirty (30) calendar days following award of the contract, the successful bidder(s) shall submit plans addressing each of the State s five (5) objectives listed below, to the extent applicable to the items/services covered by this solicitation. In addition, bidders seeking preference for a drug free workplace in the event of tie/identical bids shall agree to the Certification of Drug-Free Workplace Program form in Section 6 to certify that the Contractor has a drug-free workplace program. Awarded bidders will submit required State Objectives plan using the System within thirty (30) days following the award of the contract. 1) One Florida Initiative: Florida is a state rich in its diversity. Governor Bush's One Florida Initiative is dedicated to fostering the continued development and economic growth of small and minority and women-owned businesses. Central to this initiative is the participation of a diverse group of vendors doing business with the state. To this end, it is vital that minority and women-owned business enterprises participate in the State s procurement process as both prime contractors and subcontractors under prime contracts. Small and minority and women-owned businesses are strongly encouraged to submit replies to this solicitation. To track the success of the One Florida Initiative, which has achieved substantial gains in extending opportunity to minority- and women-owned businesses, the State of Florida maintains data to establish benchmarks from which to measure supplier diversity in State contracting. Vendors who contract with the state are obligated to provide information related to the use of minority- and women-owned businesses and subcontractors. The Contractor shall submit documentation addressing the Governor s One Florida Initiative and describing the efforts being made to encourage the participation of small and minority and women-owned businesses. Please refer to the Governor s Equity in Contracting Plan when preparing this documentation: ing.html Equity in Contracting documentation should identify any participation by diverse contractors and suppliers as prime contractors, sub-contractors, vendors, resellers, distributors, or such other participation as the parties may agree. Equity in Contracting documentation shall include the timely reporting of spending with certified and other minority business enterprises. Such reports must be submitted at least quarterly and include the period covered, the name, minority code and Federal Employer Identification Number of each minority vendor utilized during the period, commodities and services provided by the minority business enterprise, and the amount paid to each minority vendor on behalf of each purchasing agency ordering under the terms of this contract.

30 2) Environmental Considerations: The State supports and encourages initiatives to protect and preserve our environment. The Contractor shall submit within 30 days the Contractor s plan to support the procurement of products and materials with recycled content, and the intent of Section , Florida Statutes. The Contractor shall also provide a plan for reducing and or handling of any hazardous waste generated by Contractor company. Reference Rule , Florida Administrative Code. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of Contractor s explanation of its company s hazardous waste plan and shall explain in detail its handling and disposal of this waste. 3) Certification of Drug-Free Workplace Program: The State supports and encourages initiatives to keep the workplaces of Florida s suppliers and contractors drug free. Section of the Florida Statutes provides that, where identical tie proposals are received, preference shall be given to a proposal received from a Bidder that certifies it has implemented a drug-free workforce program. If applicable, Contractor shall review the Certification of Drug- Free Workplace Program form within Section 6 and certify that the Contractor has a drug-free workplace program. The Contractor shall describe how it will address the implementation of a drug free workplace in offering the items of bid. 4) Products Available from the Blind or Other Handicapped (RESPECT): The State supports and encourages the gainful employment of citizens with disabilities. It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this contract shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section (1) and (2), Florida Statutes; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for the state agency insofar as dealings with such qualified nonprofit agency are concerned." Additional information about the designated nonprofit agency and the products it offers is available at The Contractor shall describe how it will address the use of RESPECT in offering the items of bid. 5) Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE): The State supports and encourages the use of Florida correctional work programs. It is expressly understood and agreed that any articles which are the subject of, or required to carry out, this contract shall be purchased from the corporation identified under Chapter 946, F.S., in the same manner and under the same procedures set forth in Section (2), and (4), F.S.; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for this agency insofar as dealings with such corporation are concerned. Additional information about PRIDE and the products it offers is available at The Contractor shall describe how it will address the use of PRIDE in offering the items of bid.

31 2.11 Estimated Quantities: Since this is a new State Term Contract, any historical spend information provided is fragmented and incomplete; therefore, future spend projections are not available. Any figure provided should not be construed as a commitment. According to the State Purchasing System (SPURS) information, State Agencies spent approximately $11.8 million on Medical/Dental Supplies and Defibrillators between July 1, 2002 and June 30, These figures do not include the Medical/Dental Supplies and Defibrillators spend for this time period from all other Customers (e.g., counties, cities, etc.) of this contract Questions & Answers: Bidders shall address any question regarding this solicitation by utilizing the Q&A Board functionality in the MyFloridaMarketPlace Sourcing tool located in the System. Do not contact the Purchasing Analyst or Customers directly. Questions shall be submitted via the Q&A Board within the System and shall be RECEIVED NO LATER THAN the date indicated on the Calendar of Events. Please note that questions will NOT be answered via telephone or fax. The Department shall post the answers to the questions via the System by the date stated on the Calendar of Events. Each Bidder is responsible for monitoring the System for new or changing information. New communications will be posted within the Message Center on the System. The Department shall not be bound by any verbal information or by any written information that is not either contained within the solicitation documents or formally noticed and issued by the Purchasing Analyst. Questions shall not constitute formal protest of the specifications or of the solicitation. The formal protest process is described in Protests Section below Conflict of Interest: This solicitation is subject to chapter 112 of the Florida Statutes. Bidders shall disclose with their bid using space provided in Section 6 the name of any officer, director, employee or other agent who is also an employee of the State. Bidders shall also disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the Bidder or its affiliates Convicted Vendors: A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the following for a period of 36 months from the date of being placed on the convicted vendor list: submitting a bid on a contract to provide any goods or services to a public entity; submitting a bid on a contract with a public entity for the construction or repair of a public building or public work; submitting bids on leases of real property to a public entity; being awarded or performing work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and transacting business with any public entity in excess of the Category Two threshold amount ($25,000) provided in section of the Florida Statutes.

32 2.15 Discriminatory Vendors: An entity or affiliate placed on the discriminatory vendor list pursuant to section of the Florida Statutes may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity; and may not transact business with any public entity Alternate Bids: A Bidder may not submit more than one bid. The Department seeks each Bidder s single-best response Bidder s Representation and Authorization: In submitting a bid, each Bidder understands, represents, and acknowledges the following (if the Bidder cannot so certify to any of following, the Bidder shall submit a written explanation of why it cannot do so) in Section 6 in the space provided: A. The Bidder is not currently under suspension or debarment by the State or any other governmental authority. B. To the best of the knowledge of the person signing the bid, the Bidder, its affiliates, subsidiaries, directors, officers, and employee are not currently under investigation by any governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract. C. To the best of the knowledge of the person signing the bid, the Bidder has no delinquent obligations to the State, including a claim by the State for liquidated damages under any other contract. D. The Bidder has fulfilled all of the Usage Fee and Transaction Fee reporting and payment requirements as specified in the terms and conditions of all agreements with State of Florida agencies. See for more information E. The bid is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive reply. F. The bid prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other Bidder or potential Bidder; neither the prices nor amounts, actual or approximate, have been disclosed to any Bidder or potential Bidder, and they will not be disclosed before bid opening.

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016 Request for Proposal (RFP) ADDENDUM NO. 1 July 12, 2016 Contained herein are the answers to the questions submitted to the Department of Management Services (Department). The Department hereby amends as

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Invitation to Negotiate. For. ITN No L. Florida Department of Management Services. ITN Issue Date: December 17, 2014

Invitation to Negotiate. For. ITN No L. Florida Department of Management Services. ITN Issue Date: December 17, 2014 Invitation to Negotiate For Florida Department of Management Services ITN Issue Date: December 17, 2014 Replies Due: February 17, 2015 2:00 p.m. Eastern Time Contents 1 Introduction... 8 1.1 Objective...

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us

More information

Addendum Number 2 to the following Invitation to Negotiate (ITN): Health Reimbursement Account Administrative Services DMS-17/18-030

Addendum Number 2 to the following Invitation to Negotiate (ITN): Health Reimbursement Account Administrative Services DMS-17/18-030 4050 Esplanade Way Tallahassee, FL 32399-0950 Tel: 850-488-2786 Fax: 850-922-6149 Rick Scott, Governor Erin Rock, Secretary Addendum Number 2 to the following Invitation to Negotiate (ITN): Health Reimbursement

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

Name: Kelley J. Scott Name: Director of State Purchasing Title: _ and Chief Procurement Officer Title:

Name: Kelley J. Scott Name: Director of State Purchasing Title: _ and Chief Procurement Officer Title: Exhibit A AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: 600-000-11-1 MULTIFUNCTION PRODUCTS, PRINTERS, FACSIMILE EQUIPMENT, SCANNERS, RELATED SOFTWARE, SUPPLIES,

More information

REQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA

REQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA REQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA Issue Date APRIL 20, 2014 Due Date 1:00 P.M. Local Time MAY 20, 2014 v3 RFP 4th at 11th

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

Answers to Questions

Answers to Questions ADDENDUM #1 The following constitutes Addendum #1 to the above referenced solicitation. This addendum is provides questions posed during the electronic Question and Answer period and the Board of Public

More information

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code.

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code. 1. These Rules pertain to the implementation of the City's for MBEs and WBEs set forth in Section 2-92-535 of the Municipal Code. 2. Section 2-92-535 provides for both participation credit and a bid preference

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

INVITATION FOR BIDS (IFB)

INVITATION FOR BIDS (IFB) P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: 17-004 Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach,

More information

Railroad Commission of Texas Mentor Protégé Program

Railroad Commission of Texas Mentor Protégé Program Railroad Commission of Texas Mentor Protégé Program December 3, 2002 1 1.0 Description The Railroad Commission of Texas Mentor/Protégé Program is developed in accordance with Government Code 2161.065 and

More information

MENTOR/PROTÉGÉ PROGRAM

MENTOR/PROTÉGÉ PROGRAM MENTOR/PROTÉGÉ PROGRAM UNDER 2-92-445, 2-92-535 and 2-92-740 LAST UPDATED: March 6, 2018 Chief Procurement Officer Jamie L. Rhee 1. These Rules pertain to the implementation of the City's for MBEs and

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

REQUEST FOR QUALIFICATION STATEMENTS FOR PROFESSIONAL ENGINEERING DESIGN SERVICES PROPOSAL NO

REQUEST FOR QUALIFICATION STATEMENTS FOR PROFESSIONAL ENGINEERING DESIGN SERVICES PROPOSAL NO REQUEST FOR QUALIFICATION STATEMENTS FOR PROFESSIONAL ENGINEERING DESIGN SERVICES PROPOSAL NO. 2017-01 NOTICE IS HEREBY GIVEN THAT THE CITY OF BUNNELL IS ACCEPTING SEALED QUALIFICATION STATEMENTS FROM

More information

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT A Complete Vendor Guide This Vendor Guide is designed specifically for our supplier community as a reference tool. The information provided

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

INVITATION FOR BID Medical Supplies 2016

INVITATION FOR BID Medical Supplies 2016 INVITATION FOR BID Medical Supplies 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Medical Supplies 2016 FOR

More information

Florida Statutes Update May

Florida Statutes Update May PERSONAL AND PROFESSIONAL EXCELLENCE 50 TH ANNUAL CONFERENCE MAY 24-27, 2017 ORLANDO, FLORIDA FLORIDA STATUTES on Procurement for Local Governments Update 2017 PART-1 Bobbye Marsala, CPPO, CPPB, C.P.M.

More information

October 25, 2018 RFP # REQUEST FOR PROPOSAL

October 25, 2018 RFP # REQUEST FOR PROPOSAL JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed

More information

HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE:

HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE: HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE: This agreement should be used when establishing a new Long Term Agreement (LTA) with a supplier, in line with UN Women Financial Rules and Regulations

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol 2017 Renewable Energy Sale - Request for Offers Solicitation Protocol Issuance Date: Week of January 23, 2017 i Table of Contents I. OVERVIEW... 1 A. OVERVIEW... 1 B. RENEWABLE ENERGY SALE RFO COMMUNICATION...

More information

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas REQUEST FOR QUOTES (RFQ) for Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas Description Personnel Services for Subsidized Employment for Workforce Customers Arbor E & T,

More information

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019 Fresno Economic Opportunities Commission (Fresno EOC) is soliciting proposals to establish a contract with one (1) qualified and experienced vendor to conduct listening sessions in Fresno EOC Target Areas,

More information

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514 SUBMIT BIDS TO: Procurement and Contracts 11000 University Parkway Building 20E, Room 101 Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/procurement/ INVITATION TO BID (ITB) CONTRACTUAL

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

AGENDA March 26, :30 P.M. City Council Chambers

AGENDA March 26, :30 P.M. City Council Chambers 03-26-12 Committee of the Whole Meeting http://www.darien.il.us/government/minutes/2012/council/120326/age... 1 of 1 1/19/2015 9:26 PM AGENDA March 26, 2012 6:30 P.M. City Council Chambers 1. CALL TO ORDER

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 CADDO PARISH SCHOOL BOARD Scott Sullivan, Chief Buyer PO BOX 32000 1961 MIDWAY STREET PH: 318-603-6477 SHREVEPORT, LA 71130-2000 ssullivan@caddo.k12.la.us

More information

UAF Combined Heat & Power Replacement (CPHR)

UAF Combined Heat & Power Replacement (CPHR) davis JV UAF Combined Heat & Power Replacement (CPHR) REQUEST FOR BIDS Limited 2015 Mechanical Scope PROPOSALS DUE: THURSDAY JULY 2 ND, 2015 2:00PM LOCAL ALASKA TIME Submit to: Haskell Corporation /Davis

More information

COMPETITIVE BID FOR 19-HRPPS/MB

COMPETITIVE BID FOR 19-HRPPS/MB COMPETITIVE BID FOR HR/PAYROLL SYSTEM WITH PAYROLL PROCESSING SERVICES 19-HRPPS/MB October 30, 2018 HEALTH CARE DISTRICT OF PALM BEACH COUNTY 1515 N. FLAGLER DRIVE, SUITE 101 PALM SPRINGS, FL 33401 1-1

More information

POLICY AND PROCEDURES FOR THE DOD PILOT MENTOR-PROTEGE PROGRAM (Revised August 12, 2008)

POLICY AND PROCEDURES FOR THE DOD PILOT MENTOR-PROTEGE PROGRAM (Revised August 12, 2008) POLICY AND PROCEDURES FOR THE DOD PILOT MENTOR-PROTEGE PROGRAM (Revised August 12, 2008) I-100 Purpose. (a) This Appendix I to 48 CFR Chapter 2 implements the Pilot Mentor-Protege Program (hereafter referred

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

Municipality of the District of Lunenburg POLICY

Municipality of the District of Lunenburg POLICY Municipality of the District of Lunenburg Title: Purchasing and Tendering Policy Policy No. MDL-33 Effective Date: January 1, 2014 1. Purpose and Objectives POLICY Amended Date: January 12, 2016 The Municipality

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST): SPECIFICATIONS PRINTING OF LETTERHEAD STATIONERY AND BUSINESS CARDS FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 18-STA Return responses no later than FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

More information

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

Deadline for documents submission June 11, 2009 before 12:00 hours (local time) United Nations Development Programme Date: 26 May 2009 Expression of Interest Pre-Qualification for Civil Works Ref: PRQ/KRT/09/001- R1 United Nations Development Programme (UNDP), Sudan office announces

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

DFARS Appendix I. Appendix I Policy and Procedures for the DoD Pilot Mentor- Protégé Program TABLE OF CONTENTS. I-100 Purpose. I-101 Definitions.

DFARS Appendix I. Appendix I Policy and Procedures for the DoD Pilot Mentor- Protégé Program TABLE OF CONTENTS. I-100 Purpose. I-101 Definitions. DFARS Appendix I Appendix I Policy and Procedures for the DoD Pilot Mentor- Protégé Program I-100 Purpose. I-101 Definitions. I-102 Participant eligibility. I-103 Program duration. I-104 Selection of protege

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

BID SHEET BID #: FOB: Florida Department of Transportation Transportation Systems Management & Operations 1001 NW 111 th Ave., Miami, FL BID TIT

BID SHEET BID #: FOB: Florida Department of Transportation Transportation Systems Management & Operations 1001 NW 111 th Ave., Miami, FL BID TIT State of Florida Department of Transportation District Six Procurement Office 1000 NW 111 Avenue, Room 6202B Miami, Florida 33172 ITBSHELL.COMM 07/2017 INVITATION TO BID REGISTRATION ******************************************************************************

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

Central Virginia Waste Management Authority Invitation to Bid

Central Virginia Waste Management Authority Invitation to Bid Central Virginia Waste Management Authority Invitation to Bid Sale of Recycled Mixed Paper and Old Corrugated Containers CVWMA Bid 14-62 Issue Date: May 9th, 2014 Background: The Central Virginia Waste

More information

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida 32399-0450 ITBTERMSHELL.COMM 07/2017 INVITATION TO BID REGISTRATION ******************************************************************************

More information

Bowman Outside Plant Splicing Project

Bowman Outside Plant Splicing Project Title and Summary Request for Best Value Bid ( RFB ): RFBVB Title: RFB Publication: RFB Composition: RFB Amendments: Contracting Entity: No. FY13 0116 Bowman Outside Plant Splicing Project As follows:

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

REQUEST FOR QUOTE RF44-Throwbot XT

REQUEST FOR QUOTE RF44-Throwbot XT REQUEST FOR QUOTE RF44-Throwbot XT Hard Copy Bids... Hard copy bids must be received on or before the due date and time listed above at the following physical location regardless of delivery method: 8543

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

As indicated above, the Department s responses are not final, official or binding.

As indicated above, the Department s responses are not final, official or binding. Please note that the Department s responses are not final, official or binding. Violation of section 287.057(23) of the Florida Statutes, by a respondent to a solicitation, or persons acting on their behalf,

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum. ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the NJDOT buyer via the e-mail noted in the solicitation. Proposals sent to any other e-mail

More information

New Jersey Department of Transportation Bureau of Research RESEARCH PROJECT Request for Proposal Program

New Jersey Department of Transportation Bureau of Research RESEARCH PROJECT Request for Proposal Program Date of RFP 08/18/2015 New Jersey Department of Transportation Bureau of Research RESEARCH PROJECT Request for Proposal 2015-16 Program Closing Date 09/28/2015 Defining the Hudson Bergen Light Rail Catchment

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via e-mail and will be accepted no later than 10:00 AM on Wednesday, January

More information

Bid Breakdown & Schedule FIRM SUBMITTING BID:

Bid Breakdown & Schedule FIRM SUBMITTING BID: SECTION B ANDREW M. CUOMO Governor ALFONSO L. CARNEY, JR. Chair GERRARD P. BUSHELL President BID NO.: 609 PROJECT NAME & LOCATION: SUNY Broome 907 Front Street Binghmaton, New York Description: Furnish

More information

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR 1 23 Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary REQUEST FOR RESPONSES (RFR) FOR WEB-BASED BID DOCUMENT DISTRIBUTION

More information

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108 ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108 REQUEST FOR PROPOSAL (RFP) 18-4016-28A TEMPORARY STAFFING AGENCY SERVICES Issue Date: December

More information

3. Construction Contractor - the company that is qualified by a contractor, or the qualifier who holds a contractor's license.

3. Construction Contractor - the company that is qualified by a contractor, or the qualifier who holds a contractor's license. Constructing PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION I. GENERAL A. Introduction Section 1013.46 of Florida Statutes, and Section 4.1(8), State Requirements for Educational

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid TENNESSEE EDUCATION LOTTERY CORPORATION Invitation to Bid A. PURPOSE The ( TEL ) is soliciting bids for the following services and/or products: Ricoh Copier B. GENERAL INFORMATION AND SCHEDULE This ITB

More information

A Vendor s Guide for doing Business with The University of Alabama in Huntsville

A Vendor s Guide for doing Business with The University of Alabama in Huntsville A Vendor s Guide for doing Business with The University of Alabama in Huntsville An Affirmative Action/Equal Opportunity Institution This guide has been prepared to assist firms in marketing their products

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties

More information

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for United Nations Road P.O. Box 2651, Dar es Salaam, Tanzania Phone: (+255 22) 684 228882/3 REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for International School of Tanganyika

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling

More information

UNIVERSITY OF CENTRAL ARKANSAS PURCHASING OFFICE 2125 COLLEGE AVENUE STE. 2 CONWAY, AR 72034

UNIVERSITY OF CENTRAL ARKANSAS PURCHASING OFFICE 2125 COLLEGE AVENUE STE. 2 CONWAY, AR 72034 UNIVERSITY OF CENTRAL ARKANSAS PURCHASING OFFICE 2125 COLLEGE AVENUE STE. 2 CONWAY, AR 72034 REQUEST FOR PROPOSAL Section 125 Administration Services RFP#UCA-19-112 PROPOSALS MUST BE RECEIVED BEFORE: 1:30

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

More information

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

Request for Quotes for Recycling Fluorescent Lamps

Request for Quotes for Recycling Fluorescent Lamps Request for Quotes for Recycling Fluorescent Lamps 4-foot & 8-foot Prepaid Shipping Boxes Responses Due: Monday, January 7, 2019 at 2:00 p.m. The Onondaga County Resource Recovery Agency (OCRRA) requests

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

More information

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK DATE ISSUED: January 10, 2018 DEADLINE FOR WRITTEN

More information

Template proposed contract

Template proposed contract Template proposed contract Annex IV LONG TERM AGREEMENT LTA No: YEAR/No. DD/MM/YY Date: UNITED NATIONS ENTITY FOR GENDER EQUALITY AND THE EMPOWERMENT OF WOMEN (UN-Women) 220 East 42 nd Street New York,

More information

INVITATION TO BID Solicitation Acknowledgement Form

INVITATION TO BID Solicitation Acknowledgement Form INVITATION TO BID Solicitation Acknowledgement Form Page 1 of 55 pages AGENCY RELEASE DATE: March 20, 2018 SOLICITATION TITLE: REPLIES WILL BE OPENED: SUBMIT REPLY TO: Florida Department of State Division

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information