REQUEST FOR PROPOSAL

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL"

Transcription

1 REQUEST FOR PROPOSAL 07-X For: PRINTING EQUIPMENT: Offset, Digital Duplicators, Thermal Sign Printing Equipment including Vinyl Plotters, Prepress and Bindery Equipment. Maintenance and Supplies (T-1234) Event Date Time Bidder s Electronic Question Due Date (Refer to RFP Section for more information.) Mandatory Pre-bid Conference (Refer to RFP Section for important details about the new electronic bid option.) Mandatory Site Visit (Refer to RFP Section for more information.) June 21, 2006 June 21, 2006 Not Applicable 5:00 pm 10:00 am Bid Submission Due Date (Refer to RFP Section for more information.) July 7, :00 pm Dates are subject to change. All changes will be reflected in Addenda to the RFP posted on the Division of Purchase and Property website. Small Business Set-Aside (Refer to RFP Section for more information.) RFP Issued By State of New Jersey Department of the Treasury Division of Purchase and Property Trenton, New Jersey Date: 06/05/06 Status Not Applicable Entire Contract Partial Contract Subcontracting Only Category I II III Using Agency State of New Jersey Cooperative Purchasing Participants

2 Table of Contents 1.0 INFORMATION FOR BIDDERS PURPOSE AND INTENT BACKGROUND KEY EVENTS ELECTRONIC QUESTION AND ANSWER PERIOD SUBMISSION OF BID PROPOSAL MANDATORY PRE-BID CONFERENCE ADDITIONAL INFORMATION ADDENDA: REVISIONS TO THIS RFP BIDDER RESPONSIBILITY COST LIABILITY CONTENTS OF BID PROPOSAL PRICE ALTERATION JOINT VENTURE PRICE LIST AND/OR CATALOG PRICING DEFINITIONS GENERAL DEFINITIONS SCOPE OF WORK & METHOD OF OPERATION GENERAL INFORMATION EQUIPMENT COVERED CATEGORY 1 - OFFSET PRINTING EQUIPMENT, MAINTENANCE AND SUPPLIES PRICE SCHEDULES OFFSET PRINTING EQUIPMENT EQUIPMENT MAINTENANCE PRICE SHEET EQUIPMENT MAINTENANCE PAYMENTS HOURLY PER CALL SUPPLIES CATEGORY 2 - DIGITAL DUPLICATOR PRINTING EQUIPMENT - MAINTENANCE AND SUPPLIES PRICE SCHEDULES DIGITAL DUPLICATOR PRINTING EQUIPMENT EQUIPMENT MAINTENANCE PRICE LINES EQUIPMENT MAINTENANCE HOURLY CALL RATE SUPPLIES CATEGORY 3A - THERMAL SIGN PRINTERS AND 3B - VINYL CUTTING PLOTTERS - EQUIPMENT - MAINTENANCE AND SUPPLIES PRICE SCHEDULES 3A THERMAL SIGN PRINTERS AND 3B VINYL CUTTING PLOTTERS EQUIPMENT MAINTENANCE PRICE LINES EQUIPMENT MAINTENANCE PER CALL HOURLY RATE SUPPLIES CATEGORY 4 - PREPRESS PRINTING EQUIPMENT, MAINTENANCE, SUPPLIES PRICE SCHEDULES PREPRESS PRINTING EQUIPMENT EQUIPMENT MAINTENANCE PRICE LINES

3 EQUIPMENT MAINTENANCE PER CALL HOURLY RATE SUPPLIES CATEGORY 4 - BINDERY PRINTING EQUIPMENT (POSTPRESS), MAINTENANCE, SUPPLIES PRICE SCHEDULES PREPRESS PRINTING EQUIPMENT EQUIPMENT MAINTENANCE PRICE LINES EQUIPMENT MAINTENANCE PER CALL HOURLY RATE SUPPLIES PARTS REPLACEMENT FOR HOURLY RATE SERVICE PLAN RESPONSE TIME FOR PER CALL SERVICE SUPPLIES PRICES - (APPLIES TO ALL CATEGORIES) BIDDER REQUIREMENTS ELIGIBILITY AND QUALIFICATIONS OEM DEALERS WARRANTIES NEW & OBSOLETE MODELS MAINTENANCE SERVICES CONSUMABLE SUPPLIES WRITTEN QUOTATIONS DELIVERY INSTALLATION CHARGES REPLACEMENT OF UNSATISFACTORY SUPPLIES PERSONNEL TRAINING AND TECHNICAL SUPPORT MANUFACTURERS DESCRIPTIVE LITERATURE BID PRICES EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES EQUIPMENT ACQUISITION PAYMENT METHODOLOGY MAINTENANCE PAYMENTS BID PROPOSAL PREPARATION AND SUBMISSION GENERAL BID PROPOSAL DELIVERY AND IDENTIFICATION NUMBER OF BID PROPOSAL COPIES BID PROPOSAL CONTENT FORMS THAT MUST BE SUBMITTED WITH BID PROPOSAL SIGNATORY PAGE OWNERSHIP DISCLOSURE FORM DISCLOSURE OF INVESTIGATIONS/ACTIONS INVOLVING BIDDER NOTICE OF INTENT TO SUBCONTRACT FORM PROOF OF REGISTRATIONS THAT MUST BE SUBMITTED WITH THE BID PROPOSAL BUSINESS REGISTRATION CERTIFICATE FROM THE DIVISION OF REVENUE SMALL BUSINESS SET-ASIDE CONTRACTS FORMS THAT MUST BE SUBMITTED BEFORE CONTRACT AWARD AND SHOULD BE SUBMITTED WITH THE BID PROPOSAL MACBRIDE PRINCIPLES CERTIFICATION AFFIRMATIVE ACTION SERVICES SOURCE DISCLOSURE FORM SUBMITTALS BIDDER EXPERIENCE - DATA SHEETS SAMPLES/SAMPLE TESTING ACTION PLAN FINANCIAL CAPABILITY OF THE BIDDER PRICING

4 5.0 SPECIAL CONTRACTUAL TERMS AND CONDITIONS PRECEDENCE OF SPECIAL CONTRACTUAL TERMS AND CONDITIONS CONTRACT TERM AND EXTENSION OPTION CONTRACT TRANSITION CONTRACT AMENDMENT ITEMS ORDERED AND DELIVERED REMEDIES FOR FAILURE TO COMPLY WITH MATERIAL CONTRACT REQUIREMENTS MANUFACTURING/PACKAGING REQUIREMENTS CLAIMS CONTRACT ACTIVITY REPORT PROPOSAL EVALUATION/CONTRACT AWARD CONTRACT EVALUATION ORAL PRESENTATION AND/OR CLARIFICATION OF BID PROPOSAL BID DISCREPANCIES NEGOTIATION AND BEST AND FINAL OFFER (BAFO) CONTRACT AWARD DOCUMENTS REQUIRED BEFORE CONTRACT AWARD REQUIREMENTS OF N.J.S.A. 19:44A (FORMERLY EXECUTIVE ORDER 134) DEFINITIONS BREACH OF TERMS OF THE LEGISLATION CERTIFICATION AND DISCLOSURE REQUIREMENTS STATE TREASURER REVIEW SOURCE DISCLOSURE REQUIREMENTS REQUIREMENTS OF N.J.S.A. 52: SOURCE DISCLOSURE REQUIREMENTS BREACH OF CONTRACT OF EXECUTIVE ORDER FINAL CONTRACT AWARD INSURANCE CERTIFICATES CONTRACT ADMINISTRATION CONTRACT MANAGER STATE CONTRACT MANAGER RESPONSIBILITIES COORDINATION WITH THE STATE CONTRACT MANAGER

5 1.0 INFORMATION FOR BIDDERS 1.1 PURPOSE AND INTENT This Request for Proposal (RFP) is issued by the Purchase Bureau, Division of Purchase and Property, Department of the Treasury on behalf of all State Agencies and Cooperative Purchasing participants. The purpose of this RFP is to solicit bid proposals for the various printing equipment and related duplicating machinery and maintenance services. The intent of this RFP is to award 2 year contracts to those responsible bidders whose bid proposals, conforming to this RFP are most advantageous to the State, price and other factors considered. However, the State reserves the right to separately procure individual requirements that are the subject of the contract during the contract term, when deemed by the Director to be in the State s best interest. The NJ Standard Terms & Conditions will apply to all contracts or purchase agreements made with the State of New Jersey. These terms are in addition to the terms and conditions set forth in this RFP and should be read in conjunction with them unless the RFP specifically indicates otherwise. 1.2 BACKGROUND Offset printing equipment, Digital Duplicators, Thermal sign printers, Vinyl plotters, Prepress and Bindery equipment may be required by various State Agencies and others to update their facilities over the life of this contract and any extension periods. This contract does not guarantee business, however, recent technological advances in the printing industry in general may warrant updating facilities to maximize efficiencies and thus save taxpayer dollars. This new procurement combines two contracts into one. Bidders who are interested in the current contract specifications and pricing information may review the current contracts- T-0504 and T-1234, at KEY EVENTS ELECTRONIC QUESTION AND ANSWER PERIOD The Purchase Bureau will accept questions and inquiries from all potential bidders electronically via web form. To submit a question, please go to Current Bid Opportunities webpage or to Questions should be directly tied to the RFP and asked in consecutive order, from beginning to end, following the organization of the RFP. Each question should begin by referencing the RFP page number and section number to which it relates. Bidders are not to contact the Using Agency directly, in person, by telephone or by , concerning this RFP. 5

6 The cut-off date for electronic questions and inquiries relating to this RFP is indicated on the cover sheet. Addenda to this RFP, if any, will be posted on the Purchase Bureau website after the cut-off date (see Section of this RFP for further information.) SUBMISSION OF BID PROPOSAL In order to be considered for award, the bid proposal must be received by the Purchase Bureau of the Division of Purchase and Property at the appropriate location by the required time. ANY BID PROPOSAL NOT RECEIVED ON TIME AT THE LOCATION INDICATED BELOW WILL BE REJECTED. THE DATE AND TIME IS INDICATED ON THE COVER SHEET. THE LOCATION IS AS FOLLOWS: BID RECEIVING ROOM - 9TH FLOOR PURCHASE BUREAU DIVISION OF PURCHASE AND PROPERTY DEPARTMENT OF THE TREASURY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NJ Directions to the Purchase Bureau can be found at the following web address: Note: Bidders using USPS Regular or Express mail services should allow additional time since USPS mail deliveries are not delivered directly to the Purchase Bureau Mandatory Pre-Bid Conference The date and time of the Mandatory Pre-Bid Conference is indicated on the cover sheet. The location of the Mandatory Pre-Bid Conference will be as follows: New Jersey Purchase Bureau 33 West State Street-9 th Floor Bid Room Trenton, NJ Bid proposals will be automatically rejected from any bidder that was not represented or failed to properly register at the Mandatory Pre-Bid Conference. The purpose of the Mandatory Pre-Bid Conference is to provide a structured and formal opportunity for the State to accept questions from vendors regarding this RFP. 1.4 ADDITIONAL INFORMATION ADDENDA: REVISIONS TO THIS RFP In the event that it becomes necessary to clarify or revise this RFP, such clarification or revision will be by addendum. Any addendum to this RFP will become part of this RFP and part of any contract awarded as a result of this RFP. ALL RFP ADDENDA WILL BE ISSUED ON THE DIVISION OF PURCHASE AND PROPERTY WEB SITE. TO ACCESS ADDENDA, SELECT THE BID NUMBER ON THE BIDDING OPPORTUNITIES WEB PAGE AT THE FOLLOWING ADDRESS: 6

7 There are no designated dates for release of addenda. Therefore interested bidders should check the Purchase Bureau "Bidding Opportunities" website on a daily basis from time of RFP issuance through bid opening. It is the sole responsibility of the bidder to be knowledgeable of all addenda related to this procurement BIDDER RESPONSIBILITY The bidder assumes sole responsibility for the complete effort required in submitting a bid proposal in response to this RFP. No special consideration will be given after bid proposals are opened because of a bidder's failure to be knowledgeable as to all of the requirements of this RFP COST LIABILITY The State assumes no responsibility and bears no liability for costs incurred by a bidder in the preparation and submittal of a bid proposal in response to this RFP CONTENTS OF BID PROPOSAL Subsequent to bid opening, all information submitted by bidders in response to the bid solicitation is considered public information, except as may be exempted from public disclosure by the Open Public Records Act, N.J.S.A. 47:1A-1 et seq., and the common law. A bidder may designate specific information as not subject to disclosure when the bidder has a good faith legal/factual basis for such assertion. The State reserves the right to make the determination and will advise the bidder accordingly. The location in the bid proposal of any such designation should be clearly stated in a cover letter. The State will not honor any attempt by a bidder either to designate its entire bid proposal as proprietary and/or to claim copyright protection for its entire proposal. All bid proposals, with the exception of information determined by the State to be proprietary, are available for public inspection. Interested parties can make an appointment with the Purchase Bureau to inspect bid proposals received in response to this RFP PRICE ALTERATION Bid prices must be typed or written in ink. Any price change (including "white-outs") must be initialed. Failure to initial price changes shall preclude a contract award from being made to the bidder JOINT VENTURE If a joint venture is submitting a bid proposal, the agreement between the parties relating to such joint venture should be submitted with the joint venture s bid proposal. Authorized signatories from each party comprising the joint venture must sign the bid proposal. A separate Ownership Disclosure Form, Disclosure of Investigations and Actions Involving Bidder, Affirmative Action Employee Information Report, MacBride Principles Certification, and Business Registration or Interim Registration must be supplied for each party to a joint venture. 7

8 1.5 PRICE LIST AND/OR CATALOG PRICING See Exhibit 1-Exclusive State of New Jersey Price Schedules and Exhibit 2-Printing Equipment Supplies Price List. This is in the form of a separate attachment to this RFP. 2.0 DEFINITIONS 2.1 GENERAL DEFINITIONS The following definitions will be part of any contract awarded or order placed as result of this RFP. Addendum - Written clarification or revision to this RFP issued by the Purchase Bureau. Amendment - A change in the scope of work to be performed by the contractor after contract award. An amendment is not effective until signed by the Director, Division of Purchase and Property or his/her designee. Bidder A vendor submitting a bid proposal in response to this RFP. Contract - This RFP, any addendum to this RFP, the bidder's bid proposal submitted in response to this RFP and the Division's Notice of Acceptance. Contractor - The contractor is the bidder awarded a contract. Director - Director, Division of Purchase and Property, Department of the Treasury. By statutory authority, the Director is the chief contracting officer for the State of New Jersey. Division - The Division of Purchase and Property. Joint Venture A business undertaking by two or more entities to share risk and responsibility for a specific project. May - Denotes that which is permissible, but not mandatory. Request for Proposal (RFP) - This document, which establishes the bidding and contract requirements and solicits bid proposals to meet the purchase needs of [the] Using Agency[ies], as identified herein. Shall or Must - Denotes that which is a mandatory requirement. Should - Denotes that which is recommended, but not mandatory. State - State of New Jersey Using Agency[ies]- The entity[ies] for which the Division has issued this RFP. 8

9 3.0 SCOPE OF WORK & METHOD OF OPERATION 3.1 GENERAL INFORMATION This is a term contract for the PURCHASE ONLY of various types of Printing Equipment which for purposes of this contract have been divided into 5 categories: CATEGORY 1 - OFFSET PRINTING EQUIPMENT, MAINTENANCE & SUPPLIES. CATEGORY 2 -DIGITAL DUPLICATOR PRINTING EQUIPMENT, MAINTENANCE AND SUPPLIES. CATEGORY 3A - THERMAL SIGN PRINTING EQUIPMENT, MAINTENANCE AND SUPPLIES. 3B - VINYL CUTTING PLOTTER EQUIPMENT, MAINTENANCE AND SUPPLIES. CATEGORY 4 - PREPRESS PRINTING EQUIPMENT, MAINTENANCE AND SUPPLIES. CATEGORY 5 - BINDERY PRINTING EQUIPMENT (POSTPRESS), MAINTENANCE AND SUPPLIES. IMPORTANT INFORMATION PERTINENT TO THIS BID Bidders must pay attention to the restrictions on the number of pieces of equipment it can offer per category. Bidders are required to submit a purchase price for equipment which must include, bundled in the price, a one year warranty period to include maintenance and parts and, beginning at the end of the warranty period, a consecutive two year maintenance agreement which also includes full maintenance service and mileage. PLEASE NOTE: Although the cost of maintenance will be a factor the End Users will take into consideration when selecting equipment, End Users are not obligated to purchase the extended maintenance after the initial year if that is their choice. Bidders are required to fill out the exclusive PRICE SCHEDULE for each piece of equipment that is being bid on in each respective category. These PRICE SCHEDULES are supplied as a separate attachment to this RFP titled: EXHIBIT 1- EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES. A catalog or other price list will be unacceptable. These price schedules are supplied as a writable, savable Excel document. The supplied file contains a worksheet for each Price Schedule, there are 6 worksheets in the file. Bidders must submit a hard copy with their bid in the traditional manner and also supply an electronic copy saved to a CD. This electronic copy will be used by the Purchase Bureau to upload to the NOA page for users of the contract. The NOA page will be accessible at: MAINTENANCE AND ACCESSORIES - In the instance of two bidders who offer equipment which are the same make and model an evaluation will be made to determine which equipment is the lowest price. The cost of maintenance will be factored in as well as the Accessories Included in the base price. When one vendor offers different accessories included from the other, the Printing Unit will make a determination as to the more favorable offer by using the total price together with the value added by the ACCESSORIES INCLUDED to the piece of equipment. OPTIONAL ACCESSORIES - During this evaluation, the prices submitted for Optional Accessories the cost of such accessories may also be used in the evaluation as to low bid. If one vendor offers different ACCESSORIES INCLUDED from the other competing bidder in its base price the Printing Unit may add the cost of the OPTIONAL ACCESSORIES into the Evaluation to determine the lowest bid for each competing offering. 9

10 If, in the evaluation of the competing products by the Printing Unit it is determined that both identical make and model of equipment have accessories included which both may be desirable to Using Agencies and the prices are within those acceptable to the State, the Printing Unit may consider placing both on contract. Bidders are reminded that all prices submitted under this contract are Government Price and not price charged to the private sector or retail customers. Furthermore, prices will be monitored to be compared to GSA prices. In order to provide related supplies, bidders must submit an exclusively prepared SUPPLIES PRICE LIST. This form is also provided as a separate attachment to this RFP titled: EXHIBIT 2- EXCLUSIVE STATE OF NEW JERSEY SUPPLIES PRICE LIST. Items entered on this price list are to be only appropriate to the equipment being offered. A Supplies Price List may be submitted for each offering of Category 1,2,3,4 and 5. This Exhibit may be duplicated. Bidders must submit a hard copy with their bid in the traditional manner and also supply an electronic copy saved to a CD. Awards for supplies will be made based on the brands submitted and compatibility with the equipment to be placed on contract. Like brands will be evaluated to determine the lowest bid for each item based on the unit price. The Purchase Bureau will evaluate the Supplies Price List submissions to determine if they should become a part of the final contract. The Purchase Bureau may compare submissions to other State contracts, Federal GSA contracts, industry standards or any combination thereof. Supply Price submissions deemed as NOT IN THE BEST INTEREST OF THE STATE OF NEW JERSEY may be eliminated as a part of the contract. State agencies using this contract will select equipment that is most appropriate to each Agency's actual needs, and according to each machine and model's specified performance. The State encourages a trade-in value to be placed on the old equipment at the time of purchase of the new machine if the Using Agency wishes to trade in old equipment. The trade-in value will be deducted from the actual cost of the purchased item on contract. The State reserves the right to apply any one trade-in to the purchase of any one new unit. The State will determine whether it will utilize any trade-in values or if the currently-owned equipment will remain the property of the State of New Jersey. The supplier of the new equipment will be required to remove the trade-in from the Agency's premises at no additional cost to the Agency. Price and other factors will determine which equipment best suits Agency needs. Other factors include, but are not limited to, ease of operation, equipment performance, past experience with equipment, trade in offer, space requirements, equipment diagnostics, configuration, and favorably priced additional available accessories. This contract does not endorse and will not be involved with any leasing arrangements. OEM and Dealer certification rules apply as stated in the Bidder Requirements section that follows EQUIPMENT COVERED The State may accept additional miscellaneous related equipment for each category that may have: value added applications for State and Local governments, is not covered under another State contract, and can be demonstrated that a specific need exists by a Using Agency. Vendors must submit a completed PRICE SCHEDULE with Warranty and Maintenance Service included for each submittal in the EQUIPMENT categories. Using Agencies have the option of purchasing annual maintenance or Per Call Maintenance, or neither. No piece of equipment with a unit list price exceeding $50, including warranty and maintenance will be accepted in any Category on this contract. 10

11 PLEASE REFER TO SECTION ON BIDDER REQUIREMENTS WHICH FOLLOWS AT THE END OF THE CATEGORIES DESCRIPTIONS. THE BIDDER REQUIREMENTS APPLY TO ALL CATEGORIES 3.3 CATEGORY 1 - OFFSET PRINTING EQUIPMENT, MAINTENANCE AND SUPPLIES This Category covers Duplicator size, one color printing presses with sheet sizes up to 13 x 20. (New Equipment only). A Perfector (duplex) model may be included. Vendors are allowed to submit competitive prices for up to 3 Duplicator models and 1 Perfector (duplex) model. Outright Purchase PRICE SCHEDULES OFFSET PRINTING EQUIPMENT The blank EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES ready for downloading will be supplied as a separate attachment to this RFP, and are titled: EXHIBIT 1- EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES. The following page is an example of how the PRICE SCHEDULE for printing equipment will look EQUIPMENT Vendors are to include on the CATEGORY 1 - OFFSET PRINTING EQUIPMENT PRICE SCHEDULE, all information requested. Include the price for the base machine and list the accessories you deem necessary to properly operate an offset printing press in a State run print shop. This can be important since, if two vendors bid identical brands and models with identical accessories, the award will be made to the lowest bidder for that piece of equipment. Bidders should also list in Section E of the PRICE SCHEDULE, any available Optional Accessories and prices which are available and are not an integral part of the press. For example, a Spray Gun or a second color head may not be vital in a State print shop but could be made available as an Optional Accessory. 11

12 Make copies of the CATEGORY 1 - OFFSET PRINTING EQUIPMENT PRICE SCHEDULE blank and provide all the necessary information needed for evaluation. Bidders should also supply Price Schedules electronically on a CD. Bidders must submit brochures or other literature for each piece of equipment. Vendors also must make the literature available to prospective buyers to help in purchasing decisions. Since this is a Statewide contract bidders must submit an ACTION PLAN detailing how they intend to provide statewide Sales and Maintenance to End Users MAINTENANCE Include the price for 1st year maintenance service (after warranty period) and 2nd year maintenance service which will be used for billing purpose. Maintenance is full service, on call as needed. No monthly preventive maintenance is required. Travel mileage is to be included in the yearly price. Parts will be billed to the State after the one year warranty period. Awards will be made based on the PRICE SCHEDULES that the bidder submits. Prices must include installation, 3 days of training, a press blanket and other consumables, and sufficient chemicals to bring the equipment up to speed. 3.4 PRICE SHEET (THE PRICE LINES WILL BE USED INTERNALLY ONLY TO ENABLE STATE AGENCIES TO ISSUE PURCHASE ORDERS USING THE STATE S MACS-E PURCHASING SOFTWARE. PRICE LINES WILL BE USED BY THE AGENCY TO CORRESPOND WITH THE RESPECTIVE PRICE SCHEDULE AND SUPPLIES PRICE LIST) EQUIPMENT Price Line 1. (FOR STATE AGENCY USE, BIDDER NEED NOT FILL IN). The price lines are for State use and are necessary to issue purchase orders using the State s MACS-E purchasing software. Vendors are encouraged to provide a trade in rebate and apply it to the price. The trade in will include the cost of removal. The Using Agency must determine the efficacy of accepting the trade in or allowing the old equipment to go to the State s surplus MAINTENANCE PAYMENTS Price Line 2 (FOR AGENCY USE ONLY) will be used to pay for maintenance in arrears or in advance at the discretion of the agency. Bidders should indicate a discount on the Price Schedule for an annual MAINTENANCE payment in advance by the agency. The maintenance cost will be taken from the PRICE SCHEDULE for each piece of equipment. IMPORTANT - The prices submitted for years 1 and 2 are also to be used for maintenance of existing installations for already installed equipment that is the same make and model or a similar make and model. This event may occur after some time in the near future when the present equipment contract for Printing Equipment (T-1234) expires on or about June 30, 2006, since it includes the maintenance and supplies for the installed base. The plan is to have no gap in service HOURLY PER CALL Price Line 3 will be used by Agencies to provide for an HOURLY PER CALL RATE for all new installations produced under this contract. It will also be used in the future to pay for Per Call Maintenance for existing installations from the current Printing equipment contract T Bidders should include this price on the Price Schedule. 12

13 3.4.4 SUPPLIES Price Line 4 is to be used by State Agencies to purchase chemicals, supplies and consumables from an exclusive SUPPLIES PRICE LIST to be submitted by the vendor with the bid. The SUPPLIES PRICE LIST is supplied as an Excel file called EXHIBIT-2 SUPPLIES PRICE LIST. Include consumables such as spray powder, blankets, ink, press wash up, fountain chemicals, etc. on this price schedule(one sheet, two sides maximum). If the contract is extended after the two year period the vendor may submit updated prices for supplies and consumables using the same Price List format. 3.5 CATEGORY 2 - DIGITAL DUPLICATOR PRINTING EQUIPMENT - MAINTENANCE AND SUPPLIES This Category features Digital Duplicator type equipment typically used by School Districts in the State. Bidders will be allowed to submit competitive prices for up to five (5) equipment configurations by make and model in this category. This is an outright purchase contract only PRICE SCHEDULES DIGITAL DUPLICATOR PRINTING EQUIPMENT The blank EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES ready for downloading will be supplied as a separate attachment to this RFP titled: EXHIBIT 1- EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULE. The following page is an example of how the PRICE SCHEDULE for digital duplicator printing equipment will look: EQUIPMENT Bidders are to include all information requested on the DIGITAL DUPLICATOR PRINTING EQUIPMENT PRICE SCHEDULE. Include the price for the base machine with accessories you deem necessary to properly operate a DIGITAL DUPLICATOR predominately in a school environment. List additional accessories separately with the monthly cost, outright purchase price, and maintenance cost by Cost Per 13

14 Copy minimums as stated on the PRICE SCHEDULE. This can be important since, if two vendors bid identical brands and models with identical accessories, the award will be made to the lowest bidder for that piece of equipment and including the maintenance prices. Bidders should also list in Section D of the PRICE SCHEDULE, any available Optional Accessories and prices which are available and are not an integral part of the machine. Since this is a Statewide contract bidders must submit an ACTION PLAN detailing how they intend to provide statewide Sales and Maintenance to End Users. Make copies of the blank CATEGORY 2-DIGITAL DUPLICATOR PRINTING EQUIPMENT PRICE SCHEDULE and provide all the necessary information needed for evaluation. Bidders should also supply Price Schedules electronically on a CD. Submit brochures and other literature for each piece of equipment. Vendors should make the literature available to prospective buyers to help in purchasing decisions. Awards will be made based on the PRICE SCHEDULES which the bidder submits. Prices include installation, 3 days of training, start up consumables, and sufficient chemicals to bring the equipment up to speed MAINTENANCE COST PER COPY MAINTENANCE - Bidders are required to fill out the PRICE SCHEDULE in its entirety including the requested Maintenance Cost Per Copy Price. When applying these annual maintenance prices to a new or existing installation, Contractors will be guaranteed a minimum Annual Total depending on the number of copies made per year. For example B1 - Cost Per Copies per year will be guaranteed the Annual Total Cost. For example B4 - Cost Per Copies per year will be guaranteed the Annual Total Cost. Copies made over the guaranteed minimum will be charged at the CPC established rate for that level of copies made. Conversely, if the installation fails to meet the annual Total established copy level, the Vendor may be required to adjust the bill accordingly by using the next lowest tier level and charging for additional copies made over the minimum guarantee. An abnormal level of machine breakdowns or maintenance downtime can produce an adjustment. Maintenance can be paid for in advance or in arrears with agreement of the Using Agency. Reconciliation of excess copies can be made periodically at mutually agreed upon intervals. Maintenance is full service, on call as needed. No monthly preventive maintenance is required. REPLACEMENT PARTS, INK, AND TRAVEL MILEAGE are to be included in the COST PER COPY MAINTENANCE price. SPIRIT MASTERS may be billed separately by submitting a Two Page Price List of available supplies. 3.6 PRICE LINES EQUIPMENT Price Line 5 will be used by State Agencies in the MACS-E purchasing system to purchase the equipment. Using Agencies will put the net price in line 5 after deducting trade in rebate. (FOR AGENCY USE ONLY). Vendors are encouraged to provide a trade in rebate and apply it to the price. The trade in will include the cost of removal. The Using Agency must determine the efficacy of accepting the trade in or allowing the old equipment to go to the State s surplus. 14

15 3.6.2 MAINTENANCE Price Line 6 will be used to pay for maintenance in arrears or in advance at the discretion of the agency. Bidders may indicate a discount on the Price Schedule for an annual MAINTENANCE payment in advance by the Agency. (FOR AGENCY USE ONLY). A departure from previous maintenance contracts for this item requires that the bidder provide an annual maintenance charge based on a COST PER COPY and the number of copies made per year. The Vendor is guaranteed to be paid for the base copies whether the Agency does them or not. And will be paid for other copies made. The maintenance cost based on a Cost Per Copy will be taken from the PRICE SCHEDULE for each piece of equipment. Copies made in between the base amounts will be billed pro rata based on the closest annual amount. IMPORTANT - The cost per copy prices submitted are also to be used for maintenance of existing installations from the current T-0504 and which will be expired. Apply the prices to the same make and model or a similar make and model. This event may occur after some time in the near future when the present equipment contract for DIGITAL DUPLICATORS, T-0504, expires since it includes the maintenance and supplies for the installed base. The plan is to have no gap in service HOURLY CALL RATE Price Line 7 will be used by Agencies to provide for an HOURLY PER CALL RATE for all new installations produced under this contract. It will also be used in the future to pay for Per Call Maintenance for existing installations from the current DIGITAL DUPLICATOR, maintenance and supplies contract T Bidders should include this price on the Price Schedule SUPPLIES Price Line 8 - Using Agencies may purchase chemicals, supplies and consumables from the exclusive SUPPLIES PRICE LIST (one sheet, two sides maximum) to be supplied by the vendor with the bid. If the contract is extended after the two year period the vendor can submit updated prices for supplies using the same Price List format. 3.7 CATEGORY 3A - THERMAL SIGN PRINTERS AND 3B - VINYL CUTTING PLOTTERS - EQUIPMENT - MAINTENANCE AND SUPPLIES This Category features THERMAL SIGN PRINTERS & VINYL CUTTING PLOTTERS used for sign making. Bidders will be allowed to submit competitive prices for TWO (2) equipment configurations/size by make and model in these sub categories. This is an outright purchase contract only PRICE SCHEDULES 3A THERMAL SIGN PRINTERS AND 3B VINYL CUTTING PLOTTERS The blank EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES ready for downloading will be supplied as a separate attachment to this RFP titled: EXHIBIT 1- EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES. 15

16 3.7.2 EQUIPMENT Vendors are to include all information requested on the PRICE SCHEDULES for THERMAL SIGN PRINTING EQUIPMENT (CATEGORY 3A) and VINYL CUTTING PLOTTERS (CATEGORY 3B). Include the price for the base machine with accessories you deem necessary to properly operate the equipment predominately in a sign shop. Bidders should also list in Section E of the PRICE SCHEDULE, any available Optional Accessories and prices which are available and are not an integral part of the machine. List Optional Accessories separately with the monthly cost, outright purchase price, and maintenance cost as stated on the PRICE SCHEDULES. This can be important since, if two vendors bid identical brands and models with identical accessories, the award will be made to the lowest bidder for that piece of equipment including the maintenance prices for the two years. Since this is a State wide contract bidders must submit an ACTION PLAN detailing how they intend to provide statewide Sales and Maintenance to End Users. Make copies of the appropriate blank CATEGORY 3A -THERMAL SIGN PRINTING EQUIPMENT OR VINYL CUTTING PLOTTERS PRICE SCHEDULE and provide all the necessary information needed for evaluation. Submit brochures and other literature for each piece of equipment. Vendors should make the literature available to prospective buyers to help in purchasing decisions. Awards will be made based on the PRICE SCHEDULES which the bidder submits. Prices include installation, 3 days of training, start up consumables, and sufficient chemicals (IF ANY) to bring the equipment up to speed MAINTENANCE Include the price for 1st and 2 nd year maintenance will be used for billing purposes. Maintenance is full service, on call as needed. No monthly preventive maintenance is required. Replacement parts and travel mileage are to be included in the yearly price. 3.8 PRICE LINES EQUIPMENT Price Lines 9-Category 3A and Line 10 for Category 3B of the Price Sheet will be used by State Agencies in the MACS-E purchasing system to purchase either Category 3 equipment. Using Agencies will put the net prices in line 9 or 10 after deducting trade in rebate. (FOR AGENCY USE ONLY). Vendors are encouraged to provide a trade in rebate and apply it to the price. The trade in will include the cost of removal. The Using Agency must determine the efficacy of accepting the trade in or allowing the old equipment to go to surplus MAINTENANCE Price Line 11 will be used to pay for maintenance in arrears or in advance at the discretion of the agency. This line to be used for maintenance for both 3A and 3B items. Bidders may indicate a discount on the Price Schedule for an annual MAINTENANCE payment in advance by the Agency. (FOR AGENCY USE ONLY). A Using Agency is under no obligation to purchase a maintenance contract along with an equipment purchase but may do so, and the vendor must provide, at a later date if desired. IMPORTANT - The prices submitted for years 1 and 2 are also to be used for Maintenance of Existing Installations (IF ANY). Apply the prices to the same make and model or a similar make and model. 16

17 3.8.3 PER CALL HOURLY RATE Price Line 12 - Will be used by Agencies to provide for an HOURLY PER CALL RATE for all new installations produced under this contract. This line to be used for per call rate for both 3A and 3B items SUPPLIES Price Line 13 Is to be used by State Agencies to purchase vinyl, foils, control tac, label stock, and other consumables from the exclusive SUPPLIES PRICE LIST to be supplied by the vendor with the bid. This line to be used for supplies for both 3A and 3B items (one sheet, two sides maximum). This SUPPLIES PRICE LIST is supplied as an Excel file and should be submitted as hard copy with the bid and on CD. If the contract is extended after the two year period the vendor can submit updated prices for supplies and consumables using the same Price List format. 3.9 CATEGORY 4 - PREPRESS PRINTING EQUIPMENT, MAINTENANCE, SUPPLIES. This Category covers Offset Duplicator size prepress equipment. It includes but is not limited to; CAMERA/PLATE MAKERS and other PREPRESS EQUIPMENT for use with printing presses with sheet sizes up to 13 x 20. Two models per brand will be accepted. Printing Unit will have the final say of the equipment's acceptability on this contract PRICE SCHEDULES PREPRESS PRINTING EQUIPMENT The blank EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES ready for downloading will be supplied as a separate attachment to this RFP titled: EXHIBIT 1- EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES EQUIPMENT Vendors are to include on the PRICE SCHEDULE for Category 4 all information requested. Include the price for the base machine with additional accessories you deem necessary to properly operate any of the equipment in a State operated print shop. List the additional OPTIONAL accessories. This can be important since, if two vendors bid identical brands and models with identical accessories, the award will be made to the lowest bidder for that piece of equipment while including the cost of the maintenance. Bidders should also list in Section E of the PRICE SCHEDULE, any available Optional Accessories and prices which are available and are not an integral part of the machine. List Optional Accessories separately with the monthly cost, outright purchase price, and maintenance cost as stated on the PRICE SCHEDULES. This can be important since, if two vendors bid identical brands and models with identical accessories, the award will be made to the lowest bidder for that piece of equipment including the maintenance prices for the two years. Since this is a State wide contract bidders must submit an ACTION PLAN detailing how they intend to provide statewide Sales and Maintenance to End Users. Make copies of the PREPRESS PRINTING EQUIPMENT PRICE SCHEDULE and provide all the necessary information needed for evaluation with the bid. Bidders should also include an electronic file on CD. Submit brochures or other literature for each piece of equipment. Vendors should make the literature available to prospective buyers to help in purchasing decisions. 17

18 3.9.3 MAINTENANCE Include the price for 1st year maintenance service and 2nd year maintenance service which will be used for billing purpose. Maintenance is full service, on call as needed. No monthly preventive maintenance is required. Replacement parts are to be billed separately. Travel mileage is to be included in the yearly price. Awards will be made based on the PRICE SCHEDULES which the bidder submits. Prices include installation, 3 days of training, a blanket and other consumables, and sufficient chemicals to bring the equipment up to speed PRICE LINES EQUIPMENT Price line 14 on the Price Sheet will be used by State Agencies in the MACS-E purchasing system to purchase the equipment. Using Agencies will put the net price in line 14 after applying a trade in rebate if applicable. (FOR AGENCY USE ONLY) Vendors are encouraged to provide a trade in rebate and apply it to the price. The trade in will include the cost of removal. The Using Agency must determine the efficacy of accepting the trade in or allowing the old equipment to go to surplus MAINTENANCE Price Line 15 will be used to pay for maintenance in arrears or in advance at the discretion of the agency. Bidders should indicate a discount on the Price Schedule for an annual MAINTENANCE payment in advance by the agency. (FOR AGENCY USE ONLY). Mileage included. The maintenance cost will be taken from the PRICE SCHEDULE for each piece of equipment. IMPORTANT - The prices submitted for years 1 and 2 are also to be used for Maintenance of Existing Installations for already installed equipment which is the same make and model or a similar make and model PER CALL HOURLY RATE Price Line 16 will be used by Agencies to provide for an HOURLY PER CALL RATE for all new installations produced under this category SUPPLIES Price Line 17 is to be used by State Agencies to purchase chemicals, various prepress supplies and consumables from the exclusive SUPPLIES PRICE LIST to be supplied by the vendor with the bid (one sheet, two sides maximum). This SUPPLIES PRICE LIST is supplied as an Excel file and should be submitted as hard copy with the bid and on CD. If the contract is extended beyond the two year period the vendor can submit updated prices for supplies and consumables using the same Price Schedule format CATEGORY 4 - BINDERY PRINTING EQUIPMENT (POSTPRESS), MAINTENANCE, SUPPLIES. This Category covers BINDERY EQUIPMENT which includes but is not limited to PAPER FOLDERS including right angle up to 17 x 22", (2 offers). PAPER CUTTER - up to 20", (1 offer). SHRINK WRAPPER, (1 offer). BOOKLET MAKER, (1 offer), and other bindery finishing equipment. New equipment for outright purchase only. 18

19 PRICE SCHEDULES PREPRESS PRINTING EQUIPMENT The blank EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES ready for downloading will be supplied as a separate attachment to this RFP titled: EXHIBIT 1- EXCLUSIVE STATE OF NEW JERSEY PRICE SCHEDULES EQUIPMENT Vendors are to include on the PRICE SCHEDULE for Category 5 all information requested. Include the price for the base machine with additional accessories you deem necessary to properly operate any of the equipment in a State operated print shop. List the additional accessories. This can be important since, if two vendors bid identical brands and models with identical accessories, the award will be made to the lowest bidder for that piece of equipment including the cost of maintenance. Bidders should also list in Section E of the PRICE SCHEDULE, any available Optional Accessories and prices which are available and are not an integral part of the machine. List Optional Accessories separately with the monthly cost, outright purchase price, and maintenance cost as stated on the PRICE SCHEDULES. This can be important since, if two vendors bid identical brands and models with identical accessories, the award will be made to the lowest bidder for that piece of equipment including the maintenance prices for the two years. Since this is a State wide contract bidders must submit an ACTION PLAN detailing how they intend to provide statewide Sales and Maintenance to End Users. Make copies of the POSTPRESS PRINTING EQUIPMENT PRICE SCHEDULE and provide all the necessary information needed for evaluation with the bid. Bidders should also include an electronic file on CD. Submit brochures or other literature for each piece of equipment. Vendors should make the literature available to prospective buyers to help in purchasing decisions MAINTENANCE Include the price for 1st year maintenance service and 2nd year maintenance service which will be used for billing purpose. Maintenance is full service, on call as needed. No monthly preventive maintenance is required. Travel mileage is to be included in the yearly price. Awards will be made based on the PRICE SCHEDULES which the bidder submits. Prices include installation, 3 days of training, a blanket and other consumables, and sufficient chemicals to bring the equipment up to speed PRICE LINES EQUIPMENT Price line 18 on the Price Sheet will be used by State Agencies in the MACS-E purchasing system to purchase the equipment. Using Agencies will put the net price in line 18 after trade-in rebate if applicable (FOR AGENCY USE ONLY). Vendors are encouraged to provide a trade in rebate and apply it to the price. The trade in will include the cost of removal. The Using Agency must determine the efficacy of accepting the trade in or allowing the old equipment to go to surplus. 19

20 MAINTENANCE Price Line 19 will be used to pay for maintenance in arrears or in advance at the discretion of the agency. Bidders should indicate a discount on the Price Schedule for an annual MAINTENANCE payment in advance by the agency. (FOR AGENCY USE ONLY). Mileage included. The maintenance cost will be taken from the PRICE SCHEDULE for each piece of equipment. IMPORTANT - The prices submitted for years 1 and 2 are also to be used for Maintenance of Existing Installations for already installed equipment which is the same make and model or a similar make and model PER CALL HOURLY RATE Price Line 20 will be used by Agencies to provide for an HOURLY PER CALL RATE for all new installations produced under this contract SUPPLIES Price Line 21 is to be used by State Agencies to purchase various post press supplies and consumables from the exclusive SUPPLIES PRICE LIST to be supplied by the vendor with the bid(one sheet, two sides maximum). This SUPPLIES PRICE LIST is supplied as an Excel file and should be submitted as hard copy with the bid and on CD. If the contract is extended beyond the two year period the vendor can submit updated prices for supplies and consumables using the same Price Schedule format PARTS REPLACEMENT FOR HOURLY RATE SERVICE PLAN Hourly service which results in replacement of necessary parts to assure continued operation of the equipment will be provided using only factory approved parts which are of the original equipment's manufacture or by a manufacturer identified by the Contractor certified and guaranteed to perform according to the manufacturer's specifications. A Parts Book or appropriate pages and Price Lists for parts must be provided upon request by the bidder together with Name, Date. and Government Parts Discount. Contractors may be required, upon written notice of a representative of the Director of the Division of Purchase and Property, to provide copies of pages of parts price lists when required for price verification upon completion of service. When requested, the contractor is required to furnish copies of price lists within 10 days. Failure to provide copies of price lists within ten (10) days may be immediate cause for termination of contract RESPONSE TIME FOR PER CALL SERVICE The response time which is required for this program shall be not more than an eight hour (8) response, and is defined as the time interval during which a service technician is required to come to a machine location to begin actual repair. Contractors are required to respond by telephone to agency service calls requesting assistance within four (4) hours of the first notice by an agency requiring service. This telephone response is important to confirm the schedule for actual time of service by the contractor's technician at the agency office. 20

21 3.15 SUPPLIES PRICES - (APPLIES TO ALL CATEGORIES) Awards for supplies will be made based on the brands submitted and compatibility with the equipment to be placed on contract. Like brands will be evaluated to determine the lowest bid for each item based on the unit price. Bidders MUST provide supplies prices for each product or service on the Excel spreadsheet provided as EXHIBIT 2-SUPPLIES PRICE LIST. Bidders may only submit one SUPPLIES PRICE LIST for each of the 6 categories (this includes one for 3A and one for 3B). Bidders should list all products and prices it deems necessary to provide support to the installations: Ink, chemicals, blankets, padding glue, press wash up, prepress and post press supplies etc (one sheet, two sides maximum). The following is a sample of what the Supplies Price List looks like: BIDDER REQUIREMENTS ELIGIBILITY AND QUALIFICATIONS Bidders that are OEM or INDEPENDENTS may be eligible for award of contracts if they can demonstrate that they have one or more of the following qualifications: 1. They are already providing sales and maintenance service support to State or Local Government Agencies for the equipment listed above either under the current active contracts or by some other procurement method. 2. They have Sales and Maintenance support facilities in New Jersey capable of servicing the entire geographic State OEM ORIGINAL EQUIPMENT MANUFACTURERS (OEM) - Bidders that are OEM Manufacturers may bid selections from their product lines by submitting an exclusive Price Schedule compiled especially for the State of New Jersey. Each category will have a stated limit of number of pieces of equipment to be awarded. 21

ADDENDUM #1. The following constitutes Addendum #1 to the above referenced solicitation.

ADDENDUM #1. The following constitutes Addendum #1 to the above referenced solicitation. State of New Jersey DEPARTMENT OF THE TREASURY JON S. CORZINE DIVISION OF PURCHASE AND PROPERTY BRADLEY I. ABELOW Governor PURCHASE BUREAU State Treasurer P.O. BOX 230 TRENTON, NEW JERSEY 08625-0230 November

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

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

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications From Engineering Firms Interested in Serving as Environmental Engineer to the Borough of Park Ridge Board of Public Works For the Period January 1, 2019

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

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

Consultant for Municipal Engineering Services

Consultant for Municipal Engineering Services BOROUGH OF STONE HARBOR 2018 PROFESSIONAL SERVICES REQUEST FOR PROPOSAL RFQ OPENING DATE: THURSDAY, December 14, 2017 AT 12:00PM NOTICE TO BIDDERS The Borough of Stone Harbor is soliciting proposals through

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

State of North Carolina Department of Health and Human Services

State of North Carolina Department of Health and Human Services State of North Carolina Department of Health and Human Services REQUEST FOR PROPOSAL (RFP) Addendum #6 Date: September 5, 2018 RFP Number: 30-180397 RFP Description: Independent Verification and Validation

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

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

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

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

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library I INVITATION TO BID FLOORING MATERIALS The is accepting sealed bids for the purchase and installation of Flooring Materials at the until 2:30 p.m. (our clock) on November 28, 2016 at City Hall located

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

Missoula County Public Schools Missoula, Montana REQUEST FOR PROPOSALS FOR LARGE COMMERCIAL COPY MACHINES FOR THE MISSOULA COUNTY PUBLIC SCHOOLS

Missoula County Public Schools Missoula, Montana REQUEST FOR PROPOSALS FOR LARGE COMMERCIAL COPY MACHINES FOR THE MISSOULA COUNTY PUBLIC SCHOOLS Missoula County Public Schools Missoula, Montana REQUEST FOR PROPOSALS FOR LARGE COMMERCIAL COPY MACHINES FOR THE MISSOULA COUNTY PUBLIC SCHOOLS PRINT SHOP JULY 2016 REQUEST FOR PROPOSALS FOR PRINT SHOP

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

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

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

New York City Transit (NYCT) DATE: July 19, 2018 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: SSE #: 0000226381

More information

MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET IT SERVICES for FileNet Enterprise Content Management (ECM) STATEMENT OF WORK

MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET IT SERVICES for FileNet Enterprise Content Management (ECM) STATEMENT OF WORK MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET IT SERVICES for FileNet Enterprise Content Management (ECM) STATEMENT OF WORK Michigan Commission on Law Enforcement Standards The FileNet Enterprise

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

NEW JERSEY GOVERNMENT RECORDS COUNCIL

NEW JERSEY GOVERNMENT RECORDS COUNCIL REQUEST FOR QUALIFICATIONS FOR SPECIAL COUNSEL FOR NEW JERSEY GOVERNMENT RECORDS COUNCIL Date Issued: June 4, 2012 Question & Answer Cut-off Date: June 18, 2012 Proposals Due: July 2, 2012 KARYN GORDON,

More information

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair APPENDIX A - TECHNICAL SPECIFICATIONS JEA Fleet Services Light Duty Equipment Maintenance and Repair 1. GENERAL SCOPE OF WORK This scope of work is looking for a Respondent(s) to provide JEA Fleet Services

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

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

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

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY I. Introduction SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals on Rebate Program Automation Issuance Date: July 24, 2018 Response Deadline: August 23, 2018 The Southern California Public

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

OCEAN COUNTY COLLEGE PURCHASING MANUAL

OCEAN COUNTY COLLEGE PURCHASING MANUAL OCEAN COUNTY COLLEGE PURCHASING MANUAL 1 OCEAN COUNTY COLLEGE PURCHASING MANUAL Issued by the Office of the Vice President of Finance & Administration January 1, 2014 The purpose of this manual is to assist

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

ALLAN HANCOCK JOINT COMMUNITY COLLEGE DISTRICT

ALLAN HANCOCK JOINT COMMUNITY COLLEGE DISTRICT ALLAN HANCOCK JOINT COMMUNITY COLLEGE DISTRICT BUSINESS SERVICES PURCHASING AND CONTRACT GUIDE PURCHASING AND CONTRACT GUIDE BUSINESS SERVICES TABLE OF CONTENTS Purchasing of Supplies. Equipment and Services....1

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

Colour Plotter / Scanner

Colour Plotter / Scanner Colour Plotter / Scanner Request for Quotes 2018-COMP-01 A project for The Corporation of The City of Thorold SUBMISSION DUE DATE: 2:00 pm Tuesday March 27, 2018 ALL INQUIRIES TO BE DIRECTED TO: Matt Watson

More information

UNIVERSITY HOSPITAL POLICY

UNIVERSITY HOSPITAL POLICY UNIVERSITY HOSPITAL POLICY SUBJECT: Responsible Executive: SUPPLY CHAIN MANAGEMENT Executive Director for Supply Chain Management TITLE: Responsible Office: WAIVER OF BIDS Supply Chain Management CODING:

More information

12 Sept PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO TELEPHONE NUMBER: FAX NUMBER: DELIVERY DATE: PAGE 1 OF 11

12 Sept PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO TELEPHONE NUMBER: FAX NUMBER: DELIVERY DATE: PAGE 1 OF 11 INVITATION TO invites tenders for the supply, delivery, installation and service of photocopiers as required to campus. Contract period: From date of delivery for a one year period. Prices are to be valid

More information

GROUND RULES AND PRICING INSTRUCTIONS:

GROUND RULES AND PRICING INSTRUCTIONS: GROUND RULES AND PRICING INSTRUCTIONS: F-22 REPLENISHMENT SPARES PRICING CY2013 CY2017 REQUIREMENTS CONTRACT (MRC) WITH VARIABLE QUANTITIES I. GENERAL INSTRUCTIONS: The objective of this Spares Requirements

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

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

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

To: All Interested Bidders Re: RFP # 09-X CONTRACTED SYSTEM ADMINISTRATOR FOR THE CHILDREN S SYSTEM OF CARE ADDENDUM #2

To: All Interested Bidders Re: RFP # 09-X CONTRACTED SYSTEM ADMINISTRATOR FOR THE CHILDREN S SYSTEM OF CARE ADDENDUM #2 State of New Jersey DEPARTMENT OF THE TREASURY JON S. CORZINE DIVISION OF PURCHASE AND PROPERTY R. DAVID ROUSSEAU Governor PURCHASE BUREAU State Treasurer P.O. BOX 230 TRENTON, NEW JERSEY 08625-0230 November

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS: CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:

More information

Gadsden City Schools

Gadsden City Schools Bid # 2017-08 Specifications and Proposal For Athletic Uniform Contract Bid Opening: May 31, 2017 10:00 a.m. Note: All questions concerning these specifications and proposal should be directed in writing

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

REQUEST FOR PROPOSALS For AUDIT SERVICES

REQUEST FOR PROPOSALS For AUDIT SERVICES REQUEST FOR PROPOSALS For AUDIT SERVICES The Assumption Parish Police Jury will be accepting proposals from qualified firms of certified public accountants to audit the financial statements for the period

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

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

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

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

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

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

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

CONSTRUCTION MANAGEMENT REQUEST FOR PROPOSAL EAST RUTHERFORD PUBLIC SCHOOLS

CONSTRUCTION MANAGEMENT REQUEST FOR PROPOSAL EAST RUTHERFORD PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT REQUEST FOR PROPOSAL EAST RUTHERFORD PUBLIC SCHOOLS I. INTRODUCTION The East Rutherford School District is planning to hold a referendum on December 12, 2017 that incorporates facility

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL Organizational Efficiency Audit/Analysis of Core District Functions Pasco School District is seeking proposals from qualified consulting firms to conduct a comprehensive organizational

More information

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement Township of Severn REQUEST FOR PROPOSAL Architectural & Professional Services Fire Station Replacement Deadline for proposal submission is June 15, 2017 at 2:00 p.m. Contact Person: Tim Cranney Director

More information

A Guide for Doing Business with the Purchasing Services Office of Valdosta State University

A Guide for Doing Business with the Purchasing Services Office of Valdosta State University A Guide for Doing Business with the Purchasing Services Office of Valdosta State University The information below gives you assistance on providing goods and services to Valdosta State University (VSU).

More information

BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES

BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES SECRETARIAT OF ADMINISTRATION AND FINANCE (SAF) GENERAL SECRETARIAT

More information

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

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

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

CITY OF BEEVILLE, TEXAS

CITY OF BEEVILLE, TEXAS REQUEST FOR PROPOSAL CITY OF BEEVILLE, TEXAS AUTOMATED METER READING SYSTEM FOR PUBLIC WORKS WATER SYSTEM CITY OF BEEVILLE, TEXAS Due Date: 400 North Washington St. May 15, 2017 Beeville, Texas 78102 2:00PM

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

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Inventory Management

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Application Performance Monitoring Software Date: March 23, 2018 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org PLEASE NOTE:

More information

REQUEST FOR PROPOSAL For Legal Services Bid Number:

REQUEST FOR PROPOSAL For Legal Services Bid Number: Fresno Economic Opportunities Commission (Fresno EOC) is soliciting proposals to establish a contract with one (1) qualified and experienced legal firm to serve as General Legal Counsel for Fresno EOC

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

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

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

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Angeline C. Peralez Date Issued: July 27, 2012 BID NO.: 12-0403 FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE

More information

NHCAC North Hudson Community Action Corporation

NHCAC North Hudson Community Action Corporation NHCAC North Hudson Community Action Corporation RFP Auditing Services October 1, 2018 INQUIRIES SHOULD BE DIRECTED TO: Name: Title: Entity: Address: Michael Shababb Chief Financial Officer North Hudson

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 (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

OFFICE OF COLLECTOR AND DISTRICT E-GOVERNANCE SOCIETY, SIDHI (M.P.)

OFFICE OF COLLECTOR AND DISTRICT E-GOVERNANCE SOCIETY, SIDHI (M.P.) OFFICE OF COLLECTOR AND DISTRICT E-GOVERNANCE SOCIETY, SIDHI (M.P.) Tender No: /E-Governance/Tender/Sidhi/Date TENDER ENQUIRY FOR SUPPLY AND TESTING OF LASER PRINTERS FOR OFFICE OF DISTRICT E-GOVERNANCE

More information

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272 Prequalification of Contractors for Educational Facilities Construction 8.272 The School Board shall prequalify contractors for a one (1) year period or for a specific project in accordance with the following:

More information

Request for Proposals Compliance Management System and Quality Assurance Programs

Request for Proposals Compliance Management System and Quality Assurance Programs Request for Proposals Compliance Management System and Quality Assurance Programs INTRODUCTION Through this Request for Proposals ( RFP ), Rhode Island Housing and Mortgage Finance Corporation ( RIHousing

More information

Project Executive Compensation Project - 2

Project Executive Compensation Project - 2 Project 432702 Executive Compensation Project - 2 1. General Information Citizens Energy Group Citizens Energy Group (Citizens) operates as a Public Charitable Trust engaged in a variety of businesses

More information

Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder

Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder To the extent any of the following requirements are propriety or vendor specific or in any way limits open and competitive proposals IVRD

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: May 12, 2010 TO: RE: ALL PROSPECTIVE BIDDERS BID

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work:

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work: UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155 Title of Work: Supply and Delivery of Personal Protection Equipment (PPE) for UN-Habitat Afghanistan 15 November 2018 1 RFQ

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

This policy will outline the requirements for competitive bids on goods and services purchased by the College.

This policy will outline the requirements for competitive bids on goods and services purchased by the College. Policy Name: Procurement Sole Source/Competitive Bid Policy Updated/Reviewed: August 10, 2017 Effective Date: November 15, 2010 Office with Primary Responsibility: Procurement Services Offices with Secondary

More information

East Africa Trade and Investment Hub

East Africa Trade and Investment Hub East Africa Trade and Investment Hub Request for Quotation (RFQ) RFQ-NAI-00014 Supply and Delivery of a brand new 8-14 seater Mini Van Issue Date: 9th June 2015 WARNING: Prospective Bidders, who have received

More information

Request for Proposal Human Resources Consultant

Request for Proposal Human Resources Consultant Request for Proposal June 6, 2017 401 West Main Street, Suite 2300 Louisville, Kentucky 40202 Request for Proposal P a g e 2 Introduction Purpose The Louisville & Jefferson County Visitors & Convention

More information

REQUEST FOR QUOTATION (RFQ) FOR Environmental Systems Research Institute (ESRI) Non-Exclusive Products

REQUEST FOR QUOTATION (RFQ) FOR Environmental Systems Research Institute (ESRI) Non-Exclusive Products REQUEST FOR QUOTATION (RFQ) FOR Environmental Systems Research Institute (ESRI) Non-Exclusive Products Issued by the State of New Jersey Office of Information Technology Office of Geographic Information

More information

Manager, Sourcing Supply and Contracts, Grid Projects Approved By:

Manager, Sourcing Supply and Contracts, Grid Projects Approved By: Procurement Policy ISSUE DETAILS Effective Date: 1 Policy Owner: Chief Executive Officer Written By: Manager, Sourcing Supply and Contracts, Grid Projects Approved By: Transpower Board of Directors Minute

More information

City of Dawson Creek Request for Proposals No

City of Dawson Creek Request for Proposals No City of Dawson Creek Request for Proposals No. 2011-29 SANITARY SEWER MASTER PLAN The City of Dawson Creek is requesting proposals for the creation of a Sanitary Sewer Master Plan. All contract documents

More information