Request for Quotations

Similar documents
Request for Quotations

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin

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

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

Both envelopes must have the following information in the lower left hand corner:

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

Gadsden City Schools

FENCING AND FENCE REPAIR

Request for Quotation (RFQ) Amended #1. Solicitation of Document for Supply and installation of two set Battery Banker (Power Back-up)

Q Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Q SharePoint Support Services

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

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

p.m

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

REQUEST FOR BID. PURCHASE AND INSTALL OF 3 GATE OPERATORS AND GATES FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT February 18, 2019

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

BID NO FOOD SERVICEE

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

REQUEST FOR PROPOSAL (RFP)

Invitation for Bid - Standard Office Furniture / Task Chair

Request for Quotes GSCRD. Gas Cards. January 21, 2015

Invitation to Bid SAFETY TILE PLAYFILL - MULCH

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

MARYLAND STADIUM AUTHORITY

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

Request for Proposal # Automated Voice Dispatch System

MARYLAND STADIUM AUTHORITY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Elmhurst Community Unit School District 205 Invitation to Bid

Request for Quotations Airport Secure Access System

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

Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder

REQUEST FOR QUOTATIONS Crushed Gravel

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

PUBLIC WORKS REQUEST FOR QUOTATIONS TOPSOIL SUPPLY

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

City of Bartlett. Request for Proposal. Nortel Phone System

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Village of Algonquin Request for Proposals Accounting Services

TOWN OF GRAND FALLS-WINDSOR

REQUEST FOR PROPOSALS

Department of Public Works Division of Engineering. Nassau County, New York

October 25, 2018 RFP # REQUEST FOR PROPOSAL

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

INVITATION FOR BID #2 FUEL OIL

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

Request for Quotations (RFQ)

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

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Raymore Peculiar School District. REQUEST FOR PROPOSAL FOR: Wireless Access Point TAB 1

RFQ Drainage Ditching and Culvert Replacement

Request for Quotations

Scott Eagle Attack Thermal Imaging Camera

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS

Request for Proposal Internet Access Columbus Urban League

SEQUOIA UNION HIGH SCHOOL DISTRICT

NORTHVILLE PUBLIC SCHOOLS

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

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

CITY OF KOTZEBUE REQUEST FOR PROPOSAL ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

Supply and Delivery of Boltless Metal Shelving Units

TOWN OF CHAPIN, S.C. Utilities Department

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

REQUEST FOR QUALIFICATIONS LEGAL SERVICES FOR THE SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY RFQ NUMBER 17-01

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISING SERVICES

Please include a business card with updated contact information in the packet.

REQUEST FOR QUALIFICATIONS: AS NEEDED LEGAL SERVICES

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposal Information and General Conditions. Digital Copier - Multi-Functional Product (MFP) RFP

REQUEST FOR PROPOSAL

REQUEST FOR QUOTATION INVITATION

Bidding Conditions Attachment C

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

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

Request for Bids Capital Region Airport Authority

All required information must be completed in full, in ink, or typewritten.

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

REQUEST FOR QUOTATION

Technology Services RFP Town of Hooksett. Administration Department Dr. Dean Shankle May 2, 2019

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

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

Service Provider Criteria and Contract Requirements

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

Bidding Document. Provision, Installation, Commissioning and Deployment of. Tape Library

REQUEST FOR QUOTATION ACQ RFQ. For. IBM Mainframe Storage Equipment Maintenance and Support. Response Due Date: January 6, :00 PM

INVITATION FOR BID (IFB)

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Transcription:

METRO EMERGENCY OPERATIONS CENTER OF KANAWHA COUNTY 200 Peyton Way Charleston, WV 25309 (304) 746-7911 7911 Request for Quotations Re: Dispatch Radio Console Equipment Date: March 5, 2018 Fiscal Year: 2018 Bid Opening: Bids must be received on or before Tuesday, March 20, 2018 at 2:00 pm at the Metro Emergency Operations Center of Kanawha County (the Center ), 200 Peyton Way, Charleston, WV 25309. INSTRUCTIONS TO VENDORS: *PLEASE USE THIS FORM AS THE COVER SHEET FOR YOUR BID 1. Bids must be received in a sealed envelope with the name and address of the vendor. The envelope must also show Proposal for Dispatch Radio Console Equipment with the date and time that bids are due on the outside of the envelope. Faxed bids or electronicallysubmitted bids will not be accepted. 2 Bids must include original and two copies. 3. Bids must be F.O.B. Delivery Point, unless otherwise indicated in bid. 4. Bids must be signed in ink, showing all facts and the total amount. 5. The Center reserves the right to accept or reject in part or in whole any bid submitted, whichever is in the best interest of the Center. Item No. Description Amount 1 $. Written Bid Amount: Dollars Cents Vendor Name: Address: Date: Telephone: Signature: E-Mail:

Metro Emergency Operations Center of Kanawha County Request for Quotations ITEM: LOCATION AND TIME IN WHICH WORKED WILL BE COMPLETED: CONTACT: Metro 911 Dispatch Radio Console Equipment The Center -- 200 Peyton Way, Charleston, WV 25309 -- during its regular business hours of Monday-Friday 8:00 am to 5:00 pm, excluding Kanawha County Commission holidays Radio Group Metro Emergency Operations Center of Kanawha County (304) 746-7911 or rfp@metro911.org BID DUE DATE: Bids must be received in a sealed envelope on or before Tuesday, March 20, 2018 at 2:00 at the Center -- 200 Peyton Way, Charleston, WV 25309. Faxed or electronically-submitted bids will not be accepted. PURPOSE AND SCOPE: Metro Emergency Operations Center of Kanawha County (the Center) is soliciting quotations for Dispatch Radio Console Equipment. SPECIFICATIONS: OTHER: The following specifications are intended to describe the requested work for the Center; the details contained in these specifications are not designed to exclude any vendor from bidding but, rather, are offered as a means of describing the needs of the Center. Where brand names may be used, the words or equal are assumed to follow. All specifications are minimum requirements. Quoting used or refurbished equipment will be considered if it meets the stringent specifications as outlined below. The bid response must include pricing for the option allowing the Center to either increase or decrease the part quantities as desired. The Center will not be responsible for any expenses incurred in the preparation and/or presentation of bid or for the disclosure of any information or material received in connection with the solicitation, whether by negligence or otherwise. Bids may be withdrawn prior to the scheduled date and time, or postponement thereof, of the opening of bids. Bids will not be accepted after the scheduled date and time. No vendor may withdraw a bid after bid opening. Once bids are unsealed, all bid documents become public record. The Center reserves the right to reject any and/or all bids, with or without cause, and to waive any informality in bidding. The Center further reserves the right to resolicit proposals. Payment will be released within 30 days of completion of work that is satisfactory to the Center. Pricing Pages Pricing Pages means the schedule of prices, order quantity, and totals attached hereto as Exhibit A. Only Exhibit A will be used to evaluate the RFQ. Page 2 of 6

a. Exhibit A will consist of materials needed to complete the spirt of the RFP with the respective grand total on page 1 of 6. b. Exhibit B will consist of Labor/Installation, priced as an individual item beyond this RFQ and listed/created by Microsoft Excel or other compatible spreadsheet program (not to be included in the totals on page 1 of 6). Vendor should complete the Pricing Pages by placing a per item price in the Unit Price section of the pricing pages and then multiplying that price by the Extended Price field. Vendor shall then total the amount listed for all quoted items in the Total field on the Pricing Page. Vendor should complete the Pricing Pages in their entirety as failure to do so may result in Vendor s quotations being disqualified. The Pricing Pages contain a list of the contract items and estimated purchase volume. The estimated purchase volume for each item represents the approximate volume of anticipated purchases only. No future use of the Contract or any individual item is guaranteed or implied. Vendor should type or electronically enter the information into Pricing Pages to prevent errors in the evaluation. The Pricing Pages can be created by Microsoft Excel or other compatible spreadsheet program. Vender shall have copies of the generated spreadsheets (Exhibit A & Exhibit B) available upon request of the Center. General Information and Requirements The proposal must include pricing for all work to meet the specifications below. Details must be provided where proposed specifications are not exactly as requested. The Center seeks five (5) new, used, or refurbished Radio Dispatch Positions in an Alternate PSAP/EOC (i.e. Motorola, Telex, Avtec, Zetron, or comparable equivalent). The dispatch computers and peripheral (microphones, speakers, etc.) equipment will be separated from any support hardware by approximately 60+ feet (dispatch positions will be in a different room than any interfacing equipment). The RF Equipment will be located 600 feet from the interface equipment and shall be interconnected by copper; 35 cooper pair is available for remoting the RF equipment to the other building. o Includes all radio interface equipment/cables, etc. between the dispatch support equipment and the actual RF radios (excludes the 600 feet of 35 pair cooper wire). 2-Tone Sequential Paging and Tone Alert Encoding resources shall not be less than 160 instances, and will be displayed on the GUI (icons, tabbed pages, or form graphic representation). Manual paging or alert tones will not be the singular method for encoding; manual encoding will be required as a backup. (153) Vendor will note any and all warranties included with items proposed with this option. Page 3 of 6

Below is a representation of the RF Equipment that will be interconnected to the dispatch equipment (note: bold text below represents 5 (five) Radio Dispatch Positions). Position 1 1 VHF analog radio w/ PL steering 3 tones Position 2 Position 3 1 800 MHz analog simplex WB/NB radio 1 800 MHz analog simplex WB/NB radio 1 450 Mhz analog radio 1 450 Mhz analog radio 1 800 Mhz analog simplex WB/NB radio 1 800 Mhz analog simplex WB/NB radio 1 450 Mhz analog radio Position 4 Position 5 1 VHF analog radio Below is a representation of the exact specifications required for MCC-5500 bids. Other offers must be comparable equivalent. Quantity 5 (five) Motorola MCC-5500 with the following: o Console Version: 3211997-127 SR1 July 27, 2009 o CAB Version: 3210832-22 SR1 o CAB Software: 4211067-40-SR1 o COP Version: 4211064-127 SR1 o Database Revision: 206 o CSDM: 4211059-129 SR1 o DAP Cards: 5-4 channel cards o Computer Software: 5 - MCC-5500 Dispatch Console o Computer Software: 1 (CSDM) Console System Database Manager o All Motorola Licensure: i.e. Hardware/MCC-5500 Disp. Console & CSDM Software o HP Switch: procurve 2524 J4813A 24 port 10/100 HP Auto MDIX o Spectracom Netclock 9483 o All MCC-5500 Backplane interconnecting cables i.e. CAB Cabling 60+ feet, interconnect East/West; includes all radio interface equipment/cables, etc. between the dispatch support equipment and the actual RF radios (excludes the 600 feet of 35 pair cooper wire). Vendor will note any and all warranties included with items proposed with this option. Page 4 of 6

Installation Services: Vendor will provide pricing for at least two (2) additional radio dispatch positions that will be optional. These additional positions are located 100+ feet away from an equipment room at another location and will require longer cabling to be included. These positions are intended to act as hot spares for both the primary location and/or Alt PSAP and should include all system components that could be expected to be used as spares. Bidder must itemize what is included for these positions. Installation will be quoted as an optional item. Vendor should type or electronically enter the information into Pricing Pages (Exhibit B) to prevent errors in the evaluation. The Pricing Pages (Exhibit B) can be created by Microsoft Excel or other compatible spreadsheet program. Return of Unacceptable Items If the Center deems the Contract Items to be unacceptable, the Contract Items shall be returned to Vendor at Vendor s expense and with no restocking charge. Vendor shall either make arrangements for the return within five (5) days of being notified that items are unacceptable, or permit the Center to arrange for the return and reimburse the Center for delivery expenses. If the original packaging cannot be utilized for the return, Vendor will supply the Center with appropriate return packaging upon request. All returns of unacceptable items shall be F.O.B. the Center. The returned product shall either be replaced, or the Center shall receive a full credit or refund for the purchase price, at the Center s discretion. Reservations of Rights by the Center The issuance of this RFQ does not constitute an agreement by The Center that any contract will actually be entered into by the Center. The Center expressly reserves the right at any time to: Waive or correct any defect or informality in any response Reject any or all responses Reissue a Request for Quotations Prior to submission deadline for quotations, modify all, or any portion, of the selection procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment, or services to be provided under this RFQ, or the requirements for contents or format of the quotations; such modifications will be posted in a properly-posted addendum Procure any materials, equipment, or services specified in this RFQ by any other means or Determine that no project will be pursued Miscellaneous No Substitutions: Vendor shall supply only Contract Items submitted in response to the RFQ unless a contract modification is approved in accordance with the provisions contained in this Contract. Vendor Supply: Vendor must carry sufficient inventory of the Contract Items being offered to fulfill its obligations under this Contract. By signing its bid, Vendor certifies that it can supply the Contract Items contained in its bid response. Documentation Requirements Real Estate and Personal Property Taxes: No bid contract will be awarded to a vendor who is listed on the last published list of delinquent real or personal property taxes in Kanawha County; however, the Center will accept bids from vendors who provide satisfactory proof of payment of current taxes or a certification from the Sheriff that no taxes are due prior to award of said contract. Page 5 of 6

Required Forms: Vendor shall complete and submit, or have on file with the Center, a Vendor Registration and Disclosure Statement Form and a State of West Virginia No Debt Affidavit, both of which can be found on the Center s website at metro911.org, as well as a completed IRS Form W9. Before any work begins, the vendor must provide the Center with a current Certificate of Insurance with proof of minimum one million-dollar-liability coverage and proof of workers compensation insurance as well as a copy of the vendor s current WV Contractor s License. Required Forms Checklist Vendor Registration Form, if not already on file with the Center State of WV No Debt Affidavit IRS Form W9, if not already on file with the Center Current Certificate of Insurance with proof of current minimum one-million-dollar-per-occurrence commercial general liability coverage with the Center named as additional insured Certificate of Insurance with proof of workers compensation insurance Copy of WV Contractor s License Bid Documents: All documents and information submitted in response to this solicitation shall, pursuant to the WV Freedom of Information Act, become public record. References: Please include the name, address, and contact information for three business-type references. Conflict of Interest Mandatory: Affirm that your firm and all individuals that will be assigned to this transaction are free from all obligations and interest which conflict with the interest of the Center. Page 6 of 6