Cape Cod Community College 2240 Iyannough Road West Barnstable, MA Bid# 17-03

Size: px
Start display at page:

Download "Cape Cod Community College 2240 Iyannough Road West Barnstable, MA Bid# 17-03"

Transcription

1 Cape Cod Community College 2240 Iyannough Road West Barnstable, MA Bid# Four-to-Eight Passenger Twin Turbine Powered Business Jet Aircraft for Educational Training Use General Information and Bid Submission Requirements Cape Cod Community College (CCCC), an agency of the Commonwealth of Massachusetts, is soliciting bids for the purchase of a four-to-eight passenger twin turbine powered business jet aircraft for use in the Aviation Maintenance Technology Program for educational training purposes (ground operation only) 1. Unless otherwise specified in this BID, all communications, responses, and documentation must be in English, all measurements must be provided in feet, inches, and pounds and all cost proposals or figures in U.S. currency. All times listed in this IFB are Eastern Standard Time. All responses must be submitted in accordance with the specific terms of this BID. No electronic responses may be submitted in response to this BID. Bids must be submitted on the forms supplied by the College for receipt NO LATER THAN December 6,2016 at 2 P.M., at which time they will be publicly opened and read. Mail or deliver bids, SEALED AND NOTING BID # Educational Training Aircraft for Aviation Maintenance Technology Program to ATTN: Alena Volynkina, Procurement Department, Nickerson Administration Building RM115 at 2240 Iyannough Road, West Barnstable, MA No fax or responses will be accepted. Prices quoted must be available for acceptance for at least sixty (60) days after the bid opening date unless otherwise noted in your bid. All prices must be submitted on a net basis. Cash, trade and quantity discounts to be reflected in bid prices. Delivery free of all charges to Cape Cod Community College, Aviation Maintenance Program, Plymouth Airport, 246 South Meadow Road, Gate 6, Building 2, Plymouth MA, Bidders are prohibited from communicating directly with any employee of the College except as specified in this BID and no other individual employee or representative is authorized to provide any information or respond to any question or inquiry concerning this BID. Bidders may the contact person at procurement@capecod.edu, for this BID in the event this BID is incomplete or the bidder is having trouble obtaining any required attachments electronically through CommBuys. Should the bidder find discrepancies in or omissions from the specifications, or shall be in doubt as to their meaning, he/she shall at once notify the College procurement . The College will not be responsible for any oral instructions. In turn, if the College desires, it will post responses on CommBuys. 1 The Aviation Maintenance Technology program at CCCC is partially funded by a $2,471,478 grant awarded by the U.S. Department of Labor s Employment and Training Administration, Grant # TC A-2.. 1

2 Bid #17-03 Description: The College would like to purchase a four-to-eight passenger twin turbine powered business jet aircraft for use in the Aviation Maintenance Technology Program for educational purposes, ground operation only. New and used equipment will be considered. The College reserves the right to accept the proposal deemed best for the Commonwealth of Massachusetts and the College. The College will award the bid to one vendor based on price, delivery date, and references. Upon inspection, any materials not in accordance with specifications will be returned at the Bidder s expense. Schedule of Events Bid Posted on CommBuys Questions Due Responses will be Issued on Commbuys Sealed Bids Due Award Date November 18, 2016 by 5:00 PM November 28, 2016 by 2:00 PM November 30, 2016 by 5:00 PM December 6, 2016 by 2:00 PM December 14, 2016 by 5:00 PM Bids will be publically opened in the Administration Building, Room 115 At 2:00 PM on December 6, Late bids will not be accepted. All questions to be forwarded to procurement via procurement@capecod.edu If at the time of the scheduled bid opening, Cape Cod Community College is closed due to uncontrolled events such as fire, snow, ice, wind, or building evacuation, the bid opening will be postponed until 2:00 PM on the next normal business day. Bids will be accepted until that date and time. Delivery Terms: All equipment must be delivered no later than January 10, 2017 to the appropriate site as designated by a College employee. All prices must be F.O.B. Cape Cod Community College Aviation Maintenance Program, Plymouth Airport, 246 South Meadow Road, Gate 6, Building 2, Plymouth MA, It will be the Bidder s responsibility to deliver the aircraft to the destination via air or ground transport with no shipping, freight, delivery, handling, fuel charges or any other additional charge not included in the bid. Payments of this nature will not be processed under this contact. 2

3 Purchase Description: General Description: Cape Cod Community College is currently inviting competitive sealed bids for the purchase of a four-to-eight passenger twin turbine powered business jet aircraft for use in the Aviation Maintenance Technology Program for educational training purposes, ground operation only. A full description containing the item specifications being requested is provided in Attachment F, Table 2. Pricing: All bidders must provide both a unit price and a total price on the bid pricing sheet. Information must also be supplied about the date equipment will be delivered to the College, shipping and handling charges, brand name and model number, length of warranty, if applicable. The bidder must agree that no other customer of similar size and similar terms and conditions shall receive a lower price for the same commodity and service during the contract period, unless this same lower price is immediately effective for the Commonwealth. The bidder must also agree to provide current or historical pricing offered or negotiated with other governmental or private entities at any time during the contract period upon the request of the contract manager. Brand Name or Equal: Unless otherwise specified in this BID, any reference to a particular trademark, trade name, patent, design, type, specification, producer or supplier is not intended to restrict this BID to any manufacturer or proprietor or to constitute an endorsement of any commodity or service, and the department may consider clearly identified offers of substantially equivalent commodities and services submitted in response to such reference. Alternatives: A response that fails to meet any material term or condition of the BID, including the submission of required forms may be deemed unresponsive and disqualified. Unless otherwise specified, bidders may submit responses proposing alternatives that provide equivalent, better or more cost effective performance than achievable under the stated BID specifications. These alternatives may include related commodities or services that may be available to enhance performance during the period of the contract. The response should describe how any alternative achieves equivalent or better performance to that of the BID specifications. The College will determine if a proposed alternative method of performance achieves equivalent or better performance. The goal of this BID is to provide the best value of commodities and services to achieve the procurement goals of the department. Bidders that propose discounts, uncharged commodities and services or other benefits in addition to the BID specifications may receive a preference under this BID. Contractors may also propose alternatives for equivalent, better or more cost-effective performance than specified under the Contractor s original response to enable the department to take advantage of enhanced technologies, commodities or services that become available during the term of the contract. Method of acquisition: The method of acquisition is outright purchase. 3

4 Pre-Purchase Inspection: Prior to the execution of a purchase contract, the Purchaser will be allowed to fully inspect the aircraft to ensure that it is deemed acceptable for program training purposes and meets the item specifications described in this bid document. If the pre-purchase inspection occurs prior to delivery of the aircraft to the College destination, the Purchaser will conduct a full inspection of the aircraft after delivery. Representation / Warranty Terms: A FAA bill of sale will be provided by the Seller. The Seller will warrant that the Seller owns legal title to the aircraft and that full title to the aircraft will be transferred, free and clear of all liens or encumbrances. The Seller will be required to provide all log books, operations manuals, and maintenance records for the aircraft. If in the Seller s possession, the maintenance and technical manuals will also be provided. Any other aircraft documents in the custody of the Seller related to the purchased aircraft will be transferred at the time of sale. Unless otherwise specified or negotiated and accepted by both the successful bidder and the department, this contract will assume a minimum warranty of one (1) year as to the fitness of the aircraft for educational training purposes. Bid Requirements: The bidder must meet all of the requirements listed below to be deemed a responsible and responsive bidder. 1. Bidders MUST return all completed required forms in their sealed bid package to CCCC by the 2 PM deadline on December 6, The six (6) required forms are: a. Bidder information sheet b. Certificate of compliance c. Certification of Non-collusion d. Debarment and suspension e. Business references. f. Attachment F: Table 1: Bid Pricing and Table 2 : Bid Specifications 2. Bidders must comply with all Bid Submission Requirements listed on page 1. Responses must follow pricing details described in the Purchase Description section on pages 3 and All equipment provided must meet the required product specifications detailed in Attachment F. 4. Bidders will need to provide at a minimum the log books, operations manuals, and maintenance records for the aircraft. Electronic copies preferred where available. 5. All equipment must be acceptable for use in an aviation maintenance technology FAA Part 147 training program. 6. Only vendors that can ensure delivery of item by January 10, 2017 will be considered due to program and funding requirements. 7. All bidders must have been in the business of maintaining and selling aircraft for a minimum of five (5) years. 4

5 References: Bidders must submit a list of the (3) most recent customers who have purchased aircraft or aircraft equipment similar to what is requested in this bid during the two year period. References will be checked. NOTE: Poor references may be a basis for a determination that the vendor is not a responsible bidder. Bid Pricing and Specification Information: Attachment F containing the bid pricing (Table 1) and aircraft specification information (Table 2) must be completed in full. Rule for Award: A contract will be awarded to the responsive and responsible bidder offering the lowest price for a four-to-eight passenger twin turbine powered business jet aircraft meeting all of the required specifications as detailed in the bid specification table in Attachment F(one award in total). Bid/Response Rejection: The College reserves the right to reject any or all bids (responses), in whole or in part and for any reason deemed necessary. Contract award, full or in part, is subject to the availability of state and federal grant funds. The contract award must be approved by the CCCC Board of Trustees prior to execution. Tie Breaker: In the event the College receives tied bids, wherein two or more responsive and responsible vendors provide the same bid price, the college will use a coin toss to resolve the tied bid situation in the procurement office in the presence of a witness. Bidders will be notified in the event of a tie and if available tied vendor(s) may attend the coin toss at the date and time specified by the college. Additional Terms and Conditions Commonwealth Terms and Conditions: The department is not obligated and should not complete, sign or execute any vendor s contract or other terms and conditions. It must be clearly understood that the Commonwealth Terms and Conditions supersede any contractor or vendor contract, invoice or other terms and conditions. If, by chance, any said contractor or vendor contracts, invoices or other terms and conditions are signed, it is immediately considered void. Reasonable Accommodation: Bidders with disabilities or hardships that seek reasonable accommodation, which may include the receipt of BID information in an alternative format, must communicate such requests in writing to the contact person. Requests for accommodation will be addressed on a case-by-case basis. A bidder requesting accommodation must submit a written statement that describes the bidder s disability and the requested accommodation to the contact person for the BID. The College reserves the right to reject unreasonable requests. Public Records: All responses and information submitted in response to this BID are subject to the Massachusetts Public Records Law, M.G.L., Chapter 66, Section 10, and to Chapter 4, Section 7, Subsection 26. Any statements in submitted responses that are inconsistent with these statutes shall be disregarded. Best Value Selection and Negotiation: The College may select the response(s) that demonstrates the best value overall, including proposed alternatives that will achieve the procurement goals of the department. The College and a selected bidder, or a contractor, may negotiate a change in any element of contract performance or cost identified in the original BID or the selected bidder s or contractor s response that results in lower costs or a more cost effective or better value than was presented in the bidder s or contractor s 5

6 original response. Costs: Costs that are not specifically identified in the bidder s response, and accepted by a department as part of a contract, will not be compensated under any contract awarded pursuant to this BID. The Commonwealth will not be responsible for any costs or expenses incurred by bidders responding to this BID. CommBuys: This BID has been distributed electronically using the CommBuys system. Bidders are solely responsible for obtaining and completing the required attachments that are identified in this BID and for checking COMMBUYS for any addenda or modifications that are subsequently made to this ID or attachments. The Commonwealth and its subdivisions accept no liability and will provide no accommodation to bidders who fail to check for amended BIDs and submit inadequate or incorrect responses. Bidders are advised to check the COMMBUYS posting after the responses to questions have been posted to ensure that they have the most recent information. Bidders may not alter (manually or electronically) the BID language or any BID component files. Modifications to the body of the BID, specifications, terms and conditions, or that change the intent of this BID are prohibited and may disqualify a response. Subcontracting Policies: Prior approval of the department is required for any subcontracted service of the contract. Contractors are responsible for the satisfactory performance and adequate oversight of its subcontractors. Subcontractors are required to meet the same state and federal financial and program reporting requirements and are held to the same reimbursable cost standards as contractors. Indemnification: Unless otherwise exempted by law, the contractor shall indemnify and hold harmless the State, its agents, officers and employees against any and all claims, liabilities and costs for any personal injury or property damages, patent or copyright infringement or other damages that the State may sustain which arise out of or in connection with the Contractor s performance of a Contract, including but not limited to the negligence, reckless or intentional conduct of the contractor, its agents, officers, employees or subcontractors. The Contractor shall at no time be considered an agency or representative of the Department or the State. After prompt notification of a claim by the State, the Contractor shall have an opportunity to participate in the defense of such claim and any negotiated settlement agreement or judgment. The State shall not be liable for any costs incurred by the Contractor arising under this paragraph. Any indemnification of the Contractor shall be subject to appropriate and applicable law. Non-Discrimination in Employment: The Contractor shall not discriminate against any qualified employee or applicant for employment because of race, color, national origin, age, sex, sexual orientation, gender identity, religion, genetic information maternity leave, military service, marital status or disability. The Contractor agrees to comply with applicable federal and state statues, rules and regulations prohibiting discrimination in employment, including Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act of 1967, Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act of 1990, Massachusetts General Laws, Chapter 151B and all administrative and executive orders, where applicable. Contract Expansion: If additional funds become available during the contract duration period, the department reserves the right to increase the maximum obligation to some or all contracts executed as a result of this BID or to execute contracts with contractors not 6

7 funded in the initial selection process, subject to available funding, satisfactory contract performance and service or commodity need. Emergency Standby Commodities and/or Services: Due to a declaration of a state of emergency where the safety and well-being of Commonwealth citizens are at risk, the Commonwealth of Massachusetts may request specific commodities and/or services from its Contractors. Contractors may be called upon to supply and/or deliver to the Commonwealth on a priority basis such commodities and/or services currently under contract. Such accommodations may be requested from a Contractor during an actual emergency. To accommodate such requests, Contractors may be requested and must make every effort to service these requests to the best of their ability from regular sources of supply at the rates set forth in any standard contract resulting from this BID. Return Policy: The bidder must include their written return policy with their responses. If no return policy is specified and therefore accepted as part of this contract, then their contract will assume that the department can return items to the contractor for up to one year for a full refund. In addition, there will be no charge for returns, e.g., freight, restocking, etc. Purchase Order Numbers: Contractors will be responsible for obtaining an approved purchase order number from the procuring fiscal department for all services and/or outright purchases. This purchase order number should appear on all correspondence such as the invoice, packing slip or work order. No service or delivery shall be performed unless an approved purchase order number is assigned or unless an authorized College employee has expressed that the purchase of item or service is an emergency. In the case of an emergency, the contractor shall immediately call the appropriate fiscal office for verification on that day or the next business day, if it is on a weekend or holiday. Payment: Invoices should be sent to the Accounts Payable Department after the delivery or service performance. Invoices should be mailed to Accounts Payable at 2240 Iyannough Road, West Barnstable, MA Invoices shall be date stamped when received by the AP department. It is highly encouraged that the contractors attach the work order or delivery slip that is signed by the receiving department. Order Receipt and/or Work Completion Receipt: The contractor is required to obtain department employee signatures as verification of shipment and/or work completion. It is highly encouraged that a copy of said document is attached to their invoice. Work orders or work completions shall state the number of hours and the exact times in which the contractor performed their service. Non-collusion: Respondents certify that submitted cost proposals are arrived at independently and without consultation, communication, or agreement with any other contractor, vendor, or potential vendor. Respondents further certify that cost proposals are made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. Respondents agree that no member of the firm s ownership, management or staff has a vested interest in any aspect or department of Cape Cod Community College Community College. Any or all proposals will be rejected if there is reason to believe that collusion exists between proposers, and 7

8 respondents understand that any misstatement in this affidavit is and shall be treated as fraudulent concealment of the true facts relating to submission of cost proposals under this IFB. Debarment: Respondents certify, to the best of their knowledge and belief, that the firm and its principals: a. are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal or state department or agency; b. have not within a three (3) year period preceding this Contract been convicted of, or had a civil c. judgment rendered against them from commission of fraud, or a criminal offense in connection with obtaining or attempting to obtain, or performing a public (Federal, State or Local) transaction or grant under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or Local) with commission of any of the offenses listed in section b. above; and d. have not within a three (3) year period preceding this Contract had one or more public transactions (Federal, State, or Local) terminated for cause or default. Contract Termination: The College reserves the right to amend or terminate the contract in whole, or with any number of contractors, with or without cause, at any time, without prior notice and upon any time felt necessary by the department. VENDOR Requirements Upon Award: The Awarded Contractor(s) shall execute the Commonwealth of MA Standard Contact Form, W-9 Taxpayers ID form, and Commonwealth Terms & Conditions within 10 working days of receipt of notification of award from the College. 8

9 Bid Cape Cod Community College Four-to-Eight Passenger Twin Turbine Powered Business Jet Aircraft for Educational Training Use Required Forms Checklist Please be sure that each of the items listed below are included in your Bid Response Package. o Attachment A: Bidder information sheet o Attachment B: Certificate of Compliance o Attachment C: Certificate of Non-collusion o Attachment D: Debarment and suspension o Attachment E: Business references. o Attachment F: Table 1: Bid Pricing and Table 2 : Bid Specifications o Photos of the Interior and Exterior of the aircraft Mail or deliver Bid Response Package to: Alena Volynkina, Procurement Department, Nickerson Administration Building RM115 at 2240 Iyannough Road, West Barnstable, MA No fax or responses will be accepted. Mark bid envelope with BID # Educational Training Aircraft for Aviation Maintenance Technology Program on the front. All bid packages must be delivered to Cape Cod Community College by: December 6, 2016 by 2pm

10 Bid Required Form Attachment A Bidder Information Sheet Company Name: Size of Company: Incorporation Status: Years of Operation: Contact Individual: Address: Telephone Number: Fax: : I have received and reviewed all of the proposal information and attachments to RFP #17-03 Authorized Signature: Date: (Sign in Ink)

11 Attachment B CERTIFICATE OF COMPLIANCE WITH STATE TAX LAW AND UNEMPLOYMENT COMPENSATION CONTRIBUITON REQUIREMENTS Pursuant to M.G.L. Chapter 62C, S 49A, and MGL Ch.151A, Section 19A, I Name & Title _, authorized signatory for whose principal place of business is located at do hereby certify under penalties of perjury that the above business has filed all state tax returns and paid all taxes as required by law and has complied with all state laws pertaining to contributions to the unemployment compensation fund and to payments in lieu of contributions. The Business Organization Social Security Number or Federal Identification Number is _. Signed under the penalties of perjury this day of, Authorized Signature* Title *must be signed in ink

12 Certification of Non Collusion Attachment C The undersigned certifies under penalties of perjury that this Bid or Proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word person shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. Authorized Signature* Date Printed Name of person signing bid or proposal*) (Name of business) *must be signed in ink

13 Attached E REQUIRED FORM (IFB 17-03) Cape Cod Community College Procurement Department Business References Please submit a list of the (3) most recent customers who have purchased equipment similar to what is requested in this bid during the past 2 years period. References will be checked Reference: Address: Contact: Phone: Fax: Description and date(s) of supplies or services provided: Reference: Address: Contact: Phone: Fax: Description and date(s) of supplies or services provided: Reference: Address: Contact: Phone: Fax: Description and date(s) of supplies or services provided: Attach additional sheets if necessary.

14 IFB REQUIRED FORM Attachment D Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions (Executive Orders and 12689) As required by 2 CFR 200 Section : For all contracts the non-federal entity (CCCC) shall obtain from the contractor a certification that neither the contractor nor any of its principal employees are listed on the General Services Administration s List of Parties Excluded from Federal Procurement or Nonprocurement Programs. Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," " person," "primary covered transaction," " principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled.certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion-Lower Tier Covered Transactions, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. COMPANY NAME AWARD/BID NUMBER AND/OR PROJECT NAME PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE SIGNATURE DATE Debarment and Suspension (E.O, and 12689) Certification Page 1

15 CCCC Bid # Attachment F Table 1: Bid Pricing Cape Cod Community College Procurement Department Ref: Bid Four-to-Eight Passenger Twin Turbine Powered Business Jet Aircraft for use in the Aviation Maintenance Program (AMT) for Educational Training (Ground Transport Only) Please complete the following table completely. Item Four-to-Eight Passenger Twin Turbine Powered Business Jet Aircraft (Ground Operation Only) See item specifications in Table 2 Quantity Needed 1 Attachment F: Bid Pricing and Specifications Delivery Date Unit Price Shipping & Handling Cost Total Price Brand Name & Model Number Length of Warranty if Greater than One (1) Year Definitions: Delivery Date: Date the aircraft will arrive at the College location specified below Unit Price: Cost of the aircraft as specified in Table 2 Shipping & Handling : Cost of getting the aircraft to the College location specified below Total Price: Unit Cost + Shipping and Handling. Bid responses will be evaluated on Total Price. Pictures of Aircraft required Please provide pictures of the outside and inside of aircraft Delivery Information Item is to be delivered to Cape Cod Community College, Aviation Maintenance Technology Program, Plymouth Municipal Airport, 246 South Meadow Road, Gate 6, Hangar S3H2, Plymouth, MA by 01/10/2017. It will be the Bidder s responsibility to deliver the aircraft to the destination via air or ground transport with no shipping, freight, delivery, handling, fuel charges or any other additional charge not included in the bid. F-1

16 CCCC Bid # Attachment F DETAILED ITEM SPECIFICATIONS Please complete Table 2 documenting the items as requested for the particular aircraft being proposed. Required Elements (used in rule for award) Engines Two runnable turbine engines: Manufacturer: General Electric Model: CJ610 Interior Satisfactory condition Interior pictures Exterior/Airworthiness Aircraft has current US FAA certificate of Airworthiness in Normal Category Exterior pictures Inspection Status Suitable for issuance of FAA ferry permit or ground transport Aircraft Information Log books Operations Manuals Maintenance Records Optional Elements (not used in rule for award) Note: Will not be used in determining the bid award, but are requested for informational purposes only. Failure to provide will not impact bidder eligibility. Operational Systems for Instruction: Operation thrust reversing system Oxygen Anti-ice Anti-skid braking Fire suppression Landing gear Operational Avionics Systems: Flight Directors Auto Pilot Dual COMMs Dual NAVs GPS Radio Altimeter TCAS Dual Transponders TAWS Radar CVR Aircraft Information Technical Manuals Maintenance Manuals F-2

17 CCCC Bid # Attachment F Table 2: Bid Specifications Please complete the following table with specifications particular to the aircraft you are submitting. Please complete all fields. If an item does not apply, please enter NA. Required Elements are noted. These items must meet the required description provided above. Specification Information Aircraft Status Required: Passenger Capacity: 4 to 8 Yes No Manufacturer: Model/Type: Manufacturer Date: Aircraft Serial Number: FAA Registration Number: Total Time Since New (TTSN): Total Cycles Since New (TTCN): Please circle Yes or No or enter the response requested. Required: Inspection Status Suitable for issuance of FAA ferry permit or ground transport Yes No Engine Status Engine No. 1 Engine No. 2 Required: Manufacturer: General Electric Yes No Yes No Required Model: CJ610 Yes No Yes No Serial Number: Current Overhaul Facility: Time Since Overhaul (TSO): Cycles Since Overhaul (CSO): F-3

18 CCCC Bid # Attachment F Specification Information Interior Features (List any notable features) Please circle Yes or No or enter the response requested. List Interior Features and Condition Required: Satisfactory Condition Pictures must be provided Other information of note: Yes No Exterior (List any notable Features) List Exterior Features and Airworthiness Condition Required: Aircraft has current US FAA certificate of Airworthiness in Normal Category Pictures Must be provided Other information of note: Yes No Aircraft Information Indicate if these items are available Required: Log Books Yes No Required: Operations Manuals Yes No Required: Maintenance Records Yes No Optional: Technical Manuals Yes No Optional: Maintenance Manuals Yes No F-4

19 CCCC Bid # Attachment F Specification Information Please circle Yes or No or enter the response requested. Optional: Operational Systems for Instruction Indicate if system is in the aircraft and operational. Operation thrust reversing system Yes No Oxygen Yes No Anti-Ice Yes No Anti-Skid Braking Yes No Fire Suppression Yes No Landing Gear Yes No Optional: Operational Avionics Systems Indicate if systems are in the aircraft and operational. Flight Directors Yes No Auto Pilot Yes No Dual COMMs Yes No Dual NAVs Yes No GPS Yes No Radio Altimeter Yes No TCAS Yes No Dual Transponders Yes No TAWS Yes No Radar Yes No CVR (desired) Yes No F-5

Cape Cod Community College Iyannough Road West Barnstable, MA Bid# Laser Cutter Machine for Engineering Program

Cape Cod Community College Iyannough Road West Barnstable, MA Bid# Laser Cutter Machine for Engineering Program Cape Cod Community College 2240 Iyannough Road West Barnstable, MA 02668 Bid# 17-04 Laser Cutter Machine for Engineering Program General Information and Bid Submission Requirements Cape Cod Community College

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9] APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

Invitation to Bid IN-CAR CAMERA S

Invitation to Bid IN-CAR CAMERA S Invitation to Bid 121515 IN-CAR CAMERA S Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 121515

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

More information

REVISED. Fire Extinguisher Testing Per the worksheet, special instructions, terms and conditions, general terms and conditions

REVISED. Fire Extinguisher Testing Per the worksheet, special instructions, terms and conditions, general terms and conditions FORM OF PROPOSAL Des Moines Public Schools No: Q7406 Division of Purchasing Date Issued: 3/21/16 1915 Prospect Rd Suite 1200 Date Due: 4/12/16 (Revised) Des Moines, IA 50310 Time: 3:00 p.m. Phone (515)242-7751

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail Invitation to Bid 20181101-CO WIRE BASKETS Sumner County Sheriff s Office /Jail Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS S For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS RFP # 740 PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS NOTICE TO BIDDERS 1. NOTICE IS HEREBY GIVEN that the New Haven Unified School District is seeking

More information

Invitation to Bid ROBOTIC CAMERA SYSTEM

Invitation to Bid ROBOTIC CAMERA SYSTEM Invitation to Bid 012716 ROBOTIC CAMERA SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

Invitation to Bid BULK MOTOR OIL

Invitation to Bid BULK MOTOR OIL Invitation to Bid 20151020 BULK MOTOR OIL Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 20151020

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

Invitation To Bid B15/9886

Invitation To Bid B15/9886 Invitation To Bid B15/9886 4905 East Broadway, D-113 Bid No. B15/9886 Tucson, AZ 85709-1420 Requisition No. Telephone (520) 206-4759 Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before:

More information

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

Texas Rising Star Assessor Services RFQ. Cover Sheet

Texas Rising Star Assessor Services RFQ. Cover Sheet ATTACHMENT A Texas Rising Star Assessor Services RFQ Individual/Organization Name Mailing Address City, State, Zip Physical Address (if different) Contact Person & Telephone & Fax number & E-mail Cover

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES INVITATION FOR BID (IFB) SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES TOWN OF LONGMEADOW MASSACHUSETTS May 16, 2012 1 INVITATION FOR BID (IFB): SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING

More information

THE SUMNER COUNTY REGISTER OF DEEDS

THE SUMNER COUNTY REGISTER OF DEEDS PROPOSAL REQUEST Maintenance for Server Hardware & Software FOR THE SUMNER COUNTY REGISTER OF DEEDS SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid # 26-140519 May, 2014 Introduction

More information

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS This Contract ( Contract ) is made by and between UMass Memorial Medical Center, Inc. a Massachusetts non-profit corporation ( UMMMC )

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2016IND09o Open

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

Request for Qualifications Number 1470 General Construction Services

Request for Qualifications Number 1470 General Construction Services RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District

More information

PROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST Bid # 20170615CO CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Advertisement Date: June 4, 2017 Deadline: June 15th, 2017 at 10:00 am Introduction

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization Eligibility may be granted to non-profit, tax-exempt educational and health organizations such as medical institutions,

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS

Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education,

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

Request for Quotation For Lawn Care Treatment

Request for Quotation For Lawn Care Treatment PAGE 1 OF 11 Request for Quotation For Lawn Care Treatment Head Start of Greater Dallas, Inc. is requesting quotes on Lawn Care Treatment which is designed to deliver positive results for weed control

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with

More information

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Department of Health and Human Services Division of Mental Health, Developmental Disabilities and Substance Abuse Services Certification for Contracts,

More information

PROPOSAL REQUEST BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools

PROPOSAL REQUEST BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools PROPOSAL REQUEST 20170606-BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff

More information

INVITATION TO BID 285(Rev 7/94) PAGE :

INVITATION TO BID 285(Rev 7/94) PAGE : PAGE : 1 RETURN BID TO : SEALED BID DMB - ACQUISITION SERVICES DUE : 10/16/2007 03:00 PM P O BOX 30026 LANSING, MI, 48909. DATE ISSUED: BID NUMBER: 09/06/07 071I8200005 -------------------------------------

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018 oetc.org 14145 SW Galbreath Drive Sherwood, Oregon 97140 (503) 625-0501 (800) 650-8250 Fax: (503) 625-0504 OETC Volume Price Agreement: #15-02R-Schoology This Agreement is made and entered into by the

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025 University of Massachusetts Lowell BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025 Introduction The University of Massachusetts Lowell (UMASS LOWELL) invites bids for a 2012 OR CURRENT FORD

More information

Solicitation #: 053P Solicitation Issue Date: 11/02/17

Solicitation #: 053P Solicitation Issue Date: 11/02/17 State of Oklahoma Oklahoma Department of Wildlife Conservation Solicitation Solicitation #: 053P Solicitation Issue Date: 11/02/17 Brief Description of Requirement: Aerial Surveys (including wildlife censuses)/waterfowl

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI For PURCHASE OF PERIPHERALS FOR MAC MINI [FEDERAL RACE-TO-THE-TOP GRANT (RTTT-D)] RFP #761 S #761 PURCHASE OF PERIPHERALS FOR MAC MINI DEPLOYMENT FEDERAL RACE TO THE TOP GRANT (RTTT D) NOTICE TO BIDDERS

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

Washington University in St. Louis

Washington University in St. Louis General Terms and Conditions 1. General Unless specified to the contrary in writing, on the face of the order or by attachment hereto, the following terms and conditions shall apply to the purchase of

More information

INVITATION FOR BID. For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00 P.M.

INVITATION FOR BID. For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00 P.M. Workforce Solutions Alamo 115 E Travis, Suite 220 San Antonio, Texas 78205 INVITATION FOR BID For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Regular Meeting Agenda Item 8B January 21, 2014 Action REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Recommendation: Staff will make a recommendation to award a contract

More information

Federal Certification Forms

Federal Certification Forms Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

LOCKHEED MARTIN CORPORATION CORPDOC 2B

LOCKHEED MARTIN CORPORATION CORPDOC 2B LOCKHEED MARTIN CORPORATION CORPDOC 2B FEDERAL ACQUISITION REGULATION (FAR) AND NATIONAL AERONAUTICS AND SPACE ADMINISTRATION FAR SUPPLEMENT (NASA FARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS

More information

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS Sealed

More information

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 Equal Opportunity Employer/Program Auxiliary Aids and service are available upon request to individuals with disabilities Relay:

More information

University of Massachusetts Lowell. BID REQUEST Road Salt Bid # CL12-HT-0021

University of Massachusetts Lowell. BID REQUEST Road Salt Bid # CL12-HT-0021 University of Massachusetts Lowell BID REQUEST Road Salt Bid # CL12-HT-0021 Introduction The University of Massachusetts Lowell (UMASS LOWELL) invites bids for the procurement of Road Salt University Overview

More information

TJC Purchase Order Terms and Conditions

TJC Purchase Order Terms and Conditions TJC Purchase Order Terms and Conditions 1. DELIVERY; SUBSTITUTIONS; INVOICES: Goods shall be delivered and services performed during normal business hours. Goods shall be delivered to the College s address

More information

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet LVIN ISD Purchasing Department Independent Contractor/Consultant Agreement CCA Packet Contracts with a yearly aggregate under $10,000 within a specified AISD category. Valid per school year. New Vendor

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received

More information

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F:

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F: GENERAL CONDITIONS OF PURCHASE: 1. Non-Exclusive: This Purchase Order is non-exclusive. City does not guarantee any minimum purchase other than as provided herein 2. Inspection and Acceptance: Vendor shall

More information

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS INVITATION FOR BID B0003792 Purchasing Department 3221 McKelvey Road Bridgeton, MO 63044 SPECIFICATIONS FOR WINDOW TREATMENTS FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant Controller Phone:

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

This form will be made a part of any resultant purchase order or subcontract SECTION I

This form will be made a part of any resultant purchase order or subcontract SECTION I Procurement of material, services and supplies for a United States Government contract requires that prime contractors, subcontractors and suppliers comply with socioeconomic programs enacted into public

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public 5 Solicitation WE0013-15 WE0013-15 U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6 Bid designation: Public San Diego Superior Court 4/27/2015 12:43 PM p. 1 6 WE0013-15 U.S Upgrade:VMWare vsphere 6

More information

REQUEST FOR BIDS RENOVATION

REQUEST FOR BIDS RENOVATION REQUEST FOR BIDS RENOVATION NATASHA KIRK UNIT ADAIR COUNTY Bids Due: November 7th, 2017 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918) 456-5482 Housing

More information

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13 FORM OF PROPOSAL Des Moines Public Schools No: Q6712 Division of Purchasing Date Issued: 2/19/13 1915 Prospect Road Date Due: 3/5/13 Suite 103 Time: 9:00 a.m. Des Moines, IA 50310 Phone (515)242-7751 Fax

More information

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE: KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:

More information

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M. REQUEST FOR BIDS Installation of 6 Chain Link Fence & Gates Bids Due: December 12th, 2016 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information