FORD F-450 FIRE ENGINE PROJECT CUSTOM BUILT AND INSTALLED WEDNESDAY, JUNE 12, 3:00 P.M. *AUTHORIZED SIGNATURE (MANUAL)

Size: px
Start display at page:

Download "FORD F-450 FIRE ENGINE PROJECT CUSTOM BUILT AND INSTALLED WEDNESDAY, JUNE 12, 3:00 P.M. *AUTHORIZED SIGNATURE (MANUAL)"

Transcription

1 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION INVITATION TO BID COMMODITIES Page 1 of 32 pages SUBMIT BID TO: AGENCY RELEASE DATE: May 17, 2013 Florida Department of Environmental Protection Procurement Section, Douglas Building, Room 438G 3900 Commonwealth Boulevard, MS#93 Tallahassee, Florida SOLICITATION TITLE: BIDS WILL BE OPENED: VENDOR NAME: FORD F-450 FIRE ENGINE PROJECT CUSTOM BUILT AND INSTALLED WEDNESDAY, JUNE 12, 3:00 P.M. and may not be withdrawn within 90 days after such date and time. SOLICITATION NO: C VENDOR MAILING ADDRESS: CITY STATE ZIP: *AUTHORIZED SIGNATURE (MANUAL) PHONE NUMBER: FREE NUMBER: FAX NUMBER: ADDRESS: FEID NO.: *AUTHORIZED SIGNATURE (TYPED), TITLE *This individual must have the authority to bind the respondent. TYPE OF BUSINESS ENTITY (Corporation, LLC, partnership, etc.): I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder and that the bidder is in compliance with all requirements of the Invitation To Bid, including but not limited to, certification requirements. In submitting a bid to an agency for the State of Florida, the bidder offers and agrees that if the bid is accepted, the bidder will convey, sell, assign or transfer to the State of Florida all rights, title and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the State of Florida. At the State s discretion, such assignment shall be made and become effective at the time the purchasing agency tenders final payment to the bidder. RESPONDENT CONTACTS: Please provide the name, title, address, telephone number, and address of the official contact and an alternate, if available. These individuals shall be available to be contacted by telephone or attend meetings, as may be appropriate regarding the solicitation schedule. PRIMARY CONTACT: NAME, TITLE: ADDRESS: PHONE NUMBER: FAX NUMBER: ADDRESS: SECONDARY CONTACT: NAME, TITLE: ADDRESS: PHONE NUMBER: FAX NUMBER: ADDRESS: Page 1 of 32

2 TIMELINE OF EVENTS FORD F-450 FIRE ENGINE PROJECT CUSTOM BUILT AND INSTALLED EVENT TIMELINE METHOD Bid Advertised May 17, 2013 Vendor Bid System Mandatory Site Visit May 29, :00 AM Lake Louisa State Park 7305 U.S. Highway 27 Clermont, Florida (FOR DIRECTIONS ONLY) Phone: (850) or (352) Questions Submitted in Writing May 30, 2013 Thursday By 5:00 PM Submit to: Diane Harper, CPPB Procurement Section, Room 438G Florida Department of Environmental Protection 3900 Commonwealth Blvd, MS93 Tallahassee, FL Fax: (850) diane.d.harper@dep.state.fl.us Answers to Questions SEALED BIDS DUE AND OPENED Anticipated Posting of Recommended Award May 31, 2013 Friday By 5:00 PM Must be received no later than: JUNE 12, :00 PM June 17, 2013 Vendor Bid System Submit to: Diane Harper, CPPB Procurement Section, Room 438G Florida Department of Environmental Protection 3900 Commonwealth Blvd, MS93 Tallahassee, FL Vendor Bid System Page 2 of 32

3 TABLE OF CONTENTS SECTION 1.00 INTRODUCTION... Page 4 SECTION 2.00 GENERAL INSTRUCTIONS TO RESPONDENTS... Page 9 SECTION 3.00 TECHNICAL SPECIFICATIONS... Page 13 SECTION 4.00 SPECIAL CONDITIONS... Page 19 SECTION 5.00 GENERAL CONTRACT CONDITIONS... Page 20 SECTION 6.00 BID SHEET... Page 29 SECTION 7.00 IN-STATE PREFERENCE FORM... Page 30 SECTION 8.00 CERTIFICATION OF DRUG-FREE WORKPLACE... Page 31 SECTION 9.00 BID PACKAGE CHECKLIST... Page 32 ATTACHMENTS Exhibit 1_Drawings Exhibit 2_Photos Page 3 of 32

4 SECTION 1.00 INTRODUCTION Contents 1.01 Purpose and Scope 1.02 Solicitation Number 1.03 Solicitation Type 1.04 Date of Issuance 1.05 Program Area 1.06 Procurement Contact 1.07 Submittal of Bid 1.08 Bid Sheet 1.09 Posting of Bid Tabulation 1.10 Mandatory Site Visit Questions 1.12 Addendums 1.13 Basis for Award 1.14 In-State Preference For Commodity Bids 1.15 Florida Department of State Registration Requirements 1.16 MyFloridaMarketPlace Vendor Registration 1.17 E-VERIFY Program for Employment Verification 1.18 State Project Plan 1.19 General Evaluation Information 1.20 Compliance with Laws 1.21 Public Records Purpose and Scope. The Department of Environmental Protection (DEP) invites interested Bidders to submit responses in accordance with these solicitation documents. The purpose of this solicitation is for the fabrication of a Wildland Fire Engine, completely custom-built and installed on a DEP-owned 2013 Ford F-450 diesel truck (chassis-cab extended-cab, 4x4, dual rear wheels, 40-gallon fuel tank, 162-inch wheel base). The awarded Bidder shall arrange for trailer pickup of the DEP-owned vehicle from Lake Louisa State Park in Clermont, Florida and transport to their place of business for installation of the custom-built fire engine; and upon completion, to arrange for trailer pickup and delivery back to Lake Louisa State Park Solicitation Number: C Solicitation Type: Invitation to Bid Date of Issuance: May 17, Program Area: Division of Recreation and Parks Bureau of Natural and Cultural Resources Procurement Contact: Diane Harper, CPPB Procurement Section, Room 438G Florida Department of Environmental Protection 3900 Commonwealth Boulevard, MS93 Tallahassee, Florida Submittal of Bid. Sealed Bids must be received no later than 3:00 p.m. Eastern Time (ET), WEDNESDAY, JUNE 12, A bid received at the designated office after the exact time specified for receipt will not be considered. Sealed bids: All bid sheets must be executed and submitted in a sealed envelope. The face of the envelope shall contain the date and time of the bid opening and the bid number. All bids are subject to the conditions specified herein. Those that do not comply with these conditions are subject to rejection. Bids not submitted on the required Bid Sheet (Section 6.00) shall be rejected. NOTE: Supersedes Section 2.00 General Instructions To Respondents (PUR-1001) Paragraph 2.03 Electronic Submission of Responses. Page 4 of 32

5 1.08. Bid Sheet. The Bid Sheet, Section 6.00, must be completed, signed by the Bidder, and submitted as a part of this bid or the bid will be rejected. The Department will not accept any other type Bid Form as a valid response to this bid invitation. By affixing your signature to the Bid Sheet, the vendor hereby states that the Bidder has read all bid specifications and conditions and agrees to all terms, conditions, provisions, and specifications Posting of Bid Tabulation. Bid tabulation with recommended award, will be posted for review by interested parties on the Florida Department of Management Services Vendor Bid System on or after June 17, 2013 and will remain posted for a period of seventy-two (72) hours, which does not include weekends or State observed holidays. To access the posted results, go to Once at this site, the steps listed below should be followed to access the Vendor Bid System. The above date is to be used by prospective Bidders for planning purposes only and is subject to change. Click on BUSINESS Click on Doing Business with the State Under the Everything for Vendors and Customers heading, click on Vendor Bid System Click on Search Advertisements Under the Agency search field, select the Department of Environmental Protection and click on Initiate Search Click on the solicitation number C NOTE: Supersedes Section 2.00 General Instructions To Respondents (PUR-1001) Paragraph 2.13 Electronic Posting of Notice of Intended Award Mandatory Site Inspection. THERE WILL BE A PRE-BID MEETING / ON-SITE INSPECTION FOR ALL PROSPECTIVE BIDDERS on WEDNESDAY, MAY 29, 2013 AT 10:00 A.M. at the Lake Louisa State Park, 7305 U.S. Highway 27, Clermont, Florida 34714, in the presence of the Project Manager or designee. Only Bidders whose name appears on the meeting attendance sheet submitted by the Project Manager will be eligible to bid. Directions may be obtained by calling (850) or (352) Bidders must attend the mandatory meeting to view an example of the proposed work to be done and to completely familiarize themselves with the nature and extent of the scope of work and any conditions that may in any manner affect the work to be performed and the equipment, materials and labor required Questions. Information will not be provided by telephone. The Buyer shall not be bound by any verbal information or by any written information that is not contained within the solicitation documents or formally noticed and issued by the Buyer s contracting personnel. Any questions from vendors concerning this ITB shall be submitted in writing, identifying the submitter, to Diane Harper at the address specified in Section 1.06, by at diane.d.harper@dep.state.fl.us or by facsimile at Inquiries must reference the date of the bid opening and the bid number. No interpretation shall be considered binding unless provided in writing by the State of Florida in response to a request in full compliance with this provision. inquiries are preferred; however, a hard copy or facsimile is acceptable. All written questions and responses will be posted on the DMS Vendor Bid System (VBS). It is the prospective Bidder s responsibility to periodically check the VBS. DEP bears no responsibility for any delays, or resulting impacts, associated with a prospective Bidder s failure to obtain the information made available through the DMS Vendor Bid System. NOTE: Supersedes Section 2.00 General Instructions To Respondents (PUR-1001) Paragraph 2.05 Questions Addendums. If the Florida Department of Environmental Protection finds it necessary to supplement, modify, or interpret any portion of the bid specifications or documents during the bidding period, a written addendum will be posted on the DMS Vendor Bid System (VBS). It is the responsibility of the Bidder to be aware of any addenda that might have a bearing on their bid price(s). The price(s) submitted by the Bidder at the time of bid opening will remain firm and cannot be changed Basis for Award. The Department intends to make award to the single lowest responsible, responsive Bidder whose bid meets all requirements as specified in Section 3.00 Technical Specifications. The Department reserves the right to accept or reject any or all bids received and reserves the right to make an award without further discussion of the responses submitted. Therefore, responses should be submitted initially in the most favorable manner. The Department Page 5 of 32

6 reserves the right to waive any minor irregularity, technicality, or omission if the Department determines that doing so will serve the State s best interest. An electronic purchase order will be issued to the successful Bidder In-State Preference For Commodity Bids. In accordance with Section , Florida Statutes, when the lowest responsible and responsive bid is submitted by a vendor whose principal place of business is located outside the state of Florida, a 5% price preference shall be awarded to the lowest responsible and responsive vendor whose principal place of business is located in the state of Florida unless the state where the out-of-state vendor is located provides a price preference for businesses having a principal place of business in that state. In that case, the same price preference shall be awarded to the lowest responsible and responsive vendor whose principal place of business is located in the state of Florida responding to this Invitation to Bid (ITB). All Bidders should complete the attached In-State Preference Form and submit with their bid response. A vendor whose principal place of business is located outside the state of Florida, must accompany their bid response documents with a written opinion of an attorney licensed to practice law in that foreign state, as to the preferences granted by that state to its own business entities in the letting of public contracts. For the 5% preference, the Department will apply 5% to the bid price(s) of the lowest out of state vendor whose state does not grant a preference if that vendor has submitted the lowest responsible and responsive bid Florida Department of State Registration Requirements. Prior to issuance of a purchase order, the selected Bidder must be properly licensed to do business within the State of Florida, if required by federal or state law, for the service or commodities the Bidder will provide under these bid specifications. All entities defined under Chapters 865, 607, 608, 617, 620, or 621, Florida Statutes, seeking to do business with the Florida Department of Environmental Protection shall, prior to issuance of a purchase order, be appropriately registered with the State of Florida s Department of State. Information regarding the registration process is available at MyFloridaMarketPlace Vendor Registration. Prior to the issuance of a purchase order, the selected Contractor must be registered with the Florida Department of Management Services (DMS) MyFloridaMarketPlace Vendor Registration System. Information about the registration process is available and registration may be completed at the MyFloridaMarketPlace website: (link also available under Business at Prospective vendors who do not have Internet access may request assistance from MyFloridaMarketPlace Customer Service at (866) The following DMS Class/Group Codes are provided to assist you in your registration efforts: Firefighting Equipment Bodies Specialty Body, Truck Chassis Mounted E-VERIFY Program for Employment Verification. Pursuant to State of Florida Executive Order Nos and , the Contractor is required to utilize the U.S. Department of Homeland Security s E-Verify system to verify the employment of all new employees hired by the Contractor during the contract term. Also, the Contractor shall include in related subcontracts a requirement that subcontractors performing work or providing services pursuant to the state contract utilize the E-Verify system to verify employment of all new employees hired by the subcontractor during the contract term State Project Plan. The Bidder shall submit a written Plan with the bid, addressing each of the State s five (5) objectives listed below, to the extent applicable to the items/services covered by this solicitation. The State reserves the right to negotiate mutually acceptable changes with the respondent selected for award. The Plan must be received prior to the issuance of a purchase order. (1) Minority, Women, and Service-Disabled Veteran Business Enterprises: The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority, women, and servicedisabled veteran business enterprises in the economic life of the state. The State of Florida Mentor Protégé Program connects minority, women, and service-disabled veteran business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protégé Program, please contact the Office of Supplier Diversity at (850) Page 6 of 32

7 The state is dedicated to fostering the continued development and economic growth of small, minority-, women-, and service-disabled veteran business enterprises. Participation by a diverse group of vendors doing business with the state is central to this effort. To this end, it is vital that minority, women, and service-disabled veteran business enterprises participate in the state s procurement process as both Contractors and sub-contractors in this solicitation. Minority, women, and service-disabled veteran business enterprises are strongly encouraged to contribute to this solicitation. The Bidder shall submit documentation addressing diversity and describing the efforts being made to encourage the participation of minority, women, and service-disabled veteran business enterprises. Information on Certified Minority Business Enterprises (CMBE) and Certified Service-Disabled Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity at: Quarterly reports of revenue paid to certified W/MBE and certified SDVBE contractors (agents or subcontractors) as a result of any award shall be provided to the Agency Purchasing Office by the Prime Contractor on an Agency by Agency (or other eligible user) level. (2) Environmental Considerations: The State supports and encourages initiatives to protect and preserve our environment. The Bidder shall submit as part of this plan, the Bidder s plan to support the procurement of products and materials with recycled content, and the intent of Section , Florida Statutes. The respondent shall also provide a plan for reducing and/or handling of any hazardous waste generated by the respondent company. Reference Rule , Florida Administrative Code. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of the Bidder s explanation of its company s hazardous waste plan and shall explain in detail its handling and disposal of waste. (3) Certification of Drug-Free Workplace Program: The State supports and encourages initiatives to keep the workplaces of Florida s suppliers and contractors drug free. Section of the Florida Statutes provides that, where identical tie bids are received, preference shall be given to a bid received from a Respondent that certifies that it has implemented a drug-free workforce program. If applicable, Bidder shall certify using the Certification of Drug-Free Workplace form included in Section 8.00 of the solicitation. The Bidder shall describe how it will address the implementation of a drug-free workplace in offering the items of bid. (4) Products Available from the Blind or Other Handicapped (RESPECT): The state supports and encourages the gainful employment of citizens with disabilities. It is expressly understood and agreed that any articles that are the subject of, or required to carry out this bid, shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section (1) and (2), Florida Statutes; and for purposes of this bid the person, firm, or other business entity carrying out the provisions of this bid shall be deemed to be substituted for the state agency insofar as dealings with such qualified nonprofit agency are concerned. Additional information about the designated nonprofit agency and the products it offers is available at The Bidder shall describe how it will address the use of RESPECT in offering the items of bid. (5) Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE): The State supports and encourages the use of Florida correctional work programs. It is expressly understood and agreed that any articles which are the subject of, or required to carry out, this bid shall be purchased from the corporation identified under Chapter 946, F.S., in the same manner and under the same procedures set forth in Section (2), and (4), F.S.; and for purposes of this bid the person, firm, or other business entity carrying out the provisions of this bid shall be deemed to be substituted for this agency insofar as dealings with such corporation are concerned. Additional information about PRIDE and the products it offers is available at The Bidder shall describe how it will address the use of PRIDE in offering the items of this bid General Evaluation Information. The Bidder is required to examine carefully the bid specifications and to be thoroughly informed regarding any and all conditions and requirements. No allowances will be made to the Bidder because of a lack of knowledge of conditions or requirements and will not relieve any liabilities and obligations. Page 7 of 32

8 The DEP objects to and shall not consider any additional terms or conditions submitted by a respondent, including any appearing in documents attached as part of a respondent s response. In submitting its response, a respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. A non-responsive bid shall include, but not be limited to, those that: a) are irregular or are not in conformance with the requirements and instructions contained herein; b) fail to utilize or complete prescribed forms; or c) have improper or undated signatures. A NON-RESPONSIVE BID WILL NOT BE CONSIDERED Compliance with Laws. The Bidder shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local agencies having jurisdiction and authority. By way of non-exhaustive example, Chapter 287 of the Florida Statutes and Rule 60A of the Florida Administrative Code govern the Contract. By way of further non-exhaustive example, the Bidder shall comply with section 247A(e) of the Immigration and Nationalization Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran s status. Violation of any such applicable laws, roles, codes, ordinances and licensing requirements, shall be grounds for Contract termination Public Records. Any materials submitted by a Bidder will become public record pursuant to Chapter 119, Florida Statutes, thirty (30) days after the DEP opens the bids or when the notice of intended award is posted, whichever occurs first. Any claim of confidentiality is waived upon submission, unless address as set forth below. A Bidder s bid shall be a public record and subject to production, disclosure, inspection and copying consistent with the requirements of Chapter 119, F.S. All information in a Bidder s bid (including, without limitation, technical and price information), and any resulting contract or purchase order, which will incorporate the successful bid, will be a matter of public record, subject to the provisions of Florida s Public Records Act, Chapter 119, F.S., regardless of copyright status. A Bidder s submission of a bid shall constitute a waiver of any copyright protection which might otherwise apply to the DEP s production, disclosure, inspection and copying of such bid and Contract, or any part thereof, expect those parts asserted to be exempt under Chapter 119, F.S. A Bidder s bid, upon submission, and the contract shall be property of the DEP except those parts asserted to be exempt in the manner set forth below, and the DEP, in its sole discretion, shall have the right to use, reproduce, and disseminate the bid and Contract. The DEP reserves the right to use any and all information contained in a Bidder s bid. Any bid content submitted to DEP which is asserted to be exempt under Chapter 119, F.S. shall be set forth on a page or pages separate from the rest of the bid, and clearly marked exempt, confidential, or trade secret (as applicable), with the statutory basis for such claim of exemption, confidentiality, or trade secret specifically indentified in writing on each and every such page. Failure to segregate and so indentify any such content shall constitute a waiver of any claimed exemption, confidentiality, or trade secret as applied to the portion of the proposal or other document in which the content is set forth. NOTE: Supersedes Section 2.00 General Instructions To Respondents (PUR-1001) Paragraph 2.19 Public Records. END OF TEXT Page 8 of 32

9 SECTION 2.00 GENERAL INSTRUCTIONS TO RESPONDENTS (PUR 1001) Contents 2.01 Definitions 2.02 General Instructions 2.03 Electronic Submission of Responses 2.04 Terms and Conditions 2.05 Questions 2.06 Conflict of Interest 2.07 Convicted Vendors 2.08 Discriminatory Vendors 2.09 Respondent s Representation and Authorization 2.10 Manufacturer s Name and Approved Equivalents 2.11 Performance Qualifications 2.12 Public Opening 2.13 Electronic Posting of Notice of Intended Award 2.14 Firm Response 2.15 Clarifications/Revisions 2.16 Minor Irregularities/Right to Reject 2.17 Contract Formation 2.18 Contract Overlap 2.19 Public Records 2.20 Protests 2.21 Limitation on Vendor Contact with Agency During Solicitation Period Definitions. The definitions found in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined: (a) "Buyer" means the entity that has released the solicitation. The Buyer may also be the Customer as defined in the PUR 1000 if that entity meets the definition of both terms. (b) "Procurement Officer" means the Buyer's contracting personnel, as identified in the Introductory Materials. (c) "Respondent" means the entity that submits materials to the Buyer in accordance with these Instructions. (d) "Response" means the material submitted by the respondent in answering the solicitation. (e) "Timeline" means the list of critical dates and actions included in the Introductory Materials General Instructions. Potential respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare responses accordingly Electronic Submission of Responses. Respondents are required to submit responses electronically. For this purpose, all references herein to signatures, signing requirements, or other required acknowledgments hereby include electronic signature by means of clicking the "Submit Response" button (or other similar symbol or process) attached to or logically associated with the response created by the respondent within MyFloridaMarketPlace. The respondent agrees that the action of electronically submitting its response constitutes: an electronic signature on the response, generally, an electronic signature on any form or section specifically calling for a signature, and an affirmative agreement to any statement contained in the solicitation that requires a definite confirmation or acknowledgement Terms and Conditions. All responses are subject to the terms of the following sections of this solicitation, which, in case of conflict, shall have the order of precedence listed: Technical Specifications, Special Conditions and Instructions, Instructions to Respondents (PUR 1001), General Conditions (PUR 1000), and Introductory Materials. The Buyer objects to and shall not consider any additional terms or conditions submitted by a respondent, including any appearing in documents attached as part of a respondent s response. In submitting its response, a respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply Page 9 of 32

10 with terms and conditions, including those specifying information that must be submitted with a response, shall be grounds for rejecting a response Questions. Respondents shall address all questions regarding this solicitation to the Procurement Officer. Questions must be submitted via the Q&A Board within MyFloridaMarketPlace and must be RECEIVED NO LATER THAN the time and date reflected on the Timeline. Questions shall be answered in accordance with the Timeline. All questions submitted shall be published and answered in a manner that all respondents will be able to view. Respondents shall not contact any other employee of the Buyer or the State for information with respect to this solicitation. Each respondent is responsible for monitoring the MyFloridaMarketPlace site for new or changing information. The Buyer shall not be bound by any verbal information or by any written information that is not contained within the solicitation documents or formally noticed and issued by the Buyer's contracting personnel. Questions to the Procurement Officer or to any Buyer personnel shall not constitute formal protest of the specifications or of the solicitation, a process addressed in paragraph 19 of these Instructions Conflict of Interest. This solicitation is subject to chapter 112 of the Florida Statutes. Respondents shall disclose with their response the name of any officer, director, employee or other agent who is also an employee of the State. Respondents shall also disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the respondent or its affiliates Convicted Vendors. A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the following for a period of 36 months from the date of being placed on the convicted vendor list: submitting a bid on a contract to provide any goods or services to a public entity; submitting a bid on a contract with a public entity for the construction or repair of a public building or public work; submitting bids on leases of real property to a public entity; being awarded or performing work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and transacting business with any public entity in excess of the Category Two threshold amount ($35,000) provided in section of the Florida Statutes Discriminatory Vendors. An entity or affiliate placed on the discriminatory vendor list pursuant to section of the Florida Statutes may not: submit a bid on a contract to provide any goods or services to a public entity; submit a bid on a contract with a public entity for the construction or repair of a public building or public work; submit bids on leases of real property to a public entity; be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity; or transact business with any public entity Respondent s Representation and Authorization. In submitting a response, each respondent understands, represents, and acknowledges the following (if the respondent cannot so certify to any of following, the respondent shall submit with its response a written explanation of why it cannot do so). The respondent is not currently under suspension or debarment by the State or any other governmental authority. To the best of the knowledge of the person signing the response, the respondent, its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract. Respondent currently has no delinquent obligations to the State, including a claim by the State for liquidated damages under any other contract. The submission is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive response. The prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other respondent or potential respondent; neither the prices nor amounts, actual or approximate, have been disclosed to any respondent or potential respondent, and they will not be disclosed before the solicitation opening. The respondent has fully informed the Buyer in writing of all convictions of the firm, its affiliates (as defined in section (1)(a) of the Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company. Page 10 of 32

11 Neither the respondent nor any person associated with it in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or position involving the administration of federal funds: o Has within the preceding three years been convicted of or had a civil judgment rendered against them or is presently indicted for or otherwise criminally or civilly charged for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; 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; or o Has within a three-year period preceding this certification had one or more federal, state, or local government contracts terminated for cause or default. The product offered by the respondent will conform to the specifications without exception. The respondent has read and understands the Contract terms and conditions, and the submission is made in conformance with those terms and conditions. If an award is made to the respondent, the respondent agrees that it intends to be legally bound to the Contract that is formed with the State. The respondent has made a diligent inquiry of its employees and agents responsible for preparing, approving, or submitting the response, and has been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in the response. The respondent shall indemnify, defend, and hold harmless the Buyer and its employees against any cost, damage, or expense which may be incurred or be caused by any error in the respondent s preparation of its bid. All information provided by, and representations made by, the respondent are material and important and will be relied upon by the Buyer in awarding the Contract. Any misstatement shall be treated as fraudulent concealment from the Buyer of the true facts relating to submission of the bid. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the Florida Statutes Manufacturer s Name and Approved Equivalents. Unless otherwise specified, any manufacturers names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive. With the Buyer s prior approval, the Contractor may provide any product that meets or exceeds the applicable specifications. The Contractor shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The Buyer shall determine in its sole discretion whether a product is acceptable as an equivalent Performance Qualifications. The Buyer reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by Respondent meet the Contract requirements. Respondent shall at all times during the Contract term remain responsive and responsible. In determining Respondent s responsibility as a vendor, the agency shall consider all information or evidence which is gathered or comes to the attention of the agency which demonstrates the Respondent s capability to fully satisfy the requirements of the solicitation and the contract. Respondent must be prepared, if requested by the Buyer, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the respondent for the production, distribution, and servicing of the product bid. If the Buyer determines that the conditions of the solicitation documents are not complied with, or that the product proposed to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Buyer may reject the response or terminate the Contract. Respondent may be disqualified from receiving awards if respondent, or anyone in respondent s employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the Buyer to make an investigation either before or after award of the Contract, but should the Buyer elect to do so, respondent is not relieved from fulfilling all Contract requirements Public Opening. Responses shall be opened on the date and at the location indicated on the Timeline. Respondents may, but are not required to, attend. The Buyer may choose not to announce prices or release other materials pursuant to s (1)(b), Florida Statutes. Any person requiring a special accommodation because of a disability should contact the Procurement Officer at least five (5) workdays prior to the solicitation opening. If you are hearing or speech impaired, please contact the Buyer by using the Florida Relay Service at (800) (TDD) Electronic Posting of Notice of Intended Award. Based on the evaluation, on the date indicated on the Timeline the Buyer shall electronically post a notice of intended award at If the notice of award is delayed, in lieu of posting the notice of intended award the Buyer shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Buyer a notice of protest within 72 hours after the electronic posting. The Buyer shall not provide tabulations or notices of award by telephone. Page 11 of 32

12 2.14. Firm Response. The Buyer may make an award within sixty (60) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, the response shall remain firm until either the Buyer awards the Contract or the Buyer receives from the respondent written notice that the response is withdrawn. Any response that expresses a shorter duration may, in the Buyer's sole discretion, be accepted or rejected Clarifications/Revisions. Before award, the Buyer reserves the right to seek clarifications or request any information deemed necessary for proper evaluation of submissions from all respondents deemed eligible for Contract award. Failure to provide requested information may result in rejection of the response Minor Irregularities/Right to Reject. The Buyer reserves the right to accept or reject any and all bids, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Buyer determines that doing so will serve the State s best interests. The Buyer may reject any response not submitted in the manner specified by the solicitation documents Contract Formation. The Buyer shall issue a notice of award, if any, to successful respondent(s), however, no contract shall be formed between respondent and the Buyer until the Buyer signs the Contract. The Buyer shall not be liable for any costs incurred by a respondent in preparing or producing its response or for any work performed before the Contract is effective Contract Overlap. Respondents shall identify any products covered by this solicitation that they are currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its best interest Public Records. Article 1, section 24, Florida Constitution, guarantees every person access to all public records, and Section , Florida Statutes, provides a broad definition of public record. As such, all responses to a competitive solicitation are public records unless exempt by law. Any respondent claiming that its response contains information that is exempt from the public records law shall clearly segregate and mark that information and provide the specific statutory citation for such exemption Protests. Any protest concerning this solicitation shall be made in accordance with sections (3) and (2) of the Florida Statutes and Chapter of the Florida Administrative Code. Questions to the Procurement Officer shall not constitute formal notice of a protest. It is the Buyer's intent to ensure that specifications are written to obtain the best value for the State and to ensure competitiveness, fairness, necessity and reasonableness in the solicitation process. Section (3)(b), F.S. and Section , Fla. Admin. Code requires that a notice of protest of the solicitation documents shall be made within seventy-two hours after the posting of the solicitation. Section (3)(a), F.S. requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in section (3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes." Section , Fla. Admin. Code requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes Limitation on Vendor Contact with Agency During Solicitation Period. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. END OF TEXT Page 12 of 32

13 SECTION 3.00 TECHNICAL SPECIFICATIONS 2013 Ford F-450 Fire Engine Project Specifications Contents 3.01 Bed Rear Step/Bumper/Trailer Hitch Toolboxes Drip Torch Holders Water Cooler Holders/Boxes (Circular) Gerry Can Holder Burn Mix Storage Tank Tire and Storage Basket Tube Box Tank Manifold Pump Pump Panel Hose Reel Hose Reel Wiring Electrical Radio/PA/Siren Console, Light Bar/LED Safety Lights, and General Electrical Accessory Outfitting Winch and Brush Guard Fire Extinguisher. The Bidder shall use the following written specifications in combination with Exhibit 1_Drawings and Exhibit 2_Photos to construct one-(1) custom-built Fire Engine, completed and installed on a DEP-owned 2013 Ford F-450 Diesel Truck (chassis-cab extended-cab, 4x4, dual rear wheels, 40-gallon fuel tank, 162-inch wheel base) VIN# 1FD0X4HT9DEA The Fire Engine shall be constructed using professional standards including all welding and plumbing. All welds and surrounding areas shall have good penetration, be uniform in appearance, have minimal porosity, and be free of spatter. American Welding Society (AWS) standards for weld and dressing of materials should be used for their respective metals. All plumbing will include proper sealing materials at necessary joints. Excess sealing materials will be cleaned and all plumbing including joints shall be free of leaks. Substitution of specific parts or appliances is not acceptable unless equivalent parts are pre-approved by the Department in writing. The Bidder shall arrange for trailer pickup of the DEP-owned vehicle from Lake Louisa State Park, 7305 US Hwy 27, Clermont, FL 34714, and transport to their place of business for installation of the custom-built Fire Engine. Upon completion and operational inspection, the Bidder will arrange for trailer pickup and delivery back to initial location Bed. (1) The overall dimensions of the bed shall be 94-inch width, ten-(10)-foot length and must support a built-in pump unit with a fully-loaded 400-gallon poly water tank. See Exhibit 2_Photos (1, 2, 3) (2) The bed platform must be constructed of aluminum extruded planking die number Material such as Diamondback Deck Plate Plank or approved equivalent will be used. For an equivalent to be considered, the Bidder must submit a sample for DEP evaluation and approval. DEP shall determine in its sole discretion whether the equivalent is acceptable. The aluminum planking will be twelve-(12)-inches wide by one-(1)-inch high extruded solid aluminum with 3.06#/LF, twelve-(12)-inch plank, one-(1)-inch channel depth, and 0.14-inch diamond serrated surface. Undersides of front and rear of bed will have one-(1)-inch square aluminum tubing attached to inside of perimeter rail to support deck. See Exhibit 1_Drawings (1, 2); Exhibit 2_Photos (5, 6, 7, 8) (3) Outside rail of bed platform: Four-(4)-inch by 0.25-inch channel around bed,.320-inch I Beam WEB thickness. See Exhibit 1_Drawings (9); Exhibit 2_Photos (4) (4) Cross-Members: Three-(3)-inch by 0.25-inch channel,.320-inch I Beam WEB thickness on thirteen-(13)-inch centers with a minimum of eight-(8) cross-members. Cross-members must be welded at every intersection of the cross-member and every one-(1)-inch channel on the extruded deck planking. Every cross-member will be welded to the sub-frame. A triangular gusset of 0.25-inch thick aluminum shall be placed on the outward side of the truck Page 13 of 32

14 frame at the joint between the cross-member and the sub-frame on each end of the cross-member. See Exhibit 1_Drawings (8, 9, 10); Exhibit 2_Photos (9, 10) (5) Sub-frame aluminum rails: two-(2); six (6)-inch wide lengths of 0.25-inch thick channel running the full length of bed. See Exhibit 1_Drawings (8, 9, 10); Exhibit 2_Photos (11) (6) Aluminum bed to be fastened to chassis using a minimum of four-(4) stainless steel U-Bolts and two-(2) 0.25-inch thick aluminum flat plate fasteners bolted to rear side of chassis. A minimum of three-(3)-inch by 3/16-inch, two-(2) ply belting will be used to separate sub-frame aluminum rails from steel rails. The Bidder may submit alternate installation methods. Configuration drawings reflecting alternate installation must be provided with bid, or bid will be rejected. DEP shall determine in its sole discretion whether the alternate installation is acceptable. See Exhibit 1_Drawings (8, 9); Exhibit 2_Photos (11, 12) (7) Rear Bumper/Skirt: inch aluminum diamond plate, 9-10-inch width, with ICC lights (stop, tail, backup and license plate) and reflectors. Lights will be covered with expanded metal and mounted as close to expanded metal cover as possible to enhance visibility. The rear skirt will be framed on three-(3); sides with one-(1)-inch square tubing to add strength to the skirt. The rear skirt will cover the opening below the rear under bed tool box/box. See Exhibit 1_Drawings (15); Exhibit 2_Photos (3) (8) Marker Lights: Per U.S Department of Transportation (US DOT) standards. Beds must have one-(1) amber marker light at both front corners and two-(2) red rear marker lights at both rear corners with one-(1) facing the side and one- (1) facing aft. Rear of bed with three-(3) consecutive red marker lights mounted with middle on center line of truck bed, mounted on the rear channel. All marker lights will be an armored marker light such as Signal Stat Model 26 series or approved equivalent. For an equivalent to be considered, the Bidder must submit a sample for DEP evaluation and approval. DEP shall determine in its sole discretion whether the equivalent is acceptable. All marker lights will be LED type 2 part lighting. Lights will have a separate base and light. All lights must be DOT approved. Marker lighting shall be wired into tail light wiring, not the trailer harness. Wiring shall be routed in such a way that it will be protected from any likely damage caused by off road operation. Wiring should have some form of shielding such as conduit or sheathing. Wiring will originate from the centerline of the body and come out to bed corners; wiring will not be installed along side of rails. See Exhibit 1_Drawings (2, 15, 27); Exhibit 2_Photos (13, 14, 15) (9) Mud flaps at rear of truck mounted on three-(3)-inch by one-(1)-inch rectangular inch thick aluminum tubing. See Exhibit 1_Drawings (19); Exhibit 2_Photos (1, 2, 29) (10) Fuel and DEF fluid tank filler tubes to be incorporated into outside rail and head rack with sufficient drop to facilitate easy fueling. See Exhibit 1_Drawings (4); Exhibit 2_Photos (13, 16) (11) Head Rack: heavy-duty three-(3)-inch by three-(3)-inch square aluminum tubing for frame and crossbars. Cab-side of rack below the rear truck window will have a inch aluminum cover over entire rack. Antenna (provided by DEP) will be mounted and radio cable installed and routed into engine cab. See Exhibit 1_Drawings (4); Exhibit 2_Photos (1, 2, 17) (12) Back-up Alarm: A back-up alarm shall be installed and mounted to the rear cross member of the truck frame and wired to the tail light harness. (13) The truck bed, head rack, and reel control panel must have DOT C2 reflective safety marker tape installed under the marker lights, rear flashers, DEF tank cap, and reel rewind buttons. DOT C2 reflective marker tape will run the full length and width of the bed and up the entire side of the head rack. See Exhibit 2_Photos (1, 2, 3) Rear Step/Bumper/Trailer Hitch. One-(1) back step bumper constructed of Diamondback Punched Deck Plate Plank or approved equivalent will be used. Material must allow drainage. For an equivalent to be considered, the Bidder must submit a sample for DEP evaluation and approval. DEP shall determine in its sole discretion whether the equivalent is acceptable. Bumper must be thirty-eight-(38)-inch width by twelve-(12)-inch depth. Bumper will be mounted at an approximately twenty-one-(21)-inch drop from the bottom of bed platforms. Outside rail at a height based on prior installation of a trailer hitch. Bumper platform will be attached to the bed and supported by three-(3)-inch by 1.5-inch aluminum channel of inch thickness. Bumper must conform to all state and/or federal standards. A professionally engineered, weight tested, and certified trailer hitch will be installed in conjunction with the step. Hitch will be at least a class IV or higher and certified for weight. See Exhibit 1_Drawings (16); Exhibit 2_Photos (3, 13, 18, 42) Tool Boxes. Locks on all tool boxes must be keyed the same. All tool boxes will use full length heavy duty piano hinges. All doors will have two-(2) support chains, one-(1) on each end. All boxes will have a reinforced seal/gasket on Page 14 of 32

Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida

Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 RICK SCOTT GOVERNOR CARLOS LOPEZ-CANTERA LT. GOVERNOR HERSCHEL

More information

28-FOOT V-HULL CABIN BOAT AND ALUMINUM BOAT TRAILER TUESDAY, JANUARY 22, 3:00 P.M. *AUTHORIZED SIGNATURE (MANUAL)

28-FOOT V-HULL CABIN BOAT AND ALUMINUM BOAT TRAILER TUESDAY, JANUARY 22, 3:00 P.M. *AUTHORIZED SIGNATURE (MANUAL) Page 1 of 28 pages SUBMIT BID TO: AGENCY RELEASE DATE: January 3, 2013 SOLICITATION TITLE: FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION INVITATION TO BID COMMODITIES Florida Department of Environmental

More information

AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: FUEL CARD SERVICES

AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: FUEL CARD SERVICES AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: 973-163-10-1 FUEL CARD SERVICES This Amendment 2 of the above-referenced state term contract ( Contract ), effective

More information

CERTIFICATION OF CONTRACT

CERTIFICATION OF CONTRACT CERTIFICATION OF CONTRACT Title: Medical and Dental Supplies Contract Number: 475-000-11-1 RFP Number: 10-475-000-J Effective: September 20, 2010 through September 19, 2013 Supersedes: 475-000-05-1 Contractors:

More information

AMENDMENT NO. 3 To State Term Contract Live Capture Electronic Fingerprinting Equipment

AMENDMENT NO. 3 To State Term Contract Live Capture Electronic Fingerprinting Equipment AMENDMENT NO. 3 To State Term Contract 680-370-07-01 Live Capture Electronic Fingerprinting Equipment This Amendment No. 3 ( Amendment ), effective as of November 29, 2013, to the Live Capture Electronic

More information

State of Florida. Division of Emergency Management

State of Florida. Division of Emergency Management State of Florida Division of Emergency Management Invitation to Bid # ITB-DEM-17-18-027 Lease of Stand-up Narrow Aisle Reach Truck for the State Logistics Response Center Contact for Questions Jenene.Helms@em.myflorida.com

More information

CERTIFICATION OF CONTRACT

CERTIFICATION OF CONTRACT 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary CERTIFICATION OF CONTRACT TITLE: CONTRACT NO.: 477-860-08-1

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

ROCK REVETMENT TO CONTROL SHORELINE EROSION

ROCK REVETMENT TO CONTROL SHORELINE EROSION STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION ROCK REVETMENT TO CONTROL SHORELINE EROSION INVITATION TO BID DEP BID NO. 2014046C Project Location: Biscayne Bay Environmental Center Miami, Florida

More information

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida, EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION REQUEST FOR STATEMENTS OF QUALIFICATION PROFESSIONAL SERVICES

FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION REQUEST FOR STATEMENTS OF QUALIFICATION PROFESSIONAL SERVICES FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION REQUEST FOR STATEMENTS OF QUALIFICATION PROFESSIONAL SERVICES Page 1 of 62 pages SUBMIT BID TO: Florida Department of Environmental Protection Procurement

More information

SUBMIT PROPOSAL TO: Department of Revenue Procurement Office, 2450 Shumard Oak Boulevard Building Tallahassee, Florida

SUBMIT PROPOSAL TO: Department of Revenue Procurement Office, 2450 Shumard Oak Boulevard Building Tallahassee, Florida FLORIDA DEPARTMENT OF REVENUE REQUEST FOR PROPOSAL CONTRACTUAL SERVICES ACKNOWLEDGEMENT FORM Page 1 of 128 pages AGENCY RELEASE DATE: 10/05/12 SOLICITATION TITLE: SUBMIT PROPOSAL TO: Department of Revenue

More information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation Advertisement # RFP-DOT-17-18-5003-RDW Financial Project Number (s) To Be Determined DBE Availability 9.91 % REQUEST FOR PROPOSAL (RFP) EMERGENCY ROADSIDE

More information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

More information

REQUEST FOR PROPOSAL DEPARTMENT OF ECONOMIC OPPORTUNITY. Solicitation Acknowledgement Form

REQUEST FOR PROPOSAL DEPARTMENT OF ECONOMIC OPPORTUNITY. Solicitation Acknowledgement Form DEPARTMENT OF ECONOMIC OPPORTUNITY REQUEST FOR PROPOSAL Solicitation Acknowledgement Form Page 1 of 40 pages AGENCY RELEASE DATE: September 25, 2017 SOLICITATION TITLE: SUBMIT PROPOSAL TO: Department of

More information

State of Florida PUR 1001 General Instructions to Respondents

State of Florida PUR 1001 General Instructions to Respondents State of Florida PUR 1001 General Instructions to Respondents Contents 1. Definitions. 2. General Instructions. 3. Electronic Submission of Responses. 4. Terms and Conditions. 5. Questions. 6. Conflict

More information

* Authorized Representative s Signature. * Typed Name and Title of Authorized Representative

* Authorized Representative s Signature. * Typed Name and Title of Authorized Representative DEPARTMENT OF BUSINESS and PROFESSIONAL REGULATION INVITATION TO BID Solicitation Acknowledgement Form Page 1 of 54 pages AGENCY RELEASE DATE: 5/2/2016 SOLICITATION TITLE: Miami Facility Rental for Licensure

More information

STATE DEPARTMEN DEP BID. Project Location: Ft. Myers, Florida NO C DEP

STATE DEPARTMEN DEP BID. Project Location: Ft. Myers, Florida NO C DEP STATE OF FLORIDA DEPARTMEN NT OF ENVIRONMENTAL PROTECTION SOUTH DISTRICT INTERIOR OFFICE RENOVATIONS INVITATION TO BID DEP BID NO. 2014009C Project Location: Joseph P. D Alessandro Office Complex Ft. Myers,

More information

RFP # February 21, To: Prospective Providers. Subject: DJJ Solicitation Number RFP 10167

RFP # February 21, To: Prospective Providers. Subject: DJJ Solicitation Number RFP 10167 February 21, 2014 To: Prospective Providers Subject: DJJ Solicitation Number RFP 10167 Request for Proposals (RFP): This RFP is issued by the State of Florida Department of Juvenile Justice (the Department)

More information

Exhibit 1 Florida Minority Business Enterprise (MBE) Utilization Report 2

Exhibit 1 Florida Minority Business Enterprise (MBE) Utilization Report 2 June 20, 2014 To: Prospective Providers Subject: DJJ Solicitation Number RFP 10190 Request for Proposals (RFP): The State of Florida, Department of Juvenile Justice (Department), is soliciting proposals

More information

*AUTHORIZED SIGNATURE (MANUAL) *AUTHORIZED SIGNATURE (TYPED), TITLE. *This individual must have the authority to bind the Respondent.

*AUTHORIZED SIGNATURE (MANUAL) *AUTHORIZED SIGNATURE (TYPED), TITLE. *This individual must have the authority to bind the Respondent. Page 1 of 95 pages AGENCY RELEASE DATE: December 15, 2008 SOLICITATION TITLE: AGENCY FOR WORKFORCE INNOVATION SUBMIT RESPONSE TO: Agency for Workforce Innovation Office of Procurement and Contract Administration

More information

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Page 1 of 19 pages Agency Release Date: April 28, 2015 SUBMIT REPLY TO: Department of Law Enforcement Office of General Services

More information

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-80 LAW ENFORCEMENT PHYSICAL ABILITIES ASSESSMENT

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-80 LAW ENFORCEMENT PHYSICAL ABILITIES ASSESSMENT FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-80 LAW ENFORCEMENT PHYSICAL ABILITIES ASSESSMENT Ms. Gerri Faircloth, Procurement Manager 620 S. Meridian Street Tallahassee,

More information

FLORIDA DEPARTMENT OF REVENUE INVITATION TO BID CONTRACTUAL SERVICES Acknowledgement Form

FLORIDA DEPARTMENT OF REVENUE INVITATION TO BID CONTRACTUAL SERVICES Acknowledgement Form FLORIDA DEPARTMENT OF REVENUE INVITATION TO BID CONTRACTUAL SERVICES Acknowledgement Form Page 1 of 118 pages AGENCY RELEASE DATE: 01/07/2010 SOLICITATION TITLE: SUBMIT BID TO: Moving Services to Capital

More information

Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida

Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Rick Scott Governor Jennifer Carroll Lt. Governor Herschel T.

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

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

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida EXHIBIT 1 Solicitation Date: March 5, 2014 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER,

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

More information

THE INVITATION TO BID DOCUMENT YOU RECEIVED IS SUBJECT TO CHANGE.

THE INVITATION TO BID DOCUMENT YOU RECEIVED IS SUBJECT TO CHANGE. State of Florida Department of Transportation District Five Contractual Service Office MS# 524 719 South Woodland Boulevard DeLand, Florida 32720-6834 INVITATION TO BID REGISTRATION ******************************************************************************

More information

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-02 BLUE CRAB TRAP RETRIEVAL PROGRAM

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-02 BLUE CRAB TRAP RETRIEVAL PROGRAM FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-02 BLUE CRAB TRAP RETRIEVAL PROGRAM Sharita Newman, Procurement Manager 620 S. Meridian Street, Room 364 Tallahassee, FL

More information

Telephone: Fax: Internet Address:

Telephone: Fax: Internet  Address: Bid Number: ITBSHELL.COMM Revised 03-16 Form No. 1 State of Florida Department of Transportation Procurement Services, MS # 4-524 719 South Woodland Boulevard DeLand, Florida 32720-6834 INVITATION TO BID

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

Tallahassee, Florida Telephone Number:

Tallahassee, Florida Telephone Number: DEPARTMENT OF ECONOMIC OPPORTUNITY INVITATION TO NEGOTIATE Solicitation Acknowledgement Form Page 1 of 66 pages SUBMIT REPLY TO: Department of Economic Opportunity Office of Property and Procurement AGENCY

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation INVITATION TO BID FDOT APL Traffic Equipment Supplemental bid to ITB-DOT-15/16-9005-GH ITB-DOT-17/18-9044-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

SOUTHWOOD SHARED RESOURCE CENTER REQUEST FOR PROPOSAL. TITLE: SSRC ORACLE LICENSING PROCUREMENT CONSOLIDATION FY15 v2 RFP # SSRC

SOUTHWOOD SHARED RESOURCE CENTER REQUEST FOR PROPOSAL. TITLE: SSRC ORACLE LICENSING PROCUREMENT CONSOLIDATION FY15 v2 RFP # SSRC 2585 Shumard Oak Boulevard Tallahassee, FL 32399 Tony K. Powell, Executive Director SOUTHWOOD SHARED RESOURCE CENTER REQUEST FOR PROPOSAL TITLE: SSRC ORACLE LICENSING PROCUREMENT CONSOLIDATION FY15 v2

More information

COMPLETE AND RETURN THIS FORM

COMPLETE AND RETURN THIS FORM State of Florida Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 332 Turlington Building 325 West Gaines Street Tallahassee, Florida 32399-0400 BID REGISTRATION

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

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

Better Health Care for all Floridians. October 10, 2013

Better Health Care for all Floridians. October 10, 2013 RICK SCOTT GOVERNOR Better Health Care for all Floridians ELIZABETH DUDEK SECRETARY Prospective Vendor(s): October 10, 2013 Subject: Solicitation Number: AHCA ITN 004-13/14 Title: Medicaid Program Integrity

More information

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

Vendor Information (SECTION TO BE COMPLETED BY VENDOR) SUBMIT BIDS TO: BID TITLE CITY OF TUSCALOOSA PURCHASING OFFICE P.O. BOX 2089 2201 UNIV. BLVD. TUSCALOOSA, AL 35403 TUSCALOOSA, AL 35401 TWO (2) TRASH TRAILER BODIES PAGE 1 OF 6 PAGES INVITATION TO BID

More information

INVITATION TO NEGOTIATE REGISTRATION

INVITATION TO NEGOTIATE REGISTRATION State of Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400 INVITATION TO NEGOTIATE

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

INVITATION TO BID (ITB) FOR DEODORANT BAR SOAP FDC ITB RELEASED ON March 13, 2017

INVITATION TO BID (ITB) FOR DEODORANT BAR SOAP FDC ITB RELEASED ON March 13, 2017 INVITATION TO BID (ITB) FOR DEODORANT BAR SOAP RELEASED ON March 13, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500 (850) 717-3700

More information

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT STATE OF FLORIDA ITB #1303 FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Item(s) of Bid: Number of Addenda as of above date: ITB Promega Plexor HY Quantification System Kits None Commodity

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

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

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

INVITATION TO BID (ITB) FOR MEDICAL SUPPLIES FDC ITB RELEASED ON December 18, 2017

INVITATION TO BID (ITB) FOR MEDICAL SUPPLIES FDC ITB RELEASED ON December 18, 2017 INVITATION TO BID (ITB) FOR MEDICAL SUPPLIES FDC ITB 18-052 RELEASED ON December 18, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500

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

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal STATE OF FLORIDA DEPARTMENT OF EDUCATION Request for Proposal Intent To Submit Proposal *********************************************************************************************************************************

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-08

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-08 FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-08 AQUATIC PLANT MANAGEMENT SERVICES SIMULTANEOUSLY APPLIED HERBICIDES Sharita Newman, Procurement Manager 620 S. Meridian

More information

December 5, 2013 Page 1 of 24

December 5, 2013 Page 1 of 24 FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION 620 SOUTH MERIDIAN STREET, ROOM 364 TALLAHASSEE, FLORIDA 32399-1600 (850)488-3427 TELEPHONE (850)921-2500 FAX INVITATION TO BID: FWC 13/14-113 TITLE: FWRI

More information

REQUEST FOR PROPOSALS (RFP) FOR OPERATION AND MANAGEMENT OF GADSDEN CORRECTIONAL FACILITY RFP NO: DMS-16/ THE STATE OF FLORIDA

REQUEST FOR PROPOSALS (RFP) FOR OPERATION AND MANAGEMENT OF GADSDEN CORRECTIONAL FACILITY RFP NO: DMS-16/ THE STATE OF FLORIDA 4050 Esplanade Way Tallahassee, FL 32399-0950 Tel: 850-488-2786 Fax: 850-922-6149 Rick Scott, Governor Erin Rock, Secretary REQUEST FOR PROPOSALS (RFP) FOR OPERATION AND MANAGEMENT OF GADSDEN CORRECTIONAL

More information

REQUEST FOR STATEMENTS OF QUALIFICATION PROFESSIONAL SERVICES

REQUEST FOR STATEMENTS OF QUALIFICATION PROFESSIONAL SERVICES FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SOLICITATION ACKNOWLEDGEMENT FORM REQUEST FOR STATEMENTS OF QUALIFICATION PROFESSIONAL SERVICES Page 1 of Page 55 SUBMIT BID TO: Florida Department of Environmental

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

INVITATION TO BID Solicitation Acknowledgement Form

INVITATION TO BID Solicitation Acknowledgement Form Page 1 of 33 pages AGENCY RELEASE DATE: April 18, 2018 SOLICITATION TITLE: INVITATION TO BID Solicitation Acknowledgement Form SUBMIT REPLY TO: Department of State R.A. Gray Building 500 South Bronough

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

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

REQUEST FOR PROPOSALS (RFP) FOR PERIMETER SECURITY SYSTEMS AT FLORIDA CORRECTIONAL INSTITUTIONS FDC RFP RELEASED ON November 17, 2017

REQUEST FOR PROPOSALS (RFP) FOR PERIMETER SECURITY SYSTEMS AT FLORIDA CORRECTIONAL INSTITUTIONS FDC RFP RELEASED ON November 17, 2017 REQUEST FOR PROPOSALS (RFP) FOR PERIMETER SECURITY SYSTEMS AT FLORIDA CORRECTIONAL INSTITUTIONS RELEASED ON November 17, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun

More information

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS BY THE

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: March 19, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER,

More information

State of Florida Department of State REQUEST FOR PROPOSALS FOR

State of Florida Department of State REQUEST FOR PROPOSALS FOR State of Florida Department of State REQUEST FOR PROPOSALS FOR Development of Five Year Digital Plan. RFP # 973-290-06-13-01 (Library Consultant) RELEASED ON: June 21, 2013 THIS COVER SHEET MUST BE SIGNED

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

BACKFLOW PREVENTER INSTALLATION

BACKFLOW PREVENTER INSTALLATION INVITATION TO BID FOR BACKFLOW PREVENTER INSTALLATION BID # 16B-021 Issued By: Mark LaRock, Buyer 1071 Canal Street The Villages, Florida 32162 Phone (352) 751-6700 * Fax (352) 751-6715 www.districtgov.org

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/10-035 LAM APPROVED REAL ESTATE BROKERS Table of Contents Section Description Page 1 Introduction 1 2 Proposed Schedule 2 3 Instruction

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

INVITATION TO BID-R Frieda Zamba Pool Renovations INVITATION TO BID-R-06-01 Frieda Zamba Pool Renovations Purpose: The City of Palm Coast is requesting bids from general contractors for the renovations of the Frieda Zamba Pool. The outdoor, unsheltered

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID Acknowledgement Form COMMODITY OR FURNISH & INSTALL

FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID Acknowledgement Form COMMODITY OR FURNISH & INSTALL FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID Acknowledgement Form COMMODITY OR FURNISH & INSTALL Page 1 of 25 pages AGENCY MAILING DATE: SOLICITATION TITLE: Roofing Material 04/10/2013 RESPONSES

More information

REQUEST FOR PROPOSALS (RFP) FOR DEPENDENT ELIGIBILITY VERIFICATION AUDIT SERVICES RFP NO: DMS-17/ THE STATE OF FLORIDA

REQUEST FOR PROPOSALS (RFP) FOR DEPENDENT ELIGIBILITY VERIFICATION AUDIT SERVICES RFP NO: DMS-17/ THE STATE OF FLORIDA 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850.922.6149 Rick Scott, Governor Erin Rock, Secretary REQUEST FOR PROPOSALS (RFP) FOR DEPENDENT ELIGIBILITY VERIFICATION AUDIT

More information

June 11, 2014 Page 1 of 45

June 11, 2014 Page 1 of 45 FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION 620 SOUTH MERIDIAN STREET, ROOM 364 TALLAHASSEE, FLORIDA 32399-1600 (850)488-3427 TELEPHONE (850)921-2500 FAX INVITATION TO BID: FWC 14/15-06 TITLE: FWC

More information

BID REGISTRATION TITLE: CLASSROOM ASSESSMENT SCORING ASSESSMENT (CLASS ) MATERIALS

BID REGISTRATION TITLE: CLASSROOM ASSESSMENT SCORING ASSESSMENT (CLASS ) MATERIALS State of Florida Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 332 Turlington Building 325 West Gaines Street Tallahassee, Florida 32399-0400 BID REGISTRATION

More information

The State of Florida. Department of Management Services

The State of Florida. Department of Management Services The State of Florida Department of Management Services INVITATION TO BID ITB No: 03-25100000-A MOTOR VEHICLES TABLE OF CONTENTS Section 1 Introduction... 4 Section 2 Instructions to Bidders... 13 Section

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID No. 17/18-009EO PHASE 1 ENVIRONMENTAL SITE ASSESSMENT FOR ROCK BLUFF SPRINGS, LLC TRACT 172.30 ACRES ±, IN GILCHRIST COUNTY Table of Contents

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

FLORIDA. 1 of 33. Services. Bureau of Support AGENCY. March 5, Fax: (850) SOLICITATION NO: RESPONSES WILL BE VENDOR NAME: VENDOR

FLORIDA. 1 of 33. Services. Bureau of Support AGENCY. March 5, Fax: (850) SOLICITATION NO: RESPONSES WILL BE VENDOR NAME: VENDOR FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID (ITB) Acknowledgement Form Page 1 of 33 pages Jacklyn Colson, Procurement Manager Department of Corrections AGENCY RELEASE DATE: Bureau of Support Services

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m. PUR666 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE September 2, 2015 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION INVITATION TO NEGOTIATE FWC 13/14-33 C. T. RANDALL REPAIR RELEASED ON: January 27, 2013 Sharita Newman, Procurement Manager 620 S. Meridian Street, Room

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

District Five Janitorial Services

District Five Janitorial Services State of Florida Department of Transportation REQUEST FOR PROPOSAL District Five Janitorial Services RFP-DOT-16-17-5004-JAN Cover Page RFP Page 1 of 17 I N T R O D U C T I O N S E C T I O N 1) INVITATION

More information

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-16-B-0004 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the Building 18 Site Repairs and Interior Renovation,

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

NAME CHANGE AGREEMENT

NAME CHANGE AGREEMENT STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES ALTERNATE CONTRACT SOURCE NUMBER: 060-000-13-1 ACS GENERAL PARTS DISTRIBUTION LLC D/B/A CARQUEST AUTO PARTS NAME CHANGE AGREEMENT This Agreement is entered

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS REQUEST FOR BIDS BID REQUEST NO. 604712 02 SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS ISSUE DATE: FEBRUARY 1, 2019 BID OPENING DATE: FEBRUARY 11, 2019 3:00 PM LOCAL TIME ISSUED

More information