PURCHASING MEMORANDUM
|
|
- Shonda Foster
- 5 years ago
- Views:
Transcription
1 New York State Office Of General Services Procurement Services Group Corning Tower Building Empire State Plaza Albany, New York PURCHASING MEMORANDUM BID SOLICITATION UPDATE RFP NUMBER: DATE: March 20, 2009 PLEASE ADDRESS INQUIRIES TO: GROUP: Public Safety Ancillary Equipment Percy Wilson Phone (518) Fax (518) BID OPENING: April 23, 2009 Larry Klein Team Leader Phone (518) Fax (518) SUBJECT: I. Response to Inquiries For RFP II. Addendum 1-Changes to RFP III. Updated Version of RFP 21390, dated March 20, 2009 TO PROSPECTIVE BIDDERS: SUBJECT I RFP 21390, Public Safety Ancillary Equipment and Accessories, contained a period for written inquiries. The following are the responses to inquires received for RFP 21390: 1. Page 1, Signature Page On the first page of the RFP it states that Bids may be sent to the Corning Tower - 38 th floor but on page 53 Section V.2 it states Bids are to be sent to Floor 37 Mayor Erastus Corning 2 nd Tower, GNAR Empire State Plaza. Which is the correct address? The following is the correct address to send bids: OGS Procurement Services Group, Floor 37, Mayor Erastus Corning 2 nd Tower GNAR Empire State Plaza Albany, New York, Addendum 1 changed the first page of RFP to clarify this.
2 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE 2 2. Page 1, Signature Page There are numerous areas in the RFP where the vendor is required to provide a signature. Will NYS consider amending the Signature Page to cover all signatures? OGS will not amend the Signature Page to cover all signatures. All signatures are required per the requirements of Section VI and Appendix C of RFP Page 6, Section I.1, Scope Is this RFP for a project or is it a contract vehicle? If this is a contract vehicle, is it similar to the RFP Security Systems and Solutions? RFP is a contract vehicle. Page 6, Section I.1 states Contracts established as a result of this RFP will be for Authorized Users of New York State contracts, which include New York State Agencies and others authorized by law (see NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS in Section I.5). Authorized Users will issue purchase orders for specific projects during the life of contracts awarded as a result of RFP Page 12, Section II.3.H, General Conditions Regarding warranty, our warranty is 12 months from shipment. The contract says 12 months from delivery. Is that the same thing? Twelve months from shipment is not the same as twelve months from delivery. Warranty shall begin when the product arrives at the Authorized User s premises. 5. Page 16, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ) If a published catalog does not exist for a specific manufacturer will a catalog from a contractor / bidder be allowed as a suitable substitute? The bidder is allowed to provide their officially published catalog. However, the bidder must provide a letter from the manufacturer, on the manufacturer s official corporate letterhead, attesting that they don t have an officially published catalog and that the MSRP in the bidder s officially published distributor catalog is the same MSRP that the manufacturer offers to all customers in the United States. 6. Page 16, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ) The RFP states that it is mandatory that the Bidder provides 80% or more of the products offered in the manufacturers catalog. Does this mean 80% of the equipment as it pertains to the LOTS or 80% of the catalog regardless of if it is applicable to the LOTS? The 80% requirement pertains to the products in the catalog that are applicable to the LOT.
3 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE 3 7. Page 16, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ) The manufacturer s officially published catalog that we are proposing contains many products that will be discontinued within the next six months. The manufacturer will not allow us to bid these products. If the discontinued products are counted, we will not meet the 80% or more requirement of the RFP. What do we do in this situation? For this situation, the bidder must provide a letter from the manufacturer, on the manufacturer s official corporate letterhead, identifying the products that will be discontinued and providing the anticipated time when an updated manufacturer s officially published catalog will be released. OGS anticipates that the bidders product lines and MSRP will change between the bid opening and contract award. Section III.18 of RFP outlines the procedure for changing the NYS Net Price Sheets. 8. Page 16, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ), LOT 1 Please confirm that a multiband portable radio, providing interoperability across multiple radio frequencies and communications devices fits within the category definition of LOT 1 Interoperability Systems. Portable radios do not meet the scope of RFP OGS recommends that vendors with multiband portable radios register for the OGS Bidder Notification System (BNS) under codes 32, 43, 46, and 92 for the Radio Communications Equipment RFP (Group 77200, RFP 19521). RFP will be re-released according to the period recruitment provisions of the RFP. RFP will be released through the OGS Bidder Notification System. Please click on the link in Question 36 of this Purchasing Memorandum to register on the Bidder Notification System. If you have any questions, be sure to contact Customer Services at or send an to customer.services@ogs.state.ny.us 9. Page 16, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ), LOT 1 This goes far beyond simply linking voice and PTT. Such an "Interoperability System" would need to translate radio signaling protocols, which in many cases are proprietary. Is NYS looking for someone to design a solution so that these signaling protocols can talk to each other? The requirement for interoperability of trunking protocols was changed to interoperability of voice with PTT. Bidders may offer addition features such as secure transmissions, emergency ID, unit ID, and call priority. Addendum 1 changed Section II.8.1 of RFP to reflect this. As for NYS looking for someone to design a solution, please refer to the answer to Question 3. Authorized Users of contracts resulting from RFP will make those determinations. 10. Page 16, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ), LOT 1 For the VoIP solution is NYS looking to integrate and at what level in the Radio System? Is the VoIP solution a stand alone test bed or is it integrated with Radio Mid-Com interface? See the answer to Question 3. Authorized Users of contracts resulting from RFP will make those determinations.
4 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE Page 16, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ), LOT 1 Does the system need to be cataloged as separate components or as a complete system? Section I.1 of RFP states that The New York State Office of General Services (OGS), Procurement Services Group (PSG) is seeking responses to this RFP for the purpose of establishing comprehensive catalog contracts for Public Safety Ancillary Equipment and Accessories. For the Bid Sheets in Section VIII, Appendix C, Section 5a of RFP states that Bidders must base their bids on the latest revision of the manufacturer s or distributor s officially published catalog in effect and identified as of the time of the bid opening. Finally, Appendix C, Section 5c, part iii of RFP provides instructions on how to complete the NYS Net Price List (Attachment 1 on OGS Bid Calendar) as follows: Next, the Bidder is to enter the manufacturer and model name/number of the product along with the product description. The Bidder is to then enter the manufacturer s suggested retail price. The Bidder must use the model name/number and MSRP from the catalog stated in the Bid Sheet. Do not include bundled items, bundled prices, or alternative model names/numbers that are not shown in the Manufacturer s or Distributor s Officially Published Catalogs. 12. Page 18, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ), LOT 4 For the Fire Station Alerting Systems what type of interfaces is required? Are these Fire Station Alerting Systems dispersed over different areas? See the answer to Question 3. Authorized Users of contracts resulting from RFP will make those determinations. 13. Page, 18, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ), LOT 4 What types and how many Fire Alarm Alerting Systems are there? See the answer to Question 3. Authorized Users of contracts resulting from RFP will make those determinations. 14. Page 18, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ), LOT 6 Can we get an idea of what type of building structures will we be dealing with (size, structure type, etc )? See the answer to Question 3. As contracts awarded as a result of RFP are not project specific, we have no way of knowing this. Authorized Users of contracts resulting from RFP will make those determinations at the time of purchase.
5 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE Page 20, Section II.8.2, Services (LOT ) Should vendors include the pricing for warranty Y2-Y5 in the list price or as a warranty beyond standard warranty priced out per year? Per Appendix C, Section 5c, part iv, bidders are to propose prepaid emergency maintenance (after expiration of the standard warranty) for a monthly, yearly, 2-year, or 3-year period for individual items in the NYS Net Price List or on a per system basis. If the bidder has an extended warranty listed in their officially published catalog with MSRP, it can be listed in the NYS Net Price List along with the other products. However, the extended warranty must be included in the discount category structure (e.g Category A-10%, Category B-15%, etc.). OGS will not accept built in increases to a yearly service rate. An example of this would be as follows: Year 2-$100 Year 3-$110 Year 4-$120 Year 5-$130 Section III.18 of RFP outlines the procedure for increasing service prices as follows: Additionally, where the pricing submitted for services are not benchmarked to an approved GSA Supply Schedule, Vendor may request an increase in the pricing contained in the NYS Net Price List provided that Vendor certifies in writing that the price change for services applies to all U.S. customers using the same benchmark. Such adjustment shall not exceed the lesser of five (5%) percent or the percent increase in the latest copy of the National Consumer Price Index for All Urban Consumers (CPI-U), as published by the U.S. Department of Labor, Bureau of Labor Statistics, Washington, D.C Vendor has the sole responsibility to submit to OGS a service rate adjustment request thirty (30) days prior to the anniversary date of the contract award, providing a copy of the index and other supporting documentation necessary to support the request. In the event that this index ceases to be published, the referent index shall be as issued by the U.S. Department of Labor in its place. In no case shall the percentage increase result in a NYS Price, which exceeds Vendor s commercial price list. 16. Page 21, Section II.9.1, General Provisions (Maintenance of Equipment) Several lots will have Passive products that normally do not require maintenance. How should maintenance for those products be reflected in the pricing table? Per Appendix C, Section 5c, part iv Valid entries include the following: Dollar Amount. No Cost. The Bidder provides maintenance service on the item at no cost to the purchaser. Included. The cost of maintenance is included with the service rate stated above. The price sheet must clearly refer the purchaser to the rate that will be paid. Not Applicable. Maintenance service is not performed for the item.
6 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE Page 35, Section II.20, Examination of Sites and Specifications (Mandatory) Please clarify the mandatory site visits requirement. Are the site visits to be conducted prior to the issuance of a specific Purchase Order resulting from a contract issued as a result of RFP or are site visits required prior to submitting a proposal of RFP 21390? The site visits are to be conducted prior to the issuance of a specific Purchase Order resulting from a contract issued as a result of RFP Page 35, Section II.20, Examination of Sites and Specifications (Mandatory) For the Lots that require site visits what allowances will there be for specialized products that may be required due to the uniqueness of the site. If the specialized product is within the scope of RFP 21390, the Contractor can follow the procedures outlined in Section III.18 of RFP for changing the NYS Net Price Sheets. The specialized product would have to be available for purchase for all Authorized Users of NYS contracts at or below the stated NYS Net Price. If the specialized product is outside the scope, the Contractor and Authorized User would have to use a contract vehicle outside of Award Page 44, Section III.15, Price Adjustments Will NYS accept an updated price list every year? The Contractor can follow the procedures outlined in Section III.18 of RFP for changing the NYS Net Price Sheets whenever there are changes in products and services. Updates can be submitted on a periodic basis to coincide with newly published catalogs or on an ad hoc basis when a specialized product is needed for a unique solution. 20. Page 50, Section III.24, Procurement Contract Fee All of the product to be offered by us is sold/service by dealers through out the State. This Contract Fee adds additional cost to the product, unnecessary paperwork, and accounting for the product we plan to offer. We request that the State rescind this requirement allowing us to offer our true best price without added contract fees. With the rising cost of doing business these additional charges make it ever so much more difficult to do business in New York State. Being a small business in New York State we find it hard to believe the State has come up with yet another reason to prevent growth of businesses in the State by adding yet another TAX (called a Contract fee). State Finance Law 163-c (added by Part F of Chapter 56 of the Laws of 2008) imposes a centralized procurement contract fee (procurement fee) for centralized contracts for the purchase of commodities, services and technology awarded and administered by the Commissioner of General Services. OGS does not have control of modifying the State Finance Law (passed by the New York State Legislature) and therefore, cannot rescind the Procurement Contract Fee.
7 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE Page 51, Section III.28, Product Support For discontinued products, will NYS allow substitution of newer, functionally equivalent products to comply with III.28? Substitution of newer, functionally equivalent products will be allowed for discontinued products if the substitution is not a forklift upgrade of a system solution. The Contractor can follow the procedures outlined in Section III.18 of RFP for deleting the discontinued products from and adding the newer, functionally equivalent products to the NYS Net Price Sheets. 22. Page 114, Appendix B General Specifications -Section 78(a), (d); Exception and Request for Clarification: Section 78(a) provides for a perpetual, fully paid license to software. Moreover, 78(d) provides that software maintenance is optional. In the case of VOIP based products, the software component may represent a substantial aspect of the overall functional capabilities of the product being proposed. In this regard, ongoing software maintenance and support is an integral part of the product offering to ensure that the product remains current. In the case of interoperable gateway solutions which by their nature envision collaborative interaction and use among disparate parties, maintaining software compatibility among users is particularly important to maintaining the functional integrity of the product. It is common industry practice to require maintenance subscription as a condition to its licensed use, and provision should be made for these concepts in order to avoid the exclusion of potentially cost effective and state of the art of products which vendors cannot reasonably comply with. Page 22, Section II.9.1 of RFP states the following: The Authorized User shall not be required to purchase maintenance for use of product, and may discontinue maintenance at the end of any current maintenance term upon 30 days written notice to Contractor prior to the end of the term. In the event that the Authorized User has elected not to purchase a maintenance plan, or the Authorized User has discontinued such purchased maintenance, the Authorized User may acquire hourly emergency maintenance at any time thereafter. The Authorized User may only return to a maintenance plan after obtaining express written approval from the Contractor. The NYS Net Price Sheets-Attachment 1 on the Bid Calendar on the OGS web site has an hourly emergency maintenance table for bidders to provide these rates. It would be the Authorized User s decision to acquire a software maintenance subscription. If the software becomes outdated, it would be the Authorized User s responsibility. The Contractor could recommend a software maintenance subscription to the Authorized User.
8 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE Page 114, Appendix B General Specifications Appendix -Section 78; See, also Section 78(e): Exception and Request for Clarification: Section 78(a) should be modified to provide for and contemplate embedded software which is specifically tied to a specific licensed hardware unit. Under the current proposed language, software is envisioned solely in a seat license context and fails to account for licensing methods where software is licensed for use by specified end-users (such as an agency and its employees without regard to number) in conjunction with a specific computing machine unit. Similarly, where software is licensed for use with a dedicated computing device, Section 78(e) appears to permit the transferability and movability of software without restriction to other computing devices. Vendors should be permitted to restrict transfer of software where the software is specifically designed to reside on a dedicated computing device. Reasons for this includes the fact that interoperable communications require enhanced security and stability, and requiring software to operate on dedicated computing devices improves security and reliability. OGS will not change Sections 78(a) and 78(e) of Appendix B. The RFP states the following: II.2 GENERAL CONSIDERATIONS Prospective bidders should note that the Appendix A Standard Clauses for New York State Contracts and Appendix B General Specifications shall apply to this RFP. NOTE: Appendix B was revised and updated in July 2006, no changes to Appendix B will be considered. Listing extraneous terms that conflict with Appendix B will delay the evaluation of your proposal and may delay a recommendation for contract award or cause the proposal to be deemed non-responsive and ineligible for contract award. 24. Page 117, Appendix B General Specifications -Section 81(b). Exception and Request for Clarification: Section 81(b) should be modified to permit network or network-like interface devices ( NIDs ) to be furnished by the Vendor and for the Vendor to maintain ownership of such devices as is customary within the communications industry. Section 81(b) provides for no such concept. In connection therewith, Vendors should be permitted to require premises owners where the NID devices are located to enter into a site access and equipment location agreement on mutually agreeable terms. Vendors should be permitted to include as a supplemental attachment the standard proposed terms and conditions of such an agreement. Network Interface Devices that are used as a demarcation for telecommunications services provided by the Contractor or other service providers are not part of the scope for RFP Page 135, Appendix C, Section 3a, Financial Security/Certification to Conduct Business/Insurance The first paragraph states there is a requirement for a D&B D-U-N-S number along with a company profile. If a company currently holds a contract under Group can we include this information from this current contract? Companies that currently hold a contract under Group can use their previous D-U-N-S number and company profile.
9 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE Page 135, Appendix C, Section 3a, Financial Security/Certification to Conduct Business/Insurance The second paragraph states Bidder required to provide D&B Comprehensive Report with bid. If we currently hold a contract with Group is this necessary? If so can we use the one we used for our current contract? Companies that currently hold a contract under Group would still have to provide an updated D&B Comprehensive Report. 27. Page 138, Appendix C, Section 3c, Financial Security/Certification to Conduct Business/Insurance For Commercial General Liability Insurance, the RFP states that the requirement is with a limit of not less than $5,000, each occurrence. The current Group Radio Communications Contract is $1,000,000 per occurrence. Many of the dealer and service shops on the current contract had difficulties in obtaining the $5,000,000 requirement and the State rescinded to $1,000,000. We request that the State follow the current insurance requirements in place regarding General Liability. Commercial General Liability Insurance was changed from $5,000,000 to $1,000,000. Addendum 1 changed Appendix C, Section 3c of RFP to reflect this. 28. Page 139, Appendix C, Section 3c, Financial Security/Certification to Conduct Business/Insurance For Business Automobile Liability Insurance, the RFP states that the requirement is with a limit of not less than $5,000, each occurrence. The current Group Radio Communications Contract is $1,000,000 per occurrence. Many of the dealer and service shops on the current contract had difficulties in obtaining the $5,000,000 requirement and the State rescinded to $1,000,000. We request that the State follow the current insurance requirements in place regarding Automobile Liability. Business Automobile Liability Insurance was changed from $5,000,000 to $1,000,000. Addendum 1 changed Appendix C, Section 3c of RFP to reflect this. 29. Page 139, Appendix C, Section 3c, Financial Security/Certification to Conduct Business/Insurance For Errors and Omission Liability Insurance, the RFP states that the requirement is with a limit of not less than $5,000,000 per loss. The current Group Radio Communications Contract is $1,000,000 per occurrence. Many of the dealer and service shops on the current contract had difficulties in obtaining the $5,000,000 requirement and the State rescinded to $1,000,000. We request that the State follow the current insurance requirements in place regarding Errors and Omissions Liability. Errors and Omission Liability Insurance was changed from $5,000,000 to $1,000,000. Addendum 1 changed Appendix C, Section 3c of RFP to reflect this.
10 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE Page 140, Appendix C, Section 3c, Financial Security/Certification to Conduct Business/Insurance For Pollution Legal Liability Insurance, the RFP states in the last paragraph If Contract includes disposal of material pollution legal liability $5,000,000. Two-Way Radio equipment that we plan to offer is ROHS compliant and does not contain the aforementioned hazardous material; therefore we request that this requirement be waved for the type of product we offer. Pollution Legal Liability Insurance was modified to require Contractors to purchase it when specified by an Authorized User for their specific purchase. Addendum 1 changed Appendix C, Section 3c of RFP to reflect this. The Contract Award Notification for Award will advise Authorized Users of this requirement. 31. Page 150, Appendix C, Section 3a, Bid Sheets If the manufacturer does not have an officially published catalog, what is an acceptable response to fill in as the name and date? The name and date of the bidder s officially published catalog would be acceptable. The bidder must also provide a letter from the manufacturer, on the manufacturer s official corporate letterhead, attesting that they don t have an officially published catalog and that the MSRP in the bidder s officially published distributor catalog is the same MSRP that the manufacturer offers to all customers in the United States. 32. Page 158, Appendix C, Section 7, Proof of Sales The RFP states that Bidders must show proof of sales for the equipment listed on their proposed NYS Net Price Sheets for the 24 month period prior to the bid opening date for customers throughout the United States. The Bidders must provide proof of sales on a per LOT basis for each LOT bid. How do we count sales for a new product that has not been on the market for 24 months? This new product is similar to the products we provided over the last 24 months. The bidder does not need to show proof of sales for every item on the NYS Net Price Sheet. For example, if a NYS Net Price Sheet has 980 products that were on the market for the last 24 months and 20 products that were on the market for one month, proof of sales can be demonstrated from among the 980 products. However, if a major component of a bidder s proof of sales for a LOT is met with a set of products that was replaced with equivalent products within the last 24 months; the bidder may use sales for the discontinued items as proof of sales. Sales for the discontinued products have to be within 24 months of the bid opening. NYS reserves the right to determine whether the discontinued items are equivalent to the replacement products and meet the scope of the LOT bid. Addendum 1 changed Appendix C, Section 7 of RFP to reflect this. 33. Page 152, Appendix C, Section 3b, Manufacturer s and Distributor s Official Published Catalog Can we provide an excel spreadsheet showing the part numbers, descriptions and list price in lieu of providing you with a copy of the officially published catalog if one does not exist from the manufacturer? An Excel spreadsheet showing the part numbers, descriptions, and MSRP (not list price) in lieu of providing a copy of the manufacturer s officially published catalog is acceptable. However, the bidder must provide a letter from the manufacturer, on the manufacturer s official corporate letterhead, attesting that they don t have an officially published catalog and that the MSRP in the bidder s officially published distributor catalog is the same MSRP that the manufacturer offers to all customers in the United States.
11 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE Page 187, Appendix F, Prevailing Wage Rates The RFP states that we should find current labor rates at Upon viewing the site and downloading the 2000 page document we found that this document pertains to general construction, nothing about Two-Way Radio Equipment. In order to fill out the NET Price Pages for Integration, Installation, Move, Add, Changes, Preventive Maintenance, Training, and Equipment Inspection do we put our rates under Non-Prevailing Wages Column and ignore the other rate columns? Per Page 155, Appendix C, Section 5c, part vi, The Bidder is to then determine if the job title is a Prevailing Wage job title. This section also states If the job title is not a Prevailing Wage job title, the Bidder is to enter the Total Hourly Rate in the Non-Prevailing Wage column only. 35. Attachment 1 - New York Net Price Sheet ( Net Price Sheet) Question and Request for Clarification: In addition to a straight purchasing option in respect of equipment that may be purchased under the subject contract, we offer alternate time based payment mechanisms (Alternate Payment Structures ). For example, rather than offering a widget for sale with an upfront purchase price of $100.00, the Vendor may also offer an installment payment method or capital lease type offering wherein the purchaser may pay $22.00 per year for five (5) years. Alternate Payment Structures provide purchasers with more flexibility to acquire equipment within the constraints and availability of finances. The Net Price Sheet does not provide a means to offer Alternate Payment Structures. Should a supplemental sheet or other means be used to offer such alternatives, or are they not permitted. Alternate payment structures are not included on the OGS price pages. Any such future arrangements would be between Authorized Contract Users and the contract holder and would need to comply with any regulations in effect at the time of purchase. 36. How can prospective bidders for this and other procurement opportunities receive notification of such opportunities? Potential bidders are encouraged to register on the New York State Online Vendor Notification System at: Potential bidders are encouraged to periodically reference the Bid Calendar at for bid opportunities and bid updates.
12 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE 12 SUBJECT II - ADDENDUM 1 NOTE: Bidders are reminded that incomplete, inaccurate, or noncompliant submissions may result in rejection or delay of award of their bid submission. Bidders are required to submit the latest version of RFP Failure to do so can cause their proposal to be deemed non-responsive and ineligible for recommendation for Contract Award. Changes to RFP: The following changes are hereby made to RFP 21390: 1. Page 1, Signature Page (Corrected version included in the revised RFP) From: State of New York Executive Department Office of General Services -Procurement Services Group Corning Tower - 38th Floor Empire State Plaza Albany, NY To: State of New York Executive Department Office of General Services -Procurement Services Group Corning Tower - 37th Floor Empire State Plaza Albany, NY Page 16, Section II.8.1, NYS Net Price Lists for LOTS 1-8 (LOT ), LOT 1 From: The interoperability system shall handle radios in multiple bands such as HF, VHF low band, VHF high band, UHF, 700 MHz, 800 MHz, and 900 MHz and be compatible with protocols such as, but not limited to, Project 25, OpenSky, SmartNet/SmartZone, EDACS, Multi-Net, and Logic Trunked Radio trunking protocols. To: The interoperability system shall handle radios in multiple bands such as HF, VHF low band, VHF high band, UHF, 700 MHz, 800 MHz, and 900 MHz and link voice with PTT for radios with protocols such as, but not limited to, Project 25, OpenSky, SmartNet/SmartZone, EDACS, Multi-Net, and Logic Trunked Radio trunking protocols. Bidders may offer additional features such as secure transmissions, emergency ID, unit ID, and call priority.
13 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE Page 78, Appendix 1, NYS Standard Vendor Responsibility Questionnaire (SVRQ) The Yes and No boxes were removed for the statement in question 14(o) of the SVRQ. Bidders are to complete the March 2009 version of the SVRQ and submit it in their proposals. 4. Page 138, Appendix C, Section 3c, Financial Security/Certification to Conduct Business/Insurance From: The Contractor, throughout the term of this Contract, or as otherwise required by this Contract, shall obtain and maintain in full force and effect, the following insurance with limits not less than those described below and as required by the terms of this Contract, or as required by law, whichever is greater (limits may be provided through a combination of primary and umbrella/excess policies): To: The Contractor, throughout the term of this Contract, or as otherwise required by this Contract, shall obtain and maintain in full force and effect, the following insurance (unless noted) with limits not less than those described below and as required by the terms of this Contract, or as required by law, whichever is greater (limits may be provided through a combination of primary and umbrella/excess policies): 5. Page 138, Appendix C, Section 3c, Financial Security/Certification to Conduct Business/Insurance From: Commercial General Liability Insurance with a limit of not less than $5,000,000 each occurrence: To: Commercial General Liability Insurance with a limit of not less than $1,000,000 each occurrence: 6. Page 139, Appendix C, Section 3c, Financial Security/Certification to Conduct Business/Insurance From: Comprehensive Business Automobile Liability Insurance with a limit of not less than $5,000,000 each accident: To: Comprehensive Business Automobile Liability Insurance with a limit of not less than $1,000,000 each accident:
14 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE Page 139, Appendix C, Section 3c, Financial Security/Certification to Conduct Business/Insurance From: Errors and omissions liability insurance with a limit of not less than $5,000,000 per loss: To: Errors and omissions liability insurance with a limit of not less than $1,000,000 per loss: 8. Page 140, Appendix C, Section 3c, Financial Security/Certification to Conduct Business/Insurance The following expanded language provides additional information on Pollution Legal Liability Insurance: NOTE: THE CONTRACTOR IS NOT REQUIRED TO PURCHASE POLLUTION LEGAL LIABILITY INSURANCE WITHIN 30 DAYS OF NOTIFICATION OF CONTRACT AWARD. THE AUTHORIZED USER MAY REQUIRE THE CONTRACTOR TO PROVIDE POLLUTION LEGAL LIABILITY INSURANCE AS A CONDITION OF THEIR PURCHASE. THE CONTRACTOR IS TO PROVIDE POLLUTION LEGAL LIABILITY INSURANCE TO THE AUTHORIZED USER AT A TIME MUTUALLY ACCEPTABLE TO BOTH PARTIES. 9. Page 158, Appendix C, Section 7, Proof of Sales The following expanded language provides additional information on Proof of Sales: If a major component of a bidder s proof of sales for a LOT is met with a set of products that was replaced with equivalent products within the last 24 months; the bidder may use sales for the discontinued items as proof of sales. Sales for the discontinued products have to be within 24 months of the bid opening. NYS reserves the right to determine whether the discontinued items are equivalent to the replacement products and meet the scope of the LOT bid.
15 GROUP PUBLIC SAFETY ANCILLARY EQUIPMENT PAGE 15 SUBJECT III Addendum 1 changes have been incorporated into a revised version of RFP 21390, dated March 20, The new version of RFP must be used in your bid submission. A signed copy of Addendum I must be included with your proposal submission in response to RFP ATTENTION: Bidders are responsible for submitting the latest version of RFP 21390, and all revised, required submissions, dated March 20, Failure to do so may result in your bid being considered non-responsive. Bidders must acknowledge receipt of this Addendum and that their proposal submission will be based upon RFP Version dated March 20, 2009, by completing the following section and providing three copies with original ink signatures of the completed form with their bid. Reference the Proposal Table of Contents in the RFP. All bids shall be considered on the basis of this amendment. All other terms and conditions of the bid solicitation remain unchanged. I acknowledge receipt of ADDENDUM #01 of RFP Public Safety Ancillary Equipment BID OF (COMPANY): ADDRESS: CITY, STATE, ZIP: SIGNATURE OF BIDDER: PRINTED COPY OF SIGNATURE: DATE: * * * * *
Telephone No. (518) address:
BID OPENING DATE: April 23, 2009 TIME: 11:00 AM REQUEST FOR PROPOSALS NUMBER: 21390 State of New York Executive Department Office of General Services -Procurement Services Group Corning Tower - 37th Floor
More informationContractor s Insurance Requirements
ATTACHMENT 5 Contractor s Insurance Requirements Upon tentative award, Bidder shall be required to procure at its sole cost and expense all required insurance. The Contractor shall procure at its sole
More informationInvitation to Bid (ITB) Medical and Dental Supplies. No S ADDENDUM NO. 2. Questions and Answers & ITB Revisions
Invitation to Bid (ITB) Medical and Dental Supplies 19-42000000-S ADDENDUM NO. 2 Questions and Answers & ITB Revisions Page 1 of 8 Contained herein are the answers to the questions submitted to the Department
More informationPURCHASING MEMORANDUM
New York State Office Of General Services Procurement Services Group Corning Tower Building Empire State Plaza http://www.ogs.state.ny.us PURCHASING MEMORANDUM CONTRACT AWARD NOTIFICATION UPDATE AWARD
More informationPURCHASING MEMORANDUM
CONTRACT AWARD NOTIFICATION UPDATE AWARD NUMBER: C-4476-G DATE: October 13, 2006 GROUP: 38221 Alarm & Signal Systems STATE AGENCIES & CONTRACTORS Joseph Better Purchasing Officer I (518) 474-7101 Joseph.better@ogs.state.ny.us
More informationFREQUENTLY ASKED QUESTIONS
Group 39000 Award 22918 INDUSTRIAL & COMMERICAL SUPPLIES AND EQUIPMENT FREQUENTLY ASKED QUESTIONS Authorized Users of these contracts are strongly encouraged to read the contract terms and conditions in
More informationCONTRACT AWARD NOTIFICATION
State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT
More informationAppendix C Contract Modification Procedure
Page 1 of 9 These Contract Modification Procedures, which incorporate the Contract Modification Form and.1 - Contract Pricing Modifications, are subject to change at the discretion of OGS. There are three
More informationPURCHASING MEMORANDUM
New York State Office Of General Services Procurement Services Group Corning Tower Building Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us PURCHASING MEMORANDUM CONTRACT AWARD NOTIFICATION
More informationContract Award Notification (Revised )
NEW YORK STATE OFFICE OF GENERAL SERVICES PROCUREMENT SERVICES GROUP 38th Floor - Corning Tower Building Empire State Plaza Albany, New York 12242 Contract Award Notification (Revised 08-14-07) Title:
More informationCONTRACT AWARD NOTIFICATION
State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT
More informationCONTRACT AWARD NOTIFICATION
State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT
More informationCity of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga
City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February
More informationInsurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.
GROUP 31503 BITUMINOUS CONCRETE HOT MIX ASPHALT VPP PAGE 1 of 7 Insurance Requirements The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.
More informationPURCHASING MEMORANDUM
New York State Office Of General Services Procurement Services Group Corning Tower Building Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us PURCHASING MEMORANDUM BID SOLICITATION UPDATE
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-02 HP OEM Toner & Ink Date: October 5, 2016
More informationREQUEST 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 informationCONTRACT AWARD NOTIFICATION June 27, 2007
State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT
More informationPURCHASING MEMORANDUM
NEW YORK STATE OFFICE OF GENERAL SERVICES PROCUREMENT SERVICES GROUP http://www.ogs.state.ny.us PURCHASING MEMORANDUM NUMBER: Award 11825 DATE: October 9, 2001 SUBJECT: Group 36501 - PLEASE ADDRESS INQUIRIES
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders
More informationCONTRACT AWARD NOTIFICATION
State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT
More informationChapter #III Internal Procedures
3.101.00 Purchase Requisition Procedures Chapter #III Internal Procedures Purchase requisitions represent the initial step in the purchasing process. They are submitted to the accounting section of the
More informationRequest for Proposals for a VOIP Telephone System
County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for a VOIP Telephone System Note: This public body does not discriminate against faith-based
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders
More informationWSCA/NASPO PC Contracts
Page 1 of 12 Pages Last Things, First: If your governmental entity is interested in using the WSCA/NASPO PC Contracts, there is a process to follow to legally use these contracts. This document is intended
More informationCONTRACT AWARD NOTIFICATION
State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT
More informationCONTRACT AWARD NOTIFICATION
State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT
More informationADVERTISEMENT FOR BIDS
Bismarck Public Schools Child Nutrition - Milk, Dairy and Juice Products Bismarck, North Dakota ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids for Milk, Dairy and Juice Products, for Bismarck
More informationPURCHASING MEMORANDUM
AWARD NUMBER: PGB-3711 DATE: September 26, 2007 GROUP: 38213 Geographic Positioning Systems (GPS) STATE AGENCIES & CONTRACTORS Joseph Better Joseph.better@ogs.state.ny.us CONTRACT PERIOD: December 1, 1998
More informationFLORIDA STATE UNIVERSITY PURCHASING DEPARTMENT A1400 UNIVERSITY CENTER TALLAHASSEE FL ADDENDUM ACKNOWLEDGMENT FORM. DATE: October 4, 2006
FLORIDA STATE UNIVERSITY PURCHASING DEPARTMENT A1400 UNIVERSITY CENTER TALLAHASSEE FL 32306-2370 ADDENDUM ACKNOWLEDGMENT FORM DATE: October 4, 2006 ADDENDUM NO. 6 to our Bid K 5067-4 BID TITLE: IT Hardware
More informationREQUEST 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 informationRequest for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST
RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00
More informationNorth East King County Regional Public Safety Communication Agency (NORCOM), Bellevue, Washington
Request for Proposal Logging Recorder System for NORCOM 1 REQUEST FOR PROPOSALS Software and Implementation Services for LOGGING RECORDER SYSTEM for the North East King County Regional Public Safety Communication
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:
More informationRequest for Proposal #12PSX0392
Request for Proposal #12PSX0392 Department of Administrative Services AFAO: : Daniel Melesko Date Issued: December 21, 2012 Due Date: March 8, 2013 RFP template Last Saved 12/21/12 Page 1 of 12 TABLE OF
More informationGENERAL TERMS AND CONDITIONS
GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting
More informationPURCHASING MEMORANDUM
AWARD NUMBER: 18348 DATE: January 3, 2007 CONTRACT PERIOD: July 1, 2003 - June 30, 2008 Price List Revision Please note the following revision to the above contract effective February 19, 2007. PREVIOUS
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL 2010-092204P CONSULTING SERVICES FLEET OPERATIONS ASSESSMENT Sealed proposals addressed to David Logan, Purchasing Agent, 2nd Floor, Municipal Operations Complex, 175 Rothesay Avenue,
More informationBID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083
INVITATION TO BID BID NO. 9827 AQUATIC SPORTS TIMING EQUIPMENT AND INSTALLATION TROY HIGH SCHOOL TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing, delivering
More informationRFP FOR PROCUREMENT: ATM UPGRADE (Hardware and Software) for EMV Compliance
RFP FOR PROCUREMENT: ATM UPGRADE (Hardware and Software) for EMV Compliance RFP No. IT/11/ 24 Date: 23/04/2017 IMPORTANT DATE: LAST DATE FOR SUBMISSION OF QUOTES: 11 th MAY, 2017 State Bank of India (SBI),
More informationParticipation in these contracts
Participation in these contracts These contracts were bid in conjunction with the National Association of State Procurement Officials (NASPO) and are open to any State, and its eligible entities, in the
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All
More informationWHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014
1 WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014 WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL TABLE OF CONTENTS Purchasing Policy Introduction... 3 Policy Specifics...
More informationINSTRUCTIONS TO BIDDERS
11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction
More informationIDBI Bank Limited Corrigendum to the RFP for Procurement of EWS Solution for IDBI Bank Ltd IDBI/CMG/RFP/ /03 dated: 15-October-2018
IDBI Bank Limited Corrigendum to the RFP for Procurement of EWS Solution for IDBI Bank Ltd IDBI/CMG/RFP/2018-19/03 dated: 15-October-2018 The following modifications have been proposed in the RFP IDBI/CMG/RFP/2018-19/03
More informationPROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4
PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/4/2018 ADDENDUM #4 To prospective Bidder(s) on Bid # 54291 Inspection, Testing and Maintenance of the
More informationThe vendor will provide at least one day of training at each location.
SPECIFICATIONS The bid must include the price on a flat cost-per-copy basis. The cost to the school/district will be determined by multiplying the number of copies made by the quoted cost per copy. Copy
More informationRequest for Proposal RFP # SUBJECT: Ergotron LX
Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing
More information1355 Southfield Rd. Lincoln Park, MI The City of Lincoln Park is accepting sealed bids for Ambulance Services for our citizens.
City of Lincoln Park 1355 Southfield Rd. Lincoln Park, MI 48146 INVITATION FOR PROPOSALS The City of Lincoln Park is accepting sealed bids for Ambulance Services for our citizens. Sealed bids must be returned
More informationCity of Fulton, Missouri INVITATION FOR BID
City of Fulton, Missouri INVITATION FOR BID RETURN ALL BIDS TO: CITY OF FULTON C/O Courtney Crowson, City Clerk P.O. BOX 130 18 EAST 4 TH STREET FULTON, MO 65251-0130 IFB NO. B - 201643 DATE 7-5-16 REQ.
More informationCompany: 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 informationSAN DIEGO CONVENTION CENTER CORPORATION
SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:
More informationResponse Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM
HUNTINGDON AREA SCHOOL DISTRICT REQUEST FOR PROPOSAL High School Camera Issue Date: April 18th, 2016 Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM 1.0 INTRODUCTION The Huntingdon
More informationRequest for Proposal
Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design
More informationHolt Public School District 5780 W. Holt Rd Holt MI
Holt Public School District 5780 W. Holt Rd Holt MI 48842-1197 1.1 is requesting bids to replace their existing Cisco VoIP and integrated voice messaging system with an updated Cisco solution including
More informationCity of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building
City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest
More informationCentral Pierce Fire & Rescue Request for Proposal Asset Financing
Central Pierce Fire & Rescue Request for Proposal Asset Financing Pierce County Fire Protection District #6 (Central Pierce Fire & Rescue) is accepting SEALED PROPOSALS from qualified providers of financing
More informationServices Agreement for Public Safety Helicopter Support 1
SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California
More informationRequest for Proposal ACTUARIAL CONSULTING SERVICES
Request for Proposal for ACTUARIAL CONSULTING SERVICES October 12, 2005 1. Introduction The Board of Trustees of State Institutions of Higher Learning (IHL), through the Office of Insurance & Risk Management
More informationOKEECHOBEE 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 informationPURCHASING MEMORANDUM
New York State Office Of General Services Procurement Services Group Corning Tower Building Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us PURCHASING MEMORANDUM CONTRACT AWARD NOTIFICATION
More informationEXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6
EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING
More informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationTOWN 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 informationSMALL ORDERS TERMS AND CONDITIONS - BLANKET
1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or
More informationCITY OF ROMULUS CHAPTER 39: PURCHASING
CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF
More informationEXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions
EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK IT General Provisions This Statement of Work ( Agreement ) reflects the change to General Provisions, GSPD-401- IT Commodities, as required for the California
More informationCity 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 informationE&O INSURANCE POLICIES
STATE OF ALASKA Department of Administration 333 Willoughby Ave, Room 700 P.O. Box 110210 Juneau, AK 99811-0210 ITB 2017-0800-3694 Amendment #1 May 31, 2017 This amendment is being issued to answer questions
More informationLEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS
LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT
More informationCONTRACT AWARD NOTIFICATION
State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT
More informationCheyenne Wyoming RFP-17229
L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department
More informationTotal 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 informationQUOTATION REQUEST Board of County Commissioners, Broward County, Florida
Page: 1 of 19 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated
More informationCity of Forest Park Request for Proposals. Secure Access Control Systems
City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is
More informationPIKES PEAK LIBRARY DISTRICT RFP #
REQUEST FOR PROPOSAL for, SELF CHECK, SECURITY, STAFF CONVERSION SYSTEMS for the Colorado Springs, CO (PPLD RFP # 500-09-02) Pikes Peak Library District (PPLD) invites firms to submit a response to a Request
More informationREQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04
REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 INTRODUCTION Illinois Valley Community College is accepting sealed proposals for beverage services for
More informationGENERAL ENGINEERING JOB ORDER CONTRACT
BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA N O T I C E T O B I D D E R S Sealed proposals will be received at the Fresno County Department of Public Works and Planning (Department), Office
More informationPursuant to the authority contained in subdivision First of section 171 of the Tax Law, the
September 2, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 STATE OF NEW YORK DEPARTMENT OF TAXATION AND FINANCE COMMISSIONER OF TAXATION AND FINANCE ALBANY, NEW YORK Pursuant to the authority
More informationCity of New Rochelle New York
Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID
More informationCAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10)
CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) Purpose Section I Scope II Definitions III Responsibility IV Using Department IV A Purchasing Function IV B Property Disposal V I.
More information11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 0007
More informationContract Award Notification
Corning Tower, Empire State Plaza, Albany, NY 12242 http://nyspro.ogs.ny.gov customer.service@ogs.ny.gov 518-474-6717 Contract Award Notification Title : Group 10200 - MN MULTISTATE (MMCAP) INFLUENZA VACCINE
More informationTHE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:
THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.
More informationINDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424
INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INVITATION TO BID (This invitation is issued for the purpose of establishing a
More informationCOUNTY OF ROCKLAND DEPARTMENT OF GENERAL SERVICES VENDOR GUIDE TO INSURANCE REQUIREMENTS
As indicated in the County s Bid and RFP Documents, the County of Rockland requires insurance coverage from its vendors. Insurance requirements vary in accordance with the type and complexity of the goods
More informationCollection Services Request for Proposal # 14/15-07 Questions and Answers
Collection Services Request for Proposal # 14/15-07 Questions and Answers Question 1: I reviewed the above referenced RFP and was curious if Florida Department of Revenue would consider selling these accounts
More informationRFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT
SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Critical Spare Parts for General Electric LM6000 PC Sprint Gas Turbines at the Canyon Power Plant, Anaheim, California RFP Date: October
More information3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.
Amendment Number 3 to Contract Number DIR-TSO-2542 between State of Texas, acting by and through the Department of Information Resources and Cisco Systems, Inc. This Amendment Number 3 to Contract Number
More informationReseller Application
Reseller Application Legal Name: Trade Name: State of Incorporation: (if applicable) Federal Employer I.D.#: (if applicable) Address: City: State: County: Zip Code: Phone No.: Fax No.: Company Email Address:
More informationPROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.
REQUEST FOR PROPOSAL (RFP) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR BUILDING ANALYSIS OF THE CITY- OWNED BUILDING LOCATED AT 149 NORTH BROAD STREET (FORMER ILLINOIS NATIONAL GUARD ARMORY) Kraig Boynton,
More informationSTATE OF CALIFORNIA DEPARTMENT OF INSURANCE 300 Capitol Mall, 17 th Floor Sacramento, California TEXT OF REGULATION
STATE OF CALIFORNIA DEPARTMENT OF INSURANCE 300 Capitol Mall, 17 th Floor Sacramento, California 95814 TEXT OF REGULATION Auto Body Repair Labor Rate Surveys Date: March 04, 2016 CDI Regulation File: REG-2012-00002
More informationCAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019
CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM Issue Date: January 14, 2019 Deadline for Questions: January 30, 2019 Response Date/Time: February 20, 2019 (2:00 p.m.
More informationCity of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building
City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The
More informationNew York State Office of General Services. Art Conservation and Restoration Services
Request for Proposals (RFP) are being solicited by the New York State Office of General Services For Art Conservation and Restoration Services January 29, 2009 Class Codes: 82 Group Number: 80107 Solicitation
More informationADDENDUM NO. 1 ASPHALT PAVING REPAIR PROJECTS PROJECT NUMBER TU-1849
ADDENDUM NO. 1 ASPHALT PAVING REPAIR PROJECTS PROJECT NUMBER TU-1849 2/19/18 Ladies and Gentlemen: The purpose of this addendum is to clarify certain portions of the above-referenced project with all prospective
More informationINQUIRIES AND RESPONSES
May 3, 2016 Reference Request for Proposals #3000005388 soliciting Proposals from qualified Proposers to provide Pharmacy Benefit Manager (PBM) Services for Office of Group Benefits Self-Funded Health
More informationCHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS
CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER
More informationFORM I: CIQ CONFLICT OF INTEREST CERTIFICATION AND CONFLICT OF INTEREST QUESTIONNAIRE (CIQ) INSTRUCTIONS dated 6/29/2007
HOUSTON INDEPENDENT SCHOOL DISTRICT RFP NUMBER 16-10-48 RFP TEACHER AND STAFF DEVELOPMENT ADDENDUM NUMBER TWO April 8, 2017, This addendum is issued to explain, modify or correct the original Request for
More information