NOTICE OF CONTRACT AWARD

Similar documents
NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NYS Department of Correctional Services. Division of Industries. EASTERN CORRECTIONAL FACILITY

Great Meadow Correctional Industries

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

CONTRACT AWARD NOTIFICATION

PURCHASING MEMORANDUM

PURCHASING MEMORANDUM

Contract Award Notification

CONTRACT AWARD NOTIFICATION

CONTRACT AWARD NOTIFICATION

ANTHONY J. ANNUCCI Acting Commissioner

CONTRACT AWARD NOTIFICATION

Division of Correctional Industries, 550 Broadway, Albany, NY (518) (800) INVITATION FOR BIDS

NYS Department of Corrections and Community Supervision Division of Industries 550 Broadway Albany, NY

CONTRACT AWARD NOTIFICATION

CONTRACT AWARD NOTIFICATION

Standard Bid Terms Table of Contents

FREQUENTLY ASKED QUESTIONS

CONTRACT AWARD NOTIFICATION

CONTRACT AWARD NOTIFICATION

NYS Department of Correctional Services Division of Industries 550 Broadway Albany, NY INVITATION FOR BIDS

NYS Department of Correctional Services Division of Industries 550 Broadway Albany, NY INVITATION FOR BIDS

Core Technology Services Division PO Box Grand Forks, ND

NYS Department of Corrections and Community Supervision Division of Industries 550 Broadway Albany, NY

4th REVISED CONTRACT AWARD NOTIFICATION

Contract Award Notification

CONTRACT AWARD NOTIFICATION

PURCHASING MEMORANDUM

PURCHASING MEMORANDUM

PURCHASING MEMORANDUM

THIS QUOTATION # SHOULD BE REFERENCED ON ALL MAILING LABELS, ENVELOPES, AND OTHER CORRESPONDENCE.

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

City of Fulton, Missouri INVITATION FOR BID

Erie County Water Authority

NYS Department of Correctional Services Division of Industries 550 Broadway Albany, NY INVITATION FOR BIDS

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

NYS Department of Corrections and Community Supervision Division of Industries 550 Broadway Albany, NY

INVITATION FOR BIDS IMPORTANT: SEE NOTICE TO BIDDERS CLAUSES ON PAGE 21 BIDS MAY BE SENT TO THE ABOVE ADDRESS OR FAXED TO (518) ONLY

COUNTY OF COLE JEFFERSON CITY, MISSOURI

QUOTE DUE BY (DATE AND TIME): MAY 6, 2015, 1:00 P.M. C.S.T. SW AM

MURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID

CITY OF TACOMA SMALL WORKS ROSTER PROGRAM FOR PUBLIC WORKS AND IMPROVEMENTS CONTRACTS

CITY OF FULTON, MISSOURI

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

NYS Department of Corrections and Community Supervision Division of Industries 550 Broadway Albany, NY

Texas A&M University - Procurement Services

PURCHASING DEPARTMENT

NYS Department of Corrections and Community Supervision Division of Industries 550 Broadway Albany, NY

N O T I C E T O B I D D E R S

PURCHASING DEPARTMENT

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

Request for Proposal RFP # SUBJECT: Ergotron LX

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office

NYS Department of Corrections and Community Supervision Division of Industries 550 Broadway Albany, NY

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

PURCHASING DEPARTMENT

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

CONTRACT AWARD NOTIFICATION

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

If you are a reseller of products, you must also include a copy of your state tax ID form.

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

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

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

Article 6 Modification and Termination of Contracts for Supplies and Services

ALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

Union College Schenectady, NY General Purchasing Terms & Conditions

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE)

City of New Rochelle New York

CONTRACT AWARD NOTIFICATION

MISSOURI DEPARTMENT OF TRANSPORTATION NORTHEAST DISTRICT SOLICITATION GUIDELINES AND DOCUMENTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION

INVITATION FOR BIDS. Street City State Zip County

INSTRUCTIONS TO BIDDERS

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

INVITATION FOR BIDS. Street City State Zip County

CONTRACT AWARD NOTIFICATION

City of New Rochelle New York

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

NYS Department of Correctional Services Division of Industries 550 Broadway Albany, NY INVITATION FOR BIDS

All questions regarding this RFB shall be submitted to the RFB Coordinator/Contact. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

Transcription:

GROUP NO./COMMODITY: 22700/Shoddy Pad NOTICE OF CONTRACT AWARD http://www.corcraft.org Eastern Correctional Facility CONTRACT NO. CONTRACTOR CONTACT INFORMATION PA-15003 Albany Foam & Supply, Inc 1355 Broadway Tony Giacone Vice President M/WBE: Albany, NY 12204 Phone: 518-433-7000 MBE Goal: 0% Toll Free: 800-235-0888 WBE Goal: 0% Fax: 866-844-3626 Exclusion: YES E-Mail: Tony@albanyfoam.com Chartfield 2: 11252 Vendor ID# 1000007085 Federal ID# 14-1702380 Contract Period: August 15, 2015 through August 14, 2017 (with option to extend) Invitation For Bids (IFB) No.: 984 Bid Opening Date: June 17, 2015 Direct inquiries regarding this contract to: Contract Approval Date: September 4, 2015 Susan Dinan, Contract Management Specialist I, NYS Department of Corrections and Community Supervision 550 Broadway Albany, NY 12204-2802 Telephone: (518) 436-6321 Ext. 2513 Fax: (518) 434-7434 E- Mail: Susan.Dinan2@doccs.ny.gov NYS Department of Corrections and Community Supervision (Corcraft) By: Nancy Abraham Supervisor CI Purchasing FOR TAX FREE TRANSACTIONS UNDER THE INTERNAL REVENUE CODE, THE NEW YORK STATE REGISTRATION NUMBER IS 14740026K. TERMS AND CONDITIONS AS APPLIED TO THIS CONTRACT ARE AS PER THE REFERENCED INVITATION FOR BIDS, PROCUREMENT LOBBYING ACT, CONTRACTOR CERTIFICATION (Tax Law 5-a, ST-220 Form) AND THE ATTACHED PAGES.

GROUP 22700 Shoddy Pads PAGE 2 PRICE: Price shall include all customs, duties and charges and be net, F.O.B. Eastern Correctional Facility,, 30 Institution Road, Napanoch, NY 12458, as designated by the ordering agency, including tailgate delivery. within the hours of 12:30PM to 2:00PM, Monday through Friday except holidays. Notification 24 hours in advance of delivery to Michele Smith, 845-647-7400 (ext. 2302) is required as well. DELIVERY: Delivery shall be expressed in number of calendar days required to make delivery after receipt of a purchase order. Delivery shall be 21 calendar days or less A/R/O. Product is required as soon as possible and guaranteed delivery may be considered in making award. Delivery will be within the hours of 12:30PM to 2:00PM, Monday through Friday except holidays. Notification 24 hours in advance of delivery to Michele Smith, 845-647-7400 (ext. 2302) is required as well. Tuck must be unloaded and leaving by 2:30 PM. Material shall be shipped in the tractors trailers not exceeding 12 8. Delivery shall be made in accordance with instructions on Purchase Order from each agency. If there is a discrepancy between the purchase order and what is listed on the contract, it is the contractor s obligation to seek clarification from the ordering agency and, if applicable, from the Department of Corrections and Community Supervision,. LOT I: Shoddy Pad as described below and as in the referenced detailed specifications: Item No. Description Estimated Unit Model/Ref. No. Annual Qty. Price Item I: Shoddy Pad, 1+ tk 42 x 82 5,000 ea 7.17 ea. TA1075004282 Item II: Bonded FR Shoddy Pad, 2 tk 42 x 82 5,000 ea 14.34 ea. TA1150004282 Item III: Shoddy Corner Pads, 1 x 18 x 18 10,000 ea 1.10 ea. DTS075001818 MANUFACTURER: Jasztex Fibers, Inc 61 Hymus Pointe-Claire, QC H9R 1E2 GUARANTEED DELIVERY: Guaranteed Delivery will be 21 days a/r/o MINIMUM ORDER: Minimum order shall be 1,000 pieces total of various sizes. Contractor may elect to honor orders for less than the minimum order. For such orders, at the contractor s option, shipping costs from the contractor s address (as stated in bid) may be added to invoice with a copy of the freight bill. Shipping costs are to be prepaid by contractor and such orders are to be shipped on an F.O.B. destination basis. All such orders must be shipped by the most economical method for the proper delivery of the product unless special instructions are stated on the order by the agency. REQUEST FOR CHANGE: Any request by the agency or contractor regarding changes in any part of the contract must be made in writing prior to effectuation. Such requests are subject to approval of the State Comptroller.

GROUP 22700 Shoddy Pads PAGE 3 APPENDIX A: The contractor agrees to comply with Appendix A, New York State Standard Contract clauses. CONTRACT PAYMENTS: Contractor shall provide complete and accurate billing invoices to the specified Agency in order to receive payment. Billing invoices submitted to the specified Agency must contain all information and supporting documentation required by the Contract, the Agency and the State Comptroller. Payment for invoices submitted by the Contractor shall only be rendered electronically unless payment by paper check is expressly authorized by the Commissioner, in the Commissioner s sole discretion, due to the extenuating circumstances. Such electronic payment shall be made in accordance with ordinary State procedures and practices. The contractor shall comply with the State Comptroller s procedures to authorize electric payments. Authorization forms are available at the State Comptroller s website at www.osc.state.ny.us/epay/index.htm, by email at epunit@osc.state.ny.us, or by telephone at (518) 474-4032. Contractor acknowledges that it will not receive payment on any invoices submitted under this Contract if it does not comply with the State Comptroller s electronic payment procedures, except where the Commissioner has expressly authorized payment by paper check as set forth above. Unless otherwise specified payment will be made 30 calendar days a/r/o and proper invoicing before interest may accrue. See NYS Prompt Payment Law. VENDOR RESPONSIBILITY: 1. General Responsibility The Contractor shall at all times during the Contract term remain Responsible. The Contractor agrees, if requested by the Department of Corrections and Community Supervision, (CORCRAFT) or his or her designee, to present evidence of its continuing legal authority to do business in New York State, integrity, experience, ability, prior performance, and organizational and financial capacity. 2. Suspension of Work (for Non-Responsibility) The Department of Corrections and Community Supervision, (CORCRAFT) or his or her designee, in his or her sole discretion, reserves the right to suspend any or all activities under this Contract, at any time, when he or she discovers information that calls into question the responsibility of the Contractor. In the event of such suspension, the Contractor will be given written notice outlining the particulars of such suspension. Upon issuance of such notice, the Contractor must comply with the terms of the suspension order. Contract activity may resume at such time as the Department of Corrections and Community Supervision, (CORCRAFT) or his or her designee issues a written notice authorizing a resumption of performance under the Contract. 3. Termination (for Non-Responsibility) Upon written notice to the Contractor, and a reasonable opportunity to be heard with appropriate (CORCRAFT) officials or staff, the Contract may be terminated by Department of Corrections and Community Supervision, (CORCRAFT) or his or her designee at the Contractor's expense where the Contractor is determined by the Department of Corrections and Community Supervision, Division of Industries (CORCRAFT) or his or her designee to be non-responsible. In such event, the Department of Corrections and Community Supervision, (CORCRAFT) or his or her designee may complete the contractual requirements in any manner he or she may deem advisable and pursue available legal or equitable remedies for breach.

GROUP 22700 Shoddy Pads PAGE 4 VENDOR RESPONSIBILITY DISCLOSURE: Any finding of non-responsibility may be sufficient cause for Termination of the contract. It is the sole responsibility of the resultant contractor, at any time throughout the contract period, to promptly notify the of any changes to its original responses in the questionnaire. Failure to do so may be sufficient cause for termination of the contract. PROCUREMENT LOBBYING TERMINATION: In accordance with the Vendor Responsibility Disclosure clause and/or Termination for Cause in Appendix B, General Specifications and/or New York State Finance Law Section 139- k and/or Tax Law 5-a, the reserves the right to terminate a contract by providing ten (10) days written notification to the Contractor, for cause in the event of determination made after an award with respect to vendor non-responsibility, or in the event of determination that certification filed in accordance with State Finance Law Section 139-k and/or Tax Law 5-a was intentionally false or intentionally incomplete. CONTRACTOR'S NOTES: 1. Contractor shall furnish the agency with written acknowledgement of the shipping date at least two weeks prior to shipment. Failure to comply may be cause for the initiation of contract default proceedings. 2. If shipment will not be made within the guaranteed delivery time, the contractor is required to notify the agency in writing at least two weeks prior to the latest date of the original delivery obligation. This notification must include the reasons for the delay and the latest date the material will be shipped. Should the delay be not acceptable to the using agency, appropriate contract default proceedings will be initiated. Failure to supply timely written notification of delay may be cause for default proceedings. All correspondence for the aforementioned two points shall be directed to: Department of Corrections and Community Supervision Eastern Correctional Facility 550 Broadway and 30 Institution Road Albany, NY 12204-2802 Napanoch, NY 12458 Attn: Susan Dinan Attn: Charles Barnard ESTIMATED QUANTITIES: Estimated quantity contracts are expressly agreed and understood to be made for only the quantities, if any, actually ordered during the Contract term. No guarantee of any quantity(s) is implied or given. Purchases by Authorized Users from Contracts for services and technology are voluntary. The quantities or dollar values listed are estimated only. Unless otherwise stated the estimated quantities are annual usage. See "Estimated/Specific Quantity Contracts" in Appendix B, General Specifications.

GROUP 22700 Shoddy Pads PAGE 5 CONTRACT PERIOD AND RENEWALS: It is the intention of the State to enter into a contract for the term of 2 (two) years, as stated on the Invitation for Bids except that the commencement and termination dates appearing on the Invitation for Bids may be adjusted forward unilaterally by the State for any resulting contract for up to two calendar months, by indicating such change on the Contract Award Notification. The contract dates may be adjusted forward beyond two months only with the approval of the successful bidder. If, however, the bidder is not willing to accept an adjustment of the contract dates beyond the two month period, the State reserves the right to proceed with an award to another bidder. Prices or discounts quoted are to be firm for the entire period of the contract. Price escalation or discount reduction will not be allowed and is specifically excluded from the terms and conditions of the Invitation for Bid, its specifications and subsequent contract award. Price decreases or discount increases are permitted at any time. If mutually agreed between the and the contractor, the contract may be renewed under the same terms and conditions for additional period(s) not to exceed a total contract term of five (5) years. CANCELLATION FOR CONVENIENCE: The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies. WARRANTIES: See "Warranties" in Appendix B, General Specifications.