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

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

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

Great Meadow Correctional Industries

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

NOTICE OF CONTRACT AWARD

Contract Award Notification

CONTRACT AWARD NOTIFICATION

PURCHASING MEMORANDUM

CONTRACT AWARD NOTIFICATION

CONTRACT AWARD NOTIFICATION

CONTRACT AWARD NOTIFICATION

CONTRACT AWARD NOTIFICATION

CONTRACT AWARD NOTIFICATION

CONTRACT AWARD NOTIFICATION

PURCHASING MEMORANDUM

PURCHASING MEMORANDUM

CONTRACT AWARD NOTIFICATION

PURCHASING MEMORANDUM

NOTICE OF CONTRACT AWARD

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

PURCHASING MEMORANDUM

Standard Bid Terms Table of Contents

4th REVISED CONTRACT AWARD NOTIFICATION

Union College Schenectady, NY General Purchasing Terms & Conditions

CONTRACT AWARD NOTIFICATION

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

FREQUENTLY ASKED QUESTIONS

ANTHONY J. ANNUCCI Acting Commissioner

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

CONTRACT AWARD NOTIFICATION

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

Contract Award Notification

Request for Proposal RFP # SUBJECT: Ergotron LX

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

INSTRUCTIONS TO BIDDERS

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

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

CONTRACT AWARD NOTIFICATION

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

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

PURCHASING MEMORANDUM

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

MURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

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

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

CONTRACT AWARD NOTIFICATION June 27, 2007

Dickinson College Purchase Order Terms and Conditions

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

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING

Purchase Order Terms and Conditions

CONTRACT AWARD NOTIFICATION. Address Inquiries To:

a. Article(s) Goods and/or services described on the face of the Purchase Order

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

City of New Rochelle New York

COUNTY OF LYCOMING PURCHASING DEPARTMENT

City of New Rochelle New York

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

MANDATORY GENERAL TERMS AND CONDITIONS:

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

INVITATION FOR BIDS. Street City State Zip County

INVITATION FOR BID VENDOR: BID OPENING:

PURCHASING MEMORANDUM

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

PURCHASING DEPARTMENT

7/14/16. Hendry County Purchase Order Terms and Conditions

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

REQUEST FOR PROPOSAL. UPS Maintenance

Uniform (Embroidery/Screening) Request for Proposals RFP#

City of New Rochelle New York

PURCHASING MEMORANDUM

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

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

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS

MISSOURI DEPARTMENT OF TRANSPORTATION NORTHEAST DISTRICT SOLICITATION GUIDELINES AND DOCUMENTATION

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

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

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

PURCHASING MEMORANDUM

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

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

Transcription:

NOTICE OF CONTRACT AWARD http:// GROUP NO./COMMODITY: 24000/Pillow Batting Eastern Correctional Facility CONTRACT NO. CONTRACTOR CONTACT INFORMATION PA-14020 Paradise Pillow Inc. Freddy Halfon, President 2207 W. Glenwood Ave Phone: 215-225-8700 M/WBE: Philadelphia, PA 19132 Fax: 215-225-8703 MBE Goal: 0% E-Mail: Tonia@paradisepillow.com WBE Goal: 0% Vendor D# 1100138125 Exclusion: NO Federal D# 11-3029866 Chartfield 2: 11252 Contract Period: May 1, 2015 through April 30, 2017 (with option to extend) Invitation For Bids (IFB)No.: 1002 (Replaces Award No. 910) Bid Opening Date: 02/17/15 Direct inquiries regarding this contract to: 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 Contract Approval Date: June 5, 2015 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 24000 Pillow Batting PAGE 2 PRICE: Price shall include all customs, duties and charges and be net, F.O.B. destination Eastern Correctional Facility,, Napanoch, NY 12458, 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. Also, upon mutual agreement, delivery locations may be expanded per the "Extension of Use" clause. DELIVERY TO: Eastern Correctional Facility,, 30 Institution Road, Napanoch, NY 12458 ITEM: Batting (fiberfill) required for use in the construction of pillows for high risk and public occupancy buildings. Item Est. Annual Unit Model/Ref. No. Description Quantity Price Number 1. PILLOW BATTING; 16 oz. 25,000/ 25,000 lbs. $ 1.60/lb. mt-10026bt 2. PILLOW BATTING; 22 oz. 13,000/ 17,875 lbs. $ 2.64/lb. mt 10026BT-22BT REFERENCE for 16 oz (units x 1.00 = annual lbs.). REFERENCE for 22 oz (units x 1.375 = annual lbs.) Product Manufacturer: Matador Convertisseurs, 207 de Lurain Quest, Montreal, QB Canada PHYSICAL REQUIREMENTS: Material Fabric: 100% dry fiber polyester (no slick or siliconized) Staple: Length: 2 inches Staple Denier: 4.5-10.0 Crimp: Shall have a minimum of 6 saw-tooth crimps per inch of staple Resiliency: Shall retain original shape will minimal thickness loss Batting Size: Weight: Width shall be 27" Batting Shall be both 16 ounces and 22 ounces as ordered by the facility. The weight shall be uniform. FLAMMABILITY: All batting shall meet the standards of the California ethical Bulletin #117 CONSTRUCTION REQUIREMENTS: All pillow batting shall be produced using new, unused currently standard product (raw material), odor free, hypoallergenic and shall not contain any volatile organic compounds (VOCs). The surface of the pillow shall be flat, uniform and without imperfections adversely impacting the appearance, function and durability. PACKAGING: Each batting shall be packaged individually in poly/plastic bags. Bagged battings shall be packed in cardboard cartons. Cartons shall contain only one size of batting and shall be labeled with the purchase order number, size, quantity and lot number. Cartons shall meet industry standards to protect batting from damage or soiling during shipping and handling. No metal banding, bag closers or staples are allowed.

GROUP 24000 Pillow Batting PAGE 3 MINIMUM ORDER: The minimum order shall be 4,000 lbs. of either or both 16 oz. and/or 22 oz. 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. DELIVERY: Delivery shall be expressed in number of calendar days required to make delivery after receipt of a purchase order. Product is required to be delivered within 14 calendar days after receipt of order. 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 Services,. 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. APPENDIX A: The contractor agrees to comply with Appendix A, New York State Standard Contract clauses. CONTRACT PAYMENTS: Payments cannot be processed until the contract items have been delivered in satisfactory condition. 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. Properly completed vouchers are required to be forwarded to the Office of the State Comptroller for audit and payment. Agencies are urged to process vouchers expeditiously.

GROUP 24000 Pillow Batting PAGE 4 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. 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.

GROUP 24000 Pillow Batting PAGE 5 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 Eastern Correctional Facility and Community Supervision 30 Institution Road 550 Broadway Napanoch, NY 12458 Albany, NY 12204-2802 Attn: Charles Barnard Attn: Susan Dinan ESTIMATED QUANTITIES: 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. CONTRACT PERIOD AND RENEWALS: 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. RESERVATION: The State reserves the right to negotiate lower pricing, or to advertise for bids, any unanticipated excessive purchase. An "unanticipated excessive purchase" is defined as an unexpected order for a contract product(s) totaling more than $25,000.00.

GROUP 24000 Pillow Batting PAGE 6 EMERGENCY PURCHASING: In the event that a disaster emergency is declared by Executive Order under Section 28 of Article 2-B of the Executive Law, or that the Commissioner determines pursuant to his/her authority under Section 163(10)(b) of the State Finance Law that an emergency exists requiring the prompt and immediate delivery of products or services, the Commissioner reserves the right to obtain such products or services from any source, including but not limited to this contract, as the Commissioner in his/her sole discretion determines will meet the needs of such emergency. Contractor shall not be entitled to any claim or lost profits for products or services procured from other sources pursuant to this paragraph.