Solicitation Liberator II Headsets with Tactical PTT and Accessories. Bid designation: Public. Maricopa County

Similar documents
Solicitation Smith & Wesson M&P Handguns and Accessories. Bid designation: Public. Maricopa County

Invitation To Bid B15/9886

Contract for TEMPORARY STAFFING AND RELATED SERVICES. DATE OF LAST REVISION: February 03, 2016 CONTRACT END DATE: March 31, 2018

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

CONTACT: Tom McCann Tom Harbour Dennis Rule (623) (623) (623)

Contract for MAINTENANCE, REPAIR, OPERATING SUPPLIES, INDUSTRIAL

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13

SUBCONTRACT (SHORT FORM)

SUBCONTRACT CONSTRUCTION AGREEMENT

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

ARIZONA STATE UNIVERSITY STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

for all items bid, to review

REQUEST FOR QUOTE # 16471

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

EXHIBIT G. Insurance Requirements. [with CCIP]

STAFFING SERVICES AND RELATED SERVICES AND SOLUTIONS Contract GuideSoft, Inc. dba Knowledge Services

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

NORTHERN ARIZONA UNIVERSITY - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

Faxed & ed responses are not acceptable - Return bid form in a sealed envelope with the bid number noted on the outside.

GUIDELINES AND INSURANCE REQUIREMENTS

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Workforce Management Consulting Services

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

RICE UNIVERSITY SHORT FORM CONTRACT

RFP GENERAL TERMS AND CONDITIONS

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

OGC-S Owner-Contractor Construction Agreement

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

EXHIBIT B. Insurance Requirements for Construction Contracts

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Sacramento Regional Solid Waste Authority (SWA)

P R O P O S A L F O R M

Page of 5 PURCHASE AGREEMENT

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

TERMS AND CONDITIONS OF SALE

BENTON COUNTY PERSONAL SERVICES CONTRACT

ARTICLE V Indemnification; Insurance

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

STAFF LEASING AGREEMENT

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

NEW VENDOR INFORMATION

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

Deluxe Corporation Purchase Terms and Conditions

Request for Bid/Proposal

DATE OF LAST REVISION: June 30, 2011 CONTRACT END DATE: June 30, 2014

UNIVERSITY OF ARIZONA - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

AGREEMENT FOR TRANSPORTATION SERVICES

MCGOUGH STANDARD INSURANCE REQUIREMENTS

TRADE ALLY NETWORK REQUIREMENTS

2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

BNSF LOGISTICS TRANSLOADING AND CROSS-DOCKING PROVIDER TERMS AND CONDITIONS

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

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

Master Service Agreement (Updated 9/15/2015)

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

MASTER SUBCONTRACT AGREEMENT

SMALL WORKS ROSTER APPLICATION FORM

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

ATTACHMENT AA Scope of Work General Services

SAFETY FIRST GRANT CONTRACT

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROPOSAL LIQUID CALCIUM CHLORIDE

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

Transcription:

5 Solicitation 1507-003 Liberator II Headsets with Tactical PTT and Accessories Bid designation: Public 7/18/2014 3:14 PM p. 1 6

Liberator II Headsets with Tactical PTT and Accessories 5 Bid Number 1507-003 Bid Title Liberator II Headsets with Tactical PTT and Accessories Bid Start Date Jul 18, 2014 2:14:25 PM MST Bid End Date Jul 23, 2014 12:00:00 PM MST Question & Answer End Date Jul 23, 2014 2:30:00 PM MST Bid Contact Christian Jonson Contract Duration Contract Renewal Prices Good for One Time Purchase Not Applicable 90 days Bid Comments IN NEED OF LIBERTOR II TACTICAL HEADSETS WITH THREE CABLES WITH TACTICAL PPT AND VOLUME CONTROL FOR HARRIS, MOTOROLA XTS, AND MOTOROLA APX RADIOS. EACH HEADSET MUST INCLUDE ALL THREE INTERFACE CABLES FOR THE MENTIONED RADIOS. INCLUDES MOTOROLA JEDI INTERFACE CABLE AND STORAGE BAG. BEHIND THE HEAD SUSPENSION SYSTEM WITH DIGITAL THREAT COMPRESSION TECHNOLOGY. BLACK IN COLOR. LEFT BOOM MOUNT. IN LINE HEADSET DISCONNECT FEATURE. TACTICAL PTT WITH INSTALLED ROTARY VOLUME CONTROL (TCIPTT -101/TRBO AND VOL_CTRL_OP) AND (TCIPTT-101/XG1 AND COL_CTRL_OP) EARSEAL KIT UPGRADE - GEL FILLED. NO SUBSTITUES WILL BE CONSIDERED SINCE THIS EQUIPMENT WILL BE USED WITH EXISTING HELMETS CURRENTLY IN USE, SPECIFICALLY DESIGNED WITH LIBERATOR II COMPATABILITY. **Responses shall be submitted electronically ONLY through Bidsync.com prior to closing. NO Faxes** Item Response Form Item Quantity Unit Price Delivery Location 1507-003--01-01 - LIBERATOR II TACTICAL HEADSET 32 each S28 SHERIFF'S DEPARTMENT SWAT AND EOD DIVISION 3335 W. DURANGO STREET NORTH PHOENIX AZ 85009 Qty 32 Description LIBERATOR II TACTICAL HEADSET, INCLUDES MOTOROLA JEDI INTERFACE CABLE AND STORAGE BAG. BEHIND THE HEAD SUSPENSION SYSTEM WITH DIGITAL THREAT COMPRESSION TECHNOLOGY. BLACK IN COLOR. LEFT BOOM MOUNT. IN LINE HEADSET DISCONNECT FEATURE. Item Quantity Unit Price Delivery Location 1507-003--01-02 - PTT FOR LIBERATOR II 32 each 7/18/2014 3:14 PM p. 2

S28 SHERIFF'S DEPARTMENT SWAT AND EOD DIVISION 3335 W. DURANGO STREET NORTH PHOENIX AZ 85009 Qty 32 Description LIBERTOR II PTT CABLES ITEM# TCIPTT-101/TRBO - WITH ROTARY VOLUME CONTROL ITEM# VOL_CTRL_OP Item Quantity Unit Price Delivery Location 1507-003--01-03 - PTT ASSEMBLY FOR LIBERATOR II 32 each S28 SHERIFF'S DEPARTMENT SWAT AND EOD DIVISION 3335 W. DURANGO STREET NORTH PHOENIX AZ 85009 Qty 32 Description TACTICAL PTT ASSEMBLY FOR LIBERATOR II HEADSETS ITEM# TCPITT-101/XG1 - WITH ROTARY VOLUME CONTROL ITEM# VOL_CTRL_OP Item Quantity Unit Price Delivery Location 1507-003--01-04 - LIBERATOR II EARSEAL KIT UPGRADE 32 each S28 SHERIFF'S DEPARTMENT SWAT AND EOD DIVISION 3335 W. DURANGO STREET NORTH PHOENIX AZ 85009 Qty 32 Description LIBERATOR II EARSEAL KIT UPGRADE - GEL FILLED ITEM# MS60092 6 7/18/2014 3:14 PM p. 3

5 MARICOPA COUNTY TACTICAL QUICK QUOTE SUPPLEMENTAL PRICING INFORMATION DATE: VENDOR NAME: CONTACT NAME: MAILING ADDRESS: FEDERAL TAX ID NUMBER: TELEPHONE NUMBER: FAX NUMBER: E-MAIL: FREIGHT COST: $ (Order which include freight charges are FOB Destination, Freight Prepaid.) DELIVERY DATE: 30 Days: YES NO IF NO: DAYS TERMS: 2% 10 DAYS NET 30 DAYS OTHER *QUOTE EXPIRES: *90 Days: 1 Year: Other: ACCEPT P-CARD: YES NO You have read and agreed to the terms and conditions listed below. 1.0 FREIGHT Effective immediately, without exception, all vendors submitting responses to solicitations must provide two prices: unit price and extended price of the commodity and separate price for freight cost. All orders that include freight cost are FOB destination and freight costs must be shown as a separate line on invoices submitted for payment. Purchase orders issued will specify whether the purchase includes freight costs or whether the County will utilize an alternative delivery service. If an alternative delivery service is used, the name of the delivery service provider will be included on the purchase order. 2.0 AMENDMENTS: All amendments to this Quote shall be in writing, approved and sent out via BIDSYNC as an Addendum. Office of Procurement Services shall be responsible for approving all amendments for. 7/18/2014 3:14 PM p. 4

3.0 EMPLOYMENT VERIFICATION 3.1 VERIFICATION REGARDING COMPLIANCE WITH ARIZONA REVISED STATUTES 41-4401 AND FEDERAL IMMIGRATION LAWS AND REGULATIONS: 4.0 INDEMNIFICATION: 3.1.1 By entering into the Quote, the Contractor warrants compliance with the Immigration and Nationality Act (INA using e-verify) and all other federal immigration laws and regulations related to the immigration status of its employees and A.R.S. 23-214(A). The contractor shall obtain statements from its subcontractors certifying compliance and shall furnish the statements to the Procurement Officer upon request. These warranties shall remain in effect through the term of the Quote. The Contractor and its subcontractors shall also maintain Employment Eligibility Verification forms (I-9) as required by the Immigration Reform and Control Act of 1986, as amended from time to time, for all employees performing work under the Quote and verify employee compliance using the E-verify system and shall keep a record of the verification for the duration of the employee s employment or at least three years, whichever is longer. I-9 forms are available for download at USCIS.GOV. 3.1.2 The County retains the legal right to inspect contractor and subcontractor employee documents performing work under this Quote to verify compliance with paragraph 3.18.1 of this Section. Contractor and subcontractor shall be given reasonable notice of the County s intent to inspect and shall make the documents available at the time and date specified. Should the County suspect or find that the Contractor or any of its subcontractors are not in compliance, the County will consider this a material breach of the Quote and may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Quote for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. 4.1 To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless County, its agents, representatives, officers, directors, officials, and employees from and against all claims, damages, losses and expenses, including, but not limited to, attorney fees, court costs, expert witness fees, and the cost of appellate proceedings, relating to, arising out of, or alleged to have resulted from the negligent acts, errors, omissions, mistakes or malfeasance relating to the performance of this Quote. Contractor s duty to defend, indemnify and hold harmless County, its agents, representatives, officers, directors, officials, and employees shall arise in connection with any claim, damage, loss or expense that is caused by any negligent acts, errors, omissions or mistakes in the performance of this Quote by the Contractor, as well as any person or entity for whose acts, errors, omissions, mistakes or malfeasance Contractor may be legally liable. 4.2 The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this paragraph. 4.3 The scope of this indemnification does not extend to the sole negligence of County. 5.0 INSURANCE: 5.1 Contractor, at Contractor s own expense, shall purchase and maintain the herein stipulated minimum insurance from a company or companies duly licensed by the State of Arizona and possessing a current A.M. Best, Inc. rating of A+. In lieu of State of Arizona licensing, the stipulated insurance may be purchased from a company or companies, which are authorized to do 7/18/2014 3:14 PM p. 5

stipulated insurance may be purchased from a company or companies, which are authorized to do business in the State of Arizona, provided that said insurance companies meet the approval of County. The form of any insurance policies and forms must be acceptable to County. 5.2 All insurance required herein shall be maintained in full force and effect until all work or service required to be performed under the terms of the Quote is satisfactorily completed and formally accepted. Failure to do so may, at the sole discretion of County, constitute a material breach of this Quote. 5.3 Contractor s insurance shall be primary insurance as respects County, and any insurance or selfinsurance maintained by County shall not contribute to it. 5.4 Any failure to comply with the claim reporting provisions of the insurance policies or any breach of an insurance policy warranty shall not affect the County s right to coverage afforded under the insurance policies. 5.5 The insurance policies may provide coverage that contains deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to County under such policies. Contractor shall be solely responsible for the deductible and/or self-insured retention and County, at its option, may require Contractor to secure payment of such deductibles or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. 5.6 County reserves the right to request and to receive, within 10 working days, certified copies of any or all of the herein required insurance certificates. County shall not be obligated to review policies and/or endorsements or to advise Contractor of any deficiencies in such policies and endorsements, and such receipt shall not relieve Contractor from, or be deemed a waiver of County s right to insist on strict fulfillment of Contractor s obligations under this Quote. 5.7 The insurance policies required by this Quote, except Workers Compensation shall name County, its agents, representatives, officers, directors, officials and employees as Additional Insured s. 5.8 The policies required hereunder, except Workers Compensation, and Errors and shall contain a waiver of transfer of rights of recovery (subrogation) against County, its agents, representatives, officers, directors, officials and employees for any claims arising out of Contractor s work or service. 5.9 Commercial General Liability: Commercial General Liability insurance and, if necessary, Commercial Umbrella insurance with a limit of not less than $2,000,000 for each occurrence, $2,000,000 Products/Completed Operations Aggregate, and $4,000,000 General Aggregate Limit. The policy shall include coverage for bodily injury, broad form property damage, personal injury, products and completed operations and blanket contractual coverage, and shall not contain any provision which would serve to limit third party action over claims. There shall be no endorsement or modification of the CGL limiting the scope of coverage for liability arising from explosion, collapse, or underground property damage. 5.10 Automobile Liability: Commercial/Business Automobile Liability insurance and, if necessary, Commercial Umbrella insurance with a combined single limit for bodily injury and property damage of not less than $2,000,000 each occurrence with respect to any of the Contractor s owned, hired, and non-owned vehicles assigned to or used in performance of the Contractor s work or services under this Quote. 5.11 Workers Compensation: 7/18/2014 3:14 PM p. 6

5.11.1 Workers Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction of Contractor s employees engaged in the performance of the work or services under this Quote; and Employer s Liability insurance of not less than $1,000,000 for each accident, $1,000,000 disease for each employee, and $1,000,000 disease policy limit. 5.11.2 Contractor waives all rights against County and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the Workers Compensation and Employer s Liability or commercial umbrella liability insurance obtained by Contractor pursuant to this Contract. 5.12 Certificates of Insurance. 5.12.1 Prior to commencing work or services under this Quote, Contractor shall furnish the County with valid and complete certificates of insurance, or formal endorsements as required by the Contract in the form provided by the County, issued by Contractor s insurer(s), as evidence that policies providing the required coverage, conditions and limits required by this Contract are in full force and effect. Such certificates shall identify this contract number and title. 5.12.2 Prior to commencing work or services under this Quote, Contractor shall have insurance in effect as required by the Contract in the form provided by the County, issued by Contractor s insurer(s), as evidence that policies providing the required coverage, conditions and limits required by this Contract are in full force and effect. Such certificates shall be made available to the County upon ten (10) business days. BY SIGNING THE AGREEMENT PAGE THE CONTRACTOR AGREES TO THIS REQUIREMENT AND FAILURE TO MEET THIS REQUIREMENT WILL RESULT IN CANCELLATION OF QUOTE. 5.12.2.1 In the event any insurance policy (ies) required by this contract is (are) written on a claims made basis, coverage shall extend for two years past completion and acceptance of Contractor s work or services and as evidenced by annual Certificates of Insurance. 5.12.2.2 If a policy does expire during the life of the Quote, a renewal certificate must be sent to County fifteen (15) days prior to the expiration date. 5.13 Cancellation and Expiration Notice. Insurance required herein shall not be permitted to expire, be canceled, or materially changed without thirty (30) days prior written notice to the County. 6.0 ACCESS TO AND RETENTION OF RECORDS FOR THE PURPOSE OF AUDIT AND/OR OTHER REVIEW: 6.1 In accordance with section MCI 367 of the Procurement Code the Contractor agrees to retain all books, records, accounts, statements, reports, files, and other records and back-up documentation relevant to this Quote for six (6) years after final payment or until after the resolution of any audit questions which could be more than six (6) years, whichever is latest. The County, Federal or State auditors and any other persons duly authorized by the Department shall have full access to, and the right to examine copy and make use of, any and all said materials. 6.2 If the Contractor s books, records, accounts, statements, reports, files, and other records and back-up documentation relevant to this Quote are not sufficient to support and document that requested services were provided, the Contractor shall reimburse for the 7/18/2014 3:14 PM p. 7

requested services were provided, the Contractor shall reimburse for the services not so adequately supported and documented. 7.0 VERIFICATION REGARDING COMPLIANCE WITH ARIZONA REVISED STATUTES 35-391.06 AND 35-393.06 BUSINESS RELATIONS WITH SUDAN AND IRAN: 7.1 By entering into the Contract, the Contractor certifies it does not have scrutinized business operations in Sudan or Iran. The contractor shall obtain statements from its subcontractors certifying compliance and shall furnish the statements to the Procurement Officer upon request. These warranties shall remain in effect through the term of the Contract. 7.2 The County may request verification of compliance for any contractor or subcontractor performing work under the Contract. Should the County suspect or find that the Contractor or any of its subcontractors are not in compliance, the County may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. 8.0 INFLUENCE As prescribed in MC1-1202 of the Procurement Code, any effort to influence an employee or agent to breach the Ethical Code of Conduct or any ethical conduct, may be grounds for Disbarment or Suspension under MC1-902. An attempt to influence includes, but is not limited to: 8.1.1 A Person offering or providing a gratuity, gift, tip, present, donation, money, entertainment or educational passes or tickets, or any type valuable contribution or subsidy, 8.1.2 That is offered or given with the intent to influence a decision, obtain a contract, garner favorable treatment, or gain favorable consideration of any kind. If a Person attempts to influence any employee or agent of, the Chief Procurement Officer, or his designee, reserves the right to seek any remedy provided by the Procurement Code, any remedy in equity or in the law, or any remedy provided by this contract. 6 7/18/2014 3:14 PM p. 8

Question and Answers for Bid #1507-003 - Liberator II Headsets with Tactical PTT and Accessories 5 OVERALL BID QUESTIONS There are no questions associated with this bid. If you would like to submit a question, please click on the "Create New Question" button below. Question Deadline: Jul 23, 2014 2:30:00 PM MST 7/18/2014 3:14 PM p. 9 6