CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. Bids due on October 31, 2017 at 2:00 p.m.

Similar documents
CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE TACTICAL ROBOT. Bids due on February 8, 2018 at 2:00 p.m.

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

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

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

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

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

CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE ICE RINK RENTAL AND OPERATION. Bids due by May 15, 2018 at 2:00 p.m.

Housing Development Corporation of Rock Hill. Request for Proposal. Repairs at 52 Reynolds Street, Rock Hill SC 29730

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL MANUAL VEHICLE WASH SYSTEM. Bids Due February 6, 2018 at 2:00 PM

REQUEST FOR PROPOSAL CITY HALL CARPET REPLACEMENT

Housing Development Corporation of Rock Hill. Request for Proposal. Repairs at 238 Pursley St., Rock Hill SC 29732

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 7 BIRD ST., ROCK HILL, SC 29730

Housing Development Corporation of Rock Hill. Request for Proposal

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

Invitation To Bid. for

INVITATION TO BID (ITB)

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

INSTRUCTIONS TO BIDDERS

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

08 May 2012 Post Date

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

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

NEAPA Northeast Alabama Purchasing Association

GUILFORD COUNTY SCHOOLS Invitation for Bids

B. The Bid is made in compliance with the Bidding Documents.

Invitation to Bid BOE. Diesel Exhaust Fluid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

SECTION NOTICE TO BIDDERS

Proposal No:

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

CITY OF TITUSVILLE, FLORIDA

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Vertical Milling Machine

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

Sample Request For Proposals

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

REQUEST FOR QUOTES (RFQ) FOR SANITATION (DUMPSTER) SERVICES

Request for Proposal Data Network Cabling

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

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

University of Massachusetts Lowell. BID REQUEST Road Salt Bid # CL12-HT-0021

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

REQUEST FOR SEALED BID PROPOSAL

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

NOTICE TO BIDDERS BID #FY150019

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

INVITATION TO BID (ITB)

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

Invitation to Bid BOE. Fluorescent Bulbs

Bids received after the appointed date set for receipt will be returned unopened.

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

Champaign Park District: Request for Bids for Playground Surfacing Mulch

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

Request For Proposal (RFP) for

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

AIA Document A701 TM 1997

REQUEST FOR SEALED BID PROPOSAL

COUNTY OF PRINCE EDWARD, VIRGINIA

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

ADVERTISEMENT FOR BID

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

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

REQUEST FOR PROPOSAL (RFP)

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2:00 P.M.

SECTION NOTICE INVITING BIDS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Request for Proposal CNC Mill For the Rockville High School

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING WEDNESDAY, MARCH 8, 10:00 A.M.

HVAC Remodel Second Floor North Center Building

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

INVITATION TO BID # 441

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

Transcription:

PUR890 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CHEMICAL, BIOLOGICAL, RADIOLOGICAL, & NEUROLOGICAL SUITS Bids due on October 31, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive bids from qualified companies to provide the City with five (5) chemical, biological, radiological, & neurological (CBRN) suits. Below is a description of product requirements. The process of responding to this Request for Proposal (RFP) should involve interested companies reviewing and analyzing the information provided herein and responding in writing to any and all items where a response is requested. Background The City of Rock Hill Police Department is responsible for this project. 1

Bid Request Sealed bids will be received by the Purchasing Division of the City of Rock Hill, South Carolina until 2:00 PM local time on October 31, 2017 at which time they will be publicly opened and read aloud. All companies submitting bids are welcome to attend, but attendance is not mandatory. Details of the award will be posted on our website cityofrockhill.com after the bid opening. The bid opening will begin promptly at the appointed time in the Purchasing Office, located at the City Operation Center, 757 S. Anderson Rd. Building 103, Rock Hill, South Carolina 29730. No bid may be submitted after the bid opening begins. The bidder is solely responsible for the timely submission of his/her bid. No bid may be withdrawn for a period of sixty (60) calendar days after the bid opening. Bids may be mailed to City of Rock Hill, Attn: Tracy Smith, P.O. Box 11706, Rock Hill, South Carolina 29731 or hand delivered to Tracy Smith, Operations Center Purchasing Office, 757 S. Anderson Rd., Building 103, prior to the appointed time of the bid opening. All bids must be in a sealed envelope and marked SEALED BID: CBRN SUITS; Open October 31, 2017 at 2:00 PM. All bids must be approved by the Rock Hill Police Department and the City Manager. Should the bids be higher than the amount allocated by the City for this project, the City reserves the right to negotiate in good faith with the low bidder. Failing an agreement, the City may reject all bids and resubmit for new bids or make any other decisions it deems to be in its own best interest. City Contact If you have any questions regarding this RFP contact Tracy Smith with the Purchasing Office at tracy.smith@cityofrockhill.com. All questions about the RFP or the work itself must be submitted to City staff by Thursday, October 19 at 2:00 PM. 2

Qualified Vendor A qualified vendor is defined for this purpose as one who meets, or by the date of bid acceptance can meet all requirements for licensing, insurance and service contained within this RFP. Non Appropriation of Funds This Agreement shall be subject to the availability and appropriation of funds by Management, and City Council. If the Council does not appropriate the funding needed by the City to make payments under this Agreement for a given fiscal year, the City will not be obligated to pay amounts due beyond the end of the last fiscal year for which funds were appropriated. No act or omission by the City, which is attributable to non-appropriation of funds, shall constitute a breach of or default under this Agreement WMBE Statement It is the policy of the City of Rock Hill to provide minorities and women equal opportunity for participating in all aspects of the City s contracting and procurement programs, including but not limited to employment, construction projects, and lease agreements consistent with the laws of the State of South Carolina. It is further the policy of the City of Rock Hill to prohibit discrimination against any person or business in pursuit of these opportunities on the basis of race, color, national origin, religion, sex, age, handicap, or veteran status. It is further the policy of the City of Rock Hill to conduct its contracting and procurement programs so as to prevent such discrimination and to resolve any and all claims of such discrimination. Excluded Bidders Bids from vendors/contractors with prior poor performance; quality issues, contact conformance, payment history, timeline compliance, or any other reason the City deems POOR PERFORMANCE will not be considered. Excluded Vendors/Contractors can resubmit complete company information with references for city review after a minimum of one year from the last excluded bid. City will contact Vendor/Contractor with its decision within 30 days of company information submittal. City reserves the right to include or exclude said Vendor/Contractor based on findings. 3

Instructions to Bidders Purpose: The purpose of this document is to provide to potential bidders general and specific information in submitting a bid to supply the City s needs as listed within. 1.1 Definitions: A) Bidder: This term is used to encompass the party seeking to have an agreement with the City of Rock Hill. B) City: This term is defined as the City of Rock Hill, South Carolina. All Communications relating to the bid process or the resulting purchase should be directed to the City s Purchasing Office or to its designated contact. C) Purchase: This term means the agreement to be executed by the City and the successful bidder. 1.2 Bid Preparation: All bid responses shall be A) Prepared and submitted on the forms enclosed herein, unless otherwise prescribed. B) Typewritten or completed in ink, signed by the bidding firm s authorized representative with all erasures or corrections initialed and dated by said signer. C) Each bid constitutes an offer and may not be withdrawn except as provided herein. Bid prices are to remain firm for the period stated in the Bid Request. D) Each bid shall include the name, address, telephone number, fax number and e- mail address of at least three (3) current customers for whom they have provided similar products. These references may be contacted, and if so, their responses will constitute a significant part in the bid evaluation process. 1.3 Bid Submission: three (3) copies of the Bid Response shall be: A) Submitted in a sealed envelope with the following information written on the outside of the envelope: * The name of the bidding company; * Identification of items being bid; date and time of bid opening. B) Mailed or delivered to the address shown in the Bid Request for receipt by the City by the stated deadline. C) Bids not received by the time and date specified will not be opened or considered, unless the delay is a result of the City, its agents, or assigns. 1.4 Failure to bid: Any company which does not desire to offer a bid should submit to the City a letter stating a reason for not bidding and whether the bidder desires their company s name be retained or removed from the City s bid list for future solicitations. 1.5 Errors in Bid: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids. 4

Failure to do so will be at the bidder s own risk. In case of error in extension of prices in the bid, the unit price shall govern. 1.6 Award Criteria: The award shall be made to a single bidder who submits the lowest responsible and responsive bid taking into consideration product quality, past performance, and compliance with the stated terms, conditions, and specifications. The City reserves the right to make such decision as it deems to be in its own best interest. The City alone shall make such determination. 1.7 Compliance with laws: The successful bidder shall obtain and maintain all licenses, permits, liability insurance, worker s compensation insurance and comply with all other standards or regulations required by federal, state, county, or City statute, ordinances and rules during the performance of any purchase between the bidder and the City. Any such requirement specifically set forth in any purchase document between the bidder and the City shall be supplementary to this section and not in substitution thereof. 1.8 Brand Name: The use of a brand name is for the sole purpose of describing the standard of quality, performance, and a characteristic desired and is not intended to limit or restrict competition. 5

Product Specifications Chemical, Biological, Radiological & Neurological Suits must have the following: Suits should be made of GORE CHEMPAK Ultra-barrier fabric and Nomex IIIA outer and inner layers. Suits should be certified to NFPA 1994 Class 2 and NFPA 1992. Suits should be a one piece design with integrated CBRN booties and gloves and approved for use with tactical-style boots. Suits should include tactical style gloves. Suits should include a rubber to rubber SCBA mask interface. Suits should be reusable and able to be washed/dried multiple times if no gross contamination. Suits should be available in sizes ranging from medium to extra-large. 6

PUR890 Bid Sheet We, the undersigned, do hereby affirm that we have read and understand the enclosed bid requirements and specifications; and do submit this bid for the items listed below: Please include three (3) copies of this sheet. CBRN SUIT (as specified) (Price should include shipping) $ /suit Company Name: Name: Title: Signature: Date: Telephone Number: Fax Number: Address: Email: 7