REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 Installation of Lenel Card Readers for Mechanical Rooms

Similar documents
REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO.

REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE:

REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Install & Furnish Pelco, Optelecom, Lenel and Additional Spare Parts

REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE:

REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for Printing Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT

June 14, Request for Quotation (RFQ) # 10-Q-BF-030. Maintenance and/or Repair of Glass Doors. Dear Offerors:

REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services

REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for Architectural Services TITLE:

REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated LCD displays and Desktop computers COMPANY NAME: ADDRESS: PHONE NO.

RFQ #2766 Sale of Surplus Scrap Metal

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

Addendum No. 3 Date: 6/8/2017

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Invitation To Bid. for

REQUEST FOR PROPOSALS

REQUEST FOR QUOTATION

REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

REQUEST FOR QUOTATION

Holt Public School District 5780 W. Holt Rd Holt MI

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

Signature Proposers Name: The multiplier submitted shall include all costs for work in place, including but not limited to:

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Request for Quote RFQ# Date: 02/01/2017

Request for Quotation Page One

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

Invitation To Bid. for

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

Invitation To Bid. for

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034

08 May 2012 Post Date

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

NOTICE OF CONTRACT AWARD

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

Signature Proposers Name:

Signature Proposers Name:

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Audit Team: Lawrence Perry, Deputy Auditor Lilai Gebreselassie, Senior Auditor

REQUEST FOR QUOTATION

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology.

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

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

Request for Quotation Page One

Request for Quotation

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

JKL Bahweting School. Request for Proposal. Network and Low Voltage Wiring

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Request for Quotation

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

County of Allegheny City of Pittsburgh

REQUEST FOR FORMAL BID

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Request for Proposal. Chatham County Fiber Project

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

Request for Proposals: Purchase of Staff Computers

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

July 20, 2018 at 2:00 p.m

Early Learning Coalition of Duval Cypress Plaza Drive, Suite 201, Jacksonville, FL

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

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

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

RFP GENERAL TERMS AND CONDITIONS

Request for Proposal Supply & Install Generators at District Health Centers Project

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

REQUEST FOR QUOTATION (RFQ) TITLE: Access-Security System Installation for FFFPD

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

PURCHASING DEPARTMENT

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Request for Quotation Page One

SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair)

NOTICE OF CONTRACT AWARD

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

NOTICE OF CONTRACT AWARD

Request for Quotation

Invitation To Bid. for

BOARD OF COMMISSIONERS PORT OF NEW ORLEANS

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR PROPOSALS INSURANCE BROKERAGE SERVICES

NOTICE OF CONTRACT AWARD

Transcription:

REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 for Mechanical Rooms COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: ISSUE DATE: JULY 23 TITLE: DATE:

July 23, 2009 RE: Request for Quotation (RFQ) # 09-Q-LP-047- Dear Quoters: This is an invitation for you to submit quotations to provide Washington Convention Center Authority (WCCA). This Request for Quotation (RFQ) is designated for open market offerors. Certified Small Business Enterprise (SBE) Offerors are encouraged to submit a bid in response to this solicitation. The quote shall be submitted to the Office of Contracts and Procurement at WCCA no later than 12noon EST, Friday, August 14, 2009. Please provide all questions no later than Friday, August 7, 2009. The quote must be signed by an official authorized to bind the company. The quote must state that the terms of the quote are valid for a period of thirty (30) days from date of quote. Submit quotes to Walter E. Washington Convention Center, Attn: Lisa Penn, Purchasing Assistant Office of Contracts and Procurement Services, 801 Mount Vernon PL., NW, Washington, DC 20001. Hours of operation for this office are 8:30 am to 5:30 pm, Monday thru Friday (excluding holidays). Should you have any questions, please contact me at (202) 249-3039 or lpenn@dcconvention.com. Sincerely, Lisa Penn Purchasing Assistant 2

Scope of Requirement REQUEST FOR QUOTATION (RFQ)# 09-Q-LP-047 Quote Form The Washington Convention Center Authority (WCCA) is seeking a Contractor to provide the Installation of Lenel Card Readers. Please set forth prices for materials and labor rates in the quote form below. Contract Line Items QTY Description/ Model Number Unit Price Total Price Nos. (CLIN) 001 20 Lenel Reader / Keypad (model # KP-6840 rev. C8) 002 20 Lenel Dual Door Controller (LNL-1320) 003 20 Lenel Power Supply / Enclosure (LNL-CTX400UL) 004 20 24Vdc door strikes (spec. per door &frame) 005 20 Rex motion detectors (DSi160) 006 20 Door Contacts (spec. per door &frame) 007 Lot 22/6 Plenum Reader Cable Stranded / Shielded w/ Drain wire 008 Lot 18/2 Plen Twisted / Stranded / Shielded w/ Drain wire um Power Cable 009 Lot 22/2 Plenum Cable Twisted / Stranded / Shielded w/ Drain wire 010 Lot 22/4 Plenum Rex Cable Twisted / Stranded / Shielded w/ Drain wire 011 Lot Necessary Conduit and Raceway (Size and Type Accordingly) 012 Lot Necessary Miscellaneous Hardware (Size and Type Accordingly) 013 1year) Parts and Labor Warranty 014 Shipping and Handling Total 3

a. The chart below is provided for Labor service. LABOR CATEGORY (List) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT LOADED HOURLY RATE OT 1. Please identify hours of operations. 2. Please identify mileage rate per mile. 3. Please provide percentage mark-up on materials. 4. Please indicate when materials can be delivered once ordered. Identify contractor s District of Columbia Supply Schedule (DCSS) number, if applicable. a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote 4

A. REQUIREMENTS/ SPECIFICATIONS A.1 The Washington Convention Center authority (WCCA) is soliciting Quotations from qualified vendors to provide for the Authority. The goods and/ or services shall be delivered to the Walter E Washington Convention Center, located at 801 Mount Vernon Place, NW, Washington, DC 20001. The Contractor shall furnish all supervision, labor, equipment, materials to provide this Requirement. A.2 TECHNICAL REQUIREMENTS A.2.1 A.2.2 A.2.3 Contract shall provide WCCA with a (1) one year warranty on parts Contractor shall provide WCCA with all materials needed for installation. Contractor shall be Lenel Certified. Contractor shall also provide a copy of Lenel Certification. A.2.4 Contractor shall provide prices and labor rates on the quote form, pages 3-4. A.2.5 A.2.6 A.2.7 A.2.8 Contractor shall provide the name(s), telephone number, cellular number and fax number of contact person responsible for providing materials and or installation services. Contractors shall provide (2) Two copies of the operation manual. The Contractor shall provide a time line for the manufacturing and/or delivery of all materials needed for installation. Contractor shall provide the following materials for installation: Specified Equipment (20) Lenel Reader / Keypad (model # KP-6840 rev. C8) (20) Lenel Dual Door Controller (LNL-1320) (20) Lenel Power Supply / Enclosure (LNL-CTX400UL) (20) 24Vdc door strikes (spec. per door &frame) (20) Rex motion detectors (DSi160) (20) Door Contacts (spec. per door &frame) (Lot) 22/6 Plenum Reader Cable Stranded / Shielded w/ Drain wire (Lot) 18/2 Plenum Power Cable Twisted / Stranded / Shielded w/ Drain wire (Lot) 22/2 Plenum Cable Twisted / Stranded / Shielded w/ Drain wire (Lot) 22/4 Plenum Rex Cable Twisted / Stranded / Shielded w/ Drain wire (Lot) Necessary Conduit and Raceway (Size and Type Accordingly) (Lot) Necessary Miscellaneous Hardware (Size and Type Accordingly) (1year) Parts and Labor Warranty 5

A.3 AUTHORITY FURNISHED EQUIPMENT The following supplies, materials, and facilities/office space, will be furnished by the Authority: Written operating procedures, systems engineering, and configuration to be furnished by WCCA and instructions for the purpose of their understanding and operating all alarm systems, security systems, security equipment, or devices Building utilities and services will be afforded the Contractor. This includes the use of facilities, restrooms, mechanical rooms and the use of medical facilities when available for emergency purposes. The Center will furnish mechanical equipment such as lifts. B. DELIVERIES AND PERFORMANCES B.1 The Contracted employee shall only deliver the product onsite unless otherwise authorized by the Walter E. Washington Convention Center, 801 Mount Vernon Place, NW, Washington DC, 20001. Hours of operations are Monday through Friday, from 8:30 am to 5:30 pm. B.2 Term The base term of the Contract shall be for a period date of award through September 30, 2009. C. QUOTATION RESPONSE The Contractor shall complete the Quote Form on pages 3-4 of this RFQ. The Contractor shall provide references of past work related to this requirement. The Contractor shall provide Lenel Certification. D. EVALUATION OF RESPONSES The WCCA will make the awards based on the quote demonstrating: a) experience and capability of offeror; b) the lowest evaluated cost to the WCCA over projected useful life; and d) administratively compliant, including all required bonds, insurance, established quality of work and general reputation financial responsibility, relevant experience, compliance with federal laws and all relevant District of Columbia laws, including EEOC hiring guidelines and requirements under the American with Disability Act and related criteria. E.1 Insurance Requirement E. TERMS AND CONDITIONS E.1.1 Commercial General Liability Insurance-The Contractor shall secure and maintain during the Contract period Commercial General Liability insurance with limits of not less than one (1) 6

million dollars ($1,000,000.00) per occurrence and in the aggregate. The Commercial General Liability coverage must be extended to include owners, employees and contractors protective liability. The coverage should also include all premises and product operations, personal and advertising injury and contractual liability. E.1.2 E.1.3 E.1.4 Worker s Compensation Insurance-The Contractor shall secure and maintain during the Contract period all Worker s Compensation insurance required by the District of Columbia Government law for all employees, and its employees involved in the Contract, without exclusion of any class of employee. Upon execution of this Contract, the Contractor shall provide Certificates of Insurance to WCCA for review and approval. All insurance policies and Certificates described herein shall state that WCCA, its Board of Directors, employees and officers, are named as additional insured s. Notice- The Contractor shall immediately report in writing to the WCCA s Director of Contracts and Procurement any incident which might reasonably be expected to result in any claim under any of the coverage s mentioned herein. Contractor agrees to cooperate with WCCA in promptly releasing information as to the disposition of any claims, including a resume of claims experience relating to WCCA. E.2 Applicability of Standard Contract Provisions WCCA Standard Contract Provisions (SCP) dated May, 2006, is incorporated by reference from this solicitation and any resulting contract. A copy of WCCA s SCP may be downloaded from WCCA s website at http://www.dcconvention.com/community/business_current.asp. E.3 Local, Disadvantaged Businesses, Businesses Operating In an Enterprise Zone, Or Resident Business Ownership Quoters submitting evidence that they are certified as small, local, disadvantaged, operating in an enterprise zone or having resident business ownership shall receive: (a) (b) (c) (d) A three (3%) percent reduction in the bid price or the addition of three points on a 100-point scale for a small business enterprise (SBE) certified by the District of Columbia Small and Local Business Opportunity Commission (SLBOC) or the D.C. Department of Small and Local Business Development (DSLBD), as applicable, A five (5%) percent reduction in the bid price or the addition of three points on a 100-point scale for a resident-owned business (ROB) certified by the SLBOC or the DSLBD, as applicable, A ten (10%) percent reduction in the bid price or the addition of ten points on a 100-point scale for a longtime resident business (LRB) certified by the SLBOC or the DSLBD, as applicable, A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a local business enterprise (LBE) certified by the SLBOC or the DSLBD, as applicable, 7

(e) (f) (g) A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a local business enterprise with its principal office located in an enterprise zone and certified by the SLBOC or the DSLBD, as applicable, and A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a disadvantaged business enterprise (DBE) certified by the SLBOC or the DSLBD, as applicable. Offerors may qualify for more than one of these categories, so that the maximum number of points available under this section is 12 points. F. INSTRUCTION F.1 Hand Delivery, Mailing or Faxing of Quotations Please deliver mail or fax or for any request for clarifications or questions regarding this inquiry to: Lisa Penn Purchasing Assistant Contracts and Procurement Services Walter E. Washington Convention Center Authority 801 Mount Vernon Place, NW Washington, DC 20001 Phone: 202-249-3039 Fax: 202-249-3114 E-Mail: lpenn@dcconvention.com F.2 Submission Date and Time Quotations must be submitted no later than 12:00 noon EST, Friday, August 14, 2009. Please provide all questions no later than Friday, August 7, 2009. 8