NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Similar documents
NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

New Castle County Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

INSTRUCTIONS TO BIDDERS

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

BID DOCUMENTS FOR. WTP VFD Replacement Bid

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

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

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

ARTICLES AND DESCRIPTION

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

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

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

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

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

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

RFP GENERAL TERMS AND CONDITIONS

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

Champaign Park District: Request for Bids for Playground Surfacing Mulch

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

NOTICE TO BIDDERS BID #FY150019

PURCHASING DEPARTMENT

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

City of New Rochelle New York

INVITATION TO BID (ITB)

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

City of New Rochelle New York

City of New Rochelle New York

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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

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

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

Rutherford County Board of Education

INSTRUCTIONS TO BIDDERS

PURCHASING DEPARTMENT

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

PURCHASING DEPARTMENT

Invitation To Bid. for

GUILFORD COUNTY SCHOOLS Invitation for Bids

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 10647

PURCHASING DEPARTMENT

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

REQUEST FOR SEALED BID PROPOSAL

Invitation To Bid. for

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

ATTACHMENT I - TELEDYNE BROWN

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

ALL TERRAIN SLOPE MOWER

REQUEST FOR QUOTE # 16471

Invitation To Bid. for

The vendor will provide at least one day of training at each location.

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

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

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

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

Invitation To Bid. for

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

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CITY OF TITUSVILLE, FLORIDA

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

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

PLEASANTVILLE HOUSING AUTHORITY

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

Invitation To Bid. for

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

REQUEST FOR QUOTATION

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010

SECTION 2 - STANDARD TERMS & CONDITIONS

INSTRUCTIONS TO BIDDERS

MELBA SCHOOL DISTRICT

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

Request For Proposal (RFP) for

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

MPS TERMS AND CONDITIONS FOR BIDS

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

Transcription:

Sealed proposals for: Bulletproof Vests, will be received until 2:00 p.m. Wednesday, May 14, 2014 in the, New Castle County Government Center,, (Telephone: 302-395-5250). Minority and Women-owned Business Enterprises (MWBE) will be afforded full opportunity to submit proposals, and will not be subject to discrimination on the basis of race, color, national origin, sex, religion, age, disability, or sexual orientation in the consideration of this award. INSTRUCTIONS TO BIDDERS Bid envelopes will carry a clear notation in the lower left quadrant, BID FOR Bulletproof Vests,. Any questions concerning the bid(s) should be directed to the at (302) 395-5250. Bidders are responsible for obtaining the bid specifications and all addendums from the New Castle County Purchasing website at www.nccde.org/purchasing. Fax bids will not be accepted. Bid security is waived. New Castle County reserves the right to divide the award unless stated otherwise in the specifications. Awards, if any, will be made by the to the lowest and best responsible bidder. The County reserves the right to reject all bids and to waive minor irregularities. NOTE: If required by State of Federal regulations, vendors will provide the M.S.D.S. sheets for the above projects. 3/22/14 Page 1 of 14

Pursuant to County Ordinance 83-172, 87-105, and Delaware State Law, no contract will be awarded to any vendor unless before or in conjunction with the actual award of the contract to such vendor, has submitted proof satisfactory to the County or to the awarding agency, or the designated representative of the County or the awarding agency, as the case may be, that it and each and every subcontractor named by it in its bid, if any, will at the time it submits such proof have valid and effective licenses required by the State and the County, and the political subdivisions, if any, in which the project is located, and the United States government, in order for each of them (i) to do business therein; (ii) to comply with all tax laws thereof; and (iii) to perform the labor and/or supply the material involved in the performance of the contract. Mailing address: 3/22/14 Page 2 of 14

GENERAL It is the intent of the Department of Public Safety to purchase bulletproof vests. Vendors will be responsible for their errors, as well as defective, incorrect, or damaged merchandise received, and will arrange within ten (10) days of notification for the return shipping, replacement of item if applicable, etc., and will pay the costs related to such. Vendors will be required to identify a contact person, plus alternate within their organization who has specific knowledge of the terms and specific pricing and any discounts reflected in this bid. The contact person or alternate will provide price quotes, handle returns, replacements, billing discrepancies, etc., as they arise. Vendors must have a local telephone number or offer toll-free service for ordering and expediting. New Castle County makes no guarantee as to the total quantities or products to be purchased under this contract. NO SUBSTITUTIONS Pursuant to New Castle County Code, Section 2.05.502(12)b., New Castle County has the right to specify a particular brand to match existing inventory. Therefore, no substitutions will be permitted. ADDITIONS New Castle County may require other related services, products, and/or equipment including, but not limited to, vest carriers, other catalog items provided by vendor, and other items essential to policing not specifically listed. Vendors are encouraged to bid a discount off their entire catalogs, if available, from which the County may select products. Vendor may be given the opportunity to provide a quote. Should New Castle County deem the quote to be non-competitive, New Castle County reserves the right to seek proposals from other vendors. 3/22/14 Page 3 of 14

DELIVERY INVOICES Deliveries shall be made within one (1) week of order placement, unless otherwise specifically agreed to by New Castle County. Repeated failure to make deliveries as stipulated may result in cancellation of the contract in its entirety. F.O.B. Destination New Castle County Police Department 3601 N. DuPont Highway Locations may be added or deleted. All prices quoted will include inside delivery to New Castle County, DE facilities. Successful vendor will invoice in triplicate per instructions on the purchase order. Invoice will clearly identify date of delivery, Purchase Order Number, item description, unit cost, quantity, and item numbers. INSURANCE Vendor shall provide proof of general liability insurance. LENGTH OF CONTRACT July 1, 2014, through June 30, 2015. This contract may be extended for a period of four (4) years, one (1) year at a time, by mutual agreement. FUNDING OUT The continuation of this contract is contingent upon funding appropriated by County Council. 3/22/14 Page 4 of 14

FORM OF PROPOSAL Vendors shall quote delivered prices in all sections based on F.O.B. destination various New Castle, DE locations. Vendors are to quote a percentage discount off catalog listed price for items not listed, if applicable. Prices and discounts must include all charges, e.g., shipping, handling, fuel surcharge, etc. BASIS OF AWARD The Division of Purchasing shall award this contract to the lowest responsible and responsive bidder(s) who best meets the terms and conditions of the bid. The award will be made on the basis of price, product evaluation, and prior history of service capability. The Division of Purchasing reserves the right to reject any or all bids in whole or in part, to make multiple awards, partial awards, award by types, award by sections, item by item, or lump sum total, whichever may be most advantageous to New Castle County. There is no guarantee that New Castle County will grant to any awardee any request for services and/or products. Pursuant to County Code, New Castle County reserves the right to purchase goods, contractual, and professional services from other governments and cooperative purchasing agreements when it is determined by the Office of Administrative Services to be in the best interest of the County. INDEMNITY Vendor shall indemnify, defend, and hold harmless New Castle County from and against any and all claims, demands, suits, judgments, costs, and expenses asserted by a person or persons, including agents, employees, or volunteers of vendor, by reason of death or injury to persons, or loss or damage to property, resulting from operations hereunder, or sustained in or upon the premises of the County. MSDS CLAUSE If required by State or Federal regulations, the successful vendor must provide the M.S.D.S. sheets to the Risk Management Division and to the requesting department. 3/22/14 Page 5 of 14

NOTE It is the intent of New Castle County that minority-owned businesses shall have the maximum feasible opportunity to participate in the performance of contracts in the capacity of prime vendor. SUPPLIER DIVERSITY New Castle County encourages supplier diversity among firms. Please provide information on your firm s effort to encourage supplier diversity in your workforce and in the selection of sub-contractors. DELAWARE LABOR VESTS New Castle County encourages the use of Delaware Labor. BULLET RESISTANT BODY ARMOR Item 1: Point Blank GAII -Level II or comparable vest meeting and/or exceeding the following standards. PERFORMANCE AND DELIVERY Awardee will be required to make on-site visits as needed to properly measure each officer for accurate fitting. The general fitting guide calls for a full wrap vest, with no gap and a minimal overlap of 1.5 inches on the sides. Delivery is to be made to the New Castle County Police at 3601 North Dupont Highway, New Castle DE 19720. Delivery must be made within 60 days from the date of order. SPECIFICATION Vests will be: NIJ Threat Level II certified Constructed to the NIJ 0101.06 Standard Concealable soft style 3/22/14 Page 6 of 14

Designed for regular daily wear under uniform or street clothes An independent ballistic test with New Castle County Officers present must defeat the following rounds: Winchester 127 grain +P+ RangerT-Series 9mm Federal 165 grain Hydra-Shok 40 Caliber Speer Gold Dot 125 grain.357 Sig. 12 gauge rifled slug Certification results must be provided in advance of the submission of the bid; no waiver will be offered to this specification. Vest Construction: Panels will be of the hybrid design incorporating Aramids and Spectra Shield or Spectra like materials. Areal Density of the material is not to exceed.73 lbs per square foot (in a measured 12 x 12 vest section). Trauma insert of at least 15 layers of Spectra Shield in a minimum size of 5 x 7 (35 sq. in.), covering the sternum area of the wearer. Use of a hardened metal plate will not be acceptable. Will be in a separate nylon packet, removable from the vest carrier. Bid include this item, no additional charge. The following options should be bid separately: Option 1. Vests will be delivered with: (2) multiple-point adjustable carriers in black. Washable with vests panels removed. Replaceable adjustable straps, to include: (4) 2 inch wide shoulder straps, 2 will be 2-6 inches and 2 will be 6-12 in length. (4) 2 inch wide abdominal straps. (2) 4 inch wide abdominal straps. All closure attachments must be of high profile Velcro design. 3/22/14 Page 7 of 14

Body side of the fabric must have a low moisture absorption rate and high wicking rate, not 100% cotton. Option 2. Vests will be delivered with: (1) outer carrier with fixed pockets (point blank R20-D or comparable) and (1) multiple-point adjustable carriers in black. Washable with vests panels removed. Replaceable adjustable straps, to include: (4) 2 inch wide shoulder straps, 2 will be 2-6 inches and 2 will be 6-12 in length. (4) 2 inch wide abdominal straps. (2) 4 inch wide abdominal straps. All closure attachments must be of high profile Velcro design. Body side of the fabric must have a low moisture absorption rate and high wicking rate, not 100% cotton. Option 3. Vests will be delivered with: (1) outer carrier Molle (point blank Maverick or comparable) with Radio pouch, double handgun magazine pouch, single M16 magazine pouch, medium utility pouch, and front and back police markings and (1) multiple-point adjustable carrier in black. Washable with vests panels removed. Replaceable adjustable straps, to include: (4) 2 inch wide shoulder straps, 2 will be 2-6 inches and 2 will be 6-12 in length. (4) 2 inch wide abdominal straps. (2) 4 inch wide abdominal straps. All closure attachments must be of high profile Velcro design. Body side of the fabric must have a low moisture absorption rate and high wicking rate, not 100% cotton. Option 4. Price for additional Outer carrier (Fixed pocket and Molle) 3/22/14 Page 8 of 14

Ballistic Panel Performance: V50 Test: NIJ.06 Protocol Testing as prescribed for Level II (2) threats. Performed in accordance with using NIJ Std 0101.06 9mm 124grn FMJ test projectiles by an independent testing laboratory. NIJ.06 certification must be submitted with bid. Minimum test results will be: 9mm V50/1600 fps, on new armor and 1600 on conditioned armor. Minimum test results will be: 357 caliber magnum V50/ 1600 fps on new armor and 1600 on conditioned armor. Trauma Performance: Back face signature results of the NIJ 0101.06 certification reports shall reflect a B.F.S. no higher than : Average: 9mm.357 mag 32 mm 36 mm Awardee must be able to provide an additional sternum protective plate rated at NIJ 0108.01 (stand alone) that can be fitted to the delivered carrier with no alterations (pocket already in carrier). Quality Control: Winning manufacturer must maintain a quality program certified under the ISO 9001 certification standard by an accredited registrar. Measurement and Fitting: 3/22/14 Page 9 of 14

Bottom edge of the front ballistic panel shall be within one inch of the highest waist belt (Sam Browne belt) when the wearer is seated. Bottom edge of the back ballistic panel shall be within one inch of the highest waist belt (Sam Browne belt) when the wearer is standing. Fit and Alterations: Warranty: The manufacturer shall perform all required alterations within 30 days after original issue to wearer of the product at no cost to the Department. After 30 days, it will be understood the Department may be charged for any alterations. Any additional charges for larger vests will be noted as to the size and cost on the bid. Ballistic panels shall be warranted for a period of five (5) years after the date of issue to the original wearer against defects in materials and workmanship. Covers shall be warranted for a period of 12 months after the date of purchase against defects in materials and workmanship. 3/22/14 Page 10 of 14

FORM OF PROPOSAL A sample vest will be required from the vendor who best meets the terms and conditions of the bid, prior to making the award. Option 1 $ Ea. Sizes: Up to XXL Ea. $ Ea. Sizes: XXXL and up Option 2 $ Ea. Sizes: Up to XXL Ea. $ Ea. Sizes: XXXL and up Option 3 $ Ea. Sizes: Up to XXL Ea. $ Ea. Sizes: XXXL and up Option 4 Additional Outer carrier - fixed pocket Additional Outer carrier - Molle $ $ 3/22/14 Page 11 of 14

SIGNATURE PAGE\ Name of Company Address Telephone No. Fax No. Signature Federal Tax I.D. No. Printed Name Email (REQUIRED) Date 3/22/14 Page 12 of 14

NEW CASTLE COUNTY, DELAWARE PROCUREMENT AFFIDAVIT AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title) and I am duly authorized to represent and bind (business) (the Business ), and that I possess the legal authority to make this Affidavit on behalf of myself and the Business for which I am acting. I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the Business, nor any of its officers, directors, partners, members, affiliates, or any of its employees directly involved in obtaining or performing contracts with public bodies has been excluded from receiving Federal contracts, certain subcontracts, and certain Federal financial and non-financial assistance and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency s codification of the Common Rule for non-procurement suspension and debarment. I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF, AFTER DILIGENT INQUIRY. Date: By: Name: Title: (Authorized Representative and Affiant) 3/22/14 Page 13 of 14

3/22/14 Page 14 of 14