Ssl.doas.state.ga.us



REQUEST FOR QUOTATIONInstructions: The Supplier information block must be completely filled out. Failure to sign statement below by authorized representative will render bid invalid. All bids must be typewritten or printed in ink. Supplier is cautioned to carefully read the instructions and the terms and conditions on the attached sheets. Failure to adhere to these instructions and terms and conditions may result in rejection of the bid.Issue Date:May 27, 2015Contract Type: FORMCHECKBOX Open Market FORMCHECKBOX Agency Contract: FORMCHECKBOX Service ? FORMCHECKBOX Open ???? FORMCHECKBOX Fixed Qty?????? FORMCHECKBOX LeaseRFQ Number:917-063-052915-07Closing Date:June 17, 2015, 1:00p.m. ETBid Type: FORMCHECKBOX Regular Bid – X Sealed BidBill To:Georgia Student Finance Authority2082 East Exchange PlaceTucker, GA 30084Point of Delivery: (FOB)Georgia Student Finance Authority2082 East Exchange PlaceTucker, GA 30084Delivery Requested:(Lead Time)Payment Terms:Net 30 Days For Delivery in:___?Days Cash Discount: FORMTEXT ????? % FORMTEXT ????? DaysPurchasing Agent:Tiffiney WardBuyer Code: FORMTEXT ?????Buyer Ph:770-724-9105Supplier InformationCompany: FORMTEXT ?????Address: FORMTEXT ?????City: FORMTEXT ?????State: FORMTEXT ?????ZIP: FORMTEXT ?????Phone: FORMTEXT ?????Fax: FORMTEXT ?????Tax ID:(TIN or SSN) FORMTEXT ?????Note: Supplier must furnish a tax ID number in order to be awarded any State business.Minority Business: FORMCHECKBOX Yes FORMCHECKBOX NoNote: See State of Ga. Standard Terms and Conditions for definition of Minority business.If the above address is not in Georgia, does your company maintain an office in Georgia? FORMCHECKBOX Yes FORMCHECKBOX No If yes, indicate Georgia address:Address: FORMTEXT???????????????? ?????_________________________________________ FORMTEXT???????????????? ?????????????????????????????????????????????????City:? FORMTEXT ??????????????????????????????ZIP: FORMTEXT ???????Bid InstructionsAll bids are subject to the following instructions when checked:__X_ 1. The attached "Instructions and Terms and Conditions" shall apply.__X_ 2. The attached Agency Contract shall apply. ____ 3. The attached "Special Terms and Conditions" shall apply () page(s).__X_ 4. In conformance with the attached "Specifications" (3) page(s).____ 5. See attached ( FORMTEXT ?????) page(s) of ( FORMTEXT ?????) line item(s).____ 6. Equipment or supplies offered to conform to the attached: FORMTEXT ????? Plans FORMTEXT ????? Drawing(s) FORMTEXT ????? Sample(s)____ 7. Suppliers to furnish specifications and complete descriptive literature with bid.The following statement must be signed at the time bids are submitted. Failure to sign this statement will render bid invalid."I certify that this bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment, and is in all respect fair and without collusion or fraud. I understand that collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid, and certify that I am authorized to sign this bid for the Supplier. (O. C. G. A. 50-5-67). I further certify that the provisions of the official code of Georgia annotated 45-10-20 et seq. have not and will not be violated in any respect."????????????????????????????????????????????????????????????????????????????????????????????????? ? ????????????????????????????????????????????????????????????????????? Authorized Signature Date FORMTEXT ???????????????????????????????????????????????????????????????????????????????????????????? ? Title: FORMTEXT ???????????????????????????????????????????????????????????????????? Name (Typed or Printed)TABLE OF CONTENTSI. GENERAL INFORMATION 1.Background2.Purpose of the Procurement3.Duration of Contract4.Schedule of Events5.Rejection of RFQ6.Vendor Registration System7.Standard Agency Contract8.Bid Submission Requirements9.Free on Board (F.O.B.) Point10.Prompt Payment Discounts11.Price Discrepancies12.Bid Clarification13.Errors/Mistakes/Omissions in Bids14.Contractor Standard Terms and ConditionsII. MINIMUM CONTRACTOR QUALIFICATIONS III. SCOPE OF SERVICESIV. ADDITIONAL TERMS AND CONDITIONSV. INSURANCEVI. PERFORMANCE BONDVII. EVALUATION OF BIDS EXHIBIT A – PRICING SHEETEXHIBIT B – STANDARD CONTRACT EXHIBIT C – SUPPLIER GENERAL INFORMATIONEXHIBIT D– SALES AND USE TAX REGISTRATION FORMEXHIBIT E – IMMIGRATION FORMGeorgia Student Finance AuthorityREQUEST FOR QUOTATION REPLACEMENT OF THE AUTOMATIC SLIDING DOORS RFQ NO 917-063-033015-07DUE BY: 1:00 P.M. EST, June 17, 2015 IMPORTANTMANDATORY PRE-BID CONFERENCENOTICE TO SUPPLIERS: A MANDATORY PRE-BID CONFERENCE WILL BE HELD ON TUESDAY, JUNE 2, 2015 AT 10:00 AM. ATTENDANCE AT THIS CONFERENCE IS MANDATORY IN ORDER TO SUBMIT A BID. PRIOR VISIT (S) TO THE SITE SHALL NOT NEGATE THIS REQUIREMENT. IF YOU SHOW UP LATE FOR THE PRE-BID CONFERENCE, AND THE FACILITY TOUR HAS BEGUN, YOU WILL NOT BE PERMITTED TO PARTICIPATE OR SUBMIT A BID. ACCEPTIONS WILL NOT BE GRANTED FOR ANY REASON. THE LOCATION OF THE CONFERENCE SHALL BE AT THE GEORGIA STUDENT FINANCE COMMISSION, 2082 EAST EXCHANGE PLACE, TUCKER, GEORGIA 30084. DIRECTIONS CAN BE OBTAINED BY ACCESSING WWW.. OR, YOU MAY CONTACT JOHN WIDNER, 770-724-9080 FOR DIRECTIONS, ONLY.GENERAL INFORMATIONBackground- The Georgia Student Finance Commission (“GSFC”) was statutorily created to help improve the higher educational opportunities of citizens and persons in the State of Georgia by serving as an agency and budget unit within the executive branch of state government. GSFC administers a variety of scholarship and grant programs, including the Helping Outstanding Pupils Educationally (HOPE) Scholarship Program and other educational scholarships and grants. The programs are supported by state lottery proceeds and state general fund appropriations. The Georgia Higher Education Assistance Corporation (“GHEAC”) is a nonprofit public corporation of the state and is responsible for guarantying educational loans to eligible students and parents in accordance with state law and the requirements of the Federal Higher Education Act of 1965, as amended.The Georgia Student Finance Authority (“GSFA” or “The Authority”) The GSFA is a nonprofit public corporation of the state and is responsible for providing student financial aid to eligible Georgians through loan, service cancelable loan, scholarship and grant assistance programs as determined by the General Assembly. GSFA is also authorized to be a lender by Georgia statute. GHEAC and GSFA are administratively attached to GSFC, but all three are separate legal entities.2.Purpose of the Procurement- The purpose of this Request for Quotation (RFQ) is to solicit bids from qualified suppliers to provide the Replacement of the Automatic Sliding Doors. The qualified Contractor must have been actively engaged in this field for a period of not less than five consecutive and contiguous years. Additionally, the contractor shall demonstrate experience in providing relevant elevator services to entities such as state or local government offices in elevator servicing and installation work.3.Duration of Contract- GSFA expects to award one contract for the services herein but reserves the right to utilize the services of all, some, or none of the successful Suppliers. This is a fixed-firm term contract and shall commence upon contract execution and terminate as indicated in the contract documents. 4. Schedule of EventsRelease of RFQMay 27, 2015Mandatory Pre Bid Conference10:00 a.m.June 2, 2015Deadline for QuestionsNo later than 1:00 p.m. June 8, 2015Answers to Questions Posted June 10, 2015 Submissions DueNo later than 1:00 p.m. June 17, 2015Contract AwardedOn or aboutJune 2015Suppliers should consult the DOAS websites daily for RFQ Q&A, clarifications, schedule changes, and other important information: GPR_P_index From the issue date of this RFQ until a list of Contractors are selected and the selection is announced, Contractors are not permitted to communicate, for any reason, with any GSFC, GSFA or GHEAC staff members except through the Procurement Officer named herein or as provided by existing work agreement(s). For violation of this provision, the State shall reserve the right to reject the bid of the offending Contractor. All questions concerning this RFQ must be submitted in writing, via e-mail to Tiffiney Ward, at tiffineyw@. No questions other than written will be accepted. No responses other than formal amendments will be binding upon the State.5.Rejection of RFQ-GSFA reserves the right to reject any or all bids, waive any minor irregularities or informalities in a bid, and to accept or reject any item or combination of items, when to do so would be advantageous to the GSFA. A bid that does not contain all the elements listed within this RFQ will not automatically be disqualified. GSFA reserves the right to cancel this RFQ at any time. GSFA will not be liable for any cost/losses incurred by the Supplier throughout this process6.Vendor Registration System- Supplier must be registered in the State of Georgia’s web-based Vendor Registration System in order to do business with the GSFA. This system also allows Suppliers to receive automatic electronic notification of bid opportunities from the State of Georgia and other governmental entities within Georgia through the Georgia Procurement Registry. Suppliers may register at: the time of registration, Suppliers must select the products and services they provide using the appropriate NIGP Codes. Suppliers are responsible for updating and maintaining key company, contact, and product information in the system. All inquiries about the Vendor Registration System should be addressed to: vendoradm@doas..7.Standard Agency Contract- GSFA employs the use of a standard agency contract, which is a part of this solicitation package and all contract exceptions taken must be outlined on a separate sheet and included with your bid response. Prior to award, all apparent successful Contractors, who took exception(s) to the standard contract, shall be required to enter into discussions with the GSFA to resolve the contractual exceptions or differences before an award can be made. These discussions shall be finalized and all exceptions resolved within one (1) week of notification. Failure to resolve contractual differences may lead to rejection of the Contractor’s bid. If a Contractor’s bid is rejected, GSFA reserves the right to enter into discussions with the next lowest responsive and responsible Contractor and to continue such process until a contract is awarded. The GSFA reserves the right to modify the Contract to be consistent with the apparent successful Contractor’s exceptions and to negotiate any other modifications, provided however that no such modifications affect the evaluation criteria set forth herein, or give any of the successful Contractors a competitive advantage.8.Bid Submission RequirementsBids shall be submitted to:Georgia Student Finance AuthorityATTN: PROCUREMENT OFFICER2082 East Exchange PlaceTucker, Georgia 30084Attn: Tiffiney WardBids shall be marked as follows:Name of CompanyPhone Number and Point of Contact for CompanyRFQ# 917-063-033015-07Due no later than June 17, 2015, 1:00 p.m. Eastern TimeEach Supplier must submit one (1) original and three (3) copies.9.Free on Board (F.O.B.) Point- All bid responses shall be F.O.B. destination and must include sales tax and freight charges. Contractors shall state the exact amount of freight and insurance charges or a “not to exceed” amount, and include it in the amount for each product and quantity. Unless otherwise indicated, all deliveries shall be made to 2082 E. Exchange Place, Tucker, Georgia 30084.10.Prompt Payment Discounts- Any prompt payment cash discounts offered to the GSFA must be clearly shown in the space provided on the first page of the RFQ document. Cash discounts offered from one (1) percent (%) and higher, for payment in thirty (30) days or more, will be considered for bid evaluation purposes. Discounts offered at less than one (1) percent (%), for payment within less than thirty (30) days, shall not be considered for bid evaluation purposes. 11.Price Discrepancies- In the event of a discrepancy between the unit price and the extended amount for any line item, the unit price shall prevail.12.Bid Clarification - During bid evaluation, GSFA shall retain the right to request clarification of information submitted and to request additional information from all Contractors. Failure to furnish clarification when requested to do so may cause your bid to be considered nonresponsive and not eligible for an award.13.Errors/Mistakes/Omissions in Bids- Contractors or their authorized representatives shall fully inform themselves as to the conditions, requirements, and specifications prior to submitting their bid. Failure to do so shall be at the Contractor’s own risk. Mistakes, errors or omissions can only be corrected prior to the bid closing time and date.14.Contractor Standard Terms and Conditions - Neither GSFA nor the State of Georgia shall be bound by any Contractor standard terms and conditions included in any packaging, invoice, catalog, brochure, technical data sheet, or other documents which attempt to impose any condition or variance with or in addition to the terms and conditions contained in this RFQ.MINIMUM CONTRACTOR QUALIFICATIONSInformation provided in response to the items outlined below will be used to evaluate the Contractor against minimum qualification requirements designed to ensure the Contractor’s complete understanding of the requirements of this RFQ and their capability to respond to requests for services. Failure to provide a satisfactory response to the items below may result in the Contractor being considered non-responsive and their bid not worthy of further consideration. Responses shall be in writing and in the same order as they are presented below. Other relevant company background material or miscellaneous information can be provided but should be segregated from your answers to the Request for Quotation questions. If company background information is included with your responses to the information outlined below, your responses must be easily identifiable. If your responses cannot be clearly identified, your Request for Quotation package will be considered non-responsive and not eligible for an award. A Minimum of sixty (60) Consecutive Months Providing Similar Services - Contractor shall provide a description of its firm's operational history which reflects that the Contractor shall have been actively engaged for a minimum of sixty (60) consecutive months providing similar services to those defined in the Purpose of the Procurement section of this request. Appropriate documents shall be included to describe the Contractor's organizational setup, Contractor’s services, and any general information that the Contractor feels is relevant or necessary in the consideration of its bid. Contractor shall furnish clear and concise documents that attest to the number of years the firm has been in business. A contact person, address, and phone number shall be provided with this information. Failure to furnish this information shall be grounds to consider your bid non-responsive and not eligible for an award.Satisfactory References – Provide a list of five (5) references for elevator service and installation contracts similar in size and scope to that proposed for GSFA.3. Completed Pricing Sheet - Provide completed Pricing Sheet (Exhibit A) reflecting the pricing for the requested services under this agreement. 4. Business Litigation - The Contractor shall disclose any involvement by the organization or any officer or principal in any material business litigation within the last five (5) years. The disclosure will include an explanation, as well as the current status and/or disposition.pany Structure – Documentation outlining the legal form of its business organization (NOTE: In the state of Georgia the document to satisfy this requirement shall be a copy of the Annual Registration Filing or Certificate of Organization, and must include a valid control number). Suppliers shall also furnish the name of the state in which incorporated (if a Corporation), the types of business ventures in which the organization is involved, the office location that will be the point of contact during the term of any resulting contract, and a chart of the organization structure, including the reporting relationships, as they relate to this RFQ. The chart of organizational structure must demonstrate depth of personnel experience and the capability to sustain loss of assigned personnel without compromising the quality and timeliness of performance. 6. Employee Qualifications – All personnel employed by the successful Supplier shall be fully trained in all areas of the removal and installation of automatic doors and shall be legal to work in the state of Georgia and the United States of America.All personnel shall be trained in the procedures to follow in the event of a fire or any other emergency, including activating fire alarm switches and contacting emergency personnel, such as a 911 operator, the local fire department or police force.All personnel employed by the successful Supplier shall be qualified in all associated equipment prior to being assigned to this project. This includes, but is not limited to ensuring the each piece of equipment is properly rated and can handle the task at hand, ensuring that the equipment is in good operating condition and will not create a fire hazard.The successful Supplier shall maintain records of each employee’s training and certification to include areas such as OSHA and any other areas required by industry, law, or determined by the Authority.Employees identified as performing duties in a haphazard manner will be required to leave the building immediately. All employees of the contractor shall be considered to be, at all times, the sole employees of the contractor, under his/her sole direction, and not an employee or agent of GSFA. Each employee shall have and wear proper identification at all times.SCOPE OF SERVICESFurnish all equipment, products, labor, materials, transportation, and maintenance necessary to for the Replacement of the Automatic Sliding Doors at Georgia Student Finance Authority, 2082 East Exchange Place, Tucker, Georgia 30084. All work shall be performed in accordance with the specifications in this Scope of Service:Existing Door Configurations:120 VAC, 20 amp circuit, Electrical Power to inside of header.Low voltage wiring, 20 ga. 4 conductor stranded wire, if required. Structure should have necessary wood blocking inside of wall to anchor and support equipment.Work to be performed by others:Floor will be leveled through entire slide and swing path of the door.Work to be performed by Supplier:Rear Door:Remove existing automatic sliding door.Furnish and install one (1) Dorma ESA300 or comparable unit, full breakout automatic bipart sliding entry system, in a dark bronze anodized finish, for one 125" x 89-3/4" slider. The panels should be narrow stile with horizontal muntins, 7" bottom rails, Adams Rite Recessed Panic Device with “Fail Secure” Automatic Carriage Lock and glazed with 114" clear tempered glass. The net slide opening is approximately 51". The panels will breakout to give you approximately 110" opening. The slider should be activated by Wizard combination motion/safety presence sensors. The existing break metal is to be used if possible. The slider should be installed to conform to ANSI 156. 10 - 2011 and installed by AAADM Certified Technicians.Front Door:Remove existing automatic sliding door.Furnish and install one (1) Dorma ESA200 P SX SX P or comparable unit, configuration sliding panel’s only, automatic bipart sliding entry system, in a dark bronze anodized finish, for one 172-114" x 89-3/4" slider. The panels should be narrow stile with horizontal muntins, 7" bottom rails, Adams Rite Recessed Panic Device with “Fail Secure” Automatic Carriage Lock and glazed with 1/4" clear tempered glass. The net slide opening is approximately 66" for a 72" door opening. A square back threshold in the door opening and a half saddle threshold 6" overall will butt to door opening threshold to give a smooth transition. The slider should be activated by Wizard combination motion/safety presence sensors. The slider should be installed to conform to ANSI 156.l 0 - 2011 and installed by AAADM Certified Technicians.Required Protection and cleaning. ADDITIONAL TERMS AND CONDITIONSWarrantySupplier shall warranty the equipment installed under this RFQ against defects in material and workmanship for a period of one (1) year from the date of work acceptance by GSFA. The Supplier at its own expense shall correct any proven defect by repair or replacement. The warranty state herein shall be in addition to the warranty terms stated in the State Of Georgia Agency Standard Contract.Protection of Existing Facilities and UtilitiesIn the event of damage to, or accidental disruption of utilities or other facilities as a result of the Contractor's operations, the Contractor shall take immediate steps to repair or replace all damage and to restore all services. Further, the Contractor shall engage any additional outside services which may be necessary to perform repairs on a continuous "around the clock" basis until services are restored. All costs involved in making repairs and restoring disrupted service resulting from negligence on the part of the Contractor shall be borne by the Contractor and he shall be fully responsible for any and all claims resulting from the damage.Contractor Prior Performance A bid may not be accepted from, nor a contract awarded to, any person or firm who has failed to perform faithfully any previous contract with County, State or Federal Governments. In addition, an award shall not be made to any person or firm, whose name appears on a Debarred, Suspended, Ineligible and Excluded from Procurement Consolidated List.4.Use of SubcontractorsGSFA requires the successful Supplier to notify GSFA, in writing, prior to sub-contracting any of the work called for under this contract. GSFA reserves the right to allow or disallow a subcontractor request. If a sub-contractor arrangement is permitted, the successful Supplier shall assume full responsibility for the sub-contractor, as if the subcontractor were an employee of the successful Supplier.5.Work HoursServices are to be performed during normal working hours, unless otherwise indicated. Working hours are Monday through Friday, 8:00 am to 5:00 pm or as scheduled by the Facilities Manager. 6. GSFA Inspection and AcceptanceThe GSFA Facility Manager will inspect and accept the work performed by the contractor to ensure compliance with the contract specifications. Failure to perform in accordance with the specifications can lead to contract non-compliance up to cancelation. 7.Payments SchedulePayments for the fixed priced deliverables, shall me made, upon completion and acceptance by the Facility Manager and the State Inspector (if applicable) for the work performed and receipt of a proper invoice. INSURANCE REQUIREMENTSThe Contractor’s response must include the Contractor’s affirmation to meet the following requirement(s). Failure to agree to meet the requirement(s) identified below will result in rejection of the Contractor’s proposal.Insurance Coverage: If awarded a contract, the Contractor shall procure and maintain insurance which shall protect the Contractor and the State Entity (as an additional insured) from any claims for bodily injury, property damage, or personal injury covered by the indemnification obligations set forth in the contract attached to this RFQ throughout the duration of the contract. The Contractor shall procure and maintain the insurance policies described below at the Contractor‘s own expense and shall furnish to?the State Entity an insurance certificate listing the State Entity as certificate holder and as an additional insured. The insurance certificate must document that the Commercial General Liability insurance coverage purchased by the Contractor includes contractual liability coverage applicable to this contract. In addition, the insurance certificate must provide the following information: the name and address of the insured; name, address, telephone number and signature of the authorized agent; name of the insurance company (authorized to operate in Georgia); a description of coverage in detailed standard terminology (including policy period, policy number, limits of liability, exclusions and endorsements); and an acknowledgment of notice of cancellation to the State Entity. Contractor is required to maintain the following insurance coverage’s during the term of the contract:Workers Compensation Insurance (Occurrence) in the amounts of the statutory limits established by the General Assembly of the State of Georgia (A self-insurer must submit a certificate from the Georgia Board of Workers Compensation stating that?the Awarded Contractor(s) qualifies to pay its own workers compensation claims.) In addition,?the Contractor shall require all subcontractors occupying the premises or performing work under the contract to obtain an insurance certificate showing proof of Workers Compensation Coverage. Bodily Injury By Accident - Per Employee $100,000; Bodily Injury By Disease - Per Employee $100,000; Bodily Injury By Disease – Policy Limit $500,mercial General Liability Policy with the following minimum coverage:Each Occurrence Limit$1,000,000;Personal & Advertising Injury Limit$1,000,000;General Aggregate Limit Per Project$2,000,000;Products and Completed Operations-- $2,000,000.Business Auto Policy?to include but not be limited to liability coverage on any owned, non-owned and hired vehicle used by?the Contractor or Contractor‘s personnel in the performance of this contract. The Business Automobile Policy shall have a Combined Single Limit of $1,000,000.The foregoing policies shall contain a provision that coverage afforded under the policies will not be canceled, or not renewed or allowed to lapse for any reason until at least?thirty (30) days prior written notice has been given to the State Entity. Certificates of Insurance showing such coverage to be in force shall be filed with?the State Entity prior to commencement of any work under the contract. The foregoing policies shall be obtained from insurance companies licensed to do business in Georgia and shall be with companies acceptable to the State Entity, which must have a minimum A.M. Best rating of A-. All such coverage shall remain in full force and effect during the term and any renewal or extension thereof.Within ten (10) business days of award, the selected Contractor must procure the required insurance and provide the State Entity with two (2) Certificates of Insurance. Certificates must reference this RFQ by number or contract number. Contractor’s proposal must include the cost of the required insurance. No contract performance shall occur unless and until the required insurance certificates are provided.PERFORMANCE AND PAYMENT BONDSA performance bond and payment bond, in the penal amount of one-hundred (100) percent (%) of the contract amount, shall be furnished by the successful Supplier, within ten (10) business days after being notified of their selection status.1.Performance Bonds - The successful Supplier shall furnish a bond of a surety company authorized to do business in the State of Georgia in an amount equal to the value of the first year of this contract, to be renewed on an annual basis, if the option to renew the contract is exercised, on a form approved by the GSFA, prior to execution of the contract. The conditions of such bond shall be that the contractor shall faithfully perform the work called for in the contractual documents. Said bond shall be delivered to the GSFA within ten (10) business days after award and must be signed by a Georgia licensed resident agent of the surety who holds a current Power of Attorney from the surety company issuing the bond. Future bonds for option years shall be in the amount of the bid for the particular option year being renewed. EVALUATION OF BIDSContractors, whose bid submission meets the minimum qualifications outlined above, will be evaluated based on the pricing submitted in the Pricing Sheet at Exhibit A. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download