STATE OF WASHINGTON



State of Washington

DEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

Rm. 201 General Administration Building, P.O. Box 41017 ( Olympia, Washington 98504-1017 ( (360) 902-7400



INVITATION FOR BID (IFB)

Police Vehicle Partitions and Push Bumpers

|Contract Number | |Bid/Proposal Opening Date & Time |

|08805 | |September 20, 2005 - 2:00 PM. |

bids must be received& Stamped on or before the opening date & time at this location:

210 11th AVe SW, Rm. 201, General Administration Building Olympia WA 98504-1017

William Griffin

State Procurement Officer

Phone (360) 902-7421

Fax (360) 586-2426

E-mail wgriffi@ga.

For a site map to the Capitol Campus, click .

Driving directions and parking information

ANNOUNCEMENT AND SPECIAL INFORMATION

This invitation has been revised to include two separate parts. This document, entitled Invitation for Bid, is Part 1. Part 1, when completed signed and submitted becomes your official bid document. Part 2, entitled Competitive Procurement Standards contains the Standard Terms and Conditions, Instructions to Bidders, and Standard Definitions applicable to the bid document. You do not need to return Part 2, however, the most current version should be retained for future reference. See Offer and Award page for revision date.

The purpose of this IFB is to establish a convenience contract for the as needed purchase of, Police vehicles equipment, primarily partitions and push bumpers.

A. Estimated Usage: We estimate that purchases over the two-year initial term of the contract will approximate $500,000 Estimates are based on past usage. The State does not guarantee any minimum purchase. Orders will be placed on an as needed basis.

B. Purchasers: the primary state agency purchaser will be the Washington State Patrol. Based upon contractor’s agreement, the contract will be made available to political subdivisions and non-profit organizations which are members of the State of Washington Purchasing Cooperative (WSPC) and/or State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP). A list of Washington members is available on Fax on Demand (360) 664-2444 or the Internet . A list of Oregon members is available through the Vendor Information Program (VIP) which you can access from their Internet site under “Contracts and Bids” at . Contractors shall not process state contract orders from unauthorized purchasers.

C. While use of the contract by members of the WSPC and DASCPP/ORCPP is optional, the state encourages them to use state contracts. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies. The state accepts no responsibility for payment by WSPC or DASCPP/ORCPP members

D. Term: From date of award to October 31, 2007. Extensions will be subject to mutual agreement. The total contract term may not exceed six (6) years.

2. SPECIAL TERMS AND CONDITIONS

2.1 PACKAGING

A. Specifications: Unless otherwise specified, goods are to be packaged in cartons meeting federal specifications and shipped on nonreturnable pallets.

B. Labeling: Individual shipping cartons shall be labeled with the name of the ordering agency, order number, contract number, contractor, state stock numbers, and where applicable, date of manufacture, batch number, storage requirements, conditions, and recommended shelf life. Bidders are encouraged to offer product packaging with recycled content.

2.2 PRICING AND ADJUSTMENTS

Unless otherwise stipulated all bids must include unit prices and extensions where applicable and be otherwise in the format requested.

All pricing is to be FOB Destination, freight prepaid and added from an in-state vendor’s facility to any destination within the State of Washington. If bidder agrees to extend contract pricing to State of Oregon ORCCP members, additional freight costs to Oregon locations may be required.

All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract period:

Price discounts from manufacturer’s list shall remain firm and fixed for the initial term of the contract.

Adjustments in installation pricing will:

be at the discretion of the State Procurement Officer and shall:

a. be the result of increases at the manufacturer's level, incurred after contract commencement date.

b. not produce a higher profit margin than that on the original contract.

c. clearly identify the items impacted by the increase.

d. be filed with State Procurement Officer a minimum of 30 calendar days before the effective date of proposed increase.

e. be accompanied by documentation acceptable to the State Procurement Officer sufficient to warrant the increase.

f. Remain fixed for at least one year

During the contract period, any price declines at the manufacturer’s level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date.

During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

2.3 SAMPLES

A. Requests and Disposition: The state reserves the right to request samples, at bidder’s expense. Samples of items bid shall be received within 7 calendar days after request. If not destroyed in testing or required for quality control, bidders may request return of samples at their expense. If bidder does not request return within sixty (60) calendar days of contract award, samples will be considered property of the state.

B. Labeling and warranty: All samples provided to the state shall be identical to products quoted by bidder and shall be labeled with bidder’s name and applicable Contract Bid number. All samples are an express warranty, which shall also apply to all future supplies provided under this contract. Bidders failing to comply with this requirement will have their bid rejected or contract terminated.

2.4 MATERIALS AND WORKMANSHIP

The Contractor shall be required to furnish all materials, equipment and/or services necessary to perform contractual requirements. Materials and workmanship in the construction of equipment for this contract shall conform to all codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials shall be manufactured in accordance with the best commercial practices and standards for this type of equipment.

2.5 WARRANTY(IES)

Bidder will submit a copy of warranty as an attachment to bid and items delivered under this contract will also be accompanied by a copy of the warranty. Unless otherwise specified, full parts and labor warranty period shall be for a minimum period of one (1) year after receipt of materials or equipment by the Purchaser. All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture.

In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail.

2.6 CONTRACTOR PERFORMANCE

A. General Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

B. Cost of Remedying Defects: All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials or equipment will be charged against the Contractor.

2.7 EVALUATION CONFERENCE

To aid in the evaluation process, after bid opening, the state may require individual bidders to appear at a date, time and place determined by the state for the purpose of conducting discussions to determine whether both parties have a full and complete understanding of the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

2.8 CATALOGS AND PRICE SHEETS

Bidder or Contractor shall furnish all necessary catalogs and latest dated published manufacturer’s price lists as required by the State Procurement Officer. Failure to do so may cause bid to be rejected, or contractor to be in default of performance requirements.

2.9 RETENTION OF RECORDS

The contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

2.10 REPORTS

The contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B).

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

SPO Required Report

This report will be designed by the SPO to obtain information needed for IFB design, contract negotiation, or any other SPO determined need.

2.11 PURCHASES BY NONPROFIT CORPORATIONS

Recently enacted legislation allows nonprofit corporations to participate in state contracts for purchases administered by OSP. By mutual agreement with OSP, the contractor may sell goods or services at contract pricing awarded under this contract to self certified nonprofit corporations. Such organizations purchasing under this contract shall do so only to the extent they retain eligibility and comply with other contract and statutory provisions. The contractor may make reasonable inquiry of credit worthiness prior to accepting orders or delivering goods or services on contract. The state accepts no responsibility for payments by nonprofit corporations. Contractor may not change contracted payment terms for nonprofit orders.

2.12 CONTRACTOR’S REPRESENTATIVE

A. Designation: Bidder shall provide name, address, and phone number of contractor(s) representative as required in bid documents.

B. Responsibility: Contractor’s representative shall function as the primary point of contact, shall ensure supervision and coordination and shall take corrective action as necessary to meet contractual requirements.

C. Availability: Contractor’s representative, or designee, shall be available at all times during normal working hours throughout the term of the contract.

2.13 PURCHASING CARD ACCEPTANCE

In an effort to streamline the purchasing and payment process, the State is encouraging agencies to use the state contracted purchasing card to facilitate small dollar purchases. While at the present time, it is not mandatory that contractors accept credit card purchases, we encourage all state contractors to consider this alternate payment process. Please indicate in Bid Submittals which card(s) you presently accept and payment discount you may offer the state. The current card available for state agency use is a VISA product.

2.14 BID EVALUATION / AWARD

Award will be made to the responsive, qualified bidder offering the highest single % discount from current Setina Mfg. Co. Inc. police vehicle equipment price list. (May 1, 2005 Currently) (Bidders offering Discount from another manufacturer’s price list must be of equal quality and performances) In case of a tie in highest discount, prompt payment discounts, quantity discounts, minimum order, and installation costs may be considered in determining award.

2.15 DEALER AUTHORIZATION

The Bidder, if other than the manufacturer, shall provide with their bid a current, dated, and signed authorization from the manufacturer that the bidder is an authorized distributor, dealer or service representative and is authorized to sell the manufacturer's products. Failure to comply with this requirement may result in bid rejection.

3. SPECIFICATIONS (SAMPLE ITEMS)

|Description |Check If As Specified |Describe Fully If Not As Specified |

|1.ROLL BAR AND PROTECTIVE SHIELD, SETINA 10S | | |

|Basic unit consisting of roll bar protective shield designed for installation in full and/or mid-size car | | |

|as classified by U.S. Department of Energy. | | |

|Custom installation kit consisting of floor mounting brackets, upper doorpost mounting brackets and lower | | |

|doorpost filler panels. | | |

|Various models of assembly to also fit four-door sedan, four-door station wagon, two-door and four door | | |

|light utuility vehicles, passenger and cargo vans. | | |

|Framework of steel tubing 1 5/8 inch outside diameter x .120 inch wall thickness. Upper section covered | | |

|with ½ inch wall thickness. Upper section covered with ½ inch foam padding. | | |

|Lower guardplate of 14-gauge steel welded to steel tube frame. To extend from top to bottom of backseat | | |

|res. | | |

|Heavy duty window frame constructed of extruded aluminum. | | |

|Window frame to be mounted within the radius of the steel framework between top of guardplate and upper | | |

|tubular frame. | | |

|Approximate 14 inches wide by 12 inches high horizontal sliding window section to be constructed of coated | | |

|scratch resistant polycarbonate with minimum thickness of ¼ inch. | | |

|Horizontal sliding section shall slide freely on pile lined rubber covered window channel or other means | | |

|within the window frame to provide rattle free operation. | | |

|Sliding window section to lock automatically upon closing. Locking mechanism to be operable from the front| | |

|seat only and located between the front seat and guardplate. Window to partially open upon release of | | |

|lock. | | |

|Floor mounting brackets constructed of 10-guage steel. | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

|Left seat belt and harness assembly protected from rear seat. | | |

|Windows so constructed so vision to side and rear is not obstructed. | | |

|Floor mounting brackets constructed of 10-gauge steel. | | |

|Door post filler panels constructed of 14-gauge steel. | | |

|Finish to be Grey Hammertone, or Aluminum Lacquer with Powder Coated Finish. | | |

|Unit shall be designed to provide maximum space and security to the back seat. | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

|2. WEAPON STORAGE SYSTEM, SETINA 10 RP | | |

|Vertical, space saving, weapon mounting system | | |

|Recessed into partition between the front seats to keep | | |

|Weapons safety away from airbags and passengers | | |

|Quick and easy access to shotguns or automatic weapons | | |

|Capable of securing one or two weapons | | |

|Electric gun locks with key loc override with 10 second timer with push button switch | | |

|Universal butt plate to fit most weapons | | |

|Easy installation | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

|3. VEHICLE KENNEL ENCLOSURE SETINA K9 KENNEL | | |

|Models for Crown Victoria and SUV | | |

|For installation in the rear passenger compartment | | |

|Compatible with existing partition system | | |

|High strength, lightweight aluminum construction | | |

|Easy installations with no holes to drill | | |

|Remove non-skid rubber mats | | |

|Removable window screens for easy cleaning | | |

|Description |Check If As Specified |Describe Fully If Not As Specified |

|4. PUSH BUMPERS, SETINA PB200-PB400 | | |

|Lightweight, High-Strength Aluminum Design Meets auto makers recommendations for Front End Weight | | |

|Limitations (Also available in steel as an option). | | |

|Available in 12” or 16” models | | |

|Rugged one-piece main structure loop made of 3/8” x 2 ½ aluminum | | |

|Replaceable mar-resistant hard rubber push pads | | |

|Steel Mounting Brackets | | |

|High-Strength Cross Support System | | |

|Black Powder-coated finish (White or custom colors available upon request) | | |

|Does not interfere with air bag systems | | |

4. BID SUBMITTALS

BID INFORMATION

Bidder shall complete the following:

4.1 Shipping Location: Free On Board (FOB) origin, contractor in-state location, freight prepaid and added. Goods will be shipped from or installed at Washington.

4.2 Prompt Payment Discount % days. Note: Prompt payment discount periods equal to (or greater than) 20 calendar days will receive consideration and bid pricing will be reduced (for evaluation purposes only) by the amount of that discount(s).

4.3 Purchasing (Credit) Cards accepted Yes ______________ No ______________

(Washington State Purchasing card is VISA)

If yes, please list major brands below:

| | | |

| | | |

| | | |

Payment discount for transactions involving card use: __________% Discount.

4.4

A. Bidder agrees to sell the goods and services on this contract to political subdivisions which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No_____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by political subdivisions).

B. Bidder agrees to sell the goods and services on this contract to self-certified nonprofit corporations which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by nonprofit organizations)

C. Bidder agrees to sell the goods and services on this contract to political subdivisions and nonprofit organizations which are members of the State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP ): Yes____ No____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by these members)

4.5 Authorized Representative:

|Primary Contact-Contract Administration |Alternate Contact - Contract Administration |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

|Customer Service/Order Placement |

|Name | |

|Telephone: | |

|Fax: | |

4.6 Lead-time: Materials, equipment or services will be delivered within calendar days after receipt of order (ARO).

4.7 Addresses:

|Orders to be sent to: |Billing will be from: |Payment to be sent to: |

| | | | | |

| | | | | |

| | | | | |

4.8 Federal Tax Identification Number:

BIDDER OFFERS:

A. % Discount (single, not a range) from Setina Mfg Co Inc Price List

B. Minimum Order $

C. Quantity Discounts

1-25 % 26-100 % >100 %

D. Installation costs (Total, Not Labor Rate)

Partitions ea

Push Bumpers pr

SUPPLEMENTAL INFORMATION

Bidders shall complete the following required information. Where additional space is needed and/or where specifically requested, submit an attached letter.

Identify any subcontractors who will perform services in fulfillment of contract requirements the nature of services to be performed and anticipated dollar value of each subcontract. Include federal tax identification (TIN) number for each subcontractor:

| | |$ |Tin: | |

| | |$ |Tin: | |

| | |$ |Tin: | |

CONTRACTOR WAREHOUSE Bidder shall indicate below the in state warehouse location at which material, equipment or supplies will be stored.

|ADDRESS: | | |PHONE: | |

| | | |CONTACT: | |

| | | | | |

FACTORY AUTHORIZED SERVICE:

Factory authorized service must be available within the state of Washington. Please indicate firm name and address of service facility(ies):

|FIRM NAME: | |

|ADDRESS: | |

| | |

WARRANTY

Warranty information to be provided by Bidder.

1 OFFER AND AWARD

Bidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at . If you do not have Internet access, you may contact the State Procurement Officer to obtain copies of any and all documents contained in this bid package.

STANDARD DEFINITIONS revised 06/02/03

STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03

STANDARD TERMS AND CONDITIONS revised 06/02/03

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

|(Company Name) | |(Typed or Printed Name) |

| | | |

|(Address) | |(Title) |

| | | |

|(City) (State) (Zip) | |(Phone No.) |

| | | |

|(Federal Tax Identification Number) | |(Bidder’s Signature) (Date) |

| | | |

|Email | | |

CONTRACT AWARD

(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective , Year . This is a Partial/Total award for .

Authorized Signatures

| | | | | | | |

|(State Procurement Officer) | |(Date) | |(Purchasing Manager) | |(Date) |

CHECK LIST

This checklist is provided for bidder's convenience only and identifies the bid documents that must be submitted with each package in order to be considered responsive. Any bid packages received without these documents may be deemed nonresponsive and not considered for award.

|Bid Submittals to be returned with bid: |Completed |

|Bid submittal entitled: Offer and Award | |

|Bid submittal entitled: Bid Information | |

|Bid submittal entitled: Supplemental Information | |

|Bid submittal entitled: Warranty | |

|Bid submittal entitled: Specifications | |

|Dealers authorization (If Applicable) | |

|Bid submittals to be returned after award: | |

|The following documents need not be returned with bid submission. However, contractor will be required to | |

|submit such documents at a later date as required by contract terms or as requested by the Procurement | |

|Officer. | |

|Certificate of Insurance | |

|Bid attachment entitled: Sales and Subcontractor Report | |

................
................

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

Google Online Preview   Download