RFB #24-000 R - Purchase & Delivery of SUV for Capital City Fire & Rescue

expired opportunity(Expired)
From: Juneau(City)
RFB #24-000 R

Basic Details

started - 08 Apr, 2024 (24 days ago)

Start Date

08 Apr, 2024 (24 days ago)
due - 29 Apr, 2024 (3 days ago)

Due Date

29 Apr, 2024 (3 days ago)
Bid Notification

Type

Bid Notification
RFB #24-000 R

Identifier

RFB #24-000 R
Juneau City and Borough

Customer / Agency

Juneau City and Borough
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INTENT : This bid will result in the immediate purchase and delivery of a new 2024 or 2025 SUV Ford Explorer, Chevy Tahoe, Dodge Durango or equivalent for the City and Borough of Juneau (CBJ), Capital City Fire & Rescue (CCFR) per specifications. SUBMISSION INSTRUCTIONS : Timely responses are accepted via Electronic Submission * at Public Purchase www.publicpurchase.com the CBJ’s eProcurement Provider. Late responses will not be accepted. To respond complete the free, easy, and quick online registration. Registration is a two-step process; be sure to complete both steps. Get help registering using the Public Purchase Help Menu Tab. Register early to avoid missing a deadline as Registration may take up to 24-hours to complete. Contractors who successfully register may submit a pricing schedule and be considered if they complete the following correctly: Access the solicitation online at Public Purchase and
complete pricing for the line item listed. Public Purchase will automatically calculate the totals. 2. Download, complete and upload ALL REQUIRED solicitation documents. (e.g. Bidders Schedule & Signature page, Equivalent/Variance Page.) Online acknowledgement of the Terms & Conditions (ATTACHMENT A). NOTE: Do not submit more than one pricing schedule. Use only the documents provided. Contractors are provided the opportunity to acknowledge, acknowledge with exceptions, or not accept the required documents. Exceptions may not qualify for award. CONTACT, QUESTIONS & ADDENDA : CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this procurement. No oral interpretations will be made. Submit any questions in writing, noting issuing Buyer and bid number. Requests must be received a minimum of five (5) business days prior to the bid deadline via email to Purchasing@juneau.gov or the Public Purchase “Ask Questions” link or Fax to (907) 586-4561. Any changes to CBJ issued documents will be in the form of an addendum to the bid. Addenda are issued as promptly as is practical to all plan holders. All such addenda will become part of the bid. GOVERNMENT CONTRACTS : In an effort to secure the best pricing possible CBJ would like all vendors to know that as governmental agency CBJ is eligible to participate in several cooperative contracts for government agencies. CONTRACT PRICE: Contract prices are to remain firm for the duration of the contract period unless a price adjustment is requested and agreed upon. CONTRACT ADMINISTRATOR: The Contract Administrator for this contract will be Erin Russell, Administrative Coordinator CCFR, or upon notification, an alternative assigned designee. GRANT FUNDING REQUIREMENTS : Funding for this procurementis provided by the State of Alaska Department of Health and Social Services, Mobile Integrated Health Care (MIH) and Community Paramedicine Rural Extension of Care Award (#161-315-24006). PRICE, F.O.B. POINT & INVOICING : Bid price is to include all related costs, including shipping and delivery to the final destination or FOB Point. Shipping costs must be imbedded into the unit price. F.O.B. destination is: City and Borough of Juneau, Alaska 99801. Shipping documents must reflect contact information as follows: City and Borough of Juneau, Capital City Fire and Rescue, ATTN : Joe Mishler, CARES Program Manager, Phone (907) 586-5322, ext. 4327. Vendors will be reimbursed for actual fuel surcharges (inland and barging) that may be incurred during shipment as a separate line item on the Vendors invoice. Vendor must provide a copy of the original bill of lading or freight invoice for the items shipped and identify any fuel surcharge as a separate line item for verification. Invoice will be processed upon receipt and paid in full. Payment method to be determined upon award. DELIVERY DATE : Indicate on the Bid Schedule and Signature Page , the number of calendar days required for delivery After Receipt of Order (ARO). QUANTITIES : The City anticipates issuing a purchase order for the quantities listed. Additional quantities may be needed during the contract or renewal periods. The City does not guarantee any minimum or maximum orders. CONFORMS/VARIES : Bidders will offer item(s) which meet the Technical Specifications. If a bidder requests a variance to the specified item(s), it is the responsibility of the bidder to describe their proposed item/variance in detail on the attached Variance/Equivalent Page. Bidders will indicate the item and state what effect their variance will have. The Variance/Equivalent Page must be submitted with your bid. Failure to describe variances may be grounds to reject the bid as non-responsive. Note the following words provide parameters for what the city will allow on a variance: Minimum, No less than, At least, Maximum, No more than, Not to exceed, Must, Is required, Not acceptable, No substitute. City approved equivalent : When a specific brand/model and the words “or Approved Equivalent” are specified, the intent is to indicate and guarantee a quality or performance level, but not to limit offers of other brands/models. Consideration will be given to an equivalent, provided that the brand/model proposed is of the same general design and of equal substance, quality, function, and finish as the specified brand/model(s). If a bidder offers an equivalent, submit the Variance/Equivalent page with your bid and provide justification of how the brand/model offered meets or exceeds the quality or performance level of the brand/model specified. The City may request additional literature or information from the bidder. Information must be provided upon request. Failure of the bidder to provide requested Information within the specified time, or failure to justify the quality level of the brand/model offered will be grounds to reject the bid as non-responsive. The City is the sole judge of the quality and suitability of any offered equivalent. ACCEPTANCE &RETURNS : The City reserves the right to determine suitability of items offered. All goods or materials are subject to approval by the City. Any items rejected because of non-conformity of the terms and conditions or specifications of this contract, whether held by the City or returned, will be at the Contractor’s risk and expense. REFERENCES : If the City is considering an equivalent, the bidder may be asked to provide references from clients currently using the brand/model being offered. Failure to produce acceptable references upon request may deem the brand/model offered unacceptable and the bid non-responsive. References may be a factor in determining the bidder’s ability to provide a quality product for the City. PERMITS : The Contractor must comply with all applicable Federal, State, City laws which have a bearing on this contract and must have all licenses and permits required by the State and/or City for performance of this contract. PARTS AVAILABILITY : The manufacturer must guarantee parts availability for a minimum of ten (10) years or the reasonable life of the units, whichever is greater. Review of General Terms & Conditions & Insurance : Attached to this Bid are documents required for this project (ATTACHMENTS A). Vendors should carefully review all these attachments. Awarded Vendor is expected to comply with these requirements. AWARD : Award will be made by Total Bid to the lowest responsive, responsible bidder meeting all requirements. In the event the primary Contractor cannot meet their obligation, the City will contract with the next available Contractor and will hold the original Contractor responsible for any incidental and consequential damages incurred. TECHNICAL SPECIFICATIONS: CBJ is looking to purchase a Ford Explorer, Chevy Tahoe, Dodge Durango or equivalent. CBJ will consider Approved Equivalent SUV’s that meet or exceed the specifications listed. List any requested Variance/Equivalent from the specifications below on the provided Variance/ Equivalent page. Vendors may supply a cut sheet/brochure that details the vehicle being quoted, but must list any difference to the specifications. Failure to describe variances may be grounds to reject the bid as non-responsive. Vehicle must be a new, 2023, 2024 or 2025 model year with minimal mileage ( < 5,000 miles) and equipped with the following items: 3.0 Liter or greater, V6 gasoline engine Automatic transmission Four-wheel drive (4WD) or All-wheel drive (AWD) Interior OEM color touchscreen, Bluetooth capable, OEM audio system Seat trim, leather Vinyl floor and all-weather, non-carpet mats Keyless Open and Start w/2 fobs Exterior Aluminum wheels All-season blackwall tires Full-size spare tire White in color Safety Electronic stability control system with traction control Daytime Running Lamps Airbag system OEM Rear Vision Camera Warranty OEM Manufacture Standard Warranty The following items are preferred, however the CBJ will consider variances for the following equipment: Vinyl floor and all-weather, non-carpet mats, Variance -carpet & mats White in color, Variance - other colors CBJ is the sole judge of the quality and suitability of any offered equivalent or variance. CBJ reserves the right to determine suitability of vehicles offered. CBJ’s rights include the possibility of selecting a higher priced vehicle that provides a better overall solution to meet the CBJ’s needs.

155 S. Seward Street, Juneau AK 99801Location

Address: 155 S. Seward Street, Juneau AK 99801

Country : United StatesState : Alaska

You may also like

48-24 Purchase of 10 SUV Compact CIT

Due: 15 May, 2024 (in 12 days)Agency: City of Cleveland

AIRPORT RESCUE FIRE FIGHTING (ARFF) SAFETY VEHICLE (R3)

Due: 16 May, 2024 (in 13 days)Agency: Monroe County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.