Avionic Shop Equipment and Supplies - Groves High School (One-Time Purchase)

expired opportunity(Expired)
From: Savannah-Chatham County School System(School)
24-61

Basic Details

started - 08 Apr, 2024 (20 days ago)

Start Date

08 Apr, 2024 (20 days ago)
due - 23 Apr, 2024 (5 days ago)

Due Date

23 Apr, 2024 (5 days ago)
Bid Notification

Type

Bid Notification
24-61

Identifier

24-61
Savannah Chatham County School System

Customer / Agency

Savannah Chatham County School System
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.

Bid Bonds. A bid bond IS NOT required with bidders bid for this ITB. Performance and Payment Bonds. Payment and Performance bonds ARE NOT required for this ITB. M Bidders Essential Credentials and Business Structure to be considered a Responsible Bidder. To even be considered for a possible award of a contract for the goods and/or services requested by this ITB, a Bidder must be deemed a responsible Bidder by the District's Purchasing Department. To be considered a responsible Bidder for the purpose of this ITB, a Bidder must be licensed and have the capacity to provide the goods and/or perform the services requested by this ITB and must be abie to meet the minimum licensing, bonding, insurance, and contractual requirements of this ITB. The District reserves the right to request a Bidder to provide additional information or documentation to demonstrate that it is a responsible Bidder. Failure to provide the requested additional information, in itself, will be sufficient grounds for
the District to declare the Bidder to be not responsible for the purposes of this ITB. To be considered a responsible Bidder, the Bidders majority (61%) ownership, whether public or private, must be held by citizens or lawful permanent residents of the United States. To be considered a responsible Bidder, the Bidder must attach to its bid a copy of any and all business licenses needed for the Bidder to provide the requested goods and/or services, including any local business licenses needed to provide the good and/or services requested by this ITB in Chatham County. If the Bidder is a corporation, a copy of a current Annual Corporate Registration issued by the State in which the Bidder is incorporated is required to demonstrate that the Bidder is a responsible Bidder. While any lawful form of business may be a responsible Bidder, if the Bidder is a partnership or joint venture, a copy of the contractual agreement between the partners or the participants in the joint venture must be provided with the Bidders bid. The partnership or joint venture agreement must be adequate to its purpose of establishing a safe and well-structured good faith relationship between the participants, and must comply with all applicable laws, including Antitrust Laws. The agreement must include adequate provisions to address unforeseen events such as the demise of any one of the partners or joint venture companies, and the like. If the Bidder is a partnership or joint venture between two existing business entities, including, but not limited to, a corporation or LLC, then all partners should be routinely and on a daily basis in the business of providing services which are closely similar or identical to those Services solicited by this ITB. If the District determines that the form of the Bidders business, including a partnership or joint venture, was not created for a legitimate business purpose, could impair the Bidders performance in response to this solicitation, poses a liability to the District, or is otherwise not in the best interest of the District, then the District reserves the right to disqualify the Bidder and determine that it is not responsible. If the Bidder is a joint venture, information and documentation must be provided to establish whether the joint venture is a business entity created for the purpose of functioning as the joint venture, or whether the joint venture is operated through the existing legal status of the venture partners. All information regarding the legal structure and reporting of income for tax purposes of the joint venture must be provided. It is the District's intent to only enter into a contract as a result of this TB with a single Bidder. The District reserves the right to reject as non-responsive or not responsible any bid that requests the District to enter into contracts with multiple Bidders. N Insurance, Warranty, Indemnity and Other Requirements for Responsible Bidders. To be considered a responsible Bidder, each Bidder will be required to meet minimum insurance, Bid 24-66 Handheld Radios (Annual Contract) Bid Template 3/28/2022 | Page 5 warranty, indemnity and other requirements set forth in more detail in Attachment A- Goods and/or Services Requested, Format of Bids, Evaluation Criteria for Award, and Contract Requirements, which is incorporated by this reference. If the Bidder believes that additional insurance coverages other than those listed in Attachment A are required fo ensure coverage for damages arising out of the performance of this contract, then Bidder should notify the District by the deadline for requests for interpretation and material substitution set forth below. oO 0.C.G.A. 13-10-91 and E-Verify Compliance Required for Responsible Bidders. To be considered a responsible Bidder, all Bidders are required to comply with O.C.G.A. 13-10-91, a Georgia statute that prohibits a public employer such as the District from entering into any contract with a contractor who fails to participate in the federal work authorization program E-Verify or fails to demonstrate that it is not required to participate in the E-Verify program. in order to be deemed a responsible Bidder eligible for this ITB, the Bidder must provide the affidavit(s) or other documentation required O.C.G.A. 13-10-91. While the District provides sample O.C.G.A. 13-10-91 affidavit forms in this ITB, Bidders are solely responsible for familiarizing themselves with their obligations under O.C.G.A. 13-10-91 and making sure that they provide the District with the required documentation. P Local and/or MinorityWomen Business Enterprise (LMWBE) Policies. It is the policy of the District to maximize the utilization of qualified local, minority, and women owned business enterprises (LMWBEs) who provide professional services or who serve as prime contractors, subcontractors or suppliers as a part of the District's facilities construction, maintenance and repair programs. Prime contractors on district construction projects shall make and document good faith efforts to maximize the utilization of qualified LMWBEs as subcontractors and suppliers and provide proof of such efforts and contracts with and payments made to LMWBEs upon request. The District also promotes capacity building within the local construction community and encourages the use of partnerships, teaming and mentorships to provide LMWBEs with relevant and necessary experiences to grow their business. For the purposes of this policy, good faith efforts may inciude, but not be limited to, the following: (1) Placing qualified smail and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (b)(1) through (5) of this section. (7) Attend pre-solicitation meetings to inform LMWBEs of subcontracting opportunities. (8) Advertise in general circulation media, trade association publications, and minority and women business enterprise media to provide notice of subcontracting opportunities. (9} Communicate with the City of Savannah's Office of Economic Development to identify available and qualified LMWBE firms. (10) Review the District's list of vendors indicating an interest in providing services to the District. (11) Select portions of work for subcontracting in areas with established availability of LMWBE subcontractors. (12) Solicit and negotiate with available and qualified LMWBEs for specific subcontracting opportunities. (13) Assign substantive work to LMWBEs or | MWBE teaming partners. See 2 C.F.R. 200.321; Board Policy FG. Bid 24-66 Handheld Radios (Annual Contract) | Page 6 Bid Template 3/28/2022 For the purposes of this policy, a local business enterprise is defined as (1) having established a regular, physical place of business other than a job site office with at least one employee within the geographical boundaries of the Savannah, Georgia Metropolitan Statistical Area (MSA) prior to the closing date on the solicitation (a post office box address will not satisfy this requirement); (2) having a current Business Tax Certificate and other licenses, certificates, or permits required by law to operate a business in that location; and (3) performing a commercially useful function within the local office. For the purposes of this policy, a Minority Business Enterprise is an independent, continuing venture that is at least 51% owned by a minority person or persons that meets the criteria for a Disadvantaged Business. A Disadvantaged Business is a small business which is owned, controlled and managed on a daily basis by a majority or persons, not limited to members of minority groups, who have been deprived of the opportunity to develop and maintain a competitive position in the economy because of social disadvantage. This includes, but is not limited to, persons who have experience social disadvantage because of their membership in the following groups: 1 African American: A person with origins in any of the Black racial groups of Africa; 2 Hispanic American: A person with origins from Mexico, South America, Central America or the Caribbean Basin, regardless of race; and 3 Asian American: A person with origins from the Indian subcontinent, countries of the Asian Pacific region, and surrounding countries; and 4 American Indian: A person with origins from the indigenous people of North America. For the purposes of this policy, a Women Business Enterprise is an independent, continuing venture that is at least 51% owned by one or more women. To qualify as an LMWBE, the owner must be a citizen or lawful permanent resident of the United States, be involved in daily business operations, and provide a commercially useful function. The ownership interest must be real and continuous and not created solely to meet the local/minority/women business or local/minority/women contractor good faith efforts. The District shall, through their program management and construction management providers, engage in efforts to communicate opportunities afforded by the District's facilities construction, maintenance and repair programs to LMWBEs, including but not limited to: Communicate opportunities associated with District facilities construction, maintenance and repair programs to the citizens of Chatham County. Work with other local governments and relevant community organizations to provide technical assistance and guidance to LMWBEs; Develop strategies to assist prime contractors in maximizing their utilization of LMWBEs; Develop and provide informational sessions to educate LMWBEs in the requirements of the District's procurement process; Provide notices as outlined above and maintain a list of vendors who have provided or are interested in providing services to the District, as outlined above. The District may, from time to time, audit vendor contracts with and payments to LWMBE contractors and subcontractors and may require that proof of such contracts and payments be provided to the District. All Bidders must read, complete and return all of the LMWBE forms attached to this ITB. Q The Districts Reservation of Rights to Cancel this ITB, to Amend the ITB Process, to Disqualify Bidders, and to Waive Irregularities and Technicalities. The District, in the discretion of the Purchasing Director, the Chief Financial Officer, the Superintendent, or the District's governing body, the elected School Board, may cancel this ITB at any time before the District awards a contract to any Bidder(s). The District may decline to purchase the goods and/or services solicited in this ITB at all or it may decide to purchase some or all of the same goods and/or services through a similar or different procurement process. Bid 24-66 Handheld Radios (Annuai Contract) | Page 7 Bid Template 3/28/2022 The District, in the discretion of the Purchasing Director, the Chief Financial Officer, the Superintendent, or the District's governing body, the elected School Board, reserves the right to amend this ITB and all attachments in any way and at any time (without cancelling it in its entirety) before the deadline for the submission of bids. Any addenda amending this ITB will be made available to all Bidders on the District's website. As stated above, the submission deadline will be extended at least seventy-two (72) hours if any addenda is issued less than seventy- two (72) hours before the submission deadline. The District further reserves the right to amend this ITB in any way after the deadline for the submission of bids (without cancelling the ITB in its entirety), except the District will not amend the original bid formatting or submission requirements or the criteria for determining whether the Bidder is a responsive or responsible Bidder. Non-exclusive example of such an amendment to this ITB may be the addition of an inadvertent omission from the project specifications. The District further reserves the right to redo any stage of this ITB (without cancelling it in its entirety) if the District, in the discretion of the Purchasing Director, the Chief Financial Officer, the Superintendent, or the District's governing body, the elected School Board, has concerns that a stage of the TB should be redone to eliminate any question of whether it was conducted properly. The District reserves the right to reject any and all bids submitted in response to this ITB, and to waive any irregularities or technicalities in bids received whenever such rejection or waiver is in the best interest of the District. The District has the right to disqualify a bid of any Bidder on the basis that the bid is nonresponsive or the Bidder is not responsible. A bid shall be deemed nonresponsive if it fails to include all of the information or documents required by this ITB. Accordingly, Bidders should carefully review this solicitation to determine all of the forms and additional documentation, such as business licenses and insurance certificates, that will be required for submission. A checklist of forms and additional documentation to be submitted with this bid is attached as Solicitation Form 1. Not only should the checklist form be completed, but items checked should also actually be provided. Forms with signature blocks should signed, and forms with notary blocks should be signed in the presence of a notary and notarized. A Bidder shall be deemed not responsible if the District determines that the Bidder fails to meet the minimal requirements to be eligible for consideration, including but not limited to, a lack of capacity to do the work or provide the services requested, a lack of proper insurance, the lack of a valid business license, failure to satisfy e-Verify requirements, negative past performance ratings on District projects, being disqualified from working for the District because of poor performance on a prior project, a litigation history unsatisfactory to the District, or some other reason that gives the District reason to question the responsibility or reliability of the Bidder. The District will also evaluate whether the Bidders workload will allow the bidder to complete this project within the established time, quality, or cost, or to comply with the bidder's contract obligations. In evaluating the bidder's workload, the District may consider whether the bidder has submitted bids on other District projects and whether the award of multiple projects to the bidder may impair the bidder's ability to complete this project within the established time, quality, or cost, or to comply with the bidder's contract obligations or otherwise pose a risk to the District. The District reserves the right to request a Bidder to provide additional information in response to any concern that a Bidder may not be a responsible Bidder. Failure to provide the requested additional information, in itself, will be sufficient grounds for the District to declare the Bidder to be not responsible for the purposes of this ITB. Bidders represent that, to the best of their knowledge, all information that they submit to the District in response to this ITB, whether through a bid or otherwise, is true and correct. {f the District determines that information submitted by the Bidder is incorrect, the District may disqualify a bid as non-responsive. If the District Bid 24-66 Handheld Radios (Annual Contract) | Page 8 Bid Template 3/28/2022 determines that a Bidder intentionally misrepresented information submitted in response to the !TB, the District may disqualify the Bidder on the basis that it is not responsible for this solicitation and in future solicitations. R. Evaluation and Award of Contract. A contract with the District, if one is awarded at all, for the goods and/or services requested in this !TB will be awarded by means of the award process described in in Attachment A - Goods and/or Services Requested, Format of Bids, Evaluation Criteria for Award, and Contract Requirements. Depending on the nature of the goods and/or services the District may provide a sample of the contract it is willing to execute with a successful Bidder. If such a sample contract is attached, then the Bidder is deemed to have agreed that all of the terms contained therein will be acceptable by submitting a bid. If the Bidder wants to propose materially different terms, then the Bidder should file a request for Material Substitution using the procedure outlined above before submitting its bid. For other goods and/or services, the District may ask Bidders to provide a proposed contract. The terms of that proposed contract will be evaluated as part of the selection process to determine whether the Bidder is responsive and responsible. The specifications for the goods and/or services requested by this ITB may also include specific contract terms outlined in Attachment A - Goods and/or Services Requested, Format of Bids, Evaluation Criteria for Award, and Contract Requirements that should be included in any contract proposed by a Bidder. By way of a non-exclusive example, the specifications may provide that the District will not agree to any contract provision requiring the District to indemnify any Bidder as such provisions are prohibited by District policy and state law. Conversely, there may be times when the District requires a Bidder to maintain certain levels of insurance, to honor certain warranties, or to provide indemnities to the District. s Consideration of Bidder Past Performance. Successful Bidders should be advised that they will be evaluated by the District over the duration of the contract period. Performance will be documented. Poor performance may result in the Bidder being disqualified on future ITBs or may result in the deduction of points from the Bidder on a future District solicitation, whether they are other invitations to bid or requests for qualifications and requests for proposals. Good performance may result in the Bidder receiving additional points on future solicitations. T Public Information. It is the policy of the District that at the conclusion of the selection process, the contents of all bids will be placed in the public domain and be open to inspection by interested parties. Trade secrets or proprietary information that are recognized as such and are protected by law may be withheld, if clearly identified as such in the bid. Failure to list all proprietary sections of the submitted bid shall relieve the District from any responsibility should such information be viewed by the public, a competitor, or be in any way accidentally released. If this ITB is cancelled before an award is made, bids will not be made available for public inspection to prevent Bidders from having an unfair advantage in future solicitations for the same goods or services. U Bidder Questions, Requests for interpretations, Requests for Material Substitution of Products, Services or Contract Terms, and Issuance of Addenda. if a Bidder should have any questions relating to an ITB, including but not limited to the interpretation of ITB language, the specifications for the goods and/or services requested and/or requests for the substitution of different materials, products, or services, the terms of sample contract provisions attached to this solicitation and/or requests to propose different contract, the preparation or submission of Bids, or the evaluation and contract award process outlined in this ITB, the Bidder may deliver written requests for interpretation or requests for the substitution of products, services, or contract terms by email to the Purchasing Department's designated email purchasing@sccpss.com. Email must contain the BID NUMBER, BID NAME, AND QUESTION Bid 24-66 Handheld Radios (Annual Contract) Bid Template 3/28/2022 | Page 9 SUBMITTAL clearly marked in UPPER CASE in the subject line of the submitting email. Emails without the Bid Number, Name and Questions Submittal clearly identified in the subject line of the email may not be considered. When reference is made in the specifications as to a particular manufacturer, type of process, brand name, or mode! number, such references are usually, but not always, made to designate minimum acceptable levels of quality and do not indicate a preference. In some instances, a particular manufacturer, type of process, or brand name is required. In the event a Bidder would like to propose another manufacturer, process, brand name, model number, etc. other than those stated in the specifications for this ITB, the Bidder must provide complete technical information, specifications, manufacturer's name, model number and a complete list of deviations from stated specifications. The burden of proof for documenting that the proposed substitute is equal to the goods or services identified in the specifications rests with the Bidder. All determinations of the acceptability of the proposed substitute goods or services shall rest with the District staff and their decision shall be final. Bids on equipment must be on standard, new equipment of the latest model and in current production, unless otherwise specified. Used, reconditioned or refurbished equipment is not acceptable unless otherwise specified. All regularly manufactured stock electrical items must bear the label of the Underwriters Laboratories, Inc. Any obvious error or omission in specifications shall not inure to the benefit of the Bidder but shall put the Bidder on notice to inquire of or identify the same from the District. If the Bidder wishes to propose materially different terms than those requested by the District in Attachment A or in any Sample Contract, then Bidder should request to propose different Contract terms by identifying the provisions it wishes to change or wishes to add. All answers to questions for interpretation, requests for material substitution and requests for changes of contract terms shall be made by addenda to the ITB and shall be made available to all Bidders on the District's website. While the District will also make a good faith effort to email any addenda to ail Bidders who attended pre-bid conferences, submitted requests for interpretations to the District, or otherwise communicated an interest to receive notice of addenda, the District's failure to provide a Bidder with individualized notice of an addenda will not provide a Bidder with grounds to protest the implementation of this ITB. Bidders are ultimately responsible themselves for keeping track of addenda issued by the District before the deadline for submitting bids in response to this ITB. All requests for interpretation, substitution, or changes to contract terms, must be submitted to the Purchasing Department before 5:00:00 p.m. (ET) on Wednesday April 17, 2024. The District shall not be required to answer any questions about this ITB submitted after 4:59:59:99 p.m. (ET) on this date. The Purchasing Department will extend the deadline for submitting bids for all Bidders by at least seventy- two (72) hours if it issues any addenda within seventy-two (72) hours before the scheduled bid submission deadline. The Purchasing Director, or her designee, in her discretion, may extend the deadline for submitting requests for interpretation for all Bidders if the deadline for submitting bids is also extended. Vv Protests. Any actual Bidder or bona fide prospective Bidder who is aggrieved in connection with this ITB may protest to the Purchasing Director by email to purchasing@sccpss.com. Please include PROTEST- [BIDDER NAME] BID NUMBER, BID NAME, clearly marked in UPPER CASE in the subject line of the email. It is incumbent upon the Bidder to receive confirmation from the Purchasing Department that Bid 24-66 Handheld Radios (Annual Contract} Bid Template 3/28/2022 | Page 10 its protest has been received. Bidders who do not receive confirmation of the protest by email during hormal business hours of 9:00:00 a.m. to 5:00:00 p.m, on the day the protest is sent should call the Purchasing Department to confirm receipt of the protest at (912) 395-5572. By submitting a Bid in response to this ITB without filing a protest observing the deadlines set forth below, the Bidder waives any objection to the content of this ITB (including any attachment or addenda) issued prior to as well as any objection to any procedure outlined therein. Protests filed after the deadline for submissions shall only concern the implementation of the ITB as applied to the Bidder or addenda issued after the submission date. Any protest to the content of this ITB (including any attachment or addenda) as well as any objection to any procedure or evaluation criteria outlined therein shall be filed no later than five (5) business days prior to the deadline for submissions of bids, uniess the objection concerns an addendum issued fewer than five (5) business days prior to the deadline for submissions of bids, in which case, an objection may be filed to that addenda only at any time before the submission deadline. Any protest filed after the submission deadline shall be submitted within five business (5) days after the action by the District on which the grievance is based, but in no case later than five business (5) days after the date of the District's notice of intent to award a contract for the provision of goods and/or services requested in his ITB, which will be transmitted by email to all Bidders. The District shall not intentionally withhold information that is stated in this ITB to be forthcoming at certain intervals, but failure of the District to notify a Bidder who might be aggrieved by the content of such notification shali not give rise fo any claim or rights resulting from said failure. Only formal protests will be considered, and in order for a protest to be considered as formal, it must be presented in written form, and must contain a minimum of the following: . A specific identification of the statutory or regulatory provision(s) that the District's purchasing staff member or department is aileged to have violated, A specific description of each act alleged to have violated the statutory or regulatory provision(s) identified above, A precise statement of the relevant facts that include timelines and all involved parties, and An identification of the issue(s) that needs to be resolved that support the protest. The letter of protest shall be taken under consideration by the Chief Financial Officer and/or the Superintendent, who shall respond to the protesting Bidder within ten (10) business days of receipt of the letter of protest. The initial written response may explain that the Chief Financial Officer and/or the Superintendent need additional time to review the Protest. In any event, a final decision will be issued on the Protest by the Chief Financial Officer and/or the Superintendent before the execution of a final contract with the successful Bidder. This written decision shall be final and conclusive. W. Bidders Not Entitled to Reimbursement for their Costs Associated with Submitting Bids. The District recognizes that participating in this ITB process, or any government procurement process, can be time consuming and expensive for Bidders. In participating in part of this process, Bidders acknowledge that their costs in participating in this process are the costs of attempting to do business with the District. All Bidders or potential Bidders, including unsuccessful Bidders or Bidders or potential Bidders who file protests, agree that the District shall not be responsible for reimbursing the Bidder for any costs they may incur in connection with this ITB, including staff time, printing costs, attorneys fees, or expenses of litigation. X Gratuity Prohibition. No Bidder shall offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the District for the purpose of influencing consideration of this solicitation. Bid 24-66 Handheld Radios (Annual Contract) | Page 74 Bid Template 3/28/2022 Y Certification of Independent Submission of Bids. By submitting a bid in response to this ITB, the Bidder must certify that: 1 The information in this bid has been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition with any other Bidder or with any competitor; The information in this bid has not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to the District's final determination regarding this ITB, directly or indirectly to any other Bidder or to any competitor; No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition; and, 4 In the event the Bidder is a partnership or joint venture, each party thereto certifies the above. Zz Federal Requirements The District receives a number of federal grants. Some of the District's purchases may be made with federal grant dollars, which may impose additional requirements than state law. The District strives to have a procurement process that complies with Federal regulations and standards for acquisition of property or services required under a Federal award or subaward pursuant to 2 C.F.R. 200.318 ef. seq. Depending on the amount of a bid, offer, or resulting contract, additional federal grant requirements may apply, including, but not limited to, the additional requirements listed below. To the extent it is determined that a specific purchasing project must comply with additional federal requirements, Bidders and successful offerors agree that they will comply with any such federal requirements. 4 DEBARMENT AND SUSPENSION VERIFICATION (required by the District for all bids) The District shall solicit offers from, award contracts to, and consent to subcontracts with responsible vendors and/or principals only. The serious nature of debarment and suspension of a potential bidder under federal purchasing rules raises substantial questions about whether a vendor is sufficiently responsible to be awarded a contract by the District. Moreover, Federal regulations limit the District's ability to enter contracts with certain parties that are debarred, suspended, or otherwise excluded or ineligible for participation in Federal assistance programs or activities for projects involving federal funds. See 2 CFR 200.214. Accordingly, the District will consider whether bidders have been suspended or debarred by a federal entity in making awards under this ITB. The Vendor certifies that the Vendor and/or any of its sub vendors or principals have not been debarred, suspended, or declared ineligible by any agency of the State of Georgia or any agency of the Federal government or as defined in the 2 CFR 200.213 which states Non-federal entities are subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. The Vendor will immediately notify the District if Vendor is debarred or placed on the Consolidated List of Debarred, Suspended, and Ineligible Vendors by a federal entity. See Solicitation Form 8. By signing this agreement, the Vendor is testifying that they are not debarred, suspended, or has any ineligible or voluntary exclusions with the U.S. Department of Agriculture or any other Federal or State Agency. All responses will be verified. Debarment and Suspension (Executive Orders 12549 and 12689) - A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), Debarment and Suspension. SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by Bid 24-66 Handheld Radios (Annual Contract) | Page 42 Bid Template 3/28/2022 agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. 2, LOBBYING DISCLOSURE CERTIFICATE (Required by the District for all bids) Per 2 CFR 200 Appendix II Section | - A Lobbying Certification and Disclosure must be completed for all bids $100,000 and over. For consistency among solicitations, the District requires all Bidders to please complete Solicitation Form 9. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. 3. CONTRACT WORK HOURS/SAFETY STANDARDS ACT (for bids over $100,000) All contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each vendor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articies. 4. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT (Applicable only to funding agreements under 37 CFR 401.2 (a)) If the contract resulting from this solicitation meets the definition of funding agreement under 37 CFR 401.2 (a) and the District or a subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that funding agreement, the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements, and any implementing regulations issued by the awarding agency. 5. PROCUREMENT OF RECOVERED MATERIALS (2 CFR 200.323) (bids over $10,000) The District and its Contractors shall seek to comply with section 6002 of the Solid Waste Disposai Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 6. CLEAN AIR/ CLEAN WATER STATEMENT (for bids over $150,000) Bid 24-66 Handheld Radios (Annual Contract) | Page 13 Bid Template 3/28/2022 (2) Manufactured products means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 2 C.F.R. 200.322 {ITB Continues on Next Page] Bid 24-66 Handheld Radios (Annual Contract) Bid Template 3/28/2022 | Page 15 I, , of Name of Individual Title & Authority Company Name declare under oath that the above statements in response to the Disclosure of Responsibility Statement, including any supplemental responses attached hereto, are true and correct to the best of my knowledge. Signature In , and Date City State Subscribed and sworn before me on This the day of , 20 Notary Public My commission expires Solicitation Form 7 Bid 24-66 Handheld Radios (Annual Contract) Bid Template 3/28/2022 | Page 35 9. Except for transactions authorized under paragraph (5) of these instructions, if a participant in a covered transaction knowingly enters into a lower-tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification 1.. The prospective lower-tier participant certifies, by submission of this bid, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by a Federal department or agency. 2. Where the prospective lower-tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Bidders Name: Bid Number and Name: 24-66 Handheld Radios (Annual Contract) Printed Name and Title of Bidders Authorized Representative: Signature: Date Solicitation Form 8 Bid 24-66 Handheld Radios (Annual Contract) Bid Template 3/28/2022 | Page 37 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM ITB 24-66 SOLICITATION FORM 11 Partnership/Joint-Venture Disclosure Statement (only needed if Bidder is a joint venture) NAME OF BIDDER: ITB #: 24-66 If the Bidder is a partnership or joint venture between multiple business entities, including but not limited to corporations or LLCs, please identify the partnership/joint venture entities and the level of work and financial participation to be provided by each partner/joint venture entity. If the Bidder is a partnership whose partners are all natural persons, it shall not be necessary for the Bidder to identify all individual partners in this form. However, Bidder is still required to provide a copy of the partnership agreement as requested in this [TB and may be asked to provide information on the identities, assets, and liabilities of the individual partners to ensure that the Bidder has the capacity to provide the goods and/or services requested by this ITB. artnersh ne ion int Venture Entities Solicitation Form 11 Bid 24-66 Handheld Radios (Annual Contract) | Page 42 Bid Template 3/28/2022 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM ITB 24-66 - SOLICITATION FORM 12 BID SUBMITTAL FORM Bidder shall submit bid pricing on this form based on the unit prices for indicated equipment below as provided. These unit prices are for the purpose of comparing and evaluating bids only. The District is not obligated or limited to purchase any quantities, and it may purchase as many of the goods and/or services listed on an as- needed basis. Whatever quantity is ordered, the Bidder will honor the unit price for all units ordered. Item # Year 1 Year 2 Year 3 Description Unit Price Unit Price Unit Price Hand Radio/Repeater Hardware Brand/Part # To include Belt Clip, battery, charging base, and 2yr labor warranty ard Year Extended Warranty for (Hand Radio) Hand Radio Belt clip Part # Hand Radio Charging Base Part # Antenna Hardware Part # Repeater Hardware /3yr labor warranty Part# Hourly Labor Rate for Repairs $ /Hour $ /Hour $ /Hour Percentage Discount of % % % all Products Solicitation Form 12 Bid 24-66 Handheld Radios (Annual Contract) Bid Template 3/28/2022 | Page 43 The undersigned, having read and examined the documents and Attachment A specifications entitled Handheld Radios (Annual Contract) for the Savannah-Chatham County Public School System, understands the requirements of this solicitation and agrees to provide the required services in accordance with this solicitation, and all other attachments, exhibits, etc. and further understands that the Savannah-Chatham County Public School System will not be responsible for any cost not specifically set forth in this proposal. The undersigned further agrees to acceptance of the below-stated payment terms of the Savannah-Chatham County Public School System. Payment Terms: Net 40 Name of Individual Submitting Bid: Signature: Title of Individual Submitting Bid: Firm Name: Address: City/State/Zip: Telephone No Fax No: Email address Available to commence services within {Days of receipt of contract award notification and notice to proceed. Solicitation Form 12 Bid 24-66 Handheld Radios (Annual Contract) Bid Template 3/28/2022 | Page 44 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM ITB 24-66 - SOLICITATION FORM 13 No Bid Statement Form In an effort to make the procurement of goods and services for the School District as competitive as possible, we are soliciting information from contractors and/or vendors who cannot bid. Your responsiveness and constructive comments wiil be appreciated. Completion of this form will assist us in evaluating factors which relate to the competitiveness of our bids. Please check any of the boxes below which may apply. Please explain any issues that you feel needs to be addressed. U Specifications- Restrictive, too tight, unclear, specialty item, geared toward one (1) brand or manufacturer only. (Please explain in detail below). Manufacturing- Unique item, production time for model has expired, etc. Bid Time- Insufficient time to properly respond to bid or Bid. Delivery Time- Specified delivery time cannot be met. Payment - Payment terms unacceptable. (Please be specific) Bonding - We are unable to meet bonding requirements. insurance - We are unable to meet insurance requirements. Removal - Remove our firm from your bidders list for the particular commodity or service. Keep - Piease keep our company on your bidders list for future reference. Project is: / Too Large ! Too Small / Site or Location is Too Distant COoOceeeCoouen Miscellaneous - Do not wish to bid, do not handle this type of item(s) or services, unable to compete, Contract clauses are unacceptable, etc. (Please be specific) VENDOR STATEMENT: CONSTRUCTION PROJECTS ONLY: Our Company is interested in this project as a Q Prime Contractor Q Sub-Contractor Q Supplier/Distributor Signature/Title Company Name Telephone Number Solicitation Form 13 Bid 24-66 Handheld Radios (Annual Contract} Bid Template 3/28/2022 [| Page 45

208 Bull Street Savannah, GA 31401Location

Address: 208 Bull Street Savannah, GA 31401

Country : United StatesState : Georgia

You may also like

Equipment Supplies Coral Harbour

Due: 03 May, 2024 (in 4 days)Agency: Government of Nunavut

One-Time Purchase of Water Meters

Due: 30 Apr, 2024 (Tomorrow)Agency: City of Garland