Canned & Dry Food Bid (January 2023-May 2023)

expired opportunity(Expired)
From: Zachary Community School District(School)
34674769

Basic Details

started - 28 Oct, 2022 (18 months ago)

Start Date

28 Oct, 2022 (18 months ago)
due - 28 Nov, 2022 (17 months ago)

Due Date

28 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
34674769

Identifier

34674769
Zachary Community School District

Customer / Agency

Zachary Community School District
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.

Canned & Dry Food Bid (January 2023-May 2023) postdate:- 28-Oct-2022 10:00:00 AM responsedate:- 28-Nov-2022 04:00:00 PM ( 18h, 3m+ ) description:- CHILD NUTRITION PROGRAM ZACHARY COMMUNITY SCHOOL BOARD 3755 Church Street Zachary, Louisiana 70791 Dry and Canned Food Bid January 1, 2023– May 31, 2023 Bid Opening: November 29, 2022 at 9:00 a.m. GENERAL RULES, CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR DRY AND CANNED FOODS SECTION I: INSTRUCTIONS The general rules and conditions that follow apply to all purchases and become a part of each formal invitation to bid, purchase order or other award issued by the Zachary Community School Board’s Child Nutrition Program, unless otherwise specified. Bidders are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting bids; failure to do so will be at the bidder’s own risk and he cannot secure relief on the plea of error. Sealed bids will be received by the Zachary Community School Board, Child
Nutrition Program, 3755 Church Street, Zachary, Louisiana 70791 or submit electronically to www.centralauctionhouse.com up to 4:00 P.M. C.S.T. on November 28, 2022 for providing DRY AND CANNED FOODS to Zachary Community Schools. Any bids received after this time will be returned. All bids shall be submitted sealed to the Zachary Community School Board, Child Nutrition Program on or before the above time and date. Bids received after the date and time designated for opening of bids, or any bid received unsealed, will not be considered. At the above time and place, bids will be publicly opened, including electronic bids at the Zachary Community School Board office, 3755 Church Street, Zachary, Louisiana 70791. Enclosed are “Computerized Bid Quotation Forms,” Specifications, General Rules, Conditions, Certification Statements and Instructions to Bidders. Bids shall be submitted in strict accordance with the specifications and instructions. Bids shall be submitted only on the forms provided. Please sign and return all documents where a signature is required, including the “Computerized Bid Quotation Form.” A signature on these documents is required to complete the formal bid. All information on the bid form must be supplied to constitute a regular bid. Return only one copy. Bids must be signed by a duly authorized representative of the firm and returned in a sealed envelope marked “DRY AND CANNED FOOD BID”, indicating the date and hour of opening. The bid form must be typed or completed in ink. Any corrections must be made by drawing a line through the error and writing in the correction. All corrections must be initialed by the person signing the bid. No corrections by erasure or use of correction fluid are allowable. The bidder shall be solely responsible for the timely furnishing of bids. The bid must be returned by Federal Express, registered or certified US mail, return receipt requested, or hand delivered, at which time a receipt shall be issued, or could be submitted electronically at www.centralauctionhouse.com. The Child Nutrition Program will NOT consider bids returned by any other means. The quantities of items specified are only indicative of the Child Nutrition Department’s present estimate, based upon quantities used last school year. The Child Nutrition Department binds itself to take, and the contractor agrees to supply, ONLY what is actually required by the schools for the 2022-2023 Zachary Community Schools regular school year. Quantities on the bid specification form are based on ESTIMATED amounts for the second half of the school year, January 1, 2022 through May 31, 2023 school session. The prices quoted shall include handling and delivery to Zachary Community Schools. A listing of schools, addresses and mangers’ names are attached online at www.centralauctionhouse.com. Errors in quoted prices or in the preparation of the bid will not relieve the vendor except as provided under Louisiana Revised Statutes. If there is a discrepancy between the unit price and the total price, the unit price will stand as the bid price. Bid awards will not be announced at the public opening of bid. Bids will be awarded on a “LINE ITEM” basis to the responsible bidder whose bid is responsive and most advantageous to the Child Nutrition Program. The Zachary Community School Board and the Child Nutrition Program reserve the right to reject any and / or all bids. Bids submitted are subject to provisions of the laws of the State of Louisiana and USDA Federal laws, including, but not limited to, Louisiana Revised Statutes (LRS) 38:2211-2296 and 2 CFR Part 200 and NSLP:7CFR#210.21(d); SBP:7CFR#220.16 (d); SFSP:7CFR225.17; CACFP:7CFR226.22; the Standard Terms and Conditions, Special Terms and Conditions and the Specifications listed in this solicitation which for the Bid Package. For a complete reference on all Federal regulations cited, go to the following link http://www.ecfr.gov/cgi-bin/ECFR?page=browse, Title 7 Agriculture, and for the Louisiana Revised Statute reference link, go to http://legis.la,gov/Legis/Law.aspx?d=94915. The Zachary Community School Board reserves the right waive any minor discrepancies in this written bid. By signing below and each Bid Form, the Bidder certifies compliance with all Instructions to Bidders, the Standard Terms and Conditions, Special Terms and Conditions, if any, and Specifications and further certifies that this Bid is made without collusion or fraud. Bid must be singed below, or bid will not be considered. By signing below, the Bidder certifies that all suspension and/or debarment criteria as described have been satisfied. __________________________________________ ________________________________________ Signature of Authorized Bidder Date Name of Vendor _____________________________________ _________________________________________ Name (Typed or Printed) Mailing Address SECTION II: SCOPE OF WORK This invitation to bid is for the purchase of CANNED AND DRY FOOD ITEMS For the students of Zachary Community Schools for the school meal programs. Specifics related to this bid are given in the Standard Terms and Conditions and the Special Terms and Conditions of this document. SECTION III: TYPE OF CONTRACT This contract is a fixed price contract that will be awarded based on the lowest price to a responsible and responsible vendor. SECTION IV: TERM BID AGREEMENTS: If this bid results in a term contract with a vendor, Zachary Community Schools District reserves the right to request an up to 1 (one) year extension of as long as both Child Nutrition Department and Vendor agree to such terms. SECTION V: SPECIFICATIONS: Specification of certain brands, catalog number, make or manufacturer is to denote the quality, type and standard of the article desired that has been cited as meeting the needs of the Zachary Community School Board’s Child Nutrition Program, however bids are invited on products that have been pre-approved by the Child Nutrition Department for products that are comparable and would equally satisfy requirements stated herein. Failure on the part of any bidder to supply all required information shall be cause to reject said bid from consideration.BIDDERS SHALL OFFER ONLY ONE BRAND AND PRICE FOR EACH LINE ITEM BID. BIDDING MORE THAN ONE ITEM AND PRICE FOR A LINE ITEM SHALL BE CAUSE FOR REJECTION OF THAT ITEM. Articles offered must be new merchandise and must be of equal or superior grade. All information required in the bid must be supplied to constitute a proper bid. On lines provided, the bidder must insert the manufacturer’s brand name and identifying numbers along with any other information necessary to sufficiently identify the article(s) offered. Failure to do so may prevent consideration of the item bid. Failure on the part of any bidder to supply all required information shall be cause to reject said bid from consideration. Regarding USDA’s Nutrition Standards in the National School Lunch and School Breakfast Programs, Final Rule, 7 CFR Parts 210 and 220, all items on the bid shall comply with the following regulations under A and B below. Zachary Community School Board reserves the right to reject all or part of the bid if the specifications are not met with evidence provided by the vendor in the form of a Nutrition Facts Label showing Ingredient Information and/or Manufacturer’s Specification for each item. Trans Fat information for each item must be shown either on the Nutrition Facts Label or Manufacturer’s Specification provided by the bidding vendor. Food Products and Ingredients used to prepare school meals must contain zero grams of added trans-fat per serving (less than 0.5 grams trans-fat per serving as defined by FDA) according to the nutrition labeling or manufacturer’s specification. This requirement is intended to restrict trans fatty acids and does not apply to naturally occurring trans fats, which are present in meat and dairy products. Grain/Bread items, where specified as “whole grain”, must be 51% or more whole grain demonstrated by the words “whole grain” being listed as the first grain ingredient listed on the nutrition facts label. SECTION VI: BUY AMERICAN PROVISION CERTIFICATION The “Buy American Provision Certification” Form MUST be completed and signed for this bid to be considered. (Pages 17-18). SECTION VII: BID SAMPLES 1. Submittal: Samples shall be submitted to the Child Nutrition Program, Attn: Jacqueline Staden, 3755 Church Street, Zachary, Louisiana 70791, TWENTY ONE DAYS PRIOR TO THE BID OPENING. Identification: Each sample shall be identified with the bidder’s name, bid number, bid item number, product trade name and identification (catalog number, model number, etc.) and / or as otherwise indicated in the bid invitation forms. 3. Payment for Samples: The Board will buy no samples and will assume no-cost incidental thereto. When samples are requested, they must be sent prepaid and within the specified time. Return of Samples: Samples not destroyed in testing must be claimed by bidders within fourteen (14) days after bid award date. The Board will assume no responsibility for samples not claimed within the time specified, and it will pay for no samples damaged in testing. Rejection: Failure to provide requested samples within specified time may result in forfeiture of award. Demonstration/Evaluation: The Board reserves the right to request a demonstration in order to properly evaluate any item(s) on the bid. Failure to demonstrate as requested within reason acceptable to the Board shall be reason to reject the bid. SECTION VIII: EVALUATION OF OFFERS The Zachary Community School Board, in making its award, will consider the lowest responsive bidder. The Zachary Community School Board and the Child Nutrition Program reserve the right to reject any and / or all bids. Bids for All or Part: With the exception of public works projects, the Board reserves the right to award on an “LINE ITEM” and / or partial basis whichever is in the best interest of the Zachary Community School Board. Bidder may restrict his bid to consideration as “LINE ITEM” by so stating, but shall give a unit price for each item; any bid in which the bidder names a total price for all the articles without quoting a price on each unitized item shall be rejected. Errors in Bid: Bids containing errors may be withdrawn by the contractor in accordance with L.R.S. 38:2214.C. Erasures or changes in bids must be initialed. Tie Bids: Tie bids will be decided on the basis of drawing lots, unless only one in-state vendor is involved. In these cases, preference will be given to the instate vendor as provided for in L.R.S. 38.2225.C. Ability and Experience: Consideration used for determining bidder responsibility include “financial ability, skill, integrity, business judgment, experience, reputation, quality of previous work on contracts, and any other similar factors bearing on bidders ability to successfully perform the contract.” Each proposal will receive equal consideration and special attention directed to the contractor’s qualifications as provided for in L.R.S. 38.1126.C (2) (a). Contract Termination for Convenience: The Zachary Community School Board has the right to terminate any contact at any time, for any reason, by giving a notice in writing to the contractor. If the contract is terminated by the school system for convenience or for the best interest of the school system, the contractor will be paid a fair payment as negotiated with the school system for the work completed as of the date of termination. In this case, contact termination does not arise from any fault on the part of the vendor. Contract Termination for Cause or Default of the Contractor: The Zachary Community School Board has the right to terminate any contract at any time, for any reason, by giving a notice in writing to the contractor. Failure to deliver within the time specified in the bid will constitute a default and may cause termination of the contract. Where the Zachary Community School Board has determined that the contractor to be in default, the School Board reserves the right to purchase any and all products or services covered by the contract on the pen market and to charge the contractor with the cost in excess of the contract price. Until such assessed charges have been paid, no subsequent Bid from the defaulting contractor will be considered. The Child Nutrition Program office reserves the right to cancel that portion of the order which the vendor has failed to deliver by the time specified. Failure to deliver within the time specified in the contract; Failure to meet quantity requirements; Failure of the product or service to meet specifications, conform to sample quality or to be delivered in good condition; Misrepresentation by the contractor, administratively, contractually, or any other misrepresentation; Fraud, collusion, conspiracy or other unlawful means of obtaining any contract with the Zachary Community School Board; Conflict of contract provisions with constitutional or statutory provisions of state or federal law; Any other breach of contract. SECTION IX: RIGHTS AND ACTS Rights to Inventions Made Under a Contract or Agreement.When a federal award meets the definition of “funding agreement” under 37 CFR § 401.2(a) and the recipient or sub recipient 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 sub recipient must comply with the requirements of the 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. Clean Air Act (42 U.S.C. 7401-7671Q.) AND THE Federal Water Pollution Control Act (33 U.S.C. 1251-1387).As amended – Contracts and sub grants of amounts in excess of $150,000 requires the vendors of non-Federal awards to comply with all applicable standards, orders or regulations issues pursuant to the Clean Air Act (42 U.S.C. 7401 – 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations will be reported to the Federal awarding agency and the Regional office of the Environmental Protection Agency (EPA). Davis – Bacon Act.As amended (40 U.SC. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, ANS 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages no less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, ”Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or sub recipient must be prohibited from inducing, by any means, any person employee in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708).Where applicable, 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 contractor 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 requirement 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 articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Contracting with Minority Businesses, Women’s Business enterprises, and Labor surplus area firms.All necessary affirmative steps will be taken to assure that minority businesses, women’s enterprises, and labor surplus area firms are used when possible. Affirmative steps will include: Placing qualified small and minority businesses and women’s business enterprises on solicitation lists; Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources; 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; Establishing delivery schedules, where the requirement permits, which encourage participation by small minority businesses, and women’s business enterprises; 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; Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in sections (a) through € of this section. Protest of Bid Awards.Disputes arising from the award of this bid must be submitted in writing to the Purchasing Coordinator/Child Nutrition Supervisor of Zachary Community School Board located at 3755 Church Street, Zachary, Louisiana, 70791 no later than 10 business days after notification of the bid awards. Disputes must provide specific reasons and any supporting documentation for the protest. The steps for dispute resolution include: A meeting with the Child Nutrition Supervisor for Zachary Community Schools and the disputing party to discuss and resolve the complaint. If the complaint cannot be resolved, then a meeting will be scheduled with the Business Office manager, the Child Nutrition Supervisor, and the disputing party to discuss and resolve the complaint. If the complaint cannot be resolved, then a meeting will be scheduled with legal counsels of both parties to resolve the complaint. If consensus and resolution cannot be attained, further legal steps will be investigated. Civil Rights/Non-Discrimination Statement.In accordance with Federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, the USDA, its Agencies, offices, and employees, and institutions participating in or administering USDA programs are prohibited from discriminating based on race, color, national origin, sex (including gender identity and sexual orientation), disability, age, or reprisal or retaliation for prior civil rights activity in any program or activity conducted or funded by USDA. Persons with disabilities who require alternative means of communication for program information (e.g. Braille, large print, audiotape, American Sign Language, etc.), should contact the Agency (State or local) where they applied for benefits. Individuals who are deaf, hard of hearing or have speech disabilities may contact USDA through the Federal Relay Service at (800) 877-8339. Additionally, program information may be made available in languages other than English. To file a program complaint of discrimination, complete the USDA Program Discrimination Complaint Form, (AD-3027) found online at: http://www.ocio.usda.gov/document/ad-3027, from any USDA office, by calling (866) 632-9992, or by writing a letter addressed to USDA. The letter must contain the complainant’s name, address, telephone number, and a written description of the alleged discriminatory action in sufficient detail to inform the Assistant Secretary for Civil Rights (ASCR) about the nature and date of an alleged civil rights violation. The completed AD-3027 form or letter must be submitted to USDA by: Mail: U.S. Department of Agriculture, Office of the Assistant Secretary for Civil Rights, 1400 Independence Avenue SW, Washington, D.C. 20250-9410; fax: (202) 690-7442; or email: program.intake@usda.gov. This institution is an equal opportunity provider. SECTION X: PURCHASES WITHOUT BID SECURITY, CONTRACTS AND PERFORMANCE (DELIVERY) SECURITY FAILURE TO PERFORM: In the event a successful bidder fails to perform (deliver) on an awarded bid and no bid security and / or performance securities were required, the Board shall declare the bidder in default. The Board then has the option of excusing the bidder if it determines good cause exists or it may require a penalty as liquidated damages. In the event a penalty is directed, it shall be the Board’s option to invoke the following: Payment to the Board in the amount equal to the difference between the unit price bid times the quantity on an item to item basis of that of the successful bidder and the next responsible low bidder(s) and/or If it becomes necessary to re-bid, payment to the Board in the amount equal to the difference between the unit price times the quantity on an item basis of that of the successful bidder on the original bid and that of the lowest responsible bidder(s) on the re-bid and/or CHANGE OR WITHDRAWAL OF BIDS: Change or Withdrawal Prior to Bid Opening: Should any bidder desire to change or withdraw his bid, he shall do so prior to the date and hour of the bid opening. Withdrawal After Bid Opening – But Prior to Bid Award: After bids are opened a bidder may request that his bid be withdrawn in accordance with L.R.S. 83:2214. REJECTION OF BIDS: The Board reserves the right to reject any and all bids for just cause. In accordance with L.R.S. 38:2212 (A) (1) (b) those stated in the advertisement for bids, and those requirements in the bid packet shall not be considered informalities and shall not be waived by any public entity. AWARD AND ACCEPTANCE: Bid Tabulation: Copy of bid tabulation may be received upon written request and by submitting a stamped, self-addressed envelope. Notice of Acceptance: A written award in the form of a Purchase Order, Contract, written notice of award of any combination of these three to the successful bidder shall be deemed to result in a binding contract for the purchase of materials or supplies without further action by either party as provided for in L.R.S. 38:2216.B. If the bid and resulting award regards the construction of doing of any public works, a written contract must be entered into according to L.R.S. 38:2216.A (1). DELIVERY PROVISIONS: Responsibility of Materials Shipped: Successful bidder shall be responsible for the materials or supplies until they are delivered to the location(s) specified in the bid specifications. If materials or supplies are rejected they must be removed by and at the expense of the bidder promptly after notification of rejection. Inspection: Inspection and acceptance of goods will be made after delivery. Time of Delivery: Deliveries will be accepted between 6:00 A.M. and 10:30 A.M. ONLY. Packing Slips or Delivery Tickets: ALL SHIPMENTS OR DELIVERIES shall be accompanied by Packing Slips or Delivery Tickets, and contain the following information: Purchase order number, Name of the article and stock number (Supplier’s), Quantity ordered, Price Based on the Bid, Back orders, Name of vendor. SECTION XI: DECLINE TO BID No Bid Response: If your company is unwilling or unable to bid due to timing, location, or any other reason, please fill out the “No Bid or Decline to Bid Notification”. Return it to our office and it will be filed with all other bids. BIDDERS ARE CAUTIONED THAT FAILURE TO COMPLY WITH THESE CONDITIONS AND SPECIFICATIONS SHALL BE CONSIDERED SUFFICIENT REASON FOR REFUSAL TO ACCEPT THE GOODS. ZACHARY COMMUNITY SCHOOL BOARD Bianca Plant, MPA, RD, LDN Child Nutrition Program Supervisor Zachary Community Schools NO BID OR DECLINE TO BID NOTIFICATION ____________________________ Date ____________________________ Name of Company ____________________________ Address ___________________________ City, State, Zip Dear Zachary Community School District Child Nutrition Program, Thank you for including __________________________________ in your recent bid for _______Canned & Dry Food________________ for __January – May 2023_____ . We appreciate that you considered us for the opportunity. While we are eager to work with you, after careful deliberation, we have decided not to bid at this time. We considered the following factors when reaching our decision: ________________________________ ________________________________ ________________________________ We remain hopeful that we will be able to serve you and grow our partnership in the future. If you have any questions or need any further assistance, please feel free to contact me. Sincerely, ________________________________________ ____________________ (Title) DEBARMENT CERTIFICATION STATEMENT CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION – LOWER TIER COVERED TRANACTIONS U. S. DEPARTMENT OF AGRICULTURE This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CRF Part 3017, Section 3017.510, participant’s responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (Pages 4722-4733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated. The Contractor certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the Contractor is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ORGANIZATION NAME NAME AND TITLE OF AUTHORIZED REPRESENTATIVE SIGNATURE DATE CERTIFICATE OF INDEPENDENT PRICE DETERMINATION Both the school food authority and the Vendor (offeror) shall execute this Certificate of Independent Price Determination. ___________________________________ Zachary Community School Board – Child Nutrition Program Name of Vendor Name of School Food Authority By submission of this offer, the offeror certifies and in the case of a joint offer, each party thereto certifies as to its own organization, that in connection with this procurement: The prices in this offer have been arrived at independently, without consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other offeror with any competitor. Unless otherwise required by law, the prices which have been quoted in this offer have not been knowingly disclosed by the offeror and will not knowingly be disclosed by the offeror prior to opening in the case of an advertised procurement, or prior to award in the case of a negotiated procurement, directly or indirectly to any other offeror or to any competitor; and No attempt has been made or will be made by the offeror to induce any person or firm to submit, an offer for the purpose of restricting competition. Each person signing this offer on behalf of the Vendor certifies that: He or she is the person in the offeror’s organization responsible within the organization for the decision as to the prices being offered herein and has not participated, and will not participate, in any action contrary to (A) (1) through (A) (3) above; or He or she is not the person in the offeror’s organization responsible within the organization for the decision as to the prices being offered herein, but that he or she has been authorized in writing to act as agent for the persons responsible for such a decision in certifying that such persons have not participated and will not participate, in any action contrary to (A) (1) through (A) (3) above, and as their agent does hereby so certify; and he or she has not participated, and will not participate, in any action contrary to (A) (1) through (A) (3) above. To the best of my knowledge, this Vendor, its affiliates, subsidiaries, officers, directors and employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: ___________________________________________ ___________________________ ___________________ Signature of Vendor’s Authorized Representative Title Date In accepting this offer, the SFA certifies that no representative of the SFA has taken any action which may have jeopardized the independence of the offer referred to above. NOTE: Accepting a bidder’s offer does not constitute award of the contract. CERTIFICATION REGARDING LOBBYING CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS EXCEEDING $100,000 IN FEDERAL FUNDS The undersigned certifies, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form – LLC, “Disclosure of Lobbying Activities,” in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all subawards (exceeding $100.000. in Federal funds) at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000. and not more than $100,000. for each such failure. __________________________________________________________________ NAME / ADDRESS OF VENDOR __________________________________________________________________ TITLE / TITLES OF SUBMITTING OFFICIAL __________________________________________________________________ SIGNATURE DATE The bidder acknowledges receipt of addendum: No. 1 DATED__________ No. 2 DATED__________ No. 3 DATED__________ No. 4 DATED__________ NO 5 DATED__________ No. 6 DATED__________ That I have read and agree to comply with and be subject to the provisions and / or penalties involved in the “General Conditions and Instructions to Prospective Bidders” and the bid form as contained herein the bid documents. _____________________________________ Name of Firm _____________________________________ Signature of Bidder _____________________________________ Address _____________________________________ Typed Name of Bidder ____________________________________ Telephone Number _____________________________________ Fax Number ALL VENDORS MUST SIGN AND RETURN THIS CONTRACT SECTION AND SUBMIT WITH THE BID PROPOSAL FORM CONTRACT SECTION: In compliance with the attached request for bids and subject to all conditions imposed in the specifications, general rules, conditions and instructions, the undersigned firm offers and agrees to furnish any or all items at the prices set opposite each item for the period August 1, 2021 to May 31, 2022 upon award to it of this contract by the Zachary Community School Board, Child Nutrition Program. NAME OF FIRM: ____________________________________________ SIGNATURE OF AUTHORIZED REPRESENTATIVE: ____________________________________________ TYPED NAME OF AUTHORIZED REPRESENTATIVE: ____________________________________________ TITLE OF AUTHORIZED REPRESENTATIVE: ____________________________________________ COMPLETE ADDRESS OF FIRM: ____________________________________________ ____________________________________________ TELEPHONE NUMBER: ____________________________________________ FAX NUMBER: ____________________________________________ EMAIL: ____________________________________________ DATE: ____________________________________________ NAME OF SCHOOL SYSTEM: ZACHARY COMMUNITY SCHOOL BOARD CHILD NUTRITION PROGRAM SIGNATURE OF AUTHORIZED REPRESENTATIVE: ____________________________________________ TYPED NAME OF AUTHORIZED REPRESENTATIVE: BIANCA PLANT TITLE OF AUTHORIZED REPRESENTATIVE: SUPERVISOR TELEPHONE NUMBER: 225-658-4969 FAX NUMBER: 225-658-5261 DATE: ____________________________________________ INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation of receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filling of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. Identify the status of the covered Federal action. Identify the appropriate classification of this report. If this is a follow up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. If the organization filing the report in item 4 checks “Subawardee,” then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. Enter the name of the federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. Enter the Federal program name or description for the covered Federal action (item 1). If know, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. Enter the most appropriated Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitations for Bid (IFB) number; grant announcement number, the contract, grant, or loan award number, the application/proposal control number assigned by the Federal agency). Included prefixes, e.g., “RFP-DE-90-001.” For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award / loan commitment for the prime entity identified in item 4 or 5. Enter the full name, address, city, state and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB control number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503. Approved by OMB 0348-0046 Disclosure of Lobbying Activities Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See reverse for public burden disclosure) 1. Type of Federal Action: (Enter letter of choice) a. contract ___ b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: (Enter letter of choice) a. bid/offer/application ____b. initial award c. post-award 3. Report Type: a. initial filing ____ b. material change For material change only: Year________ Quarter_________ Date of last report_____________ 4. Name and Address of Reporting Entity: _____ Prime ______ Subawardee Tier_____, if known: Congressional District, if known: 5. If reporting entity in No. 4 is subawardee, Enter Name and Address of Prime: Congressional District, if known 6. Federal Department / Agency: 7. Federal Program Name / Description: CDFA number, if applicable:____________________ 8. Federal Action number, if known: 9. Award Amount, if known: $________________ 10. a. Name and Address of Lobbying Registrant (if individual, last name, first name, MI): 10. b. Individuals Performing Services (including address if different from No. 10a) (Last name, first name, MI) 11. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This Disclosure of Lobbying Activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to the Congress semi-annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature:__________________________________ Print Name:_________________________________ Title:_______________________________________ Telephone No:________________ Date:__________ Federal Use Only < div=""> <>

3755 Church St, Zachary, LA 70791, United StatesLocation

Address: 3755 Church St, Zachary, LA 70791, United States

Country : United StatesState : Louisiana

You may also like

FY24 2ND QTR FOOD - BREAD JANUARY 01, 2023 - MARCH 31, 2023

Due: 30 Jun, 2024 (in 2 months)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

Fresh & Frozen, Canned & Dry, Non-Food Supplies

Due: 30 Jun, 2024 (in 2 months)Agency: Fauquier County

Food Service Operator

Due: 03 May, 2024 (in 9 days)Agency: Contra Costa County, CA

Please Sign In to see more like these.

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