Sheriff's Office Duty Weapons and Accessories

expired opportunity(Expired)
From: Lewis and Clarks(State)

Basic Details

started - 13 May, 2023 (11 months ago)

Start Date

13 May, 2023 (11 months ago)
due - 05 Jun, 2023 (10 months ago)

Due Date

05 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Lewis and Clarks

Customer / Agency

Lewis and Clarks
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.

LCCSO Duty Weapon IFB Page 1 of 14 LEWIS AND CLARK COUNTY, MONTANA INVITATION FOR BIDS SHERIFF’S OFFICE DUTY WEAPONS AND ACCESSORIES Overview The Lewis and Clark County Sheriff’s Office (LCCSO) is soliciting competitive bids from interested parties for the purchase of pistols, holsters, sights, lights, compensators, and magazines. Product Specifications After conducting extensive research and trials, the LCCSO have identified the following items as acceptable for this purchase: - Shadow Systems XR920 combat 9mm pistol o Model # SS-3006 o Black nitride finish o Unthreaded barrel o 17-round magazine o https://shadowsystemscorp.com/xr920/ - Holosun EPS Red 2MOA red dot sight o Model # EPS-RD-2 o https://holosun.com/products/reflex-sight/eps/eps-red-2.html - Streamlight TLR-7a 500 lumen weapon light
o Black finish o https://www.streamlight.com/products/detail/tlr-7a - Radian Afterburner + Ramjet micro compensator and barrel combo o Gen 4 o https://www.radianweapons.com/coreshop/category/pistol/1031469 - Glock 17-round magazines for 9mm rounds o Gen 5 o https://glockparts.com/glock-17-magazine-for-gen5/ - Safariland 6390RDS ALS holster o Quick Locking System (QLS) installed o Plain black STX finish o Right-hand model number = 6390RDS-8327-411-MS30 o Left-hand model number = 6390RDS-8327-412-MS30 o https://safariland.com/products/model-6390rds-als-mid-ride-level-i- retention-duty-holster-model_6390rds https://shadowsystemscorp.com/xr920/ https://holosun.com/products/reflex-sight/eps/eps-red-2.html https://www.streamlight.com/products/detail/tlr-7a https://www.radianweapons.com/coreshop/category/pistol/1031469 https://glockparts.com/glock-17-magazine-for-gen5/ https://safariland.com/products/model-6390rds-als-mid-ride-level-i-retention-duty-holster-model_6390rds https://safariland.com/products/model-6390rds-als-mid-ride-level-i-retention-duty-holster-model_6390rds LCCSO Duty Weapon IFB Page 2 of 14 Due to the compatibility requirements of each item, no exceptions or alternatives to these specifications shall be accepted. Bid Submission Requirements Return To: Lewis and Clark County Board of County Commissioners 316 N. Park Avenue, Room 343 Helena, MT 59623 Bids must be submitted no later than June 5, 2023. Bids will be unsealed and read aloud on to the official record on June 6, 2023 at 9:00 AM MDT during the public meeting of the Board of County Commissioners, 316 North Park Avenue, Room 330. Helena, Montana. All bids must include a bid security in favor of Lewis and Clark County in the amount equal to ten percent (10%) of the total net bid. The security may consist of cash, a cashier’s check, a certified check, a bank money order, a certificate of deposit, a money market certificate, or a bank draft. The security must be either: - Drawn and issued by a federally chartered or state chartered bank or savings and loan association that is insured by, or for which insurance is administered by, the Federal Deposit Insurance Corporation; - Drawn and issued by a credit union insured by the National Credit Union Share Insurance Fund; or - A bid bond or bonds, original only, no copies, executed by a surety company authorized to do business in the State of Montana. Personal checks, business checks, and facsimiles will not be accepted for bid security. The cone of silence shall be in effect from the time of advertisement until contract award. Violations of the cone of silence may be grounds for disqualification from the selection process. The cone of silence shall not apply to communications at any public proceeding or meeting. The point of contact is Casey Hayes, Purchasing Officer, chayes@lccountymt.gov. Funding Funds for this purchase are derived from federal funds that contain certain requirements. In submitting a bid for this purchase, Bidders acknowledge that they will comply with all of the terms and conditions from the respective jurisdictions outlined within this solicitation. mailto:chayes@lccountymt.gov LCCSO Duty Weapon IFB Page 3 of 14 BID SUBMITTAL WORKSHEET In order to be considered a responsive bid, the following information must be submitted to the Lewis and Clark County Board of County Commissioners no later than 4:00 PM MDT on June 5, 2023. This is an item-by-item solicitation. Each item listed in the specifications shall be deemed independent and separate from the other items. As such, Bidders shall be awarded purchases based upon the lowest net bid amount per item. Alternatively, all-or-none bids may be offered*, but must accompany an item-by-item bid. Bids must include the maximum date of delivery for each item in order to be deemed responsive. Bids shall be unconditionally accepted without alteration or correction, except as authorized by the Montana Procurement Act. Bids shall be evaluated based upon the net bid amount and delivery date. Bid price shall be the net purchase amount including shipping and handling charges, FOB Destination, to the following address: Lewis and Clark County Sheriff’s Office 406 Fuller Avenue Helena, MT 59601 BASE BID: ITEM ORDER QUANTITY NET BID AMOUNT DELIVERY DATE Shadow Systems XR920 combat 9mm pistol, model # SS-3006, black nitride finish, unthreaded barrel, 17-round magazine 100 Holosun EPS Red 2MOA red dot sight, model # EPS-RD-2 100 Streamlight TLR-7a 500 lumen weapon light, black finish 100 Radian Afterburner + Ramjet micro compensator and barrel combo, Gen 4 70 Glock 17-round magazines for 9mm rounds, Gen 5 300 Safariland 6390RDS ALS holster, with Quick Locking System (QLS) installed, plain black STX finish, models 6390RDS-8327-411-MS30 & 6390RDS-8327-412-MS30 Right-hand model = 90 Left-hand model = 10 TOTAL NET BID AMOUNT $ *Alternative all-or-none bid amount (optional) $___________________________ LCCSO Duty Weapon IFB Page 4 of 14 THE UNDERSIGNED BIDDER has become familiar with the equipment solicited by Lewis and Clark County through the bid specifications. The Bidder agrees to follow and abide by all laws required in the State of Montana and Lewis and Clark County. The Bidder, having satisfied themself of the equipment specifications, does submit the offer as follows: THE BIDDER HEREBY PROPOSES AND AGREES, if this offer is accepted, to enter into an Agreement for purchase, and assumes all obligations, duties, and responsibilities specified herein for the lump sum. THE UNDERSIGNED BIDDER HEREBY CERTIFIES that: 1. This offer is genuine and is not made in the interest of, or in the behalf of, any undisclosed person or firm, and is not submitted as a result of any agreement with any association, corporation, or group. 2. The Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham offer. 3. The Bidder has not solicited or induced any person or firm to refrain from bidding. 4. The Bidder has not sought by collusion to obtain any advantage over any other bidder or over Lewis and Clark County. Bidder Name: Contact Person: Address: Phone: E-Mail: Signature of authorized company official approving the bid and as submitted: Name: ________________________________ Title: ________________________________ Date: ________________________________ ______________________________________________ Authorized Company Official Signature State of _________________________ County of _________________________ This instrument was acknowledged before me on _______________ [date] by ______________ _______________ [printed name of authorized company official] as ______________________ [title] of ______________________________ [printed company name]. ______________________________________________ Notary Signature [Seal] LCCSO Duty Weapon IFB Page 5 of 14 LEWIS AND CLARK COUNTY STANDARD TERMS AND CONDITIONS 1. Competition. Lewis and Clark County encourages free and open competition among bidders. Whenever possible, specifications, bid invitations, and conditions are designed to accomplish this objective, consistent with the necessity to satisfy the County’s needs and accomplishment of a sound economical operation. The bidder’s signature on this proposal guarantees that the prices quoted have been established without collusion with other eligible bidders and without effort to preclude Lewis and Clark County from obtaining the lowest possible competitive price. Prior to the award of the contract, bids may be held by Lewis and Clark County for a period not to exceed 30 days from the date of the opening of bids for the purpose of reviewing bids and investigating the qualifications of the bidders. 2. Preparation of Bids. Bids will be written in ink and/or typewritten on the bid forms furnished herewith. Erasures and alterations must be initialed by the bidder in ink. No verbal bids shall be accepted. The bidder agrees that the bid shall be good and may not be withdrawn during the 30-day review period. 3. Bid Items. The bidder warrants articles offered to conform to the specifications herein requested, to be fit and sufficient for the purpose manufactured, of good material and workmanship, and free from defect. 4. Special Brands. Brand name items or descriptions used in this proposal are specified solely for the purpose of indicating standards of quality, performance, and/or use desired. Any bid offering goods or sources which deviate from the specifications must be clearly indicated by the bidder. Substitutions must be identified by the manufacturer and stock number and complete descriptive literature must be included with the bid. Goods delivered which do not conform to the contract terms, conditions, or specifications may be rejected and returned at the vendors’ expense. Any bid for foreign produced products shall be so indicated and the source of supply noted for each item. 5. Packaging. Unless otherwise stipulated, no charges will be allowed for packing, wrapping, bags, containers, reels, etcetera. All items shall be packed in accordance with prevailing commercial practices and in such a manner as to ensure delivery in good condition and as specified herein. 6. Delivery/Shipping. Goods shall be prepaid, Free on Board (FOB) destination. In the event the contract terms specify FOB shipping point, shipping charges will be prepaid and itemized as a separate item on invoicing. Such shipments shall be via the least expensive common carrier unless otherwise stipulated. Lewis and Clark County reserves the right to reject Cash on Delivery (COD). LCCSO Duty Weapon IFB Page 6 of 14 7. Warranty. Bidders agree to provide a warranty for product on offer and perform all warranty and maintenance services in a professional and timely manner and acknowledge that they will be liable for any breach of this warranty. 8. Cash Discount. Bidders may quote a cash discount, provided it is based on a period of 30 days or more. A shorter period will not be considered in determination of a low bid. Any cash discount as part of this contract will be computed from the date of receipt of a properly executed claim or the date of completion of delivery of all items in satisfactory condition, whichever is later. 9. Excise Taxes. Lewis and Clark County is exempt from federal excise taxes (FET). Exemption certificates will be furnished upon request. 10. Acceptance/Rejection of Bids. Lewis and Clark County reserves the right to accept or reject any or all bids, wholly or in part, and to make awards in any manner deemed in the best interest of the County. 11. All-or-None Bids. Bidders may submit alternate bids on an all-or-none basis but are required to submit a primary quotation on an item-by-item basis to be considered for either type of award. 12. Bid Determination. The basis of the award will be dependent on the most responsible bid submitted with consideration given to the following criteria: a. Purchase price; b. Warranty and/or maintenance agreement; c. Delivery date; and d. Analysis and comparison by the county with similar or related equipment. 13. Tabulation. In the event that a quotation is entered in which the unit price and extension do not agree, the unit price shall prevail. 14. Bid Proposal Worksheet. Bidders are required to complete all Bid Proposal Worksheets and must provide a detailed proposed specification packet with the bid. Any variance to specifications the bidder wishes to seek consideration for must be clearly stated in the section provided on the Bid Proposal Worksheet. 15. Nondiscrimination. In accordance with federal and state laws, the bidder agrees not to discriminate against any client, employee, or applicant for employment or for services because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: a. Employment upgrading; b. Demotion or transfer; c. Recruitment or recruitment advertising; d. Lay-offs or terminations; i. Rates of pay or other forms of compensation; ii. Selection for training; or iii. Rendition of services. LCCSO Duty Weapon IFB Page 7 of 14 Bidders and the awardee shall comply with all federal, state, and local laws, rules and regulations. Bidders and the awardee and any of the Bidders’ and the awardee’s sub-grantees, contractors, subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract (or agreement). Title VI also includes protection to persons with “Limited English Proficiency” in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract or agreement. It is further understood that any vendor who is in violation of this clause shall be barred forthwith from receiving awards of any purchase from Lewis and Clark County unless a satisfactory showing is made that discriminatory practices have ceased, and the recurrence of such acts is unlikely. 16. Buy American Act Requirements. The product on offer must conform to the requirements of the Buy American Act in that the product or the materials from which the product is manufactured must be present in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. 17. OSHA and EPA Requirements. The equipment shall meet OSHA and EPA requirements and specifications on the date of the bid opening. 18. Bid Consideration. No bid will be considered unless accompanied by a bid bond, bank draft, money order, or certified check in the amount of not less than ten (10) percent of the total bid. 19. Trade Secrets. In order for a bidder to request that material be kept confidential, a notarized Affidavit for Trade Secret Confidentiality shall be provided by the bidder’s attorney acknowledging that material included in a bid is open to public inspection except for information that meets the provisions of Montana’s Uniform Trade Secrets Act. Trade secrets contained in the bid must be clearly marked and separate from materials that are open for public inspection. Bidders must be prepared to pay all legal costs and fees associated with defending a claim for confidentiality in the event of a records request from another party. 20. Cone of Silence. A cone of silence shall be established on all Lewis and Clark County competitive selection processes. The cone of silence prohibits any communication regarding a competitive solicitation between any bidder (or its agents or representatives) or other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any Elected Official or County employee, selection committee member, or other persons authorized to act on behalf of the County. LCCSO Duty Weapon IFB Page 8 of 14 The cone of silence shall be in effect from the time of advertisement until contract award. Violations of the cone of silence may be grounds for disqualification from the selection process. The cone of silence shall not apply to communications at any public proceeding or meeting. The cone of silence shall terminate when the Board or a County employee authorized to act on behalf of the Board awards or approves the Contract, rejects all Bids or responses, or otherwise takes action to end the selection process. 21. Protest Procedure. A bidder aggrieved in connection with the solicitation or bid award may protest in accordance with the procedure outlined in the Lewis and Clark County purchasing policy. TERMS AND CONDITIONS SPECIFIC TO AMERICAN RESCUE PLAN ACT (ARPA) GRANT FUNDING The following terms and conditions apply to the awardee of solicitations, as a contractor of Lewis and Clark County, according to the County’s ARPA Award Terms and Conditions on June 15, 2021; by ARPA and its implementing regulations; and as established by the United States Treasury Department. 1. Equal Opportunity. Bidder shall comply with Executive Order 11246, “Equal Employment Opportunity,” as amended by EO 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” 2. Minority and Women Business Enterprises. Bidder hereby agrees to comply with the following when applicable: The requirements of Executive Orders 11625 and 12432 (concerning Minority Business Enterprise), and 12138 (concerning Women's Business Enterprise), when applicable. Accordingly, Bidder hereby agrees to take affirmative steps to assure that women and minority businesses are utilized when possible as sources of supplies, equipment, construction and services. Affirmative steps shall include the following: a. Including qualified women’s business enterprises and small and minority businesses on solicitation lists; b. Assuring that women’s enterprises and small and minority businesses are solicited whenever they are potential sources; c. When economically feasible, dividing total requirements into smaller tasks or quantities so as to permit maximum participation by small and minority business, and women’s business enterprises; d. Where the requirement permits, establishing delivery schedules which will encourage participation by women’s business enterprises and small and minority business; e. Using the services and assistance of the Small Business Administration, and the U.S. LCCSO Duty Weapon IFB Page 9 of 14 Office of Minority Business Development Agency of the Department of Commerce; and f. If any subcontracts are to be let, requiring the prime Contractor to take the affirmative steps in a through e above. For the purposes of these requirements, a Minority Business Enterprise (MBE) is defined as an enterprise that is at least 51 percent owned and controlled in its daily operation by members of the following groups: Black, Hispanic, Asian or Pacific Islander, American Indian, or Alaskan Natives. A Women Business Enterprise (WBE) is defined as an enterprise that is at least 51 percent owned and controlled in its daily operation by women. 3. Suspension and Debarment. This contract is a covered transaction for purposes of 2 CFR pt. 180 and 2 CFR pt. 3000. As such, the Bidder is required to verify that none of Bidder’s principals (defined at 2 CFR § 180.995) or its affiliates (defined at 2 CFR § 180.905) are excluded (defined at 2 CFR § 180.940) or disqualified (defined at 2 CFR § 180.935). The Bidder must comply with 2 CFR pt. 180, subpart C and 2 CFR pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is a material representation of fact relied upon by Lewis and Clark County. If it is later determined that the Bidder did not comply with 2 CFR pt. 180, subpart C and 2 CFR pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including, but not limited to suspension and/or debarment. The Bidder agrees to comply with the requirements of 2 CFR pt. 180, subpart C and 2 CFR pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Bidder further agrees to include a provision requiring such compliance in its lower-tier-covered transactions. 4. Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352, as amended*. Bidder certifies 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. BIDDER shall 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 recipient who in turn will forward the certification(s) to the awarding agency. *Purchases over $100,000 - Bidder must sign the certification on the last page of this exhibit. 5. Access to Records. The Bidder agrees to provide the Lewis and Clark County, the U.S. Department of Treasury, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Bidder LCCSO Duty Weapon IFB Page 10 of 14 which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. The Bidder agrees to permit any of the foregoing parties to reproduce by any means or to copy excerpts and transcriptions as reasonably needed and agrees to cooperate with all such requests. The Bidder agrees to provide the Treasury Department or authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. No language in this contract is intended to prohibit audits or internal reviews by the Treasury Department or the Comptroller General of the United States. 6. Rights to Inventions Made Under a Contract or Agreement. Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any applicable implementing regulations. 7. Contract Work Hours and Safety Standards Act (40 U.S.C. 327 through 333). (Applies only to purchases over $100,000, when laborers or mechanics are used.) Where applicable, all contracts in excess of $100,000 that involve the employment of mechanics or laborers shall include a provision for compliance with 40 U.S.C. 3702 and 3704 of the Contract Work Hours and Safety Standards Act, as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 3702 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. The requirements of 40 U.S.C. 3704 are applicable to construction work and provides that no laborer or mechanic shall 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. 8. Clean Air Act & Federal Water Pollution Control Act. (applies to purchases of more than $150,000.). The Bidder agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. The Bidder agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Bidder agrees to report each violation of the Clean Air Act and the Water Pollution Control Act to the Lewis and Clark County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. LCCSO Duty Weapon IFB Page 11 of 14 Bidder agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. 9. Prohibition on certain telecommunications and video surveillance services or equipment (Huawei and ZTE). Bidder is prohibited from obligating or expending loan or grant funds to: a. Procure or obtain; b. Extend or renew a contract to procure or obtain; or c. Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115–232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). i. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). ii. Telecommunications or video surveillance services provided by such entities or using such equipment. iii. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. 10. Procurement of Recovered Materials: (applies only if the work involves the use of materials). In the performance of this contract, the Bidder shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired: a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. The Bidder also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. 11. Publications. Any publications produced with funds from this award must display the following https://www.epa.gov/smm/comprehensive-%20procurement-guideline-cpg-program https://www.epa.gov/smm/comprehensive-%20procurement-guideline-cpg-program LCCSO Duty Weapon IFB Page 12 of 14 language: “This project [is being] [was] supported, in whole or in part, by federal award number SLFRP4035 awarded to Lewis and Clark County by the U.S. Department of the Treasury.” 12. Increasing Seat Belt Use in the United States. Pursuant to Executive Order 13043, 62 FR 19217 (Apr. 18, 1997), Bidder is encouraged to adopt and enforce on-the-job seat belt policies and programs for your employees when operating company-owned, rented or personally owned vehicles. 13. Reducing Text Messaging While Driving. Pursuant to Executive Order 13513, 74 FR 51225 (Oct. 6, 2009), Bidder is encouraged to adopt and enforce policies that ban text messaging while driving and establish workplace safety policies to decrease accidents caused by distracted drivers. 14. Title VI of the Civil Rights Act of 1964 – Protections to persons with Limited English Proficiency. The Bidder and any of the Bidder’s sub-grantees, contractors, subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract (or agreement). Title VI also includes protection to persons with “Limited English Proficiency” in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract or agreement. 15. Drug-Free Workplace. The Drug-Free Workplace Act of 1988 (41 U.S.C. § 701 et seq.) requires that all organizations receiving grants from any Federal agency agree to maintain a drug-free workplace. You as the recipient must comply with drug-free workplace requirements in Subpart B (or Subpart C, if the recipient is an individual) of part 382, which adopts the Governmentwide implementation (2 CFR §182) of sec. 5152-5158 of the Drug-Free Workplace Act of 1988 (Pub. L. 100-690, Title V, Subtitle D; 41 U.S.C. 701-707). By signing the application, the AOR agrees that the recipient will provide a drug-free workplace and will comply with the requirement to notify SAMHSA if an employee is convicted of violating a criminal drug statute. Failure to comply with these requirements may be cause for debarment. Government wide requirements for Drug- Free Workplace for Financial Assistance are found in 2 CFR § 182; HHS implementing regulations are set forth in 2 CFR § 382.400. 16. Mandatory Disclosures. Consistent with 45 CFR § 75.113, applicants and recipients must disclose in a timely manner, in writing to the COUNTY, all information related to violations, or suspected violations, of Federal criminal law involving fraud, bribery, or gratuity violations potentially affecting the Federal award. Subrecipients must disclose, in a timely manner, in writing to the COUNTY all information related to violations, or suspected violations, of Federal criminal law involving fraud, bribery, or gratuity violations potentially affecting the Federal LCCSO Duty Weapon IFB Page 13 of 14 award. Failure to make required disclosures can result in any of the remedies described in 45 CFR § 75.371 – Remedies for noncompliance, including suspension or debarment (see 2 CFR §§ 180 & 376 and 31 U.S.C. 3321). 17. Trafficking Victims Protection Act of 2000 (22 U.S.C. 7104(G)), as amended, and 2 CFR § 175. The Trafficking Victims Protection Act of 2000 authorizes termination of financial assistance provided to a private entity, without penalty to the Federal government, if the recipient or subrecipient engages in certain activities related to trafficking in persons. SAMHSA may unilaterally terminate this award, without penalty, if a private entity recipient, or a private entity subrecipient, or their employees: a. Engage in severe forms of trafficking in persons during the period of time that the award is in effect; b. Procure a commercial sex act during the period of time that the award is in effect; or, c. Use forced labor in the performance of the award or subawards under the award. End of Invitation for Bids LCCSO Duty Weapon IFB Page 14 of 14 31 CFR Part 21 – New Restrictions on Lobbying - CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of their knowledge and belief, that: 1. 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 an 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. 2. 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- LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all contractors 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. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Ch. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Date: Signature of Contractor’s authorized official (Print name of person signing above) (Print title of person signing above) https://www.grants.gov/web/grants/forms/post-award-reporting-forms.html https://www.grants.gov/web/grants/forms/post-award-reporting-forms.html

316 N. Park Ave. Room 207 Helena, MT. 59623Location

Address: 316 N. Park Ave. Room 207 Helena, MT. 59623

Country : United StatesState : Montana

You may also like

NON-LETHAL CONDUCTIVE ENERGY WEAPONS (CEW) EQUIPMENT-T10

Due: 21 Aug, 2024 (in 4 months)Agency: U.S. IMMIGRATION AND CUSTOMS ENFORCEMENT

FY24-FIREARM WEAPONS AND ACCESSORIES D29-NORTHERN DISTRICT OF IOWA

Due: 28 Feb, 2025 (in 10 months)Agency: U.S. MARSHALS SERVICE

FY24-FIREARM WEAPONS AND ACCESSORIES D08-DISTRICT OF ARIZONA

Due: 25 Mar, 2025 (in 11 months)Agency: U.S. MARSHALS SERVICE

Please Sign In to see more like these.

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