Repost - Custom Food Truck - 24’ Ford F-59 Step Van

expired opportunity(Expired)
From: North Carolina Fayetteville Technical Community College(Higher Education)
96-2301V2

Basic Details

started - 16 Sep, 2022 (19 months ago)

Start Date

16 Sep, 2022 (19 months ago)
due - 06 Oct, 2022 (18 months ago)

Due Date

06 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
96-2301V2

Identifier

96-2301V2
Fayetteville Technical Community College

Customer / Agency

Fayetteville Technical Community College
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.

STATE OF NORTH CAROLINA Fayetteville Technical Community College Invitation for Bid #: 96-2301V2 Custom Food Truck - 24’ Ford F-59 Step Van Date Issued: September 16, 2022 Bid Opening Date: September 30, 2022 At 2:00 PM ET Direct all inquiries concerning this IFB to: Mona Watkins Buyer Email: watkinsm@faytechcc.edu Phone: 910-678-8272 Ver. 11/2021 STATE OF NORTH CAROLINA Invitation for Bids # 96-2301V2 ______________________________________________________ For internal State agency processing, including tabulation of bids, provide your company’s eVP (Electronic Vendor Portal) Number. Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page shall be filled out and returned with your bid. Failure to do so shall be sufficient cause to reject
your bid. ___________________________________________________ Vendor Name ______________________________ Vendor eVP # Note: For your bid to be considered, your company (you) must be a North Carolina registered vendor in good standing. You must enter the vendor number assigned through eVP (Electronic Vendor Portal). If you do not have a vendor number, register at https://vendor.ncgov.com/vendor/login Sealed, mailed responses ONLY will be accepted for this solicitation. https://vendor.ncgov.com/vendor/login Ver: 11/2021 1 EXECUTION In compliance with this Invitation for Bids (IFB), and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, the undersigned Vendor understands that false certification is a Class I felony and certifies that: ▪ this bid is submitted competitively and without collusion (G.S. 143-54), ▪ that none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143- 59.2), and ▪ it is not an ineligible Vendor as set forth in G.S. 143-59.1. Furthermore, by executing this bid, the undersigned certifies to the best of Vendor’s knowledge and belief, that: ▪ it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this IFB, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public Contract; or awarding or administering public Contracts; or inspecting or supervising delivery of the public Contract of any gift from anyone with a Contract with the State, or from any person seeking to do business with the State. By execution of this bid response to the IFB, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor are not aware that any such gift has been offered, accepted, or promised by any employees or agents of Vendor’s organization. By executing this bid, Vendor certifies that it has read and agreed to the INSTRUCTION TO VENDORS and the NORTH CAROLINA GENERAL TERMS AND CONDITIONS. These documents can be accessed from the ATTACHMENTS page within this document. Failure to execute/sign bid prior to submittal may render bid invalid and it MAY BE REJECTED. Late bids cannot be accepted. COMPLETE/FORMAL NAME OF VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #11): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE: DATE: E-MAIL: STATE OF NORTH CAROLINA FAYETTEVILLE TECHNICAL COMMUNITY COLLEGE Refer ALL Inquiries regarding this IFB to: Mona Watkins watkinsm@faytechcc.edu Invitation for Bids # 96-2301V2 Bids will be publicly opened: September 30, 2022 @ 2:00 PM EST Using Agency: Fayetteville Technical Community College Commodity No. and Description: 251019 – Specialized and Recreational Vehicles Requisition No.: PR12317195 Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 2 FOR STATE USE ONLY: Offer accepted and Contract awarded this ____ day of _______________, 20____, as indicated on the attached certification, by ______________________________________________________ VALIDITY PERIOD Offer shall be valid for at least 60 days from date of bid opening, unless otherwise stated here: ______ days, or if extended by mutual agreement of the parties. Any withdrawal of this offer shall be made in writing, effective upon receipt by the agency issuing this IFB. BID ACCEPTANCE If your bid is accepted, all provisions of this IFB, along with the written results of any negotiations, shall constitute the written agreement between the parties (“Contract”). The NORTH CAROLINA GENERAL TERMS AND CONDITIONS are incorporated herein and shall apply. Depending upon the Goods or Services being offered, other terms and conditions may apply, as mutually agreed. (Authorized Representative of Fayetteville Technical Community College) Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 3 1.0 PURPOSE AND BACKGROUND .......................................................................................... 5 2.0 GENERAL INFORMATION .................................................................................................... 5 2.1 INVITATION FOR BID DOCUMENT ....................................................................................... 5 2.2 E-PROCUREMENT FEE ........................................................................................................ 5 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS ................................ 5 2.4 IFB SCHEDULE ..................................................................................................................... 5 2.5 BID QUESTIONS ................................................................................................................... 6 2.6 BID SUBMITTAL .................................................................................................................... 6 2.7 BID CONTENTS ..................................................................................................................... 7 2.9 ALTERNATE BIDS ................................................................................................................. 7 2.10 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ............................................................ 7 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS .................................................. 8 3.1 METHOD OF AWARD ............................................................................................................ 8 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ......... 8 3.3 BID EVALUATION PROCESS ................................................................................................ 8 3.4 PERFORMANCE OUTSIDE THE UNITED STATES .............................................................. 9 3.5 INTERPRETATION OF TERMS AND PHRASES ................................................................... 9 4.0 REQUIREMENTS ................................................................................................................... 9 4.1 PRICING ................................................................................................................................ 9 4.2 PRODUCT IDENTIFICATION ............................................................................................... 10 4.3 TRANSPORTATION AND IDENTIFICATION ....................................................................... 10 4.4 DELIVERY ............................................................................................................................ 10 4.5 DELIVERY NOTIFICATION ................................................................................................. 10 4.6 QUALITY ACCEPTANCE INSPECTION .............................................................................. 10 4.7 FINAL INSPECTION ............................................................................................................ 10 4.8 MAINTENANCE MANUAL ................................................................................................... 11 4.9 AUTHORIZED RESELLER ................................................................................................... 11 4.10 WARRANTY ......................................................................................................................... 11 4.11 DESCRIPTIVE LITERATURE ............................................................................................... 11 4.12 HUB PARTICIPATION .......................................................................................................... 12 4.13 REFERENCES ..................................................................................................................... 12 4.14 VENDOR’S REPRESENTATIONS ....................................................................................... 12 4.15 FINANCIAL STABILITY ........................................................................................................ 12 4.16 AGENCY INSURANCE REQUIREMENTS MODIFICATION ................................................ 12 5.0 PRODUCT SPECIFICATIONS ............................................................................................. 13 SPECIFICATIONS ................................................................................................................ 13 5.2 CERTIFICATION AND SAFETY LABELS ............................................................................. 16 5.3 DEVIATIONS ......................................................................................................................... 17 6.0 CONTRACT ADMINISTRATION .......................................................................................... 17 6.1 PROJECT MANAGER AND CUSTOMER SERVICE ............................................................ 17 6.2 POST AWARD PROJECT REVIEW MEETINGS .................................................................. 17 6.3 CONTINUOUS IMPROVEMENT .......................................................................................... 17 6.4 INVOICES ............................................................................................................................ 17 Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 4 6.5 DISPUTE RESOLUTION ...................................................................................................... 17 6.6 PRODUCT RECALL .............................................................................................................. 18 6.7 CONTRACT CHANGES ......................................................................................................... 18 7.0 ATTACHMENTS .................................................................................................................. 19 ATTACHMENT A: PRICING.................................................................................................................. 19 ATTACHMENT B: INSTRUCTIONS TO VENDORS ............................................................................. 19 ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS ...................................... 19 ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION ................................................. 20 ATTACHMENT E: CUSTOMER REFERENCE FORM .......................................................................... 22 ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR .............................................. 23 ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION ...................................................... 24 ATTACHMENT H: VENDOR REQUEST FOR EO50 PRICE-MATCHING ............................................. 25 Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 5 1.0 PURPOSE AND BACKGROUND The purpose of this Invitation for Bids is to seek competitive sealed bids from qualified Vendors to Furnish and Deliver Custom Food Truck for Fayetteville Technical Community College for use by faculty and students enrolled in the Culinary Arts Program. The intent of this solicitation is to award an Agency Contract. Bids shall be submitted in accordance with the terms and conditions of this IFB and any addenda issued hereto. 2.0 GENERAL INFORMATION 2.1 INVITATION FOR BID DOCUMENT The IFB is comprised of the base IFB document, any attachments, and any addenda released before Contract award, which are incorporated herein by reference. 2.2 E-PROCUREMENT FEE ATTENTION: The E-Procurement fee may apply to this solicitation. See paragraph entitled ELECTRONIC PROCUREMENT of the North Carolina General Terms and Conditions. General information on the E-Procurement Services can be found at: http://eprocurement.nc.gov/. 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions to Vendors, the North Carolina General Terms and Conditions, all relevant exhibits and attachments, and any other components made a part of this IFB and comply with all requirements and specifications herein. Vendors also are responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this IFB. If Vendors have questions, issues, or exceptions regarding any term, condition, or other component within this IFB, those must be submitted as questions in accordance with the instructions in the BID QUESTIONS Section. If the State determines that any changes will be made as a result of the questions asked, then such decisions will be communicated in the form of an IFB addendum. The State may also elect to leave open the possibility for later negotiation and amendment of specific provisions of the Contract that have been addressed during the question and answer period. Other than through this process or negotiation under 01 NCAC 05B.0503, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s bid. This applies to any language appearing in or attached to the document as part of the Vendor’s bid that purports to vary any terms and conditions or Vendors’ instructions herein or to render the bid non-binding or subject to further negotiation. Vendor’s bid shall constitute a firm offer that shall be held open for the period required herein (“Validity Period” above). By execution and delivery of this IFB Response, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s bid as nonresponsive. The State may exercise its discretion to consider Vendor proposed modifications. 2.4 IFB SCHEDULE The table below shows the intended schedule for this IFB. The State will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue IFB State September 16, 2022 Submit Written Questions Vendor September 21, 2022 by 2:00 PM ET Provide Responses to Questions State September 23, 2022 Submit Bids Vendor September 30, 2022, 2022 at 2:00 PM ET Contract Award State TBD http://eprocurement.nc.gov/ Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 6 2.5 BID QUESTIONS Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best bid possible. To accommodate the Bid Questions process, Vendors shall submit any such questions by the “Submit Written Questions” date and time provided in the IFB SCHEDULE Section above, unless modified by Addendum. Written questions shall be e-mailed to watkinsm@faytechcc.edu by the date and time specified above. Vendors will enter “IFB # 96-2301V2: Questions” as the subject for the email. Question submittals will include a reference to the applicable IFB section and be submitted in a format shown below: Reference Vendor Question IFB Section, Page Number Vendor question ...? Questions received prior to the submission deadline date, the State’s response, and any additional terms deemed necessary by the State will be posted in the form of an addendum to the Interactive Purchasing System (IPS), http://www.ips.state.nc.us, and shall become an Addendum to this IFB. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise in connection with this IFB, shall be considered authoritative or binding. Vendors shall rely only on written material contained in an Addendum to this IFB. 2.6 BID SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Vendor shall bear the risk of late submission due to unintended or unanticipated delay. It is the Vendor’s sole responsibility to ensure its bid has been received as described in this IFB by the specified time and date of opening. The date and time of receipt will be marked on each bid when received. Any bid or portion thereof received after the bid submission deadline will be rejected. By Mail Mailing address for delivery of bid via US Postal Service Office Address of delivery by any other method (special delivery, overnight, or any other carrier). BID NUMBER: 96-2301V2 Fayetteville Technical Community College Mona Watkins, Buyer PO Box 35236 Fayetteville NC 28303 BID NUMBER: 96-2301V2 Fayetteville Technical Community College Mona Watkins, Buyer 2301 Hull Road, Administration Bldg Rm 102 Fayetteville NC 28303 CAUTION: For bids submitted via U.S. mail, please note that the U.S. Postal Service generally does not deliver mail to a specified street address but to the State’s Mail Service Center. Vendors are cautioned that bids sent via U.S. Mail, including Express Mail, may not be delivered by the Mail Service Center to the agency’s purchasing office on the due date in time to meet the bid deadline. All Vendors are urged to take the possibility of delay into account when submitting bids by U.S. Postal Service, courier, or other delivery service. Attempts to submit a bid via facsimile (FAX) machine, telephone or email in response to this IFB shall NOT be accepted. a) Submit (1) signed, original executed bid response and (2) copies of your bid simultaneously to the address identified in the table above. b) Submit your bid in a sealed package. Clearly mark each package with: (1) Vendor name; (2) the IFB number; and (3) the due date. Address the package(s) for delivery as shown in the table above. If Vendor is submitting more than one (1) bid, each bid shall be submitted in separate sealed envelopes and marked accordingly. For delivery purposes, separate sealed envelopes from a single Vendor may be included in the same outer package. Bids are subject to rejection unless submitted with the information above included on the outside of the sealed bid package. http://www.ips.state.nc.us/ Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 7 c) Copies of bid files must be provided on separate read-only CD’s, DVD’s or flash drives. File contents shall NOT be password protected but shall be in .PDF or .XLS format and shall be capable of being copied to other sources. 2.7 BID CONTENTS Vendors shall populate all attachments of this IFB that require the Vendor to provide information and include an authorized signature where requested. Failure to provide all required items, or Vendor’s submission of incomplete items, may result in the State rejecting Vendor’s bid, in the State’s sole discretion Vendor IFB responses shall include the following items and attachments, which shall be arranged in the following order: a) Cover Letter, must include a statement that confirms that the Vendor has read the IFB in its entirety, including all links, and all Addenda released in conjunction with the IFB. b) Title Page: Include the company name, address, phone number and authorized representative along with the Bid Number. c) Completed and signed version of EXECUTION PAGES, along with the body of the IFB. d) Signed receipt pages of any addenda released in conjunction with this IFB, if required to be returned. e) Vendor Response f) Completed version of ATTACHMENT A: PRICING FORM g) Completed version of ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION h) Completed version of ATTACHMENT E: CUSTOMER REFERENCE FORM i) Completed version of ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR j) Completed and signed version of ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION k) Completed and signed version of ATTACHMENT H: VENDOR REQUEST FOR EO50 PRICE-MATCHING, if applicable l) Completed and signed version of ATTACHMENT I: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY m) Completed and signed version of CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS and OMB STANDARD FORM LLL 2.9 ALTERNATE BIDS Unless provided otherwise in this IFB, Vendor may submit alternate bids for comparable Goods, various methods or levels of Service(s), or that propose different options. Alternate bids must specifically identify the IFB requirements and advantage(s) addressed by the alternate bid. Any alternate bid, in addition to the marking described above, must be clearly marked with the legend: “Alternate Bid #___ [for ‘name of Vendor’]”. Each bid must be for a specific set of Goods and Services and must include specific pricing. If a Vendor chooses to respond with various offerings, each must be offered with a separate price and be contained in a separate bid. Each bid must be complete and independent of other bids offered. 2.10 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS Relevant definitions for this IFB are provided in 01 NCAC 05A .0112 and in the Instructions to Vendors found below which are incorporated herein by this reference. Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 8 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS 3.1 METHOD OF AWARD North Carolina G.S. 143-52 provides a general list of criteria the State shall use to award contracts, as supplemented by the additional criteria herein. The Goods or Services being procured shall dictate the application and order of criteria; however, all award decisions shall be in the State’s best interest. All responsive bids will be reviewed, and award or awards will be based on the responsive bid(s) offering the lowest price that meets the specifications set out herein. While the intent of this IFB is to award a Contract(s) to a single Vendor for all line items, the State reserves the right to make separate awards to different Vendors for one or more line items, to not award one or more line items or to cancel this IFB in its entirety without awarding a Contract, if it is considered to be most advantageous to the State to do so. If a Vendor selected for award is determined by the State to be a non-resident of North Carolina, all responsive bids will be reviewed to determine if any of them were submitted by a North Carolina resident Vendor who requested an opportunity to match the price of the winning bid, pursuant to Executive Order #50 and G.S. 143-59 (for more information, please refer to ATTACHMENT H: VENDOR REQUEST FOR EXECUTIVE ORDER #50 PRICE MATCHING. If such bid(s) are identified, the State will then determine whether any such bid falls within the price- match range, and, if so, make a Contract award in accordance with the process that implements G.S. 143-59 and Executive Order #50. The State reserves the right to waive any minor informality or technicality in bids received. 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION While this IFB is under evaluation, the responding Vendor, including any subcontractors and suppliers, is prohibited from engaging in conversations intended to influence the outcome of the evaluation. See the Paragraph of the Instructions To Vendors entitled Confidential Information. 3.3 BID EVALUATION PROCESS Only responsive submissions will be evaluated. The State will conduct an evaluation of responsive Bids, as follows: Bids will be received according to the method stated in the Bid Submittal section above. All bids must be received by the issuing agency not later than the date and time specified in the IFB SCHEDULE Section above, unless modified by Addendum. Vendors are cautioned that this is a request for offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all offers at any time if such rejection is deemed to be in the best interest of the State. At the date and time provided in the IFB SCHEDULE Section above, unless modified by Addendum, the bids from each responding Vendor will be opened publicly and the name of the Vendor and total cost offered may be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position. If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public until award. At their option, the evaluators may request oral presentations or discussions with any or all Vendors for clarification or to amplify the materials presented in any part of the bid. Vendors are cautioned, however, that the evaluators are not required to request presentations or other clarification—and often do not. Therefore, all bids should be complete and reflect the most favorable terms available from the Vendor. Prices bid cannot be altered or modified as part of a clarification. Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 9 Bids will generally be evaluated, based on completeness, content, cost and responsibility of the Vendor to supply the requested Goods and Services. Specific evaluation criteria are listed in Section 3.1 METHOD OF AWARD. Upon completion of the evaluation process, the State will make Award(s) based on the evaluation and post the award(s) to IPS under the IFB number for this solicitation. Award of a Contract to one Vendor does not mean that the other bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the State. The State reserves the right to negotiate with one or more Vendors, or to reject all original offers and negotiate with one or more sources of supply that may be capable of satisfying the requirement, and in either case to require Vendor to submit a Best and Final Offer (BAFO) based on discussions and negotiations with the State. 3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this IFB, the State may also consider, for purposes of evaluating proposed or actual contract performance outside of the United States, how that performance may affect the following factors to ensure that any award will be in the best interest of the State: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property e) Availability of pertinent skills f) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.5 INTERPRETATION OF TERMS AND PHRASES This IFB serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the State; and (2) to provide (together with other specified documents) the terms of the Contract resulting from this procurement. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the State will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the State’s needs as described in the IFB. Except as specifically stated in the IFB, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the State exercising its discretion to reject a bid in its entirety. 4.0 REQUIREMENTS This Section lists the requirements related to this IFB. By submitting a bid, the Vendor agrees to meet all stated requirements in this Section, as well as any other specifications, requirements, and terms and conditions stated in this IFB. If a Vendor is unclear about a requirement or specification, or believes a change in a requirement would allow for the State to receive a better bid, the Vendor is encouraged to submit these items in the form of a question during the question and answer period in accordance with the Bid Questions Section above. 4.1 PRICING Bid price shall constitute the total cost to the State for delivery fully assembled and ready for use, including all applicable charges for shipping, delivery, handling, administrative and other similar fees. Complete ATTACHMENT A: PRICING FORM and include in Vendor’s response. Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 10 4.2 PRODUCT IDENTIFICATION MAKE AND MODEL Manufacturer’s name and model/catalog numbers used in this IFB are for the sole purpose of identification and to establish general quality level desired. Such references are not intended to be restrictive and comparable products of other manufacturers will be considered. However, Vendors are cautioned that any deviation from the specifications of the identified item are required to be pointed out in its bid. Vendor shall include with its bid sufficient documentary evidence to demonstrate the qualitative, functional, operational, organizational and conformational equivalence of the bid item to the identified item. 4.3 TRANSPORTATION AND IDENTIFICATION The Vendor shall deliver Free-On-Board (FOB) Destination to any requested location within the State of North Carolina with all transportation costs and fees included in the total bid price. When an order is placed using a purchase order, the purchase order number shall be shown on all packages and shipping manifests to ensure proper identification and payment of invoices. If an order is placed without using a purchase order, such as via phone, the Buyer’s name shall be show on all packages. A complete packing list shall accompany each shipment. Vendors shall not ship any products until they have received an order. 4.4 DELIVERY The Vendor shall deliver Free-On-Board (FOB) Destination to the following location(s): Fayetteville Technical Community College Attn: Kelly Gold (CUH377K) (910)678-8507 2204 Hull Road Fayetteville, NC 28303 Vendor should complete delivery within 180 consecutive calendar days after receipt of purchase order. Specify if delivery is expected to be longer than the requested time period. For completion by Vendor: Delivery will be made from __________________________________________ (city, state) within _____ consecutive calendar days after receipt of purchase order. Promptness of delivery may be used as a factor in the award criteria. 4.5 DELIVERY NOTIFICATION FTCC shall be notified 72 hours prior to delivery of any items so that personnel may be available to inspect the Food Truck. Notification shall be made to: Kelly Gold or Nicole Knotts (910)678-8507. 4.6 QUALITY ACCEPTANCE INSPECTION It is the responsibility of the receiving agency to inspect all materials, supplies, and equipment upon delivery to insure compliance with the contract requirements and specifications. INVOICES MAY NOT BE PAID BY THE USING AGENCY UNTIL AN INSPECTION HAS OCCURRED AND THE GOODS ACCEPTED. 4.7 FINAL INSPECTION At the conclusion of the inspection, the Vendor shall demonstrate to the FTCC Representative that the Food Truck is fully operational and in compliance with the contract specifications and Cumberland County codes. Any deficiencies shall be promptly and permanently corrected by the Vendor at the Vendor’s sole expense prior to final acceptance of work. Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 11 4.8 MAINTENANCE MANUAL The Vendor shall provide with each piece of equipment an operations and maintenance manual with wiring diagrams, parts list, and a copy of all warranties. 4.9 AUTHORIZED RESELLER The Vendor shall be authorized by the manufacturer to distribute or resell the products and/or maintenance offered in this IFB. The Vendor shall provide a signed statement from the manufacturer confirming authorization upon request from the agency. Failure to provide this statement shall constitute sufficient grounds for rejection of Vendor’s offer, at the discretion of the State. Vendor is the: Manufacturer Dealer Reseller Distributor Authorized: Yes No Attached Manufacturer’s Authority: Yes No 4.10 WARRANTY Manufacturer’s standard warranty shall apply. Vendors shall include a copy of the manufacturer’s standard warranty with the bid response. Vendor warrants that all equipment furnished under this IFB will be newly manufactured, of good material and workmanship. The warranty will apply from date equipment is put into operation for a minimum period of twelve (12) months or the length of the manufacturer’s warranty, whichever is longer. Such warranty shall cover the cost of all defective parts replacement, labor, freight, and technicians’ travel at no additional cost to the State, or as specified by the Purchasing Agency herein. To the extent not superseded by the terms of this paragraph, manufacturer’s warranty terms shall apply. Vendor’s warranty shall be at least the level of coverage provided for its comparable customers. The report of a problem does not presuppose that every call must result in an “on-site” visit for service/repair. The Vendor and/or service sub-contractor shall utilize best efforts to resolve problems in a timely fashion by using acceptable servicing methods to include, but not limited to, verbal problem analysis and remote diagnosis. The warranty requirement does not impose any additional duty on the State to make other than normal and good faith problem resolution efforts or expenditures of time. Vendor shall be responsible for compliance with warranty terms by any third-party service provider. Vendor shall provide contact information for warranty service provider, below. Vendor is authorized by manufacturer to repair equipment offered during the warranty period? YES NO Will the Vendor provide warranty service? YES NO, a manufacturer-authorized third party will perform warranty service. Contact information for warranty service provider: Company Name: _______________________________________________ Company Address: _____________________________________________ _____________________________________________ Contact Person (name): _________________________________________ Contact Person (phone number): __________________________________ Contact Person (email): _________________________________________ 4.11 DESCRIPTIVE LITERATURE DESCRIPTIVE LITERATURE/CERTIFICATION Each bid shall be accompanied by complete descriptive literature, specifications, certifications, and all other pertinent data necessary for thorough evaluation of the item(s) offered and sufficient to determine compliance of the item(s) with the specifications. Failure to include such information to shall be a sufficient basis for rejection of the bid. Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 12 4.12 HUB PARTICIPATION Pursuant to North Carolina General Statute G.S. 143-48, it is State policy to encourage and promote the use of small, minority, physically handicapped, and women contractors in purchasing Goods and Services. As such, this IFB will serve to identify those Vendors that are minority owned or have a strategic plan to support the State’s Historically Underutilized Business program by meeting or exceeding the goal of 10% utilization of diverse firms as 1st or 2nd tier subcontractors. Vendor shall complete ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION. 4.13 REFERENCES Vendors shall provide at least three (3) references, using ATTACHMENT E: CUSTOMER REFERENCE FORM, for which your company has supplied the exact model of equipment offered. The State may contact these users to determine quality level of the offered equipment; as well as, but not limited to user satisfaction with Vendor performance. Information obtained may be considered in the evaluation of the bid. 4.14 VENDOR’S REPRESENTATIONS If the bid results in an award, Vendor agrees that it will not enter any agreement with a third party that may abridge any rights of the State under the Contract. If any Services, deliverables, functions, or responsibilities not specifically described in this solicitation are required for Vendor’s proper performance, provision and delivery of the Service and deliverables under a resulting Contract, or are an inherent part of or necessary sub-task included within such service, they will be deemed to be implied by and included within the scope of the contract to the same extent and in the same manner as if specifically described in the Contract. Unless otherwise expressly provided herein, Vendor will furnish all of its own necessary management, supervision, labor, facilities, furniture, computer and telecommunications equipment, software, supplies and materials necessary for the Vendor to provide and deliver the Services and/or other Deliverables. 4.15 FINANCIAL STABILITY As a condition of contract award, the Vendor must certify that it has the financial capacity to perform and to continue to perform its obligations under the Contract; that Vendor has no constructive or actual knowledge of an actual or potential legal proceeding being brought against Vendor that could materially adversely affect performance of this Contract; and that entering into this Contract is not prohibited by any contract, or order by any court of competent jurisdiction Each Vendor shall certify it is financially stable by completing the ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential performance issues from Contracting with a Vendor that is financially unstable. This Certification shall be deemed continuing, and from the date of the Certification to the expiration of the Contract, the Vendor shall notify the State within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certification. 4.16 AGENCY INSURANCE REQUIREMENTS MODIFICATION A. Default Insurance Coverage from the General Terms and Conditions applicable to this Solicitation: ☐ Small Purchases ☒ Contract value in excess of the Small Purchase threshold, but up to $1,000,000.00 ☐ Contract value in excess of $1,000,000.00 Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 13 5.0 PRODUCT SPECIFICATIONS SPECIFICATIONS The attached specifications and requirements are drawn around product with the State has evaluation and determined that the size, construction, design layout, special features and performance are necessary. Vendors are requested to offer only comparable Food Truck which will provide the features and performance needed and implied. VENDOR’S RESPONSE Item # Bid Specifications Custom Type Culinary Food Truck; 24’ 2021 or later Ford F-59 – Step Van or Functional Equivalent. VENDOR’S RESPONSE QTY 1. New 2021 or later Ford F-59 Step Van--24 ft. with Backup Camera Passenger Jump Seat Audio System YES NO 1 2. WINDOWS: Standard window operation YES NO 1 3. DOOR LOCKS: Standard door locking mechanism YES NO 1 4. CAB SEATS: There shall be adjustable OEM high back cloth covered bucket type seas with inboard arm rests for both driver and passenger seating positions. YES NO 2 5. CAB INTERIOR COLOR: The interior of the cab shall be black or standard color YES NO 1 6. Rear Tow Hitch with Electrical Connections YES NO 1 7. Rear Entry Locking Swing Door with Screen 36" Wide. Doors entering prep space will be self-closing YES NO 1 8. 72" x 36" Serving Window Tempered-Glass Sliders and Screens with Locking Security Awning Cover YES NO 1 9. Brushed stainless steel walling throughout entire truck interior YES NO 1 10. Brushed Stainless Steel Ceiling YES NO 1 11. FLOORING: Textured Epoxy Flooring Choice of Color YES NO 1 12. ELECTRICAL: Electrical System Interior Outlets Throughout/Interior Breaker Box YES NO 3 13. Interior LED Lighting Fixtures. To meet Cumberland County lighting requirements (50 foot candles/lux) YES NO 2 14. Propane System (2) 100 lb. Propane Tanks Regulator Fill- Access Panel (Propane should be on the back of the mobile food unit. Attached with security cage) YES NO 2 15. - Exterior LED Spot Lights YES NO 2 Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 14 16. Diesel Generator: Onan 12,000 Watt Diesel Generator Set Fully enclosed with locking access-panel. Remote start installed in cab of truck for the generator 18G Diesel Fuel Tank and Fill-Access Panel. Includes a 4A 20BC fire extinguisher per NFPA 96, Section 11.7.5. YES NO 1 17. TRANSFER SWITCH: Electrical Transfer Switch/Shore Power Inlet 25 ft. Shore Power Cord (50amp/220v) Wall Receptacle (To be installed at commissary) YES NO 1 18. HOOD SYSTEM: Commercial grade stainless steel hood--10 ft. Grease filters, pan, and lighting in accordance with NFPA 17 or 17A YES NO 1 19. EXHAUST FAN: Commercial grade stainless steel exhaust fan YES NO 2 20. FIRE SUPPRESSION SYSTEM: Certified Fire Suppression System Class K 6 liter Fire Extinguisher YES NO 1 21. WINTERIZATION PACKAGE: Water Tank Heater for Fresh Water Tank To prevent water tanks from freezing in cold temperatures Wattco Screw plug Immersion Heater with Thermostat Control Pipe Tracing Heat Cable YES NO 1 Item # Bid Specifications Onboard Commercial Equipment match make & model number or functional equivalent VENDOR’S RESPONSE QTY 1. SINK SET UP: 3 Compartment deli/convenience store sink with (2) drainboards Tub Size: 10" x 14" 10" Separate hand wash sink with backsplash. 42 Gal. fresh water tank and 50 Gal. waste water tank with 6-Gallon Point-of-Use Indoor Electric Mini-Tank Water Heater. Faucets, plumbing fixtures, and hoses (waste & fresh water hoses will not be the same color) Water pump Z- Fold Paper Towel Dispenser Fresh water intake cover/Waste Drain Valve. Plumbing that should be on the outside should be waste water out running from beneath the mobile food unit with a shut off valve. No other plumbing fixture or piping should be exposed. Hand soap dispenser will be provided by FTCC. YES NO 1 2. GRIDDLE: 36" Flat Grill Radiance TAMG-36 or functional equivalent YES NO 1 3. GRILL: 24" Char Broiler Radiance TARB-24 or functional equivalent YES NO 1 4. RANGE: 4-Burner Range with Oven Below Radiance TAR-4 or functional equivalent YES NO 1 5. 35/50 FRYER: Double Basket Fryer Pitco 40D **Preferable at the end of hood area** or functional equivalent YES NO 1 6. Drop-In Fry Dump Single Pan **Next to fryer. Preferable outside of hood area YES NO 1 7. SANDWICH PREP: Refrigerated Sandwich Prep Valpro VP29S-HC or functional equivalent YES NO 1 8. REFRIGERATION: Reach-In Refrigerator Valpro VP1R- HC or functional equivalent YES NO 2 9. REFRIGERATION: 60" Refrigerated Chef Base Avantco CBE-60-HC **Under Flat Grill and Char Grill**or functional equivalent YES NO 1 Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 15 10. FREEZER: Reach-In Freezer Valpro VP1F or functional equivalent YES NO 1 11. HOT HOLDING: Humidified Holding Cabinet Avantco HEAT-1836 or functional equivalent YES NO 1 12. STEAM TABLE: 2-Pan Steam Table—LP Eagle Group HT2 or functional equivalent YES NO 1 13. ICE STORAGE: Undercounter Space for Customer Provided Rolling Ice Bin Winco 11C-29 or functional equivalent YES NO 1 14. WORK/PREP TABLE: Commercial Grade Stainless Steel Fabrication YES NO 4 15. TRASH: Trash Hole Cutout in Work Table To the right of sinks YES NO 1 16. Stainless Steel Cabinets Custom Fabricated and Designed All Available Undercounter Spaces 22’ YES NO 1 17. SHELVING: OVERHEAD SHELVING: Stainless steel shelving 4' overhead with 1" lip. 48” Long YES NO 4 18. SHELVING: Small Shelf with 1" Lip **Above Fryer YES NO 1 19. AIR CIRCULATION: Wall-Mounted Fan YES NO 2 Item # Bid Specifications Exterior specs or functional equivalent VENDOR’S RESPONSE QTY 1. SERVING COUNTER: Exterior Drop-Down Serving Counter 6' - Aluminum YES NO 1 2. TV PACKAGE/MENU BOARD: 43” TV for Exterior Display Mounted Behind Tempered-Glass Window Audio Receiver/Bluetooth (2) Flush Exterior Speakers YES NO 1 3. EXTERIOR AWNING: Manual control fabric roll-out awning--22 ft. Extends up to 8'; Color: TBD. Note: remote control awning will be acceptable with standard warranty and replacement parts that are readily available. YES NO 1 4. TRUCK WRAP: Full Vinyl Truck Wrap includes all four sides not including the roof. Includes template, printing, & installation. All graphics designs must have final approval from an authorized FTCC representative before production. Artwork will be provided to vendor upon contract award. YES NO 1 5. Portable Folding Ramp 9 ft. Undermount. Pull out YES NO 1 Item # Bid Specifications Miscellaneous features or functional equivalent VENDOR’S RESPONSE QTY 1. Rear Entrance Handles Right Handle on Truck Exterior Left Handle on Truck Interior YES NO 2 2. Glove Dispenser Rack Above Hand Sink – 4 slats for 4 sizes YES NO 1 Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 16 3. Wifi Router Cradlepoint COR IBR1100 Hardware and Pre-Programming for Service (Service Activation To Be Provided By Customer) YES NO 1 4. Rear Entry Step Slide-In/Slide Out YES NO 1 5. Hooks/Straps for Catering Carts Locations TBD YES NO 4 6. (2) Exterior Dual Outlets Passenger Side YES NO 1 Item # Bid Specifications Design / Installation / Fabrication / Labor VENDOR’S RESPONSE QTY 1. Custom Design Service/CAD Drawings (Floor Plan and Elevations Diagram) Unlimited Revisions YES NO 1 2. Installation of Outlets, Wiring, Breaker Box, and Testing YES NO 1 3. Installation of Generator, Generator Housing, Locking Access Panel, Remote Start, Fuel Connections, and Testing YES NO 1 4. Installation of Sinks, Fresh/Waste Tanks, Water Heater, Piping, and Testing YES NO 1 5. Installation of Propane System, Black Pipe, Regulator(s), Tanks Enclosure(s) and Testing YES NO 1 6. Metal Work, Design, and Installation YES NO 1 7. Installation of Equipment, Testing, and Miscellaneous YES NO 1 8. Delivery to FTCC Full Vehicle Gas Tank Upon Delivery Full Generator Diesel Tank Upon Delivery YES NO 1 **Floor Plan and Elevations Diagram will be required after contract award and prior to production. All drawings must be approved by FTCC personnel. **Artwork for full vinyl truck wrap will be provided after contract award. 5.2 CERTIFICATION AND SAFETY LABELS All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization; such as the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and /or National Electrical Manufacturers’ Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type of device offered and furnished. Further, all items furnished shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. FTCC Food Truck - Top View Front / C abR ea r Work Space Steam Table Charbroiler 24” Flat Grill 36” 4 Eye Range Fryer Fry Dump Deli Case Heating Cabinet Freezer Cooler Cooler Work Space Service Window Trash Hand Sink 3-Comp Sink Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 17 5.3 DEVIATIONS The nature of all deviations from the Specifications listed herein shall be clearly described by the Vendor. Otherwise, it will be considered that items offered by the Vendor are in strict compliance with the Specifications provided herein, and the successful Vendor shall be required to supply conforming goods. Deviations shall be explained in detail below or on an attached sheet. However, no implication is made or intended by the State that any deviation will be acceptable. Do not list objections to the North Carolina General Terms and Conditions in this section. ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ 6.0 CONTRACT ADMINISTRATION All Contract Administration requirements are conditioned on an award resulting from this solicitation. This information is provided for the Vendor’s planning purposes 6.1 PROJECT MANAGER AND CUSTOMER SERVICE The Vendor shall be required to designate and make available to the State a project manager. The project manager shall be the State’s point of contact for Contract related issues and issues concerning performance, progress review, scheduling, and service. 6.2 POST AWARD PROJECT REVIEW MEETINGS The Vendor, at the request of the State, shall be required to meet monthly with the State for Project Review meetings. The purpose of these meetings will be to review project progress reports, discuss Vendor and State performance, address outstanding issues, review problem resolution, provide direction, evaluate continuous improvement and cost saving ideas, and discuss any other pertinent topics. 6.3 CONTINUOUS IMPROVEMENT The State encourages the Vendor to identify opportunities to reduce the total cost the State. A continuous improvement effort consisting of various ideas to enhance business efficiencies as performance progresses. 6.4 INVOICES Vendor shall invoice the Purchasing Agency. The standard format for invoicing shall be Single Invoices meaning that the Vendor shall provide the Purchasing Agency with an invoice for each order. Invoices shall include detailed line item information to allow Purchasing Agency to verify pricing at point of receipt matches the correct price from the original date of order. At a minimum, the following fields shall be included on all invoices: Vendor’s Billing Address, Customer Account Number, NC Contract Number, Order Date, Buyer’s Order Number, Manufacturer Part Numbers, Vendor Part Numbers, Item Descriptions, Price, Quantity, and Unit of Measure. INVOICES MAY NOT BE PAID UNTIL AN INSPECTION HAS OCCURRED AND THE GOODS ACCEPTED. 6.5 DISPUTE RESOLUTION During the performance of the Contract, the Parties agree that it is in their mutual interest to resolve disputes informally. Any claims by the Vendor shall be submitted in writing to the State’s Contract Manager for resolution. Any claims by the State shall be submitted in writing to the Vendor’s Project Manager for resolution. The Parties shall agree to negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under this Contract. The Parties will agree on a reasonable amount of time to resolve a dispute. If a dispute cannot be resolved between the Parties within the agreed upon period, either Party Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 18 may elect to exercise any other remedies available under the Contract, or at law. This provision, when agreed in the Contract, shall not constitute an agreement by either party to mediate or arbitrate any dispute. 6.6 PRODUCT RECALL Vendor expressly assumes full responsibility for prompt notification to the Buyer listed on the face of this IFB of any product recall in accordance with the applicable state or federal regulations. The Vendor shall support the State, as necessary, to promptly replace any such products, at no cost to the State. 6.7 CONTRACT CHANGES Contract changes, if any, over the life of the Contract shall be implemented by contract amendments agreed to in writing by the State and Vendor. The remainder of this page is intentionally left blank Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 19 7.0 ATTACHMENTS ATTACHMENT A: PRICING Item # QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE 1 1 Each Custom Type Culinary Food Truck; 24’ Ford F-59 – Step Van or Functional Equivalent per Section 5.1 - Specifications Make: _____________________ Model: _____________________ Year:_______________________ $________________ $__________________ TOTAL EXTENDED PRICE: $ ______________ • Floor Plan and Elevations Diagram will be required after contract award and prior to production. All drawings must be approved by FTCC personnel. • Artwork for full vinyl truck wrap will be provided after contract award. • The Custom Food Truck must meet or exceed the applicable Cumberland County NC Health Department Guidelines for Mobile Food Units. The State permit will validate the Mobile Food Unit has meets 4-1 4-2 of the food code and all equipment meets the American National Standard Institute (ANSI) for equipment. OPTIONAL ITEM: NOT FOR EVALUATION PURPOSES, TO BE PURCHASED AT THE DISCRETION OF THE STATE. Item # QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE 1 1 Each Electrical upgrade for windows and door locks $________________ $__________________ ATTACHMENT B: INSTRUCTIONS TO VENDORS The Instructions to Vendors, which are incorporated herein by this reference, may be found here: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2021.pdf ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS The North Carolina General Terms and Conditions, which are incorporated herein by this reference, may be found here: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_11.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_11.2021.pdf Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 20 ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION Historically Underutilized Businesses (HUBs) consist of minority, women, and disabled business firms that are at least fifty-one percent owned and operated by an individual(s) from one of these categories. Also included in this category are disabled business enterprises and non-profit work centers for the blind and severely disabled. Pursuant to G.S. 143B-1361(a), 143-48 and 143-128.4, the State invites and encourages participation in this procurement process by businesses owned by minorities, women, the disable, disabled business enterprises, and non-profit work centers for the blind and severely disabled. This includes utilizing individual(s) from these categories as subcontractors to perform the functions required in this Solicitation. The Vendor shall respond to questions below, as applicable. PART I: HUB CERTIFICATION Is Vendor a NC-certified HUB entity? ___Yes ___ No If yes, provide Vendor #: __________________________ If no, does Vendor qualify for certification as HUB? ____Yes ____No Vendors that check “yes” will be referred to the HUB Office for assistance in acquiring certification. PART II: PROCUREMENT OF GOODS - SUPPLIERS For Goods procurements, are you using Tier 2 suppliers? ___Yes ___No If yes, then provide the following information: Company Name Company Address Website Address Contact Name Contact Email Contact Phone NC HUB certified? Percent of total bid price Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 21 PART III: PROCUREMENT OF SERVICES - SUBCONTRACTORS For Services procurements, are you using Subcontractors to perform any of the services being procured under this solicitation? ____Yes ____No If yes, then provide the following information Company Name Company Address Website Address Contact Name Contact Email Contact Phone NC HUB certified? Percent of total bid price Need more information? Questions concerning the completion of this form should be presented during the Q&A period through the process defined in the Solicitation document. Questions concerning NC HUB certification, contact the North Carolina Office of Historically Underutilized Businesses at 984-236-0130 or huboffice.doa@doa.nc.gov mailto:huboffice.doa@doa.nc.gov Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 22 ATTACHMENT E: CUSTOMER REFERENCE FORM Instructions: Vendor shall use this template to submit three (3) customer references with its offer. Name of Customer Organization: Customer Reference Name: Customer Reference Address: Customer Reference Email: Start Date: End Date: Explanation of contract, service agreement, or type of products and quantity provided to the organization: Name of Customer Organization: Customer Reference Name: Customer Reference Address: Customer Reference Email: Start Date: End Date: Explanation of contract, service agreement, or type of products and quantity provided to the organization: Name of Customer Organization: Customer Reference Name: Customer Reference Address: Customer Reference Email: Start Date: End Date: Explanation of contract, service agreement, or type of products and quantity provided to the organization: Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 23 ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR In accordance with NC General Statute 143-59.4, the Vendor shall detail the location(s) at which performance will occur, as well as the manner in which it intends to utilize resources or workers outside of the United States in the performance of The Contract. Vendor shall complete items a) and b) below. If “YES”: 1, List the location(s) outside the United States where work under The Contract will be performed by the Vendor, any sub-Contractors, employees, or other persons performing work under the Contract: 2. Specify the manner in which the resources or workers will be utilized: b) Where, within the U.S., will work be performed?___________________________________________________________________________ ______ a) Will any work under this Contract be performed outside the United States? YES NO NOTES: 1. The State will evaluate the additional risks, costs, and other factors associated with the utilization of workers outside the United States prior to making an award. 2. Vendor shall provide notice, in writing to the State, of the relocation of the Vendor, employees of the Vendor, sub-Contractors of the Vendor, or other persons performing services under the Contract to a location outside of the United States. 3. All Vendor or sub-Contractor personnel providing call or contact center services to the State of North Carolina under the Contract shall disclose to inbound callers the location from which the call or contact center services are being provided. Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 24 ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION The undersigned hereby certifies that: [check all applicable boxes] ☐ The Vendor is in sound financial condition and, if applicable, has received an unqualified audit opinion for the latest audit of its financial statements. Date of latest audit: ____________________ (If no audit within past 18 months, explain reason below.) ☐ The Vendor has no outstanding liabilities, including tax and judgment liens, to the Internal Revenue Service or any other government entity. ☐ The Vendor is current in all amounts due for payments of federal and state taxes and required employment- related contributions and withholdings. ☐ The Vendor is not the subject of any current litigation or findings of noncompliance under federal or state law. ☐ The Vendor has not been the subject of any past or current litigation, findings in any past litigation, or findings of noncompliance under federal or state law that may impact in any way its ability to fulfill the requirements of this Contract. ☐ He or she is authorized to make the foregoing statements on behalf of the Vendor. Note: This shall constitute a continuing certification and Vendor shall notify the Contract Lead within 30 days of any material change to any of the representations made herein. If any one or more of the foregoing boxes is NOT checked, Vendor shall explain the reason(s) in the space below. Failure to include an explanation may result in Vendor being deemed non- responsive and its submission rejected in its entirety. _________________________________________ _______________________________ Signature Date _________________________________________ _______________________________ Printed Name Title [This Certification must be signed by an individual authorized to speak for the Vendor] Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 25 ATTACHMENT H: VENDOR REQUEST FOR EO50 PRICE-MATCHING Pursuant to G.S. 143-59 and Executive Order No. 50 (2010), a North Carolina resident Vendor may receive the opportunity to obtain a contract award by agreeing to match the final price(s) of the lowest Vendor, if the lowest price is offered by a non-resident Vendor. This opportunity arises when a North Carolina resident Vendor offers a price that is within five percent (5%) or $10,000 (whichever is less) of the non-resident Vendor’s overall lowest price. Requesting a price matching opportunity below does not require a resident Vendor to match the lowest price in the event the Vendor qualifies for the opportunity. The following sections shall be completed if a resident Vendor is requesting a price matching opportunity: PART I – EO50: Resident Bidder Determination Vendor shall check the applicable boxes below. In order to be considered for the price-matching opportunity under Executive Order #50 and G.S. 143-59(c)(1), Vendor must meet the definition of a “Resident Bidder”. By submitting this form with the proposal, the Vendor certifies that: it has paid unemployment taxes to the State of North Carolina for the most recent quarter or annually, and has specifically done so for the last such payment period. it has paid income taxes to the State of North Carolina each calendar quarter, or otherwise annually, and has specifically done so for the last such payment period. PART II – EO50 I certify that the Vendor’s principal place of business is located in North Carolina. Principal place of business is defined as the principal place from which the trade or business of the bidder is directed or managed. A. Provide address of principal place of business: _____________________________ Street Address (no P.O. Box number) _____________________________ City, State, Zip Code Is the above address the location of Vendor’s overall headquarters? YES NO If Vendor has a public website, provide the link/address: B. ATTACH A COPY OF VENDOR’S MOST RECENT FILINGS WITH THE NORTH CAROLINA SECRETARY OF STATE (such as Vendor’s Certificate of Authority, Annual Report or such other filing that discloses a North Carolina business address for the Vendor). OR (check the box below) Vendor certifies that its business is not required to make filings with the North Carolina Secretary of State. If box is not checked, state reason why no filings are required: ________________________________________________________. Bid Number: 96-2301V2 Vendor: ____________________________________ Ver: 11/2021 26 *** Failure to Return the Required Attachments May Eliminate Your Response from Further Consideration *** NOTICE: The Price Matching Opportunity will only be given to a Vendor that fully completes this attachment (i.e., all information shall be provided, all supporting documents shall be attached, and signature from an authorized representative of the Vendor shall be provided) and demonstrates its qualification for the Price Matching Opportunity. A certification shall be submitted with each bid for which Vendor seeks a price matching opportunity. Certification of ___________________________________________ (name of resident Vendor). The undersigned hereby certifies that he or she has read this certification, that all information provided in Part I and Part II above is true and accurate and that he or she is an officer, member, partner, owner, or other such managing employee of the Vendor (the “Authorized Representative”) that is authorized to execute this certification and to bind the Vendor to the certifications, statements, and agreements herein. Name of Authorized Representative: ____________________________________________ Signature: ____________________________________________ Title: _____________________________________________ Date: ____________________________________________

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Truck and Custom Build Box

Due: 13 May, 2024 (in 18 days)Agency: Department of Public Works and Government Services (PSPC)

ADA COMPLIANT VANS, MINIVANS, & SPECIALTY VEHICLES (I.E., ADA WALK-IN STEP

Due: 30 Jan, 2027 (in about 2 years)Agency: Department of Enterprise Services

48 LRS ADR Aviation Refueler Trucks

Due: 13 May, 2024 (in 18 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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