Medical Supplies

expired opportunity(Expired)
From: Knox(County)
3430

Basic Details

started - 20 May, 2023 (11 months ago)

Start Date

20 May, 2023 (11 months ago)
due - 06 Jul, 2023 (9 months ago)

Due Date

06 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
3430

Identifier

3430
Knox County

Customer / Agency

Knox County
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.

1 The Procurement Division of Knox County, Tennessee will receive sealed bids for the provision of Medical Supplies as specified herein. Bids must be received by 2:00 p.m. Local Time on July 6, 2023. Late bids will neither be considered nor returned. Deliver Bids To: Bid Number 3430 Knox County Procurement Division Suite 100 1000 North Central Street Knoxville, Tennessee 37917 The Bid Envelope must show the Company Name, Bid Number, Bid Name & Bid Opening Date. SECTION I GENERAL TERMS AND CONDITIONS 1.1 ADDITIONAL INFORMATION: Knox County wants requests for additional information routed to Todd Hickman, Buyer, at 865-215-5603. Questions may be emailed to todd.hickman@knoxcounty.org. If you have not heard from the Buyer in a reasonable amount of time, please call for further assistance. Information about the Knox County Procurement Division and current bids may be obtained on the internet at
href="http://www.knoxcounty.org/Procurement." target="_blank">www.knoxcounty.org/Procurement. Information about the Knox County Procurement Division and current solicitations may be obtained on the Internet at www.knoxcounty.org/Procurement 1.2 ACCEPTANCE: Vendors shall hold their price firm and subject to acceptance by Knox County for a period of sixty (60) business days from the date of the bid opening, unless otherwise indicated in their bid. 1.3 ALTERNATIVE BIDS: Knox County will not accept alternate bids (those not equal to specifications) unless authorized by the Invitation for Bid. 1.4 AUDIT HOTLINE: Knox County has established an Audit Hotline to report potential fraud and waste. To report potential fraud, waste or abuse, please call or 1-866-858-4443 (toll-free). You can also file a report online by accessing http://www.knoxcounty.org/hotline/index.php. Vendors are hereby cautioned that this Audit Hotline does not replace the Award Protest Procedures found in Section VI, Item M of the Knox County Procurement Regulations. 1.5 AWARD: Award will be made to the most responsive, responsible bidder meeting specifications which presents the product or service that is in the best interest of Knox County. Knox County reserves the right to award this bid on an all-or-none basis, line-item basis or schedule basis. Knox County reserves the right to make a multiple award. Knox County also reserves the right to not award this bid. The evaluation criteria are listed herein. 1.6 BID DELIVERY: Knox County requires respondents, when hand delivering submittals, to time and date stamp the envelope before depositing it in the bid box. Knox County will not be responsible for any lost or misdirected mail sent by common carrier, nor will Knox County be responsible for submittals delivered to addresses or suites other than the delivery address and suite specified at the top of this solicitation. The time clock in the Procurement Division shall serve as the official record of time. Solicitations must be in a sealed envelope/box prior to entering the Procurement Division office. Procurement Division personnel are not allowed to see the submittal nor assist in placing documents in an envelope/box. Additionally, the Procurement Division is not responsible for providing materials (e.g. envelopes, boxes, tape) for submittals. 1.7 BIDS REQUESTED ON BRANDS OR EQUAL: Unit price bids are requested on products that equal or exceed the quality and performance of the brands and model numbers listed. References to brand names, trade names, model numbers or other descriptions particular to specific brand products are made to establish a required level of quality and functional capabilities and are not intended to exclude other products of that level. Comparable products of other manufacturers will be considered if proof of comparability is contained in the bid. It shall be the responsibility of the bidders, including bidders whose product is referenced; to furnish with the bid such http://www.knoxcounty.org/purchasing http://www.knoxcounty.org/hotline/index.php 2 specifications, catalog pages, brochures or other data as will provide an adequate basis for determining the quality and functional capabilities of the product offered. Failure to provide this data may be considered valid justification for rejection of bid. 1.8 BUSINESS OUTREACH PROGRAM: Knox County has established a Disadvantaged Business Program which has the responsibility of increasing opportunity for small, minority and women owned businesses. This is being accomplished through community education programs, policy edification, active recruitment of interested businesses and process re-engineering. Knox County is committed to ensuring full and equitable participation for all disadvantaged businesses. Knox County welcomes submittals from those disadvantaged businesses that have an interest in providing goods and/or services listed herein. In addition, Knox County strongly encourages the inclusion of disadvantaged businesses by non-disadvantaged Contractors who may wish to partner or subcontract portions of this agreement in order to accomplish the successful delivery of goods and/or services. If you are a disadvantaged business and would like additional information about our Disadvantaged Business Program, please contact: Diane Woods, CPPB, Business Outreach Administrator Knox County Procurement Telephone: 865.215.5760 Fax: 865.215.5778 E-Mail: diane.woods@knoxcounty.org 1.9 CLOSURES: During periods of closure due to unforeseen circumstances in Knox County or closures at the direction of the Knox County Mayor, the Procurement Division will enact the following procedures in regards to solicitations and closures: • If the Mayor closes the Administrative offices prior to the time set for solicitation opening of any business day, all solicitations due that same day will be moved to the next operational business day. • Other unforeseen circumstances shall be at the sole discretion of the Procurement Director. • Knox County shall not be liable for any commercial carrier’s decision regarding deliveries during any unforeseen circumstances. 1.10 CONFLICT OF INTEREST: Vendors must have read and complied with the “non-conflict of interest" statement provided in the vendor registration process prior to the opening of this solicitation. 1.11 COPIES: Knox County requires that bids be submitted as one (1) marked original and one (1) exact copy. No copies are needed with an electronic bid response. 1.12 DELIVERY: Vendors must state the delivery time in their bids. Knox County requires that vendors deliver all products “free on board” destination. 1.13 DECLARATIVE STATEMENTS: Any statement or words (e.g.: must, shall, will) are declarative statements and the vendor must comply with the condition. Failure to comply with any such condition will result in the bid being considered non-responsive and disqualified. 1.14 DESCRIPTIVE LITERATURE: Vendors, if bidding other than specified, must clearly identify the manufacturer and the specifications, to which they are submitting. Vendors must also provide descriptive literature with their bid. 1.15 ELECTRONIC TRANSMISSION OF BIDS: Knox County's Procurement Division will accept, and strongly encourages, electronically transmitted bids through the County’s online Procurement system. Facsimile and email submission are strictly prohibited. Knox County shall not be responsible for technical difficulties experienced by vendors trying to register or submit their bid electronically less than twenty-four (24) hours prior to the bid opening time. 1.16 HOW TO DO BUSINESS: Knox County utilizes a web-based Procurement software system, “KnoxBuys”. The system provides our clients (vendors, county departments and the citizens of Knox County) with a more enhanced and end-user friendly means of accessing our services. The system allows for on-line vendor registration and maintenance, electronic receipt of purchase orders, on-line retrieval and submittal of quotes, bids and proposals for our vendor-clients and on-line requisitioning and receiving for our county departments. In order for the County to mailto:diane.woods@knoxcounty.org 3 maximize its investment and minimize the cost associated with office operations we need your help. When doing business with Knox County we are urging you to please go to our website at www.knoxcounty.org/procurement, register as a vendor in our on-line Procurement system, “KnoxBuys,” if you have not done so and whenever possible to conduct your business with the County through this site. If you have any questions, please contact the Procurement Division Representative listed in section 1.1 of this document. 1.17 INCURRED COSTS: Knox County will not be responsible for any costs incurred by the bidder in the preparation of their bid. 1.18 MULTIPLE BIDS: Knox County will consider multiple bids that meet specifications. 1.19 NON-COLLUSION: Bidders, by submitting a signed bid, certify that the accompanying bid is not the result of, or affected by, any unlawful act of collusion with any other person or company engaged in the same line of business or commerce, or any other fraudulent act punishable under Tennessee or United States law. 1.20 PAYMENT METHOD: Knox County utilizes two (2) methods of placing order for products and/or services. The first is the use of Purchase Orders. These Purchase Orders will be issued from the Knox County Procurement Division via the method selected by the vendor during registration. The Purchase Order will detail the quantity, specific item(s) and the contracted price for each item. The second method is the use of the Knox County Credit Card (Visa). Orders placed with the card will list the same information as the Purchase Order. Vendors will be given the card information and approval to process the transaction by the requesting department. Vendors must indicate in their bid response if the vendor will accept Knox County’s Credit Card (VISA) as a form of payment. Bidders are prohibited to charge Knox County any type of merchant fee from their financial institution to accept this type of payment. 1.21 POSSESSION OF WEAPONS: All vendors and their employees and their agents are prohibited from possessing any weapons on Knox County property without prior written consent from the County. In the case of a vendor whose Contract requires possession of firearms or other weapons to successfully complete their Contract, vendor must provide personnel who are bonded to bear said weaponry. 1.22 PROCESSING TIME FOR PAYMENT: Vendors are advised that a minimum of thirty (30) days is required to process invoices for payment. 1.23 PROOF OF FINANCIAL AND BUSINESS CAPABILITY: Vendors must, upon request, furnish satisfactory evidence of their ability to furnish products or services in accordance with the terms and conditions of these specifications. Knox County will make the final determination as to the vendor’s ability. 1.24 RECYCLING: Knox County, in its continuing efforts to lessen the amount of landfill waste and to further recycling efforts, request that bids being submitted on paper shall: • Be submitted on recycled paper • Not include pages of unnecessary advertising • Be made on both sides of each sheet of paper 1.25 RESTRICTIVE OR AMBIGUOUS SPECIFICATIONS: It is the responsibility of the prospective bidder to review the entire IFB (Invitation for Bid) packet and to notify the Procurement Division if the specifications are formulated in a manner that would unnecessarily restrict competition. Any such protest or questions regarding the specifications or bidding procedures must be received in the Procurement Division by 4:00 PM Local Time on June 20, 2023. These requirements also apply to specifications that are ambiguous. 1.26 SIGNING OF BIDS: In order to be considered, all bids must be signed. Please sign the original in blue ink. By signing the bid document, the vendor acknowledges and accepts the terms and conditions stated in the bid document. When submitting electronically, the submission of the bid constitutes the acceptance of all terms and conditions and will legally bind the vendor to the County’s request for goods/services and the vendor’s subsequent response. 1.27 TAXES: Knox County purchases are not subject to taxation. Tax exemption certificates will be provided upon request. http://www.knoxcounty.org/procurement 4 1.28 TITLE VI OF THE 1964 CIVIL RIGHTS ACT: “Nondiscrimination in Federally Assisted Programs”—“No person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance.” 42 U.S.C. Section 2000 et seq. It is the policy of Knox County Government that all its services and activities be administered in conformance with the requirements of Title VI. 1.29 USE OF BID FORMS: Vendors must complete the bid forms contained in the bid package. Failure to complete the bid forms may result in bid rejection. 1.30 VENDOR DEFAULT: Knox County reserves the right, in case of vendor default, to procure the articles or services from other sources and hold the defaulting vendor responsible for any excess costs occasioned thereby. Should vendor default be due to a failure to perform or because of a request for a price increase, Knox County reserves the right to remove the vendor from the County's bidder’s list for twenty-four (24) months. 1.31 VENDOR REGISTRATION: Prior to the opening of this bid, ALL BIDDERS must be registered with the Procurement Division. A vendor application may be submitted online at www.knoxcounty.org/procurement. Select the On-Line Vendor Registration link and complete the forms. Vendors must be registered with the Procurement Division prior to submitting their bid. Knox County shall not be responsible for technical difficulties experienced by vendors trying to register less than twenty-four (24) hours prior to the bid opening time. 1.32 WAIVING OF INFORMALITIES: Knox County reserves the right to waive minor informalities or technicalities when it is in the best interest of Knox County. SECTION II OBLIGATIONS, RIGHTS AND REMEDIES These terms and conditions shall be part of the Contract. Knox County reserves the right to negotiate other terms and conditions it deems appropriate and necessary under the circumstances to protect the public’s trust. 2.1 ALTERATIONS OR AMENDMENTS: No alterations, amendments, changes, modifications or additions to this Contract shall be binding on Knox County without the prior written approval of the County. 2.2 APPROPRIATION: In the event no funds are appropriated by Knox County for the goods or services in any fiscal year, or insufficient funds exist to purchase the goods or services, then the Contract shall expire upon the expenditure of previously appropriated funds or the end of the current fiscal year, whichever occurs first, with no further obligations owed to or by either party. 2.3 ASSIGNMENT: Contractor shall not assign or sub-contract this agreement, its obligations or rights hereunder to any party, company, partnership, incorporation or person without the prior written specific consent of Knox County. 2.4 BOOKS AND RECORDS: Contractor shall maintain all books, documents, accounting records and other evidence pertaining to the goods and services provided under this Contract and make such materials available at its offices at all reasonable times during the Contract period and for five (5) years from the date of the final payment under this agreement for inspection by County or by any other governmental entity or agency participating in the funding of this agreement, or any authorized agents thereof; copies of said records to be furnished if requested. Such records shall not include those books, documents and accounting records that represent the Contractor's costs of manufacturing, acquiring or delivering the products and services governed by this agreement. 2.5 CHILD LABOR: Contractor agrees that no products or services will be provided or performed under this Contract that have been manufactured or assembled by child labor. 2.6 COMPLIANCE WITH ALL LAWS: Contractor is assumed to be familiar with and agrees to observe and comply with all Federal, State, and local laws, statutes, ordinances, and regulations in any manner affecting the provision of goods and/or services, and all instructions and prohibitive orders issued regarding this work and shall obtain all necessary permits. http://www.knoxcounty.org/procurement 5 2.7 DEFAULT: If Contractor fails to perform or comply with any provision of this Contract or the terms or conditions of any documents referenced and made a part hereof, Knox County may terminate this Contract, in whole or in part, and may consider such failure or noncompliance a breach of Contract. Knox County expressly retains all its rights and remedies provided by law in case of such breach; and no action by Knox County shall constitute a waiver of any such rights or remedies. In the event of termination for default, Knox County reserves the right to purchase its requirements elsewhere, with or without competitive bidding. 2.8 GOVERNING LAW; VENUE: This agreement shall be exclusively construed, governed, and controlled by the Laws of the State of Tennessee without regard to principles of law, including conflicts of law, of any other jurisdiction, territory, country, and/or province. Any dispute arising out of or relating to this agreement shall exclusively be brought in the Chancery Court or the Circuit Court of Knox County, Tennessee. Each party consents to personal jurisdiction thereto and waives any defenses based on personal jurisdiction, venue and inconvenient forum. 2.9 INCORPORATION: All specifications, drawings, technical information, Invitation for Bid, Bid, Award and similar items referred to or attached or which are the basis for this Contract are deemed incorporated by reference as if set out fully herein. 2.10 INDEMNIFICATION—HOLD HARMLESS: Contractor shall indemnify, defend, save and hold harmless Knox County, its officers, agents and employees from all suits, claims, actions or damages of any nature brought because of, arising out of, or due to breach of the agreement by Contractor, its subcontractors, suppliers, agents, or employees or due to any negligent act or occurrence or any omission or commission of Contractor, its subcontractors, suppliers, agents or employees. 2.11 INDEPENDENT CONTRACTOR: Contractor shall acknowledge that it and its employees serve as independent contractors and that Knox County shall not be responsible for any payment, insurance or incurred liability. 2.12 INSPECTION AND ACCEPTANCE: Warranty periods shall not commence until Knox County inspects and formally accepts the goods and/or services. The terms, conditions and timing of acceptance shall be determined by Knox County. Knox County reserves the right to reject any or all items or services not in conformance with applicable specifications, and Contractor assumes the costs associated with such nonconformance. Acceptance of goods or services does not constitute a waiver of latent or hidden defects or defects not readily detectable by a reasonable person under the circumstances. 2.13 IRAN DIVESTMENT ACT: By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to Tennessee Code Annotated § 12-12-106. 2.14 LIMITATIONS OF LIABILITY: In no event shall Knox County be liable for any indirect, incidental, consequential, special or exemplary damages or lost profits, even if Knox County has been advised of the possibility of such damages. 2.15 NO BOYCOTT OF ISRAEL: Pursuant to Tennessee Code Annotated Title 12, Chapter 4, Part 1, by submission of a response to this solicitation, each proposer and each person signing on behalf of any proposer certifies, and in the case of a joint response each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each proposer is not currently engaged in, and will not for the duration of the contract engage in, a boycott of Israel. 2.16 NON-DISCRIMINATION AND NON-CONFLICT STATEMENT: Contractor agrees that no person on the grounds of handicap, age, race, color, religion, sex, national origin, or any individual trait or characteristic found to be an illegal consideration shall be excluded from participation in, or be denied benefits of, or be otherwise subjected to discrimination in the performance of this agreement or in the employment practices of Vendor. Contractor shall upon request show proof of such non-discrimination and shall post in conspicuous places available to all employees and applicants notices of non-discrimination. Contractor covenants that it complies with the Fair Wage and Hour Laws, the National Labor Relations Act, and other federal and state employment laws as applicable. Contractor covenants that it does not engage in any illegal employment practices. 6 Contractor covenants that it has no public or private interest and shall not acquire directly or indirectly any interest, which would conflict in any manner with the provision of its goods or performance of its services. Contractor warrants that no part of the total contract amount provided herein shall be paid directly or indirectly to any officer or employee of Knox County as wages, compensation, or gifts in exchange for acting as officer, agent, employee, sub-contractor or consultant to Contractor in connection with any goods provided or work contemplated or performed relative to the agreement. 2.17 ORDER OF PRECEDENCE: In the event of inconsistent or conflicting provision of this Contract and referenced documents, the following descending order of precedence shall prevail: (1) Items, (2) Invitation for Bid, (3) Bid, (4) Award, (5) Special Terms and Conditions, (6) General Terms and Conditions, (7) Specifications, (8) Drawings. 2.18 REMEDIES: Knox County shall have all rights and remedies afforded under the U.C.C. and Tennessee law in Contract and in tort, including but not limited to rejection of goods, rescission, and right of set-off, refund, incidental, consequential and compensatory damages and reasonable attorney’s fees. 2.19 RIGHT TO INSPECT: Knox County reserves the right to make periodic inspections of the manner and means the service is performed or the goods are supplied and warehoused. 2.20 SEVERABILITY: If any provision of this Contract is declared illegal, void or unenforceable, the remaining provisions shall not be affected but shall remain in force and in effect. 2.21 TAX COMPLIANCE: Pursuant to Resolution R-07-1-903 passed by the Commission of Knox County, Tennessee, Contractor hereby acknowledges, by submission of its bid or proposal and signature, it is current in its respective Federal, State, County, and City taxes of whatever kind or nature, and is not delinquent in any way. Delinquent status must be disclosed or risk debarment by the Knox County Procurement Division. 2.22 TERMINATION: County may terminate this agreement with or without cause at any time. In the event of termination by either party, fees due for services satisfactorily performed or goods accepted prior to the termination date shall be paid. 2.23 WARRANTY: Contractor warrants to Knox County that all items delivered and all services rendered shall conform to the specifications, drawings, bid and/or other descriptions furnished and/or incorporated by reference, and will be fit for the particular purpose purchased of merchantable quality, good workmanship, and free from defects. Contractor extends to Knox County all warranties allowed under the U.C.C. Contractor shall provide copies of warranties to the County upon request. Return of merchandise not meeting warranties shall be at Contractor's expense. SECTION III SPECIAL TERMS AND CONDITIONS 3.1 INTENT: The intent of these specifications is to set forth and convey to prospective bidders the general type, character and quality of Medical Supplies as desired by Knox County and Knox County Schools. Award will be based on Best Value. Best Value means more than low cost. It includes the initial cost, service quality and other factors detailed herein. 3.2 ACCEPTANCE: Bidders are advised that the payment of an invoice does not necessarily constitute as an acceptance of services that are provided. Acceptance may require a specific written action by Knox County so stating. 3.3 ADDITIONS OR DELETIONS OF GOODS/SERVICES: Knox County reserves the right to add or delete goods or services as the need arises. If items are to be added, Knox County and the Contractor will arrive at a mutually agreed price. 3.4 AUTHORIZED DEALER/RESELLER: Bidders must submit, upon request, signed written factory documentation that they are authorized dealers/resellers for the products they are bidding. If bidder is the manufacturer of the product they are bidding, a signed statement stating that fact must be included with their bid. Failure to comply with this request may be just cause for rejection of their bid. This may require multiple statements with your bid. 3.5 AWARD LENGTH: Knox County intends to issue this Contract for one (1) year with the option to renew upon mutual consent of both parties. The term agreement may be renewed for four (4) one-year periods, one (1) year at a time, 7 for a total of five (5) years. Knox County reserves the right to purchase these services/goods from other sources if the need arises. Knox County reserves the right to revoke the award if a pattern of unavailability arises with the vendor. 3.6 BACKGROUND CHECKS: A Knox County Sheriff’s Office background check may be a requirement for all employees of the vendor’s staff providing services to Knox County. Certain felony convictions will prohibit individuals from servicing this department. The successful Contractor will be required to submit a list of all employees that will be servicing the Knox County account. This list must be kept current and include the full name, current address, social security number, valid driver’s license number and phone number of each employee. All associated costs for the background checks will be the responsibility of Knox County. Personal information will be kept confidential. 3.7 BID EVALUATION: In evaluating the bids, Knox County reserves the right to use any or all of the ideas from the bids submitted without limitation and to accept any part or all of the successful bid in selecting an operation which is judged to be in the best interest of the Knox County. All material submitted becomes the property of Knox County. 3.8 BIDDER OBLIGATION: Each bidder shall become fully acquainted with conditions relating to the scope and restrictions attending the execution of the work under this IFB. The failure or omission of a bidder to become acquainted with existing conditions shall no way relieve the bidder of any obligations with respect to this IFB or to the Contract. 3.9 CHANGES AFTER AWARD: It is possible after award that Knox County may change its needs or requirements. Knox County reserves the right to make such changes after consultation with the Contractor(s). Should additional costs arise, Knox County reserves the right to consider accepting these charges provided the Contractor(s) can document the increased costs. Knox County also reserves the right to accept proposed service changes from the Contractor(s) if they will lower the cost to Knox County and/or provide improved service. 3.10 COMMUNICATIONS WITH THE CONTRACTOR: Upon award, Knox County will communicate extensively and continually with the Contractor. While information may occasionally be transmitted via telephone, it should always be followed up with an email confirmation. Due to the volume of information that must be transmitted, it is essential that the Contractor will have email capabilities. 3.11 CONTACT PERSONNEL: Essential to the success of this Contract is the development of a good working relationship between the Vendor and Knox County. It is imperative that the Knox County account be handled efficiently and professionally. Knox County should be assigned no more than two (2) Vendor contacts to handle billing inquiries and service-related issues. In the event one or both contacts leave the Knox County account, the Vendor shall formally introduce the new contacts to Knox County personnel. These contacts must be knowledgeable of the County’s account to avoid an interruption of service. 3.12 CONTRACT RENEGOTIATION: Knox County reserves the right to negotiate other terms and conditions it deems appropriate and necessary under the circumstances to protect the public-trust. Further, Knox County and Knox County Schools encourage the vendor to submit value changes in order that the Knox County Schools may avail itself of technological advances or cost economies in the subject of the contract, as they may occur during the contract or contract option periods. 3.13 CONTRACTOR’S RESPONSIBILITIES: At their own expense, the Contractor(s) shall: 3.13.1 Provide qualified supervision; 3.13.2 Provide qualified workers; 3.13.3 Perform work without unnecessarily interfering with Knox County activities or other Contractor(s). 3.14 DELIVERY TIME: Bidders must state the number of business days until delivery after receipt of a signed purchase order. Bidders shall state accurate lead times as Knox County reserves the right to cancel orders with no obligation when delivery time is exceeded. Vendor must state the number of business days, not a range of days. For example, an unacceptable answer is “30-60 business days”. Vendors must be specific and state either “30 business days” or “60 business days”. If vendor states a range of days, Knox County will base their answer on the maximum number of days provided. 8 3.15 DESTINATION AND DELIVERY: Bidders are to include all destination and delivery charges in their price. There will be no extra hidden charges. 3.16 DETAILED SUBMITTAL: Bidders, upon request, may need to submit a detailed sheet listing the specification of the item(s) priced. 3.17 DISCONTINUED ITEMS: The successful vendor shall notify the Knox County Procurement Division of any items that have become discontinued and recommend an appropriate substitution. Knox County will be the sole judge of if the substitution is appropriate. Contractor must notify the participating agencies and the Knox County Procurement Division of anticipated shortages, changes in pack size or discontinuance of any item. 3.18 EVALUATION CRITERIA: 3.18.1 Price 80 Points 3.18.2 Delivery in Business Days 20 Points 3.19 EVALUATION REVIEW: Knox County reserves the right to use all pertinent information (also learned from sources other than disclosed in the bid process) that might affect the County’s judgment as to the appropriateness of an award to the best evaluated bidder. This information may be appended to the bid evaluation process results. Information on a service provider from reliable sources, and not within the service provider’s bid, may also be noted and made part of the evaluation file. Knox County shall have sole responsibility for determining a reliable source. Knox County reserves the right to conduct written and/or oral discussions/interviews after the bid opening. The purpose of such discussions/interviews is to provide clarification and/or additional information to make an award which is in the best interest of Knox County. 3.20 EXPIRATION DATES: The expiration date for any item must be no less than six (6) months from the date the order is received by the County. 3.21 GRANT FUNDING: The products or services being procured under this solicitation are being funded by Federal Grant money. All awarded vendors will be required to adhere to Exhibit A of this solicitation in the performance of the Contract. 3.22 GRATUITIES AND KICKBACKS: It shall be a breach of ethical standards for any person or company to offer, give, or agree to give any employee or former employee, or for any employee or former employee to solicit, demand, accept, or agree to accept from another person, a gratuity or an offer of employment in connection with any decision, approval, disapproval, recommendation, preparation of any part of a program requirement or a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing or in any other advisory capacity in any proceeding or application, request for ruling, determination, claim, or controversy or other particular matter, pertaining to any program requirement of a contract or sub-contract or to any solicitation or proposal therefore. It shall be a breach of ethical standards for any payment, gratuity or offer of employment to be made by or on behalf of a sub-contractor under a contract to the prime contractor or higher tier sub-contractor or a person associated therewith, as an inducement for the award of a sub-contract or order. Breach of the provisions of this paragraph is, in addition to a breach of this Contract, a breach of ethical standards which may result in civil or criminal sanction and/or debarment or suspension from being a contractor or subcontractor under Knox County contracts 3.23 INTERPRETATION: No oral interpretation will be made to any bidder regarding the meaning of specifications. All questions are to be submitted in writing or electronically (email) and will be answered in the form of an amendment to the solicitation by the Knox County Procurement Division. 9 3.24 INVOICE DETAIL: Knox County is requesting invoices show the following detail to help expedite review and payment. The Contractor(s) may be required to modify invoicing procedures to show the detail. All potential Contractors are hereby cautioned that Knox County will only pay from original invoices and not facsimiles or copies. Invoices which do not adhere to these details may be returned to the Contractor for correction. 3.24.1 The invoice must show the amount due to the Contractor by Knox County. 3.24.2 The invoice must show an itemized detailed service/material count, including: type of service(s)/items(s),quantity by type(s) of service(s)/item(s), the associated unit price for the service(s)/item(s), percent discount applied, final cost to Knox County, delivery location (address to be included), date the item/service was rendered, and the Contract number, as applicable. 3.24.3 Invoices are to be original and uniquely pre-numbered. 3.24.4 Invoices which do not show this information are subject to rejection. 3.25 INVOICE REVIEW: Knox County shall review all invoices for adherence to the terms and conditions of the Contract. Variations from the Contract and Contract pricing are strictly prohibited. Any variations found on the invoice will result in the rejection of that invoice. Rejected invoices will be returned to the Contractor for correction. If a discount for prompt payment is offered, the timeline does not commence until Knox County receives the invoice. 3.26 INVOICING PROCEDURES: Knox County requests that invoices be easy to read and understand. Invoices are to be original and uniquely pre-numbered. Each participating agency, to this Contract, may require different invoicing information and procedures. This information and procedures shall be provided to the successful Contractor(s) prior to Contract execution. There shall be no additional charges for this information and procedures to be included. Invoices shall be sent to the “Billing” address printed on the Purchase Order. Each department or division of Knox County is responsible for its own budget. Departments cannot charge or pay bills for another department. Therefore, it is critical that your business invoices specify the department that desired to purchase from you. Do not credit payments to any other department’s account. Invoices must be submitted in triplicate and must match the corresponding Purchase Order number. There shall be no component billing. 3.27 MOST FAVORABLE PRICING: Contractor agrees to guarantee that Knox County will receive the lowest price offered by your company for similar services and products. If at any time during the Contract period your company offers a lower price to another customer and prior notification of said price reduction is not properly communicated to Knox County, upon discovery Knox County reserves the right to take any or all of the following actions: 3.27.1 Cancel the Contract, if it is currently in effect; 3.27.2 Determine the amount that the participating agency was overcharged and submit a request for payment from the Contractor for that amount. 3.28 NEW MATERIAL: Unless specified otherwise in the bid package, Contractor(s) must provide new supplies. New, as used in this clause, means previously unused materials. Material includes but is not limited to, raw material, parts, items, components, and end products. Bidder submission of anything other than new materials may be cause for the rejection of the bid. 3.29 NEWS RELEASES BY VENDORS: As a matter of policy, Knox County does not endorse the services of a Contractor. A Contractor will not make news releases concerning any resultant Contract from this solicitation without the prior written approval of Knox County. 3.30 NO CONTACT POLICY: After the date and time that the vendor receives this solicitation, any contact initiated by any bidder with any Knox County representative, other than the Procurement Division representative listed herein, concerning this Invitation for Bids, is strictly prohibited. Any such unauthorized contact may cause the disqualification of the bidder from this procurement transaction. 3.31 OFFER WITHDRAWAL: No bid can be withdrawn after it is filed unless the bidder makes a request in writing to the Knox County Procurement Division prior to the time set for the opening of bids or unless the County fails to accept within sixty (60) business days after the date fixed for opening the Invitation for Bid. 3.32 OPEN BID INTENDED: It is the intent and purpose of Knox County that this Invitation for Bid promote competitive pricing. It shall be the BIDDERS responsibility to advise the Procurement Division if any language requirements, et cetera, or any combination thereof, inadvertently restricts or limits this Invitation for Bid. Such notification must 10 be submitted in writing and must be received by the Procurement Division not later than 4:00 PM Local Time on June 20, 2023. 3.33 PRICING: The Contractor(s) warrants that the unit price stated for all items shall remain firm for a period of twelve (12) months from the first day of the Contract period. If the Contractor’s price is increased after the initial year, Knox County must be given a written notice to consider. Such a request shall include as a minimum, (1) the cause for the adjustment; (2) the amount of the change requested with documentation to support the requested adjustment. Price increases will only be considered at the renewal period(s). If the price increase is rejected the vendor may: 3.33.1 Continue with the existing prices; 3.33.2 Request a lower price increase; 3.33.3 Not accept the renewal offer. Contractor(s) must submit proof of price increase. If a price increase is approved by Knox County Procurement and the requesting department the approval notification will be done in writing and the Contractor(s) will be notified of the new price schedule and the effective date of the increase. This documentation will become part of the bid file. No approvals will be authorized verbally. 3.34 PUBLIC RECORDS ACT: Knox County is subject to the Tennessee Public Records Act 10-7-503 et seq. Bidders are cautioned that all documents submitted on behalf of this Invitation for Bids shall be open to the public for viewing and inspection and Knox County will comply with all legitimate requests. 3.35 QUANTITIES: Knox County does not guarantee any quantities to be purchased from this term Contract. Knox County does not have an exact dollar amount that was procured for these types of goods/services. 3.36 QUOTES: Contractor will be required to submit quotes for each job. The quote must match exactly the line items and pricing stated in the Contract. Deviations from the contracted line items and pricing will not be accepted. 3.37 RECORDS: Contractor(s) will maintain records of services provided to Knox County and make them available upon request by any of the respective participating agencies. The successful Contractor(s) shall only disclose the records of the requesting agency and not disclose other agency information. 3.38 REJECTION OF BIDS: Knox County reserves the right to reject any and all bids received as a result of this request and to waive any informality, technical defect or clerical error in any bid, as the interests of the County may require. Non-acceptance of any bid will be devoid of any criticism of the bid and of any implication that the bid is deficient in any manner. Non-acceptance of any bid shall be construed as meaning simply that the County does not deem the bid to be acceptable or that another bid was deemed to be more advantageous to Knox County for the particular goods/services proposed. 3.39 SAFETY TRAINING: The Contractor is responsible for training their employees in Safety and Health Regulations for the job, assuring compliance with Tennessee Occupational Safety and Health regulations and any other Regulatory Agency. 3.40 SUBMIT QUESTIONS: All questions regarding this bid must be submitted in writing to Todd Hickman, no later than 4:00 pm Local Time on June 20, 2023. You may also submit questions by email to todd.hickman@knoxcounty.org. 3.41 SUBSTITUTIONS: Any substitutions must be approved by Knox County or their designee prior to delivery. Delivery of a substituted item without prior notification is at the Contractor’s risk and refusal to accept the substituted item will be at the Contractor’s expense. 3.42 VALUE ADDED RELATIONSHIP: Knox County and Knox County Schools intend for this bid to result in a relationship with a vendor. Knox County and Knox County Schools desire a long-term relationship with a vendor in which common goals are shared. Among those goals are: 3.42.1 Fair and equitable treatment of vendor and owner. 3.42.2 Vendor expertise in methods of cost reduction. Vendors are encouraged to suggest ways in which costs can be reduced by product substitution or process modification. mailto:tom.seagle@knoxcounty.org 11 3.42.3 Vendor suggestions on how to improve service and service delivery. 3.42.4 Vendor involvement in the Library system or a specific Library on a non-business basis. SECTION IV MINIMUM REQUIREMENTS 4.1 SPECIFICATIONS: The following items and specifications are considered minimum requirements for Medical Supplies. 4.1.1 Thermometers & Probe Covers ∙ Welch Allyn Thermoscan Pro 6000 Ear Thermometer ∙ Pro Active Non-Contact Infrared Thermometer ∙ Covidan Filac 3000 Oral Thermometer ∙ Welch Allyn Thermoscan Pro 6000 Probe Covers ∙ Welch Allyn Thermoscan Pro 4000 Probe Covers ∙ Welch Allyn SureTemp Probe Covers ∙ Covidan Filac 3000 Probe Covers 4.1.2 Diabetic Supplies ∙ Bayer Ketostix Reagent Strips for Urinalysis 100 strips/box #2881 ∙ Bayer Contour Blood Glucose Test Strips No Coding 50 strips/box #7099C ∙ Bayer Contour Control Solution ∙ Dex 4 Fast Acting Glucose Tabs 50 tablets/bottle 2 flavors: Orange & Grape ∙ Assure Prism Blood Glucose Test Strips No coding 100 strips/box Product #530100 ∙ Assure Prism Control Solution Product #530006 ∙ Surgilance Safety Lancet Sterile Lancets 100/box REF SLN 240 ∙ Kendall 1-quart Sharps Container 20/case ∙ Kendall 5-quart Sharps Container 20/case ∙ Kendall 8-quart Sharps Container 20/case ∙ Emphasis Alcohol Prep Pads Med 2 ply 200/box, 20 box/case 4.1.3 Hygiene Supplies: ∙ Feminine Napkins/250 case Naturelle #4 Maxi Pad w/wings ∙ Nice and Clean Unscented Baby Wipes 80/pk 12pk/case ∙ Naturelle cardboard applicator tampons 500-ct 4.1.4 Blood Pressure Cuffs: ∙ American Diagnostic Corp Aneroid 700-12 XBK Adult Large/Black, each ∙ American Diagnostic Corp Aneroid 700-11 ABK Adult/Black, each ∙ American Diagnostic Corp Aneroid 700-SABK Small Adult/Black, each 4.1.5 Pulse Oximeters: ∙ American Diagnostic Corp Pulse Oximeter Fingertip Model #2100, each 4.1.6 Otoscopes: ∙ American Diagnostic Corp Standard Otoscope 5211 Silver, each 4.1.7 First Aid Supplies: ∙ DJ Ortho Pediatric Arm Sling Universal, each ∙ DJ Ortho Adult Arm Sling Universal, each ∙ Co-Flex Latex-Free Self-Adherent Bandage 2”x5yds, each – choice of colors ∙ Co-Flex Latex-Free Self-Adherent Bandage 3”x5yds, each – choice of colors ∙ Co-Flex Latex-Free Self-Adherent Bandage 4”x5yds, each – choice of colors ∙ BleedCease: First Aid for Cuts and Nose Bleeds 100/box ∙ Conco Latex-Free Elastic Bandage 2” Velcro 10/box, 6bx/case ∙ Conco Latex-Free Elastic Bandage 3” Velcro 10/box, 6bx/case ∙ Conco Latex-Free Elastic Bandage 4” Velcro 10/box, 6bx/case ∙ Dynarex Non-Stick Gauze Pads 4x4 100/bx, 12 bx/case 12 ∙ Dynarex Graduated Plastic Drinking Cup 100/pk, 25pk/case ∙ Royal Paper 1oz Souffle cup 250/pk, 20pk/case ∙ Medegen Plastic 1 oz ml/tsp/tbsp Medicine Cup 100/pk, 50 pk/case ∙ Elkay Clear Zip Lock Bag 6x6 1000/case ∙ Uline Jumbo Slider Bags 24/bx ∙ Dynarex Blue Surgical Face Mask w/ear loop 50/bx Reorder #2201 ∙ Prima Guard PG4-1640 Child Face Cover Latex Free 50/box ∙ SAM Medical Products SAM Splint 36”, each ∙ Dynarex Non-Sterile Cotton Rolls, Medium, Reorder #3250, 2000 box 4.1.8 Oxygen Supplies: ∙ Hudson RCI Pediatric Softech Nasal Canula w/7’ Star Lumen Tubing Ref #1838 Latex Free ∙ Ventilab Corp Pediatric Mask Latex Free High Concentration Non-Rebreather 7’ supply tube/elastic strap ∙ B&F Medical by Allied Adult Mask w/7’ tubing Latex Free Single Use Product #64041 ∙ West Med Adult Cannula Latex Free w/7’ tubing Ref#0567 ∙ Vix One for Devilbiss Disposable Nebulizer Order #3655-D-621 4.1.9 Lice Product: ∙ Lice B Gone 100% Pesticide Free 4 oz bottle 24/case 4.1.10 Sanitizing Products ∙ PDI Super Sani Cloth (Purple Top) Germicidal/Bactericidal/Tuberculocidal/Viricidal, 160 wipes/tub 12 tubs/case Note: Bidders must clearly note any alternates bid. 4.2 CATALOG DISCOUNT FOR ITEMS NOT LISTED: Bidders must state the percentage off of the current year catalog price for all similar items not listed. Bidders must, upon request, furnish a catalog to the County. Items not listed that may be purchased off of an awarded contract will be limited to those related to Medical Supplies. . Note: Bidders need not return pages 1 – 12 with their response. 13 SECTION V VENDOR INFORMATION AND PRICING FOR INVITATION FOR BID #3430 Bidders are welcome to attach additional documentation to fully address any required responses. Please clearly reference any attachments to the appropriate subsection. 5.1 Vendor: 5.2 Vendor number as assigned by Knox County: 5.3 Street Address: City State Zip 5.4 Contact Person: Telephone Number: Fax Number: 5.5 Vendor’s email address: 5.6 By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to Tennessee Code Annotated § 12-12- 106. Authorizing Signature: Sign Original in Blue Ink Pursuant to Tennessee Code Annotated Title 12, Chapter 4, Part 1, by submission of a response to this solicitation, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint response each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not currently engaged in, and will not for the duration of the contract engage in, a boycott of Israel per Section 2.16. Authorizing Signature _________________________________________________________________________ Sign Original in Blue Ink 5.7 Vendor’s Knox County Business License Number (if applicable): Attach a Copy of the License 5.8 I acknowledge the receipt of: (please write “yes” if you received one) Addendum 1 ______ Addendum 2 ______ Addendum 3 ______ Addendum 4 ______ 5.9 Do you accept the terms and conditions of the bid? Yes No Yes, with exception. If you do not fully accept the terms and conditions, please note the exceptions below: 5.10 Will you accept the VISA Credit Card as payment per Section 1.20? ____ Yes ____ No 5.11 Is your company in full compliance with Section 2.21, Tax Compliance? ____ Yes ____ No 5.12 Are you able to adhere to the General Federal Funding Requirements set forth in Attachment A? _____ Yes _____ No 5.13 Did you complete and return Attachment B (Pricing) pages 17-19? ____ Yes ____ No 5.14 Please state the total guaranteed business days for delivery after receipt of signed Purchase Order: ______ days 5.15 Please state the percentage off list price or manufacturer’s suggested retail price per any applicable catalogs: Catalog Name: ________________________________________________________ Percentage off: ______% Website link: _________________________________________________________________________ Product Line A (if applicable):_____________________________________________ Percentage off: ______% Website link: _________________________________________________________________________ 14 Product Line B (if applicable): _____________________________________________ Percentage off: ______% Website link: _________________________________________________________________________ Product Line C (if applicable): _____________________________________________ Percentage off: ______% Website link: _________________________________________________________________________ 5.16 If an electronic catalog is not available, have you included a hard copy of each catalog? __ Yes __ No __ N/A 15 ATTACHMENT A GENERAL FEDERAL FUNDING REQUIREMENTS KNOX COUNTY PROCUREMENT DIVISION REQUEST FOR PROPOSALS NUMBER 3288 Equal Employment Opportunity During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 16 Clean Air Act and Federal Water Pollution Control Act Contractors and subcontractors will comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations will be reported to the U.S. Department of Education (DOE) and the Regional office of the Environmental Protection Agency (EPA). Debarment and Suspension A contract award will not be made to a party listed on the governmentwide exclusions in the System for Award Management (SAM). Lobbying The Contractor certifies, to the best of its knowledge and belief, that: a. No federally appropriated funds have been paid or will be paid, by or on behalf of the Contractor, 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. b. If any funds other than federally 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 any contract, grant, loan, or cooperative agreement, the Contractor shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,'' in accordance with its instructions. c. The Contractor shall require that the language of this certification be included in the award documents for all contractors and that all subcontractors 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 and is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. § 1352. Procurement of recovered materials. Contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Preferences for Products Produced or Manufactured in the U.S. (a) This contract award prefers the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 17 ATTACHMENT B KNOX COUNTY PROCUREMENT DIVISION PRICING INVITATION FOR BID NUMBER 3430 VENDOR: _____________________________________________ Item Brand Priced (if Bidding Alternate) Quantity/Unit of Measure Item Number List Price per Unit Discount to Knox County Final Price to Knox County B.1 Welch Allyn Thermoscan Pro 6000 Ear Thermometer B.2 Pro Active Non-Contact Infrared Thermometer B.3 Covidan Filac 3000 Oral Thermometer B.4 Welch Allyn Thermoscan Pro 6000 Probe Covers B.5 Welch Allyn Thermoscan Pro 4000 Probe Covers B.6 Welch Allyn SureTemp Probe Covers B.7 Covidan Filac 3000 Probe Covers B.8 Bayer Ketostix Reagent Strips for Urinalysis 100 strips/box B.9 Bayer Contour Blood Glucose Test Strips No Coding 50 strips/box B.10 Bayer Contour Control Solution B.11 Dex 4 Fast Acting Glucose Tabs 50 tablets/bottle 2 flavors: Orange & Grape B.12 Assure Prism Blood Glucose Test Strips No coding 100 strips/box Product #530100 B.13 Assure Prism Control Solution Product #530006 B.14 Surgilance Safety Lancet Sterile Lancets 100/box B.15 Kendall 1-quart Sharps Container 20/Case B.16 Kendall 5-quart Sharps Container 20/Case B.17 Kendall 8-quart Sharps Container 20/Case 18 ATTACHMENT B (Continued) KNOX COUNTY PROCUREMENT DIVISION PRICING INVITATION FOR BID NUMBER 3430 VENDOR: _____________________________________________ Item Brand Priced (if Bidding Alternate) Quantity/Unit of Measure Item Number List Price per Unit Discount to Knox County Final Price to Knox County B.18 Emphasis Alcohol Prep Pads Med 2 ply 200/Box, 20 Box/Case B.19 Feminine Napkins/250 Case Naturelle #4 Maxi Pad with Wings B.20 Nice and Clean Unscented Baby Wipes 80/Pack 12 Pack/Case B.21 American Diagnostic Corp Aneroid 700-12 XBK Adult Large/Black, Each B.22 American Diagnostic Corp Aneroid 700-11 ABK Adult/Black, Each B.23 American Diagnostic Corp Aneroid 700-SABK Small Adult/Black, Each B.24 American Diagnostic Corp Pulse Oximeter Fingertip Model #2100, Each B.25 American Diagnostic Corp Standard Otoscope 5211 Silver, Each B.26 DJ Ortho Pediatric Arm Sling Universal, Each B.27 DJ Ortho Adult Arm Sling Universal Each B.28 Co-Flex Latex-Free Self-Adherent Bandage 2”x5yds, Each – Choice of Colors B.29 Co-Flex Latex-Free Self-Adherent Bandage 3”x5yds, each – Choice of Colors B.30 Co-Flex Latex-Free Self-Adherent Bandage 4”x5yds, each – Choice of Colors B.31 BleedCease: First Aid for Cuts and Nose Bleeds 100/Box B.32 Conco Latex-Free Elastic Bandage 2” Velcro 10/box, 6 Box/Case B.33 Conco Latex-Free Elastic Bandage 3” Velcro 10/box, 6 Box/Case B.34 Conco Latex-Free Elastic Bandage 4” Velcro 10/box, 6 Box/Case B.35 Dynarex Non-Stick Gauze Pads 4x4 100/bx, 12 Box/Case 19 ATTACHMENT B (Continued) KNOX COUNTY PROCUREMENT DIVISION PRICING INVITATION FOR BID NUMBER 3430 VENDOR: _____________________________________________ Item Brand Priced (if Bidding Alternate) Quantity/Unit of Measure Item Number List Price per Unit Discount to Knox County Final Price to Knox County B.36 Dynarex Graduated Plastic Drinking Cup 100/pk, 25pk/Case B.37 Royal Paper 1oz Souffle cup 250/pk, 20pk/Case B.38 Medegen Plastic 1 oz ml/tsp/tbsp Medicine Cup 100/pk, 50 pk/Case B.39 Elkay Clear Zip Lock Bag 6x6 1000/Case B.40 Uline Jumbo Slider Bags 24/Box B.41 Dynarex Blue Surgical Face Mask w/ear loop 50/Box Reorder #2201 B.42 Prima Guard PG4-1640 Child Face Cover Latex Free 50/Box B.43 SAM Medical Products SAM Splint 36”, Each B.44 Dynarex Non-Sterile Cotton Rolls, Medium, Reorder #3250, 2000 Box B.45 Hudson RCI Pediatric Softech Nasal Canula w/7’ Star Lumen Tubing Ref #1838 Latex Free B.46 Ventilab Corp Pediatric Mask Latex Free High Concentration Non-Rebreather 7’ supply tube/elastic strap B.47 B&F Medical by Allied Adult Mask w/7’ tubing Latex Free Single Use Product #64041 B.48 West Med Adult Cannula Latex Free w/7’ tubing Ref#0567 B.49 Vix One for Devilbiss Disposable Nebulizer Order #3655-D-621 B.50 Lice B Gone 100% Pesticide Free 4 oz bottle 24/Case B.51 PDI Super Sani Cloth (Purple Top) Germicidal/Bactericidal/Tuberculocidal/Viricidal, 160 Wipes/Tub; 12 Tubs/Case

Suite 100, 1000 North Central Street Knoxville, Tennessee 37917Location

Address: Suite 100, 1000 North Central Street Knoxville, Tennessee 37917

Country : United StatesState : Tennessee

You may also like

Medical Supplies

Due: 02 Apr, 2025 (in 11 months)Agency: Indiana Department of Administration

BPA/MEDICAL SUPPLIES

Due: 31 Oct, 2024 (in 6 months)Agency: STATE, DEPARTMENT OF

MEDICAL SUPPLIES

Due: 13 Nov, 2027 (in about 3 years)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

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