iSimulate Units for Wake Technical Community College Electronic Responses ONLY will be Accepted for This Solicitation

expired opportunity(Expired)
From: Wake Technical Community College of North Carolina(Higher Education)
130-WTCC654-2021

Basic Details

started - 15 Sep, 2021 (about 2 years ago)

Start Date

15 Sep, 2021 (about 2 years ago)
due - 29 Sep, 2021 (about 2 years ago)

Due Date

29 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
130-WTCC654-2021

Identifier

130-WTCC654-2021
Wake Technical Community College

Customer / Agency

Wake 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 Wake Technical Community College Invitation for Bid #: 130-WTCC654-2021 iSimulate Units Date Issued: 9/15/2021 Bid Opening Date: 9/29/2021 At 2:00 PM ET Direct all inquiries concerning this IFB to: Karen M. Woodall Email: kmwoodall@waketech.edu file://FSDATA/GroupHome/busfinsvcesshare/Formals%20-%20Main%20Campus/2021%20Bids/130-WTCC637-2021%20Outdoor%20Furniture/kmwoodall@waketech.edu STATE OF NORTH CAROLINA Invitation for Bids # 130-WTCC654-2021 ______________________________________________________ For internal State agency processing, including tabulation of bids in the Interactive Purchasing System (IPS), provide your company’s eVP (Electronic Vendor Portal) Number or alternate identification number (e.g., Social Security 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 # 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 Electronic responses ONLY will be accepted for this solicitation. https://vendor.ncgov.com/vendor/login Ver: 2/1/2021 Page 1 of 2 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 Division of Wake Technical Community College Refer ALL Inquiries regarding this IFB to: Karen Woodall kmwoodall@waketech.edu Invitation for Bids # 130-WTCC654-2021 Bids will be publicly opened September 29, 2021 @ 2:00 PM Electronically thru NCBIDS Using Agency: Wake Technical Community College Commodity No. and Description: 421815 Diagnostic Assessment and exam products for general use Requisition No.: kmwoodall@waketech.edu" target="_blank">https://ncconnect.sharepoint.com/sites/pcagencyview/Shared%20Documents/Strategic%20Sourcing%20Documents/Invitation%20for%20Bids%20(IFB)/kmwoodall@waketech.edu Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 2 of 3 FOR STATE USE ONLY: Offer accepted and Contract awarded this ____ day of _______________, 20____, as indicated on the attached certification, by ______________________________________________________ VALIDITY PERIOD Offer valid for at least 90 days from date of bid opening, unless otherwise stated here: ______ days. After this date, any withdrawal of offer shall be made in writing, effective upon receipt by the agency issuing this IFB. BID ACCEPTANCE Upon execution, this document represents the Vendor’s and Wake Technical Community College (WTCC) entire agreement (herein “Contract”). If your bid is accepted and results, through negotiation or otherwise, in a contract award you will be expected to accept the NORTH CAROLINA GENERAL TERMS AND CONDITIONS as part of the Contract. Dependent upon the product or service being offered, other terms and conditions may apply. (Authorized Representative of WTCC) https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_01.2020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_01.2020.pdf Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 3 of 4 1.0 PURPOSE AND BACKGROUND .......................................................................................... 5 2.0 GENERAL INFORMATION .................................................................................................... 5 2.1 INVITATION FOR BID DOCUMENT ....................................................................................... 5 2.2 E-PROCUREMENT SOLICITATION ...................................................................................... 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 ..................................................................................................................... 6 2.8 ALTERNATE BIDS ................................................................................................................. 7 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS .................................................. 7 3.1 METHOD OF AWARD ............................................................................................................ 7 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ......... 7 3.3 BID EVALUATION PROCESS ................................................................................................ 7 3.4 PERFORMANCE OUTSIDE THE UNITED STATES .............................................................. 8 3.5 INTERPRETATION OF TERMS AND PHRASES ................................................................... 8 4.0 REQUIREMENTS ................................................................................................................... 8 4.1 PRICING ................................................................................................................................ 9 4.2 PRODUCT IDENTIFICATION ................................................................................................. 9 4.3 TRANSPORTATION AND IDENTIFICATION ......................................................................... 9 4.4 DELIVERY .............................................................................................................................. 9 4.5 QUALITY ACCEPTANCE INSPECTION ................................................................................ 9 4.6 AUTHORIZED RESELLER ..................................................................................................... 9 4.7 WARRANTY ........................................................................................................................... 9 4.8 DESCRIPTIVE LITERATURE ............................................................................................... 10 4.9 CERTIFICATION AND SAFETY LABELS ............................................................................. 10 4.10 VENDOR’S REPRESENTATIONS ....................................................................................... 10 4.11 FINANCIAL STABILITY ........................................................................................................ 11 5.0 PRODUCT SPECIFICATIONS ............................................................................................. 11 SPECIFICATIONS ................................................................................................................ 11 6.0 CONTRACT ADMINISTRATION .......................................................................................... 12 6.1 PROJECT MANAGER AND CUSTOMER SERVICE ............................................................ 12 6.2 INVOICES ............................................................................................................................ 12 6.3 DISPUTE RESOLUTION ...................................................................................................... 12 6.4 PRODUCT RECALL ............................................................................................................. 12 6.5 CONTRACT CHANGES ....................................................................................................... 12 7.0 ATTACHMENTS .................................................................................................................. 13 ATTACHMENT A: PRICING FORM ..................................................................................................... 13 ATTACHMENT B: INSTRUCTIONS TO VENDORS............................................................................. 14 Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 4 of 5 ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS ................ 14 ATTACHMENT D: VENDOR REQUEST FOR EO50 PRICE-MATCHING ............................................. 14 ATTACHMENT E: LOCATION OF WORKERS UTILIZED BY VENDOR ............................................ 14 ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION ...................................................... 14 ATTACHMENT G: HUB SUPPLEMENTAL SUPPLIER INFORMATION ............................................. 14 Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 5 of 6 1.0 PURPOSE AND BACKGROUND The purpose of this Invitation for Bids (IFB) is to seek competitive bids from qualified vendors to furnish and deliver ECG Virtual Simulation Units for Wake Technical Community College (WTCC). The intent of this solicitation is to award an Agency Contract (Spot Buy). THIS IS A BRAND NAME ONLY SOLICITATION - SUBSTITUTIONS WILL NOT BE ACCEPTED 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. All attachments and addenda released for this IFB in advance of any Contract award are incorporated herein by reference. 2.2 E-PROCUREMENT SOLICITATION ATTENTION: This is an E-Procurement solicitation. See paragraph entitled ELECTRONIC PROCUREMENT of the North Carolina General Contract 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, the State’s 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 Section 2.6 BID QUESTIONS. 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, 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. 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. 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 15, 2021 Submit Written Questions Vendor September 21, 2021 Submit Bids thru NCBIDS Vendor September 29, 2021 @ 2:00PM (EST) http://eprocurement.nc.gov/ Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 6 of 7 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 above due date. Written questions shall be e-mailed to kmwoodall@waketech.edu by the date and time specified above. Vendors will enter “IFB #130-WTCC654-2021: Questions” as the subject for the email. Questions 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 for late submission due to unintended or unanticipated delay—whether submitted electronically, delivered by hand, U.S. Postal Service, courier or other delivery service. It is the Vendor’s sole responsibility to ensure its bid has been received by this Office by the specified time and date of opening. The date and time of submission will be marked on each bid when received. Any bid received after the bid submission deadline will be rejected. If applicable to this IFB and using NC BIDS, all bid responses shall be submitted electronically via the North Carolina Business Invitation Delivery System (NC BIDS). For additional information, the NC BIDS for Vendors page includes online training videos and a link to NC BIDS FAQs for Vendors. Failure to submit a bid in strict accordance with these instructions shall constitute sufficient cause to reject a Vendor’s bid(s). Vendors are strongly encouraged to allow sufficient time to upload bids. Critical updated information may be included in Addenda to this IFB. It is important that all Vendors bidding on this IFB periodically check the State’s IPS website for any Addenda that may be issued prior to the bid opening date. All Vendors shall be deemed to have read and understood all information in this IFB and all Addenda thereto. 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. Vendor response to this IFB shall include each of the following items and these items should be arranged in the following order: a) Cover Letter, should include a statement that confirms that the proposer 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 d) Vendor Response e) Completed version of ATTACHMENT A: PRICING f) Completed and signed version of ATTACHMENT D: VENDOR REQUEST FOR EXECUTIVE ORDER #50 PRICE MATCHING form that confirms that a price matching opportunity is requested kmwoodall@waketech.edu" target="_blank">https://ncconnect.sharepoint.com/sites/pcagencyview/Shared%20Documents/Strategic%20Sourcing%20Documents/Invitation%20for%20Bids%20(IFB)/kmwoodall@waketech.edu http://www.ips.state.nc.us/ https://ncadmin.nc.gov/nc-bids-vendors https://ncadmin.nc.gov/nc-bids-faqs-vendors Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 7 of 8 g) Completed and signed version of ATTACHMENT E: LOCATION OF WORKERS UTILIZED BY VENDOR h) Completed and signed version of ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION i) Completed and signed version of ATTACHMENT G: HUB SUPPLEMENTAL VENDOR INFORMATION 2.8 ALTERNATE BIDS Vendor may submit alternate bids for various methods or levels of service(s) or that propose different options, in addition to its principal bid. 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 VENDOR. Each bid must be for a specific set of goods 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 document. Each bid must be complete and independent of other bids offered. 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS 3.1 METHOD OF AWARD North Carolina G.S. 143-52 provides a list of criteria the State shall use to award contracts. 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. 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 D: 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 bidder, including any subcontractors and suppliers are prohibited from engaging in conversations intended to influence the outcome of the evaluation. See the Paragraph 29, CONFIDENTIAL INFORMATION and Paragraph 30, COMMUNICATIONS BY VENDORS of the INSTRUCTIONS TO VENDORS. 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 section 2.7. All bids must be received by the issuing agency not later than the date and time specified on the cover sheet of this IFB. At the date and time specified as the bid opening, the bid responses from each responding Vendor will be opened and a tabulation will be posted via IPS. Interested parties are cautioned that these costs and their components Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 8 of 9 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 sole option, the evaluators may request oral presentations or discussions with any or all Vendors for the purpose of clarification or to amplify the materials presented in any part of the proposal. 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. 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 submit a best and final offer (BAFO), based on discussions and negotiations with the State, if the initial responses to the RFP have been evaluated and determined to be unsatisfactory. 3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT E: 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 and to ensure that any award will be in the best interest of the State—how that performance may affect or be affected by the following factors: 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 Invitation for Bids serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the Department; and (2) to provide (together with other specified documents) the terms of the Contract that results from this procurement. As such, all terms in the Invitation for Bids shall be enforceable as contract terms in accordance with the North Carolina General Contract Terms and Conditions. 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 Department will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the Department’s needs as described in the Invitation for Bids. Except as specifically stated in the Invitation for Bids, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement, if determined to be essential under the circumstances then existing, may result in the Department 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 and as otherwise stated in this IFB. If a Vendor is unclear about a requirement or believes Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 9 of 10 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. 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. 4.2 PRODUCT IDENTIFICATION BRAND SPECIFIC Manufacturer(s) name and product descriptions used in this solicitation are product-specific. The items offered in response to this solicitation shall be by the manufacturer and the type specified. These specific products are needed due to compatibility and continuity of support. Failure to comply with this requirement shall be a sufficient basis for disqualifying a bid from further consideration 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: Delivery Location: Wake Technical Community College Perry Health Science Campus 2901 Holston Lane Raleigh NC 27610 Successful Vendor shall complete delivery within sixty (30) consecutive calendar days after receipt of purchase order. 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 QUALITY ACCEPTANCE INSPECTION It is the responsibility of the receiving agency to inspect all materials, supplies and equipment upon delivery, if required to insure compliance with the contract requirements and specifications. INVOICES MAY NOT BE PAID UNTIL AN INSPECTION HAS OCCURRED AND THE GOODS ACCEPTED. 4.6 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 with its bid response a signed statement from the manufacturer confirming authorization. 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 4.7 WARRANTY Vendor warrants that all equipment furnished under this IFB will be newly manufactured, of good material and Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 10 of 11 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 WTCC, 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 WTCC 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): _________________________________________ 4.8 DESCRIPTIVE LITERATURE Each bid should be accompanied by complete descriptive literature, specifications, certifications, and all other pertinent data necessary for thorough evaluation of the item(s) bid 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. 4.9 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. 4.10 VENDOR’S REPRESENTATIONS If the bid results in an award, the 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, Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 11 of 12 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 Deliverables. Vendor expressly assumes full responsibility for prompt notification to the Purchasing Agency 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. 4.11 FINANCIAL STABILITY Each Vendor shall certify it is financially stable by completing the ATTACHMENT F: 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. 5.0 PRODUCT SPECIFICATIONS SPECIFICATIONS The specifications and requirements provided are drawn around products which the WTCC has evaluated and determined that the size, construction, design layout, special features and performance are necessary. The specific items and any specifications that the Purchasing Agency is seeking are listed below. Items offered by the Vendor must meet or exceed the listed Specifications. Specifications Product/Service Offered Meets Specification REALITi 360 Plus REALITi360PL REALITi 360 Plus Full Membership • One (1) Premium Screen of choice Simulation Set Complete including: • One (1) iPad Wi-Fi • One (1) iPad Pro 12.9" Wi-Fi Fixed Wi-Fi • iPad Cover • Facilitator Case • Monitor Bag • Simulation Lead set (Adult) • Power System • Configuration & Setup • 1 Year Support REALITi 360 Monitor Screen REALITl360MON Includes Premium Monitor Screen of Choice for REALITi 360 AURiS- Training Stethoscope Kit K-AURiS • AURiS Simulation Stethoscope • Controller Tablet • Protective Controller Hard Cover • Configuration & Set-Up YES NO Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 12 of 13 6.0 CONTRACT ADMINISTRATION 6.1 PROJECT MANAGER AND CUSTOMER SERVICE If selected for award, the Vendor shall designate and make available to the State a single point of contact for contract related issues and issues concerning performance, progress review, scheduling and any service required. 6.2 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. 6.3 DISPUTE RESOLUTION During the performance of the contract, the parties must 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 may elect to exercise any other remedies available under the Contract, or at law. This term, when agreed in the Contract, shall not constitute an agreement by either party to mediate or arbitrate any dispute. 6.4 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. 6.5 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: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 13 of 14 7.0 ATTACHMENTS ATTACHMENT A: PRICING FORM FURNISH AND DELIVER: This is a Brand Specific Bid – No Substitutes will be allowed. Price includes delivery. Item # QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE 1 3 EA REALITi 360 Plus REALITi360PL REALITi 360 Plus Full Membership • One (1) Premium Screen of choice Simulation Set Complete including: • One (1) iPad Wi-Fi • One (1) iPad Pro 12.9" Wi-Fi Fixed Wi-Fi • iPad Cover • Facilitator Case • Monitor Bag • Simulation Lead set (Adult) • Power System • Configuration & Setup • 1 Year Support $_________ $_________ 2 3 EA REALITi 360 Monitor Screen REALITl360MON Includes Premium Monitor Screen of Choice for REALITi 360 $_________ $_________ 3 3 EA AURiS- Training Stethoscope Kit K-AURiS • AURiS Simulation Stethoscope • Controller Tablet • Protective Controller Hard Cover • Configuration & Set-Up $_________ $_________ Total: _________________ Bid Number: 130-WTCC654-2021 Vendor: ____________________________________ Ver: 2/1/2021 Page 14 of 14 ATTACHMENT B: INSTRUCTIONS TO VENDORS The Instructions to Vendors, which are incorporated herein by this reference, may be found here: Instructions to Vendors ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS The North Carolina General Terms and Conditions, which are incorporated herein by this reference, may be found here: North Carolina General Terms and Conditions ATTACHMENT D: VENDOR REQUEST FOR EO50 PRICE-MATCHING The Vendor Request for EO50 Price-Matching associated with this IFB is a separate document that is captioned ATTACHMENT D: VENDOR REQUEST FOR EO50 PRICE-MATCHING and can be found at the following link: EO50 Price-Matching ATTACHMENT E: LOCATION OF WORKERS UTILIZED BY VENDOR The Location of Workers Utilized by Vendor associated with this IFB is a separate document that is captioned ATTACHMENT E: LOCATION OF WORKERS UTILIZED BY VENDOR and can be found at the following link: Location of Workers Utilized by Vendor ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION The Certification of Financial Condition associated with this IFB is a separate document that is captioned ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION and can be found at the following link: Certification of Financial Condition ATTACHMENT G: HUB SUPPLEMENTAL SUPPLIER INFORMATION The Historically Underutilized Businesses (HUB) Supplier Information associated with this IFB is a separate document that is captioned ATTACHMENT G: HUB SUPPLEMENTAL SUPPLIER INFORMATION and can be found at the following link: HUB Supplemental Vendor Information https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_12.2020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Vendor-Price-Matching-Opportunity_01.2020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Location-of-Vendors-Located-Outside-the-United-States_01.2020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/CERTIFICATION-OF-FINANCIAL-CONDITION.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_HUB-Supplemental-Vendor-Information_9.2020.pdf

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

RFP Commissioning Service for Pine Technical Community & Technical College

Due: 02 May, 2024 (in 6 days)Agency: Minnesota State

JFS OUIO CINCINNATI STATE TECHNICAL AND COMMUNITY COLLEGE (CSTCC)

Due: 30 Sep, 2025 (in 17 months)Agency: JFS-Job and Family Services