School Nurse Services for North Hills Christian School

expired opportunity(Expired)
From: North Carolina Department of Public Instruction(State)
40-PR12331494-KT-467040067

Basic Details

started - 25 Jul, 2022 (20 months ago)

Start Date

25 Jul, 2022 (20 months ago)
due - 10 Aug, 2022 (19 months ago)

Due Date

10 Aug, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
40-PR12331494-KT-467040067

Identifier

40-PR12331494-KT-467040067
Department of Public Instruction

Customer / Agency

Department of Public Instruction
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 NC Department of Public Instruction Invitation for Bid #: 40-PR12331494-KT-467040067 School Nurse Services for North Hills Christian School Date of Issue: July 25, 2022 Bid Opening Date: August 9, 2022 At 10:00 AM ET Direct all inquiries concerning this IFB to: Krystie Terry Procurement Specialist I Email: Krystie.Terry@dpi.nc.gov Phone: 984-236-2473 Ver: 11/2021 STATE OF NORTH CAROLINA Invitation for Bid # 40-PR12331494-KT-467040067 ______________________________________________________ For internal State agency processing, including tabulation of bids, provide your company’s eVP (Electronic Vendor Portal) Number. Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page shall be filled out and returned with your
bid. Failure to do so may subject your bid to rejection. ___________________________________________________ Vendor Name ______________________________ Vendor eVP# Note: For your bid to be considered, your company (you) must be a North Carolina registered vendor in good standing. You must enter the vendor number assigned through eVP (Electronic Vendor Portal). If you do not have a vendor number, register at https://vendor.ncgov.com/vendor/login https://vendor.ncgov.com/vendor/login Bid Number: 40-PR12331494-KT-467040067 Vendor: __________________________________________ Ver: 11/2021 1 Refer ALL Inquiries regarding this IFB to: Krystie Terry Krystie.Terry@dpi.nc.gov Invitation for Bid #: 40-PR12331494-KT-467040067 Bids will be publicly opened: August 9, 2022 at 10:00 AM ET Using Agency: North Hills Christian School Commodity No. and Description: 851016 - Healthcare provider support persons Requisition No.: PR12331494 EXECUTION In compliance with this Invitation for Bid (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),  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 contracts; 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 response to the IFB, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor is not aware that any such gift has been offered, accepted, or promised by any employees of your 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 Ariba Sourcing Tool. Failure to execute/sign bid prior to submittal may render bid invalid and it SHALL BE REJECTED. Late bids shall not 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 #12): STATE OF NORTH CAROLINA Department of Public Instruction Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 2 PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE*: DATE: EMAIL: VALIDITY PERIOD Offer shall be valid for at least 90 days from date of bid opening, unless otherwise stated here: ______ days, or if extended by mutual agreement of the parties. Any withdrawal of this offer shall be made in writing, effective upon receipt by the agency issuing this IFB. ACCEPTANCE OF BIDS If your bid is accepted, all provisions of this IFB, along with the written results of any negotiations, shall constitute the written agreement between the parties (“Contract”). The NORTH CAROLINA GENERAL TERMS AND CONDITIONS are incorporated herein and shall apply. Depending upon the Goods or Services being offered, other terms and conditions may apply, as mutually agreed. FOR STATE USE ONLY Offer accepted and contract awarded this ______ day of _____________________, 20____, as indicated on attached certification, by _____________________________________________ (Authorized representative of Department of Public Instruction, Chief Financial Officer). North Carolina Department of Public by _____________________________________________ Catherine Truitt, NC Superintendent of Public Instruction Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 3 CONTENTS 1.0 PURPOSE AND BACKGROUND ............................................................................................................... 5 1.1 CONTRACT TERM .................................................................................................................................... 5 2.0 GENERAL INFORMATION......................................................................................................................... 5 2.1 INVITATION FOR BID DOCUMENT ......................................................................................................... 5 2.2 E-PROCUREMENT FEE ........................................................................................................................... 5 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS ................................................ 5 2.4 IFB SCHEDULE......................................................................................................................................... 6 2.5 BID QUESTIONS ....................................................................................................................................... 6 2.6 BID SUBMITTAL ....................................................................................................................................... 6 2.7 BID CONTENTS ........................................................................................................................................ 7 2.8 ALTERNATE BIDS .................................................................................................................................... 7 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS ..................................................................... 8 3.1 METHOD OF AWARD ............................................................................................................................... 8 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ........................ 8 3.3 BID EVALUATION PROCESS .................................................................................................................. 8 3.4 PERFORMANCE OUTSIDE THE UNITED STATES ................................................................................ 9 3.5 INTERPRETATION OF TERMS AND PHRASES .................................................................................... 9 4.0 REQUIREMENTS ........................................................................................................................................ 9 4.1 PRICING .................................................................................................................................................... 9 4.2 INVOICES .................................................................................................................................................. 9 4.3 FINANCIAL STABILITY .......................................................................................................................... 10 4.4 HUB PARTICIPATION ............................................................................................................................ 10 4.5 REFERENCES......................................................................................................................................... 10 4.6 VENDOR EXPERIENCE/STAFFING - WORK PLAN ............................................................................. 10 4.6.1 VENDOR EXPERIENCE ......................................................................................................................... 10 4.6.2 STAFFING - WORK PLAN ...................................................................................................................... 10 4.7 BACKGROUND CHECKS ...................................................................................................................... 11 4.8 PERSONNEL ........................................................................................................................................... 13 4.9 VENDOR’S REPRESENTATIONS.......................................................................................................... 13 4.10 AGENCY INSURANCE REQUIREMENTS MODIFICATION ................................................................. 13 4.12 FEDERAL COVID-19 VACCINATION REQUIREMENT ........................................................................ 14 4.13 LOBBYING ACTIVITY CERTIFICATION FOR FEDERAL GRANTS ..................................................... 14 4.14 ESTIMATED QUANTITIES ..................................................................................................................... 14 5.0 SPECIFICATIONS AND SCOPE OF WORK ........................................................................................... 14 5.1 SPECIFICATIONS ................................................................................................................................... 14 5.2 CERTIFICATION AND SAFETY LABELS .............................................................................................. 15 Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 4 5.3 INFORMATION TECHNOLOGY APPROVALS ...................................................................................... 15 5.4 DEVIATIONS ........................................................................................................................................... 15 6.0 CONTRACT ADMINISTRATION .............................................................................................................. 16 6.1 PROJECT MANAGER AND CUSTOMER SERVICE ............................................................................. 16 6.2 POST AWARD PROJECT REVIEW MEETINGS ................................................................................... 16 6.3 CONTINUOUS IMPROVEMENT ............................................................................................................. 16 6.4 PERIODIC STATUS REPORTS .............................................................................................................. 16 6.5 ACCEPTANCE OF WORK ...................................................................................................................... 16 6.6 TRANSITION ASSISTANCE ................................................................................................................... 16 6.7 DISPUTE RESOLUTION ......................................................................................................................... 17 6.8 CONTRACT CHANGES .......................................................................................................................... 17 6.9 PRICE ADJUSTMENTS .......................................................................................................................... 17 7.0 ATTACHMENTS ....................................................................................................................................... 18 ATTACHMENT B: INSTRUCTIONS TO VENDORS (NOT REQUIRED TO BE RETURNED) ............................ 18 ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS (NOT REQUIRED TO BE RETURNED) ............................................................................................................................................. 18 ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION (UPLOAD IN SOURCING TOOL) ........ 18 ATTACHMENT E: CUSTOMER REFERENCE FORM (UPLOAD IN SOURCING TOOL) .................................. 18 ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR (UPLOAD IN SOURCING TOOL) ...... 18 ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION (UPLOAD IN SOURCING TOOL) .............. 18 ATTACHMENT H: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY (UPLOAD IN SOURCING TOOL) ................................................................................................................................... 18 Completed and signed version of CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS and OMB STANDARD FORM LLL (COMPLETE IN THE SOURCING TOOL) ........................................................................................................................................................ 18 Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 5 1.0 PURPOSE AND BACKGROUND The North Carolina Department of Public Instruction on behalf of North Hills Christian School in Salisbury, NC. seeks a Vendor to provide a Licensed Practical Nurse (LPN) and a Registered Nurse (RN) on campus for COVID and other infectious illnesses to ensure health and safety of students and staff. The Nurse will contact parents when needed, ensure that those who need to quarantine are informed, provide temperature checks or medication if needed, keep students isolated until parents arrive and first aid assessment. The complete scope of work is listed in Section 5.0. This service will be funded using Emergency Assistance to Non-Public Schools Program (EANS) grant funds which expire on September 30, 2024. The intent of this solicitation is to award an Agency Specific Contract 1.1 CONTRACT TERM The Contract shall begin on the date of final contract execution (the “Effective Date”) through September 30, 2024, based on the service dates below. The Vendor shall begin work under the Contract within five (5) business days or less of the Effective Date. Service Dates: • Upon final contract execution through May 31, 2023 • July 17, 2023 - May 31, 2024 • July 17, 2024 - September 30, 2024 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 This IFB is comprised of the base IFB document, any attachments, and any addenda released before Contract award, which are incorporated herein by reference. 2.2 E-PROCUREMENT FEE ATTENTION: This is an NC eProcurement solicitation facilitated by the Ariba Network. The E-Procurement fee may apply to this solicitation. See the paragraph entitled ELECTRONIC PROCUREMENT of the North Carolina General Terms and Conditions. General information on the E-Procurement Services can be found at: http://eprocurement.nc.gov/. What is the Ariba Network? The Ariba Network is a web-based platform that serves as a connection point for buyers and vendors. Vendors can log in to the Ariba Network to view purchase orders, respond to electronic requests for quotes, participate in Sourcing Events, and collaborate with buyers on contract documents. For training on how to use the Sourcing Tool to view solicitations, submit questions, develop responses, upload documents, and submit offers to the State, Vendors should go to the following site: http://eprocurement.nc.gov/training/vendor-training. 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions to Vendors, the North Carolina General Terms and Conditions, all relevant exhibits and attachments, and any other components made a part of this IFB and comply with all requirements and specifications herein. Vendors are also 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 of this IFB, those must be submitted as questions in accordance with the instructions in the BID QUESTIONS Section. If the State determines that any changes will be made as a result of the questions asked, then such decisions will be communicated http://eprocurement.nc.gov/ Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 6 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 Q and A process or negotiation under 01 NCAC 05B.0503, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s bid or otherwise. This applies to any language appearing in or attached to the document as part of the Vendor’s bid that purports to vary any terms and conditions or Vendors’ instructions herein or to render the bid non-binding or subject to further negotiation. Vendor’s bid shall constitute a firm offer that shall be held open for the period required herein (“Validity Period” above). By execution and delivery of this IFB Response, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s bid as nonresponsive. The State may exercise its discretion to consider Vendor proposed modifications. 2.4 IFB SCHEDULE The table below shows the intended schedule for this IFB. The State will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue IFB State July 25, 2022 Submit Written Questions Vendor August 1, 2022 by 10:00 AM ET Provide Response to Questions State August 3, 2022 Submit Bids Vendor August 9, 2022 at 10:00 AM ET 2.5 BID QUESTIONS Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best bid possible. To accommodate the Bid Questions process, Vendors shall submit any such questions by the “Submit Written Questions” date and time provided in the IFB SCHEDULE Section above, unless modified by Addendum. Questions related to the content of the solicitation, or the procurement process should be directed to the person on the title page of this document via the Sourcing Tool's message board by the date and time specified in the IFB SCHEDULE Section of this IFB. Vendors will enter “IFB # 40-PR12331494– Questions” as the subject of the message. Question submittals should include a reference to the applicable IFB section. This is the only manner in which questions will be received. Questions or issues related to using the Sourcing Tool itself can be directed to the North Carolina eProcurement Help Desk at 888-211-7440, Option 2. Help Desk representatives are available Monday through Friday from 7:30 AM ET to 5:00 PM ET. 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 Sourcing Tool in the form of an addendum 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 the IFB and an addendum to this IFB. 2.6 BID SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Vendor shall bear the risk of late submission due to unintended or unanticipated delay. It is the Vendor’s sole responsibility to ensure its bid has been received as described in this IFB by the specified time and date of opening. Failure to submit a bid in strict accordance with instructions provided shall constitute sufficient cause to reject a Vendor’s bids(s). Solicitation responses are subject to Sealed Bidding requirements. Vendor’s bids for this procurement must be submitted through the Sourcing Tool. For training on how to use the Sourcing Tool to view solicitations, submit questions, develop responses, upload documents, and submit offers to the State, Vendors should go to the following site: https://eprocurement.nc.gov/training/vendor-training https://eprocurement.nc.gov/training/vendor-training Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 7 Questions or issues related to using the Sourcing Tool itself can be directed to the North Carolina eProcurement Help Desk at 888-211-7440, Option 2. Help Desk representatives are available Monday through Friday from 7:30 AM EST to 5:00 PM EST. Tips for Using the Sourcing Tool 1. Vendors should review available training and confirm that they are able to access the Sourcing Event, enter responses, and upload files well in advance of the date and time response are due to allow sufficient time to seek assistance from the North Carolina eProcurement Help Desk. 2. Vendors may submit their responses early to make sure there are no issues, and then submit a revised response any time prior to the response due date and time. The State will only review the most recent response. 3. Vendors should respond to all relevant sections of the Sourcing Event. Certain questions or items are required in order to submit a response and are denoted with an asterisk. The Sourcing Tool will not allow a response to be submitted unless all required items are completed. The Sourcing Tool will provide error messages to help identify any required information that is missing when response is submitted. 4. Simply saving your response in the Sourcing Tool is not the same as submitting your response to the State. Vendors should make sure they complete the submission process and receive a message that their response was successfully submitted. 2.7 BID CONTENTS Vendors shall provide responses to all questions and complete all attachments for this IFB that require the Vendor to provide information and upload them to the Sourcing Event in the Sourcing Tool. Vendor may not be able to submit its response in the Sourcing Tool unless all required items are addressed. Vendors shall provide authorized signatures where requested. Failure to provide all required items, or Vendor’s submission of incomplete items, may result in the State rejecting Vendor’s bid, in the State’s sole discretion. Vendors shall upload the following items and attachments in the Sourcing Tool: a) Completed and signed version of all EXECUTION PAGES, along with the body of the IFB. b) Signed receipt pages of any addenda released in conjunction with this IFB, if required to be returned. c) Vendor’s Response – Section 4.6: 4.6.1 VENDOR EXPERIENCE/4.6.2 STAFFING - WORK PLAN d) Completed version of ATTACHMENT A: PRICING e) Completed and signed version of ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION (UPLOAD IN SOURCING TOOL) f) Completed and signed version of ATTACHMENT E: CUSTOMER REFERENCE FORM (UPLOAD IN SOURCING TOOL) g) Completed and signed version of ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR (UPLOAD IN SOURCING TOOL) h) Completed and signed version of ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION (UPLOAD IN SOURCING TOOL) i) Completed and signed version of ATTACHMENT H: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY (UPLOAD IN SOURCING TOOL) j) Completed and signed version of CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS and OMB STANDARD FORM LLL (COMPLETE IN THE SOURCING TOOL) 2.8 ALTERNATE BIDS Unless provided otherwise in this IFB, Vendor may submit alternate bids for comparable Goods, various methods or levels of Service(s), or that propose different options. Alternate bid must specifically identify the IFB requirements and advantage(s) addressed by the alternate bid. Each bid must be for a specific set of Goods and Services and must include Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 8 specific pricing. If a Vendor chooses to respond with various offerings, Vendor shall follow the specific instructions for uploading Alternate Bids in the Sourcing Tool. 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS 3.1 METHOD OF AWARD North Carolina G.S. 143-52 provides a general list of criteria the State shall use to award contracts, as supplemented by the additional criteria herein. The Goods or Services being procured shall dictate the application and order of criteria; however, all award decisions shall be in the State’s best interest. All responsive bids will be reviewed, and an award or awards will be based on the responsive bid(s) offering the lowest price that meets the specifications provided herein. While the intent of this IFB is to award a Contract(s) to a single Vendor or multiple Vendors 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. The State reserves the right to waive any minor informality or technicality in bids received. 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION While this IFB is under evaluation, the responding Vendor, including any subcontractors and suppliers, is prohibited from engaging in conversations intended to influence the outcome of the evaluation. See the Paragraph of the Instructions to Vendors entitled Confidential Information. 3.3 BID EVALUATION PROCESS Only responsive submissions will be evaluated. The State will conduct an evaluation of responsive Bids, as follows: Bids will be received according to the method stated in the Bid Submittal section above. All bids must be received by the issuing agency not later than the date and time specified in the IFB SCHEDULE Section above, unless modified by Addendum. Vendors are cautioned that this is a request for offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all offers at any time if such rejection is deemed to be in the best interest of the State. At the date and time provided in the IFB SCHEDULE Section above, unless modified by Addendum, the bids from each responding Vendor will be opened publicly and the name of the Vendor and total cost offered may be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position. If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public until award. At their option, the evaluators may request oral presentations or discussions with any or all Vendors for clarification or to amplify the materials presented in any part of the bid. Vendors are cautioned, however, that the evaluators are not required to request presentations or other clarification—and often do not. Therefore, all bids should be complete and reflect the most favorable terms available from the Vendor. Prices bid cannot be altered or modified as part of a clarification. 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) under the IFB number for this solicitation. Award of a Contract to one Vendor does not mean that the other Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 9 bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the State. The State reserves the right to negotiate with one or more Vendors, or to reject all original offers and negotiate with one or more sources of supply that may be capable of satisfying the requirement, and in either case to require Vendor to submit a Best and Final Offer (BAFO) based on discussions and negotiations with the State. 3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this IFB, the State may also consider, for purposes of evaluating proposed or actual contract performance outside of the United States, how that performance may affect the following factors to ensure that any award will be in the best interest of the State: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property e) Availability of pertinent skills f) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.5 INTERPRETATION OF TERMS AND PHRASES This IFB serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the State; and (2) to provide (together with other specified documents) the terms of the Contract resulting from this procurement. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the State will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the State’s needs as described in the IFB. Except as specifically stated in the IFB, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the State exercising its discretion to reject a bid in its entirety. 4.0 REQUIREMENTS This Section lists the requirements related to this IFB. By submitting a bid, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements, and terms and conditions stated in this IFB. If a Vendor is unclear about a requirement or specification or believes a change to a requirement would allow for the State to receive a better bid, the Vendor is urged to submit these items in the form of a question during the question- and-answer period in accordance with the Bid Questions Section above. 4.1 PRICING Bid price shall constitute the total cost to the State for complete performance in accordance with the requirements and specifications herein, including all applicable charges for handling, transportation, administrative and other similar fees. Complete ATTACHMENT A: PRICING FORM. The pricing provided in ATTACHMENT A, or resulting from any negotiations, is incorporated herein and shall become part of any resulting Contract. 4.2 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 information to allow Purchasing Agency to verify pricing at point of receipt matches the correct price from the original date of order. The following fields shall be included on all invoices, as relevant: 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. Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 10 INVOICES MAY NOT BE PAID UNTIL AN INSPECTION HAS OCCURRED AND THE GOODS OR SERVICES ACCEPTED. 4.3 FINANCIAL STABILITY As a condition of contract award, the Vendor must certify that it has the financial capacity to perform and to continue to perform its obligations under the Contract; that Vendor has no constructive or actual knowledge of an actual or potential legal proceeding being brought against Vendor that could materially adversely affect performance of this Contract; and that entering into this Contract is not prohibited by any contract, or order by any court of competent jurisdiction. Each Vendor shall certify it is financially stable by completing ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential issues from contracting with a Vendor that is financially unstable. 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. The Contract Manager may require annual recertification of the Vendor’s financial stability. 4.4 HUB PARTICIPATION Pursuant to North Carolina General Statute G.S. 143-48, it is State policy to encourage and promote the use of small, minority, physically handicapped, and women contractors in purchasing Goods and Services. As such, this IFB will serve to identify those Vendors that are minority owned or have a strategic plan to support the State’s Historically Underutilized Business program by meeting or exceeding the goal of 10% utilization of diverse firms as 1st or 2nd tier subcontractors. Vendor shall complete ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION. 4.5 REFERENCES Vendor shall upload to the Sourcing Tool at least three (3) references, using ATTACHMENT E: CUSTOMER REFERENCE FORM, for which it has provided Services of similar size and scope to those proposed herein. The State may contact these users to determine whether the Services provided are substantially similar in scope to those proposed herein and whether Vendor’s performance has been satisfactory. The information obtained may be considered in the evaluation of the Bid. 4.6 VENDOR EXPERIENCE/STAFFING - WORK PLAN 4.6.1 VENDOR EXPERIENCE With its bid response, the Vendor shall demonstrate experience with public and/or private sector clients with similar or greater size and complexity to the North Hills Christian School. The Vendor shall provide a written summary of the company/corporation, including when the firm was established, the location of its corporate headquarters, the number of current employees, the types of facilities serviced, and similar contracts held over the past three (3) years. The State may check all public sources to determine whether the Vendor has listed all contracts for similar work within the designated period. If the State determines that the list is incomplete or inaccurate and similar contracts were not listed, the State may contact the entities to make inquiry into the Vendor’s performance of those contracts and the information obtained may be considered as “Reference” information. Failure to return Section 4.6.1 with the bid response shall result in the Vendor being deemed non-responsive and the bid shall not be evaluated further. 4.6.2 STAFFING - WORK PLAN With its bid response, the Vendor must submit a written STAFFING - WORK PLAN to include the following items as listed below (failure to return Section 4.6.2 with the bid response shall result in the Vendor being deemed non- responsive and the bid shall not be evaluated further): 1. The method and routine for how the Vendor proposes to provide the service, the tasks associated and how the staff will be maintained during the course of the contract. 2. Subcontractors and contact information of subcontractors that will be used, if no subcontractors will be used the Vendor shall indicate that in this section. 3. Equipment Inventory List: To include list of equipment that is to be located in the building during the duration of the contract. Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 11 The Vendor has submitted Section 4.6.1 & Section 4.6.2 with its bid response? YES NO 4.7 BACKGROUND CHECKS Any personnel or agent of Vendor performing Services under any Contract arising from this IFB may be required to undergo a background check at the expense of the Vendor, if so requested by the State. 4.7.1 GENERAL INFORMATION It is the policy of the State to provide a safe environment for State Government employees to work. Due to the Contract requirements, the State requires criminal background checks of awarded Vendors, including but not limited to: owners, employees, agents, representatives, subcontractors, and all personnel of their respective companies. All costs and expenses associated with criminal background checks are the responsibility of the Vendor. The following requirements must be met: a) Criminal background checks shall be current and completed within ninety (90) days of the Contract effective date. b) The criminal background check shall include a social security verification/check, felonies, misdemeanors, and traffic records covering a minimum of the last seven (7) years for all states and countries where the individual has resided. The criminal background check information shall be first thoroughly reviewed by the Vendor and then sent to the Contract Administrator for review and approval. Out of state searches shall be required for persons living in the state of NC for fewer than seven (7) years. Fingerprint background checks may be required in some instances depending on the facility requirements. c) A criminal background check on the awarded Vendor and its employees shall be provided by the Vendor prior to Contract effective date. Copies of the original criminal background check shall be sent to the Contract Administrator for evaluation. In some cases, badging cannot take place until after the evaluation and approval of the Vendor’s criminal checks. d) When a new employee or individual is identified to perform Services on this Contract, the Vendor shall provide the Contract Administrator with a criminal background check before the individual can be approved for work. Persons without approved criminal background checks shall not be allowed to work in the relevant buildings until proper documentation is submitted and approved. e) The State may require the Vendor to exclude the Vendor’s employees, agents, representatives, or subcontractors based on the background check results. Discovery that one or more employees have convictions does not disqualify the Vendor from award. f) Additionally, the State may use The North Carolina Department of Public Safety Offender Public Information or similar Services to conduct additional background checks on the Vendor’s proposed employees. 4.7.2 BACKGROUND CHECK REQUIREMENTS As part of Vendor’s criminal background checks, the details below must be provided to the State: a) Any criminal felony conviction, or conviction of any crime involving moral turpitude, including but not limited to fraud, misappropriation or deception, of Vendor, its officers or directors, or any of its employees or other personnel to provide Services on this project of which Vendor has knowledge, or provide a statement that Vendor is aware of none; b) Any criminal investigation for any offense involving moral turpitude, including, but not limited to fraud, misappropriation, falsification or deception pending against Vendor of which it has knowledge, or provide a statement Vendor is aware of none; c) Any regulatory sanctions levied against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies within the past three years or a statement that there are none. As used herein, the term “regulatory sanctions” includes the revocation or suspension of any license or certification, the levying of any monetary penalties or fines, and the issuance of any written warnings; https://webapps.doc.state.nc.us/opi/offendersearch.do?method=view Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 12 d) Any regulatory investigations pending against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies of which Vendor has knowledge, or provide a statement that there are none. e) Any civil litigation, arbitration, proceeding, or judgments pending against Vendor during the three (3) years preceding submission of its bid herein, or provide a statement that there are none. 4.7.3 BACKGROUND CHECK LIMITATIONS Any individual representing the Vendor, who: a) In his/her lifetime, has been adjudicated as a habitual felon as defined by GS 14-7.1 or a violent habitual felon as defined by GS 14-7.7, shall not be allowed to work in buildings occupied by State Government employees. b) During the last seven (7) years has been convicted of any criminal felony or misdemeanor sexual offense or a crime of violence shall not be allowed to work in buildings occupied by State Government employees. c) At any time has an outstanding warrant or a criminal charge for a crime described in (b) above shall not be allowed to work on State property. d) The Vendor must ensure that all employees have a responsibility to self-report to the Vendor within twenty-four (24) hours any arrest for any disqualifying offense. The Vendor must notify the Contract Administrator within twenty-four (24) hours of all details concerning any reported arrest. e) Upon the request of the Contract Administrator, the Vendor will re-screen any of its employees, agents, representatives, and subcontractors during the term of the Contract. f) Vendor’s responses to these background check requests shall be considered a continuing representation, and Vendor’s failure to notify the State within thirty (30) days of any criminal charge, investigation, or proceeding involving Vendor or its then-current officers, directors or persons providing Services under this Contract during its term shall constitute a material breach of contract. The provisions of this paragraph shall also apply to any subcontractor utilized by Vendor to perform Services under this Contract. g) If there are problems or delays with performance associated with the completion and compliance with this background check requirements, any Vendor’s performance bond could be used to complete these Services. 4.7.4 DOCUMENT REQUIREMENTS Required documentation to be submitted prior to date Contract is effective and for performing any Services on State property shall include: a) A cover letter by the Vendor on company letterhead with a list of the full names matching a required government issued photo ID, addresses, and birth dates of each person representing the contracting company. b) Vendor shall also provide a photocopy of the required State or Federal government issued picture ID or Driver License. c) A letter on company letterhead is not acceptable proof in itself but can be used to further clarify information on the criminal background check submitted. All documentation shall be submitted at the same time. Submit documents which are clear and legible. d) Background checks consisting of: 1. Original unaltered criminal background check from the organization providing the background check. 2. The background check provider’s company name, company mailing address, and contact phone numbers. 3. The full name of the individual, which matches the government issued photo ID. 4. The current address of individual being checked. 5. The date the criminal background check search was conducted. Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 13 4.7.5 VENDOR BACKGROUND CHECK AGREEMENT Vendor agrees to conduct a criminal background check per the specifications above in this section on all employees proposed to work under this Contract, at its expense, and provide the required documentation to the State in order to perform Services under this Contract: YES NO 4.8 PERSONNEL Vendor warrants that qualified personnel shall provide Services under this Contract in a professional manner. “Professional manner” means that the personnel performing the Services will possess the skill and competence consistent with the prevailing business standards in the industry. Vendor will serve as the prime contractor under this Contract and shall be responsible for the performance and payment of all subcontractor(s) that may be approved by the State. Names of any third-party Vendors or subcontractors of Vendor may appear for purposes of convenience in Contract documents; and shall not limit Vendor’s obligations hereunder. Vendor will retain executive representation for functional and technical expertise as needed in order to incorporate any work by third party subcontractor(s). Should the Vendor’s bid result in an award, the Vendor shall be required to agree that it will not substitute key personnel assigned to the performance of the Contract without prior written approval by the Contract Lead. Vendor shall further agree that it will notify the Contract Lead of any desired substitution, including the name(s) and references of Vendor’s recommended substitute personnel. The State will approve or disapprove the requested substitution in a timely manner. The State may, in its sole discretion, terminate the Services of any person providing Services under this Contract. Upon such termination, the State may request acceptable substitute personnel or terminate the contract Services provided by such personnel. 4.9 VENDOR’S REPRESENTATIONS If Vendor’s bid results in an award, Vendor agrees that it will not enter any agreement with a third party that may abridge any rights of the State under the Contract. If any Services, deliverables, functions, or responsibilities not specifically described in this solicitation are required for Vendor’s proper performance, provision and delivery of the Service and deliverables under a resulting Contract, or are an inherent part of or necessary sub-task included within such Service, they will be deemed to be implied by and included within the scope of the Contract to the same extent and in the same manner as if specifically described in the Contract. Unless otherwise expressly provided herein, Vendor will furnish all of its own necessary management, supervision, labor, facilities, furniture, computer and telecommunications equipment, software, supplies and materials necessary for the Vendor to provide and deliver the Services and/or other Deliverables. 4.10 AGENCY INSURANCE REQUIREMENTS MODIFICATION A. Default Insurance Coverage from the General Terms and Conditions applicable to this Solicitation: ☐ Small Purchases ☐ Contract value in excess of the Small Purchase threshold, but up to $1,000,000.00 ☐ Contract value in excess of $1,000,000.00 4.11 NC COVID-19 VACCINATION AND TESTING REQUIREMENT Executive Order 224, signed by Governor Cooper on July 30, 2021, requires all state employees and contractors who may enter facilities at Cabinet Agencies or other participating State Agencies to provide proof of full vaccination or a negative Covid test result within the last seven (7) days. Contractors must follow the requirements of this policy to ensure that their employees are: (1) fully vaccinated or tested weekly, and (2) wearing face coverings where required at Agency facilities. Each Vendor shall certify its acknowledgement and intent to comply with this policy by completing ATTACHMENT H: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY. Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 14 4.12 FEDERAL COVID-19 VACCINATION REQUIREMENT President Biden recently issued Executive Order 14042 requiring that all employees working on or in connection with a federal contract be fully vaccinated against COVID-19. By responding to this solicitation, Vendor acknowledges and agrees to comply with the federal COVID-19 vaccination requirements. 4.13 LOBBYING ACTIVITY CERTIFICATION FOR FEDERAL GRANTS Federal law prohibits recipients of federal funds, whether through grants, contracts, or cooperative agreements, from using those funds to influence or attempt to influence (lobby) a federal official in connection with obtaining, extending, or modifying any federal contract, grant, loan, or cooperative agreement. Further, federal law requires that applicants for federal funds certify: • that they abide by the above restriction; • that they disclose any permissible (non-federal) paid lobbying on the Federal Awards being applied for; and • that such certification requirements will also be included in any subawards meeting the applicable thresholds. Vendors must complete and submit the CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS and the OMB STANDARD FORM LLL when responding to this solicitation. 4.14 ESTIMATED QUANTITIES The quantities indicated herein are estimates only for the contract period through September 30, 2024 and are provided for informational purposes based on the anticipated usage during the contract period. No maximum or minimum quantities are guaranteed. It shall be understood and agreed that the State may purchase more or less than the estimated quantities in the Attachment A: Pricing Form during the contract period. The State reserves the right to increase or decrease the quantities as needed. The State shall not be obligated to purchase more than its normal requirements. The State will be responsible only for quantities requested and received. 5.0 SPECIFICATIONS AND SCOPE OF WORK 5.1 SPECIFICATIONS 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 to be considered for award. Item # Specifications Product/Service Offered Meets Specification 1 Ensure anyone that assists properly utilizes Personal Protective Equipment (PPE) YES NO 2 Observe health of symptomatic students YES NO 3 Document results of any students entering isolation area & communicate results to county as requested for positive tests YES NO 4 Assist in infection control disinfecting of the area YES NO 5 Assist with COVID-19 testing protocols: may require training through testing vendors YES NO 6 Educating staff, students, and parents regarding COVID symptom management and safety protocols to reinforce infection control measures YES NO VENDOR’S RESPONSE Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 15 7 Complete Vision Screening training through Prevent Blindness to assist in vision screenings (would need to have our nurse be trained and set up training through Prevent Blindness) YES NO 8 Immunization compliance tracking and communication to families YES NO 9 First aid assessment and interventions, following up with parents regarding these events YES NO 10 Medication administration and documentation on Medication Administration Records YES NO 11 Management of diabetic care plans (if applicable) or any other specialized healthcare need, i.e., seizure protocols, g-tube feedings, catheterizations YES NO 12 Vendor shall provide a Licensed practical nurse (LPN) on School days only, Monday-Friday when school is in session. Services shall not be provided on holidays or teacher workdays. YES NO 13 Vendor shall provide a Registered Nurse (RN) on School days only, Monday-Friday when school is in session. Services shall not be provided on holidays or teacher workdays. YES NO 14 The Vendor is responsible to ensure that all staff assigned to this contract are certified and licensed. YES NO 15 Estimated total work hours are 7.5 hours per day. Work hours based on school needs when school is in session. YES NO 5.2 CERTIFICATION AND SAFETY LABELS Any manufactured items and/or fabricated assemblies provided hereunder that are 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 inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization acceptable to govern inspection where the item is to be located, 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. 5.3 INFORMATION TECHNOLOGY APPROVALS The North Carolina Department of Information Technology (NCDIT) has certain standards for information technology equipment, especially if it interfaces with the State network. Approval by NCDIT is required before award of a contract to the extent these standards apply to this procurement. Agencies and Vendors are urged to determine the applicability of these NCDIT standards and to seek approval from NCDIT as necessary. 5.4 DEVIATIONS The nature of all deviations from the Specifications listed herein shall be clearly described by the Vendor. Otherwise, it will be considered that items offered by the Vendor are in strict compliance with the Specifications provided herein, and the successful Vendor shall be required to supply conforming goods and/or services. Deviations shall be explained in detail below or on an attached sheet. However, no implication is made or intended by the State that any deviation will be acceptable. Do not list objections to the North Carolina General Terms and Conditions in this section. Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 16 ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ 6.0 CONTRACT ADMINISTRATION All Contract Administration requirements are conditioned on an award resulting from this solicitation. This information is provided for the Vendor’s planning purposes. 6.1 PROJECT MANAGER AND CUSTOMER SERVICE The Vendor shall be required to designate and make available to the State a project manager. The project manager shall be the State’s point of contact for Contract related issues and issues concerning performance, progress review, scheduling, and service. 6.2 POST AWARD PROJECT REVIEW MEETINGS The Vendor, at the request of the State, shall be required to meet periodically with the State for Project Review meetings. The purpose of these meetings will be to review project progress reports, discuss Vendor and State performance, address outstanding issues, review problem resolution, provide direction, evaluate continuous improvement and cost saving ideas, and discuss any other pertinent topics. 6.3 CONTINUOUS IMPROVEMENT The State encourages the Vendor to identify opportunities to reduce the total cost the State. A continuous improvement effort consists of various ways to enhance business efficiencies as performance progresses. 6.4 PERIODIC STATUS REPORTS The Vendor shall be required to provide periodic status reports to the designated Contract Lead as requested. This report shall include, at a minimum, information concerning the work accomplished during the reporting period; work to be accomplished during the subsequent reporting period; problems, real or anticipated, and notification of any significant deviation from previously agreed upon work plans and schedules. These reports shall be well organized and easy to read. The Vendor shall submit these reports electronically using Microsoft Excel and, as needed, either Microsoft PowerPoint or Microsoft Word. The Vendor shall submit the reports in a timely manner and on a regular schedule as agreed by the parties. 6.5 ACCEPTANCE OF WORK Performance of the work and/or delivery of Goods shall be conducted and completed at least in accordance with the Contract requirements and recognized and customarily accepted industry practices. Performance shall be considered complete when the Services or Goods are approved as acceptable by the Contract Administrator. The State shall have the obligation to notify Vendor, in writing ten (10) calendar days following completion of such work or delivery of a deliverable described in the Contract that it is not acceptable. The notice shall specify in reasonable detail the reason(s) it is unacceptable. Acceptance by the State shall not be unreasonably withheld; but may be conditioned or delayed as required for reasonable review, evaluation, installation, or testing, as applicable to the work or deliverable. Final acceptance is expressly conditioned upon completion of all applicable assessment procedures. Should the work or deliverables fail to meet any specifications, acceptance criteria or otherwise fail to conform to the Contract, the State may exercise any and all rights hereunder, including, for Goods deliverables, such rights provided by the Uniform Commercial Code, as adopted in North Carolina. 6.6 TRANSITION ASSISTANCE If a Contract results from this solicitation, and the Contract is not renewed at the end of the last active term, or is canceled prior to its expiration, for any reason, Vendor shall provide transition assistance to the State, at the option of the State, Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 17 for up to sixty (60) days to allow for the expired or canceled portion of the Services to continue without interruption or adverse effect, and to facilitate the orderly transfer of such Services to the State or its designees. If the State exercises this option, the Parties agree that such transition assistance shall be governed by the terms and conditions of the Contract (notwithstanding this expiration or cancellation), except for those Contract terms or conditions that do not reasonably apply to such transition assistance. The State shall agree to pay Vendor for any resources utilized in performing such transition assistance at the most current rates provided by the Contract for performance of the Services or other resources utilized. 6.7 DISPUTE RESOLUTION During the performance of the Contract, the parties agree that it is in their mutual interest to resolve disputes informally. Any claims by the Vendor shall be submitted in writing to the State’s Contract Manager for resolution. Any claims by the State shall be submitted in writing to the Vendor’s Project Manager for resolution. The Parties shall agree to negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under this Contract. The Parties will agree on a reasonable amount of time to resolve a dispute. If a dispute cannot be resolved between the Parties within the agreed upon period, either Party may elect to exercise any other remedies available under the Contract, or at law. This provision, when agreed in the Contract, shall not constitute an agreement by either party to mediate or arbitrate any dispute. 6.8 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. 6.9 PRICE ADJUSTMENTS Prices proposed by the Vendor shall be firm through July 16, 2023. Price increase requests shall be submitted in writing to the Contract Lead, which shall include the reason(s) for the request and contain supporting documentation for the need. Price increases will be negotiated and agreed to by both the State and Vendor in advance of any price increase going into effect. The State is not obligated to accept pricing adjustments or increases and reserves the right to accept or reject them in part or in whole. Price de-escalation or decreases may be requested by the State at any time. It is understood and agreed that services will be provided at the established Contract prices in effect on the date an order is placed. Invoicing that deviates from this provision may result in Contract to cancellation. THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK Bid Number: 40-PR12331494-KT Vendor: __________________________________________ Ver: 11/2021 18 7.0 ATTACHMENTS All attachments to this IFB are incorporated herein and shall be downloaded, uploaded and submitted by responding in the Sourcing Tool. These attachments that shall be uploaded can be found at the following Vendor Forms link for reference purposes only: https://ncadmin.nc.gov/documents/vendor-forms ATTACHMENT A: PRICING FORM ITEM # EST. QTY UOM DESCRIPTION UNIT PRICE (PER HOUR) EXTENDED PRICE (EST. QTY X UNIT PRICE PER HOUR) 1 2,052 Hour Licensed Practical Nurse (LPN) per Section 5.0 $____________ $___________ 2 1,770 Hour Registered Nurse (RN) per Section 5.0 $____________ $___________ TOTAL EXTENDED COST (ITEMS 1-2) $___________ ATTACHMENT B: INSTRUCTIONS TO VENDORS (NOT REQUIRED TO BE RETURNED) ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS (NOT REQUIRED TO BE RETURNED) ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION (UPLOAD IN SOURCING TOOL) ATTACHMENT E: CUSTOMER REFERENCE FORM (UPLOAD IN SOURCING TOOL) ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR (UPLOAD IN SOURCING TOOL) ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION (UPLOAD IN SOURCING TOOL) ATTACHMENT H: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY (UPLOAD IN SOURCING TOOL) Completed and signed version of CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS and OMB STANDARD FORM LLL (COMPLETE IN THE SOURCING TOOL) https://ncadmin.nc.gov/documents/vendor-forms

116 W Jones St. 5106, Raleigh, NC 27603, USALocation

Address: 116 W Jones St. 5106, Raleigh, NC 27603, USA

Country : United StatesState : North Carolina

You may also like

School of Nursing Equipment

Due: 29 Mar, 2024 (Today)Agency: University of Northern Iowa

247-18253-AE - AE Services for Basketball Training & Athlete Academic Support

Due: 18 Apr, 2024 (in 20 days)Agency: George Mason University

REGISTERED NURSES SERVICES

Due: 09 Apr, 2024 (in 11 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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