Dental Equipment

expired opportunity(Expired)
From: Charlotte Douglas International Airport(Airport)
705-2023-0007

Basic Details

started - 08 Sep, 2022 (19 months ago)

Start Date

08 Sep, 2022 (19 months ago)
due - 29 Sep, 2022 (19 months ago)

Due Date

29 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
705-2023-0007

Identifier

705-2023-0007
Charlotte Douglas International Airport

Customer / Agency

Charlotte Douglas International Airport
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

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

- 1 - | P a g e Public Health Authority of Cabarrus County d.b.a. Cabarrus Health Alliance (CHA) REQUEST FOR PROPOSAL (RFP) #705-2023-0007 Dental Equipment DATE OF ISSUE: 09/08/2022 PROPOSAL OPENING DATE: 09/26/2022 at 3:15 PM (ET) Please direct all inquiries concerning this RFP to: Sue Yates Director of Finance Email: Sue.Yates@CabarrusHealth.org - 2 - | P a g e EXECUTION Certification: By executing this proposal, the undersigned Vendor certifies that: (i) this proposal is submitted competitively and without collusion (G.S. 143-54), (ii) 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), (iii) it is not an ineligible vendor as set forth in G.S. 143-59.1, (iv) no gift has been offered, extended, or promised by any of its employees or
representatives to any CHA employee associated with preparing plans, specifications or estimates for this RFP, or in awarding or administering the contract to result from this RFP, or in inspecting or supervising the services to be rendered (G.S. 133-32), (v) if any of the services to be performed under this RFP will be performed outside the United States by the Vendor or Vendor’s subcontractors, Vendor has disclosed such information in writing to CHA (G.S. 147-33.97); (vi) it acknowledges that auditors contracted by CHA and State of North Carolina auditors have the right under North Carolina law to access upon request the Vendor’s records and representatives to audit fees and performance associated with procurement contracts (G.S. 147-64.7), (viii) neither it nor any assignee of the Vendor is identified on a list maintained by the NC State Treasurer of persons engaged in investment activities in Iran (G.S. §143C-6A.5), (ix) if proposals are being requested for construction or repair work, must be submitted in accordance with the provisions set forth in G.S. 143-129, (x) if the source of funds for this Contract is federal funds, the following federal provisions apply pursuant to 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II (as applicable): Equal Employment Opportunity (41 C.F.R. Part 60); Davis-Bacon Act (40 U.S.C. 3141-3148); Copeland “Anti-Kickback” Act (40 U.S.C. 3145); Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708); Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387); Debarment and Suspension (Executive Orders 12549 and 12689); Byrd Anti-Lobbying Amendment (31 U.S.C. 1352); Procurement of Recovered Materials (2 C.F.R. § 200.322); and Record Retention Requirements (2 CFR § 200.324). False certification may constitute a Class I felony under North Carolina law. Failure to execute/sign proposal prior to submittal shall render proposal invalid and it WILL BE REJECTED. Late proposals cannot be accepted. VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #10): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE: DATE: E-MAIL: Offer valid for at least 60 days from date of proposal opening, unless otherwise stated here: ______ days. After this time, any withdrawal of offer shall be made in writing, effective upon receipt by CHA. - 3 - | P a g e Table of Contents 1.0 PURPOSE AND BACKGROUND .............................................................................................. - 4 - 2.0 GENERAL INFORMATION....................................................................................................... - 4 - 2.1 REQUEST FOR PROPOSAL DOCUMENT ........................................................................... - 4 - 2.2 INSTRUCTIONS TO VENDORS REGARDING TERMS AND CONDITIONS .................. - 4 - 2.3 RFP SCHEDULE ..................................................................................................................... - 5 - 2.4 NON-MANDATORY SITE VISIT/PRE-PROPOSAL MEETING ......................................... - 5 - 2.5 PROPOSAL QUESTIONS ....................................................................................................... - 6 - 2.6 PROPOSAL SUBMITTAL ...................................................................................................... - 6 - 2.7 PROPOSAL CONTENTS ........................................................................................................ - 7 - 2.8 ALTERNATE PROPOSALS ................................................................................................... - 8 - 2.9 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ..................................................... - 8 - 3.0 METHOD OF AWARD AND PROPOSAL EVLAUATION PROCESS ................................... - 8 - 3.1 METHOD OF AWARD ........................................................................................................... - 8 - 3.2 PROPOSAL EVALUATION PROCESS ................................................................................. - 9 - 4.0 REQUIREMENTS ....................................................................................................................... - 9 - 4.1 PRICING .................................................................................................................................. - 9 - 4.2 INVOICES .............................................................................................................................. - 10 - 4.3 REFERENCES ....................................................................................................................... - 10 - 5.0 SPECIFICATION(S) OF GOOD(S) .......................................................................................... - 10 - ATTACHMENT A: INSTRUCTIONS TO VENDORS ................................................................... - 12 - ATTACHMENT B: CHA GENERAL CONTRACT TERMS AND CONDITIONS ...................... - 15 - ATTACHMENT C: PRICING ......................................................................................................... - 17 - ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR ................................ - 18 - - 4 - | P a g e 1.0 PURPOSE AND BACKGROUND Capital improvements will take place to update the CHA Concord Dental Clinic to the same equipment standards that the CHA Kannapolis Dental Clinic has and serve our patients with high quality care in a modern and fully functional dental clinic. Updates will reduce safety issues as well as increase patient care by reducing the need for the current operatories being shut down during clinic hours for lengthy and expensive maintenance and repairs. New equipment will also address equity issues in the community by providing high quality of care in a modern dental clinic for the patient population we serve, mainly Medicaid and uninsured patients. Equipment upgrade will include seven (7) dental operative operatories and five (5) dental hygiene operatories. Operative Equipment will include patient dental chair, swing mount unit, 12 o’clock assistant instruments, 12 o’clock cabinetry, side cabinets with sink, doctor stool, and assistant stool. Hygiene Equipment will include patient dental chair, 12 o’clock delivery, 12 o’clock cabinetry, side cabinets with sink, doctor stool, and assistant stool. Optional upgrades may include additional HVE option, built in Cavitron units and LED light track. Sterilization cabinetry will also be updated with 2 walls of cabinets in a large sterilization room (picture attached). Proposals shall be submitted in accordance with the terms and conditions of this RFP and any addenda issued hereto. 2.0 GENERAL INFORMATION 2.1 REQUEST FOR PROPOSAL DOCUMENT The RFP is comprised of the main body of this RFP document, plus the attachments, and any addenda released before the contract award. All attachments and addenda released for this RFP in advance of any contract award are incorporated herein by reference. All terms in this RFP shall be enforceable as contract terms. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. 2.2 INSTRUCTIONS TO VENDORS REGARDING TERMS AND CONDITIONS Each Vendor shall provide (a) its proposed contract by which CHA will retain Vendor’s services, and (b) any other applicable contract that Vendor will ask CHA to sign. CHA’s terms and conditions set forth in Attachment B should either be built into or be incorporated by reference in the contract(s) that Vendor proposes in its terms and conditions proposal. CHA will entertain exceptions taken by Vendors to certain of these provisions, but Vendors are cautioned that CHA has a limited ability and willingness to agree to modifications to these standard CHA provisions. CHA will compare and contrast the terms and conditions proposals submitted by qualified Vendors at the same time it evaluates the cost proposals of qualified Vendors. At the conclusion of this evaluation, CHA may elect to award the contract to the Vendor(s) whose aggregate proposal to CHA determines to be most advantageous to CHA. CHA may enter into contract negotiations with one or more qualified Vendors in an effort to reach mutually agreeable contract terms and conditions if CHA is not satisfied with the terms and conditions proposed by the applicable Vendor(s). CHA is not obligated to negotiate with all qualified Vendors. CHA reserves the right to eliminate from further consideration any Vendor that submits a cost proposal or proposes terms and conditions that are not advantageous to CHA. - 5 - | P a g e 2.3 RFP SCHEDULE Event Responsibility Date/Time Hold Pre-Proposal Meeting/Site Visit CHA Submit Written Questions Vendor Provide Response to Questions CHA Submit Proposals Vendor Opening of Proposals CHA Cabarrus Health Alliance – Board Room 300 Mooresville Rd. Kannapolis, NC 28081 Contract Award CHA TBA (date subject to change) Contract Effective Date CHA TBD (date subject to change) *Please note: This schedule is subject to change as deemed necessary for CHA’s advantage. Any changes to the schedule will be announced via an addendum to the RFP. 2.4 NON-MANDATORY SITE VISIT/PRE-PROPOSAL MEETING MEETING I - Non-Mandatory (optional) Site Visit/Pre-proposal Conference Date: 09/14/2022 Time: 4:30 PM Eastern Time Location: CHA Concord Dental Location 280 Concord Pkwy S Suite 110 Concord, NC 28027 Special Instructions: CHA Concord Dental is located within the DreamCenter. Enter the main lobby of the DreamCenter and CHA Concord Dental will be the first suite on the left. Call (704) 920-1098 upon arrival if there are any questions or concerns. Instructions: It shall be OPTIONAL that each Vendor representative be present for a pre- proposal site visit on September 14, 2022. Attendees must meet promptly at 4:30 PM Eastern Time at CHA Concord Dental Location – 280 Concord Pkwy S, Concord NC, 28027, Suite 110. All attendees must sign in upon arrival. The purpose of this visit is for prospective Vendors to 09/14/2022 09/15/2022 at 3:00 PM 09/21/2022 (ET) (ET) 09/26/2022 at 3:00 PM (ET) 09/26/2022 at 3:15 PM (ET) at 4:30 PM This pre-bid meeting is NOT mandatory. For more detailed information please see Section 2.4 of this RFP. - 6 - | P a g e apprise themselves with the conditions and requirements which will affect the performance of the work called for by this RFP. No allowances will be made for unreported conditions that a prudent Vendor would recognize as affecting the work called for or implied by this proposal. Vendors are cautioned that any information relayed to attendees during the site visit, other than that involving the physical aspects of the facility referenced above, and which conflicts with, supersedes, or adds to requirements in this RFP, must be confirmed by written addendum before it can be considered to be a part of this proposal. 2.5 PROPOSAL QUESTIONS Upon review of the RFP, Vendors may have questions regarding the RFP. Vendors shall submit any such questions by the aforementioned due date listed in the section titled 2.3 RFP Schedule above. Written questions shall be e-mailed to Sue.Yates@CabarrusHealth.org by the date and time specified above. Vendors should enter “RFP # 705-2023-0007: Questions” as the subject for the email. Questions should include a reference to the applicable RFP section and be submitted in a format similar to that shown below: Reference Vendor Question RFP Section, Page Number Vendor question...? Questions received prior to the submission deadline date, CHA’s response, and any additional terms deemed necessary by CHA will be posted in the form of an addendum to the same platform on which the RFP is advertised, and shall become an Addendum to this RFP. No questions via phone call or directed to any other CHA personnel other than who is designated in this RFP will be accepted. No information, instruction or advice provided orally or informally by any CHA personnel, whether made in response to a question or otherwise in connection with this RFP, shall be considered authoritative or binding. Vendors shall rely only on written material contained in an Addendum to this RFP. 2.6 PROPOSAL SUBMITTAL Sealed proposals, subject to the conditions made a part hereof and the receipt requirements described below, shall be received at the address indicated in the table below, for furnishing and delivering those items or services as described herein. Office Address of delivery by any other method (special delivery, overnight, or any other carrier) RFP NUMBER: 705-2023-0002 Cabarrus Health Alliance ATTN: Sue Yates 300 Mooresville Rd. mailto:Sue.Yates@CabarrusHealth.org - 7 - | P a g e IMPORTANT NOTE: All proposals shall be delivered to the office address listed above on or before the proposal deadline in order to be considered timely. All risk of late arrival due to unanticipated delay—whether delivered by hand, U.S. Postal Service, courier or other delivery service is entirely on the Vendor. All Vendors are urged to take the possibility of delay into account when submitting a proposal. Attempts to submit a proposal via facsimile (FAX) machine, telephone or electronic means, including but not limited to e-mail, in response to this RFP shall NOT be accepted unless otherwise specified. a) Submit one (1) signed, original executed proposal response and one (1) electronic copy on flash drive or as an e-bid through the North Carolina Interactive Purchasing System (IPS). b) Submit your proposal in a sealed package. Clearly mark the package with: (1) Vendor name; (2) the RFP number; and (3) the due date. Address the package for delivery as shown in the table above. If Vendor is submitting more than one (1) proposal, each proposal shall be submitted in separate sealed envelopes and marked accordingly. See Section 2.8 below. For delivery purposes, separate sealed envelopes from a single Vendor may be included in the same outer package. Regardless of delivery method used, proposals are subject to rejection unless submitted with the information above included on the outside of the sealed proposal package. c) If Applicable - The electronic copy of your proposal must be provided on a separate flash drive. The electronic files must NOT be password protected and must be capable of being copied to readable media such as Microsoft Word or Microsoft Excel. 2.7 PROPOSAL CONTENTS Vendors shall complete the applicable portions of the attachments of this RFP that require the Vendor to provide information and include an authorized signature where indicated. a) Title Page: Include the company name, address, phone number and authorized representative along with the Proposal Number. b) Completed and signed version of EXECUTION PAGES, and signed receipt pages of any addenda released in conjunction with this RFP c) ATTACHMENT A: INSTRUCTIONS TO VENDORS d) ATTACHMENT B: CHA CONTRACT TERMS AND CONDITIONS e) Completed version of ATTACHMENT C: PRICING f) Completed and signed version of ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR Kannapolis, NC 28081 - 8 - | P a g e 2.8 ALTERNATE PROPOSALS Vendor may submit alternate proposals for various methods or levels of service(s) or that propose different options. Alternate proposals must specifically identify the RFP requirements and advantages(s) addressed by the alternate proposal. Any alternate proposal, in addition to the marking described above, must be clearly marked with the following legend: Alternate Proposal #__ for ‘name of Vendor’. Each proposal must be for a specific set of services and must include specific pricing. If a Vendor chooses to respond with various service offerings, each must be offered with a separate price and be contained in a separate proposal document. Each proposal must be complete and independent of other proposals offered. 2.9 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS a) BAFO: Best and Final Offer, submitted by a vendor to alter its initial offer, made in response to a request by CHA. b) CONTRACT LEAD: Representative of CHA who corresponds with potential Vendors in order to identify and contract with that Vendor providing the greatest benefit to CHA and who will administer the contract for CHA. c) END USER DEPARTMENT: The department or unit of CHA that receives the services procured from the Vendor. d) FOB-DESTINATION: Title transfers from Vendor to purchaser at the destination point of the shipment; Vendor owns commodity in transit and files any claims, and Vendor pays all freight and any related transportation charges. A solicitation may request Vendors to separately identify freight charges in their proposal, but no amount or charge not included as part of the total proposal price will be paid. e) QUALIFIED PROPOSAL: A responsive proposal submitted by a responsible Vendor. f) RFP: This Request for Proposal g) CHA: The Public Health Authority of Cabarrus County d.b.a. Cabarrus Health Alliance h) VENDOR: The supplier, bidder, proposer, company, firm, corporation, partnership, individual or other entity submitting a response to this Request for Proposal. 3.0 METHOD OF AWARD AND PROPOSAL EVLAUATION PROCESS 3.1 METHOD OF AWARD All qualified proposals will be evaluated, and awards will be made to the Vendor(s) meeting the RFP requirements and achieving the highest and best final evaluation, based on the evaluation criteria described below. While the intent of this RFP is to award a contract to a single Vendor, CHA 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 RFP in its entirety without awarding a contract, if it is considered to be most advantageous to CHA to do so. - 9 - | P a g e 3.2 PROPOSAL EVALUATION PROCESS CHA shall review all Vendor responses to this RFP to confirm that they meet the specifications and requirements of the RFP. CHA reserves the right to waive any minor informality or technicality in proposals received. CHA will conduct a One-Step evaluation of Proposals: Proposals will be received from each responsive Vendor in a sealed envelope or package. All proposals must be received by CHA no later than the date and time specified on the cover sheet of this RFP. At that date and time, the package containing the proposals from each responding firm will be opened publicly and the name of the Vendor and total cost offered will 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. At their sole option, the evaluators may request oral presentations or discussion 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 proposals must be complete and reflect the most favorable terms available from the Vendor. Vendors are cautioned that this is a request for proposals, not a request to contract, and CHA 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 CHA. CHA reserves the right to reject all original offers and request one or more of the Vendors submitting proposals to submit best and final offers (BAFOs), prepared in collaboration with CHA after the initial responses to the RFP have been evaluated. 4.0 REQUIREMENTS This Section lists the requirements related to this RFP. By submitting a proposal 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 RFP. If a Vendor is unclear about a requirement or specification or believes a change to a requirement would allow for CHA to receive a better proposal, the Vendor is urged and cautioned to submit these items in the form of a question during the question and answer period in accordance with Section 2.5. 4.1 PRICING Proposal price shall constitute the total cost to End User Department for complete performance in accordance with the requirements and specifications herein, including all applicable charges for shipping, handling, delivery, assembly, administrative and other similar fees. Vendor shall not invoice for any amounts not specifically allowed for in this RFP. Complete ATTACHMENT C: PRICING FORM and include in Proposal. - 10 - | P a g e 4.2 INVOICES a) Invoices must be submitted to the End User Department at the following email address: AccountsPayable@CabarrusHealth.org b) Invoices should bear the purchase order number to ensure prompt payment. The Vendor’s failure to include the correct purchase order number may cause delay in payment. 4.3 REFERENCES Vendors shall provide at least two (2) references for which your company has provided goods of similar functionality and specification(s) to that proposed herein. Include a description of the goods provided. 5.0 SPECIFICATION(S) OF GOOD(S) PLEASE REFERENCE APPENDIX A FOR PHOTOS. Dental Operatories (7 total): a) Patient Chair – leather, ergonomic back without arms straps. b) Doctor Stool c) Assistant Stool d) 12 O’clock cabinetry with storage and back panel. e) Side Storage cabinet (close to 50-60” with sink, assistant side) f) Swing mount chair mounted dentist unit with power optic tubing g) 12 O’clock cabinet assistant instruments (with additional HVE option) h) Assistant chair side touchpad i) Track mounted LED light j) Kid cushion k) Cabinet wall mount double glove dispenser l) Digital nitrous flushmount accutron panel (in 5 operatories) m) Sliding bracking mount standard bag accutron (in 5 operatories) n) 365 Day Sterisil Straw V2 Hygiene Operatories (5 total): a) Patient Chair – leather, ergonomic back without arms straps. b) Doctor Stool c) Assistant Stool d) 12 O’clock cabinetry with storage and back panel e) 12 O’clock rear delivery of hygienist instruments f) Side Storage cabinet (close to 50-60” with sink) (3 doctor side, 1 assistant side) g) Track mounted LED light h) Kid cushion i) Cabinet wall mount double glove dispenser mailto:AccountsPayable@CabarrusHealth.org - 11 - | P a g e j) 365 Day Sterisil Straw V2 Sterilization Cabinets: a) One “Clean Side” cabinetry for sterilization measuring up to 137.5 inches long, 25.5 inches deep and 121 inches tall with upper and lower cabinetry b) One “Dirty Side” cabinetry for sterilization measuring up to 218.5 inches long, 25.5 inches deep and 121 inches tall with upper and lower cabinetry. Will include customization or spacing for 2 hydrims, 2 statims, 2 M-11 sterilizers, and 1 large ultrasonic. Will include sink module, wrapping station and waste drop. May include task lighting, hands free faucet control, glass cutout. This Space is Intentionally Left Blank Attachments to this RFP begin on the next page. - 12 - | P a g e ATTACHMENT A: INSTRUCTIONS TO VENDORS 1. READ, REVIEW AND COMPLY: It shall be the Vendor’s responsibility to read this entire document, review all enclosures and attachments, and any addenda thereto, and comply with all requirements specified herein, regardless of whether appearing in these Instructions to Vendors or elsewhere in this RFP document. 2. LATE PROPOSALS: Late proposals, regardless of cause, will not be opened or considered, and will automatically be disqualified from further consideration. It shall be the Vendor’s sole responsibility to ensure delivery at the designated office by the designated time. 3. ACCEPTANCE AND REJECTION: CHA reserves the right to reject any and all proposals, to waive any informality in proposals and, unless otherwise specified by the Vendor, to accept any item in the proposal. If either a unit price or an extended price is obviously in error and the other is obviously correct, the incorrect price will be disregarded. 4. BASIS FOR REJECTION: Pursuant to 01 NCAC 05B .0501, CHA reserves the right to reject any and all offers, in whole or in part, by deeming the offer unsatisfactory as to quality or quantity, delivery, price or service offered, non-compliance with the requirements or intent of this solicitation, lack of competitiveness, error(s) in specifications or indications that revision would be advantageous to CHA, cancellation or other changes in the intended project or any other determination that the proposed requirement is no longer needed, limitation or lack of available funds, circumstances that prevent determination of the best offer, or any other determination that rejection would be in the best interest of CHA. 5. EXECUTION: Failure to sign EXECUTION PAGE in the indicated space will render proposal non-responsive, and it shall be rejected. 6. ORDER OF PRECEDENCE: In cases of conflict between specific provisions in this solicitation or in any contract arising from it, the order of precedence shall be (high to low) (1) any special terms and conditions specific to this RFP, including any negotiated terms; (2) requirements and specifications in Sections 4, 5 and 6 of this RFP; (3) CHA General Contract Terms and Conditions attached as ATTACHMENT B; (4) Instructions in ATTACHMENT A: INSTRUCTIONS TO VENDORS; and (5) Vendor’s Proposal. 7. INFORMATION AND DESCRIPTIVE LITERATURE: Vendor shall furnish all information requested and in the spaces provided in this document. Further, if required elsewhere in this proposal, each Vendor must submit with their proposal sketches, descriptive literature and/or complete specifications covering the products offered. Reference to literature submitted with a previous proposal or available elsewhere will not satisfy this provision. Proposals that do not comply with these requirements shall be subject to rejection. 8. HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to General Statute §143- 48 and Executive Order #150 (1999), CHA invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 9. CONFIDENTIAL INFORMATION: To the extent permitted by applicable statutes and rules, CHA will maintain confidential trade secrets that the Vendor does not wish disclosed. As a condition to confidential treatment, each page containing trade secret information shall be identified in boldface at the top and bottom as “CONFIDENTIAL” by the Vendor, with specific trade secret information enclosed in boxes or similar indication. Cost information shall not be deemed confidential under any circumstances. Regardless of what a Vendor may label - 13 - | P a g e as a trade secret, the determination whether it is or is not entitled to protection will be determined in accordance with G.S. §132-1.2. Any material labeled as confidential constitutes a representation by the Vendor that it has made a reasonable effort in good faith to determine that such material is, in fact, a trade secret under G.S. §132-1.2. Vendors are urged and cautioned to limit the marking of information as a trade secret or as confidential so far as is possible. 10. PROTEST PROCEDURES: When a Vendor wishes to protest the award of a contract resulting from this solicitation, the Vendor shall submit a written request addressed to the CHA Contract and Procurement Specialist that issued the award. The protest request must be received within thirty (30) consecutive calendar days from the date of the contract award. Protest letters shall contain specific grounds and reasons for the protest, how the protesting party was harmed by the award made and any documentation providing support for the protesting party’s claims. Note: A contract award notice (purchase order) is sent only to the Vendor actually awarded the contract, and not to every person or firm responding to a solicitation. All protests will be handled pursuant to the North Carolina Administrative Code, 01 NCAC 05B .1519. 11. MISCELLANEOUS: The singular of any word or phrase shall be read to include the plural and vice versa. 12. COMMUNICATIONS BY VENDORS: In submitting its proposal, the Vendor agrees not to discuss or otherwise reveal the contents of its proposal to any source, government or private, outside of CHA until after the award of the contract or cancellation of this RFP. All Vendors are forbidden from having any communications with CHA, or any other representative of CHA concerning the solicitation, during the evaluation of the proposals (i.e., after the public opening of the proposals and before the award of the contract), unless CHA directly contacts the Vendor(s) for purposes of seeking clarification or another reason permitted by the solicitation. A Vendor shall not: (a) transmit to CHA any information commenting on the ability or qualifications of any other Vendor to provide the advertised good, service, equipment, commodity; (b) identify defects, errors and/or omissions in any other Vendor’s proposal and/or prices at any time during the procurement process; and/or (c) engage in or attempt any other communication or conduct that could influence the evaluation and/or award of the contract that is the subject of this RFP. Vendors not in compliance with this provision may be disqualified, at the discretion of CHA, from the contract award. Only those communications with CHA authorized by this RFP are permitted. 13. WITHDRAWAL OF PROPOSAL: A Proposal may be withdrawn only in writing prior to the time for the opening of Proposals identified on the cover page of this RFP (or such later date included in an Addendum to the RFP). A withdrawal request must be on Vendor’s letterhead and signed by an official of the Vendor authorized to make such request. Any withdrawal request made after the opening of Proposals shall be allowed only for good cause shown and in the sole discretion of the Contract and Procurement Specialist. 14. INFORMAL COMMENTS: CHA shall not be bound by informal explanations, instructions or information given at any time by anyone on behalf of CHA during the competitive process or after award. CHA is bound only by information provided in this RFP and in formal Addenda issued via the same method in which the RFP was advertised. 15. COST FOR PROPOSAL PREPARATION: Any costs incurred by Vendor in preparing or submitting offers are the Vendor’s sole responsibility; CHAwill not reimburse any Vendor for any costs incurred prior to award. 16. VENDOR’S REPRESENTATIVE: Each Vendor shall submit with its proposal the name, address, and telephone number of the person(s) with authority to bind the firm and answer - 14 - | P a g e questions or provide clarification concerning the firm's proposal. 17. SUBCONTRACTING: Unless expressly prohibited, a Vendor may propose to subcontract portions of the work to identified subcontractor(s), provided that its proposal clearly describe what work it plans to subcontract and that Vendor includes in its proposal all information regarding employees, business experience, etc. for each proposed subcontractor that is required to be provided for Vendor itself. Any subcontracting by a Vendor must be approved in writing by CHA. 18. INSPECTION AT VENDOR’S SITE: CHA reserves the right to inspect, at a reasonable time, the equipment/item, plant or other facilities of a prospective Vendor prior to contract award, and during the contract term as necessary for CHA determination that such equipment/item, plant or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the contract. This Space is Intentionally Left Blank - 15 - | P a g e ATTACHMENT B: CHA GENERAL CONTRACT TERMS AND CONDITIONS Availability of Funds: The Parties to this Contract agree and understand that the payment of the sums specified in this Contract is dependent and contingent upon and subject to the appropriation, allocation, and availability of funds for this purpose to the Alliance. Agreement shall automatically terminate if funds cease to be available. The Vendor: The Vendor will not be entitled to any benefits that are given to the Cabarrus Health Alliance. Neither Party is authorized to act as an agent for any purpose and shall not on behalf of the other enter into any contract, warranty, or representation as to any matter. Neither shall be bound by the acts of conduct of the other. The Vendor shall be exclusively responsible for reporting and paying of all income tax payments, unemployment insurance, social security obligations, and similar taxes and levies. Media: The Vendor should have no contact with any media of any type regarding this work. The Vendor cannot and shall not represent the Alliance in any form of media. All media inquiries should be forwarded to the Alliance Public Information Officer, Marcella Beam. Termination: Termination of this agreement shall occur within 30 days of written notification by either Party to the other Party. This termination shall be for any reason or no reason. Federal Funds: If the source of funds for this Contract is federal funds, the following federal provisions apply pursuant to 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II (as applicable):Equal Employment Opportunity (41 C.F.R. Part 60); Davis-Bacon Act (40 U.S.C. 3141-3148); Copeland “Anti-Kickback” Act (40 U.S.C. 3145); Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708); Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387); Debarment and Suspension (Executive Orders 12549 and 12689); Byrd Anti-Lobbying Amendment (31 U.S.C. 1352); Procurement of Recovered Materials (2 C.F.R. § 200.322); and Record Retention Requirements (2 CFR § 200.324). Civil Rights: Title VI of the Civil Rights Act of 1964 (Pub. L. 88-352), as amended, and all requirements imposed by or pursuant to the Department of Health and Human Services (45 C.F.R. Part 80), to the end that, in accordance with Title VI of that Act and the Regulation, no person in the United States shall, on the ground of race, color, or national origin be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity covered by this Contract. Rehabilitation Act: Section 504 of the Rehabilitation Act of 1973 (Pub. L. 93-112), as amended, and all requirements imposed by or pursuant to the Regulation of the Department of Health and Human Services (45 C.F.R. Part 84), to the end that, in accordance with Section 504 of that Act and the Regulation, no otherwise qualified handicapped individual in the United States shall, solely by reason of his handicap, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity covered by this Contract. The American with Disabilities Act 1990: ADA makes it unlawful to discriminate in employment against a qualified individual with a disability and outlaws discrimination against individuals with disabilities in State and local government services and public accommodations. The Vendor - 16 - | P a g e certifies that it and its principals will comply with regulations in ADA Title II (Public Services) and Title III (Public Accommodations) in fulfilling the obligations under this Contract. Confidentiality: All information as to personal facts and circumstances obtained by the Vendor in connection with the provision of services or other activity under this Contract shall be privileged communication, shall be held confidential, and shall not be divulged without the responsible person’s written consent except as may be otherwise required by applicable law or regulation. Such information may be disclosed in summary, statistical, or other form, which does not directly or indirectly identify particular individuals. Vendor employees must sign confidentiality pledges documenting the knowledge of and the agreement to maintain personal and medical confidentiality. Subcontracting: The Vendor shall not subcontract any of the work contemplated under this Contract without obtaining prior written approval from the Alliance. Any approved subcontract shall be subject to all conditions of this Contract. Hold Harmless: The Vendor agrees to indemnify and save harmless the Alliance against any claims of third parties arising out of any act or omission of the Vendor, its agents, employees, and subcontractors in the performance of this Contract. Iran Divestment Act Certification: Vendor hereby certifies that Contractor, and all subcontractors, are not on the Iran Final Divestment List (“List”) created by the North Carolina State Treasurer pursuant to N.C.G.S. 147-6E. The Vendor shall not utilize any subcontractor that is identified on the List. Insurance: The Vendor agrees to furnish worker’s compensation, liability insurance and other insurance as may be required to protect the Vendor and the Alliance against claims, which may arise from the Vendor’s performance. Providing and maintaining adequate insurance coverage is a material obligation of the Vendor and is of the essence of this Contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized by the Commissioner of Insurance to do business in North Carolina. The Vendor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this Contract. The limits of coverage under each insurance policy maintained by the Vendor shall not be interpreted as limiting the Vendor’s liability and obligations under this Contract. This Space is Intentionally Left Blank - 17 - | P a g e ATTACHMENT C: PRICING Item Quantity (if applicable) Unit (if applicable) Description of Item Unit Price (if applicable) Total Price Pricing Notes (for Vendor use only) Products/Services offered meets specifications (for CHA use only) 1 EA [ Y ] [ N ] 2 EA [ Y ] [ N ] 3 EA [ Y ] [ N ] 4 EA [ Y ] [ N ] 5 EA [ Y ] [ N ] 6 EA [ Y ] [ N ] - 18 - | P a g e ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR In accordance with NC General Statute §143-59.4, the Vendor shall detail the location(s) at which performance will occur, as well as the manner in which it intends to utilize resources or workers outside of the United States in the performance of this contract. CHA will evaluate the additional risks, costs, and other factors associated with such utilization prior to making an award. Please complete items a, b, and c below. If the Vendor answered “YES” above, Vendor must complete items 1 and 2 below: 1. List the location(s) outside the United States where work under this contract will be performed by the Vendor, any subcontractors, employees, or other persons performing work under the contract: 2. Describe the corporate structure and location of corporate employees and activities of the Vendor, its affiliates or any other subcontractors that will perform work outside the U.S.: c) Identify all U.S. locations at which performance will occur: a) Will any work under this contract be performed outside the United States? YES NO b) The Vendor agrees to provide notice, in writing to CHA, of the relocation of the Vendor, employees of the Vendor, subcontractors of the Vendor, or other persons performing services under the contract outside of the United States YES NO NOTE: All Vendor personnel and subcontractor personnel providing call or contact center services to CHA under the contract shall disclose to inbound callers the location from which the call or contact center services are being provided. - 19 - | P a g e APPENDIX A – PHOTOS - 20 - | P a g e - 21 - | P a g e

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

65 II C, DENTAL EQUIPMENT & SUPPLIES, FSS CONTRACT AWARD

Due: 31 Mar, 2029 (in about 5 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

65--65 II C Dental Equipment & Supply - Solicitation Refresh 797-652C-04-0001-R3

Due: 01 Jun, 2024 (in 1 month)Agency: VETERANS AFFAIRS, DEPARTMENT OF

DENTAL EQUIPMENT

Due: 15 Jun, 2024 (in 1 month)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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