Law Enforcement Duty Footwear Bid

expired opportunity(Expired)
From: City of Winston-Salem(City)
281-FB2326

Basic Details

started - 29 Jun, 2022 (22 months ago)

Start Date

29 Jun, 2022 (22 months ago)
due - 19 Jul, 2022 (21 months ago)

Due Date

19 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
281-FB2326

Identifier

281-FB2326
City of Winston-Salem

Customer / Agency

City of Winston-Salem
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.

FB 2326 INVITATION FOR BID CITY/COUNTY PURCHASING DEPARTMENT 324 City Hall Building Winston-Salem, NC 27101 LAW ENFORCEMENT DUTY FOOTWEAR FORSYTH COUNTY SHERIFF’S OFFICE Bids Will Be Opened 10:00 a.m., July 19, 2022 Purchasing Department Suite 324 - City Hall Building 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA INSTRUCTIONS FOR BIDDERS The contacts relative to this bid are TaWanna A. Gates at tawannag@cityofws.org (336) 747-6938 Randy C. Hunsucker hunsucrc@fcso.us (336) 917-7324 and Steve Ragan ragansw@fcso.us 336-917-7323 Bidders MUST have their bid delivered by the specified time and date. This IFB sets forth the minimum requirements that all submissions shall meet. Failure to submit proposals in accordance with this request may render the proposal unacceptable. Costs incurred by any Bidder in the preparation of
his/her response to the IFB are the responsibility of the Bidder and will not be reimbursed by Forsyth County. Bidders shall not include any such expenses as part of their proposals. Bids MUST be on the standard forms as furnished in this bidding document by the City/County Purchasing Department. All bids must be received not later than July 19, 2022, at 10:00 a.m. mailto:tawannag@cityofws.org mailto:ragansw@fcso.us Notice to Bidders It is the policy of the City of Winston-Salem & Forsyth County that an employee, officer, or agent of the City/County may not participate in any manner in the bidding, awarding, or administering of contracts in which they, or a member of their immediate family, their business partner, or any organization in which they serve as an officer, director, trustee, or employee, have a financial interest. The successful bidder must comply with all provisions of the Americans with Disabilities Act (ADA) and all rules and regulations promulgated thereunder. By submitting a bid, the successful bidder agrees to indemnify the City/County from and against all claims, suits, damages, costs, losses, and expenses in any manner arising out of, or connected with, the failure of the Company, its subcontractors, agents, successors, assigns, officers, or employees to comply with the provisions of the ADA or the rules and regulations promulgated thereunder. All bids must be firm and not subject to increase, unless specified within the provisions of this Invitation for Bid (IFB) and mutually agreed upon by the City/County and the proposer. No special inducements will be considered that are not a part of the original bidding document. City/County Rights and Options The City/County, at its sole discretion, reserves the following rights: • To supplement, amend, substitute or otherwise modify this IFB at any time • To cancel this IFB with or without the substitution of another IFB • To take any action affecting this IFB, this IFB process, or the footwear subject to this IFB that would be in the best interests of the City/County • To issue additional requests for information Public Records Any material submitted in response to this IFB will become a “public record” once the bidder’s document(s) is opened and the bidder is determined to be a participant in the solicitation process and shall be subject to public disclosure consistent with Chapter 132, North Carolina Statutes. Bidders must claim any applicable exemptions to disclosure provided by law in their response to this IFB. Bidders must identify materials to be protected and must state the reasons why such exclusion from public disclosure is necessary and legal. The City/County reserves the right to make all final determination(s) of the applicability of North Carolina General Statutes § 132-1.2, Confidential Information. Familiarity with Laws and Ordinances The submission of a bid on the footwear requested herein shall be considered as a representation that the bidder is familiar with all federal, state, and local laws, ordinances, rules and regulations which affect those engaged or employed in the provision of such services, or equipment used in the provision of such services, or which in any way affects the conduct of the provision of such services; and no plea of misunderstanding will be considered on account of ignorance thereof. If the bidder discovers any provisions in the IFB documents that are contrary to or inconsistent with any law, ordinance, or regulation, it shall be reported to the City/County in writing without delay. Ethics Policy / Code of Conduct The City of Winston-Salem & Forsyth County has established guidelines for ethical standards of conduct for City/County representatives and to provide guidance in determining what conduct is appropriate in particular cases. City/County representatives should maintain high standards of personal integrity, truthfulness, honesty, and fairness in carrying out public duties; avoid any improprieties in their roles as public servants including the appearance of impropriety; and never use their position or power for improper personal gain. In establishing an ethics policy, the City of Winston-Salem & Forsyth County desires to protect the public against decisions that are affected by undue influence, conflicts of interest, or any other violation of these policies as well as promote and strengthen the confidence of the public in their governing body. For a complete review of the City Policy click the following link. http://www.cityofws.org/Home/Departments/Purchasing/Articles/Bids Iran Divestment Act Provider hereby certifies that it is not on the North Carolina State Treasurer’s list of persons engaging in business activities in Iran, prepared pursuant to NCGS § G.S. 147-86.58, nor will Provider utilize on this agreement any subcontractor on such list. This list, along with additional information about the Iran Divestment Act, is available on the Treasurer’s Office site: https://www.nctreasurer.com/inside- thedepartment/OpenGovernment/Pages/Iran-Divestment-Act-Resources.aspx. Divestment from Companies that Boycott Israel Contractor hereby certifies that it is not on the North Carolina State Treasurer’s list of companies engaged in a boycott of Israel in violation of NCGS 147-86.80 et. seq. and that it will not utilize on this agreement any subcontractor on said list.” The bidder agrees that in carrying out this contract, compliance will be maintained with all applicable federal, state, and local laws, specifically including, without limitations, the Occupational Safety and Health Act of 1970 and Section 1324A, the Immigration Reform and Control Act. The bidder certifies that the bid is made in good faith and without collusion with any person bidding on this contract or with any officer or employee of the City of Winston-Salem & Forsyth County The undersigned further agrees, in connection with the performance of this contract, not to discriminate against any employee or applicant for employment because of race, religion, color, gender, age, handicap, political affiliation or national origin. The City/County reserves the right to hold bids open for a period of sixty days (60) days after due date before making awards. Bidders are expected to submit a formal bid that shall include delivery commitments that meet the requirements of this IFB in the format and manner specified herein Bids are to be signed by an officer of the company authorized to bind the submitter to its provisions. Failure to manually sign the appropriate bid form will disqualify the bidder and the bid will not be considered. http://www.cityofws.org/Home/Departments/Purchasing/Articles/Bids https://www.nctreasurer.com/inside-thedepartment/OpenGovernment/Pages/Iran-Divestment-Act-Resources.aspx. https://www.nctreasurer.com/inside-thedepartment/OpenGovernment/Pages/Iran-Divestment-Act-Resources.aspx. SPECIAL TERMS AND CONDITIONS DETAILED SPECIFICATIONS: Detailed specifications for this footwear are included with the bid request. Bids to be submitted in accordance with the attached specifications and these Special Terms and Conditions, both of which require doing all that is necessary, proper, or incidental to the furnishing of the footwear identified herein. All things not expressly stated in the attached specifications or Special Terms and Conditions but involved in carrying them out must be included in proposal as though they were specifically stated. NOTICE TO BIDDERS: All bids are subject to the provisions of the instructions to Bidders, special terms and conditions specific to this Invitation for Bids, the specifications, and General Contract Terms and Conditions. The City of Winston-Salem & Forsyth County objects to and will not evaluate or consider any additional terms and conditions submitted with a bidder response. This applies to any response appearing in or attached to the document as part of the bidder’s response. DO NOT ATTACH ANY ADDITIONAL TERMS AND CONDITIONS. By execution and delivery of a proposal, the bidder agrees that any additional terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect. It shall be the bidder’s responsibility to read this entire document, review all enclosures and attachments, and comply with all requirements specified herein. EXCEPTIONS TO SPECIFICATIONS AND APPROVAL OF ALTERNATES: In all cases footwear must be furnished as requested, and where brand names are used, consider the term "or equal" to follow. However, written approval for any proposed substitution or change in specifications must be obtained by bidder prior to the close of bids. Specifications not subject to substitution or change shall be indicated as “NO EXCEPTIONS”. All design, materials, and workmanship shall in every respect be in accordance with the best current practices in the industry. Minor deviations from the provisions of these specifications may be considered to permit manufacturers to follow their standard manufacturing processes; however, all proposed minor deviations must be explained in detail and MUST be submitted in writing to Purchasing within the exception process time frame identified herein or they WILL NOT be considered. Requests for approved equals or changes in specifications, and/or protests of specifications must be received by the City of Winston-Salem & Forsyth County in writing. Any request for an approved equal, change in specification or protest of specifications must be fully supported with technical data, test results, or other pertinent information and evidence that the substitute offered is equal to, or better than, the specification requirement. In the event that clarifications or changes to bid specifications are necessary or if a proposed substitution is approved during the exception process, changes will be made by written addendum. The City of Winston-Salem & Forsyth County will, if necessary, postpone the scheduled opening of bids so as to provide at least seven (7) days between the mailing of the amended bid and the revised bid opening date. All addenda must be signed and returned with the final bid. Bidder’s failure to request exceptions to specifications or approved equals as stated above will be interpreted as the bidders’ intent to comply fully with the requirements as written. Conditional or qualified bids shall be subject to rejection in whole or in part. The City of Winston-Salem/Forsyth County reserves the right to postpone bid openings for its own convenience. NONCONFORMING TERMS AND CONDITIONS: A bid response that includes terms and conditions that do not conform to the terms and conditions in this bid document is subject to rejection as nonresponsive. The City of Winston-Salem & Forsyth County reserves the right to permit the bidder/vendor to withdraw nonconforming terms and conditions from its bid response prior to a determination by the City of Winston-Salem & Forsyth County of non-responsiveness. GENERAL REQUIREMENTS: The footwear furnished shall be new and unused and the manufacturer's latest listed and published stock model, or models which meet all the applicable requirements of these specifications. Specifications may require that certain makes and models of vehicles, auxiliaries and/or accessories be provided. BIDDERS SUBMITTALS(when requested): Bidder must furnish all information requested herein including descriptive literature and/or complete specifications covering the products offered. Reference to literature submitted with a previous bid will not satisfy this provision. Bids which do not comply with these requirements will be subject to rejection. All documents submitted should bear the name of the bidder. EXPENSES INCURRED IN PREPARING BID: The City of Winston-Salem & Forsyth County accepts no responsibility for any expense incurred by the bidder in the preparation and presentation of a bid. Such expenses shall be borne exclusively by the bidder. CONTRACT/AWARD: Pursuant to the laws governing public contracts in North Carolina, the successful bidder’s/vendor’s response to this Invitation for Bids and Proposals and any addenda thereto, plus the execution of a Contract/Agreement with Forsyth County for the proposed goods and/or services shall constitute a binding contract. PURCHASE OF ADDITIONAL OR LESS REQUIREMENTS: Subject to the successful bidder’s acceptance, the City/County reserves the option to purchase additional or less footwear per the bid price in this Invitation for Bids and Proposals within 12 months from original purchase order date. This bid may also be utilized by other entities per NCGS to piggyback at the sole discretion of the vendor. INDEMNIFICATION: The bidder/vendor covenants to save, defend, keep harmless, and indemnify the City of Winston-Salem & Forsyth County and all of its officers, departments, agencies, agents, and employees from and against all claims, loss, damage, injury, fines, penalties and cost - including court costs and attorney's fees, charges, liability, and exposure, however, caused resulting from, arising out of, or in any way connected with the bidder’s/vendor’s negligent performance or nonperformance of the terms of the contract. WARRANTY(as requested): Bidder to include the warranty provisions as outlined in bid specifications. TAX EXEMPTIONS: The City of Winston-Salem & Forsyth County is exempt from Federal Excise Tax but not from State and Local Sales Tax. Sales tax should not be included in bid prices but may be added as a separate item. DELIVERY: Delivery shall be made FOB EVALUATION AND SELECTION OF BIDS: The evaluation of vendor bids shall center on the match between the stated specifications and other requirements included in the final bid request and the vendor's proposal including selection of the lowest responsible bidder, with consideration of past performance, service record, and reliability. The statutory provisions controlling purchasing by local governments in N. C. (GS 143) includes selection standards for use in making of awards. The provision reads, “All contracts shall be awarded to the lowest responsible, responsive bidder, taking into consideration quality, performance, and the time specified in the bids for the performance of the contract". The City of Winston-Salem & Forsyth County reserves the right to accept or reject any or all bids and proposals and further specifically reserves the right to make the award or awards in the best interest of the City of Winston-Salem & Forsyth County. INTERPRETATION OF DOCUMENTS Should any bidder find any discrepancies in, or omission from, the specifications or other contract documents, or should the bidder be in doubt as to their meaning, he shall at once notify TaWanna A. Gates (336) 747-6938 tawannag@cityofws.org and obtain an interpretation or clarification prior to submitting his bid. Any request for interpretation or clarification given in accordance with this provision shall be in writing. ADDENDA The bidder may, during the bidding period be advised by addenda of additions, deletions or alterations in any of the documents forming a part of this Bid. All such changes shall be included in the work covered by the Bid and shall become a part of the Contract. The bidder shall acknowledge receipt of each addendum. mailto:tawannag@cityofws.org Proposal Form Law Enforcement Duty Footwear Forsyth County Sheriff’s Office Submit proposals to the following location: US Postal Service address: or Hand-delivery or FedEx address: City/County Purchasing Department City/County Purchasing Department Post Office Box 2511 101 N. Main Street, 324 City Hall Winston-Salem, North Carolina 27102 Winston-Salem, North Carolina 27101 Per email : tawannag@cityofws.org BIDDERS: Forsyth County –Sheriff’s Office is seeking bids for Law Enforcement Duty Footwear per detailed specifications included in this document. mailto:tawannag@cityofws.org SPECIFICATIONS Overview of the Forsyth County Sheriff’s Office duty footwear program: 1. Officers shall have the option of redeeming a “voucher” good toward one (1) pair of footwear, selected from the list of agency-approved options, once each year. The subsidy is $120.00 2. The agency shall only subsidize one (1) pair per year, per Officer, unless damaged beyond use in the line of duty. 3. The Sheriff’s Office shall provide a list of eligible employees to the success vendor immediately preceding the first of each month. 4. The successful vendor should have the capacity to deduct a pre-determined subsidy amount (voucher amount) from the Officer’s purchase. The amount of the voucher shall be determined annually and updated as appropriate and as per the adopted Agency budget. The current subsidy is $120.00 and is subject to change. 5. The selected vendor shall bill the County each month for its total share (equal to the number of individual Sheriff’s Office employee sales multiplied by the voucher (subsidy) amount during the preceding month. The County shall pay all such bills within the following fifteen (15) days provided all elements of the Agreement are satisfactorily met. 6. Purchases of footwear shall be at a local storefront in reasonable proximity to the City of Winston- Salem and Forsyth County. The Forsyth County Sheriff’s Office reserves the right to buy any quantity for any brand; quantities are estimated. Bidders should also provide: 1. Local storefront information. 2. Any warranty, replacement and/or return policy details. CONDITIONS OF QUOTATION 1 NO SUBSTITUTIONS WILL BE ACCEPTED. 2 QUANTITIES Actual quantities and sizes ordered will vary due to personnel changes, new hires, and employee personal selections. 3 PRICING STRUCTURE No deviations in pricing structure as displayed on this form will be considered (I.E. No % increases for sizes, flat price for sizing as listed only). Vendor quoted price per item includes shipping (FOB Destination) and excludes tax. 4 ITEM PRICING ALL PRICES MUST BE FIXED THROUGH SEPTEMBER 30, 2023. NO PRICE INCREASES ALLOWED PRIOR TO SEPTEMBER 30, 2023. The contract will cover an initial two-year period from October 1, 2022, through September 30, 2024, with the option to extend the contract for two (2) additional 12-month periods, making the contract good through September 30, 2026. No price increase is allowed from October 1, 2022, through September 20, 2023. Beginning October 1, 2023, an annual cost increase and terms between the vendor and the County, upon mutual agreement may be negotiated. 7 INVOICING ALL INVOICES MUST BE GENERATED ELECTRONICALLY and on MONTHLY basis. All invoices must include the OFFICER-SIGNED VOUCHERS documenting those who redeemed vouchers for each line item invoiced. The County shall pay all such bills within the following fifteen (15) days provided all elements of the Agreement are satisfactorily met. The subsidy is $120.00 per pair 8 OTHER Bids will be evaluated based on the quality of the bid proposal, cost, and perceived vendor capacity to complete the terms without interruption of service. Bid award is subject to final contract terms and contract execution. FB 2326 Brand Product/Style Bidder's Best per Pair Price (Excluding Tax) (all sizes/all widths) Average Estimated Quantity Rocky FQ0002173 ALPHA FORCE SIDE ZIP 14 PAIR Rocky FQ0002091 SIDE ZIP JUMP BOOT 7” 14 PAIR Rocky FQ0002095 10” SIDE ZIP JUMP BOOT WP 14 PAIR Rocky FQ0002167 ALPHA FORCE WP BOOT 6” 14 PAIR Rocky FQ00500-8 DRESS HIGH GLASS CHUKKA 14 PAIR Rocky FQ00510-8 HIGH GLOSS OXFORD 14 PAIR Rocky RKC071 S2V JUNGLE BOOT 8” COYOTE 14 PAIR Danner 2121 ACADIA 8” 14 PAIR Danner 25732 SCORCH 8” SIDE ZIP 14 PAIR Danner 50122 TACHYON 8” GTX 14 PAIR Danner 50136 TACHYON COYOTE 14 PAIR First Tactical 165010 7” OPERATOR BLACK 14 PAIR First Tactical 165010 OPERATOR COYOTE 14 PAIR First Tactical 165014 URBAN OPERATOR SIDE ZIP 14 PAIR First Tactical 165015 URBAN OPERATOR H20 SIDE ZIP 14 PAIR Salomon L40138100 XA FORCES MID GTX 14 PAIR Salomon L40609300 URBAN JUNGLE ULTRA 14 PAIR Salomon L40921800 XA FORCES GTX 14 PAIR Salomon L41206000 XA FORCES 10” 14 PAIR Salomon L41519600 SPEED ASSAULT 2 BLACK 14 PAIR 5-11 12430 A/T MID BOOT MULTIPLE COLORS 14 PAIR 5-11 12439 A/T 6” SIDE ZIP 14 PAIR 5-11 12371 SPEED 3.0 WP 8” BOOT 14 PAIR Under Armor 3024953 MICRO G STRIKE FAST 14 PAIR Under Armor 3024009 VALSETZ MICRO G AR670 14 PAIR Under Armor 3023748 VALSETZ MICRO G SIDE ZIP 14 PAIR Under Armor 3023747 VALSETZ MICRO G SIDE ZIP MID 14 PAIR Bellville TR960XWP WP LIGHT WEIGHT KHYBER 8” 14 PAIR Bellville MAXX8Z 8” MAXMILIST SIDE ZIP 14 PAIR Bellville MAXX6Z 6” MAXMILIST SIDE ZIP 14 PAIR Bellville TR1040LSZ SIDE ZIP TAC BOOT 14 PAIR Bellville TR1040ZWP WATERPROOF SIDE ZIP TAC BOOT 14 PAIR Bates E00053 BATES LITES HIGH GLOSS CHUKKA 14 PAIR Bates E01080 RUSH TALL SIDE ZIP 14 PAIR Reebok RB086 WOMENS SUBLITE CUSHION TAC 6” 14 PAIR Reebok RB806 WOMENS SUBLITE CUSHION TAC SHOE 14 PAIR Reebok RB8805 8” SUBLITE CUSHION TAC 14 PAIR Reebok RB8105 SUBLITE SHOE 14 PAIR Merrell J17763 AGILITY PEAK TACTICAL SHOE 14 PAIR Merrell J45337 MOAB RESPONSE 2 WP MID 14 PAIR Merrell J45335 MOAB RESPONSE 2 WP 8” 14 PAIR TOTAL: 574 PROPOSAL AUTHORIZATION AND SIGNATURE The signature page must be completed and submitted with the proposal: Proposals are to be signed by an officer of the company authorized to bind the submitter to its provisions. Failure to manually sign the appropriate proposal form will disqualify the proposer and the proposal will not be considered. Firm Name Authorized Signature (Notarized) Date Street Address (P.O. Box) Federal Identification No. City, State and Zip Code Telephone Number Email Address On this ____day of ____________, 20____ before me __________________________________ (name) to me personally known, being duly sworn, did execute the foregoing proposal, and did so state that he/she was properly authorized by _________________________________________________ (Company name) to execute the proposal and did so on his/her free act and deed. SEAL Notary Public_______________________ My commission expires _____________

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

DUTY AMMUNITION FOR THE NMFS/OFFICE OF LAW ENFORCEMENT.

Due: 31 Aug, 2024 (in 4 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Apparel and Footwear for Foodservice

Due: 17 May, 2024 (in 17 days)Agency: Harris County Department of Education

Statewide Law Enforcement Duty Gear - Galls

Due: 23 Apr, 2025 (in 11 months)Agency: State of Alabama

Please Sign In to see more like these.

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