sample request for proposal - paec rfp 17-01.docx  · web viewrequest for proposal . floor...

27

Click here to load reader

Upload: buicong

Post on 07-Feb-2018

213 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

REQUEST FOR PROPOSAL

Floor CoveringPanhandle

Area Educational Consortium

RFP #17-01

Bid closing date – October 13, 2016 @4:30PM CST

Failure to meet the following requirements will invalidate the bid submission

Deadline for Proposals: Four hardcopies and one electronic copy (CD or other) must be received by October 13, 2016 @4:30PM CST, CST. Bids may be hand-delivered or mailed to the address below in a sealed envelope marked “Sealed Bid for Floor Covering” attn. Larche Hardy.

PAEC: PAEC attn.: Larche HardyAddress: 753 West Blvd Chipley, Florida 32428 Fax Number: 850-638-6109 E-mail Address: l [email protected]

Bids will be accepted up to but no later than the time indicated on the RFP. All bids/proposals received after the time stated in the RFP will not be considered and will be returned to the bidder unopened. The bidder assumes the risk of any delay in the U.S. Mail or in the handling of the mail by employees of PAEC. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. The official clock for determining the time shall be that utilized by PAEC at the place bids are received.

All Questions concerning this RFP shall be directed only to:

RFP Coordinator: Larche Hardy Email address: [email protected] Address: 753 West Blvd

Chipley, Florida 32428

No telephone correspondence is permitted______________________________________________________________________________

Page 2: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

Table of Contents

I. Introduction and Background

II. Minimum Qualifications

III. General Information

IV. Technical Proposal and Scope of Services

V. Management Proposal

VI. Cost Proposal

VII. Evaluation Criteria

VIII. Proprietary Information and Public Disclosure

XI Timetable

2

Page 3: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

I. INTRODUCTION AND BACKGROUND

The Panhandle Area Educational Consortium (hereinafter, PAEC) is issuing this Request for Proposal (RFP) to solicit proposals from manufacturers interested in providing commercial grade floor covering products such as carpeting, laminate, hardwood, tile, and other floor covering products for its own facilities and/or its participating school districts, individual public, private, charter schools, trade and technical schools, colleges and universities, local and state government entities. Written responses to this RFP must be delivered to PAEC no later than 4:30 p.m. CST on October 13, 2016. No late submissions will be accepted.

The purpose of this Request for Proposal is to identify and endorse a Manufacturer to serve as the floorcovering provider through its dealers and representatives in order to assist PAEC and its participating facilities with high quality, durable, commercial grade flooring. It is envisioned that this goal would be achieved via a deeply discounted percentage off the Manufacturers Suggested Retail Price (MSRP). The successful bidder will enter into a direct contractual relationship with the participating school districts or agencies and/or, if required, its participating facilities. Although flooring is the focus of this RFP, respondents are invited to propose other ideas or projects to efficiently provide sustainable, durable, and high quality solutions that they may include with their response to the scope of work defined in this document. Any and all ideas or programs proposed that deviate from those requested in this document must be explained in detail, and separated clearly in the bid submittal.

The distinguishing feature of “sustainability” for any product is its “longevity quotient” which for carpet can be characterized by its resistance to wear, staining, soiling and ease of cleaning without harsh chemicals over its useful life. We therefore need products that are of the highest construction, soil resistant and are easily cleanable using the double hot water extraction method. Resilient flooring products are typically long lasting however better purchasing decisions are important when selecting floor coverings for green and sustainable buildings. We therefore ask that all resilient products rated with this standard be included and noted along with those listed that may not be.

Since maintenance is an ongoing problem, we are looking for options to offer to the University community. We invite proposers to offer, in detail, any maintenance program that they feel would enhance the life and look of their products.

Finally, in the event we receive a myriad of floor covering job requests that range from small to extensive, we expect all guidelines and pricing to be honored no matter the size..

This RFP is not an agreement or contract, and represents a list of requirements only. Submitted proposals shall become property of PAEC, and as such, PAEC reserves the right to reject any or all proposals for any reason.

3

Page 4: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

Components of this Manufacturers Flooring Project would include, but not be limited to:

Developing, as the agent for PAEC, a catalog discount program that reflects the lowest percentage discount offered through any other local, state, or national purchasing agreement utilized in the state of Florida.

Manufacturer representatives or agents should monitor all installations at facilities

Assisting PAEC and its participating facilities with budgeting for capital and operational projects and activities.

There should be no minimum yardage or minimum price requirements on any individual order for material or installation. In addition PAEC does not accept overages on carpet orders except for full boxes of carpet tiles. If necessary, this requirement should be reflected in your pricing.

Manufacturer will provide quick-ship samples for PAEC’s display center with a replacement list and program as they are updated. The display center should be kept current.

Manufacturer shall provide written notice to PAEC’s Florida Buy Purchasing program when products or product colors are being discontinued. This notice must be received at least two (2) weeks prior to the last available order date. At that time, the Manufacturer may request approval of a replacement product of equal quality and pricing. PAEC may request new lines or replacements for unpopular or nonperforming flooring lines at any time.

II. MINIMUM QUALIFICATIONS

The PAEC will conduct a review of the responses received from this solicitation. Based on the results of this analysis, it may be necessary to interview and visit the operations of one or more respondents. The PAEC and its participating facilities then will evaluate all of the information and make a determination which will result in the endorsement of the most qualified manufacturer based on the factors listed in this RFP.

This determination will be based on the Bidder’s ability to perform the activities described in the Scope of Work by the following information that must be provided by the Bidder:

A. Firm address, phone and fax numbers for its primary office. Name, address, phone number and e-mail address of the contact person in the firm authorized to speak on its behalf regarding this initiative.

B. Range of products offered by the firm. (In those cases where products are to be provided by another company or dealer, provide a description of their role in this program and their related qualifications. Companies that partner or combine

4

Page 5: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

resources for the sole purpose of addressing this request must demonstrate a successful history of working together.)

C. Relevant years and range of experience of the firm and personnel assigned to this program. Bidder’s must provide evidence of provision of services to at least three school campuses (public or private K-12 or higher education) or a combination of school campuses and large retail, public or community-use facilities.

D. A list of five references. This information shall include:

i) Client nameii) Individual contactiii) Mailing addressiv) Phone number, fax and e-mail addressv) Brief project summary to include dates and places of service

E. Description of the firm’s experience in floor covering.

F. Any and all professional certifications or licenses as outlined in the Scope of Work or other parts of this RFP.

G. Bidders must have sufficient capacity to satisfy and perform all of the facility management services requirements described in this RFP for PAEC and its participating facilities in the PAEC geographical region as well as the entire state of Florida.

H. Bidders whose business is not legally incorporated shall be disqualified.

III. GENERAL INFORMATION

A. Period of Performance

The period of performance of any contract resulting from this RFP is tentatively scheduled for not less than one calendar year from date of contract. Amendments extending the period of performance, if any, shall be at the sole discretion of the PAEC or its participating school districts.

B. Definitions

Definitions for the purpose of this RFP include:

The Panhandle Area Educational Consortium and or its member and participating school districts.

5

Page 6: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

Bidder – Company or firm submitting a proposal in order to obtain a contract with the Panhandle Area Educational Consortium and or its member and/or its participating school districts

Contractor/Proposer – Company or firm whose proposal has been accepted by PAEC and is awarded a formal written contract. Also referred to as the Floor Covering Provider/s.

Request for Proposal (RFP) – Formal procurement where a service or need is planned but no specific service or method has been chosen. The purpose of an RFP is to permit the bidders to suggest various approaches to meet the need at a given price.

RFP Coordinator--The RFP Coordinator is the sole point of contact of the PAEC for this RFP. All communication between the Bidder and the PAEC upon receipt of this RFP shall be with the RFP Coordinator, via mail, email or fax only to the following:

PAEC: Larche HardyAddress: 753 West Blvd Chipley, Florida 32428 E-mail Address: [email protected]

Any other communication will be considered unofficial and non-binding on by PAEC. Bidders are to rely on written statements issued by the RFP Coordinator. Communication directed to parties other than the RFP Coordinator may result in disqualification of the Bidder.

Shall, Must, Will- Indicates a mandatory requirement. Failure to meet mandatory requirements will invalidate the bid response, or result in a rejection of a proposal as non-responsive.

May, Should- Indicates something that is requested but not mandatory.

Addendum (a) – Written instruments, issued only by PAEC, that detail amendments, changes or clarifications to the specifications and terms and conditions of this RFP. Such written instruments shall be the sole method used by PAEC to amend, change or clarify this RFP.

Facilities – All buildings

MSRP- Manufacturers Suggested Retail Price

C. Submission of Proposals

Proposal format shall be on 8 ½” x 11” sheets. Clear, legible fonts with a minimum 12 points in size for narrative descriptions and explanations will be

6

Page 7: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

submitted. While complete, thorough explanations of requirement understanding and company qualifications are desirable, succinct, concise verbiage is encouraged. Unnecessary self-promotion and promotional material is to be avoided.

Deadline for Proposals: Four hardcopies and one electronic copy (CD or other) must be received by October 13, 2016 @4:30PM CST. Bids will be opened on October 17, 2016 at 9:00am Central time at PAEC in Chipley, Florida. Bids may be hand-delivered or mailed to the address below in a sealed envelope marked “Sealed Bids for Floor Covering, RFP #17-01 attn. Larche Hardy.

PAEC PAEC attn.: Larche HardyAddress: 753 West Blvd

Chipley, Florida 32428

Proposals may not be transmitted using electronic media such as facsimile transmissions or e-mail.

Bids will be accepted up to but no later than the time indicated on the RFP. All bids/proposals received after the time stated in the RFP will not be considered and will be returned to the bidder unopened. The bidder assumes the risk of any delay in the U.S. Mail or in the handling of the mail by employees of PAEC. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. The official clock for determining the time shall be that utilized by PAEC at the place bids are received.

D. Signatures

A Letter of Submittal must be signed and dated by a person authorized to legally bind the Bidder to a contractual relationship, e.g., the President or an Officer, if a corporation. The Letter of Submittal should have the contact information for the Bidder.

E. Pre-Bid Written Questions and Answers and Visit to Facilities

Any prospective Bidder is welcome to submit written questions to the PAEC by mail, email to the RFP Coordinator (see address, email address above). PAEC will respond in writing to all questions which PAEC in its discretion deems relevant and substantive, so long as the questions are received more than 7 days before the due date for the proposals. PAEC will not respond to any questions orally or over the phone. A copy of the written questions and answers will be sent to each Bidder who received a copy of the RFP.

F. Failure to Comply

7

Page 8: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

The Bidder is specifically notified that failure to comply with any part of the RFP may result in rejection of the proposal as non-responsive.

G. Revisions to the RFP

PAEC reserves the right to revise the RFP and/or to issue addenda to the RFP. For this purpose, the questions (as submitted by interested parties), answers, and other pertinent information shall be provided as an addendum(s) to the RFP.

PAEC also reserves the right to cancel or to reissue the RFP in whole or in part, prior to execution of a contract. In the event it becomes necessary to revise any part of the RFP, addenda will be provided to all those who received the RFP from PAEC.

H. Rejection of Proposals

PAEC reserves the right at its sole discretion to reject any and all proposals received without penalty and not to issue a contract as a result of this RFP. The PAEC also reserves the right at its sole discretion to waive minor administrative irregularities contained in any proposal.

I. Most Favorable Terms

PAEC reserves the right to make an award without further discussion of the proposal submitted. Therefore, the proposal should be submitted initially on the most favorable terms which the Bidder can propose. There will be no best and final offer process. The Bidder should be prepared to accept this RFP for incorporation into a contract resulting from this RFP. Contract negotiations may incorporate some or the Bidders’ entire proposal. It is understood that the proposal will become a part of the official file on this matter without obligation to PAEC.

J. Obligation to Contract

This RFP does not obligate PAEC to contract for any services specified herein.

K. Costs for Proposals

i. Bidders are responsible for all their costs associated with this RFP. PAEC will not be liable for any costs incurred by the Bidder in preparation of a proposal submitted in response to this RFP, in conduct of a presentation, or any other activities related to responding to this RFP.

8

Page 9: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

ii. The PAEC will charge Contractors an administrative fee of 2% for marketing the awarded Contractor’s services and for the operation of its self-supporting cooperative purchasing program which this contract will be a part of. Awarded Contractors/Vendors shall be required to pay PAEC 2% of all Net Sales made through the awarded Contract. For the purpose of this bid through PAEC and its participating school districts, city, county, and state government as well as any non or not for profit organizations, all contracts awarded using this document, the administrative fee shall be 2% of Net Sales, which means gross sales less returns and cancelled orders within 30 days, shipping and sales. Neither contractor/vendor nor its designated authorized reseller shall include additional amounts corresponding to the administrative fees in the awarded contract prices. This administrative fee applies to all orders, regardless of the method used to submit the order, or the quantity or dollar amount of the order.

IV. TECHNICAL PROPOSAL AND SCOPE OF WORK

A. Scope of Work

The successful Proposer will provide a complete catalog of new floor covering options for new construction or renovations for schools, school districts, city, county, and state government, as well as non-profit organizations in Florida or beyond.

Scope of Work activity categories and requirements of each category as part of this RFP are listed below.

Specific categories will include:

i. Wear Resistance

All products MUST be tested by an independent laboratory for appearance retention using ASTM D-5252, 12,000 cycle testing. A score of 3.5 or higher is required of all product submittals per the Severe Wear rating as set by CRI.Official third party test results must be included in the proposal response.

ii. Stain Resistance

All products lines must be tested by an independent laboratory using the combination testing method of AATCC 171 immediately followed by AATCC 175.

9

Page 10: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

a) Official test results MUST be included in the proposal response.

b) The proposal should also provide detailed information regarding the type, application method, features, benefits, life expectancy and warranty of topical or applied stain resistant additives

iii. Sustainability

All products must be Green Label Plus certified to insure that carpet and adhesive have very low VOC emissions. Copies of certifications must be included in proposal response.

a) All carpet products must be rated by the most current NSF/ANSI sustainability assessment for floor coverings test. It is preferable for carpets to have obtained a Platinum rating, however, a Gold rating is acceptable if it meets the other testing requirements listed in the RFP.

iv. Patterns and Designs

Products must be available in a wide range of multi-colored patterns with a preference for darker colors and organic patterns.

a) Custom Color Only- When requested, high quality color samples shall be submitted to the facility contact or architect/design firm for written approval attesting to color, pattern and texture. Samples submitted are assumed to be the manufacturer’s best obtainable match to the carpet.

v. Warranty

All products shall have a least the following warranties:

a) Lifetime Commercial Limited Warranty: Warranty that owner will be completely satisfied with performance of carpet when installed in accordance with the manufacturer’s installation instructions and when maintained in accordance with current carpet recommendations, and when such maintenance continues throughout duration of warranty period when owned and operated by original owner.

b) Warranty must be at least a fifteen year published commercial warranty against crushing, matting, walking out, zippering, delamination, edge loss/ravel and wear of no more than 10% surface pile weight and should be full replacement with a pro-rated clause.

10

Page 11: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

c) Warranty for labor and installation must be at least 2 years, to respond to any failure regarding installation or performance issues.

d) All flooring installation must be in accordance with the manufacturer instructions using manufacturer recommended products. In the event of infractions that may void the warranty, the contractor must carry the warranty in writing or present documentation from the manufacturer for acceptable substitutions of products.

vi. Carpet Performance

a) Surface Wear-not more than 10 percent by weight throughout life of the product.

b) Static: Maintain static generation at less than 3.5 KV at 70 degrees F., and 20 percent R.H. throughout the life of the product. For more critical areas (server rooms, etc.), a 2.0 KV is an accepted upper limit.

c) When static shock and human comfort is predicted to be a concern, it is advisable to specify a permanent built-in static control system.

d) No delamination through the life of the product.

e) No edge ravel throughout the life of the product.

f) Provide tuft bind consistent with industry standard.

g) Tuft Bind: ASTM Method D 1335. “Tuft Bind of Pile Floor Coverings” carpet. Minimum tuft lock shall be 10 pounds or better for average of 8 pulls. The carpet should achieve this rating in wet and dry conditions or have a minimum of a 15 year warranty edge ravel and zippering.

h) No dimensional instability (i.e. shrinkage, curling, and doming), which adversely affects ability of carpet tile to lie flat throughout life of product.

i) Flammability: ASTM 648-22 watts/cm critical radiant flux and/or federal, state, or local requirements if applicable.

j) ASTM E648-[_]. Test Method for Critical Radiant Flux of Floor Covering Systems Using a Radiant Heat Energy Source.

k) ASTM E662- [_]. Test Method for Specific Optical Density of Smoke generated by Solid Materials.

11

Page 12: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

l) Atmospheric Fading: AATCC Test Method 129.

m) Ozone/AATCC Test method 12-1975-Burnt Gas. Minimum shade rating after two cycles in each test should be no less than international Gray Scale Rating of 4.

n) AATCC 109-[97], Test Method for Colorfastness to Ozone in the Atmosphere under Low Humidity.

vii. Health and Safety

The development, administration and monitoring of all health and safety plans as they pertain to flooring and installation. The certification and oversight of activities at all levels of contractor staff in discharging duties as required in the contract and scope of services.

B. Terms and Conditions

Payment. An invoice for payment shall be submitted directly to the entity through which the products/services are being performed. The purpose of this proposal is to develop an agreement for use by PAEC but may be widely used throughout Florida due to the benefits and pricing associated with the agreement and through the marketing efforts of PAEC’s Florida Buy program. However, PAEC is not responsible for payments or debts for orders submitted other than those that originate through the Executive Director or the Finance Department at PAEC. Payment methods and terms for all other orders arising from other entities should be negotiated in advance by the Manufacturer’s representative, dealer, or installer.

Remedies and Applicable Law. The Agreement shall be governed by and construed in accordance with the laws of the State of Florida.

Force Majeure. Neither party shall be held responsible for any losses resulting if the fulfillment of any terms or provisions of this Agreement are delayed or prevented by any cause not within the control of the party whose performance is interfered with, and which by the exercise of reasonable diligence, said party is unable to prevent.

Assignment-Delegation. No right or interest in this Agreement shall be assigned or any obligation delegated, by Proposer, without the written permission of PAEC.

12

Page 13: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

Duration. The contract shall remain in effect for one year with options to renew for five years with mutual consent in writing on or before the anniversary of the agreement or as close to the anniversary date as reasonably possible.

Termination. In the event that the Proposer shall fail to maintain or keep in force any of the terms and conditions of this agreement, PAEC may notify the Proposer in writing of such failure and demand that it be remedied in 10 days. This shall include the payment of administrative fees associated with the sales of products and services as previously described in this agreement. Should the Proposer fail to remedy the same within said period, PAEC shall then have the right to terminate this agreement immediately.

Adherence to the Jessica Lunsford Act. The Proposer, contractor, installer, or others associated with this agreement is subject to the sections of Florida law pertinent to the screening of individuals who are vendors or contractors with a Florida public school or district.  

Pricing Adjustment. Price changes will normally only be considered at the end of one Agreement period and the beginning of another or on an annual basis in yearly increments from the beginning of the contract date. Price changes requests shall be supported by evidence of increased cost to the Proposer.

Furnish and Install. The items in this proposal will be provided on a Proposer furnish and install basis. The successful Proposer shall have the complete responsibility for the items and systems until it is in place and working. Any special installation preparation and requirements must be submitted to the entity seeking services and products under this Agreement. All transportation and coordination arrangements will be the responsibility of the Proposer. Deliver of products and equipment will be coordinated with the entity seeking products and services under this agreement.

V. Product Management Proposal

In the Management Proposal, the Bidder should describe how the project will be organized and managed.

Provide all information requested in the exact order specified below:

A. Identifying Information

(i) State the business name, address, principal place of business, telephone number, and fax number and email address of legal entity or individual with whom contract would be written.

(ii) Provide the names, addresses, and telephone numbers of principal officers.

13

Page 14: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

(iii) Specify the legal status of the Bidder and the year the entity was organized to do business as the entity now substantially exists.

(iv) Describe the Bidder, including size, areas of specialization and expertise, client base, and any other pertinent information in such a manner that the proposal evaluators may reasonably assess the stability and financial strength of the Bidder. Provide information or references on the financial status of the Bidder.

(v) Include the Federal Employer Tax Identification number and any applicable licenses including those from federal and state governmental authorities, federal or state regulatory commissions and any other applicable governmental agencies.

B. Project Management

(i) Provide an organizational chart of your firm indicating lines of authority for personnel involved in performance of this potential contract and relationships of this staff to other programs or functions of the firm. This chart must also show lines of authority to the next senior level of management.

C. Experience of the Bidder

(i) List contracts, if any, of the Bidder during the last five years that relate to the Bidder’s ability to perform the services called for under this RFP. List contract reference numbers, contract period of performance, contact persons, and telephone numbers.

(ii) In addition to the matters described in paragraph C.1, please list other contractual relationships during the past 5 years in which the Bidder provided services related to floor covering products and services.

(iii) Bidder must supply names, addresses and telephone numbers of five business references for whom work has been completed. Reference information must include the client name, individual contact, mailing address, phone number, fax number, internet address or email address (if available), and a brief project summary. By providing these references, the Bidder grants PAEC permission to contact the references.

(iv) Description of the Bidder’s experience in flooring products sales and services.

(v) If the Bidder has had a contract terminated for default in the last five years, describe each such incident. Termination for default is defined as notice to

14

Page 15: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

stop performance due to the Bidder’s non-performance or poor performance and the issue of performance was either (a) not litigated due to inaction on the part of the Bidder, or (b) litigated and such litigation determined that the Bidder was in default. Submit full details of the terms for default including the other party’s name, address, and phone number. Present the Bidder’s position on the matter. PAEC will evaluate the facts and may, at its sole discretion, reject the proposal on the grounds of past experience.

(vi) If the Bidder has not had any contract terminated for default in the past five years, so indicate.

(vii) Please list any private or governmental litigation and any inquiries by governmental regulatory agencies in which the Bidder has been involved in the past 5 years. With respect to private and/or governmental litigation, please include names of adverse parties, court(s) of jurisdiction, case number and a brief description of each case, including status or disposition. With respect to regulatory inquiries, please state investigating agency, date of initial inquiry, and a description of each matter, including status or disposition.

(viii) Bidder shall describe its hiring processes, including background screening procedures, in detail and certifies that it complies with Federal law with respect to hiring only employees who are legally eligible to work in the United States and that it requires the same of any service delivery partners/subcontractors it engages to complete the Scope of Work. Bidder’s participation in the U.S. Citizenship and Enforcement’s E-Verify program will have a favorable impact on the overall evaluation of the Project Management submission.

(ix) Bidder shall provide sample materials it would provide PAEC for the purpose of marketing products and services through the Florida Buy program.

(x) Bidder shall provide certificates of insurance showing types and levels of coverage.

D. Subcontractor Information Required

If the Bidder intends to subcontract any of the proposed work stated in its technical proposal to entities it does not own, the Bidder shall submit the information required under the Identifying Information and Experience of Bidder sections for each proposed subcontractor. Please remember that the successful Bidder will be responsible for all subcontractor work.

Bidders that partner or combine resources for the sole purpose of addressing this RFP must demonstrate a successful history of working together.

15

Page 16: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

VI. Pricing Proposal

A. From the Manufacturer: PAEC is specifically seeking pricing proposals from manufacturers offering a percentage discount off the MSRP. The proposal must reflect the best and lowest pricing available to their most favored customers and consistent with other city, county, state, or purchasing cooperative/consortium contracted pricing.

The discounted pricing will be available to any school, school district, city, county, state, or non-profit organization regardless of the size or scope of the project. The awardee may also offer discounts beyond the contractual rate for projects requiring substantial quantities of products.

The pricing sheet should reflect the MSRP on products along with the discount percentages.

B. From the Dealer: Proposals for installation are expected to include pricing for all installation services including site visits, materials handling, storage, installation, accessories (moldings trim, installation supplies), recycling, clean up after installation, repairs to floors prior to installation, etc. If an emergency or unforeseen circumstances arise and installers cannot meet an installation deadline, PAEC reserves the right to redirect installation to another certified and approved installer.

It is expected that all of the successful proposing Manufacturers contracted products will be sold to all of the successful proposing Dealers at the PAEC contracted pricing and will be installed by said Dealers per the Manufacturer’s guidelines without exception.

C. Award Will Not Be Based on Price Alone

The evaluation process is designed to award this procurement to the Bidder who submits a quality proposal which best meets the requirements of this RFP. This may not be the Bidder with the lowest estimated cost proposal. PAEC reserves all discretion in this regard.

VII. EVALUATION CRITERIA

A. Evaluation Team

16

Page 17: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

The proposals shall be evaluated by an evaluation team, to be designated by PAEC, which will determine the proposal most responsive to the requirements stated in this RFP. Proposals will be evaluated strictly in accordance with the requirements set forth in this RFP and any addenda which are issued. Based on the results of this analysis, it may be necessary to interview and/or visit the operations of one or more Bidders. The evaluation team will then evaluate all information and make a determination which will result in the selection of a Floor Covering Provider/s.

In accordance with PAEC procedures, awards shall be made to the responsible bidder whose proposal is determined in writing to be the most advantageous to the PAEC based upon the evaluation criteria as determined by the Agency. The proposals will be ranked from the one most likely to the one least likely to meet the requirements listed in the RFP. If several proposals are closely ranked, the PAEC may arrange for oral interviews to assist in making the decision. If an award of contract is made, the Bidder who’s Proposal, in the sole opinion of the PAEC represents the best overall value to PAEC and participating entities, will be selected. Factors which determine the award are detailed more fully in the specifications, including, but not limited to: the Proposal’s responsiveness to all specifications in the inquiry; quality of the Bidder’s products or services; Bidder’s ability to perform the contract; and Bidder’s general responsibility as evidenced by past performance. Again, price, although a factor, will not be the sole determining factor in award of the contract.

B. Responsiveness

All proposals will be reviewed by the RFP Coordinator to determine compliance with administrative requirements and instructions specified in the RFP. Only responsive proposals which meet the minimum requirements will be forwarded to the evaluation team for further review.

C. Award Will Be Based on Multiple Factors

As stated previously, the evaluation process is designed to award the contract to the Bidder whose proposal best meets the requirements of this RFP. The

final selection, if any, will be based upon the evaluation committee’s recommendation after analysis of the technical, management, and cost elements of the proposal. PAEC’s decision shall be final.

VIII. PROPRIETARY INFORMATION/PUBLIC DISCLOSURE

Material submitted in response to this Request for Proposal shall become the property of PAEC. All proposals received shall remain confidential until the contract, if any,

17

Page 18: SAMPLE REQUEST FOR PROPOSAL - PAEC RFP 17-01.docx  · Web viewREQUEST FOR PROPOSAL . Floor Covering. Panhandle . Area Educational Consortium. RFP # 1. 7-0. 1. Bid closing date –

resulting from this RFP is signed by the Superintendent/CEO of PAEC and the successful Bidder. Thereafter, the proposals shall be deemed public records.

Any information in the proposal that the Bidder desires to claim as proprietary and exempt from disclosure must be clearly designated. The page must be identified and the particular exemption from disclosure upon which the Bidder is making the claim. Each page claimed to be exempt from disclosure must be clearly identified by the word “Confidential” printed on the lower right hand corner of the page.

PAEC will consider a Bidder’s request for exemption from disclosure; however, PAEC will make a decision predicated upon applicable laws. Marking the entire proposal exempt from disclosure will not be honored. The Bidder must be reasonable in designating information as confidential. If any information is marked as proprietary in the proposal, such information will not be made available until the affected Bidder has been given an opportunity to seek a court injunction against the requested disclosure.

A charge may be made for copying and shipping any information requested from this RFP. All requests for information should be directed to the RFP Coordinator as stated above.

IX. TIMETABLE FOR RESPONSE

A. PAEC anticipates proceeding in a manner consistent with the following timetable. The timetable is subject to change at PAEC’s sole discretion.

i. RFP Advertised and released: September 22, 2016ii. Request for information deadline: October 6, 2016

iii. Answers/addenda issued through: October 10, 2016iv. Response deadline: October 13, 2016

B. Award information will be made available on November 15, 2016 via the PAEC Florida Buy website, www.floridabuy.org.

18