solicitation fb -00370 shrink wrapping machine & related ... · solicitation comments the...
TRANSCRIPT
55
66
Solicitation FB-00370
SHRINK WRAPPING MACHINE & RELATED PRODUCT
Solicitation Designation: Public
Miami-Dade County
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 1
5
6
Solicitation FB-00370SHRINK WRAPPING MACHINE & RELATED PRODUCT
Solicitation Number FB -00370
Solicitation Title SHRINK WRAPPING MACHINE & RELATED PRODUCT
Solicitation Start Date In Held
Solicitation End Date May 6, 2016 6:00:00 PM EDT
Question & Answer End Date
Apr 29, 2016 12:00:00 PM EDT
Solicitation Contact Claudia Portocarrero
Procurement Contracting Officer
Miami -Dade County
305 -375-4252
Solicitation Contact Michelle Rapaport
Procurement Contracting Manager
ISD - Procurement Management Services
305 -375-4029
Contract Duration 60 months
Contract Renewal Not Applicable
Prices Good for 30 days
Solicitation Comments The purpose of this solicitation is to establish a contract for the purchase of shrink wrapping line machines, sealing film, maintenance and extended warranty for Miami-Dade County Corrections and Rehabilitation on as needed basis. The awarded bidder shall supply, deliver and install the machine with all component parts and ancillary equipment. The awarded bidder must provide training to the Miami-Dade Corrections & Rehabilitation Department.
Item Response Form
Item FB-00370--01-01 - Automatic Shrink Wrapping Line Machine As stated in Section 3, Technical Specs
Quantity 1 each
Unit Price
Manufacturer/Brand
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionAutomatic Shrink Wrapping Line MachineAs stated in Section 3, Technical Specifications
Item FB-00370--01-02 - Material - Shrink Wrap Sealing Film, pre-perforated, 60 gauge 16", 4,375' /Roll
Quantity 600 each
Unit Price
Manufacturer/Brand
Delivery Location Miami-Dade County
No Location Specified
Qty 600
DescriptionShrink Wrap Sealing Film, pre-perforated, 60 gauge 16", 4,375' /Roll. **Note** Brand and Manufacture name will be for informational purposes only and will not be considered for awarding this contract.**Quantities are on annual basis**
Item FB-00370--01-03 - Maintenance - 2nd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 2nd Year
Item FB-00370--01-04 - Maintenance - 3rd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 3rd Year
Item FB-00370--01-05 - Maintenance - 4th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 4th Year
Item FB-00370--01-06 - Maintenance - 5th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 5th Year
Item FB-00370--01-07 - Warranty - 2nd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 2nd Year
Item FB-00370--01-08 - Warranty - 3rd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 3rd Year
Item FB-00370--01-09 - Warranty - 4th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 4th Year
Item FB-00370--01-10 - Warranty - 5th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 5th Year
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 2
5
6
Solicitation FB-00370SHRINK WRAPPING MACHINE & RELATED PRODUCT
Solicitation Number FB -00370
Solicitation Title SHRINK WRAPPING MACHINE & RELATED PRODUCT
Solicitation Start Date In Held
Solicitation End Date May 6, 2016 6:00:00 PM EDT
Question & Answer End Date
Apr 29, 2016 12:00:00 PM EDT
Solicitation Contact Claudia Portocarrero
Procurement Contracting Officer
Miami -Dade County
305 -375-4252
Solicitation Contact Michelle Rapaport
Procurement Contracting Manager
ISD - Procurement Management Services
305 -375-4029
Contract Duration 60 months
Contract Renewal Not Applicable
Prices Good for 30 days
Solicitation Comments The purpose of this solicitation is to establish a contract for the purchase of shrink wrapping line machines, sealing film, maintenance and extended warranty for Miami-Dade County Corrections and Rehabilitation on as needed basis. The awarded bidder shall supply, deliver and install the machine with all component parts and ancillary equipment. The awarded bidder must provide training to the Miami-Dade Corrections & Rehabilitation Department.
Item Response Form
Item FB-00370--01-01 - Automatic Shrink Wrapping Line Machine As stated in Section 3, Technical Specs
Quantity 1 each
Unit Price
Manufacturer/Brand
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionAutomatic Shrink Wrapping Line MachineAs stated in Section 3, Technical Specifications
Item FB-00370--01-02 - Material - Shrink Wrap Sealing Film, pre-perforated, 60 gauge 16", 4,375' /Roll
Quantity 600 each
Unit Price
Manufacturer/Brand
Delivery Location Miami-Dade County
No Location Specified
Qty 600
DescriptionShrink Wrap Sealing Film, pre-perforated, 60 gauge 16", 4,375' /Roll. **Note** Brand and Manufacture name will be for informational purposes only and will not be considered for awarding this contract.**Quantities are on annual basis**
Item FB-00370--01-03 - Maintenance - 2nd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 2nd Year
Item FB-00370--01-04 - Maintenance - 3rd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 3rd Year
Item FB-00370--01-05 - Maintenance - 4th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 4th Year
Item FB-00370--01-06 - Maintenance - 5th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 5th Year
Item FB-00370--01-07 - Warranty - 2nd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 2nd Year
Item FB-00370--01-08 - Warranty - 3rd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 3rd Year
Item FB-00370--01-09 - Warranty - 4th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 4th Year
Item FB-00370--01-10 - Warranty - 5th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 5th Year
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 3
5
6
Solicitation FB-00370SHRINK WRAPPING MACHINE & RELATED PRODUCT
Solicitation Number FB -00370
Solicitation Title SHRINK WRAPPING MACHINE & RELATED PRODUCT
Solicitation Start Date In Held
Solicitation End Date May 6, 2016 6:00:00 PM EDT
Question & Answer End Date
Apr 29, 2016 12:00:00 PM EDT
Solicitation Contact Claudia Portocarrero
Procurement Contracting Officer
Miami -Dade County
305 -375-4252
Solicitation Contact Michelle Rapaport
Procurement Contracting Manager
ISD - Procurement Management Services
305 -375-4029
Contract Duration 60 months
Contract Renewal Not Applicable
Prices Good for 30 days
Solicitation Comments The purpose of this solicitation is to establish a contract for the purchase of shrink wrapping line machines, sealing film, maintenance and extended warranty for Miami-Dade County Corrections and Rehabilitation on as needed basis. The awarded bidder shall supply, deliver and install the machine with all component parts and ancillary equipment. The awarded bidder must provide training to the Miami-Dade Corrections & Rehabilitation Department.
Item Response Form
Item FB-00370--01-01 - Automatic Shrink Wrapping Line Machine As stated in Section 3, Technical Specs
Quantity 1 each
Unit Price
Manufacturer/Brand
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionAutomatic Shrink Wrapping Line MachineAs stated in Section 3, Technical Specifications
Item FB-00370--01-02 - Material - Shrink Wrap Sealing Film, pre-perforated, 60 gauge 16", 4,375' /Roll
Quantity 600 each
Unit Price
Manufacturer/Brand
Delivery Location Miami-Dade County
No Location Specified
Qty 600
DescriptionShrink Wrap Sealing Film, pre-perforated, 60 gauge 16", 4,375' /Roll. **Note** Brand and Manufacture name will be for informational purposes only and will not be considered for awarding this contract.**Quantities are on annual basis**
Item FB-00370--01-03 - Maintenance - 2nd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 2nd Year
Item FB-00370--01-04 - Maintenance - 3rd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 3rd Year
Item FB-00370--01-05 - Maintenance - 4th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 4th Year
Item FB-00370--01-06 - Maintenance - 5th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionMaintenance - 5th Year
Item FB-00370--01-07 - Warranty - 2nd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 2nd Year
Item FB-00370--01-08 - Warranty - 3rd Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 3rd Year
Item FB-00370--01-09 - Warranty - 4th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 4th Year
Item FB-00370--01-10 - Warranty - 5th Year
Quantity 1 each
Unit Price
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionWarranty - 5th Year
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 4
5
6
BID NO.: FB-00370OPENING: 6:00 PM
SHRINK WRAPPING MACHINE & RELATED PRODUCTMay 6, 2016
MIAMI-DADE COUNTY, FLORIDA
I N V I T A T I O NT O B I D
TITLE:SHRINK WRAPPING MACHINE & RELATED PRODUCT
BIDS WILL BE ACCEPTED UNTIL 6:00 PMON May 6, 2016
FOR INFORMATION CONTACT:Claudia Portocarrero 305-375-4252 [email protected]
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.
· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.
· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON-RESPONSIVE.
· IT IS THE POLICY OF MIAMI -DADE COUNTY THAT ALL ELECTED AND APPOINTED COUNTY OFFICIALS AND COUNTY EMPLOYEES SHALL ADHERE TO THE PUBLIC SERVICE HONOR CODE (HONOR CODE). THE HONOR CODE CONSISTS OF MINIMUM STANDARDS REGARDING THE RESPONSIBILITIES OF ALL PUBLIC SERVANTS IN THE COUNTY. VIOLATION OF ANY OF THE MANDATORY STANDARDS MAY RESULT IN ENFORCEMENT ACTION. (SEE IMPLEMENTING ORDER 7-7)
SECTION 1
GENERAL TERMS AND CONDITIONS:
All general terms and conditions of Miami -Dade County Procurement Contracts are posted online.
Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive
procurement process must anticipate the inclusion of these requirements in the resultant Contract. These
general terms and conditions are considered non-negotiable.
All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online
at the Miami-Dade County Procurement Management website by clicking on the below link:
http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r15-5.pdf
NOTICE TO ALL BIDDERS/PROPOSERS:
Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date
and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files.
For information concerning technical specifications please utilize the question/answer feature provided by
BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to
the cut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of
services, or bidding procedures will only be transmitted by written addendum. (See addendum section of
BidSync site).
Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the
closing time or the system will stop the process and the response will be considered late and will not be
accepted.
PLEASE NOTE THE FOLLOWING:
No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX . No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered
evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the
equipment, materials, and labor required. The entire proposal response must be submitted in accordance
with all specifications contained in the solicitation electronically.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 5
5
6
BID NO.: FB-00370OPENING: 6:00 PM
SHRINK WRAPPING MACHINE & RELATED PRODUCTMay 6, 2016
MIAMI-DADE COUNTY, FLORIDA
I N V I T A T I O NT O B I D
TITLE:SHRINK WRAPPING MACHINE & RELATED PRODUCT
BIDS WILL BE ACCEPTED UNTIL 6:00 PMON May 6, 2016
FOR INFORMATION CONTACT:Claudia Portocarrero 305-375-4252 [email protected]
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.
· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.
· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON-RESPONSIVE.
· IT IS THE POLICY OF MIAMI -DADE COUNTY THAT ALL ELECTED AND APPOINTED COUNTY OFFICIALS AND COUNTY EMPLOYEES SHALL ADHERE TO THE PUBLIC SERVICE HONOR CODE (HONOR CODE). THE HONOR CODE CONSISTS OF MINIMUM STANDARDS REGARDING THE RESPONSIBILITIES OF ALL PUBLIC SERVANTS IN THE COUNTY. VIOLATION OF ANY OF THE MANDATORY STANDARDS MAY RESULT IN ENFORCEMENT ACTION. (SEE IMPLEMENTING ORDER 7-7)
SECTION 1
GENERAL TERMS AND CONDITIONS:
All general terms and conditions of Miami -Dade County Procurement Contracts are posted online.
Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive
procurement process must anticipate the inclusion of these requirements in the resultant Contract. These
general terms and conditions are considered non-negotiable.
All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online
at the Miami-Dade County Procurement Management website by clicking on the below link:
http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r15-5.pdf
NOTICE TO ALL BIDDERS/PROPOSERS:
Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date
and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files.
For information concerning technical specifications please utilize the question/answer feature provided by
BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to
the cut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of
services, or bidding procedures will only be transmitted by written addendum. (See addendum section of
BidSync site).
Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the
closing time or the system will stop the process and the response will be considered late and will not be
accepted.
PLEASE NOTE THE FOLLOWING:
No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX . No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered
evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the
equipment, materials, and labor required. The entire proposal response must be submitted in accordance
with all specifications contained in the solicitation electronically.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 6
5
6
BID NO.: FB-00370OPENING: 6:00 PM
SHRINK WRAPPING MACHINE & RELATED PRODUCTMay 6, 2016
MIAMI-DADE COUNTY, FLORIDA
I N V I T A T I O NT O B I D
TITLE:SHRINK WRAPPING MACHINE & RELATED PRODUCT
BIDS WILL BE ACCEPTED UNTIL 6:00 PMON May 6, 2016
FOR INFORMATION CONTACT:Claudia Portocarrero 305-375-4252 [email protected]
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.
· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.
· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON-RESPONSIVE.
· IT IS THE POLICY OF MIAMI -DADE COUNTY THAT ALL ELECTED AND APPOINTED COUNTY OFFICIALS AND COUNTY EMPLOYEES SHALL ADHERE TO THE PUBLIC SERVICE HONOR CODE (HONOR CODE). THE HONOR CODE CONSISTS OF MINIMUM STANDARDS REGARDING THE RESPONSIBILITIES OF ALL PUBLIC SERVANTS IN THE COUNTY. VIOLATION OF ANY OF THE MANDATORY STANDARDS MAY RESULT IN ENFORCEMENT ACTION. (SEE IMPLEMENTING ORDER 7-7)
SECTION 1
GENERAL TERMS AND CONDITIONS:
All general terms and conditions of Miami -Dade County Procurement Contracts are posted online.
Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive
procurement process must anticipate the inclusion of these requirements in the resultant Contract. These
general terms and conditions are considered non-negotiable.
All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online
at the Miami-Dade County Procurement Management website by clicking on the below link:
http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r15-5.pdf
NOTICE TO ALL BIDDERS/PROPOSERS:
Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date
and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files.
For information concerning technical specifications please utilize the question/answer feature provided by
BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to
the cut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of
services, or bidding procedures will only be transmitted by written addendum. (See addendum section of
BidSync site).
Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the
closing time or the system will stop the process and the response will be considered late and will not be
accepted.
PLEASE NOTE THE FOLLOWING:
No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX . No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered
evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the
equipment, materials, and labor required. The entire proposal response must be submitted in accordance
with all specifications contained in the solicitation electronically.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 7
5
6
BID NO.: FB-00370OPENING: 6:00 PM
SHRINK WRAPPING MACHINE & RELATED PRODUCTMay 6, 2016
MIAMI-DADE COUNTY, FLORIDA
I N V I T A T I O NT O B I D
TITLE:SHRINK WRAPPING MACHINE & RELATED PRODUCT
BIDS WILL BE ACCEPTED UNTIL 6:00 PMON May 6, 2016
FOR INFORMATION CONTACT:Claudia Portocarrero 305-375-4252 [email protected]
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.
· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.
· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON-RESPONSIVE.
· IT IS THE POLICY OF MIAMI -DADE COUNTY THAT ALL ELECTED AND APPOINTED COUNTY OFFICIALS AND COUNTY EMPLOYEES SHALL ADHERE TO THE PUBLIC SERVICE HONOR CODE (HONOR CODE). THE HONOR CODE CONSISTS OF MINIMUM STANDARDS REGARDING THE RESPONSIBILITIES OF ALL PUBLIC SERVANTS IN THE COUNTY. VIOLATION OF ANY OF THE MANDATORY STANDARDS MAY RESULT IN ENFORCEMENT ACTION. (SEE IMPLEMENTING ORDER 7-7)
SECTION 1
GENERAL TERMS AND CONDITIONS:
All general terms and conditions of Miami -Dade County Procurement Contracts are posted online.
Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive
procurement process must anticipate the inclusion of these requirements in the resultant Contract. These
general terms and conditions are considered non-negotiable.
All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online
at the Miami-Dade County Procurement Management website by clicking on the below link:
http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r15-5.pdf
NOTICE TO ALL BIDDERS/PROPOSERS:
Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date
and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files.
For information concerning technical specifications please utilize the question/answer feature provided by
BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to
the cut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of
services, or bidding procedures will only be transmitted by written addendum. (See addendum section of
BidSync site).
Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the
closing time or the system will stop the process and the response will be considered late and will not be
accepted.
PLEASE NOTE THE FOLLOWING:
No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX . No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered
evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the
equipment, materials, and labor required. The entire proposal response must be submitted in accordance
with all specifications contained in the solicitation electronically.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 8
SOLICITATION TITLE: SHRINK WRAPPING MACHINE & RELATED PRODUCT SOLICITATION NO.: FB-00370
Page 1 of 6
SECTION 2 - SPECIAL TERMS AND CONDITIONS
2.1 PURPOSE
The purpose of this solicitation is to establish a contract for the purchase of shrink wrapping line machines, sealing
film, maintenance and extended warranty for Miami-Dade County Corrections and Rehabilitation on as needed basis.
The awarded bidder shall supply, deliver and install the machine with all component parts and ancillary equipment.
The awarded bidder must provide training to the Miami Dade Corrections & Rehabilitation Department on all newly
purchased equipment.
2.2 TERM
This contract shall commence on the first calendar day of the month succeeding approval of the contract by the
Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is
distributed by the County's Procurement Management Division, and contingent upon the completion and submittal of
all required bid documents. The contract shall expire on the last day of the sixtieth (60th) month.
2.3 METHOD OF AWARD
Award of this contract will be made to the lowest responsive, responsible bidder who submits an offer on all items
listed in the solicitation and whose offer represents the lowest price when all items are added in the aggregate. If a
bidder fails to submit an offer on all items, its overall offer may be rejected. The County will award the total contract to
a single bidder.
2.4 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT
If the bidder is awarded a contract under this solicitation, the prices proposed by the bidder shall remain fixed and
firm during the term of contract.
2.5 DELIVERY
The awarded bidder shall make delivery of Shrink Wrapping Line Machine equipment within forty-five (45) calendar
days after the date of the order. The bidder shall make delivery of the Sealing Film material within five (5) business
days after the date of the order. All deliveries shall be made in accordance with good commercial practice and all
required delivery timeframes shall be adhered to by the bidder(s); except in such cases where the delivery will be
delayed due to acts of God, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall
notify the County of the delays in advance of the original delivery date so that a revised delivery schedule can be
appropriately considered by the County.
Should the bidder(s) to whom the contract is awarded fail to deliver in the number of days stated above, the County
reserves the right to cancel the contract on a default basis. If the contract is so terminated, it is hereby understood
and agreed that the County has the authority to purchase the goods elsewhere and to charge the incumbent bidder
with any re-procurement costs. If the bidder fails to honor these re-procurement costs, the County may terminate the
contract for default.
Certain County employees may be authorized in writing to pick-up materials under this contract. Bidders shall
require presentation of this written authorization. The bidder shall maintain a copy of the authorization. If the bidder
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 9
SOLICITATION TITLE: SHRINK WRAPPING MACHINE & RELATED PRODUCT SOLICITATION NO.: FB-00370
Page 2 of 6
is in doubt about any aspect of material pick-up, bidder shall contact the appropriate user department to confirm the
authorization.
2.6 DELAYS IN DELIVERY
The County may not allow any late deliveries under this contract. Accordingly, the bidder is required to deliver all
items to the County within the time specified in this solicitation and resultant contract; and no grace period on account
of back-order situations shall be honored, unless written authorization is issued by the user department, and a new
delivery date is mutually established. In the event that the bidder fails to deliver the products within the time
specified, the County reserves the right to cancel the order, seek the items from another bidder, and charge the
incumbent bidder for any re-procurement costs. If the bidder fails to honor these re-procurement costs, the County
may terminate the contract for default.
2.7 MAINTENANCE
The awarded bidder shall inspect the unit and perform maintenance in accordance with the manufacturer’s
recommended specific shrink wrap machine maintenance requirements. The awarded bidder shall be responsible for
promptly correcting any deficiency, at no cost to the County, within the timeframe stated below after the County
notifies the bidder of such deficiency in writing. If the awarded bidder fails to honor the warranty and/or fails to correct
or replace the defective work or items within the period specified, the County may, at its discretion, notify the
awarded bidder, in writing, that the awarded bidder is subject to contractual default if the corrections or replacements
are not completed to the satisfaction of the County within 30 calendar days of receipt of the notice. If the awarded
bidder fails to satisfy the warranty within the period specified in the notice, the County may (a) place the awarded
bidder in default of its contract, and/or (b) procure the products or services from another bidder and charge the
awarded bidder for any additional costs that are incurred by the County for this work or items; either through a credit
memorandum or through invoicing.
Two (2) hour repair response time, seven (7) days per week (includes weekends and holidays) between
hours of 5 AM and 5 PM Eastern Standard Time.
2.8 LABOR, MATERIAL, AND EQUIPMENT SHALL BE SUPPLIED BY THE VENDOR
Unless otherwise provided in Section 3 (entitled "Technical Specifications"), of this solicitation the awarded bidder
shall furnish all labor, material and equipment necessary for satisfactory contract performance; including replacement
parts, service and repairs, freight costs, labor, travel expenses and corrective repairs. When not specifically identified
in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose.
All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project
Manager.
2.9 WARRANTY SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE
2.9.1 Type of Warranty Coverage Required
In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or
service against faulty labor and/or defective material, for a minimum period of one (1) year after the date of
acceptance of the labor, materials and/or equipment by the County. This warranty shall include all parts and all
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 10
SOLICITATION TITLE: SHRINK WRAPPING MACHINE & RELATED PRODUCT SOLICITATION NO.: FB-00370
Page 3 of 6
necessary labor. This warranty requirement shall remain in force for the full one (1) year period; regardless of
whether the bidder is under contract with the County at the time of defect. Any payment by the County on behalf of
the goods or services received from the bidder does not constitute a waiver of these warranty provisions.
2.9.2 Correcting Defects Covered Under Warranty
The bidder shall be responsible for promptly correcting any deficiency, at no cost to the County, within five (5)
calendar days after the County notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty
and/or fails to correct or replace the defective work or items within the period specified, the County may, at its
discretion, notify the bidder, in writing, that the bidder may be debarred as a County bidder and/or subject to
contractual default if the corrections or replacements are not completed to the satisfaction of the County within 30
calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the
notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from
another bidder and charge the bidder for any additional costs that are incurred by the County for this work or items;
either through a credit memorandum or through invoicing.
2.9.3 Extended Warranty
The County shall have the option to purchase an additional five (5) years extended warranty (inclusive of all parts
and labor) on a year-to-year basis. The warranty for the shrink wrapping line machine (covered in the initial purchase
price for one (1) year) shall commence on the date after the conclusion of the initial contract term.
2.10 ACCEPTANCE OF PRODUCT BY THE COUNTY
The product(s) to be provided hereunder shall be delivered to the County, and maintained if applicable to the
contract, in full compliance with the specifications and requirements set forth in this contract. If a bidder-provided
product is determined to not meet the specifications and requirements of this contract, either prior to acceptance or
upon initial inspection, the item will be returned, at bidder expense, to the bidder. At the County’s own option, the
bidder shall either provide a direct replacement for the item, or provide a full credit for the returned item. The bidder
shall not assess any additional charge(s) for any conforming action taken by the County under this clause.
2.11 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY
The awarded bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in
conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the
items and shall be made available to the County's authorized representative during delivery. The packing slip or
delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a
complete listing of items and quantity being delivered; and back-order quantities and estimated delivery of back-
orders if applicable.
2.12 PURCHASE OF OTHER ITEMS NOT LISTED WITHIN THIS SOLICITATION
While the County has listed all major items within this solicitation which are utilized by County department in
conjunction with their operations, there may be similar items that must be purchased by the County during the term of
this contract. Under these circumstances, a County representative will contact the awarded bidder to obtain a price
quote for the similar items; if the County determines that price given by the awarded vendor is not fair or reasonable,
the County reserves the right to seek pricing outside of this contract.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 11
SOLICITATION TITLE: SHRINK WRAPPING MACHINE & RELATED PRODUCT SOLICITATION NO.: FB-00370
Page 4 of 6
SECTION 3 – TECHNICAL SPECIFICATIONS
3.1 SCOPE OF WORK To purchase, furnish, and install Automatic Shrink Wrapping Line Machine equipment and Sealing Film to wrap food trays with warranty and maintenance for the Miami Dade Corrections & Rehabilitation Department. 3.2 EQUIPMENT REQUIREMENTS Equipment must have speed capability of wrapping a minimum of 80 recycled natural paper food trays per minute (Food Tray Dimensions 8-1/2” wide X 10-6/16” long X 3/4” height); and shall include Automatic L Sealer, Shrink Tunnel, Infeed Conveyor, Exit Conveyor and (PLC) Programmable Logic Controller. Equipment must meet minimum food grade requirements, including NSF and UL listings.
a) AUTOMATIC L SEALER
Shall include the following:
High speed, continuous, fully automatic sealing machine with print registration capability
Seal forms a sleeve around product so that product is inside of a closed bag before being exposed to heat
tunnel
Provides consistent seal strength for all products sizes
Heavy duty rugged machine construction designed for operations of 16 hours+ per day
Must be capable of operating in temperatures from 40º F to 70º F
Durable machine finish designed to resist corrosion
Touch screen control panel operations, password protected
Emergency stop push button that immediately stops all machine operations
Capable of speeds of greater than or equal to 80 ppm, with variable speed control
Versatile construction capable of sealing a variety of product sizes. Multiple size sealing capacity for trays,
minimum capacity from 6” x 8” to 12” x 15” with ½” to 6” high. Automatically adjusts for height and package
length
Capable of handling integrations/interface of food grade feeders, conveyors, collators, and/or accumulators
Capable of handling food grade infeed and outfeed conveyor lines
Programmable memory to store minimum 20 package sizes/configurations
Programmable/resettable counting function minimum counting capability of 1 to 5,000 pieces
Easy load film rack, no overhead lifting of film, easily adjustable for various package sizes
Accepts all industry standard shrink films
Pin perforator wheels
Sensor for automatic machine stop when no product available
Precise control of film eliminating film breaks
Powered film scrap wind up with sensor alarm when full.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 12
SOLICITATION TITLE: SHRINK WRAPPING MACHINE & RELATED PRODUCT SOLICITATION NO.: FB-00370
Page 5 of 6
b) SEMI AUTOMATIC L SEALERS
Shall include the following:
Hot knife Seal Jaws with Duo Seal Inserts
Digital Temperature controllers
Dwell timer
Pinhole perforators on film cradle
c) SHRINK TUNNEL
Shall include the following:
Automatic digital temperature control
Air flow control for overall tunnel
Cascade plates for side airflow and adjustable damper
Volume control for bottom air
Variable speed conveyor with food grade belt, capable of handling heat/sealing machine speeds of 80+
ppm
Minimum of 12” high opening
Minimum of 24” extended feed
Minimum chamber dimensions 42” L X 22” W X 12” H
Safety Palm buttons to stop conveyor
d) INFEED/OUTFEED CONVEYOR
Shall include the following:
Motorized conveyors with food grade belts
Wash down duty motor(s)
Speed controls that can be synchronized with shrink/sealing machine and shrink tunnels
All 304 stainless steel framework
Corrosion resistant leg levelers
Width to be capable of handling shrink/sealing machine operating at 100+ ppm
Overall length approximately 60’ – 80’, capable of mounting in a “U” shaped configuration
3.3 MAINTENANCE The awarded bidder shall inspect the unit and perform maintenance in accordance with the manufacturer’s recommended specific shrink wrap machine maintenance requirements. 3.4 SHRINK WRAP FILM Shrink Wrap Sealing Film, pre-perforated, 60 gauge 16", 4,375' /Roll.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 13
SOLICITATION TITLE: SHRINK WRAPPING MACHINE & RELATED PRODUCT SOLICITATION NO.: FB-00370
Page 6 of 6
3.5 DEMONSTRATION OF EQUIPMENT MAY BE REQUIRED DURING EVALUATION
After receipt of offers by the County, the bidder(s) may be required to demonstrate their specifically offered
equipment to authorized County personnel, at no separate cost. The purpose of this demonstration is to observe the
equipment in an operational environment and to verify its capability, suitability, and adaptability in conjunction with
the performance requirements stipulated in this solicitation. If a demonstration is required, the County will notify the
vendor of such in writing and will specify the date, time and location of the demonstration. If the vendor fails to
perform the demonstration on the specified date stipulated in the notice, the County may elect to reject that vendor’s
offer, or to re-schedule the demonstration, whichever action is determined to be in the best interests of the County.
The County shall be the sole judge of the acceptability of the equipment in conformance with the specifications and
its decision shall be final.
The equipment used for the demonstration shall be the same as the manufacturer's model identified in the vendor’s
offer. Accordingly, the equipment used in the demonstration shall create an express warranty that the actual
equipment to be provided by the vendor during the contract period shall conform to the equipment used in the
demonstration. The vendor shall be required to provide adequate restitution to the County, in the manner prescribed
by the County, if this warranty is violated during the term of the contract.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 14
SOLICITATION TITLE: SHRINK WRAPPING MACHINE & RELATED PRODUCT SOLICITATION NO.: FB-00370
Page 1 of 1
BID RESPONSE FORM
Paragraph Submittal Requirements 2.5 The awarded bidder shall make delivery of Shrink Wrapping Line Machine equipment within forty-
five (45) calendar days after the date of the order. The bidder shall make delivery of the Sealing
Film material within five (5) business days after the date of the order.
Initial to acknowledge you will comply with delivery clause _____ .
Provide specification sheets for Automatic Shrink Wrapping Line Machine equipment.
Initial to confirm attachment to submittal _____ .
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 15
5
6
Miami-Dade CountyProcurement Management Services
Solicitation Submittal Form111 NW 1st Street, Suite 1300, Miami, FL 33128
Solicitation No. FB-00370 Solicitation Title: SHRINK WRAPPING MACHINE & RELATED PRODUCT
Legal Company Name (include d/b/a if applicable):Federal Tax Identification Number:
If Corporation - Date Incorporated/Organized :State Incorporated/Organized:
Company Operating Address: City State Zip Code
Remittance Address (if different from ordering address): City State Zip Code
Company Contact Person: Email Address:
Phone Number (include area code):
Fax Number (include area code):
Company's Internet Web Address:
Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County.
Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.
LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a “ local business” is a business located within the limits of Miami-Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt, issued by Miami-Dade County; has a physical business address located within the limits of Miami-Dade County from which business is performed; and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.
Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this
certification at this time (by checking the box above) may render the vendor ineligible for Local Preference .
LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a “ locally-headquartered business” is a Local Business whose “principal place of business” is in Miami-Dade County or Broward County in accordance with the Interlocal Agreement between the two counties.
Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference
(LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.
The address of the Locally-headquartered office is:
LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.
Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the
certification must be submitted with the bid.
SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)
An SBE/Micro Business Enterprise must be certified by Small Business Development for the type of goods and/or services the Bidderprovides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375 -2378 or access http://www.miamidade.gov/business/business-certification-programs.asp. The SBE/Micro Business Enterprise must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.
Is your firm a Miami-Dade County Certified Small Business Enterprise? Yes No
If yes, please provide your Certification Number:
SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST:
By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized
representative and shall also initial this space:: . In such event, the Bidder shall furnish together with its bid
response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.
IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE.
Bidder's Authorized Representative's Signature : Date
Type or Print Name
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 16
5
6
Miami-Dade CountyProcurement Management Services
Solicitation Submittal Form111 NW 1st Street, Suite 1300, Miami, FL 33128
Solicitation No. FB-00370 Solicitation Title: SHRINK WRAPPING MACHINE & RELATED PRODUCT
Legal Company Name (include d/b/a if applicable):Federal Tax Identification Number:
If Corporation - Date Incorporated/Organized :State Incorporated/Organized:
Company Operating Address: City State Zip Code
Remittance Address (if different from ordering address): City State Zip Code
Company Contact Person: Email Address:
Phone Number (include area code):
Fax Number (include area code):
Company's Internet Web Address:
Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County.
Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.
LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a “ local business” is a business located within the limits of Miami-Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt, issued by Miami-Dade County; has a physical business address located within the limits of Miami-Dade County from which business is performed; and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.
Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this
certification at this time (by checking the box above) may render the vendor ineligible for Local Preference .
LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a “ locally-headquartered business” is a Local Business whose “principal place of business” is in Miami-Dade County or Broward County in accordance with the Interlocal Agreement between the two counties.
Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference
(LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.
The address of the Locally-headquartered office is:
LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.
Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the
certification must be submitted with the bid.
SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)
An SBE/Micro Business Enterprise must be certified by Small Business Development for the type of goods and/or services the Bidderprovides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375 -2378 or access http://www.miamidade.gov/business/business-certification-programs.asp. The SBE/Micro Business Enterprise must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.
Is your firm a Miami-Dade County Certified Small Business Enterprise? Yes No
If yes, please provide your Certification Number:
SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST:
By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized
representative and shall also initial this space:: . In such event, the Bidder shall furnish together with its bid
response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.
IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE.
Bidder's Authorized Representative's Signature : Date
Type or Print Name
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 17
55
66
FAIR SUBCONTRACTING PRACTICES
In compliance with Miami -Dade County Code Section 2 -8.8, the Bidder/Proposer shall submit with the
proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding
subcontractors.
55
66
NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT
Signature Date
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 18
55
66
Name of Bidder/Proposer: FEIN No.
Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on - line to the Small Business Development of the Internal Services Department at http://www.miamidade.gov/business/business
development- contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/business/library/forms/subcontractors- payment.pdf.
SUBCONTRACTOR/SUPPLIER LISTING
(Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10 -34)
In accordance with Sections 2 -8.1, 2 -8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below.
I In accordance with Ordinance No. 11 -90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. In the event that the recommended
Bidder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract.
(Please duplicate this form if additional space is needed.)
Business
Name and Address of
First Tier Direct Supplier
Principal Owner
Supplies/ Materials/
Services to be
Provided by Supplier
Principal Owner
(Enter the number of male and female owners by race/ethnicity)
Employee(s)
(Enter the number of male and female employees and the number of
employees by race/ethnicity)
M F White Black HispanicAsian/Pacific
Islander
Native
American/
Native
Alaskan
Other M F White Black HispanicAsian/Pacific
Islander
Native
American/
Native
Alaskan
Other
Business
Name and Address of
First Tier
Subcontractor/
Subconsultant
Principal Owner
Scope of Work
to be Performed by
Subcontractor/
Subconsultant
Principal Owner
(Enter the number of male and female owners by race/ethnicity)
Employee(s)
(Enter the number of male and female employees and the number of
employees by race/ethnicity)
M F White Black HispanicAsian/Pacific
Islander
Native
American/
Native
Alaskan
Other M F White Black HispanicAsian/Pacific
Islander
Native
American/
Native
Alaskan
Other
I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.
SUB 100 Rev. 1/14
Signature of Bidder/Proposer Print Name Print Title Date
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 19
55
66
Question and Answers for Solicitation #FB-00370 - SHRINK WRAPPING MACHINE & RELATED PRODUCT
Overall Solicitation Questions
There are no questions associated with this Solicitation.
Solicitation FB-00370Miami-Dade County
4/21/2016 7:28 AM p. 20