MASCONOMET REGIONAL SCHOOL DISTRICT Computers Invitation to Bid



Similar documents
REQUEST FOR PROPOSALS

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

REQUEST FOR QUOTES ACTUARIAL CONSULTING SERVICES - GASB 43 & 45 To Valuate the Town of Reading Retiree Medical & Life Insurance Obligation

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL BACKUP SOLUTION PUTNAM PUBLIC SCHOOLS PUTNAM, CONNECTICUT OWNER: ADMINISTRATIVE OFFICES PUTNAM, CONNECTICUT OWNER CONTACT:

Robla School District

OSWEGO COUNTY PURCHASING DEPARTMENT

How To Do Business With Omaha Public Schools

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

How To Build A Data Backup System In Town Of Trumbull

Request for Proposal Hewlett Packard Network Switches and Peripherals

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

NOTICE REQUEST FOR PROPOSALS FOR INTERIM TOWN ACCOUNTANT SERVICES TOWN OF SCITUATE, MA

THE RETIREMENT SYSTEMS OF ALABAMA

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK (845)

Center Unified School District

JKL Bahweting School. Request for Proposal. VDI Servers

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

REQUEST FOR PROPOSALS CONSULTANT TO PERFORM EXECUTIVE SEARCH SERVICES FOR THE POSITION OF TOWN MANAGER FOR THE TOWN OF NORTH KINGSTOWN RI

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

COUNTY OF TANEY, MISSOURI

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

DO NOT REMOVE ANY PAGES FROM THIS REQUEST FOR QUOTATION DOCUMENT. FAILURE TO RETURN ALL PAGES WITH YOUR REQUEST FOR QUOTATION MAY INVALIDATE YOUR BID.

Independent School District #29 of Cleveland County, OK d/b/a Norman Public Schools Request for Proposal # Cellular Services

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Instruction to Bidders

TENDER NO. 08/2013 SPECIFICATIONS FOR

REQUEST FOR QUOTATION Goods and Services. Detwiler Golf Course Club House. Re-Roof Project. Purchase Requisition Number

REQUEST FOR PROPOSALS. Ambulance Services. The Town of Hardwick is seeking proposals for for the provision of Basic Life Support

TOWN OF SCITUATE MASSACHUSETTS

N.I.C.E. COMMUNITY SCHOOL DISTRICT TECHNOLOGY INFRASTRUCTURE PROJECT REQUEST FOR PROPOSALS ( RFP )

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

University of Massachusetts Lowell

Borough of Jamesburg

RFP Name: Mobile Broadband for Apple ipad 3G

REQUEST FOR PROPOSAL Procurement of Landscaping Services

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

REQUEST FOR PROPOSALS FOR COMPUTERS ECORSE PUBLIC SCHOOLS

SECTION INSTRUCTIONS TO BIDDERS

INVITATION TO BID ENVELOPES AND CHECK STOCK PRINTING SEPTEMBER 30, 2014 SEPTEMBER 30, 2017

REQUEST FOR PROPOSAL RFP GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

INSTRUCTIONS TO PROPOSERS

Request for Quote for. Technology Devices: Desktops, Laptops, etc. RFQ #TEDV14CS

REQUEST FOR PROPOSALS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant

BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No Issued: June 3, PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)

TOWN OF WINDSOR REQUEST FOR QUOTES. Drying Bed Construction

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

2014 Inlet Rehab Project II Various Locations

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #

Department of Purchasing & Contract Compliance

Key Information Summary Sheet. Temporary Agency Document Management Staffing Services. Invitation for Bids No

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

City Of Hammond Purchasing Department REQUEST FOR PROPOSALS RFP Servers, Shared Storage & Backup Software

INVITATION TO BID Quail Dunes Golf Course Golf Cars

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

SPECIFICATIONS AND BID DOCUMENTS FOR VEHICLE TRACKING SYSTEM FOR THE PUBLIC WORKS DEPARTMENT. Contract

REQUEST FOR PROPOSAL FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR DESIGN/BUILD OF CNG FUELING STATION AT DISTRICT TRANSPORTATION YARD. Bid No.

Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD

Request For Proposal AlienVault SIEM Solution CONTRACT # /20/2015 LATE PROPOSALS WILL NOT BE ACCEPTED

CITY OF URBANA, ILLINOIS REQUEST FOR QUOTE GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: ONE (1) ELECTRIC PASSENGER VEHICLE RFQ #

CITY OF POMONA. Request for Qualifications and Proposals. For

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM


PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014

REQUEST FOR PROPOSAL

TERMS AND CONDITIONS HHC (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013

INSTRUCTIONS TO BIDDERS

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

COUNTY OF COLE JEFFERSON CITY, MISSOURI

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

THE TOWN OF NORTH SMITHFIELD

Department of Purchasing & Contract Compliance

REQUEST FOR PROPOSALS WORKERS COMPENSATION AND PUBLIC SAFETY INJURED ON DUTY AND PUBLIC SAFETY INJURED ON DUTY SERVICES

HUMAN RESOURCE COMPLIANCE AUDIT

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

PROPOSAL. To The. Alameda County Office of Education. ed Bid for Palo Alto Network Next Gen Firewall. Bid Open September 29th, :00 PM

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Western Virginia Water Authority. Roanoke, Virginia

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

INVITATION TO BID CITY OF HOPKINSVILLE

BID PROPOSAL NO. 958 DESCRIPTION: HEWLETT PACKARD NETWORK SWITCHES AND CISCO TRANSCEIVERS

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP #

Due Date: Tuesday September 8, 2:00 pm

Transcription:

Bid Title: Bid Release Date: Tuesday, July 21, 2015 Bid Opening: Tuesday, August 4 th, 2015 at 12 Noon Masconomet Regional School District, located in the town of Boxford, is issuing an ITB for. Copies of the specifications and all other bid documents may be obtained from Mary Murphy Guerrera at the Central Office via email: mguerrera@masconomet.org All bids must be delivered to the attention of Susan K. Givens, Chief Financial Officer, Central Office, 20 Endicott Road, Boxford, MA 01921, no later than the time of the Bid Opening as stated above, at which time and place they will be publicly opened and read. The bidder assumes the risk of any delay in the mail. Bids received after the official BID OPENING will be returned unopened. Page 1 of 9

Terms & Conditions MASCONOMET REGIONAL SCHOOL DISTRICT 1. Purchases will be made through authorized Purchase Orders. Delivery shall be made to the site as designated by the ship to address on the purchase order. 2. In the event of a discrepancy between the unit price and the extension, the unit price will govern. Price shall be construed to cover all costs incurred by the vendor to furnish the item(s) described, in accordance with the specifications; including, but not limited to all labor, materials, travel and mileage, proper packing and the cost of delivery. 3. Brand names when and where specified are to be used to describe quality, standards, and preference. All bidders submitting alternate brands must submit documentation as to their quality as compared to ones specified. Alternatives will only be accepted if deemed by the Chief Financial Officer, or her designee, to be of equal or superior quality than that specified. 4. All quantities listed are estimates. The awarding Authority has the right to increase or decrease quantities depending on the Bid results. 5. All items which are imperfect or of a grade inferior to the specification will be rejected and must be replaced with items of the specified grade without expense to the District. 6. All equipment must be new. Refurbished equipment is not acceptable. 7. The vendor must provide a 3 year warranty on all computers as shown in the description below. Any equipment that does not work properly during the first 90 days must be replaced immediately. 8. All Equipment must be delivered by August 18, 2015. Qualifications Bidders must have been regularly engaged for at least five (5) years, prior to the date of the opening of bids, in the business of supplying the products bid upon. The District shall have the right to take such steps as it deems necessary to determine the ability of the bidder to perform their obligations under the contract, and the bidder shall furnish the District all such information and data for this purpose as it may request, including references. Past performance, withdrawal of proposals due to reckless bidding, cancellation of orders due to poor or unsatisfactory delivery, and substitutions not approved by the awarding authority may be cause for non-acceptance of proposals. The right is reserved to reject any bid, and consider a bidder irresponsible, where an investigation of the available information does not satisfy the awarding authority that the bidder is qualified to carry out the terms of the contract. All bidders will be evaluated in the general areas of ability to meet performance and commodity specifications, responsiveness, reliability, ability to deliver, quality, and cost. Any proposal determined by the Chief Financial Officer to be non-responsive to this ITB, including instructions governing Page 2 of 9

submission and format, may be disqualified without evaluation. Licensing The vendor shall possess all required and necessary licenses as may be specified by federal, state, local authorities and/or the manufacturer, related to the products referred to in this bid. Alternate Bids The submission of a bid implies that the products meet the requirements as stated in this ITB. Where an alternate product is proposed, the bidder shall qualify their alternate bid on the Cost Data Bid Form and must reference the item number and provide a complete description of the alternate item, including brand name, using the same criteria as listed on the bid form when describing the alternate product. A separate attachment for this purpose may be used if necessary. Award of Contract A. Evaluation Price, product quality, and vendor reliability will be the prime factors when awarding this bid, provided: B. Award 1. The successful bidder meets all other specifications. 2. Delivery can be made as specified 3. Contract documents are acceptable The Awarding Authority reserves the right to require additional information, from all bidders, subsequent to the opening of bids if it is deemed necessary to do so. 1. The Chief Financial Officer will be the Awarding Authority. The Awarding Authority will award contracts by individual items or category and has the right to waive any irregularities or defects in any proposal should she deem it to be in the best interest of the Masconomet Regional School District. If a split award in not acceptable to the bidder, it must be so stated on the bid. 2. The Awarding Authority reserves the right to cancel this contract on 15 days written notice for the vendor s failure to comply with any provisions of these specifications, and/or contract documents. Action on the award of the contract will be made within 1 day after the opening of the bids and any bid submitted shall be binding for 90 days. The bidder to whom the award is made must enter into a written contract with the Masconomet Regional School District and the requirements set forth in the bid documents shall become part of the contract and shall be considered binding. Page 3 of 9

Payment Payment shall be made upon presentation of an invoice in duplicate and any other documentation as stated in the ITB. Payments will be made in conformance with the District's warrant schedule. Purchases by the District are exempt from federal, state, and/or local sales and excise taxes. Cancellation of Bid The Awarding Authority, at, or for the District's convenience, reserves and retains the right to cancel this ITB at any time prior to a contract having been approved and executed, for any reason or for no reason at all, in which event, all bids received in response to this request will be rejected. Bid Responses All proposals and related documents submitted in response to this ITB are subject to the Massachusetts Freedom of Information Law, M.G.L. Ch. 4, s.7, subsection 261, regarding public access to such documents. Statements or endorsements inconsistent with those statutes will be disregarded, unless a vendor submits information marked "CONFIDENTIAL." All materials submitted by vendors become the irrevocable property of the Masconomet Regional School District which shall be under no obligation to return any proposal or materials submitted by a bidder in response to this ITB. No cost or expense incurred by vendors in responding to this ITB, will be born by the District. Any questions regarding this bid should be directed to: Susan K. Givens, Chief Financial Officer, Office of the Superintendent, 20 Endicott Road, Boxford, MA 01921, Tel. 978-887-2323 x 6112. Instructions to Bidders 1. Preparation and Submission of Bids A. The bids must be filled out on the form prescribed and enclosed in a sealed envelope that shall be marked on the outside with the word "BID", the Bid Title and the Name and Address of the Bidder. B. All bids MUST contain the following documents, properly signed and executed, in order for a proposal to be considered responsive. Page 4 of 9

1. Bid Deposit Each bid must be accompanied by a certified or cashiers check in the amount of $100.00 payable to the Masconomet Regional School District. This check will serve as a bid security until a contract is entered into. Any bidder who fails to execute a contract after being awarded same will forfeit the $100.00 deposit as liquidated damages to the Masconomet Regional School District. Upon award of the contract, bid deposits will be returned to the unsuccessful bidders. 2. Collusive Agreement and Tax Certification Form (provided in packet) 3. Cost Data Sheet (provided in packet) Price(s) must be typewritten or written in ink in the space(s) provided on the official Cost Data Sheet. Price shall be construed to cover all costs incurred by the vendor to furnish the item(s) described, in accordance with the specifications; including, but not limited to all labor, materials, travel and mileage, proper packing and the cost of delivery. 4. Bid Summary Form (provided in packet) 2. Modification of Bids There will be no modification to this bid unless done in conjunction with the Chief Financial Officer at least (3) days prior to the bid opening, and then will be done in the form of an "Addendum to the Specifications". All persons to whom specification have been issued will be sent a copy of the Addendum. All Addenda so issued shall become a part of the Bid Documents and be so acknowledged. 3. Withdrawal of Bids Bids may be withdrawn prior to the time established for the bid opening only on written request to the Chief Financial Officer. No bidder shall withdraw their bid within a period of ninety (90) days after the date set for the bid opening. 4. Awarding Authority The Chief Financial Officer shall be the Awarding Authority, and all awards will be made in the best interest of the Masconomet Regional School District. 5. Bid Documents Page 5 of 9

SPECIFICATIONS MASCONOMET REGIONAL SCHOOL DISTRICT The documents comprising the bid consist of: The Invitation To Bid, Instructions to Bidders, Terms and Conditions, Specifications, Collusive Agreement and Tax Certification, Pricing Sheet, Bid Summary and any Addenda Provisions issued. The same documents will be incorporated into the contract documents. The Masconomet Regional School District operates computer labs with Hewlett Packard computers. One of the key summer projects for 2015 is to upgrade some of the computers in these labs to support an increasingly digital curriculum. Therefore, we are specifying the computers that will meet our curricular needs below and are seeking the lowest bid from responsive, responsible vendors that can meet our criteria, described in this. The computer details are shown in the table below. Bids will be considered only for new units, not for refurbished. Prices are to include all shipping and handling costs. Complete bids must be submitted by August 4, 2015 at noon. All products must be in stock or reliably sourced so that they can be delivered to Masconomet no later than August 18, 2105. The product cannot be backordered or out of stock such that the delivery timeline would be missed. All items that are imperfect or of a grade inferior to the specification will be rejected and must be replaced with items of the specified grade, without expense to the district. The vendor must provide a 3 year warranty on all computers as shown in the description below. Any equipment that does not work properly during the first 90 days must be replaced immediately. Part Description & Number HP ProDesk 600 G1 Small Form Factor Desktop PC (Part #: C8T89AV) Windows 8.1 Pro Downgrade to Win7 Pro64 OS (Part #: F4N06AV#ABA) Processor - Intel Core i5-4590 3.3G 6M HD 4600 CPU ENERGY STAR label None Chipset - Intel Q85 Express Chipset (Part #: G9Z72AV) Chassis configuration - HP ProDesk 600 SFF 92% High-Efficient Chassis (Part # D9P18AV) Memory - 8GB DDR3-1600 DIMM (1x8GB) RAM (Part #: C8T65AV) Hard drives - 256GB SATA 2.5 SED SSD (Part #: C8T36AV) No Optical Drive Integrated Network - Intel I217LM Gigabit Network Connection Keyboard - HP USB Standard Keyboard (Part #: E0N05AV#ABA) Mouse - HP USB Mouse (Part #: C8N39AV) Packaging - Single Unit (SFF) Packaging (Part #: C8N61AV) Country kit - HP ProDesk 600 Country Kit (Part #: C8T86AV#ABA) Warranty - 3/3/3 SFF Warranty (Part #: C8T44AV#ABA) HP Business V221 21.5" LED LCD Monitor - 16:9-5 ms - Adjustable Display Angle - 1920 x 1080-16.7 Million Colors - 200 Nit - 600:1 - Full HD - DVI - VGA - 29 W - Black - China Energy Label (CEL), CECP, REACH (Part #: E2T08A8#ABA) Quantity 84 55 Page 6 of 9

BID SUMMARY The bidder's signature on this form represents: 1) that this bid will remain in effect for 90 days, 2) that the vendor can meet the requirements and provisions in this ITB, 3) that the vendor is familiar and knowledgeable about the equipment outlined in the Specifications, and 4) that the vendor has examined the products specified and prepared the estimates accordingly. A vendor s failure to acquaint itself fully with the terms and conditions of the ITB shall in no way relieve it from obligations with respect to this bid. No claim for additional compensation will be entertained for that which preliminary examination would have revealed as necessary to accomplish the purpose intended in this ITB. Three customer references: Include Organization Name, Contact Person and Telephone Number. (School Department experience preferred) 1. 2. 3. Number of years Company has been providing this service The undersigned proposes to furnish any and all of the goods as specified in this bid, at the prices proposed on the Cost Data Sheet, delivered to the designated point(s), within the time specified in this ITB. Company Name Address Telephone Fax By please print Title Signed Date CERTIFICATION OF NON-COLLUSION Page 7 of 9

AND CERTIFICATION OF TAX COMPLIANCE As required under Chapter 687 of the Acts of 1989, all bidders must certify to the following by signing this page in the space indicated below. CERTIFICATION OF NON-COLLUSION Pursuant to M.G.L. Ch.30B, s10, the undersigned hereby certifies, under penalties of perjury, that this bid or proposal has been made and submitted in good faith and without fraud or collusion with any other person. As used in this certification, the word "person" shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. CERTIFICATION OF TAX COMPLIANCE Pursuant to M.G.L. Ch.62C, s49a, I hereby certify, under penalties of perjury that to my best knowledge and belief that the undersigned bidder has filed all state tax returns and paid all state taxes required by law. Social Security Number or Federal I. D. Number Company Name Business Address Representative Signature (please print) Title Date COST DATA SHEET Page 8 of 9

Unit Price Qty Ext. Price HP ProDesk 600 G1 Small Form Factor Desktop PC 84 HP Business V221 21.5" LED LCD Monitor 55 TOTAL Company Name Address Telephone Fax By please print Title Signed Date Page 9 of 9