REQUEST FOR QUOTATION

Similar documents
Request for Proposal

IEC Electronics Terms and Conditions

TERMS AND CONDITIONS OF SALE. Quotations, Purchase Orders, Acknowledgements, Packing Lists/Slips, Invoices & Credits

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

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

VEHICULAR EQUIPMENT PURCHASE EXHIBIT. This Exhibit modifies the Terms and Conditions for Materials and Related Services:

Purchase Order Terms and Conditions Beloit College

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

REQUEST FOR QUOTE # 20271

KOLLMORGEN. Title: Standard Operating Procedure Counterfeit Parts

Supplier Quality Requirements F16 Program

Form P ITEM DESCRIPTION UNIT ESTIMATED 12 MONTH QUANTITY

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

Supplier Quality. Assurance Provisions. Manual. SQAP-001 Rev. E

LEARNING CENTER WELCOME VIDEO

Direct Alloys LLC. An Online Premium Metals Clearinghouse 901 Broad Street Utica, NY Fax

How To Do Business With Omaha Public Schools

Supplier Quality Requirements and Clauses

SANDIA CORPORATION SF 6432-CI (02/01/12) SECTION II STANDARD TERMS AND CONDITIONS FOR COMMERCIAL ITEMS

BUYING AGENCY AGREEMENT

Helical Products Co., Inc.

Mission Support Alliance Request for Proposal

Cessna - Interiors Manufacturing Facility (IMF) Supplier Quality System Requirements

GLOBAL AEROSPACE PROCEDURE

REQUEST FOR QUOTE # 20678

Purchase Order Clauses and Conditions

Supplier Quality Assurance Requirements Manual

Split System Air Conditioning System Replacement at Area 3 Maintenance Facility

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Operating instructions. 3-in. x 6-ft. Anchor Strap for Skyline Horizontal Lifeline

How To Ensure Quality Assurance

REQUEST FOR QUOTATION **THIS IS NOT AN ORDER**

SECTION A. TERMS AND CONDITIONS GOVERNING ALL CONTRACTS

Southern California Edison Company [SAMPLE AGREEMENT] PURCHASE ORDER EVAPORATIVE COOLER BULK PURCHASE GENERAL DESCRIPTION

Bogue Machine Company, Inc. Business Instruction

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For ZETRON MAX NG911 PHONE SYSTEM RFP #

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

Department of Purchasing & Contract Compliance

Information Description: AG-FFRT-S Bid invitation number: Purchasing Group: AMS-Fruit and Veg

INTRODUCTION: PURPOSE:

PURCHASE ORDER TERMS AND CONDITIONS

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

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

8.OFFER DUE DATE: 2:00pm September 18, PAYMENT DISCOUNT TERMS

PURCHASING REQUISITION, PURCHASE ORDER, QUOTATION PROCESS

MAJOR EQUIPMENT PURCHASE CONTRACT

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Quantity U/M Description Unit Price Quantity U/M Description Unit Price 8 ½ sack concrete with air; no fly ash. section 613 Missouri Standard

1. INTERPRETATIONS AND DEFINITIONS Whenever used in this Agreement, the following terms shall have the meaning set out below:

Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER

Springdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November

Solicitation Web Hosting Services for the Disaster Volunteer Network. State of California

PURCHASE ORDER TERMS AND CONDITIONS

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

PPI/TZ Standard Quality Requirements for Suppliers -SQRS-

CHAPTER 5 SMALL PURCHASES

Department of Purchasing & Contract Compliance

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

GE Power Electronics Business Total Quality Management for Suppliers

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

REQUEST FOR QUOTE # 20794

CHECK POINT FIREWALL

Quality Supplier Requirements for Beckwith Electric Co., Inc.

Overview of Standards for CO Detection Products

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING

Infineon Technologies North America Corp. Terms and Conditions of Sale

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

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

Request for Quotation

PURCHASE TERMS & CONDITIONS North America Greene, Tweed & Co. (Houston, Texas)

BID REQUEST AND BID CONDITIONS This Bid Request and Bid is made upon and subject to the following conditions, all of which are accepted by bidder.

Information Description: AG-LBEF-S Bid invitation number: Purchasing Group: AMS-Livestock

EXHIBIT H QUALITY ASSURANCE REQUIREMENTS

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

INVITATION TO BID SECURITY CAMERA & INTRUSION DETECTION SYSTEM

CORPORATE SUPPLY ARRANGEMENT CS

STATE OF LOUISIANA. Office of State Procurement INVITATION TO BID. Ship To Address: SOS PURCHASING DEPT ESSEN LANE BATON ROUGE, LA 70809

Purchasing Office. Vendor Policies and Procedures WE ARE AN EQUAL RIGHTS AND OPPORTUNITY SCHOOL DISTRICT

PROTECTO 401 Price List

Department of Purchasing & Contract Compliance

Quality Assurance Requirements. For. Pratt & Whitney/Space Propulsion, Chemical Systems Division

PDQ Workholding LLC Terms and Conditions of Sale

Price List January 1, 2015

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION PAGE 1

Richardson Independent School District Purchasing Department 970 Security Row Richardson, Texas 75081

Quality Assurance Provisions

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT

PERFORMANCE EXCELLENCE Procurement Standards

Supplier Quality Assurance

L-3 Communications Corporation AMI Purchase Order Supplement No. 3 Quality Assurance

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO MARY ANN MILLER, CPPO PURCHASING AGENT.

Chandler-Arrow Division Arrow Supplier Quality Requirements

DISTRIBUTOR AGREEMENT

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION

FLORIDA A&M UNIVERSITY TALLAHASSEE, FLORIDA PURCHASING DEPARTMENT QUICK REFERENCE BROCHURE

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

REQUEST FOR QUOTATIONS #GSD Fire Alarm Monitoring Services Department of Administration-Owned Facilities

TABLE OF CONTENTS. Prefacej... 1

Transcription:

RICHLAND WA 99352 Page : 1 Please Direct Inquiries to: Vendor: BENJAMIN P. MOYERS VENDOR WRITE IN Title: PROCUREMENT TECH FULL BUSINESS INFORMATION Phone: (509)376-7578 HERE: Fax : (509)376-3078 Authorized Signature Vendors Signature RFQ Type: STANDARD RFQ Quote Duration - Payment Terms % Days Net Days Instructions Notice: line item below contains Quality Requirements, see line for more detail. Fac Standard Name Rev S/P Text Header Terms and Conditions - Text at End A001 MSA 001 S Y STANDARD INDUSTRIAL CLASSIFICATION (SIC) CODE A036 MSA 000 S N EVALUATION OF DISCOUNT A085 MSA 001 S N BASIS OF AWARD - LOWEST PRICE A091 MSA 000 P Y DELIVERY GUARANTEE C033 MSA 000 S N TIME IS OF THE ESSENCE G003 MSA 000 S Y AUTHORIZED PERSONNEL GP-COM MSA 006 S N GENERAL PROVISIONS FOR COMMERCIAL ITEMS I064 MSA 000 P Y BUY AMERICAN ACT

RICHLAND WA 99352 Page : 2 Fac Standard Name Rev S/P Text Header Terms and Conditions - Text at End L016 MSA 002 P Y SUBCONTRACTOR ACKNOWLEDGEMENT OF ONLINE REPS AND C Line Quantity UP Item Description Unit Price 0001 1 EA Catalog ID : 0000666490 3 Need Date : 09/25/2013 Destination RICHLAND WA Description: LIFT, SELF-PROPELLED SCISSOR LIFT, DC ELECTRIC, 48V WORKING HEIGHT 46 FT, PLATFORM HEIGHT 40 FT, MAXIMUM PLATFORM OCCUPANCY (2) WORKERS, PLATFORM STOWED 5.5 FT, LENGTH 9.2 FT. SLIDE OUT PLATFORM EXTENSION DECK 5 FT. LIFT CAPACITY 800 LBS, EXTENSION 300 LBS. WHEELBASE 7.6 FT. FOAM FILLED NON-MARKING STANDARD ROUGH TERRAIN TIRES, POWER SOURCE 48V DC EIGHT 6V BATTERIES, 315 AH CAPACITY. AC POWER TO THE BASKET, MUST COMPLY WITH ANSI A92.6 Latest Edition. 110 X 63 IN. STEEL FRAME PLATFORM WITH REPLACEABLE ALUMINUM DECK. 2 SPEED LIFT AND DRIVE, TILT LEVEL AUDIBLE ALARM, DECENT ALARM AND HORN. POSITIVE TRACTION CONTROL AND REGENERATIVE BRAKING VENDOR TO PROVIDE TWO (2) SETS OF PARTS, REPAIR, AND OPERATOR MANUALS. AC POWER TO PLATFORM MUST BE NRTL COMPLIANT.

RICHLAND WA 99352 Page : 3 Manufacturer : GENIE Model : GS-4069 DC Part : Lead Time Days Method of Shipment FOB FOB Point Fac Standard Name Rev S/P Text Line Terms and Conditions - Text at End B032 B065 B076 B079 000 P Y IDENTIFICATION OF ITEMS W/PART NUMBER/MODEL NUMBER 005 P Y NATIONALLY RECOGNIZED TESTING LABORATORY 002 P Y PRCMT OF POTENTIALLY SUSPECT OR COUNTERFEIT ITEMS 005 P Y CERTIFICATE OF CONFORMANCE Fac Standard Name Rev Terms and Conditions B032 000 IDENTIFICATION OF ITEMS W/PART NUMBER/MODEL NUMBER Identification of items with Part number/model Number (B32) Rev. 0 12/03/02 All items shall be identified with the part number/model number. Identification shall be on the item or the package containing the item. When the identification is on the item, such marking shall not impair the service of the item or violate dimensional, chemical, or physical requirements. B065 005 NATIONALLY RECOGNIZED TESTING LABORATORY 1.1 Nationally Recognized Testing Laboratory (NRTL) Listed or Labeled (B65) Rev 5 12/2/2008 All electrical control panels and electrical equipment (a general term including material, fittings, devices, appliances, luminaries [fixtures], apparatus, and the like used as a part of, or in connection with, an electrical installation) delivered or brought onto the site in performance of this contract must be listed or labeled by an organization currently recognized by OSHA as a nationally recognized testing laboratory (NRTL).

RICHLAND WA 99352 Page : 4 A. All electrical equipment installed as part of this contract must comply with the National Electric Code (NEC), NFPA 70 and where applicable ANSI C2 (NESC). The Buyer reserves the right to inspect electrical equipment and installations. Contractor is responsible for notifying Buyer when installations are available for inspection. B. Electric motors shall be manufactured and tested in accordance with NEMA MG-1 as applicable, or listed by an organization currently recognized by OSHA as an NRTL. Documentation of NEMA MG-1 compliance shall be made available to the Buyer upon request. C. Electrical equipment and devices for which there is a UL category code identifying product categories must be Listed or Labeled by an OSHA recognized NRTL. 1. The Canadian Standard Association (CSA) marking is currently recognized by OSHA as an NRTL when the label includes "US" or "NRTL" subscript. 2. The European Union "CE" marking, Directive 93/68EEC, is not currently recognized by OSHA as an NRTL marking. 3. The International Electrotechnical Commission (IEC) Standard 60529 for enclosures, (IPxx), is not currently recognized by OSHA as an NRTL label. Note: for a list of approved NRTLs, see http://www.osha.gov/dts/otpca/nrtl/ D. Electrical equipment for which there is no listing category must be evaluated or tested using a method submitted to and approved by the Buyer prior to delivery of the equipment. A Field Evaluation performed by an NRTL prior to delivery is the preferred method for buyer approval. E. Electrical equipment is also subject to the "Counterfeit Suspect Item Program". B076 002 PRCMT OF POTENTIALLY SUSPECT OR COUNTERFEIT ITEMS Procurement of Potentially Suspect or Counterfeit Items (B76) Rev. 2 02/25//08

RICHLAND WA 99352 Page : 5 Notwithstanding any other provisions of this agreement, the Supplier warrants that all items provided to the Contractor shall be genuine, new and unused unless otherwise specified in writing by the Contractor. Supplier further warrants that all items used by the Supplier during the performance of work for the Hanford Site, include all genuine, original, and new components, or are otherwise suitable for the intended purpose. Furthermore, the Supplier shall indemnify the Contractor, its agents, and third parties for any financial loss, injury, or property damage resulting directly or indirectly from material, components, or parts that are not genuine, original, and unused, or not otherwise suitable for the intended purpose. This includes, but is not limited to, materials that are defective, suspect, or counterfeit; materials that have been provided under false pretenses; and materials or items that are materially altered, damaged, deteriorated, degraded, or result in product failure. Types of material, parts, and components known to have been misrepresented include (but are not limited to) fasteners; hoisting, shackles, turnbuckles, cable clamps, wire rope, rigging, and lifting equipment; cranes; hoists; valves; pipe and fittings; electrical equipment and devices; plate, bar, shapes, channel members, and other heat treated materials and structural items; welding rod and electrodes; and computer memory modules. The Supplier's warranty also extends to labels and/or trademarks or logos affixed, or designed to be affixed, to items supplied or delivered to the Contractor. In addition, because falsification of information or documentation may constitute criminal conduct, the Contractor may reject and retain such information or items, at no cost, and identify, segregate, and report such information or activities to cognizant Department of Energy officials. Supplier shall provide a written statement that "all items furnished under this Purchase Order/Contract Order are genuine (I.e., not counterfeit) and match the quality, test reports, markings and/or fitness for use required by the Purchase Order/Contract Order. The statement shall be on supplier letterhead and signed by an authorized agent of the supplier. Any materials furnished as part of this Purchase Order/Contract Order

RICHLAND WA 99352 Page : 6 which have been previously found to be suspect/counterfeit by the Department of Energy shall not be accepted. For further information on suspect/counterfeit items, reference the Department of Energy (DOE) Guide DOE G 414.1-3 DOE Guide web address: http://www.directives.doe.gov/pdfs/doe/doetext/neword/414/g4141-3.pdf B079 005 CERTIFICATE OF CONFORMANCE 1.0 Certificate of Conformance (B79) Rev. 5 12/3/2009 The Supplier shall provide a legible/reproducible Certification of Conformance. Supplier's authorized representative responsible for quality shall sign the Certification of Conformance. This Certification of Conformance shall, as a minimum: 1. Identify the appropriate Purchase Order/Contract Order number under which the material, equipment, item or service is being supplied. 2. Each Order/shipment shall include a C of C unique to that shipment. 3. The quantity of each Line Item shipped shall be identified on the C of C. 4. The COC shall identify the specific procurement requirements to be met by the purchased item or service. The procurement requirements identified shall include any approved changes, waivers, or deviations applicable to the item or service. 5. For OCRWM-related items only, the COC shall also identify any procurement document requirements that have not been met together with an explanation and the means for resolving the nonconformances. 6. The COC shall be signed or otherwise authenticated by a supplier's representative. For Quality Level 1 & 2 and OCRWM-related items, the person signing the COC shall be the one who is responsible for this QA function and whose responsibilities and position are described in the supplier's QA program.

RICHLAND WA 99352 Page : 7 One copy of the documentation, unless otherwise specified, shall accompany the applicable item shipped. For subsequent shipments on this Purchase Order/Contract order, reference may be made to documentation provided with earlier shipments, instead of duplicating such documentation.

NO: 34490 A.0 Solicitation A.1 North American Industry Classification System (NAICS) Code and Size Standard (A01) Rev 002 3/1/2011 The Buyer has determined that North American Industry Classification System (NAICS) Code 423830 applies to this acquisition. Therefore, the size standard for determining whether an Offeror is a small business in regard to this acquisition is 100 employees or less. If this solicitation is designated as a small business set-aside, the Offeror certifies that they are a small business by submitting a proposal or an offer to this solicitation. A.2 Evaluation of Discount (A36) Rev. 0 01/27/2010 Discounts for early payment will be considered in the evaluation of this Offer. The minimum days offered with discount that will be considered are 10. A separate invoice shall be issued for each delivery. No invoice shall be issued prior to delivery of goods and no payment shall be made prior to receipt of goods. Discount periods will be computed from the date of receipt of a correct invoice or receipt of merchandise, whichever is later, to the date the Buyer s check is mailed. Discount will be taken on the full amount of the invoice unless freight and other charges are itemized. A.3 Basis of Award Lowest Price Technically Acceptable (A85) Rev. 1 2/28/2013 Award may be made to the Offeror submitting the lowest evaluated price that is technically acceptable among offers that meet all requirements of the solicitation. A.4 Delivery Guarantee (A091) Rev.0 1/28/2010 Delivery of the items of services covered by this action is of significant importance to the Buyer. Quotations are requested to show the best guaranteed delivery schedule along with any alternatives or options which could be considered by the Buyer to improve the delivery guarantee. The offeror s delivery guarantee and performance reliability may be used as differentiator in evaluating quotations. Time will be of the essence in any resulting award.

NO: 34490 B.0 QA / Inspection Requirements See material description C.0 Description/Statement of Work C.1 Time is of the Essence (C33) Rev. 0 3/14/2011 Time is of the essence for the delivery of all materials described in this Subcontract. It is anticipated that delivery of the materials in accordance with the terms of this agreement is of significant importance to the Buyer. D.0 Transportation Instructions N/A E.0 Schedule N/A F.0 Delivery/Performance N/A G.0 Subcontract Administration G.1 Authorized Personnel (G03) Rev. 0 1/28/2010 Only the following named individuals are authorized to make changes to this Subcontract or Purchase Order: Contract Specialist, Ben Moyers, 509-376-7578 Contracts Manager, Shari Penny, 509-376-7177 H.0 Special Requirements N/A I.0 Terms and Conditions The terms and conditions set forth or referenced in the body of this document by the Buyer shall apply and the Buyer objects to and shall not be bound by any additional or different terms and conditions. I.1 Buy American Act - Non Construction Subcontracts (I64) Rev. 1 8/24/2011 It is the Buyer s preference to purchase domestic end products in accordance with the Buy American Act (BAA) (FAR 25). Subcontractor certifies that all products supplied under this contract are domestic end products as defined in the Buy American Act, except those products of

NO: 34490 foreign origin which were specifically identified, evaluated, and authorized by the Buyer prior to award. *Materials used in this Subcontract must be domestic end products as defined in FAR 52.225-1 unless the Buyer, prior to award of the Subcontract, approves a request for exemption. Subcontractor requests to supply foreign materials must include adequate information for evaluation of the request as identified in FAR 52.225-1. I.2 General Provisions for Commercial Items (Revision 006, January 4, 2012) The Buyer has designated this action as meeting the requirements for commercial items as defined in FAR Part 2.101 (Commercial Item (1)) and FAR Part 12.500. http://www.hanford.gov/pmm/page.cfm/provisions J.0 List of Attachments N/A K.0 Signatures N/A L.0 Representations and Certifications Subcontractor Acknowledgement of Federal Online Representations and Certifications (L16) Rev. 2 9/07/2012 Mission Support Alliance, LLC ( MSA ), relies upon Subcontractor s current representations and certifications within a Federal web-based system that centralizes and standardizes the collection, storage and viewing of many of the representations and certifications required by the Federal Acquisition Regulations. Effective August 2012, that Federal system is now System for Award Management (SAM) at www.sam.gov. By submitting a proposal to MSA in response to this solicitation, the Subcontractor is certifying that: 1. The representation and certification information within SAM is still current; 2. All statements and explanatory documentation submitted is current and accurate; 3. Signer is authorized to represent the Subcontractor in all matters related to pricing, terms and conditions, and conduct of business; 4. Subcontractor complies with all requirements of State of Washington statutes, ordinances, rules and regulations, codes, and orders related to equal employment opportunity and operation of non-segregated facilities;

NO: 34490 5. All Subcontractor employees who may work on MSA s premises or on the Hanford Site are not under the influence of controlled substances, drugs or alcohol. Subcontractor agrees to testing of assigned employees under the MSA s program for controlled substances; 6. Subcontractor s information in the MSA s registration system is current (no more than 12 months old); and 7. Subcontractor will update SAM on an annual basis.