city of tacoma page 1 of 4 this is not an order all...

14
The City of Tacoma is soliciting bids for MPLS routers, interface cards, and software licenses. Freight charges must be included in cost of goods. Delivery date will default to TWO WEEKS ARO if vendor fails to provide. Hardware must be Original Equipment Manufacturer (OEM) new. All hardware parts must be covered under a warranty for a period of one year and qualify for the OEM's extended Repair and Exchange Services after the one year warranty. Equipment must be offered by Nokia or by Nokia's authorized business partners or Nokia's Value Added Resellers such that equipment would be eligible for enrollment in Nokia's hardware/software maintenance agreement. No Substitutions allowed. Submittals are accepted by e-mail, facsimile, or mail. The City accepts no responsibility for transmission errors. RFQ Information Collective Bid # PS16-0097N Bid Issue Date 02/16/2016 Vendor Number 109226 WEB VENDOR FOR RFQ Material will ship to: Utility Technology Services Tacoma Power 3628 S 35th St (Rear) Tacoma WA 98409 Vendor Information (vendor to complete) Firm Name: Address: City/State/Zip / / Phone/Fax / E-Mail Contact Name Payment Terms %, days (e.g. 2% 10,N30) Tacoma Bus. Lic. # Taxpayer ID # SIGNATURE OF PERSON AUTHORIZED TO SIGN THIS BID x________________________________________DATE:____ /____ /________ NAME : _________________________________ TITLE : _________________________________ CITY OF TACOMA THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed Return Bids By 11:00 AM, 03/02/2016 to: Jessica Tonka J Tonka TPU Administration Building North 3628 S. 35th St. Tacoma WA 98409 Ph. 253-502-8332 Fax.253-502-8372 Item # Material# Delivery QTY UM Net Price Total Description Date Page 1 of 4 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000042117

Upload: dangliem

Post on 23-Apr-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

The City of Tacoma is soliciting bids for MPLS routers, interface cards,

and software licenses.

Freight charges must be included in cost of goods. Delivery date will

default to TWO WEEKS ARO if vendor fails to provide.

Hardware must be Original Equipment Manufacturer (OEM) new. All

hardware parts must be covered under a warranty for a period of one

year and qualify for the OEM's extended Repair and Exchange

Services after the one year warranty.

Equipment must be offered by Nokia or by Nokia's authorized business

partners or Nokia's Value Added Resellers such that equipment would

be eligible for enrollment in Nokia's hardware/software maintenance

agreement.

No Substitutions allowed.

Submittals are accepted by e-mail, facsimile, or mail. The City accepts

no responsibility for transmission errors.

RFQ InformationCollective Bid # PS16-0097N

Bid Issue Date 02/16/2016

Vendor Number 109226 WEB VENDOR FOR RFQ

Material will ship to:

Utility Technology ServicesTacoma Power3628 S 35th St (Rear)Tacoma WA 98409

Vendor Information (vendor to complete)Firm Name:

Address:

City/State/Zip / /

Phone/Fax /

E-Mail

Contact Name

Payment Terms %, days (e.g. 2% 10,N30)

Tacoma Bus. Lic. #

Taxpayer ID #SIGNATURE OF PERSON AUTHORIZED TO SIGN THIS BIDx________________________________________DATE:____ /____ /________NAME : _________________________________TITLE : _________________________________

CITY OF TACOMA

THIS IS NOT AN ORDERAll prices quoted shall be F.O.B.

Destination, Freight Prepaid and Allowed

Return Bids By 11:00 AM, 03/02/2016to:

Jessica Tonka

J Tonka

TPU Administration Building North

3628 S. 35th St.

Tacoma WA 98409

Ph. 253-502-8332

Fax.253-502-8372

Item # Material# Delivery QTY UM Net Price Total

Description Date

Page 1 of 4

All responses & inquiries must beplainly marked with this

REQUEST FORQUOTATION6000042117

Submittals may be e-mailed to [email protected]. Please

include the Collective Bid Number, PS16-0097N, in the subject line of

your e-mail. Bids are subject to the submittal deadline noted in the bid

solicitation document. The time of e-mail receipt will be considered as

the time of submittal.

Submittals may be mailed to the address on the RFQ or faxed to

253-502-8372.

Responses must be submitted on the provided City of Tacoma bid

solicitation form. Vendor signature is mandatory.

Purchasing contact: Jessica Tonka, 253-502-8332

10 5 EA

Nokia Part No. 3HE06791AA

SAR-8 SHELF V2

20 5 EA

Nokia Part No. 3HE06792AA

Fan Module for SAR-8 Shelf V2 Ext. Temp (-48VDC)

30 10 EA

Nokia Part No. 3HE02774AB

CONTROL SWITCH MODULE V2 (CSMV2)

40 5 EA

Nokia Part No. 3HE02784JA

SAR RELEASE R7 OS LICENSE

50 5 EA

Nokia Part No. 3HE03603NA

5620 SAM-E/A/P R12 LICENSE - 7705 SAR-8

CITY OF TACOMA

THIS IS NOT AN ORDERAll prices quoted shall be F.O.B.

Destination, Freight Prepaid and Allowed

Item # Material# Delivery QTY UM Net Price Total

Description Date

Page 2 of 4

All responses & inquiries must beplainly marked with this

REQUEST FORQUOTATION6000042117

60 16 EA

Nokia Part No. 3HE03605NA

5620 SAM-EAP R12 ADDL- 7705 SAR-8/18 MDA

70 5 EA

Nokia Part No. 3HE03397AA

T1/E1 CABLE FOR DISTRIBUTION PANEL 1M

80 5 EA

Nokia Part No. 3HE03394AA

32 PORT T1/E1 RJ45 PANEL

90 10 EA

Nokia Part No. 3HE02775AB

16 PORT T1/E1 ASAP CARD V2 (-48/+24 VDC)

100 2 EA

Nokia Part No. 3HE03126AA

6 port E&M Interface Card

110 4 EA

Nokia Part No. 3HE06006AA

8 Port Voice & Teleprotection Card (-48/+24 VDC)

120 10 EA

Nokia Part No. 3HE02782AA

Packet Microwave Card (-48/+24 VDC)

CITY OF TACOMA

THIS IS NOT AN ORDERAll prices quoted shall be F.O.B.

Destination, Freight Prepaid and Allowed

Net Value $Plus Tax at__________% $

Total Amount $

Item # Material# Delivery QTY UM Net Price Total

Description Date

Page 3 of 4

All responses & inquiries must beplainly marked with this

REQUEST FORQUOTATION6000042117

CITY OF TACOMA REQUEST FOR QUOTATIONGENERAL TERMS AND CONDITIONS

1. Preparation/Submittal of BidsA. All information requested of the Bidder/Proposer must be entered in theappropriate space on the form. Failure to do so may disqualify yourbid/proposal.B. All information must be written in ink or typewritten. Mistakes may becrossed out and corrections inserted before submission of your bid/proposal.Corrections shall be initialed in ink by the person signing the bid/proposal.C.Time of delivery must be stated as the number of calendar days followingreceipt of the order by the Bidder/Proposer to receipt of the goods or servicesby the City and may be a determining factor in the award of the contract.D.All bids/proposals must be signed by an authorized officer or employee ofthe Bidder/Proposer.E. The City of Tacoma will not be responsible for any explanationinterpretation of the RFB/RFQ/RFP documents, except if made by writtenaddendum.F. Bids/Proposals must be submitted by or prior to the RFB/RFQ/RFP dateand time specified. The RFB/RFQ/RFP number, opening date and Buyermust be noted on the face of the envelope if submitted by mail or in person.G.Submission of a facsimile bid/proposal in lieu of a mailed bid/proposal is atthe option of the Bidder/Proposer unless otherwise stated in theRFB/RFQ/RFP. The City accepts no responsibility for transmission errors iftransmitted by fax.H.All bid/proposal prices must remain firm for acceptance by the City for aperiod of at least 60 calendar days from the RFB/RFQ/RFP opening date.2. Bid/ Proposal Withdrawal: No bid/proposal can be withdrawn afterhaving been formally opened by a representative from the City PurchasingOffice.3. Shipping and Delivery: F.O.B. Point/Freight: All prices quoted shall beF.O.B. destination, freight prepaid and allowed. Failure to meet thisrequirement may result in your bid/proposal being rejected as non-responsive.Deliveries will be accepted between 9:00 a.m. and 3:30 p.m., at the deliveryaddress shown on the front of the RFB/RFQ/RFP, Monday through Friday(except on legal holidays of the City of Tacoma).4. Payment Terms: Prices will be considered as net 30 if no cash discountis shown. Payment discount periods of twenty (20) calendar days or more willbe considered in determining the apparent lowest responsible bid/proposal.Invoices will not be processed for payment nor will the period of the cashdiscount commence until receipt of a properly completed invoice and until allinvoiced items are received and satisfactory performance of the contractorhas been attained. If an adjustment in payment is necessary due to damageor dispute, the cash discount period shall commence upon the final approvalfor payment.5. Terms and Conditions: All terms and conditions of the City of TacomaPurchase Order form shall apply to contracts resulting from thisRFB/RFQ/RFP.6. Taxes:A. The City of Tacoma is exempt from Federal excise tax.B. The City of Tacoma is subject to Washington State Sales Tax.C.Section 6A.30.060 of the Tacoma Municipal Code (TMC) provides that alltransactions with the City of Tacoma, wherever consummated, are subject tothe City's Business and Occupation Tax. It is the responsibility of theBidder/Proposer awarded the Contract to register with the City of Tacoma'sFinance, Tax and License Division, 733 Market Street, Room 21, Tacoma,WA 98402-3768, 253-591- 5252. The City's Business and OccupationTaxamount shall not be shown separately but shall be included in the unitand/or lump sum prices bid.D.Do not include Washington State Sales Tax or Federal Excise Tax in theprices quoted. Bidder/Proposer is responsible to determine the correct salestax rate to be paid and include it in the appropriate blank on theRFB/RFQ/RFP page.7. Increase or Decrease in Quantities/Extensions: The City reserves theright to increase or decrease the quantities of any item under this contractand pay according to the unit price in the RFB/RFQ/RFP. Unless otherwisespecified in the solicitation, contracts resulting from this RFB/RFQ/RFP aresubject to extension by mutual agreement at the same prices, terms andconditions.

8. Evaluation of Bids/Awards:A. The City reserves the right to: (1) award bids/proposals received based onindividual items or groups of items, or on the entire list of items (2) to rejectany or all bids/proposals or any part thereof, and if necessary, call for newbids/proposals (3) to waive any informality in the bids/proposals, and(4) to accept the bid/proposal that is the lowest and the best bid/proposal inthe interest of the City of Tacoma.B. The City reserves the right to correct ambiguities and obvious errors in theBidder/Proposer's proposal. In this regard, if the unit price does not computeto the extended total price, the unit price shall govern.C.In the evaluation of bids/proposals, the Bidder's/Proposer's experience,delivery time, and responsibility in performing other contracts will beconsidered. In addition, the bid/proposal evaluation factors set forth in TMCSection 1.06.253 may be considered by the City as well as the tax revenuethe City would receive from purchasing item(s) from a supplier or supplierslocated inside or outside the boundaries of the City of Tacoma.9. Approved Equivalents:A. Unless an item is indicated "No Substitute," special brands, when named,are intended to describe the standard of quality, performance or use desired.Equivalent items will be considered by the City, provided that theBidder/Proposer specifies the brand and model, and provides all descriptiveliterature, independent test results, product samples, etc., to enable the Cityto evaluate the proposed "equivalent."B. The decision of the City as to what items are equivalent shall be final andconclusive. If the City elects to purchase a brand represented by theBidder/Proposer to be an "equivalent," the City's acceptance of the item willbe conditioned on the City's inspection and testing after receipt. If, in the solejudgment of the City, the item is determined not to be an equivalent, the itemshall be returned at the Bidder/Proposer's expense and the contract canceledwithout any liability whatsoever to the City.C.When a brand name or level of quality is not stated by the Bidder/Proposer,it is understood the offer is exactly as specified. If more than one brand nameis specified, Bidder/Proposer must clearly indicate the brand and model/partnumber being bid/proposed.10. Warranties/Guarantee: Bidder/Proposer warrants that all materials,equipment and/or services provided as a result of the RFB/RFQ/RFP shall befit for the purpose(s) for which intended, for merchantability, and shallconform to the requirements and specifications of the RFB/RFQ/RFP; allitems comply with all applicable safety and health standards established forsuch products by the Washington Industrial Safety and Health Act (WISHA),RCW Chapter 49.17, the U.S. Occupational Safety and Health Act (OSHA)and/or Consumer Products Safety Act, and all other applicable federal laws oragency rules; all items are properly packaged; and all appropriate instructionsor warnings are supplied including any applicable MSDS sheets.11. Legal Disputes: The sole venue of any legal action arising out of theContract or any bids submitted in response to this RFB/RFQ/RFP shall be inthe Pierce County Superior Court for the State of Washington and theinterpretation of the terms of the Contract shall be governed by the laws of theState of Washington.12. Contract Compliance Forms: TMC requires Bidder/Proposer's to submitproof and/or documentation of compliance with the City's requirements forequal economic opportunity and solicitation of Historically UnderutilizedBusiness subcontractors. If compliance forms are included with thisRFB/RFQ/RFP, they must be fully and accurately completed and submitted attime of RFB/RFQ/RFP opening. Failure to do so may result in thebid/proposal being declared non-responsive. For compliance questionscontact the City's Contract Compliance Office 747 Market Street, Tacoma,WA 98402, 253-591-5825.13. Code of Ethics: TMC, Chapter 1.46, provides standards for certainunethical conduct by others including bidders and contractors. Violation ofthe City's code of ethics shall constitute a breach of contract, and will begrounds for termination of this contract.14. Prevailing Terms and Conditions: Bidder/Proposer acknowledges andagrees that the terms and conditions stated herein shall control and prevailover any other conflicting terms and conditions Bidder/Proposer may presentin connection with this Contract.

Revised: 03/2006

CCD/SBE/FORMS revised June 2013

City of Tacoma

Community & Economic Development

Office of Small Business Enterprise

747 Market Street, Room 900

Tacoma, WA 98402

253-591-5224 or 253-573-2435

PRIME CONTRACTOR'S PRE-WORK FORM

______________________________________________________________________________ Company Name Telephone

Address/City/State/Zip Code

Specification Number Specification Title

JOB CATEGORIES

SPECIFY

TOTAL

EMPLOYEES

TOTAL

MINORITY

EMPLOYEES

BLACK

ASIAN

AMERICAN

INDIAN

HISPANIC

M F M F M F M F M F M F

Officer / Managers

Supervisors

Project Managers

Office / Clerical

Apprentices

Trainees

TOTALS

CONTRACTOR'S PROJECTED WORK FORCE - THIS PROJECT

Superintendent

Foreman

Operators

Laborers

Apprentice

Trainee

TOTALS

Type or Print Name of Responsible Officer / Title Signature of Responsible Officer Date

CCD/SBE/FORMS revised June 2013

INSTRUCTIONS FOR COMPLETING PRIME CONTRACTOR’S PRE-WORK FORM

This form only applies to employees who will be working on this specific project.

1. "Heading" the company name and address should reflect the subcontractor actually doing

business with the City of Tacoma. If this address is different from that of the Equal Employment Opportunity Officer that administers the EEO programs of the company, the Equal Employment Opportunity Officer's address should be noted in the "Comments" section at the bottom of the form. "Telephone" should contain the area code, telephone number and extension (if any) for the Equal Employment Officer or the responsible official.

2. "Job Categories" at the extreme left hand column of the form specifying "Job Categories" lists "Officials & Managers." You are to list in addition to Officials & Managers any appropriate job titles such as Sales Workers, Office/Clerical, Professionals, Technical, etc., as they apply to your own company and only as pertains to this specific project.

3. The "M" and "F" headings at the top of each column refer to "Male" and "Female."

4. The "Total Employees" column should list the total number of male employees under "M" and the total female number of female employees under "F" for each job category listed. They should be listed in a similar manner in the "Total" category at the bottom of the form. The "Total Employees" column should include all those employees listed under "Non-Minority" and "Total Minorities." "Non-Minority" should include all employees not listed in the minority columns.

5. "Total Minorities" should include all employees listed under the "Black," "Asian," "American Indian," and "Hispanic" columns. These columns should include only employees who are members of that particular minority group. Designation and definitions of ethnic/national origin status follow the instructions and definitions of the Federal EEO-1 Form of the U. S. Equal Employment Opportunity Commission.

6. "Totals" this line should reflect the total of all lines in each of the above columns.

7. The signature of your company's designated responsible official or similar official responsible for equal employment opportunity must appear in the designated space at the bottom of the form. Please PRINT OR TYPE the person's name on the top line across from the signature. This is required since some signatures are difficult to read.

8. "Comments" this section is to be used as needed for explanations to under utilization rate or lack of turnover, proposed expansion or reduction of staff or any other pertinent information you believe will help clarify or explain the data presented on the form. If you need additional space, please explain on a separate sheet of paper.

9. If you need assistance or have questions regarding the completion of this form, please call the SBE Office at 253-591-5224 or 253-573-2435