California Issues Solicitation for Coffee Equipment Preventive Maintenance Service and Repair
By Targeted News Service
WASHINGTON, July 28 -- The California Department of General Services' Procurement Division issued the following bid invitation notice for the Rehabilitation Department:
BID #10-07-08 - COFFEE EQUIPMENT PREVENTIVE MAINTENANCE SERVICE AND REPAIR IFB
Time Left: 5 days, 20 hrs
Time Started: Jul 19, 2010 11:24:18 AM PDT
Time Ends: Aug 2, 2010 2:00:00 PM PDT
Agency Information: State of California, CA (view agency's bids)
Department: Rehabilitation, Department of (view department's bids)
Bid Contact: (Please login to see contact information)
DESCRIPTION
Bid Number: 10-07-08
Title: Coffee Equipment Preventive Maintenance Service and Repair
Expected Expenditure: $40,000.00
Standard Disclaimer: The State of California advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or other state department links for modifications to bid documents. The State of California is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk.
The information published and/or responded to on these websites is public information. Confidential questions/issues/concerns should be directed to the contact on the ad.
Description: INVITATION FOR BID (IFB)
#10-07-08, Coffee Equipment Service and Repair
Notice to Prospective Bidders
You are invited to review and respond to this Invitation for Bid (IFB), entitled 10-07-08, Coffee Equipment Service and Repair in Sacramento and Yolo counties. In submitting your bid, you must comply with these instructions.
Note that all agreements entered into with the State of California will include, by reference, General Terms and Conditions and Contractor Certification Clauses that may be viewed and downloaded at Internet site www.ols.dgs.ca.gov/Standard+Language. If you do not have Internet access, a hard copy can be provided by contacting the person listed below.
In the opinion of the Department of Rehabilitation, this IFB is complete and without need of explanation. However, if you have questions, or should you need any clarifying information, the contact person for this IFB is:
Department of Rehabilitation
Contracts and Procurement Section
721 Capitol Mall, 6th Floor
Sacramento, CA 95814
Attention: Julie Sanchez, Contract Analyst
(916) 558-5686
Please note that no verbal information given will be binding upon the State unless such information is issued in writing as an official addendum.
A) Purpose and Description of Services
The Contractor shall provide Coffee Equipment Service and Repair for the Department of Rehabilitation's Business Enterprise Program cafeterias, snack bars, and vending facilities Sacramento and Yolo, as follows:
The Contractor shall provide coffee equipment service and repair, including replacement parts, for automatic espresso machines by various suppliers (e.g., Schearer Ambiente and La Cimbali). Contractor must be knowledgeable on the infrastructure of an espresso cart. Must be able to fasten and fix all components of the cart (such as water pumps and electrical wiring). Must be able to install water filtration systems in standard and custom carts and kiosks. Must be able to provide monthly maintenance, if deemed necessary, to the machines and the carts, which may require cleaning of water and drain lines.
Equipment/machines are to be serviced at the facility location unless it absolutely necessary to remove the equipment for servicing at the Contractor's shop. In the event that the espresso machine must be taken in for repairs, the contractor must provide a suitable replacement at no cost.
The Contractor will train the blind/visually impaired vendor on the operation of the machine(s) and instruct vendor on the service and repairs of the equipment and evaluate any problems. Contractor must be available for consultation by phone, and the training of vendor on proper preventative maintenance.
B) Bidder Minimum Qualifications
1) Special Conditions
Insurance A Certificate of Insurance, with the appropriate coverage and limits, is required at bid opening. The Certificate of Insurance must be included in the bid package and shall state a limit of liability not less than $1,000,000.00 (one million dollars) per occurrence for bodily injury and property damage liability combined.
1) Commercial General Liability: General Aggregate; Complete Operations; Personal and Advertising Injury; each occurrence, for a minimum of $1,000,000.00 (one million dollars).
2) Automobile Liability must include any-auto, hired-autos, non-owned autos, and any other auto used in performing services under the contract for a minimum of $1,000,000 combined single limit.
3) Workers' Compensation Insurance and Employers' Liability: A minimum of $1,000,000.00 (one million dollars), if applicable.
For contracting purposes and in order to award this Contract, the State of California requires a Certificate of Insurance (i.e., Accord Certificate) that includes on the General Liability Insurance Certificate, the following provisions, word for word:
1) The insurer will not cancel the insured's coverage without thirty (30) days prior written notice to the State.
2) The State of California, its officers, agents, employees, and servants are included as additional insured, but only insofar as the operations under this Contract are concerned.
The Contractor agrees that bodily injury liability insurance herein provided shall be in effect at all times during the term of this Contract. In the event said insurance coverage expires at any time, or times, during the term of this Contract, the Contractor agrees to provide at least thirty (30) days prior to said insurance expiration date a new Certificate of Insurance evidencing insurance coverage as provided for herein for not less than the remainder of the term of the Contract or for a period of not less than one (1) year. New Certificates of Insurance are subject to approval by the Department of General Services and the Contractor agrees that no work or services shall be performed prior to receiving Department of General Services' approval. In the event the Contractor fails to keep in effect, at all times, insurance coverage as herein provided, the State may, in addition to any other remedies it may have, terminate this Contract upon occurrence of such event.
The Department of Rehabilitation will not provide for, nor compensate, the Contractor for any insurance premiums or cost for any type or amount of insurance.
2) Workers' Compensation Insurance The Contractor shall have and maintain for the term of this Contract, Workers' Compensation Insurance issued by an insurance carrier licensed to underwrite Workers' Compensation Insurance in the State of California.
Unless a current copy is on file with the Department of Rehabilitation, the Contractor shall submit either an applicable Certificate of Insurance (ACORD 25) or a Certificate of Consent to Self-Insure issued by the Director of the agency to the State as evidence of compliance with the Workers' Compensation Insurance requirement prior to issuance of an initial cash advance.
If your business is a Sole Proprietorship and does not employ any other individual(s), you may submit a signed statement on your business letterhead stating, "I certify under penalty of perjury under the laws of the State of California that I do not employ any person in any manner as to become subject to the Workers' Compensation laws of California. I further certify that the Department of Rehabilitation will be notified within ninety (90) days of any changes which results in the business becoming subject to the Workers' Compensation laws of the State of California." This signed statement on your business letterhead will satisfy the requirement for Workers' Compensation Insurance if your business does not have any employees.
3) License(s) and Permit(s) The Contractor shall be an individual or firm licensed to do business in California and shall obtain at his/her expense all license(s) and permit(s) required by law for accomplishing any work required in connection with this contract.
If you are a Contractor located within the State of California, a business license from the city/county in which you are headquartered is necessary, however, if you are a corporation, a copy of your incorporation documents/letter from the Secretary of State's Office can be submitted.
If you are a Contractor outside the State of California, you will need to submit to the Department of Rehabilitation a copy of your business license or incorporation papers for your respective State showing that your company is in good standing in that state.
In the event, any license(s) and/or permit(s) expire at any time during the term of this contract, Contractor agrees to provide agency a copy of the renewed license(s) and/or permit(s) within 30 days following the expiration date. In the event the Contractor fails to keep in effect at all times all required license(s) and permit(s), the State may, in addition to any other remedies it may have, terminate this contract upon occurrence of such event.
C) Bid Requirements and Information
1) Key Action Dates
EVENT DATE
IFB available to prospective bidders: July 19, 2010
Final Date for Bid Submission: August 2, 2010 at 2:00 p.m.
Bid Opening: August 2, 2010 at 2:00 p.m.
Award Date: August 2, 2010
Contract Period* August 15, 2010 through June 30, 2011
The Department of Rehabilitation shall have the option to renew the Contract for two (2) additional one-year periods under the same terms and conditions. The option renewal shall end effective June 30, 2013.
<p>This Contract will be awarded to the lowest responsive responsible bidder. The Department of Rehabilitation reserves the right to reject all bids.
2) Submission of Bid
a) All bids must be submitted under sealed cover and sent to the Department of Rehabilitation by dates and times shown in Section C, Bid Requirements and Information, Item 1) Key Action Dates. The sealed cover must be plainly marked with the IFB number and title, must show your firm name and address, and must be marked with "DO NOT OPEN", as shown in the following example:
IFB #10-07-08
COFFEE EQUIPMENT
SERVICE AND REPAIR
Department of Rehabilitation
Contracts and Procurement Section
721 Capitol Mall, 6th Floor
Sacramento, CA 95814
Attn: Julie Sanchez, Contract Analyst
DO NOT OPEN Bid Opening Date: August 2, 2010 at 2:00 p.m.
Bids not submitted under sealed cover may be rejected.
b) All bids shall include the documents identified in Section E, Required Documents Checklist. Bids not including the proper "required documents" shall be deemed non-responsive. A non-responsive bid is one that does not meet the basic bid requirements.
c) All documents requiring a signature must bear an original signature of a person authorized to bind the bidding firm.
d) Mail or deliver bids to the following address
Hand Deliveries or U.S. Postal Service Deliveries (UPS, Express Mail, Federal Express)
Department of Rehabilitation
Contracts and Procurement Section
721 Capitol Mall, 6th Floor
Sacramento, CA 95814
Attn: Julie Sanchez, Contract Analyst
e) Bids must be submitted for the performance of all the services described herein. Any deviation from the work specifications will not be considered and will cause a bid to be rejected.
f) A bid may be rejected if it is conditional or incomplete, or if it contains any alterations of form or other irregularities of any kind. The State may reject any or all bids and may waive an immaterial deviation in a bid. The State's waiver of an immaterial deviation shall in no way modify the IFB document or excuse the bidder from full compliance with all requirements if awarded the agreement.
g) Costs incurred for developing bids and in anticipation of award of the agreement are entirely the responsibility of the bidder and shall not be charged to the State of California.
h) An individual who is authorized to bind the bidder contractually shall sign the Bid/Bidder Certification Sheet. The signature should indicate the title or position that the individual holds in the firm. An unsigned bid may be rejected.
i) A bidder may modify a bid after its submission by withdrawing its original bid and resubmitting a new bid prior to the bid submission deadline. Bidder modifications offered in any other manner, oral or written, will not be considered.
j) A bidder may withdraw its bid by submitting a written withdrawal request to the State, signed by the bidder or an authorized agent. A bidder may thereafter submit a new bid prior to the bid submission deadline. Bids may not be withdrawn without cause subsequent to bid submission deadline.
k) The awarding agency may modify the IFB prior to the date fixed for submission of bids by the issuance of an addendum to all parties who received a bid package.
l) The awarding agency reserves the right to reject all bids. The agency is not required to award an agreement.
m) Before submitting a response to this solicitation, bidders should review, correct all errors, and confirm compliance with the IFB requirements.
n) Where applicable, bidders should carefully examine work sites and specifications. Bidders shall investigate conditions, character, and quality of surface or subsurface materials or obstacles that might be encountered. No additions or increases to the agreement amount will be made due to a lack of careful examination of work sites and specifications.
o) The State does not accept alternate contract language from a prospective contractor. A bid with such language will be considered a counter proposal and will be rejected. The State's General Terms and Conditions (GTC) are not negotiable.
p) No oral understanding or agreement shall be binding on either party.
4) Evaluation and Selection
a) At the time of bid opening, each bid will be checked for the presence or absence of required information in conformance with the submission requirements of this IFB.
b) The State will evaluate each bid to determine its responsiveness to the published requirements.
c) Bids that contain false or misleading statements, or which provide references, which do not support an attribute or condition claimed by the bidder, may be rejected.
d) Award if made, will be to the lowest responsive responsible bidder.
5) Award and Protest
a) The State reserves the right to award two (2) contracts as a result of this IFB. If the Contract is awarded, it will be to the lowest responsive and responsible bidder. If two (2) Contracts are awarded, it will be awarded to the two (2) lowest bidders as follows: lowest responsive and responsible bidder will be the Primary Contractor; second lowest responsive and responsible bidder will be the Secondary Contractor. If the Primary Contractor is not available for an emergency call, the Secondary Contractor will be contacted.
Whenever an agreement is awarded under a procedure, which provides for competitive bidding, but the agreement is not to be awarded to the low bidder, the low bidder shall be notified by telegram, electronic facsimile transmission, overnight courier, or personal delivery five (5) working days prior to the award of the agreement.
b) Upon written request by any bidder, notice of the proposed award shall be posted in a public place in the office of the awarding agency at least five (5) working days prior to awarding the agreement.
c) If any bidder, prior to the award of agreement, files a written protest with the Department of General Services, Office of Legal Services, 707 Third Street, 7th Floor, Suite 7-330, West Sacramento, CA 95605, and the Department of Rehabilitation on the grounds that the (protesting) bidder is the lowest responsive responsible bidder, the agreement shall not be awarded until either the protest has been withdrawn or the Department of General Services has decided the matter. A copy of the written protest must be mailed to the Department of Rehabilitation, Contract and Procurement Section, 2000 Evergreen Street, 2nd Floor, Sacramento, California, 95815, Attn: Contract Manager. It is suggested that you submit any protest by certified or registered mail.
d) Within five (5) days after filing the initial protest, the protesting bidder shall file with the Department of General Services and the Department of Rehabilitation a detailed written statement specifying the grounds for the protest. The written protest must be sent to the Department of General Services, Office of Legal Services, 707 Third Street, 7th Floor, Suite 7-330, West Sacramento, California 95605. A copy of the detailed written statement should be mailed to the Department of Rehabilitation, Contract and Procurement Section, 2000 Evergreen Street, 2nd Floor, Sacramento, California, 95815, Attn: Contract Manager. It is suggested that you submit any protest by certified or registered mail.
e) Upon resolution of any protest and award of the agreement, Contractor must complete and submit to the Department of Rehabilitation the Payee Data Record (Std.204), to determine if the Contractor is subject to state income tax withholding pursuant to California Revenue and Taxation Code Sections 18662 and 26131. This form can be found on the Internet at http://www.documents.dgs.ca.gov/osp/pdf/std204.pdf. No payment shall be made unless a completed STD 204 has been returned to the Department of Rehabilitation.
f) Upon resolution of any protest and award of the agreement, Contractor must sign and submit to the Department of Rehabilitation, page one (1) of the Contractor Certification Clauses (CCC-307), which can be found on the Internet http://www.ols.dgs.ca.gov/Standard+Language/default.htm. This document is only required if the bidder has not submitted this form to the awarding agency within the last three (3) years.
6) Disposition of Bids
a) Upon bid opening, all documents submitted in response to this IFB will become the property of the State of California, and will be regarded as public records under the California Public Records Act (Government Code Section 6250 et seq.) and subject to review by the public.
b) Bid packages may be returned only at the bidder's expense, unless such expense is waived by the awarding agency.
7) Agreement Execution and Performance
a) Performance shall start on the express date set by the Department of Rehabilitation and the Contractor, after all approvals have been obtained and the agreement is fully executed. Should the Contractor fail to commence work at the agreed upon time, the awarding agency, upon five (5) days written notice to the Contractor, reserves the right to terminate the agreement. In addition, the Contractor shall be liable to the State for the difference between Contractor's bid price and the actual cost of performing work by the second lowest bidder or by another contractor.
b) All performance under the agreement shall be completed on or before the termination date of the agreement.
D) Preference Programs
The Small Business regulations, located in the California Code of Regulations (Title 2, Division 2, Chapter 3, Subchapter 8, Section 1896 et seq.), concerning the application and calculation of the small business preference, small business certification, responsibilities of small business, department certification, and appeals are revised, effective 9/09/04. The new regulations can be viewed at (http://www.pd.dgs.ca.gov/smbus). Access the regulations by clicking on "Small Business Regulations" in the right sidebar. For those without Internet access, a copy of the regulations can be obtained by calling the Office of Small Business and DVBE Services at (916) 375-4940.
To claim the Small/Micro business preference, which may not exceed $50,000 for any bid, your firm must have a completed application (including proof of annual receipts) on file with the Department of General Services (DGS), Procurement Division, Office of Small Business and DVBE Certification (OSDC), by 5:00 p.m. on the date bids are opened, and receipt verified by such office. Therefore, if you are a Small/Micro business, but are not certified, it is to your advantage to become certified. For certification and preference approval process information, contact the OSDC by telephone at (916) 375-4940 or access the OSDC Internet website at www.dgs.ca.gov/osbcr.
If you are a certified Small/Micro business enterprise and fail to complete the Prime Contractor Information Sheet (Attachment 2), your business shall be classified as a large business which will preclude your bid from receiving the five percent (5%) Small/Micro business preference and cause incorrect reporting of Small/Micro business and large business participation by the DOR.
NON-SMALL BUSINESS SUBCONTRACTOR PREFERENCE
A 5% bid preference is now available to a non-small business claiming 25% California certified small business subcontractor participation. If claiming the non-small business subcontractor preference the Bidder Declaration GSPD-05-105 must list all of the California certified small businesses with which you commit to subcontract in an amount of at least twenty-five percent (25%) of the net bid price with one or more California Certified Small Businesses. Each certified small businesses must perform a "commercially useful function" in the performance of the contract as defined in Government Code Section 14837(d)(4).
The required list of California certified small business subcontractors must be attached to the bid response and must include the 1) subcontractor name, 2) address, 3) phone number, 4) a description of the work to be performed and/or products supplied, 5) and the dollar amount of percentage of the net bid price (as specified in the solicitation) per subcontractor.
DECLARATION FORMS
All bidders must complete the Bidder Declaration GSPD-05-105 and include it with the bid response. When completing the declaration, bidders must identify all subcontractors proposed for participation in the contract. Bidders awarded a contract are contractually obligated to use the subcontractors for the corresponding work identified unless the State agrees to a substitution and it is incorporated by amendment to the contract.
Bidders who have been certified by California as DVBE (or who are bidding rental equipment and have obtain the participation of subcontractors certified by California as a DVBE) must also submit a completed form(s) STD. 843 (Disabled Veteran Business Enterprise Declaration). All disabled veteran owners and disabled veteran managers of the DVBE(s) must sign the form(s). Should the form not be included with the solicitation, contact the State contracting official or obtain a copy online from the Department of General Services, Procurement Division, Office of Small Business and DVBE Services (OSDS) website at: www.pd.dgs.ca.gov/smbus. The complete form should be included with the bid response.
SMALL BUSINESS NONPROFIT VETERAN SERVICE AGENCIES (SB/NVSA) SB/NVSA prime bidders meeting requirements specified in the Military and Veterans Code Section 999.50 et seq. and obtaining a California certification as a small business are eligible for the 5% small business preference.
Questions regarding Small/Micro business or the Disabled Veteran Business Enterprise Program may be directed to:
Shaironda Morris, Small Business/Disabled Veteran Business Enterprise Program Advocate
Department of Rehabilitation
Contracts and Procurement Section
2000 Evergreen Street, 2nd Floor
Sacramento, California 95815
(916) 263-8719
For more information about Targeted News Service's products, including its daily federal contract report, please contact: Myron Struck, [email protected], Editor, Targeted News Service LLC, Springfield, Va., Direct: 703/866-4708, Cell: 703/304-1897.
23NairitaDey 100727-277422 EditorHarms
California Issues Solicitation for Grease Trap Cleaning and Repair
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News