67
New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC CONTRACT # R160201 Solicited and awarded by REGION 4 EDUCATION SERVICE CENTER on behalf of itself and National IPA/TCPN participants

New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

New Jersey LFN 2012-10 Packet

for

CDW GOVERNMENT LLC

CONTRACT # R160201

Solicited and awarded by REGION 4 EDUCATION

SERVICE CENTER on behalf of itself and National

IPA/TCPN participants

Page 2: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

New Jersey LFN 2012-10 Packet Table of Contents

Required Document Contract Documents Screenshot Page from original solicitation that indicates Lead Agency and issuance of solicitation on behalf of themselves and National IPA and/or TCPN members nationally

New Jersey Business Registration Certificate for the contractor and any subcontractors

Statement of Corporate Ownership Public Contract EEO Compliance Non-Collusion Affidavit Solicitation Posting Documents Award and evaluation criteria from solicitation Bid opening and late submission policy from solicitation Notice of Intent to Award---Sample Disclosure of Investment Activities in Iran Checklist

Page 3: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

CONTRACT DOCUMENTS SCREENSHOT FROM WEBSITE

Page 4: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Solicitations

Current Solicitations

Interested in Becoming a Vendor?

16-03 - Custodial Services and Other Facilities Management Servicesposted on Thursday, March 31, 2016 due Thursday, April 28, 2016 at 2:00 pm Central Time

Click here to request a copy of this solicitation

Questions & Answers

16-02 - Technology and Interactive Solutions Products and Servicesposted on Thursday, March 31, 2016 due Monday, May 09, 2016 at 2:00 pm Central Time

Click here to request a copy of this solicitation

Questions & Answers

Thank you for your interest in receiving notification of solicitations for Region 4 Education Service

Center on behalf of itself, other government agencies and non-profits, made available through The

Cooperative Purchasing Network "TCPN".

If you would like to receive email notification of solicitations, please fill out the registration form below

and your business will be added to the notification database(s) that match the commodities or services

that you have selected. It is the sole responsibility of each company to maintain and keep their

company's contact information current (e.g. contact name, email address, telephone number, etc.). All

new solicitations will be sent to the e-mail address provided in this registration; therefore, it is

imperative that the supplier maintains updated information.

Page 1 of 2Solicitations

4/11/2016http://tcpn.org/Pages/Solicitations.aspx

Page 5: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

First Name

Last Name

Email

Phone

Company

Website

City

State/Province

Product Type

Assistive TechnologyAthleticAuctioneerBooks/eReaders/Digital Media

Submit Query

Page 2 of 2Solicitations

4/11/2016http://tcpn.org/Pages/Solicitations.aspx

Page 6: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

PAGE FROM SOLICITATION THAT INDICATES LEAD AGENCY AND ISSUANCE OF SOLICITATION ON BEHALF OF THEMSELVES AND

NATIONAL IPA AND/OR TCPN MEMBERS

Page 7: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

7145 West Tidwell Road ~ Houston, Texas 77092 (713) 462-7708

www.esc4.net

Publication Date: March 30, 2016

NOTICE TO OFFEROR

SUBMITTAL DEADLINE: Thursday, April 28, 2016 @ 2:00 PM CT

Questions regarding this solicitation must be submitted in writing to Jason Wickel at [email protected] or (713) 744-8189 no later than April 21, 2016. All questions and answers will be posted to both www.esc4.net and www.tcpn.org under Solicitations. Offerors are responsible for viewing either website to review all questions and answers prior to submitting proposals. Please note that oral communications concerning this RFP shall not be binding and shall in no way excuse the responsive Offeror of the obligations set forth in this proposal.

Request for Proposal (RFP)

by

Region 4 Education Service Center (“ESC”)

for

Technology and Interactive Whiteboard Solutions Products and Services

On behalf of itself, other government agencies and non-profits, made

available through The Cooperative Purchasing Network “TCPN.”

Solicitation Number 16-02

PRE-PROPOSAL CONFERENCE Offerors are strongly encouraged, but not required to participate in a pre-proposal conference with the Purchasing Cooperative Coordinator which will be held on April 6, 2016 at 2:00 p.m., in the Region 4 ESC offices located at 7145 West Tidwell Road, Room # MCC 102, Houston Texas 77092. The purpose of this conference is to review the solicitation sections to allow potential offerors to ask questions and to identify areas in the solicitation that may be unclear.

Page 1 of 153

Page 8: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

To attend, the conference, Offeror must notify Jason Wickel at [email protected] by, April 4, 2016. Offeror’s who are unable to attend in person but would like to call in must also send an email to request call in instructions from Mr. Wickel. Note: Envelopes must be sealed, prominently marked with the RFP solicitation number, RFP title, RFP opening time/date and name of vendor. Electronic submissions of the RFP will not be accepted. Submissions must be received by the Region 4 ESC office at: 7145 West Tidwell Road, Houston, TX 77092 no later than 2:00 pm CT, at which time the bid opening process shall commence. Proposals will be collected in a conference room to be determined by Region 4 ESC and opened and recorded publicly. Any proposal received later than the specified time, whether delivered in person, courier or mailed, shall be disqualified.

Page 2 of 153

Page 9: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

NEW JERSEY BUSINESS REGISTRATION CERTIFCATE

Page 10: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 11: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 12: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

STATEMENT OF CORPORATE OWNERSHIP

Page 13: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 14: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

PUBLIC CONTRACT EEO COMPLIANCE

Page 15: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 16: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 17: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 18: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 19: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 20: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

NON-COLLUSION AFFIDAVIT

Page 21: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 22: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

SOLICITATION POSTING DOCUMENTS

Page 23: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 24: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 25: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 26: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 27: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 28: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 29: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 30: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 31: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 32: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 33: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 34: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

This space for filing stamp only

OR#:

O R A N G E C O U N T Y R E P O R T E R

~ SINCE 1921 ~

600 W. Santa Ana Blvd., Suite 205, Santa Ana, California 92701-4542 Telephone (714) 543-2027 / Fax (714) 542-6841

PROOF OF PUBLICATION

(2015.5 C.C.P.)

State of California ) County of Orange ) ss

Notice Type:

Ad Description:

I am a citizen of the United States and a resident of the State of California; I am over the age of eighteen years, and not a party to or interested in the above entitled matter. I am the principal clerk of the printer and publisher of the ORANGE COUNTY REPORTER, a newspaper published in the English language in the City of Santa Ana, and adjudged a newspaper of general circulation as defined by the laws of the State of California by the Superior Court of the County of Orange, State of California, under date of June 2, 1922, Case No. 13,421. That the notice, of which the annexed is a printed copy, has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to-wit:

Executed on: 10/10/2004 At Riverside, California

I certify (or declare) under penalty of perjury that the foregoing is true and correct.

Signature

SAN BERNARDINO COUNTY SUN

4030 N GEORGIA BLVD, SAN BERNARDINO, CA 92407(909) 889-9666 (909) 885-1253

SB 2864178DEBBIE BUSHNELL COOPERATIVE PURCHASING NETWORK, THE11280 WEST ROADHOUSTON, TX - 77532

RFP - REQUEST FOR PROPOSALS

Technology and Interactive Whiteboard Solutions Products & Servi

I am a citizen of the United States and a resident of the State of California; I amover the age of eighteen years, and not a party to or interested in the aboveentitled matter. I am the principal clerk of the printer and publisher of the SANBERNARDINO COUNTY SUN, a newspaper published in the English languagein the city of SAN BERNARDINO, county of SAN BERNARDINO, and adjudgeda newspaper of general circulation as defined by the laws of the State ofCalifornia by the Superior Court of the County of SAN BERNARDINO, State ofCalifornia, under date 06/27/1952, Case No. 73081. That the notice, of whichthe annexed is a printed copy, has been published in each regular and entireissue of said newspaper and not in any supplement thereof on the followingdates, to-wit:

03/31/2016

03/31/2016

SAN BERNARDINO

!A000004058064!Email

Region 4 Education Service Center (ESC), TX isrequesting proposals from qualified andexperienced firms to provide Technology andInteractive Whiteboard Solutions Products &Services (RFP No. 16-02). In order to beconsidered, the Offeror must complete andsubmit its proposal to Region 4 ESC at thelocation indicated, prior to or at the exact dateand time indicated in the solicitationdocumentation available at www.tcpn.orgPRE-PROPOSAL CONFERENCE:

Wednesday, April 6, 2016 at 2:00 PMCENTRAL TIMEREGION 4 ESC

7145 WEST TIDWELL RD.ROOM # MCCC 102

HOUSTON, TX 77092PROPOSAL DUE DATE:April 28, 2016, BEFORE 2:00 PM CENTRALTIME3/31/16

SBS-2864178#

Page 35: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Type Description Amount

DAILY JOURNAL CORPORATION LEGAL ADVERTISING

P.O. Box 54026 LOS ANGELES CALIFORNIA 90054-0026PHONE: (213) 229-5300 FAX (213) 229-5481

FEDERAL TAX ID:95-4133299

Date

Customer Account Number

Customer Payment Reference

Special Project

Order No

Page 1 of 1

Invoice NumberCALIFORNIA NEWSPAPER SERVICE BUREAU

Ordered by:For payment processing, please forward to:

DUE UPON RECEIPT

INVOICE

B2864178 3/31/2016

1124140259

11280 WEST ROAD

HOUSTON, TX 77532 USA

770 S. POST OAK LN. #101HOUSTON, TX 77056 USA

DEBBIE BUSHNELLCOOPERATIVE PURCHASING NETWORK, THE

KAELIE MARCOZZI

LOVE ADVERTISING C/O COOPERATIVE PURCHAS

165.2003/31/201689900 SAN BERNARDINO COUNTY SUN

RFP REQUEST FOR PROPOSALSTECHNOLOGY AND INTERACTIVE WHITEBOARD SOLUTIONS Invoice B2864178

165.20$ 5.90 * 28.000 AgateLines *

Please detach and return this portion with payment. To Invoice Dateensure proper credit to your account, please write your

customer number on your check. If you have any

questions about your account, please call

Government Advertising - Division 1124

Invoice Number Customer Number

Amount Due

DAILY JOURNAL CORPORATION

ATTN: ACCOUNTS RECEIVABLEPO BOX 54026LOS ANGELES, CA 90054-0026

165.20Payment: 0.00Total:

Please Pay:

PLEASE PROCESS FOR PAYMENT IMMEDIATELY. DUE UPON RECEIPT.

2132295530.

CALIFORNIA NEWSPAPER SERVICE BUREAU

165.20

165.20

1124140259B28641783/31/2016

HOUSTON, TX 77056 USA770 S. POST OAK LN. #101

LOVE ADVERTISING C/O COOPERATIVE PURCHAS

KAELIE MARCOZZI

Please make check payable to: Daily Journal Corporation

!A000004058065!

Page 36: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Published by Division of Procurement Services – Delbert H. Singleton, Jr., Division Director

Monday, April 11, 2016 Volume 36, Issue 69

Today in SCBO

Architecture and Engineering 1 Construction 2 Consultant/Professional 8 Equipment 9 IT 11 Maintenance and Repair 11

Services 11 Supplies 12 For Sale 13 Intent to Sole Source 13 SCBO Notices 14 Helpful Links 14

CITY OF CHARLESTON -- INVITATION FOR PROFESSIONAL SERVICES

PROJECT: CP1521: FIRE STATION 11 AT SAVANNAH HIGHWAY Public Notice of Meeting will be posted at: Front foyer, 823 Meeting Street, Department of Parks Proposed Form of Contract: AIA B101-2007. Description of Project: Design professional services for the construction of a new 13,000SF fire station facility at 1901 Savannah Highway and adjacent to the Charleston 9 Memorial site. Scope of the project is expected to include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus bay with living quarters. Building design will be subject to the City of Charleston’s Design Review Board and Design Re-view Committee. Anticipated Construction Cost Range: $4.7 – 5.1 million. Description of Professional Services Anticipated for Project: Project will include complete architectural de-sign (and associated engineering), verification of project budget, detailed cost estimating, project scheduling, con-struction documents, bidding coordination, and construction administration. Resumes:

1. Executive summary: a. Cover letter (1 page maximum) b. Selection criteria summaries (1 page maximum for each – see below for list)

2. Federal Standard Form 330 is to be submitted. For consultants to be used, they must be included in a sin-gle Form 330 for the proposed team.

3. Other unspecified supporting documentation Selection Criteria:

A Selection Committee will evaluate the information submitted and will select a minimum of three finalists for in-terviews. The following criteria will be used to evaluate each firm:

A. Related experience on similar projects

Invitations for Architectural / Engineering, Land Surveying & Construction Management Services Click Here to access the SCBO Notes referred to in State Agency advertisements appearing in the Architect / Engineering Section of SCBO Please verify requirements for non-State agency advertisements by contacting the agency / owner.

Page 37: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 2 Volume 36, Issue 69

B. Past performance C. Demonstrated ability to meet time and budget D. Creativity and insight related to project E. Ability of professional personnel F. Location of firm

Resume Deadline Date: Wednesday, May 18, 2016. 4:00pm Number of Copies: Ten (10) bound copies and one compact disc with an electronic PDF of the submittal. Name of Project Manager:

Curt Berg City of Charleston, Capital Projects Division 823 Meeting Street, Second Floor Charleston, SC 29403

843-579-7552 Fax: 843-724-7300 E-mail: [email protected]

Project Name: RSS BUILDING - FLOOD RESTORATION CONSTRUCTION Project Number: H15-N265-PG Project Location: College of Charleston, Robert Scott Small Building Bid Security Required: Yes Performance Bond Required: Yes Payment Bond Required: Yes Construction Cost Range: $250,000 - $400,000 Description of Project: Contractor may be subject to performance appraisal at close of project. Bidding Documents / Plans May Be Obtained From: This project consists of selective demolition of flooring,

walls and/or drywall. The reconstruction and/or repair of floors, walls and ceiling grid of the 1st floor of Robert Scott Smalls (RSS) Building with an approximate square footage of 19,334 sf.

Plan Deposit: Duncan Parnell In Addition To The Above Official Source(s) Bidding Documents / Plans Are Also Available At: AGCI,

Dodge Architect/Engineer: Cummings & McCrady, Inc. A/E Contact: Benjamin Whitener, AIA, LEED AP BD+C A/E Address: 44-D Markfield Drive, Charleston, SC 29407 A/E E-mail: [email protected] A/E Telephone: 843-577-5063 A/E Fax: 843-723-4951 Note: All questions & correspondence concerning this Invitation to Bid shall be addressed to the A/E. Agency/Owner: College of Charleston Name & Title of Agency Coordinator: Jed Heames Address: 133 Cahoun Street, Charleston, SC 29424-0001 E-mail: [email protected] Telephone: 843-953-3177 Fax: 843-953-4923 Pre-Bid Conf./Site Visit: Yes, mandatory Pre-Bid Date/Time: 4/26/2016 9:00am Place: RSS Building - 175 Calhoun Street, Calhoun St. side Bid Closing Date/Time: 5/10/2016 10:00am Place: 2nd floor, Physical Plant conference RM 209 Deliver Bids To: Teli Sparks, 133 Calhoun Street, Charleston, SC 29424

Invitations for Construction Bids Please verify requirements for non-State agency advertisements by contacting the agency / owner. Projects expected to cost less than $50,000 are listed under the Minor Construction heading.

Page 38: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 3 Volume 36, Issue 69

Project Name: REPLACE LIGHTING HEC CLASSROOMS Project Number: H34-I369 Project Location: University of South Carolina Upstate Bid Security Required: Yes Performance Bond Required: Yes Payment Bond Required: Yes Construction Cost Range: 100,000 – 115,000 Description of Project: Replace existing fluorescent lighting fixtures with 0-10V dimmable L.E.D. type lighting

fixtures and associated slide dimmers in the Health Education Center (HEC) on the University of South Carolina’s Upstate Campus located in Spartanburg, South Carolina. Work also includes modifications and upgrades to existing Lutron lighting control panels. Bidders are responsible for obtaining all updates to bidding documents from USC purchasing website http://purchasing.sc.edu. See Facilities/Construction Solicitation and Awards. Small and minority business participation is encouraged. Contractor may be subject to performance appraisal at close of project.

Architect/Engineer: Land Engineering Associates, LLC A/E Contact: Joe Land A/E Address: 262 Sandhurst Road, Suite 101, Columbia, SC 29210 A/E E-mail: [email protected] A/E Telephone: 803-528-1437 Note: All questions & correspondence concerning this Invitation to Bid shall be addressed to the A/E. Agency/Owner: University of South Carolina Name & Title of Agency Coordinator: Aimee Rish Address: 743 Greene Street, Columbia, SC 29208 E-mail: [email protected] Telephone: 803-777-2261 Fax: 803-777-7334 Pre-Bid Conf./Site Visit: Yes, non-mandatory Pre-Bid Date/Time: 4/21/2016 11:00am Place: 155 American Way, Spartanburg SC Conf Rm 110 Bid Closing Date/Time: 5/2/2016 2:00pm Place: 743 Greene St, Cola SC Conf Rm 053 Deliver Bids To: Aimee Rish "Bid Enclosed", 743 Greene Street, Columbia, SC 29208

Project Name: ROADWAY, WATER, AND WASTEWATER IMPROVEMENTS ALONG 12TH STR. EXTEN. AT

SAXE GOTHA INDUSTRIAL PARK - PHASE 2 Project Number: Bid Number: 2016-IFB-57 Project Location: At the Intersection of Old Wire Road and 12th Street Extension in Lexington County, South

Carolina Bid Security Required: Yes Performance Bond Required: Yes Payment Bond Required: Yes Description of Project: 3600 LF of Roadway Extension with 5000- LF of 10" Water and Wastewater Bidding Documents / Plans May Be Obtained From: Alliance Consulting Engineers, Inc. Plan Deposit: $300.00, nonrefundable In Addition To The Above Official Source(s) Bidding Documents / Plans Are Also Available At: AGC Offic-

es, Dodge Plan Rooms, HVAC iSqFt and Lexington County Website (see link below), https://bids.sciquest.com/apps/Router/PublicEvent?CustomerOrg=LexingtonCounty

Architect/Engineer: Alliance Consulting Engineers, Inc. A/E Address: 1201 Main Street, Suite 2020 / PO Box 8147, Columbia, SC 29202-8147 A/E Telephone: 803-779-2078 A/E Fax: 803-779-2079 Agency/Owner: Lexington County Name & Title of Agency Coordinator: Angela Seymour, Procurement Officer Address: 212 South Lake Drive, Lexington, SC 29072 E-mail: [email protected] Telephone: 803-785-8319 Fax: 803-785-2240 Pre-Bid Conf./Site Visit: Yes, mandatory Pre-Bid Date/Time: 4/20/2016 2:00pm Place: 212 South Lake Drive in the Conference Room 2B, 2nd Floor, Lexington, South Carolina 29072 Bid Closing Date/Time: 5/4/2016 2:00pm Place: 212 South Lake Drive in the Conference Room 2B, 2nd Floor, Lexington, South Carolina 29072 Deliver Bids To: Angela Seymour - online (both lines below together

https://bids.sciquest.com/apps/Router/PublicEvent?CustomerOrg=LexingtonCounty

Page 39: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 4 Volume 36, Issue 69

TREMBLE BRANCH ROAD PHASE 1 PROJECT

Kershaw County will receive sealed Bids for the Tremble Branch Road Phase 1 Project, Bid # 15-205-14 until 2:00pm, Thursday May 5, 2016 at the Kershaw County Government Center, Sarah Williams, Room 217, 515 Walnut Street, Camden, SC 29020. Kershaw County will not be responsible for delays in the mail. Bids will be publicly opened and read aloud. Bids received after the stated time will not be accepted. A Bid Bond shall be required in the amount of 5% of bidder’s maximum bid price. SCOPE OF WORK: The project includes grading, drainage, and paving of approximately 2,115 LF of unpaved road in Camden, South Carolina. Also included in the project scope is the replacement of two existing one inch diameter PVC waterlines with an approximate total length of 2,300 LF. CONTRACT TIME: The Notice to Proceed will be issued to the contractor on or before May 18, 2016. The final inspection for the pro-ject shall be completed no later than September 12, 2016 and shall occur Monday through Friday during normal business hours. Written notice requesting a final inspection shall be submitted to the COUNTY and ENGINEER ten (10) days prior to the final inspection date. Contract extension shall only be considered in the event of force majeure (i.e. no contract extension will be considered due to normal inclement weather). BIDDING DOCUMENTS: Bidding Documents may be examined at the following locations: Kershaw County: County Government Center, 515 Walnut Street, Room 217, Camden, South Carolina 29020 Office of the Engineer: Michael Baker International, Inc., 700 Huger Street, Columbia, SC 29201 Bidding Documents may be purchased from the Engineer, MICHAEL BAKER INTERNATIONAL, INC., 700 Huger Street, Columbia, South Carolina, 29201, 803-254-2211, upon prior payment of the non-refundable fee of $50.00. Credit cards cannot be accepted. Please contact Tommy Wilson 803-231-3874 before noon or Ginger Booker 803-231-3815 after noon for bidding documents and address any questions to Maddy Barbian, the Project Man-ager. The selected qualifier is encouraged to make a good faith effort of entering into subcontracts or joint ventures with minority businesses. Kershaw County reserves the right to reject any and all bids, portion thereof, to waive any minor technicalities and informalities or irregularities and to make an award deemed in its best interest, subject to the requirements of any applicable laws of procurement.

STORMWATER MANUFACTURED TREATMENT DEVICES

The City of Columbia is accepting bids from qualified contractors for the following: “Stormwater Manufactured Treatment Devices” BID# 039-15-16. Bid Deadline: April 19, 2016 at 11:00am. Information can be viewed using the City of Columbia’s Bid Online System at https://bidonline.columbiasc.gov. The deadline for questions and/or additional information is April 13, 2016 by 12:00pm and must be submitted us-ing Bid Online.

Page 40: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 5 Volume 36, Issue 69

PRESSBOX AT ANDREWS HIGH SCHOOL

Description: Georgetown County School District will receive sealed bids from qualified bidders for the Proposed Boys Baseball Pressbox at Andrews High School (Andrews, SC), until 12:00 noon., Eastern Standard Time, May 12, 2016, at the J. B. Beck Administration and Education Center, Room C114, located at 2018 Church Street, Georgetown, South Carolina.

The Architect of record is SGA Architecture, 245 Business Center Lane, Suite B, Pawleys Island, SC 29585.

Bidding documents are available for inspection at the office of the Architect and plan rooms of AGC Plan Room in Myrtle Beach, SC and Columbia, SC; and Dodge/McGraw Hill, Charlotte, NC, and Reed Construction Data, Nor-cross, GA. Bidding Documents may be obtained from the Architect’s printing agent upon receipt of a $100.00 refundable de-posit per set (Maximum of four (4) sets). Bidding Documents will be forwarded, as soon as possible, after receipt of deposit, shipping charges (non-refundable) prepaid. Bidders shall pay for any additional printing, copying, de-livery, shipping and/or handling charges, with no refundable deposit. Contact Duncan-Parnell, Inc. 1478 Dividend Loop, Myrtle Beach, SC 29577, 843-626-3641 [http://dpibidroom.com].

Bids shall remain open to acceptance and shall be irrevocable for a period of sixty (60) days after the bid closing date.

Bids must comply with the Laws of the State of South Carolina. All bids are to be accompanied by a Bid Bond, (if Bid Amount, including Allowances and accepted Alternates, is $50,000 or greater, a 5% Bid Bond (or certified check not less than five percent [5%] of base bid) is required, including Power of Attorney, or other acceptable bid security provided for in the District’s Procurement Code.

Performance Bond and Labor and Materials Payment Bond is required of the successful bidder in the amount of one hundred percent (100%) of contract amount if Bid Amount, including Allowances and accepted Alternates, is $50,000 or greater.

Bids must be submitted on the Bid Form provided, enclosed in an opaque, sealed envelope bearing the bidder's name, solicitation number “16013”, “Georgetown County School District”, “Proposed Boys Baseball Pressbox, Andrews High School”, Date of Opening, Contractor's/Bidder's License number on the outside. Bid Bond, Under-taking of Insurance form, Letter of Commitment, and Evidence of Qualifications, all as outlined, shall be attached with the Bid.

Potential Bidders are highly recommended to attend a Pre-Bid Conferences and shall be as follows: Andrews High School Boys Baseball Pressbox from 3:30pm to 4:30pm, April 26, 2016, held at the baseball field, 12890 County Line Road, Andrews, South Carolina. Direct Inquiries to: Mike Rolison, AIA, SGA Architecture at 843-979-5250, fax 843-237-1992 or email [email protected].

FOOTBALL FIELD LIGHT REPLACEMENT

Description: Georgetown County School District will receive sealed bids from qualified bidders for the Proposed Football Field Light Replacement at Andrews High School (Andrews, SC), AND Waccamaw High School (Paw-leys Island, SC) until 11:00am, May 12, 2016, at the J. B. Beck Administration and Education Center, Room C114, located at 2018 Church Street, Georgetown, South Carolina.

The Architect of record is SGA Architecture, 245 Business Center Lane, Suite B, Pawleys Island, SC 29585.

Bidding documents are available for inspection at the office of the Architect and plan rooms of AGC Plan Room in Myrtle Beach, SC and Columbia, SC; and Dodge/McGraw Hill, Charlotte, NC, and Reed Construction Data, Nor-cross, GA.

Page 41: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 6 Volume 36, Issue 69

Bidding Documents may be obtained from the Architect’s printing agent upon receipt of a $100.00 refundable de-posit per set (Maximum of four (4) sets). Bidding Documents will be forwarded, as soon as possible, after receipt of deposit, shipping charges (non-refundable) prepaid. Bidders shall pay for any additional printing, copying, de-livery, shipping and/or handling charges, with no refundable deposit. Contact Duncan-Parnell, Inc. 1478 Dividend Loop, Myrtle Beach, SC 29577, 843-626-3641 [http://dpibidroom.com]. Bids shall remain open to acceptance and shall be irrevocable for a period of sixty (60) days after the bid closing date. Bids must comply with the Laws of the State of South Carolina. All bids are to be accompanied by a Bid Bond (or certified check not less than five percent [5%] of base bid) is required, including Power of Attorney, or other acceptable bid security provided for in the District’s Procurement Code.

Performance Bond and Labor and Materials Payment Bond is required of the successful bidder in the amount of one hundred percent (100%) of contract amount.

Bids must be submitted on the Bid Form provided, enclosed in an opaque, sealed envelope bearing the bidder's name, solicitation number “14057”, “Georgetown County School District”, “Proposed Football Field Light Re-placement, Andrews High School & Waccamaw High School”, Date of Opening, Contractor's/Bidder's License number on the outside. Bid Bond, Undertaking of Insurance form, Letter of Commitment, and Evidence of Qualifi-cations, all as outlined, shall be attached with the Bid.

Potential Bidders are highly recommended to attend a Pre-Bid Conferences and shall be as follows: Andrews High School held at the Football Field, 12890 County Line Road, Andrews, South Carolina at 3:30 P.M., Eastern Standard Time, April 20, 2016 and will adjourn and reconvene immediately thereafter at the Waccamaw High School football field, 2412 Kings River Road, Pawleys Island, SC. Direct Inquiries to: Mike Rolison, AIA, SGA Architecture at 843-979-5250, fax 843-237-1992 or email [email protected].

CITY OF SPARTANBURG -- REPAIRS TO AN EXISTING STEEL BUILDING NOTICE IS HEREBY GIVEN – The City of Spartanburg is seeking proposal from vendors to provide construction services for the repairs to an existing steel building located at 305 W. Henry Street facility. Work will include steel building components, new garage doors and walk through doors. Repairs to soffit and fascia. All work to comply with the drawings and specifications developed by the city to provide quality workmanship. Proposal No:1516-04-26-02 The City of Spartanburg, hereby, notifies all proposers that it will affirmatively ensure that all disadvantaged and women’s business enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of gender, race, color or national origin in consideration for an award. The City of Spartanburg reserves the right to reject any or all proposals or to waive any informality in the qualifica-tions process. Proposals may be held by the City of Spartanburg for a period not to exceed sixty (60) days from the date of the opening of Proposals for the purpose of reviewing the Proposals and investigating the qualifica-tions of prospective parties, prior to awarding of the Contract. The vendor that is awarded the proposal will be required to obtain a City of Spartanburg Business License and all the required Building Permits. Pre-bid: Tuesday, April 19, 2016 at 10:00am at the Henry Street Facility. Signs will be on Henry Street at entrance located at 305 W. Henry Street, Spartanburg, SC. Complete proposal package also available at www.cityofspartanburg.org by following the links for Invitations for Bids. Sealed Proposals shall be submitted to Carl Wright, Procurement and Property Manager on or before Tuesday, no later than 3:00pm, April 26, 2016, City Hall, 145 West Broad Street at which time they will be publicly opened and read aloud in the Training Room, same location. Proposals can be hand delivered or mailed to the following address:

Page 42: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 7 Volume 36, Issue 69

City of Spartanburg PO Box 5107

145 W. Broad Street Spartanburg, SC. 29304

Attn: Procurement and Property Division

For further information and complete Proposal Package, please contact the Procurement and Property office at 864-596-2049. Complete proposal package also available at www.cityofspartanburg.org by following the links for Invitations for bids. The following Proposal Number Must be placed on the outer envelope in order for the bid to be Stamped in as accepted on time: Proposal No: 1516-04-26-02.

HORRY CO. -- CRABTREE WATERSHED REPAIRS Qualified and licensed contractors are invited to submit sealed bids for "Crabtree Watershed Repairs” -- BID # 2015-16-070 to Horry County at the Office of Procurement, 3230 Hwy. 319 E, Conway, South Carolina 29526 not later than 2:00pm, May 11, 2016. The solicitation document (IFB) and general construction contract terms and conditions can be obtained from the County’s website by visiting http://www.horrycounty.org/depts/finance/procure/bids.asp#currentbids This project may be funded by Federal Emergency Management Agency (FEMA) and is contingent upon funding availability. This project may also be funded by Community Development Block Grant Disaster Recovery (CDBG-DR) and is contingent upon funding availability. Therefore, all rules and regulations related to such funding will apply. Local vendor preference is not applicable for this IFB. General contract bidders are required to satisfy the requirements described in Section 0200 - Instructions to Bid-ders. Your firm is required to provide bid security in the sum of no less than five percent (5%) of the bid price. Refer to other bidding requirements described in Document 0200 - Instructions to Bidders. Bidders are required to complete the Bid Form provided. Bidders may not supplement this form unless otherwise directed. Bidders shall not be permitted to withdraw bids for a period of sixty- (60) days after submission. The owner reserves the right to accept or reject any or all bids, and to waive any informalities in the best interests of the County. Direct all questions in writing by email to Horry County Procurement at [email protected]. Horry County, in accordance with the provisions of ALL TITLES of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Disadvantage Business Enterprise - This project may be funded in whole or in part by the Federal government. To be eligible for federal funding, this project must demonstrate a “Good Faith Effort” or meet the established Disad-vantaged Business Enterprise (DBE) goals. This requirement will be a consideration in the award of Contracts. Contact Information for this Project Ms. Nicole VanVoorhis/ [email protected] / 843.915.5380.

HORRY CO. -- RED TULIP LN OUTFALL REPAIRS

Qualified and licensed contractors are invited to submit sealed bids for " Red Tulip Ln Outfall Repairs” -- BID # 2015-16-071 to Horry County at the Office of Procurement, 3230 Hwy. 319 E, Conway, South Carolina 29526 not later than 2:00pm, May 11, 2016. The solicitation document (IFB) and general construction contract terms and conditions can be obtained from the County’s website by visiting: http://www.horrycounty.org/depts/finance/procure/bids.asp#currentbids

Page 43: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 8 Volume 36, Issue 69

This project may be funded by Federal Emergency Management Agency (FEMA) and is contingent upon funding availability. This project may also be funded by Community Development Block Grant Disaster Recovery (CDBG-DR) and is contingent upon funding availability. Therefore, all rules and regulations related to such funding will apply. Local vendor preference is not applicable for this IFB. General contract bidders are required to satisfy the requirements described in Section 0200 - Instructions to Bid-ders. Your firm is required to provide bid security in the sum of no less than five percent (5%) of the bid price. Refer to other bidding requirements described in Document 0200 - Instructions to Bidders. Bidders are required to complete the Bid Form provided. Bidders may not supplement this form unless otherwise directed. Bidders shall not be permitted to withdraw bids for a period of sixty- (60) days after submission. The owner reserves the right to accept or reject any or all bids, and to waive any informalities in the best interests of the County. Direct all questions in writing by email to Horry County Procurement at [email protected]. Horry County, in accordance with the provisions of ALL TITLES of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Disadvantage Business Enterprise - This project may be funded in whole or in part by the Federal government. To be eligible for federal funding, this project must demonstrate a “Good Faith Effort” or meet the established Disad-vantaged Business Enterprise (DBE) goals. This requirement will be a consideration in the award of Contracts. Contact Information for this Project: Ms. Nicole VanVoorhis/ [email protected] / 843-915-5380.

SC DEPT. OF HEALTH AND HUMAN SERVICES SEEKS INPUT FROM PROSPECTIVE OFFERORS

The South Carolina Department of Health and Human Services, under a recommendation by the Centers for Medicare and Medicaid Services (CMS), seeks input from prospective Offerors on this DRAFT Solicitation for Services for a Pharmacy Benefits Administration Services. This is a request for input only. No award will be made and no contract will result from this posting. In addition, no vendor shall be prohibited from responding to this solicitation once the final draft has been posted. Draft solicitation document and attachments may be found at the following links: https://www.scdhhs.gov/internet/PBA-Draft-RFP-2016.docx Attachments: https://www.scdhhs.gov/internet/PBA-Pricing-Tables-Example.xls https://www.scdhhs.gov/internet/PBA-Pricing-Tables-Blank.xls Please submit your markups in MS Word using “Track Changes” to the following address no later than 3:00pm, the 3rd day of May, 2016.

Page 44: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 9 Volume 36, Issue 69

Attn: SC Department of Health and Human Services

Attn: Michele Mahon, CPPB 1801 Main Street, J622

Columbia, SC 29201

[email protected] Office - 803-898-1863 Cell – 803-521-1921

Description: LIFT GATES FOR COMMERCIAL TRAILERS Solicitation Number: 5400011360 Submit Offer By: 04/19/2016 10:00am Purchasing Agency: Department of Administration 1200 Senate Street, Suite 409 Columbia, SC 29201-3200 Buyer: WILLIAM EVANS Email: [email protected] Phone: 803-737-2805 Download Solicitation From:

http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400011360 Description: USED TRACTOR TRUCK FOR THE TRUCK DRIVING PROGRAM Solicitation Number: YTC-16-Used Tractor Truck Delivery Point: 452 S Anderson Rd., Rock Hill, SC 29730 Submit Offer By: 4/20/2016 3:00pm Purchasing Agency: York Technical College, 452 S Anderson Rd., Rock Hill, SC 29730 Buyer: Debbie Bailey, 803-327-8010 / [email protected] Download Solicitation From: Email Debbie Bailey at [email protected] for a copy of the solicitation. Description: PLC SUITCASE STYLE TRAINER UNITS Solicitation Number: GTC 16-04-181 IFB Delivery Point: Greenville County Submit Offer By: 4/20/2016 3:00pm Purchasing Agency: Greenville Technical College PO Box 5616 Greenville, SC 29606 Buyer: Bill Tripp, [email protected], 864-250-8112 Download Solicitation From: www.gvltec.edu/purchasing Description: ENA SERIES NETWORK ANALYZER Solicitation Number: 73186598 Delivery Point: Clemson, SC Submit Offer By: 4/19/2016 11:00am Purchasing Agency: Clemson University, Procurement Services, Administrative Services Bldg.,108 Perimeter

Rd., Clemson, SC 29634 Buyer: Allison Patton, 864-656-3677 / [email protected] Download Solicitation From: Online solicitations only. Solicitations can be viewed at

www.clemson.edu/cfo/procurement/vendors

CITY OF SPARTANBURG -- STRUCTURAL FIRE FIGHTER’S TURNOUT GEAR

NOTICE IS HEREBY GIVEN, the City of Spartanburg Fire Department will receive proposals from qualified ven-dors to supply (10) ten sets of structural fire fighter’s turnout gear. This specification details design and materials criteria to afford protection to the upper and lower body, excluding head, hands, feet, against adverse environ-

Page 45: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 10 Volume 36, Issue 69

mental effects during structural firefighting. All materials and construction will meet or exceed current NFPA Standard #1971 and OSHA for structural fire fighters protective clothing. Proposal No. 1516-04-26-1 The City of Spartanburg, hereby, notifies all proposers that it will affirmatively ensure that all disadvantaged and women’s business enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of gender, race, color, or national origin in consideration for an award. The City of Spartanburg reserves the right to reject any or all proposals or to waive any informality in the qualifica-tions process. Proposals may be held by the City of Spartanburg for a period not to exceed sixty (60) days from the date of the opening of Proposals for the purpose of reviewing the Proposals and investigating the qualifica-tions of prospective parties, prior to awarding of the Contract. The vendor that is awarded the proposal will be required to obtain a City of Spartanburg Business License. Sealed Proposals shall be submitted to Carl Wright, Procurement and Property Manager, on or before Tuesday, April 26, 2016, no later than 3:00pm City Hall, 145 West Broad Street, at which time they will be publicly opened and read aloud in the Training Room, same location. Proposals can be hand delivered or mailed to the following address:

City of Spartanburg PO Box 5107

145 West Broad Street Spartanburg, S. C. 29304

Attn.: Procurement and Property Division

For further information and complete Proposal Package, please contact the Procurement and Property office at 864-596-2049. Complete proposal package also available at www.cityofspartanburg.org by following the links for Invitations for bids. The following Proposal Number Must be placed on the outer envelope in order for the bid to be stamped in as accepted on time: Proposal No. 1516-04-26-1

CITY OF FLORENCE, SC -- INVITATION TO BID NO. 2015-28

TRAILER MOUNTED EMERGENCY GENERATOR

The City of Florence is accepting sealed bids from qualified vendors to for the purchase and delivery of one (1) Trailer Mounted Emergency Generator. Bid Opening Date/Time: April 22, 2016 at 2:00pm. Location for the Receipt of Bids: The City Center located at 324 Evans Street, Florence, SC 29501 The invitation to bid document can be found on our website www.cityofflorence.com at the purchasing and bids link or by contacting: Lynwood F. Givens by e-mail: [email protected] or by fax at 843-665-3111. Mailing Address: City of Florence, Office of Purchasing and Contracting, 324 W. Evans Street Florence, SC 29501. The City of Florence welcomes and encourages submissions from minority and woman owned businesses. Please indicate that you are a minority or woman owned business with your request for bid documents. This solicitation does not commit the City of Florence to award a contract, to pay any costs incurred in the prepa-ration of an invitation to bid, or to procure or contract for services. The City of Florence reserves the right to reject any and all responses, to cancel this solicitation, and to make an award deemed in its own best interest.

Page 46: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 11 Volume 36, Issue 69

Description: TECHNOLOGY AND INTERACTIVE WHITEBOARD SOLUTIONS PRODUCTS AND SERVICES Solicitation Number: 16-02 Delivery Point: Region 4 ESC Office, 7145 West Tidwell Road, Houston, TX 77092 Submit Offer By: 5/9/2016 2:00pm Purchasing Agency: Region 4 Education Service Center "ESC" Buyer: Jason Wickel, Jason Wickel [email protected] Download Solicitation From: All questions regarding the solicitation must be submitted in writing to Jason

Wickel now later than April 28, 2016 www.esc4.net under solicitations

Description: ITS SERVER ROOM DUCTWORK INSTALLATION AT CITY HALL, ROCK HILL, SC Solicitation Number: PUR730 Delivery Point: Rock Hill, SC Pre-bid Conf.: Mandatory. City Hall, 155 Johnston St., Rock Hill, SC 29730, STE. 180 Submit Offer By: 5/12/2016 2:00pm Purchasing Agency: City of Rock Hill, 757 S. Anderson Rd, Rock Hill, SC 29730 Direct Inquiries To: Tom Stanford, 803-329-7070, [email protected] Download Solicitation From: www.cityofrockhill.com

Description: RELOCATION SERVICES - CHARLESTON Solicitation Number: 5400011335 Submit Offer By: 04/29/2016 2:00pm Purchasing Agency: SC Department of Public Safety 10311 Wilson Boulevard, D-1 Blythewood, SC 29016 Buyer: DELORIS SWEEPER Email: [email protected] Download Solicitation From:

http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400011335 Description: GAC CONTRACT Solicitation Number: 5400011271 Submit Offer By: 04/28/2016 2:30pm Purchasing Agency: SC DHEC 2600 Bull Street Columbia, SC 29201-1708 Buyer: EDWARD WINSLOW Email: [email protected] Download Solicitation From:

http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400011271 Description: GRADUATION AND RING CEREMONY PHOTOGRAPHY SERVICES CONTRACT Solicitation Number: 72752418 Submit Offer By: 5/9/2016 2:00pm Purchasing Agency: Clemson University, Procurement Services, Administrative Services Bldg.,108 Perimeter

Rd., Clemson, SC 29634 Buyer: April Pitts, 864-656-1773, [email protected] Download Solicitation From: Online solicitations only. Solicitations can be viewed at

www.clemson.edu/cfo/procurement/vendors

Page 47: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 12 Volume 36, Issue 69

Description: MOBILITY PROJECT Solicitation Number: RFP16-0181 Delivery Point: Orangeburg, SC Site Visit: Contact Melissa Hampton, 803-535-1632 Submit Offer By: 5/3/2016 12:00pm Purchasing Agency: Orangeburg Consolidated School District Five, 578 Ellis Ave., Orangeburg, SC 29115 Buyer: Taphnie Sanders, Network Administrator, 803-533-7975 or email: [email protected] Direct Inquiries To: Vanester S. Ravenell, Procurement Supervisor- [email protected] - Bid Packets

& responses can be found on district web page - www.ocsd5.net - Office of Finance and Operations - Procurement - Procurement Announcements.

Description: SCDHEC HEALTH ALERT NETWORK (HAN) Solicitation Number: 5400010789 Submit Offer By: 05/12/2016 2:30pm Purchasing Agency: SCDHEC, BBM 301 Gervais Street, Columbia, SC 29201 Buyer: Eric Pinckney Email: [email protected] Download Solicitation From: http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400010789 Description: CONFINED SPACE INSPECTIONS AND REPAIRS Solicitation Number: 5400011176 Submit Offer By: 04/28/2016 2:30pm Purchasing Agency: SCDOT Procurement Office 955 Park Street Room 101 Columbia, SC 29201-3959 Buyer: EMMETT KIRWAN Email: [email protected] Download Solicitation From:

http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400011176 Description: CHARTER BUS SERVICES Solicitation Number: 7878499 Submit Offer By: 4/21/2016 11:00am Purchasing Agency: Clemson University, Procurement Services, Administrative Services Bldg.,108 Perimeter

Rd., Clemson, SC 29634 Buyer: April Pitts, 864-656-1773, [email protected] Download Solicitation From: Online solicitations only. Solicitations can be viewed at

www.clemson.edu/cfo/procurement/vendors

Description: SEEKING PRICING TO PURCHASE ATHLETIC COMMERCIAL WASHER AND DRYER Solicitation Number: Q-CP16-01 Delivery Point: Charleston, SC Submit Offer By: 4/19/2016 10:00am Purchasing Agency: Charleston County School District, 3999 Bridge View Dr., North Charleston, SC 29405 Buyer: Tamika Yeadond, 843-566-7271, [email protected] Download Solicitation From: http://www.ccsdschools.com/0144/SuppliesServicesSolicitations/index.php

Page 48: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 13 Volume 36, Issue 69

Description: CHEMICAL AND SANITATION PROGRAM - CHILD NUTRITION SERVICES Solicitation Number: RFP 2016-7 Delivery Point: Berkeley County, SC Submit Offer By: 5/5/2016 11:00AM Purchasing Agency: Berkeley County School District, Child Nutrition Services, 111 East Main Street, Moncks

Corner, SC 29461 Buyer: Karen Taylor, 843-899-8785, [email protected] Download Solicitation From: www.berkeley.k12.sc.us/departments.cfm?subpage=54016

PINE PULPWOOD / PINE CHIP-N-SAW

Sealed per ton bids will be accepted until 11:00am, April 25, 2016, by Manchester State Forest, for the sale of approximately 1,943.8 tons of pine pulpwood, 2,150.5 tons of pine chip-n-saw, and 2,787.3 tons of pine sawtim-ber on approximately 175 acres. For further information, contact James Douglas, Forest Director, at 803-494-8196. Information also available at www.state.sc.us/forest/bsales.htm.

INTENT TO SOLE SOURCE

MTSI FATS® L7 Firearms Training System & BLUEFIRE ® Weapons Simulators

Tri-County Technical College intends to sole source the procurement of MTSI FATS® L7 Firearms Training Sys-tem & BLUEFIRE ® Weapons Simulators from Meggitt Training Systems, Inc. The following specifications are required:

1. Ability to initiate malfunction in tethered/wireless weapon systems 2. Real-time communication between wireless weapon platforms and control system 3. Ability to view real time point of aim of four or more weapon platforms simultaneously 4. Semi-automatic weapon platforms that lock to the rear when virtual ammunition is expended 5. Weapon platforms capable of recoil via CO2 or compressed air 6. Self-contained, portable training system with optional ceiling mount (new construction) 7. Integrated caster-mounted housing with shock mounting 7. Unit controlled via Wireless touch screen tablet 8. 1080p or higher wide screen projector capability 9. 8 or more weapon ports per control unit 10. 12W x 7H 16:9 screen or greater 11. Video authoring capability 12. Self-contained and powered speakers 13. Professional installation and training for 4 faculty members 14. 4 or more simultaneous marksmanship lane capability 15. Warranty of 1 or more years 16. 2 or more Glock, Model 17 weapon platforms (tethered or wireless) 17. 2 or more chemical spray device simulators 18. 1 or more TASER-X26 device simulators with canting and trigger squeeze monitoring 19. Full range of HD courseware supporting the use of force continuum across contexts (e.g. rural/urban, airport, correc-tional facilities, police patrol, schools, hospitals, etc.).

Tri-County Technical College seeks any vendors who can provide a system which meets or exceeds the refer-enced requirements. Responses will be accepted until 1:00 PM on 4/18/2016. Please submit all inquiries and

responses to Kristal Doherty at [email protected] . Your response must include detailed specifications of your unit to demonstrate that it is equal to or exceeds the specifications of the unit detailed above and should include

the price of the unit and the delivery time after receipt of an order. This notice of intent, any amendments and the award will be posted at the following web address: http://tctc.edu/About_TCTC/PurchasingSolicitation.xml.

Page 49: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Monday, April 11, 2016 14 Volume 36, Issue 69

INSPECTOR GENERAL'S FRAUD HOTLINE

(State Agency fraud only) 1-855-723-7283 / http://oig.sc.gov

VENDORS, DON’T NEGLECT TO CHECK THE STATE’S FIXED PRICE BIDS

If authorized by the original solicitation, the State may use "competitive fixed price bidding" to create procure-

ments with an open response date. These fixed price bids are advertised in SCBO once, but the solicitation may provide for bids to be accepted continuously or periodically during the contract term. The links below take you to a listing of all open solicitations conducted by the central purchasing office using the competitive fixed pricing bid-ding rules.

Fixed Price Bids - Information Technology (Open Response Date) Fixed Price Bids - Supplies & Services (Open Response Date)

COMMENTS?

The Division of Procurement Services encourages you to make your comments via the following methods:

Customer Comment System: http://www.mmo.sc.gov/PS/ccs/MMO-ccs-index.phtm Telephone 803-737-0600

To sign up for an RSS feed for SCBO: http://procurement.sc.gov/PS/general/scbo/scbo-rss.php..

For information about SCBO:

http://procurement.sc.gov/PS/general/scbo/PS-scbo-index.phtm

For links to purchasing website across South Carolina: http://www.mmo.sc.gov/PS/vendor/PS-vendor-other-sol.phtm

For vendor information: http://procurement.sc.gov/PS/vendor/PS-vendor-new.phtm

For vendor registration:

http://procurement.sc.gov/PS/vendor/PS-vendor-registration.phtm

Division of Procurement Services homepage: http://procurement.sc.gov/PS/PS-index.phtm

South Carolina Business Opportunities Scott Hawkins, Editor

1201 Main Street, Suite 600 Columbia, SC 29201

803-737-0686 [email protected]

www.procurement.sc.gov

A Listing Published Daily, of Proposed Procurements in Construction, Information Technology, Supplies & Ser-vices As Well As Other Information of Interest to the Business Community. All Rights Reserved. No Part of This Publication May Be Reproduced, Stored in a Retrieval System or Transmitted in Any Form Or By Any Means, Electronic, Mechanical, Photocopying Or Otherwise, Without Prior Written Permission of the Publisher. Sealed Bids Listed in This Publication Will Be Received at the Time, Place & Date Indicated in the Announcements & Then Be Publicly Opened & Read Aloud. The State/Owner Reserves the Right to Reject Any Or All Bids & to Waive Technicalities. All times posted are local.

Page 50: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Solicitations

Current Solicitations

Interested in Becoming a Vendor?

16-03 - Custodial Services and Other Facilities Management Servicesposted on Thursday, March 31, 2016 due Thursday, April 28, 2016 at 2:00 pm Central Time

Click here to request a copy of this solicitation

Questions & Answers

16-02 - Technology and Interactive Solutions Products and Servicesposted on Thursday, March 31, 2016 due Monday, May 09, 2016 at 2:00 pm Central Time

Click here to request a copy of this solicitation

Questions & Answers

Thank you for your interest in receiving notification of solicitations for Region 4 Education Service

Center on behalf of itself, other government agencies and non-profits, made available through The

Cooperative Purchasing Network "TCPN".

If you would like to receive email notification of solicitations, please fill out the registration form below

and your business will be added to the notification database(s) that match the commodities or services

that you have selected. It is the sole responsibility of each company to maintain and keep their

company's contact information current (e.g. contact name, email address, telephone number, etc.). All

new solicitations will be sent to the e-mail address provided in this registration; therefore, it is

imperative that the supplier maintains updated information.

Page 1 of 2Solicitations

4/11/2016http://tcpn.org/Pages/Solicitations.aspx

Page 51: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

First Name

Last Name

Email

Phone

Company

Website

City

State/Province

Product Type

Assistive TechnologyAthleticAuctioneerBooks/eReaders/Digital Media

Submit Query

Page 2 of 2Solicitations

4/11/2016http://tcpn.org/Pages/Solicitations.aspx

Page 52: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 53: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 54: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 55: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 56: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 57: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 58: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

AWARD AND EVALUATION CRITERIA FROM ORIGINAL SOLICITATION

Page 59: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

to fulfill current and future needs, Region 4 ESC reserves the right to award contract(s) to multiple vendors. The decision to award multiple contracts, award only one contract, or to make no awards rests solely with Region 4 ESC.

XXII. Non-Exclusive: Any contract resulting from this solicitation shall be awarded with the understanding and agreement that it is for to sole convenience and benefit of participating members. Region 4 ESC and participating entities reserve the right to obtain like goods and services from other sources.

AWARD PROCESS

XXIII. Award or Rejection of Proposals: In accordance with applicable laws, rules, and regulations for public purchasing, award(s) will be made to the prospective vendor whose response is determined to be the most advantageous to participating agencies, price and other factors considered. Region 4 ESC reserves the right to use a “Market Basket Survey” method, based on randomly selected criteria to determine the most advantageous response. To qualify for evaluation, a proposal must have been submitted on time, and satisfy all mandatory requirements identified in this solicitation. Proposals that are materially non-responsive will be rejected and the Offeror will be provided notice of such rejection.

XXIV. Evaluation Process: In evaluating the responses the following predetermined criteria is considered: Products/Pricing (40 Points) 1. Scope and breadth of products available 2. All products and services available 3. Pricing for all available products and services 4. Pricing for warranties on all products and services 5. Ability of Customers to verify that they received contract pricing 6. Payment methods 7. Other factors relevant to this section as submitted by the proposer

Performance Capability (25 Points) 1. Ability to deliver products and services nationally 2. Response to emergency orders 3. Average Fill Rate 4. Average on time delivery rate 5. Shipping charges 6. Return and restocking policy and applicable fees 7. History of meeting the shipping and delivery timelines 8. Ability to meet service and warranty needs of members 9. Customer service/problem resolution

10. Invoicing process 11. Contract implementation/Customer transition 12. Financial condition of vendor 13. Website ease of use, availability, and capabilities related to ordering, returns and reporting 14. Offeror’s safety record 15. Instructional materials 16. Other factors relevant to this section as submitted by the proposer

Qualification and Experience (25 Points) 1. Offeror’s reputation in the marketplace 2. Reputation of products and services in the marketplace 3. Past relationship with Region 4 ESC and/or TCPN members 4. Experience and qualification of key employees

Page 13 of 153

Page 60: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

5. Location and number of sales persons who will work on this contract 6. Past experience working with the government sector 7. Exhibited understanding of cooperative purchasing 8. Past litigation, bankruptcy, reorganization, state investigations of entity or current officers and

directors 9. Minimum of 10 customer references relating to the products and services within this RFP 10. Other factors relevant to this section as submitted by the proposer

Value Add (10 Points) 1. Marketing plan and capability 2. Sales force training 3. Other factors relevant to this section as submitted by the proposer

XXV. Competitive Range: It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Responses not in the competitive range are unacceptable and do not receive further award consideration.

XXVI. Evaluation: A committee will review and evaluate all responses and make a recommendation for award of contract(s). The recommendation for contract awards will be based on the predetermined criteria factors outlined in this solicitation, where each factor is assigned a point value based on its importance.

XXVII. Past Performance: An Offeror’s performance and actions under previously awarded contracts are relevant in determining whether or not the Offeror is likely to provide quality goods and services to TCPN members; including the administrative aspects of performance; the Offeror’s history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror’s businesslike concern for the interests of the customer.

OPEN RECORDS POLICY

XXVIII. Proprietary Information: Because contracts are awarded by a governmental entity, all responses submitted are subject to release as public information after contracts are executed. If an Offeror believes that its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, the Offeror must specify which exception(s) are applicable and provide detailed reasons to substantiate the exception(s). Offeror must provide this information on the “Acknowledge and Acceptance to Region 4 ESC’s Open Record Policy” form found at the beginning of this solicitation. Any information that is unmarked will be considered public information and released, if requested under the Public Information Act.

The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information.

After completion of award, these documents will be available for public inspection.

Page 14 of 153

Page 61: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

BID OPENING AND LATE SUBMISSION POLICY FROM SOLICITATION

Page 62: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

D. GENERAL TERMS AND INSTRUCTIONS TO OFFERORS

I. Submission of Response: Unless otherwise specified in the solicitation, all submitted proposals mustcontain two (2) bound and signed original copies of the solicitation, and two (2) electronic copies onflash drives shall be provided. Please see format requirements below. Vendor must also submit two(2) electronic proposals free of propriety information to be posted on Vendor information pageif awarded a contract.

Only sealed responses will be accepted. Faxed or electronically transmitted responses will not be accepted. Sealed responses may be submitted on any or all items, unless stated otherwise. Proposal may be rejected for failure to comply with the requirements set forth in this proposal.

Deviations from any terms, conditions and/or specifications must be conspicuously noted in writing by the Offeror and shall be included with the response. (See Appendix D).

II. Proposal Format: Responses must be provided in a three-ring binder or report cover using 8.5 x 11paper clearly identified with the name of the Offeror’s company and the solicitation name and numberon both the outside front cover and vertical spine. All forms are to be completed electronically.

Include a copy of the entire RFP document that you are responding to, prior to your tabulated response.This means that all pages prior to the Appendices must be included before Tab 1. Tabs should be usedto separate the proposal into sections. The following items identified must be included behind the tabslisted below. Offerors failing to organize in the manner listed may be considered non-responsive andmay not be evaluated.

III. Binder Tabs:Tab 1 – Entire Vendor Contract and Signature Form (pgs. 1-15, Appendix A)

– General Terms and Conditions Acceptance Form (Appendix D)Tab 2 – Questionnaire (Appendix E)Tab 3 – Company Profile (Appendix F, excluding References section)Tab 4 – Product / Services (Appendix B)Tab 5 – References (Appendix F)Tab 6 – Pricing (Appendix C)Tab 7 – Value Add (Appendix G)Tab 8 – Required Documents

– Additional Required Documents (Appendix H)– Acknowledgement & Acceptance of Region 4 ESC Open Records Policy (Page 4).

IV. Mailing of Proposals: All bids and proposals submitted in response to the solicitation must be clearlyidentified as listed below with the solicitation number, title, name and address of the companyresponding. All packages must be clearly identified as listed below, sealed and delivered to the Region4 ESC office no later than the submittal deadline assigned for this solicitation.

From_____________________________________________________Company__________________________________________________Address___________________________________________________City, State, Zip _____________________________________________Solicitation Name and Number ___________Due Date and Time______

V. Time for Receiving Proposals: Proposals received prior to the submittal deadline will be time-stamped upon receipt and kept secure and unopened. At the submittal deadline, Region 4 will beginthe process of opening all bids publicly by collecting all proposals received before the deadline in theroom designated for the bid opening. No proposals received after the submittal time and deadline willbe considered. Late proposals will be returned to sender unopened.

Page 9 of 153

Page 63: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

NOTICE OF INTENT TO AWARD

Page 64: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

Notice of Intent to Award Contract under a National Cooperative Purchasing Agreement -Sample ___________________________ intends to participate in the Region 4 Education Service Center (“Region 4 ESC”) contract for Technology & Interactive Whiteboard Solutions Products and Services, Contract # R160201 to purchase Technology & Interactive Whiteboard Solutions Products and Services through National Intergovernmental Purchasing Alliance (“National IPA”). Information regarding the contract may be found on the National IPA website at: http://www.nationalipa.org/Vendors/Pages/CDWG.aspx#ctl00_PlaceHolderMain_TabbedWebPart_tab1 ___________________________ anticipates joining the National IPA/TCPN contract on ____________________. The Region 4 ESC contract term is August 1, 2016 to July 31, 2019 with two (2) additional annual renewals if mutually agreed by Region 4 ESC and CDW Government LLC. It is the intent of ____________________________ to make a contract award to CDW Government LLC pursuant to the proposal submitted in response to the Region 4 ESC RFP. ____________________________ is permitted to join national cooperative purchasing agreements under the authority of N.J.S.A. 52:34-6.2(b)(3). Comment period ends __________________.

Page 65: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN

Page 66: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus
Page 67: New Jersey LFN 2012-10 Packet for CDW GOVERNMENT LLC … · 2016. 3. 31. · include underground utilities relocation and two-story structure with triple-wide, double-deep apparatus

NEW JERSEY LFN 2012-10 PACKET CHECKLIST

__ Contract Documents Screenshot

__ Page from original solicitation that indicates Lead Agency and issuance of solicitation on behalf of themselves and National IPA and/or TCPN members nationally

__ New Jersey Business Registration Certificate for the contractor and any subcontractors

__ Statement of Corporate Ownership

__ Public Contract EEO Compliance

__ Non-Collusion Affidavit

__ Solicitation Posting Documents

__ Award and evaluation criteria from solicitation

__ Notice of Intent to Award---Sample

__ Disclosure of Investment Activities in Iran

X

X

X

X

X

X

X

X

X

X