February 7, 2024
INVITATION TO BID
BL031-24
The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers
for the Purchase of Inmate Clothing and Supplies on an Annual Contract with four (4) renewal options for
various Gwinnett County Departments.
Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the
BL# and Company Name. Bids will be received until 2:50 P.M. local time on February 29, 2024 at the
Gwinnett County Purchasing Office, 75 Langley Drive, Lawrenceville, Georgia 30046. Any bid received after
this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent bid
results will be available the following business day on our website at www.gwinnettcounty.com.
Questions regarding bids should be directed to Chelsey Ward, Purchasing Associate II, at
chelsey.ward@gwinnettcounty.com or by calling 770-822-7788 no later than 3:00 P.M. on February 15,
2024. Bids are legal and binding upon the bidder when submitted.
Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs
or activities. Any requests for reasonable accommodations required by individuals to fully participate in any
open meeting, program or activity of Gwinnett County Government should be directed to the ADA Coordinator
at the Gwinnett County Justice and Administration Center, 770-822-8165.
The written bid documents supersede any verbal or written prior communications between the parties.
Award will be made to the suppliers submitting the lowest responsive and responsible bid. Gwinnett County
reserves the right to reject any or all bids to waive technicalities and to make an award deemed in its best
interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate terms,
conditions and pricing with the lowest responsive, responsible vendor(s) at its discretion.
Award notification will be posted after award on the County website, www.gwinnettcounty.com and
companies submitting a bid will be notified via email.
We look forward to your bid and appreciate your interest in Gwinnett County.
Chelsey Ward
Purchasing Associate II
The following pages should be returned in duplicate as your bid: Bid Schedule, Pages 4 - 15
References, Page 16
Code of Ethics Affidavit, Page 17
BL031-24
REQUIREMENTS & SPECIFICATIONS
Page 2
The Gwinnett County Board of Commissioners is soliciting competitive sealed bids for the purchase of inmate
clothing and supplies on an annual contract for the Department of Corrections and the Sheriff’s Department.
A. Delivery:
Inside delivery will be F.O.B. Destination to:
Gwinnett County Department of Corrections
Comprehensive Correctional Complex
750 Hi-Hope Road
Lawrenceville, GA 30043
Gwinnett County Detention Center
2900 Highway 316
Lawrenceville, GA 30046
Exact delivery location(s) will be provided with order. Locations may be added and deleted as
necessary.
B. Equivalent Products:
The use of brand names is not for restrictive purposes or to limit competition but to assist suppliers in determining the
standard of quality Gwinnett County is seeking. Gwinnett County shall be the sole determinant of acceptability of all
approved equivalents.
When bidding an equivalent product, supplier represents:
1.
Equivalent product has been personally investigated and determined to be equal to or superior in all
respects to that specified.
2.
Product identification, including the manufacturer’s name and address should be provided as part of
bid document.
3.
It is the supplier’s responsibility to prove equivalent products equal or exceed the quality level of the
product(s) specified
C. Orders:
Orders will be placed by the departments on an “as needed” basis. Quantities are approximate annual quantities. Unit
price should include all charges for silkscreen and inside delivery FOB destination to specified address. Orders are
to be filled regardless of quantity and/or dollar amount. All orders to be delivered or picked up will require a purchase
order number. Orders provided without a purchase order number are not considered to be authorized purchases and
may be subject to non-payment of invoice. All orders must be accompanied by a packing slip with an identifying
purchase order number. Multiple orders are not to be combined within the same box; unless sorted, bagged and
identified by the purchase order numbers. Orders should be shipped complete unless authorized by ordering
personnel. Orders shipped in error or to the wrong department location will be rejected. In these cases, the vendor is to
arrange for return pick up within five (5) business days of notification by the department.
If all or any part of an order contains backordered items and supplier will not be able to meet the Delivery A.R.O. stated
in the bid, the supplier should document and notify the department liaison of the backorder within five (5) days of
receipt of the purchase order. Gwinnett County will either cancel the order of backordered items or accept the delivery
time provided by the supplier.
If a supplier cannot supply the backordered items in a reasonable amount of time, Section XII Delivery Failures under
General Instructions to Vendors, Terms and Conditions may be invoked. Gwinnett County reserves the right to
purchase uniforms off contract if delivery is not made within the contracted delivery time.
BL031-24
Page 3
D. Samples:
Samples should be provided within seven (7) business days upon request and must be furnished at suppliers’
expense. Each sample is to be labeled with supplier’s name, item number as indicated on the Bid Schedule, and bid
number.
Samples requested, but not supplied, may result in that item being deemed non-responsive.
E. Silkscreen:
Letter color/style: All letters shall be either black or white with block stencil style (unless otherwise specified).
Letter size: 3” high; 1” to 1½” wide.
Placement: Centered, 3” to 4” down from the shirt collar on the back side of the garment.
Gwinnett
Sheriff
Inmate
Worker
Gwinnett
County
Jail
Department of
Corrections
F. References:
A minimum of three (3) references where this similar size and scope of work has been completed should be listed on
the attached reference sheet.
G. Award:
Upsizes will not be taken into consideration in determining the low bidder. Some items may be awarded to the
same supplier/manufacturer for consistency and uniformity.
BL031-24
FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID.
BID SCHEDULE
ITEM
#
EST.
ANNUAL
QTY.
UNIT
SECTION A – INMATE SUPPLIES
DESCRIPTION
1
900
CS Toothpaste fluoride, .85oz, 144/case
Toothpaste, fluoride, pleasant mint taste, animal fat
2
26
CS free, white paste, all plastic tube, 2.75 oz. tubes,
unboxed, 144/case
Toothbrushes, adult, 5 ½ inch, soft nylon bristles,
approx. 30 tuft, polypropylene handle, ivory
3
8
CS polypropylene cap for toothbrush, meets FDA
standards, does not contain any melamine,
individually sealed in clear bags, 144/case
4
1,105
CS
French mill soap for face and body, 3 oz. Bar,
200/case
Correctional shaving razors, Bic Twin Blade,
sensitive skin razor or approved equivalent.
5
93
CS Disposable twin blade, premium stainless steel
blades, molded polystyrene handle and fixed head,
clear removable safety cap, 1,000/case
6
1,800
CS
Shampoo/ Body Wash 4 oz. bottles, Clear, 60/case;
Bob Barker Item MS404 or approved equivalent
Correctional Deodorant/anti-perspirant, roll-on, clear
7
500
CS
in color, alcohol free, clear plastic bottle, contains
86.55% deionized water, 6% mineral oil, 2%
triethanolamine, 2% propyl Glycol, 2 oz., 96/case
Toothbrush, Shorty, 3.25 Inch, Soft Nylon Bristles,
8
1,000
CS
Approx. 30 Tuft, Polypropylene Handle, Individually
Sealed In Clear Bags, 144/case; Charm-Tex
#H/TB20 or approved equivalent
9
80
CS
No shank fingertip toothbrush, 1,000/case; Charm-
Tex #H/NSTB-1002 or approved equivalent
MANUF.
& NO.
DELIVERY
A.R.O.
UNIT
PRICE
$
$
$
$
$
$
$
$
$
Page 4
TOTAL
PRICE
$
$
$
$
$
$
$
$
$
SUPPLIER NAME
BL031-24
ITEM
#
10
EST.
ANN.
QTY
200
11
200
12 1,600
Page 5
FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID.
BID SCHEDULE
UNIT
DESCRIPTION
CS
Tampons, unscented, individually wrapped, regular, 500/case; Charm-
Tex #H/FT500R or approved equivalent
CS
Maxi pads, unscented, individually wrapped, 24 per bag/36 bags per
case, 864 pads/case; Charm-Tex #H/FSNC864 or approved equivalent
CS
Unwrapped Deodorant Bar Soap- .5 Oz, 1000/case; Charm-Tex
#H/S1/2UN or approved equivalent
MANUF. &
NO.
DELIVERY
DAYS
A.R.O.
UNIT
PRICE
$
$
$
TOTAL
PRICE
$
$
$
SECTION A TOTAL
SECTION B – INMATE CLOTHING
Sports bra, white, pullover styles, no hooks, unpadded, nylon and
spandex outside panel with cotton and spandex inside panel, S-XL
2XL
3XL
1
240
DZ 4XL
5XL
6XL
7XL
8XL
Underpants, women’s, white, first quality, 100% cotton, preshrunk for
less than 5% shrinkage, brief style, knitted elastic waistband and leg
bands, Sizes 5-7
2
650
DZ
8-10
11-14
$
$
$
$
$
$
$
$
$
$
$
$
$
SUPPLIER NAME