MILK & DAIRY PRODUCTS

Agency: State Government of Louisiana
State: Louisiana
Type of Government: State & Local
Category:
  • 89 - Subsistence (Food)
Posted: Apr 24, 2024
Due: May 1, 2024
Solicitation No: 654321-25-CN-0001
Publication URL: To access bid details, please log in.
bid number description date issued bid open date/time help
654321-25-CN-0001 MILK & DAIRY PRODUCTS
Original: 654321-25-CN-0001
04/16/2024 05/01/2024
10:00:00 AM CT
654321
MILK & DAIRY PRODUCTS
Addendum 1: 654321-25-CN-0001-1
04/24/2024

Attachment Preview

Invitation to Bid no. 25-CN-0001
ORLEANS PARISH SCHOOL BOARD
PROCUREMENT DEPARTMENT
2401 WESTBEND PARKWAY, FIFTH FLOOR
NEW ORLEANS, LA 70114
TELEPHONE (504) 304-3917
PAUL A. LUCIUS, EXECUTIVE DIRECTOR OF PROCUREMENT
INVITATION TO BID NO. 24-CN-0001
MILK & DAIRY PRODUCTS
BID SUBMITTAL DEADLINE:
WEDNESDAY, MAY 1, 2024 AT 10:00 A.M.
NOTE: Bid response to be provided as an electronic submittal.
BIDDER: _____________________________________
SIGNATURE: _________________________________
NAME: _______________________________________
(Print or Type)
ADDRESS: ___________________________________
CITY, STATE, ZIP: ____________________________
PHONE: ______________________________________
FAX NUMBER: ________________________________
E-MAIL:______________________________________
DO NOT DETACH THIS PAGE
1
Invitation to Bid no. 25-CN-0001
ORLEANS PARISH SCHOOL BOARD
PROCUREMENT DEPARTMENT
2401 Westbend Parkway, Fifth Floor, Room 5055
New Orleans, Louisiana 70114
ADVERTISEMENT
INVITATION TO BID NO. 25-CN-0001
MILK & DAIRY PRODUCTS
Electronic Responses to this solicitation relative to the above, will be received via email submission to the
Purchasing Department for the Orleans Parish School Board (“OPSB” or “the District”) at 2401 Westbend
Parkway, Fifth Floor, New Orleans, Louisiana 70114, until 10:00 A.M. (CST) on Wednesday, May 1,
2024.
Specifications and bid documents may be obtained by visiting the NOLA Public Schools website i.e.
www.nolapublicschools.com; or by contacting the Executive Director of Procurement via email at
plucius@nolapublicschools.com;
The Orleans Parish School Board reserves the right to reject any, or all bids, whenever such rejection is
in its best interest in accordance with law. The provisions and requirements of this advertisement shall
not be waived.
ORLEANS PARISH SCHOOL BOARD
BY: Paul A. Lucius
Executive Director of Procurement
FIRST INSERTION DATE:
SECOND INSERTION DATE:
Tuesday, April 16, 2024
Tuesday, April 23, 2024
DO NOT DETACH THIS PAGE
2
Invitation to Bid no. 25-CN-0001
1.0 OVERVIEW
1.1 OVERVIEW: Instructions to Bidders
One signed original bid shall be submitted electronically and clearly marked within the subject area:
INVITATION TO BID NO. 25-CN-0001 | “MILK”
Electronic Responses to this solicitation relative to the above, will be received via email submission to:
procurement@nolapublicschools.com .
Electronic bids shall be received, until 10:00 A.M. (CST) on Wednesday, May 1, 2024, for ITB No. 25-CN-0001,
Bread for the Child Nutrition Program for the 2024-2025 Fiscal Year. Bidders shall be notified electronically for
the results.
The Orleans Parish School Board will not be responsible for the opening of, post-opening of, or failure to open
a Bid not properly addressed or identified.
The Orleans Parish School Board will not assume the responsibility for any delay, as a result of failure of any
entity to deliver Bids on time.
No Bid will be accepted after Wednesday, May 1, 2024, @ 10:00 A.M. under any conditions, unless in the
best interest of OPSB by an addendum notification.
Last Day for Questions
Tuesday
Last Day for Addendum
Friday
BID SUBMISSION DEADLINE no later than 10:00 A.M.
Award Notification (approximate)
April 23, 2023
April 26, 2024
Wednesday, May 1, 2024
May 2024
CODE OF SILENCE:
From the date the ITB is issued; through the time the Agreement is finally awarded by OPSB Elected Officials,
Bidders shall not contact any Representatives of OPSB, nor the District Staff, nor their Advisors or Consultants
with respect to this ITB, or ITB process, other than to submit questions or protest in accordance with the
Instructions to Bidders therein. This prohibition does not apply to questions or comments sent in writing to the
Executive Director of Procurement, or questions made at Pre-bid conferences, in presentations before evaluation
committees, or during contract negotiations. Bidders who violate this Code of Silence may be deemed non-
responsive, and their bid may be rejected for cause.
DO NOT DETACH THIS PAGE
3
Invitation to Bid no. 25-CN-0001
INVITATION TO BID DOCUMENTS: A complete set of Invitation to bid documents shall be used in preparing bids;
neither the Orleans Parish School Board nor its representatives assume any responsibility for errors or misinterpretations
resulting from the use of incomplete sets of Invitation to bid Documents.
The forms furnished as part of the specifications MUST be used for filing of Invitation to Bid and must be signed by the
proposer. No bids will be considered unless made on the forms provided and must not be detached from the bid document
of which it forms a part. Failure to follow these instructions may result in your bid being disqualified.
OBJECTION TO THE AWARD: If any Bidder who submitted a bid has an objection to the award of the contract to the
Selected Proposer, the objecting Bidder shall furnish that protest, in writing, to the Executive Director of Procurement within
ten (10) Business Days of the notification of non-award. The protest shall describe in detail the basis for the protest, and shall
request a determination under this section of the Instructions to Bidders.
If a protest is filed in a timely fashion, the Executive Director of Procurement will review the basis for the protest and
relevant facts under such terms and conditions as considered proper. Upon completion of the review, the Executive Director
of Procurement shall submit applicable findings and recommendations to the Superintendent and/or Chief Financial Officer,
who shall then review the matter under such terms and conditions, as deemed proper. Upon receipt of authority to act from
the Superintendent or OPSB, the Executive Director of Procurement will notify those Bidders involved of its decision. The
decision shall be final and binding on the objectingProposer.
WITHDRAWAL OF BID: Any bid may be withdrawn if clear and convincing sworn, written evidence of obvious
mechanical, clerical or mathematical error is furnished by the proposer to the Executive Director of Procurement within 48
hours of bid receipt.
SUPPLIER PERFORMANCE AND EVALUATION: The proposer, vendor, service provider and/or supplier
performance process will involve evaluating the proposer, vendor, service provider and/or supplier’s overall quality status,
as well as evaluating the quality of each material or service the OPSB wishes to purchase. Prior to the invoice submission,
the proposer, vendor, service provider and/or supplier, shall meet with a purchasing representative to discuss and review
deliverables and timeline events for said services. Contract with automatic renewals will be based upon the OPSB
evaluating and analyzing proposer, vendor, service provider, and/or supplier performance.
DEBARMENT AND SUSPENSION: To ensure that the Orleans Parish School Board does not enter into a contract with
a debarred or suspended company or individual, each responsive proposer must include a certification statement with each
bid. By signing the certification statement, the proposer certifies that neither it nor any of its principals (e.g., key employees)
have been proposed for debarment, debarred or suspended by a Federal Agency. It is the responsibility of each proposer to
sign the attached certification statement and submit it with the bid. Failure to comply with this requirement will cause your
bid to be disqualified and declared non-responsive.
BACKGROUND CHECK: Contractor will not employ any person to provide services who has been convicted, or pled
nolo contendere to, any one of the crimes listed in the Louisiana Child Protection Act. La R.S. 15:587.1 (C). Criminal
History Record must be obtained by contractor for all employees to be hired and shall be retained during the duration of
the employment. Records are to be updated on an annual basis.
PERFORMANCE INVESTIGATIONS: As part of the bid evaluation process, the OPSB may make inquiries and
investigations, including verbal or written references from the firm’s customers, to determine the ability of the firm to
provide service.
EMPLOYMENT: It is understood that all employees will be employees of the successful firm(s), including but not limited
to the successful firm’s subcontractors, partners, etc.
DO NOT DETACH THIS PAGE
4
Invitation to Bid no. 25-CN-0001
NOTICE TO OFFEROR: The OPSB shall consider the intentional employment by the selected firm of unauthorized
aliens in violation of U.S. immigration laws cause for unilateral cancellation of the contract resulting from this ITB.
BID FORMAT: Bids should be prepared simply but completely, providing a straightforward, concise description of
capabilities to satisfy the requirements of the ITB. Please carefully read Sections as outlines within the Table of Contents.
Emphasis should be on completeness and clarity of content.
SELECTION: Selection shall be made of one or multiple firm(s) deemed to be fully qualified and best suited among those
submitting bids on the basis of the evaluation factors contained in this ITB. Fee structure/pricing will be considered, but
will be one among many determining factors. The OPSB may cancel this ITB, reject bids or any portion thereof at any time
prior to an award, and is not required to furnish a statement of the reason why a particular qualification was not deemed to
be the most advantageous. Should the OPSB determine in writing and in its sole discretion the firm(s) that is fully qualified,
or that one firm is clearly more highly qualified than the others under consideration, a contract may be awarded to that firm.
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM:
The Disadvantaged Business Enterprise (DBE) Program is race & gender-neutral, and open to all business
owners regardless of race, ethnicity or gender. DBE firms currently certified with the Louisiana Unified
Certification Program (LAUCP), or the State & Local Disadvantaged Business Enterprise (SLDBE) Program
must submit a copy of their certification letter for eligibility with the offer/response to this solicitation.
When sourcing, Contractors/Consultants will use certified DBE Firms, as a first initial source. If selected,
Contractors/Consultants will be required to report actual Disadvantaged Business Enterprise Sub-Consultant(s)
or Distributor(s) participation and the dollar amount, after award of contract for professional services. If at any
time it’s determined the Contractor/Consultant did not in fact utilize the DBEs submitted in the aforementioned
DBE forms, to the extent initially indicated, the Contractor/Consultant shall be issued a notice of noncompliance,
and will be expected to reach the levels of projected participation, as listed in DBE Provisions.
Contractors/Consultants shall be required to report actual DBE participation and the dollar amount of each
professional hired. A current DBE certification letter must remain valid for the duration of their contracted work.
The Respondent shall submit the following forms located in Appendix below:
DBE PARTICIPATION FOR THIS SOLICITATION HAS BEEN WAIVED.
PURCHASES USING FEDERAL GRANT FUNDS (2 C.F.R. 200).
When OPSB seeks to procure goods and services using funds under a federal grant or contract,
specific federal laws, regulations, and requirements may apply in addition to those under state law.
This includes, but is not limited to, the procurement standards of the Uniform Administrative
Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. 200 (sometimes
referred to as the Uniform Guidanceor new EDGAR). (EDGAR F O R M ATTACHED). All Vendors
awarded a contract under this bid must complete the OPSB EDGAR Contract Addendum before
a purchase order can be entered as proof of their willingness and ability to comply with certain
requirements which may be applicable to specific OPSB purchases using federal grant funds.
This information will be m a d e available to the OPSB for its use while considering their purchasing
options when using federal grant funds.
DO NOT DETACH THIS PAGE
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge

Federal Agency

Bid Due: 3/01/2026

Follow Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge

Federal Agency

Bid Due: 3/01/2026

Follow Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge

Federal Agency

Bid Due: 3/01/2026

Follow Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract

Federal Agency

Bid Due: 3/19/2026

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.