Telephone Paging Systems

Agency: State Government of Louisiana
State: Louisiana
Type of Government: State & Local
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
  • D - Automatic Data Processing and Telecommunication Services
Posted: Apr 12, 2024
Due: Apr 18, 2024
Solicitation No: 40010-10605
Publication URL: To access bid details, please log in.
bid number description date issued bid open date/time help
40010-10605 Telephone Paging Systems
Original: 40010-10605
04/12/2024 04/18/2024
2:00:00 PM CT
40010

Attachment Preview

Notice to Vendors
This is Not An Order
LDCC
Monroe, Louisiana
Date and Time by Which Quotation Must be Returned
April 18, 2024 @ 11:00 A.M. CST
DATE
4/12/2024
It is Merely
318/678-6290
TO THE VENDOR:
A Request For Prices
REQUEST FOR QUOTATION
______________________________
Department
To be returned on or before date specified above to:
Louisiana Delta Com m unity College
Purchasing Office
Nam e and Address of Vendor(Firm or Individual)
6220 East Texas Street
Bossier City, LA 71111
DATE DELIVERY REQUIRED:
PLEASE STATE DELIVERY DATE BELOW.
NOTE: WE RESERVE THE RIGHT TO ACCEPT OR REJECT
ANY OR ALL BIDS, AND WAIVE INFORMALITIES.
Bid Number: 40010-10605
Vendor Federal I.D. #________________________________
PURCHASE REQUISITION NOS.
P.O.NO._____
ITEM
QUANTITY
UNIT of
COMMODITY
UNIT
NO.
MEASURE
PRICE
PLEASE SUBM IT YOUR BID AS PER THE ATTACHED
For Request for Quotations $30,000 or less you may email your quote
to gdoucet@bpcc.edu or you can MAIL or DELIVER your
quote to: Bossier Parish Community College, 6220 East Texas Street,
Bossier City, LA 71111. Bids over $30,000 m ust be submitted
in a sealed envelope w ith the bid number and the date due conspicuously
posted on the front of the envelope.
AMOUNT
THIS COVER SHEET M UST BE RETURNED WITH FIRM NAM E,
SIGNATURE, TITLE, AND DATE SUBM ITTED IN ORDER
TO BE CONSIDERED
LDCC IS AN EQUAL OPPORTUNITY COLLEGE
FOR QUESTIONS REGARDING THIS BID
CONTACT LDCC PURCHASING AT 318-678-6290
PLEASE RETURN ON (1) SET OF SPECIFICATIONS.
BIDS OR QUOTATIONS MAY BE CONSIDERED FOR ALL
OR PART OF TOTAL QUANTITIES.
PRICES QUOTED MUST BE FIRM AND FREE OF ANY
ESCALATOR CLAUSE
NOTICE: We have no facilities for furnishing abstracts of bids; a complete record of all bids is kept on file in this office TOTAL
subject to the inspections of any citizen. Every courtesy w ill be afforded any citizen w ho is interested in investigating
for any purpose the record of State Purchases.
THE VENDOR:
Your Terms Are:
THIS QUOTATION IS SUBMITTED BY
Furnish Delivery on Above as
Name of Vendor _____________________________________
Follow s:
Signature______________________________________
Telephone #____________________________________
Title___________________________________________
DATE SUBMITTED____________________________________
INSTRUCTIONS TO BIDDERS
1.
Bid Forms
All written bids, unless otherwise provided for, must be submitted on, and in accordance with, forms provided,
properly signed. Bids submitted in the following manner will not be accepted.
1.
Bid containing no signature indicating intent to be bound;
2.
Bid filled out in pencil; and
3.
Bid not submitted on the state’s standard forms.
Bids must be received at the address specified in the Invitation for Bids prior to bid opening time in order to be
considered. Any bid received after bid opening time will be retained in bid file unopened. Telegraphic and fax
alterations to bids received before bid opening time will be considered provided formal bid and written alteration
have been received and time-stamped before bid opening time.
2.
Special Envelope
Ensure consideration, all bids should be submitted in the special bid envelope if furnished for that purpose. In
the event bid contains bulky subject material, the special bid envelope should be firmly affixed to the mailing
envelope.
3.
Prices
The bidder must state the prices (written in ink, in figures) for which he proposes to furnish each item and shall
show the total extended amount for each based on the quantities shown. In case, however, of conflict between
the unit price and the extended amount, the unit price shall govern. Unit prices should be inclusive of any freight
charges.
4.
F.O.B.
Bid should be FOB Destination/Agency, title passing upon acceptance of merchandise. Failure to comply with
this requirement may disqualify your bid.
5.
Standard of Quality
Any product or service bid shall conform to all applicable Federal and State laws and regulations and the
specifications contained in the IFB. Unless otherwise specified in the IFB, any manufacturer’s name, trade
name, brand name, or catalog number used in specifications is for the purpose of describing the quality level and
characteristic required. Bidder must specify the brand and model number of the product offered in this bid. Bids
not specifying brand and model number shall be considered as offering the exact products specified in the IFB.
All products must be ADA compliant.
6.
Descriptive Information
Bidders proposing an equivalent brand or model should submit with the bid information (such as illustrations,
descriptive literature, technical data) sufficient for LDCC Purchasing to evaluate quality, suitability, and
compliance with the specifications in the IFB. Failure to submit descriptive information may cause bid to be
rejected. Any change made to a manufacturer’s published specifications submitted for a product shall be
verifiable by the manufacturer. If item(s) bid do not fully comply with specifications (including brand and/or
product number), bidder must state in what respect the item(s) deviate. Failure to note exceptions on the bid
form will not relieve the successful bidder(s) from supplying the actual products requested.
Manufacturer’s Numbers and Trade Names
Where manufacturer’s product is named or specified, it is understood that “or equal” shall apply, whether stated
or not. Such name and number is meant to establish the standard, type, quality, style, etc. LDCC shall be the
sole judge as to whether or not the equipment/supply offered is equal to that specified.
7.
Bid Opening
Bidders may attend the bid opening, but no information or opinions concerning the ultimate contract award will
be given at the bid opening or during the evaluation process. Bids may be examined 72 hours after request is
made. Information pertaining to completed files may be secured by appointment only to the Purchasing Dept. at
LDCC. Written bid tabulations will not be furnished. Copies will not be furnished.
8.
Award
Award will be made to the lowest responsible bidder, taking into consideration the quality of the products to be
supplied, their conformity with specifications, the purposes for which they are required, and the time for delivery.
Louisiana Delta Community College reserves the right to award items separately, grouped or on an all-or-none
basis and to reject any or all bids and to waive any informalities.
9.
Purchase Order
If any bid or bids are accepted, an initial purchase order or orders for the entire number of units or part thereof,
will be issued not later than thirty (30) days after receipt of bids by the Owner to the lowest bidder offering
products which, in the opinion of the College, meet the requirements of these specifications. LDCC reserves the
right to cancel any order resulting from this solicitation with 30 days written notice.
10. Conditions of Purchase Orders
We will not in any manner be responsible for goods delivered or work done for our account without a written
order. No allowance for boxing or crating. If you cannot fill order as directed, return for advice. Quantities in
excess of the order may be returned or held subject to shipper’s order, expense and risk. By accepting the order
you hereby warrant that the merchandise to be furnished hereunder will be in full conformity with the
specifications, drawing or sample and agree that this warrant shall survive acceptance of the merchandise and
that you will bear the cost of inspecting merchandise rejected.
11.
Inspection and Acceptance
Upon delivery of each item to the Agency, inspection of the item will be made by Louisiana Delta Community
College, or their representative, at the point of delivery, or in special cases, at point of origin. Acceptance of the
item will be made after inspection determines that all requirements of the specifications and the proposal have
been met.
12. Reject
All rejected goods will be at seller’s risk and expense, subject to seller’s prompt advice as to disposition.
Unless otherwise arranged all rejected goods will be returned and charged back including all transportation and
handling costs. All packages must reflect the LDCC purchase order number or it will be refused and returned at
vendor’s expense.
13. Payment Terms
Cash discounts for less than 30 days or less than 1% or greater than 5% will be accepted, but will not be
considered in determining awards. On indefinite quantity terms contracts, cash discounts will be accepted and
taken but will not be considered in determining awards. Bids containing “payment in advance” or “COD”
requirements may be rejected. Payment is to be made within 30 days after receipt of properly executed invoice
or delivery, whichever is later. Invoices shall be submitted to: Louisiana Delta Community College, Accounts
Payable, 7500 Millhaven Road, Monroe, LA 71203, attn: Sandra Bennett. We must pay from ORIGINAL,
ITEMIZED invoices as required by the State Legislative Auditor.
14. U.S. Taxpayer Identification Number
Enter your taxpayer identification number in the appropriate space on the Specifications and Bid Form Page. For
individuals and sole proprietors, this is your social security number. For other entities, it is your employer
identification number. PAYMENT CANNOT BE PROCESSED WITHOUT YOUR TAX I.D. NUMBER.
15. Taxes
The State is exempt from sales/use tax. Vendor is responsible for including all applicable taxes in the bid price.
16. New Products
Unless specifically called for in the IFB, all products for purchase must be new, never previously used, and the
current model and/or packaging. No remanufactured, demonstrator, used or irregular product will be considered
for purchase unless otherwise specified in the IFB. The manufacturer’s standard warranty will apply unless
otherwise specified in the IFB.
17. Contract Renewals
Upon Agreement of Louisiana Delta Community College Purchasing and the contractor, an open-ended
requirements contract may be extended for 2 additional 12-month periods at the same prices, terms and
conditions. In such cases, the total contract term cannot exceed 36 months.
18. Contract Cancellation
Louisiana Delta Community College has the right to cancel any contract, in accordance with purchasing rules
and regulations, for cause, including but not limited to , the following: (1) failure to deliver with the time
specified in the contract; (2) failure of the product or service to meet specifications, conform to sample quality or
to be delivered in good conditions; (3) misrepresentation by the contractor;, (4) fraud, collusion, conspiracy or
other unlawful means of obtaining any contract with Louisiana Delta Community College; (5) conflict of
contract provisions with constitutional or statutory provisions of state or federal law; (6) any other breach of
contract.
19. Default of Contractor
Failure to deliver within the time specified in the bid will constitute a default and may cause cancellation of the
contract. Where the Louisiana Delta Community College Purchasing has determined the contractor to be in
default, LDCC Purchasing reserves the right to purchase any or all products or services covered by the contract
on the open market and to charge the contractor with cost in excess of the contract price. Until such assessed
charges have been paid, no subsequent bid from the defaulting contractor will be considered.
20. Davis Bacon Act
The Davis-Bacon Act, United States Code, Title 40, Chapter 3, Section 276(a) requires all laborers and
mechanics employed by contractors and subcontractors who work on construction projects financed by federal
assistance to be paid wages not less than those established by the Secretary of Labor for the locality of the project
when required by federal grant program legislation.
21. Order of Priority
In the event there is a conflict between the Instructions to Bidders or General Conditions and the Special
Conditions, the Special Conditions shall govern.
22. Applicable Law
All contracts shall be construed in accordance with and governed by the laws of the State of Louisiana.
23. EEOC COMPLIANCE
By submitting and signing this bid, bidder certifies that he agrees to adhere to the mandates indicated by Title VI
and VII of the Civil Rights Act of 1964, as amended; The Vietnam Era Veteran’s Readjustment Assistance Act
of 1974; Section 503 of the Rehabilitation Act of 1973; Section 202 of Executive Order 11246, as amended; and
The Americans with Disabilities Act of 1990, Title IX of the Education amendments of 1972, The Age Acts of
1975, and bidder agrees to abide by the requirements of the American of Disabilities Act of 1990. Bidder agrees
not to discriminate in its employment practices, and will render services under any contract entered into as a
result of this solicitation without regard to race, color, religion, national origin, veteran status, political
affiliation, or disabilities, any act of discrimination committed by bidder, or failure to comply with these statutory
obligations when applicable, shall be grounds for termination of any contract entered into as a result of this
solicitation.
24. Special Accommodation
Any “Qualified Individual with a Disability” as defined by the American with Disabilities Act who has submitted
a bid and desires to attend the bid opening, must notify this office in writing not later than 7 days prior to the bid
opening date of their need for special accommodations. If the request cannot be reasonable provided, the
individual will be informed prior to the bid opening.
25. Indemnity
Contractor agrees, upon receipt of written notice of a claim or action, to defend the claim or action, or take other
appropriate measure, to indemnify, and hold harmless, the state, its officers, its agents and its employees from
and against all claims and actions for bodily injury, death or property damages caused by the fault of the
contractor, its officers, its agents, or its employees. Contractor is obligated to indemnify only to the extent of the
fault of the contractor, its officers, its agents, or its employees, however, the contractor shall have no obligation
as set forth above with respect to any claim or action from bodily injury, death or property damages arising out of
the fault of the state, its officers, its agents or its employees. Contractor agrees to investigate, handle, respond to,
provide defense for and defend any such claims, demand, or suit at its sole expense and agrees to bear all other
costs and expenses related thereto, even if it (claims, etc.) is groundless, false or fraudulent. The State of
Louisiana may, but is not required to, consult with the Contractor in the defense of claims, but this shall not
affect the Contractor’s responsibility for the handling of and expenses for all claims.
26. In accordance with the provisions of R.S. 39:2182, in awarding contracts after August 15, 2010, any public
entity is authorized to reject a proposal or bid form, or not award the contract to, a business in which any
individual with an ownership interest of five percent or more, has been convicted of, or has entered a plea of
guilty or nolo contendere to any state felony or equivalent federal felony crime committed in the solicitation or
execution of a contract or bid awarded under the laws governing public contracts under the provisions of Chapter
10 of Title 38 of the Louisiana Revised Statues of 1950, Professional, Personal, Consulting, and Social Services
Procurement under the Provisions of Chapter 16 of Title 39, or the Louisiana Procurement Code under the
provisions of Chapter 17 of Title 39.
Federal Clauses, If Applicable
27. ANTI-KICKBACK CLAUSE
The Contractor hereby agrees to adhere to the mandate dictated by the Copeland “Anti-Kickback” Act which provides that
each Contractor or subgrantee shall be prohibited from inducing, by any means, any person employed in the completion of
work, to give up any part of the compensation to which he is otherwise entitled.
28. CLEAN AIR ACT
The Contractor hereby agrees to adhere to the provisions which require compliance with all applicable standards, orders or
requirements issued under Section 306 of the Clean Air Act which prohibits the use under non-exempt Federal contracts,
grants, or loans of facilities included on the EPA list of Violating Facilities.
29. ENERGY POLICY AND CONSERVATION ACT
The Contractor hereby recognizes the mandatory standards and policies relating to energy efficiency which are contained in
the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (P.L. 94-163).
30. CLEAN WATER ACT
The Contractor hereby agrees to adhere to the provisions which require compliance with all applicable standards, orders, or
requirements issued under Section 508 of the Clean Water Act which prohibits the use under non-exempt Federal contracts,
grants or loans of facilities included on the EPA List of Violating Facilities.
31. ANTI-LOBBYING AND DEBARMENT ACT
The Contractor will be expected to comply with Federal statues required in the Anti-Lobbying Act and the Debarment Act.
32. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708)
Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of
mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by
Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to
compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the
standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the
basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are
applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under
working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of
supplies or materials or transmission of intelligence.
33. Certification of No Suspension of Debarment
By signing and submitting any proposal for $25,000 or more, the bidder certifies that their company, any subcontractors, or
principals are not suspended or debarred by the General Services Administration (GSA) in accordance with the requirement
in “Audit Requirements in Subpart F of the Office of Management and Budget’s Uniform Administrative Requirements, Cost
Principles and Audit Requirements for Federal Awards” (Formerly OMB Circular A-133).
A list of parties who have been suspended or debarred can be viewed via the internet at https://www.sam.gov
34. Mandatory Disclosure
Under the Uniform Guidance (200.113, shown below) Louisiana Delta Community College is obligated to disclose to the
Federal awarding agency (or a pass-through if we are a sub-recipient), any violations of Federal criminal law involving fraud,
bribery or gratuity violations potentially affecting the Federal Award.
200.113 Mandatory Disclosures
The non-Federal entity or applicant for a Federal award must disclose, in a timely manner, in writing to the Federal awarding
agency or pass-through entity all violations of Federal criminal law involving fraud, bribery, or gratuity violations potentially
affecting the Federal award. Failure to make required disclosures can result in any of the remedies described in §200.338
Remedies for noncompliance, including suspension or debarment. (See also 2 CFR part 180 and 32 U.S.C. 3321).
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

bid number description date issued bid open date/time help 3000022280 Lead & Copper

State Government of Louisiana

Bid Due: 12/28/2024

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 Maintenance Dredging,

Federal Agency

Bid Due: 2/02/2026

Follow Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging,

Federal Agency

Bid Due: 2/02/2026

* 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.