Supplementary Literacy Instructional Supports & Progress Monitoring Tool for Spanish Bilingual/Dual Language Programming

Agency: Fort Worth Independent School District
State: Texas
Type of Government: State & Local
Category:
  • U - Education and Training Services
Posted: Mar 25, 2024
Due: Apr 22, 2024
Solicitation No: 24-067
Publication URL: To access bid details, please log in.

Bid Information



Type
Request For Proposal
Status
Issued
Number
24-067 Addendum 1 (Supplementary Literacy Instructional Supports & Progress Monitoring Tool for Spanish Bilingual/Dual Language Programming)
Issue Date & Time
3/22/2024 05:12:43 PM (CT)
Close Date & Time
4/22/2024 02:00:00 PM (CT)
Time Left
27 days 19 hours 30 minutes 49 seconds
Notes
The Fort Worth Independent School District is accepting RFP's (Request for Proposals) for a SUPPLEMENTARY LITERACY INSTRUCTIONAL SUPPORTS & PROGRESS MONITORING TOOL FOR SPANISH BILINGUAL/DUAL LANGUAGE PROGRAMMING GRADES PK-5

The period of performance is from date of award to June 30, 2025 with the option to extend for three (3) renewal years in one (1) year increments. All purchase orders dated and issued will be subject to the terms and conditions of this RFP.

Contact Information
Name
Address

TX USA
Phone
Fax
Email
nellie.lucano@fwisd.org




Bid Documents







Document name Format


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



1 items in 1 pages

Bid Invitation (please login to view this document)

Acrobat / PDF


Bid Attachments







File Name Description File Size


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



1 items in 1 pages

FWISD Special Terms and Conditions.pdf
Special Terms and Conditions 154 KB


Attachment Preview

Fort Worth Independent School District
SPECIAL TERMS AND CONDITIONS
In submitting a bid/proposal, Bidder/Proposer understands and agrees to be bound by the following terms and
conditions which shall be incorporated into any future contracts, agreements, or purchase orders relating to this
bid/proposal between the vendor and the Fort Worth Independent School District. By submitting a bid/proposal,
each Proposer agrees to waive any claim it has or may have against the Fort Worth Independent School District
arising out of or in connection with the administration, evaluation, or recommendation of any bid/proposal;
waiver of any requirements under the bid/proposal documents; acceptance or rejection of any Bids/Proposals; and
award of Contracts, if any.
1. WITHDRAWING BIDS/PROPOSAL
Bids/Proposals deposited with the Fort Worth Independent School District (hereinafter called “FWISD” or
"District") can be withdrawn, upon written request, prior to the time set for opening bids/proposals. A
bid/proposal may not be withdrawn after the bids/proposals have been opened, and the Bidder/Proposer, by
submitting a bid/proposal, warrants and guarantees that the bid/proposal has been carefully reviewed and checked
and that it is in all things true and accurate and free of mistakes.
Bids/Proposals cannot be altered or amended after opening time. Any alterations made before opening time must
be initialed by bidder/proposer or his/her authorized agent.
2. CONSIDERATION OF BIDS/PROPOSALS
Bids/Proposals must be electronically signed by an individual authorized to contractually bind the
company, and submitted in the FWISD electronic procurement system (eBid system -
https://FWISD.ionwave.net) PRIOR TO the bid/proposal due date and time. Late bid/proposals submittals
will not be considered. After bids/proposals are unsealed and publicly read aloud, the bids/proposals will be
tabulated for comparison on the basis of the bid/proposal prices and quantities shown in the bid/proposal.
The Fort Worth Independent School District Board of Trustees reserves the right to reject any or all
bids/proposals, to waive technicalities, and to re-advertise for new bids/proposals, or proceed to do the work
otherwise in the best interests of the District.
Cash discounts with terms less than thirty (30) days will not be considered in the awarding of Bids/Proposals and
will be tabulated as “net.”
The District may elect to issue subsequent bids/proposals and approve additional vendors for the same or similar
items/services during the agreement period, if it is determined to be in the best interest of the District. Subsequent
proposals will have the same proposal number followed by an alpha character i.e. (Bid/Proposal xx-xxx-A).
Vendors that have responded successfully to the original or a subsequent bid/proposal do not have to respond to
other subsequent bids/proposals.
FWISD STANDARD TERMS AND CONDITIONS
Page 1 of 13
Fort Worth Independent School District
3. AWARD CRITERIA
The District reserves the right to award this bid/proposal to a single vendor, multiple vendors, each line item
separately, or in any combination it determines to be in the best interest of the District. If the bidder/proposer
chooses to bid/propose “all or none” or is not agreeable to multiple or split awards, it must be noted as a
Deviation and included with the bid/proposal.
Regardless of the award of Bid/Proposal, the District retains the right to purchase the same or similar goods and
services from other sources should it be determined that doing so would be in the District's best interest.
4. IRREGULAR BIDS/PROPOSALS
Bids/Proposals will be considered irregular if they show any omissions, alterations of form, additions, or
conditions not called for, unauthorized alternate RFSCPs, failure to return all forms and copies, or irregularities of
any kind. However, the District reserves the right to waive any irregularities and to make the award in the best
interests of the District.
5. REJECTION OF BIDS/PROPOSALS
The District reserves the right to reject any or all bids/proposals, and all bids/proposals submitted are subject to
this reservation. Bids/Proposals may be rejected, among other reasons, for any of the following specific reasons:
A. Bid/Proposal received after the time limit for receiving bids as stated in the advertisement.
B. Bid/Proposal containing any irregularities.
C. Unbalanced value of any items.
D. Improper or insufficient bid/proposal guaranty, if required.
E. Where the Bidder/Proposer, any Sub-contractor or Supplier, or the surety on any bond given, or to be
given, is in litigation with the District or where such litigation is contemplated or imminent, in the sole
opinion of the District.
6. DISQUALIFICATION OF BIDDERS/PROPOSERS
Bidders/proposers may be disqualified and their bids/proposals not considered, among other reasons, for any of
the following specific reasons:
A. Reason for believing collusion exists among the Bidders/Proposers.
B. Reasonable grounds for believing that any Bidder/Proposer is interested in more than one bid/proposal for
the work contemplated.
C. Where the Bidder/Proposer, any Sub-contractor or Supplier, or the surety on any bond given, or to be
given, is in litigation with the District or where such litigation is contemplated or imminent, in the sole
opinion of the District.
D. The Bidder/Proposer being in arrears on any existing Contract/Purchase Order or having defaulted on a
previous Purchase Order.
E. Lack of competency as revealed by pertinent factors, including but not necessarily limited to, experience
and equipment, financial statement and questionnaires.
F. Uncompleted work that in the judgment of the District will prevent or hinder the prompt completion of
additional work if awarded.
G. Where the Bidder/Proposer has failed to perform in a satisfactory manner on a previous Purchase
Order/Contract.
7. CONFIDENTIAL OR PROPRIETARY MARKINGS
FWISD STANDARD TERMS AND CONDITIONS
Page 2 of 13
Fort Worth Independent School District
Any portion of the bid/proposal that Bidder/Proposer considers confidential or proprietary information, or to
contain trade secrets of Bidder/Proposer, must be marked accordingly. This marking must be explicit as to the
designated information. This designation may not necessarily guarantee the non-release of the information under
the Public Information Act or as otherwise required by law, but does provide the District with a means to review
the issues thoroughly and, if justified, request an opinion by the Attorney General's office prior to releasing any
information requested under the Public Information Act.
8. NEW MATERIALS
Unless otherwise stated in the specifications, all supplies and components to be provided under this Bid/Proposal
shall be new (not used or reconditioned, and not of such age or so deteriorated as to impair their usefulness or
safety), of current production, and of the most suitable grade for the purpose intended. If at any time during the
performance of this Bid/Proposal the Vendor believes that the furnishing of supplies or components which are not
new is necessary or desirable, it shall notify the District immediately, in writing, including the reasons and
proposing any consideration which will flow to the District if authorization to use such supplies or components is
granted.
9. BRAND NAME OR SUITABLE SUBSTITUTE
This clause is applicable only when a "brand name or suitable substitute" description is included in a solicitation.
As used in this clause, the term "brand name" includes identification or products by make and model.
A. If items for which bids/proposals have been called for have been identified by a "brand name or suitable
substitute" description, such identification is intended to be descriptive, but not restrictive, and is to
indicate the quality and characteristics of products that will be satisfactory. Bids/Proposals offering
"suitable substitute" products will be considered for award if such products are clearly identified in the
bids/proposals and are determined by the District, at is sole discretion, to be equal in all material respects
to the brand name products referenced.
B. Should any product be delivered or service performed which is not as the successful Bidder/Proposer has
purported it to be in its submitting of this Bid/Proposal, said Bidder/Proposer will be required to correct
any deficiencies without additional cost to the District.
10. SAMPLES
Samples and/or product specification documents may be required for items, as specified in the Specific Terms,
Conditions, and Specifications. Product specification documents (as required in the Specific Terms, Conditions,
and Specifications) shall be submitted with the bid/proposal, properly referenced and clearly marked so as to
indicate related bid/proposal item. Samples, when requested on the Specific Terms, Conditions, and
Specifications, must be furnished at no cost to the District and will not be returned. Each sample should be
clearly marked with bidder’s/proposer’s name, bid/proposal number, and item number on the bid/proposal. DO
NOT ENCLOSE IN OR ATTACH BID/PROPOSAL TO SAMPLE. FWISD assumes no responsibility for the
handling of samples in any manner. Improperly identified samples will not be considered.
When samples and/or product specifications are not required to be submitted with the bid/proposal (not stated on
the Specific Terms, Conditions and Specifications) FWISD reserves the right to request samples and/or product
specification documents for any merchandise submitted for bid/proposal before final selections are made.
Samples and/or product specifications requested after bid/proposal opening must be received within five (5)
calendar days after request.
11. INTER-LOCAL AGREEMENT CLAUSE
FWISD STANDARD TERMS AND CONDITIONS
Page 3 of 13
Fort Worth Independent School District
FWISD is a member of various purchasing cooperatives. If these governmental entities decide to participate in
this award it is assumed that you, the Vendor, agree that all terms, conditions, specifications, and pricing would
apply.
Governmental entities utilizing Internal Governmental contracts with FWISD will be eligible, but not obligated,
to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by
governmental entity other than FWISD will be billed directly to that governmental entity and paid by that
governmental entity. FWISD will not be responsible for another governmental entity’s debts. Each governmental
entity will order its own material/service as needed.
12. PURCHASES
All purchase commitments by the District will be made via a properly drawn and issued purchase order.
DO NOT provide goods/services absent a bona-fide, signed purchase order. Deliveries made absent a
bona-fide, signed purchase order will be the responsibility of the vendor.
13. TERMS OF PAYMENT
Terms of payment to the successful Bidder/Proposer will be contingent upon the terms offered based on invoices
submitted to and approved by the District for payment. Invoices shall be fully documented in accordance with the
specifications and contain individual pricing for each item. NO PAYMENTS SHALL BE MADE ON INVOICES NOT
LISTING AN FWISD PURCHASE ORDER NUMBER.
Invoices will be paid upon completion of delivery and acceptance. Invoices must reflect only the amount due for
goods or the portion of the services performed, materials and equipment furnished for the period covered by each
invoice. Invoices shall be priced per unit prices as awarded.
Email your invoice(s) to accountspayables@fwisd.org. Please include the following items on your invoice
document:
Company Name and Name of Contact
Remit Address
Invoice Number
Invoice Date
Purchase Order Number
Ship to Information
Details of items shipped and/or services rendered
Total amount due
It is preferred that you email your invoices; however, if you do not have this capability, you may mail your
invoice to the following address:
Fort Worth Independent School District
ATTN: Accounts Payable
100 N. University Drive, Suite NW 140-E
Fort Worth, Texas 76107
The District shall have the option of using the District’s Purchase Card to make purchases from the Proposer. The
District’s purchase card is similar to a credit card in that there will be a small fee which the Vendor will be
required to pay and the Vendor will receive payment directly from the card issuer rather than the District. Any
and all fees related to this type of payment are the responsibility of the Vendor. In no case will the District allow
increases in prices to offset credit card fees paid by the Vendor or any other charges incurred by the Vendor,
unless specifically stated.
FWISD STANDARD TERMS AND CONDITIONS
Page 4 of 13
Fort Worth Independent School District
14. TAX EXEMPT STATUS
The Fort Worth Independent School District is exempt from Federal Excise Tax. DO NOT INCLUDE TAX IN
BID/PROPOSAL PRICES. Excise Tax Exemption Certificate will be furnished upon request. FWISD Federal
ID Number is 75-6001613.
16. RIGHTS TO INSPECT AND AUDIT
The Vendor (and Vendor’s suppliers, vendors, sub-contractors, insurance agents, and other agents) shall maintain
and the District shall have the right to examine records, documents, books, accounting procedures and practices
and any other supporting evidence deemed necessary by the District to substantiate compliance with the terms of
this agreement. Such right of examination shall include reasonable access to and cooperation by all Vendors
personnel who have worked on or have knowledge related to the performance of this bid/proposal.
Proprietary/Trade Secret information pertaining to this bid/proposal may not be withheld from the District or its
Authorized Representative.
17. VENDOR RESPONSIBILITIES
The Vendor shall be fully responsible for the quality and accuracy of any and all Work performed in conjunction
with this Bid/Proposal. Neither acceptance of such Work by the District, nor payment therefore, shall relieve the
Vendor of this responsibility. If and when applicable, the Vendor shall complete all services in conformity with
professional standards, and shall provide qualified personnel to meet agreed upon schedules.
18. ASSIGNMENT
The successful Bidder/Proposer may not assign its rights and duties under an award without the written consent of
the Fort Worth Independent School District. Such consent shall not relieve the assignor of liability in the event of
default by its assignee.
19. TERMINATION OF WORK FOR DISTRICT CONVENIENCE
Whenever FWISD, in its discretion, deems it to be in the District’s best interests, it may terminate any resulting
award for the District’s convenience. Such termination shall be effective thirty (30) days after FWISD delivers
written notice of such termination for convenience to the Vendor. Upon receipt of such notice from the District,
Vendor shall not thereafter incur, and FWISD shall have no liability for, any costs under this Bid/Proposal that are
not necessary for actual performance of the Bid/Proposal between the date of the notice of termination for
convenience and the effective date of that termination for convenience. In the event of a termination for
convenience hereunder, FWISD shall have no liability to Vendor for lost or anticipated profit resulting there from.
20. COMMITMENT OF CURRENT REVENUE
The FWISD can terminate any resulting award for this Bid/Proposal with thirty (30) calendar days notice, in the
event no funds or insufficient funds are appropriated and budgeted or are otherwise not available in the next fiscal
year for obligations herein provided, however, this provision shall not be construed so as to permit the FWISD to
terminate this Bid/Proposal in order to enter other Contracts or make other arrangements for essentially the same
services made the subject of this Bid/Proposal. Any contract resulting of this solicitation is for current year
revenues only (Local Government Code Section 271.903). Multi-term agreements are subject to review,
ratification, or renewal by the Board of Trustees at the end of each term.
21. NON-APPROPRIATION CLAUSE
If for a fiscal year (July 1 through June 30) of this contract, the Board of Trustees, for any reason, fails to
FWISD STANDARD TERMS AND CONDITIONS
Page 5 of 13
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

...Tanika Chukwumerije FORMAL RFQ PROGRAMMING AND OPTIONAL DESIGN OF THE MAINTENANCE BUILDING AT ...

Port of Houston Authority of Harris County, Texas

Bid Due: 5/08/2024

...comprehensive afterschool programming. Both HCDE and the site matched dollars activate a commitment...

County of Harris - Department of Education

Bid Due: 5/07/2024

...Contractor's work and responsibility shall include all Contractor planning, programming, administration...

DEPT OF DEFENSE

Bid Due: 5/13/2024

...units, modifications to existing DDC controls, and setup, programming, and adjustment of new ...

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 6/17/2024

* 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.