Loading...
HomeMy WebLinkAboutIFB Mid Size SUV 2025197-02 FINALINVITATION FOR BIDS Notice is hereby given that sealed bids will be received by the Franklin County Controller’s Office, Franklin County Administration Building, 272 North Second Street, Chambersburg, PA 17201 for a Mid-Size SUV for the Franklin County Sheriff’s Office until 4:00 PM prevailing time on Tuesday July 8, 2025. All bids so received will be publicly opened and read on Wednesday July 9, 2025, at 10:00 AM prevailing time at the Franklin County Commissioners’ Office, 272 North Second Street, Chambersburg, PA 17201 Specifications, instruction and bid forms will be furnished by the Franklin County Procurement Office upon request at 272 North Second Street, Chambersburg, PA 17201, or by calling (717) 261-3890. The Franklin County Commissioners reserve the right to reject any or all bids and to waive any or all defects, errors, omissions, irregularities or informalities in any bid. Awards shall be made only to responsible bidders that possess the potential to perform successfully under the terms and conditions of this procurement. Consideration shall be given to such matters as bidder integrity, compliance with public policy, record of past performance and financial and technical resources when determining responsibility. FRANKLIN COUNTY COMMISSIONERS Dean A. Horst, Chairman John T. Flannery Robert G. Ziobrowski LEGAL AD Request for Bid for Mid-Size SUV for the Franklin County Sheriff’s Office Proof of Publication Requested Please Publish – June 16, 2025, and June 19, 2025 INVITATION FOR BID MID-SIZE SUV FOR FRANKLIN COUNTY SHERIFF'S OFFICE COUNTY OF FRANKLIN, PENNSYLVANIA IFB# 2025197-02 County of Franklin, PA 272 North Second Street Chambersburg, PA 17201 INTRODUCTION 1. GENERAL INFORMATION. The County of Franklin, PA (“County”) is requesting bids from qualified vendors to provide a new 2025 or newer mid-size SUV for the Sheriff’s Office. 2. DESCRIPTION OF THE GOVERNMENT. The County of Franklin, PA was incorporated on September 9, 1784. The County is a fourth class county with a population of 155,932 (2022 Census). It operates under a three member elected Board of Commissioners. The County provides service to its citizens such as judicial administration, human services, public safety, public works, economic development and general administration. The Franklin County Sheriff’s Office is responsible for enforcement of laws throughout the county as well as serving warrants and other legal documents, providing court security and transportation of prisoners. 3. TIME REQUIREMENTS Request for Bid Issued June 16, 2025 Questions and Answers Ends June 30, 2025, 4:00 PM Due Date for Bids July 8, 2025, 4:00 PM Bid Opening July 9, 2025, 10:00 AM Delivery on or before September 16, 2025 INSTRUCTIONS TO BIDDERS 1. PREPARATION OF BID 1.1 Bids shall be addressed to and will be received by the Franklin County Controller’s Office, Franklin County Administration Building, 272 North Second Street, Chambersburg, PA 17201 until 4:00 PM prevailing time on Tuesday July 8, 2025. All bids so received will be publicly opened and read at the Franklin County Commissioners on Wednesday July 9, 2025 at 10:00 AM at their offices at 272 North Second Street, Chambersburg, PA 17201. 1.2 Bids shall be enclosed in sealed opaque envelopes. Bids shall be identified by disclosing on the face of the envelope the name of the project, Mid-Size SUV for the Franklin County Sheriff’s Office and the name of the bidder. 1.3 Attention is directed to the Bid Form in the Bidding Documents. Two (2) separate copies of the Bid Form are furnished and this form must be used to submit a bid. Failure to fill out, execute and submit this form as specified is sufficient reason for rejection. 1.4 Bids must be signed by an owner, partner, or in the case of a corporation, by the President or Vice President and attested by the Secretary, with Corporate Officer, a Power-of-Attorney must be attached to the bid. 1.5 All applicable blank spaces in the bid shall be filled in clearly where indicated, either typed or written in ink. Altering and/or changing any part of this bid will be sufficient reason for rejection. 1.6 Where so indicated by the makeup of the Bid Form, sums shall be expressed in both words and figures, and in the case of discrepancy between the two, the written amount shall govern. 1.7 The owner reserves the rights to award the contracts to the other than lowest bidder if, in its opinion, the products included within such bids are not equal to the standard established for such projects in the specifications. 1.8 Each bidder shall be required to execute a Non-collusion Affidavit, and affix it to the Bid Form. No bid shall be considered unless accompanied by such executed affidavits. 1.9 Each bidder shall include a current and completed W-9 with their submission. 2. AWARD AND EXECUTION OF THE CONTRACT 2.1 When the bid has been accepted by the County, notification of such acceptance will be mailed to the successful bidder, at the address designated by the bidder on the BID FORM. 3. WITHDRAWAL OF BIDS 3.1 Bids may not be modified, withdrawn or cancelled by the bidder for thirty (30) days after the time designated for the receipt of bids. 4. RIGHT TO REJECT BIDS 4.1 The County reserves the right in its discretion to reject any or all bids and to waive irregularities or information in any bid and to award contracts on an item by item basis. Awards shall be made only to responsible bidders that possess the potential ability to perform successfully under the terms and conditions of this procurement. Consideration shall be given to such matters as bidder integrity, compliance with public policy, record of past performance, and financial and technical resources when determining responsibility. 5. TIME OF COMPLETION/DELIVERY 5.1 Delivery under this contract shall be fully and finally completed no later than September 16, 2025, except as may be mutually extended by the Owner and Contractor. If delivery does not occur by this deadline, the County reserves the right to cancel the contract. 5.2 Delivery shall be F.O.B. Destination which is County of Franklin Administration Building 272 N Second St. Chambersburg, PA 17201 5.3 The vehicle delivery shall be by appointment only and will be coordinated with the Procurement Department at 717-261-3890. 6. VEHICLE TITLING, REGISTRATION AND STATE INSPECTION 6.1 The vehicle shall have a valid Pennsylvania Inspection sticker and, if required, a valid Pennsylvania emissions inspection sticker upon delivery, as well as any information required to establish vehicle title and registration. 6.2 Title to the vehicle will pass to the purchaser only on inspection and acceptance of the vehicle. All risk and loss remains with the contractor until title of the vehicle passes to the purchaser. 6.3 Municipal Government License Plates are required. 7. EXEMPTION FROM FEDERAL EXCISE AND PENNSYLVANIA SALES TAX 7.1 The County of Franklin, PA is exempt from Federal Excise Taxes and Pennsylvania Sales Taxes as a political subdivision of the Commonwealth of Pennsylvania. Prices as shown in the bid shall exclude such Federal and State Taxes. 8. MANUFACTURER’S PRICE REDUCTION (OCT 2006). If, prior to the delivery of the awarded item(s) by the Contractor, a price reduction is announced by the original equipment manufacturer, a comparative price reduction will be given to the Purchaser by the Contractor. 9. PROTECTION BY VENDOR 9.1 The vendor agrees to indemnify and save harmless the County of Franklin, PA, its representatives, employees and agents, from all claims, demands, actions, suits and liabilities arising from the Vendor’s own fault or negligence or through the negligence or fault of the manufacturer of goods and reasonable attorney fees incurred by the county in response to such claims, demands, actions or liabilities, provided it ultimately determined that such claims result from the vendor’s or manufacturer’s fault or negligence. 9.2 The vendor shall not assign or otherwise transfer any of its responsibilities or obligations under the contract to any other person or entity without prior written consent of the county. 10. QUESTION AND ANSWER PERIOD 10.1 Questions will be accepted until 4:00 PM Monday June 30, 2025 via email at procurement@franklincountypa.gov. Answers will be posted at https://www.franklincountypa.gov/current-solicitation-opportunities/. 11. NONDISCRIMATION CLAUSE 11.1 Franklin County assures that no person shall be excluded from participating in, be denied the benefits of, or be otherwise subjected to discrimination on the grounds of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of the Pennsylvania Hunan Relations Act, which prohibits discrimination on the basis of race, color, religious creed, ancestry, age, sex, national origin, handicap or disability, or in violation of any applicable local, state, or federal laws. With advance notification, accommodations may be provided for those with special needs to language, speech, sight or hearing. If you have a request for a special need, wish to file a complaint, or desire additional information please contact the Risk Department at (717) 261-3819 or riskmgt@franklincountypa.gov. 12. CONTRACT PROVISIONS 12.1 After Franklin County makes its selection, it shall proceed to negotiate a contract based on the bid and scope of work for the project. If the County is unable to negotiate a satisfactory contract with the most highly qualified bidder, the County shall formally end negotiations with that bidder and being to negotiate with the second most highly qualified bidder. Negotiations shall continue in this sequence until a contract is agreed upon. 12.2 The performance of this contract shall be in accordance with all Federal, State and local laws as may be applicable. Any contract between Franklin County and the awarded bidder shall be subject to the rules and regulations of any agencies where funding is being requested. Franklin County reserves the right to reject any and all proposals, and to waive irregularities. Additionally, in the event that Franklin County procures grant funding assistance, the contract shall contain all necessary provisions of that grant award contract. 12.3 The contract between the County and the selected bidder will include the following non- negotiable contact provisions 12.3.1 Indemnification of the County. 12.3.2 Non-Indemnification of the contractor. 12.3.3 Forum Selection (Franklin County, PA Court of Common Pleas). 12.3.4 Choice of law (Commonwealth of Pennsylvania). 12.3.5 Termination for convenience/termination for cause by the County/nonappropriation. 12.3.6 Work-for-Hire Transfer of Copyrights/Intellectual Property. 12.3.7 County ownership of the instruments of service/deliverables. 12.3.8 Prevailing party attorneys’ fees. 12.3.9 Nondiscrimination. 12.3.10 Suspension and debarment. 12.3.11 Release of liability in favor of the County. 12.3.12 Non-release of liability of the contractor. 12.3.13 Insurance Coverage and County status as an additional insured. 12.3.14 Terms of payment and invoicing, including 45-day payment period after acceptance. 12.3.15 Data security, confidentiality, and use of County data and information. 12.3.16 Any and all federal and state provisions required as a result of grant funding. 12.4 The County reserves the right to request additional contract provisions it deems necessary as needed to protect the best interest of the County. BID SPECIFICATIONS Bidders’ Minimum Qualifications It is unlawful for any individual, corporation, partnership, association or other entity foreign or domestic to engage in the business of salesperson, broker, dealer, manufacturer, factory branch, distributor, distributor branch, factory or distributor representative or wholesaler within the Commonwealth of Pennsylvania unless they have secured a license as required by Act No. 84 of 1983, known as the Board of Vehicles Act. Before a contract is awarded to any Contractor, they must hold or secure an appropriate license issued by the State Board of Vehicle Manufacturers, Dealers and Salespersons. Information and/or an application in regard to the license requirement can be obtained from: Department of State Bureau of Professional and Occupational Affairs: State Board of Motor Vehicle Manufacturers, Dealers and Salesmen P. O. Box 2649 Harrisburg, PA 17105-2649 The dealer shall submit proof of such license with the bid. Vehicle Requirements 1. The vehicle must be a new mid-sized SUV such as a Chevy Traverse LT or approved equal. The model year shall be 2025 or newer. New shall mean that the County will be the first user after the vehicle has been manufactured or produced. Re-manufactured vehicles are excluded. 2. The vehicle shall have an internal combustion engine. Electric and hybrid vehicles are excluded. 3. The exterior color shall be gray or other approved neutral color. 4. The interior color shall be black. 5. The seats shall be leather or vinyl. 6. Other required features are: 6.1 All Wheel Drive (AWD) 6.2 2.5L Turbo engine 6.3 4 Doors 6.4 Power Steering and Locks 6.5 Air conditioning 6.6 Arm Rests 6.7 Factory Center Console/Arm Rest 6.8 Rear Cargo Area 6.9 Second Row shall be a bench seat 6.10 120 3 prong Outlet in front passenger area 6.11 Keyless Entry with Remote Start 7. Wheel/Rim size and type shall be original equipment brand and a standard consumer vehicle model, not a police model. Tire inflation monitors shall be supplied as required by Federal Motor Vehicle Safety Standard (FMVSS) 138. 8. The vehicle shall have completed the manufacturer’s recommended pre-delivery service. 9. The vehicle shall be clean, lubricated, serviced, fuel tank filled to the recommended capacity, all adjustments completed, and all mechanical and electrical components fully functional and operational. The vehicle will be “road ready” for immediate use. 10. The vehicle furnished by the Contractor pursuant to the Contract must be manufactured in North America. North America is defined as the United States, Canada, and Mexico. A motor vehicle is manufactured in North America if a substantial majority of the principal components are assembled into the final products in an assembly plant in North America. The Contractor shall be prepared to prove that the motor vehicles that will be, or have been, furnished to the Commonwealth will be or are, in fact, manufactured in North America in accordance with Sections 3731-3736 of the Commonwealth Procurement Code (62 Pa. C.S. Sections 3731-3736), known as the Motor Vehicle Procurement Act. No payment shall be made to the Contractor unless the County is satisfied that the Contractor has complied with these provisions and the Motor Vehicle Procurement Act. Any payments made to the Contractor, which should not have been made, shall be recoverable directly from the Contractor. In addition to the withholding of payments, any person who willfully violates any of the provisions of the Motor Vehicle Procurement Act may be prohibited by any public agency from participation in Contracts awarded by the public agency for a period of five years from the date of determination that a violation has occurred. 11. The vehicle shall include the proper forms to apply for Pennsylvania title and license. The title must be free and clear of any liens and properly executed. 12. The vehicle shall include a copy of all warranty documents. 13. The County will inspect the vehicle prior to acceptance. If the vehicle is found not to meet the terms of the bid submission, it will be the responsibility of the supplier to remove the vehicle within two (2) working days after notification and return the vehicle to the County upon correction of deficiencies. Date in service will be the date the vehicle is accepted by the County, not the date of delivery. 14. The County disclaims any liability for damage to vehicles not unconditionally accepted by the County. 15. The Contractor shall provide recall notification, regardless of level, to the Purchaser through the most expedient method possible. The notice, at a minimum, shall include: 15.1 Complete product description and/or identification 15.2 Contract product delivered date 15.3 Purchase order number 15.4 Reason for recall 15.5 Instructions to acquire service and/or repair of product 16. Mileage shall not exceed 400 miles. Unfitting Requirements This vehicle requires unfitting prior to delivery, acceptance and payment for this vehicle by Franklin County. The below items shall be delivered with the vehicle full installed and in working order as prescribed by the manufacturer. 1. Setina Front partition 10XL Horizontal Sliding/ Scratch Resistant Polycarbonate 2. Setina Rear partition 12VS Polycarbonate 3. Sound Off Public Address 4. Sound Off Handheld remote to control lights, siren and public address 5. Sound Off Slim Windshield visor mounted red/blue/white lights (both driver and passenger sides) 6. Sound Off Hideaway red/blue light in fog light area (tinted) 7. Sound Off Recessed covert front grill lights (tinted) Tricolor 8. Sound Off Slim Rear Window red/blue lights at top of window 9. Side lights red/blue in both passenger windows, left & right for both the 2nd & 3rd row 10. Locking Setina Rear Secure storage container (3rd Drawer) for electronics 11. All wiring, brackets, etc. needed for lights, siren, speaker install. 12. 5% tint on all windows except windshield. 20% tint strip on windshield to cover lights 13. Panasonic Toughbook FZ-55 14" with the following features. a. Intel Core i7-1370 P (up to 5.2 GHz) b. 14” FHD 1000-nit Gloved Multi Touch c. 16GB SDRAM d. 512GB Solid State Hard Drive e. Windows 11 Pro f. 4G EM7595, Wi-Fi 6E, Bluetooth g. Dedicated GPS, Dual Pass (Ch1:GPS/Ch2:WWAN) h. Mic and Infrared 2MP Webcam i. TPM 2.0, AMT j. Emissive Backlit Keyboard k. Standard Battery and AC Power Adaptor l. Protection Plus Warranty (5 year) Alternates The amount for each alternate shall be specified on the bid form. If the County elects to accept one or more alternates, the price for any accepted alternate will be added to that of the base bid. If the bidder does not wish to offer an alternate, they shall write “No bid” on the corresponding line on the bid form. Alternate 1 Provide and install a Compact ABC Fire Extinguisher with Vehicle Mount. Alternate 2 Provide a Modular Trauma Backpack with Bleeding Control Fill Kit, Full Stocked. The model shall be Gear Bacs MB45-SKM or an approved equivalent. INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid and in accordance with the Pennsylvania Antibid-Rigging Act, 73 P.S. 1611 et seq. 2. This Non-Collusion Affidavit must be executed by the member, officer or employer of the Bidder who makes the final decision on prices and the amount quoted in the bid. 3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connection with the submission of bids are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit should examine it very carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the preparation, approval, or submission of the bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an Affidavit must be submitted separately on behalf of each party. 5. The term “Complementary Bid” as used in the Affidavit has the meaning commonly associated with the term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition. 6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the bid. 7. A person’s affidavit stating that the person has been convicted or found liable of any act prohibited by State or Federal law in any jurisdiction involving conspiracy or collusion with respect to bidding in any public contract within the last three (3) years does not prohibit a governmental agency from accepting a bid or awarding a contract to that person, but may be a ground for administration, suspension or debarment in the discretion of a governmental agency under the rules and regulations of that agency, or, in the case of a governmental agency with no administrative suspension or debarment regulations or procedures, may be a ground for consideration on the question whether such agency should decline to award the contract to that person on the basis of a lack of responsibility. NON-COLLUSION AFFIDAVIT Contract/Bid No : 2025197-02 State of: ________________________: : ss County of: ______________________: I state that I am ____________ of __________________________________________________ (Title) (Firm) and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: 1. The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening. 3. No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. 5. ________________________________, its affiliates, subsidiaries, officers, directors, and (Firm) employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal Law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: 6. ___________________________ has or has not been convicted or found liable for any act (circle one) prohibited by State or Federal Law in any jurisdiction involving conspiracy or collusion with respect to bidding on any public contract within the last three (3) years. I state that ____________________________________ understands (Firm) acknowledges that the above responsibilities are material and important, and will be relied on by the Owner in awarding the contract(s) for which this Bid is submitted. I understand and my firm understands that any mis-statement in this affidavit is and shall be treated as fraudulent concealment form the Owner of the true facts relating to the submission of bids for this contract. ______________________________________ Name ______________________________________ Company Position SWORN TO AND SUBSCRIBED BEFORE ME THIS ___________ DAY OF _________, 20 _______. _______________________________________ Notary Public My Commission Expires: BID FORM RFB 2025197-02 MID SIZE SUV FOR THE SHERIFF’S OFFICE To: Franklin County Controller’s Office Franklin County Administration Building 272 North Second Street Chambersburg, PA 17201 The undersigned, having carefully examined the specifications and instructions to bidders, and being familiar with the various requirements concerning the work, agree to furnish all materials and preform all work necessary in strict accordance with the Contract Documents for the consideration in the following amount: Base Bid Make _________________________ Model _________________________ Year _________________________ VIN _________________________ Mileage _________________________ Inspection expiration date _________________________ Price (numbers) _________________________ Price (words) _______________________________________________________________________ Exterior Color ________________________________________________________________________ Interior Color _________________________________________________________________________ See the Bid Specifications Section for a description of each alternate. Alternate 1 ______________________________ Alternate 2 ______________________________ Notice of acceptance, or request for additional information, may be addressed to the undersigned at the address set forth below. The undersigned hereby declares that this bid is made without connection with any other person or persons making a bid for the same work and is without collusion or fraud. Submitted by:________________________________ (Type Name) Signed by: __________________________________ Title: ______________________________________ Business Name: _____________________________ Address: ___________________________________ Phone: ____________________________________ E-Mail: ____________________________________ Date: ______________________________________ BID FORM RFB 2025197-02 MID SIZE SUV FOR THE SHERIFF’S OFFICE To: Franklin County Controller’s Office Franklin County Administration Building 272 North Second Street Chambersburg, PA 17201 The undersigned, having carefully examined the specifications and instructions to bidders, and being familiar with the various requirements concerning the work, agree to furnish all materials and preform all work necessary in strict accordance with the Contract Documents for the consideration in the following amount: Base Bid Make _________________________ Model _________________________ Year _________________________ VIN _________________________ Mileage _________________________ Inspection expiration date _________________________ Price (numbers) _________________________ Price (words) _______________________________________________________________________ Exterior Color ________________________________________________________________________ Interior Color _________________________________________________________________________ See the Bid Specifications Section for a description of each alternate. Alternate 1 ______________________________ Alternate 2 ______________________________ Notice of acceptance, or request for additional information, may be addressed to the undersigned at the address set forth below. The undersigned hereby declares that this bid is made without connection with any other person or persons making a bid for the same work and is without collusion or fraud. Submitted by:________________________________ (Type Name) Signed by: __________________________________ Title: ______________________________________ Business Name: _____________________________ Address: ___________________________________ Phone: ____________________________________ E-Mail: ____________________________________ Date: ______________________________________ Bid Checklist Bid Form – 2 copies _____ Non-Collusion Affidavit _____ Proof of State License _____ Vehicle Specifications _____ Current W-9 _____