Loading...
HomeMy WebLinkAboutBID - 5950 SECURITY TECHNOLOGY BIDCITY OF FORT COLLINS INVITATION TO BID BID #5950 SECURITY TECHNOLOGY Sealed bids will be received and publicly opened at the office of the Director Of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 2:00p.m. (our clock), DECEMBER 16, 2005. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self-stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O’Neill II, CPPO, FNIGP Director of Purchasing and Risk Management BID PROPOSAL BID #5950 – SECURITY TECHNOLOGY BID OPENING: DECEMBER 16, 2005 2:00p.m., (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS: SECURITY TECHNOLOGY The City of Fort Collins is requesting bids for Security Technology using the following Bidding Specifications & Guidelines: Quantity Description 2 ea. NS-ISG-2000 NetScreen-ISG 2000 Chassis, Advanced System, fan module, Dual AC Power Supplies, No I/O Modules, Screen OS, 0 VSYS, Juniper Networks $_______________________Ea. $_____________________Total ________________________Mfr. _____________________Mfr. # ________________________Delivery In Weeks 2 ea. NS-ISG-LX2 NetScreen-ISG I/O Module-Dual Port Mini GBIC-LX (LX Transceivers included). Light Grey Overlay, ISG 1000 & ISG 2000, Juniper Networks $_______________________Ea. $_____________________Total ________________________Mfr. _____________________Mfr. # ________________________Delivery In Weeks 2 ea. NS-ISG-2000-VSYsS-5 0 to 5 NetScreenISG2000 Virtual System Upgrade, Juniper Networks $_______________________Ea. $_____________________Total ________________________Mfr. _____________________Mfr. # ________________________Delivery In Weeks 2 ea. NS-ISG-SEC ISG Security Module for ISG 2000 and ISG 2000, Juniper Networks $_______________________Ea. $_____________________Total ________________________Mfr. _____________________Mfr. # ________________________Delivery In Weeks 2 ea. NS-ISG-2000-IKT IDP Upgrade Kit for ISG 2000. One required per system. Includes 2GB memory, IDP license, anti-static mat, screwdriver, and instructions, Includes 5 device NSM license. Juniper Networks $_______________________Ea. $_____________________Total ________________________Mfr. _____________________Mfr. # ________________________Delivery In Weeks 2 ea. SVC-ND-ISG2000-S Next Day Support for ISG 2000-S (Systems with Security Modules), Juniper Networks $_______________________Ea. $_____________________Total ________________________Mfr. _____________________Mfr. # ________________________Delivery In Weeks 1 ea. SVC-COR_NSM-5 Cor Support for MSM-5, Juniper Networks $_______________________Ea. $_____________________Total ________________________Mfr. _____________________Mfr. # ________________________Delivery In Weeks 32 Hours Security Technology Implementation Juniper ISG Hourly Rate, Juniper Networks $_______________________hourly/rate $_____________________Total Attach resumes of implementation team and availability. Grand total for all items bid - $______________ Items being bid meet the above specifications without exception. Yes____ No ____. If not, please list exceptions, specifying paragraph reference number, on a separate sheet and attach to your bid. Bids will be accepted on only the specified equipment. All bids must include freight F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Lead time for delivery must be indicated for all items. Delivery is preferred in one complete shipment. If you have any questions please contact Opal F. Dick, CPPO, Sr. Buyer, at 970-221-6778 or odick@fcgov.com. Bid # 5950 - SECURITY TECHNOLOGY Vendor Name:______________________________ Address:___________________________________ ___________________________________ Telephone # _____________ FAX #_______________ E-MAIL: ______________________________________ Respondent Name:_____________________________ (Please Print) By:__________________________________________ (Signature) PLEASE GO TO www.fcgov.com/purchasing TO REGISTER IN OUR E- PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIES! BE SURE TO SELECT ALL APPROPRIATE COMMODITY CODES!