Loading...
HomeMy WebLinkAboutBID - P889 PFA THERMAL IMAGERSAdministrative Services Purchasing Division REQUEST FOR PROPOSAL Proposal Number P-889 PFA THERMAL IMAGERS The City of Fort Collins is requesting proposals for outfitting up to ten (10) Poudre Fire Authority vehicles with either ISG Thermal Systems USA K90 Talisman or Scott Eagle Imager II Thermal Imagers. Written proposals, five (5) will be received at the City of Fort Collins Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals will be received before 2:00 p.m. (our clock), May 9, 2003, identified as Proposal No. P-889. If delivered, they are to be sent to 215 North Mason Street, 2"d Floor, Fort Collins, Colorado 80524, If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Questions regarding proposals submittal or process should be directed to Ed Bonnette, C.P.M., CPIM, Buyer, 970-416-2247. E-mail address: ebonnette@fcgov.com. A copy of the Proposal may be obtained as follows: 1. Call the Purchasing Fax -line, 970-416-2033 and follow the verbal instruction to request document #30889. 2. Download the Proposal/Bid from the Purchasing Webpage, www.fcgov.com/purchasing. 3. Come by Purchasing at 215 North Mason St., 2"d floor, Fort Collins, and request a copy of the Bid. 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. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sincerely, 16 Dfi L J me B. O'Neill II, CPPO, FNIGP D e or of Purchasing & Risk Management PSA 05101 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 Proposal No. P-889 PFA Thermal Imagers Section 1.0: Proposal Requirements 1.1 General Description The City of Fort Collins is requesting proposals for outfitting up to ten (10) Poudre Fire Authority vehicles with either ISG Thermal Systems USA K90 Talisman or Scott Eagle Imager II Thermal Imagers. Recognizing that this is a substantial financial commitment, this solicitation is being issued in the form of a Request for Proposal in order to encourage suppliers to be creative in putting together a package deal that represents the "best overall value" in terms of options, accessories, extended warranties and other enticements that are offered as part of the proposal package. 1.2 Proposal Submittal The City of Fort Collins shall not reimburse any firm for costs incurred in the preparation and presentation of their proposal. Firms submitting proposals shall submit five (5) copies of the proposal with the following information: a. Company history and experience in supplying Thermal Imaging equipment to firefighting organizations. b. The name and resume of the company's representative(s) — both primary and backup — who would be responsible for training, installation (as needed), and service with Poudre Fire Authority personnel. C. References from five or more organizations whom have used your company for similar products and services within the last two years. d. A written description of the proposed products and services as required below. e. Pricing, as requested. The proposal must be signed by a duly authorized representative of the firm submitting the proposal. The signature shall include the title of the individual signing the proposal. Section 2.0: Background Poudre Fire Authority provides fire protection and emergency services to the City of Fort Collins and the Poudre Valley Fire Protection District. It serves approximately 160,000 citizens in a 235 square mile area. The majority of this population is within the approximately 120 square miles of the City of Fort Collins and adjacent suburban areas in the Fire District. PFA has conducted testing of various makes and models of Thermal Imagers; as a result of that testing, they have concluded that the ISG Thermal Systems USA K90 Talisman or the Scott Eagle Imager II are the systems that are the best suited for their firefighting requirements. Rather than conduct a straight bidding process, PFA has elected to conduct a Request for Proposal process that will give the latitude to assess the "best overall value" of supplier proposals; allowing the suppliers PSA 05/01 2 some leeway in proposing a mix of equipment, options, accessories, training, extended warranties, etc. that they believe will offer PFA superior value. Section 3.0: Scope of Work and Pricing Poudre Fire Authority has a Project Budget for outfitting up to ten (10) vehicles with either ISG Thermal Systems USA K90 Talisman or Scott Eagle Imager II Thermal Imagers. The objective is to determine: 1) A favorable cost from each supplier for the units themselves. 2) The optimal mix of "other incentives" the supplier can offer as part of their Proposal Package. The objective is to see which supplier can provide PFA with the most perceived value within their Project Budget; recognizing that different suppliers may have different incentives they can include at "no extra charge". Examples are: a) Extra batteries b) Onscreen temperature display c) Truck mount charging systems d) Storage brackets e) Installation f) Extended warranty g) Color differentiation for different temperature levels 3) Any options proposed that bear an additional charge must be clearly indicated. Please indicate the List Price of any items that are included at "no extra charge", so that we may ascertain the dollar value of any incentives offered. 4) All items are to be priced F.O.B. Destination, freight prepaid. 5) Please include specifications for all items included in your proposal. 6) Please include Lead Time for all items included in your proposal. 7) PFA reserves the right to award fewer than or more than ten (10) units; the objective is to obtain the most value within the given Project Budget. 8) Please include the Percentage off List Price that you are bidding. Poudre Fire Authority will reserve the right to purchase additional units in the future at the same Percentage off List Price, from the selected Vendor. PSA 05/01 3 Section 4.0: Evaluation and Assessment of Proposal An evaluation committee shall rank the interested firms based on their written proposals using the ranking system set forth below. Firms shall be evaluated on the following criteria. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 an average rating, and 5 an outstanding rating. Recommended weighing factors for the criteria are listed adjacent to the qualification. Weighting Qualification Standard Factor 3.0 Scope of Proposal & Does the proposal show an understanding of the Firm Capability project objective, methodology to be used, and results that are desired from the project? Is the firm proposing the required Scott or ISG product? Does the firm have experience with outfitting similar equipment for other firefighting organizations? 2.0 Availability/Lead Time Will the firm provide product within an acceptable Lead Time? 5.0 Cost & Value Added Does the proposed cost for the units (and related equipment, training, and other incentives offered as part of the package) compare favorably with the Project Manager's estimate? Does the firm provide value beyond that which would be obtained via a standard bid process? Section 5.0: Proposal Acceptance All proposals shall remain subject to initial acceptance 90 days after the day of submittal. PSA 05/01 4