THIS IS NOT AN ORDER *VENDOR ORIGINAL

*ONE VENDOR ORIGINAL & ONE VENDOR COPY TO BE *VENDOR COPY

INVITATION

FOR BID

(IFB) / FORMAL SEALED BID (X) REQUEST FOR QUOTE ( )
BIDS SHOULD BE MAILED TO: Purchasing Department
Beaufort County
Phone: (843) 255-2350 P.O. Drawer 1228
Beaufort, SC 29901-1228
HAND DELIVERED AND/OR Purchasing Department
EXPRESS MAIL BIDS TO: Beaufort Industrial Village
102 Industrial Village Rd.., Bldg. 3
(FAX BID NOT ACCEPTED) Beaufort, SC 29906-4291

*BIDS WILL BE RECEIVED UNTIL 3:00 P.M. ON:

January 27, 2012
LOCAL TIME-THEN PUBLICLY OPENED IF SEALED BID / Bid No. (No., Date, Time of Opening and State License Numbers to be shown on Envelope)
IFB # 1071/120122
BID TITLE: IFB for One (1) EMS Ambulance 2012 and One (1) 2011 Type I Vehicle for Beaufort County
PREBID CONFERENCE: A Non-Mandatory Pre-Bid Conference will be held in the BIV#2 Conference Room on Wednesday, January 18, 2012 at 2:00 pm. The conference room is located in building #2, Beaufort Industrial Village, 102 Industrial Village Road, Beaufort, SC 29906
David L. Thomas, CPPO
Purchasing Director / Mailing Date / FAX or E-MAIL QUESTIONS TO:
Dave Thomas – (843) 255-9437

Richard Hineline – (843) 255-9437

At least calendar 10 days before bid opening. E-mail questions are preferred.
VENDOR NAME / REASON FOR NO BID
VENDOR MAILING ADDRESS / Amend Number(s) Received:
CITY-STATE-ZIP-CODE / S.C. TAX NO.
Telephone Number ( ) / FEDERAL I.D. OR SOCIAL SECURITY NO.
Toll-Free Number ( )
Fax Number ( )
I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm or any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. / AUTHORIZED SIGNATURE (MANUAL)
AUTHORIZED SIGNATURE (TYPE/TITLE
Bid Security is attached (if required) in the amount of:
5% of Bid if over $30,000.00.

Dates Advertised: SUBMITTED BY EACH BIDDER Page 1 of 65 Pages

IF A SUMMARY OF BIDS IS DESIRED, ENCLOSE A SELF-ADDRESSED STAMPED

BID ACCEPTANCE AND DELIVERY (Prices bid must be firm for a minimum of 90 days). In compliance with the Invitation, and subject to all conditions thereof, the above signed offers and agrees, if this bid is accepted within ____ days from date of opening, to furnish any or all items quoted on at prices as set forth after the item and to make delivery within ___ days after receipt of order with transportation cost included and prepaid. Unless otherwise stated and accepted herein, I agree to complete this proposed contract in less than sixty (60) days after issue date of purchase order. The Beaufort County School District or any other Beaufort County Department at their option, shall be eligible for use of any contract awarded pursuant to this solicitation.

I M P O R T A N T

IF YOU CONSIDER THESE SPECIFICATIONS AS RESTRICTIVE,

SEE GENERAL PROVISIONS, PARAGRAPH #20, DISCREPANCIES.

* Bids received after the time specified for opening cannot be considered and will be returned to the bidder unopened.

BID SCHEDULE

PRICES INDICATED HEREIN REFLECT STRICT COMPLIANCE WITH TERMS, CONDITIONS, PROVISIONS AND SPECIFICATIONS OF THIS INVITATION FOR BID, OR WITH EXCEPTION DETAILED IN AN ENCLOSURE APPENDED HERETO.

QTY. / U/M / COMMODITY OR SERVICES / UNIT
PRICE / TOTAL
PRICE
1
1
1
1
1
1 /
EA
EA
EA
EA
EA
EA / 2012 Type I Ford F450 Ambulance
2012 Model SC Sales Tax
2011 Type I Ford F450 Ambulance
2011 Model SC Sales Tax
Grand Total Price for 2012 Type I Ford
Grand Total Price for 2011 Type I Ford / $______
$______
$______
$______ / $ .
$______
$______
$______
$______
$______

Note: The County’s intent is to select (1) ambulance based on the lowest responsive and responsible offer in accordance with the specifications. If funds are available, the County reserves the right to purchase (2) ambulances. This may be (1) 2011 model or (1) 2012 model, or (2) 2011 models, or (2) 2012 models. If the ambulance with a 2012 chassis is selected by the County, the contract award will be base on the lowest responsible/responsive priced 2012 chassis. If a 2011 chassis is selected by the County, the contract award will be made to the lowest responsive/responsible vendor offering a 2011 chassis.

Bidders must provide the number of days from the date of receiving the purchase order that it will take your company to deliver the ambulance (s) to Beaufort County: ______(days) The County’s intent is to have the vehicle (s) delivered to the County no later than June 15, 2012.

The bidder must include travel expenses for one (1) EMS representative to visit the manufacturer’s plant for a mid and final inspection of the ambulance.

BID SURETY IS REQUIRED FOR THIS BID IN THE FORM OF A BIDDER’S BOND, CASHIER’S CHECK OR CERTIFIED CHECK IN AN AMOUNT OF 5% OF THE BID AMOUNT, PAYABLE TO THE BEAUFORT COUNTY TREASURER.


I, the undersigned, certify that this bid does not violate any Federal or State Antitrust Laws.

Bidders Federal Social Security Identification (E.I.) No.

(Company Name)

(Mailing Address)

(Street Address)

(CITY/STATE/ZIP)

BY______TITLE

(Please print)

(Signature – Bids Must Be Signed)

TELEPHONE______DATE

FAX #:

EMAIL ADDRESS:

Specifications for a

Type I

FORD F450 AMBULANCE

2011 and 2012 Chassis

SCOPE

1. These specifications address a new, tested, and certified commercially produced emergency vehicle of the type specified in the Ambulance Design Criteria of the National Highway Traffic Safety Administration, U.S. Department of Transportation, Washington, D.C. These specifications are based upon the most current version of Federal Ambulance Specification KKK-A-1822. Reference numbers used in this specification refer to applicable paragraphs of the document. If any item in these specifications deviates in any way from the Federal Specifications, this document shall prevail.

2. These specifications have been prepared after due consideration by Purchaser, purchasing and design committee so alternate proposals on other body styles of KKK types will not be considered.

3. Proposals are solicited from all recognized and documented manufacturers of such body styles holding certifications by qualified and accepted independent testing laboratories and registered professional engineers. This will demonstrate the manufacturer’s ability to construct a vehicle in full accordance with the latest version of KKK-A-1822, and that can comply with the following terms, specifications, and conditions.

4. The ambulance manufacturer for which this proposal is submitted must include valid test documents from a bonded independent testing laboratory with the proposal. This shall address all tests specified in the most current version of Federal requirement KKK-A-1822, as amended, indicating that such tests were conducted and the vehicle complied in accordance with the most current version of KKK-A-1822.

DOES YOUR PROPOSAL COMPLY EXACTLY AS WRITTEN? Yes( ) No( )

COMPARISON

1. These specifications are intended to provide a common standard to which all Vendors shall propose. For this reason, the Vendor must respond to each individual item in the checklist by indicating “YES” or “NO” where indicated. Failure to so respond will disqualify the proposal.

2. Some component items are specified by brand name and/or model number. These have been carefully selected because of their reliability and local replacement availability. In order for your proposal to be considered responsive, item names and model numbers offered in your proposal response must be included.

3.  It is expected that Vendors may offer deviations, alternatives, or exceptions. Vendors are therefore warned that they must submit their proposal response using our proposal document format and indicate each and every item to which they will deviate so a fair comparison/evaluation may be performed by the Purchaser.

4. If the Vendor is not going to furnish the item EXACTLY as described in these specifications, they must indicate a deviation even though they feel they may be exceeding what is described. For each deviation taken, the proposal must include detailed technical description of what they plan to furnish, as well as a full explanation of why the deviation equals or exceeds the item in the specifications. The Purchaser shall have the final determination of any acceptable equivalent item.

5. Any deviations to these specifications must be stated in writing and attached to the “PROPOSAL FORM”. Each exception must be individually documented (by page and paragraph number), with an explanation and detailed description of the item or items the Vendor wishes to substitute. Exceptions to construction, quality, and testing in Federal Specifications, model numbers, etc., as listed herein are for reference. While it is assumed some Vendors may wish to substitute some items, no substitutions will be permitted unless Vendor complies with the above procedure in their proposal so the Purchaser may make a fair comparison.

6. All substitutions shall be “equal to” or “greater than”, and exceeding the minimums of the particular items specified, and full information to enable Purchaser to determine suitability shall be furnished. Purchaser or its designated agents shall be the final judge of any proposed exceptions or substitutions. Any exceptions granted shall only be in writing attached to the final contract and/or purchase order. Unless the exceptions granted are acknowledged by Purchaser in writing at the time of order, such exceptions shall not be accepted at time of delivery, and the delivered product shall be expected to conform to every detail of these specifications, or suffer rejection.

7. Bidders offering “exceptions” to the specifications must meet or exceed the specifications and provide an explanation/justification for the exception or alternate in writing with their bid response. Beaufort County has the right to accept or reject the exceptions or alternates specified by the bidder.

DOES YOUR PROPOSAL COMPLY EXACTLY AS WRITTEN? Yes( ) No( )

RESPONSIBILITY FOR MANUFACTURING

1. It is the intent of these specifications to obtain a vehicle that is wholly manufactured in one facility. The ambulance manufacturer must manufacture the modular body, cabinetry, squad bench, wall and ceiling panels, electrical system, paint finish and all major component assemblies of the module. This will ensure that the vehicle can be returned to original condition using OEM components should accidental damage occur. Manufacturers who subcontract any of these components/portions of their conversion are not acceptable.

DOES YOUR PROPOSAL COMPLY EXACTLY AS WRITTEN? Yes( ) No( )

MANUFACTURER’S ABILITY TO CONSTRUCT

1. It is not the intent of these specifications to call for an unusual or experimental vehicle. No proposals will be accepted on “prototype” or “one-off” vehicles, but rather on previously proven and accepted apparatus as built by the manufacturer.

DOES YOUR PROPOSAL COMPLY EXACTLY AS WRITTEN? Yes( ) No( )


EXCEPTIONS

1. Each Vendor must list any and all exceptions, variations, substitutions, and any area of non-compliance with these specifications. Any Vendor failing to accurately list these deviations or unable to adequately demonstrate to the Purchaser that they have built and can provide valid certification of a unit meeting these specifications will be disqualified. No prototype (non-standard production) units will be accepted and each unit must meet certification as outlined, with all equipment and features included. Please list by page, item, and number, any and all exceptions, clarifications or deviations, including, any manufacturing differences in materials, extrusions, doors, windows, electrical or any other items/construction that are not in complete compliance with these specifications. If the Vendor has items that it feels exceed the stated requirements, the Vendor is required to so indicate and state the reason that the Vendor feels that the particular item exceeds our stated requirements. Any failure to comply with these proposal requirements will be automatic grounds for rejection of your proposal. The Purchaser will be the sole judge of any proposed substitution or equivalent item.

2. The Purchaser reserves the sole right to issue a Purchase Order with specified penalties and/or require a Performance Bond from the Vendor at time of award. Penalties may be assessed for not providing vehicle(s) to these specifications in a timely manner, with approved exceptions or deviations specifically authorized by Purchaser at time of award.

DOES YOUR PROPOSAL COMPLY EXACTLY AS WRITTEN? Yes( ) No( )

“EXCEPTIONS”

page of . (This page may be reproduced as needed)

VENDOR NAME: ______BRAND REPRESENTED: ______

PAGE ITEM# EXCEPTION______


I. CAB CHASSIS SPECIFICATIONS

A. The following describes the chassis unit that shall be supplied by the Ambulance Manufacturer:

1. 2011 or 2012 Ford F-450 2-door Cab chassis (4x2) and dual rear wheels.

- GVWR of 16,000 lbs.

- Wheelbase of 165” with a cab to axle (C.A.) dimension of 84”.

- Heavy-duty gas-filled type front and rear shock absorbers.

- OEM front and rear stabilizer bars.

- Two (2) identical OEM batteries- each rated at 750 cold crank amperes- 78 Amp Hour.

- Oil pressure gauge, a fuel quantity gauge, a water temperature gauge, transmission temperature gauge, air filter minder, and a tachometer.

-  Power steering.

- Dual front air bags SRS with passenger side air deactivation switch on dash.

- Power assisted brakes, front/rear disc type, with four wheel Anti-lock Brake system (ABS).

- Heavy-duty cooling system with coolant recovery system- protected to -30°F with permanent type antifreeze.

- Dual electric, multi-speed windshield wipers and a washing system.

- Foldaway exterior mirrors with power control/heated glass feature, manual telescopic feature, integral, manually adjustable wide-angle mirror heads and integrated clearance light/turn signal.

-  OEM front tow hooks.

-  Dual electric horns.

-  Single 40-gallon fuel tank (vehicle to be delivered full of fuel at time of delivery).

-  Dome light with dual map lights.

-  Engine Hour Meter

DOES YOUR PROPOSAL COMPLY EXACTLY AS WRITTEN? Yes( ) No( )

2. Cab to be painted Ford Oxford White.

DOES YOUR PROPOSAL COMPLY EXACTLY AS WRITTEN? Yes( ) No( )

3. Diesel Engine with engine block heater.

DOES YOUR PROPOSAL COMPLY EXACTLY AS WRITTEN? Yes( ) No( )

4. Transmission to be a Ford electronic five-speed overdrive automatic.

DOES YOUR PROPOSAL COMPLY EXACTLY AS WRITTEN? Yes( ) No( )