ATTENTION ALL BIDDERS

RETURN THE ENCLOSED BID IN A SEALED ENVELOPE TO:

JACK C. COLLAR,

PURCHASING MANAGER

ROOM 830

716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203

YOU MUST MARK ON THE ENVELOPE:

SEALED BID #35-05

“BOMB SUIT & ACCESSORIES”

RETURN BY 5:00 P.M. ON

NOVEMBER 12, 2004

PRINCIPAL BUYER: ANNIE WARD

For questions concerning this ITB

Contact: Annie Ward , Principal Buyer

Phone: (205) 325-8779

Email:

No faxed or email responses will be accepted

PURCHASING ASSOCIATION OF CENTRAL ALABAMA

TO ALL BIDDERS:

The attached Request for Proposal presents a cooperative proposal for the Purchasing Association of Central Alabama (PACA) members below:

Abernant Fire Department

Adamsville

Bessemer

Bessemer Board of Education

Bessemer State Technical College

Bibb County Commission

Bibb County Firefighters Assoc

Birmingham Board of Education

Birmingham-Jefferson Civic Center

Birmingham Library System

Brighton

Brookside

Cahaba Heights Fire Department

Cahaba Valley Fire & Rescue

Center Point

Center Point Fire District

Chelsea

Chilton County Board of Education

Chilton/Shelby Mental Health Board

Clay

Columbiana

Concord Fire Department

Copeland Ferry Fire Department

Eastern Valley Volunteer Fire Dept

Fairfield

Fairfield Board of Education

Forestdale Fire Department

Four Mile Fire Department

Fultondale

Gardendale

Graysville

Greenpond Fire Department

Hay Valley Fire Department

Helena

Homewood

Hoover

Hoover Board of Education

Hueytown

Indian Valley Fire Department

Irondale

Jefferson County Board of Education

Jefferson County Commission

Jefferson County Fire Districts

Jefferson County Housing Authority

Jefferson County Library Coop

Jefferson State Community College

Kimberly

Kingdom Fire Department

Lakeview Fire Department

Lakeview, Town of

Lawley Fire Department

Leeds

McAdory Fire Department

McCalla Area Fire District

Middle Alabama Area Agency on

Aging

Midfield

Midfield Board of Education

Minor Heights Fire Department

Morris

Mountain Brook

Mountain Brook Board of Education

Mulga

Mulga Fire Department

North Johns

Oneonta City Board of Education

Palmerdale Fire Department

Pelham

Pell City

Pell City Fire Department

Pleasant Grove

Riverside Fire Department

Rocky Ridge Fire/Rescue

Saragossa Volunteer Fire Department

Shannon Fire Department

Shelby County Board of Education

Shelby County Commission

Shelby County Work Release

St. Clair County Fire & EMS

Storm Water Management Authority

Sylvan Springs

Tarrant

Tarrant City Board of Education

Trafford

Trussville Volunteer Fire Department

Tuscaloosa County Board of

Education

Tuscaloosa County Commission

Tuscaloosa County Housing Authority

Vestavia Hills

Vestavia Hills Board of Education

Warrior

Warrior River Fire & Rescue Service

Warrior River Water Authority

Westover Volunteer Fire & Rescue

Other government entities and all school systems within Jefferson County and counties adjoining thereto may elect to participate in this cooperative bid. Vendors must agree that if any additional government entity does join the Association, vendors shall honor prices on this Invitation to Bid for those additional entities that may join the Association.

Commodity: “BOMB SUIT & ACCESSORIES”

Bid #: 35-05

Principal Buyer: ANNIE WARD

Telephone: (205) 325-8779

The proposal award will be made by the Jefferson County Commission on behalf of the Association in accordance with the provision of the intergovernmental agreement between the Jefferson County Commission and the members of the Association. Each participating governmental entity of the Association will be responsible for issuing its own purchase orders, delivery instructions, invoicing, insurance requirements, and issue its own tax exemption certificate as required by vendors.

This cover letter is considered an integral part of this Request for Proposal document and shall be included by reference into any contract.

Acknowledged by

______

Vendor Name Authorized Signature/Title

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-8779

PRINCIPAL BUYER: ANNIE WARD

NOVEMBER 1, 2004

BID NO: 35-05

SHEET NO: 3

INVITATION TO BID

Sealed bids marked "BOMB SUIT & ACCESSORIES" will be received by the Purchasing Manager, Room 830 * 716 Richard

Arrington Jr Blvd N, Birmingham, Alabama.

Bids will be accepted until 5:00 P.M. central time (standard or daylight savings time, as applicable) on November 12, 2004. Bids

submitted after this date and time will not be considered.

Bids will be publicly opened at 2:00 P.M. on November 15, 2004.

TERM OF CONTRACT

Any contract resulting from this ITB will become effective upon bid award (or within 30 days of award notification, approval of the County Commission and purchase order is issued). Contract will expire on October 30, 2005. However, the contract may be extended, at the County’s option, for a period of up to two (2) additional one year terms.

REQUIREMENTS

1. Bidder must be licensed to do business in the State of Alabama. Documentation must accompany bid response.

2.  Bidder must provide a list of three (3) references where they have provided bomb suits. Must include company name, address, contact name, position of contact person and telephone number.

3. Samples of alternate bid items must be submitted along with bid.

Samples should be delivered to:

Annie Ward

Jefferson County Purchasing

Room 830 * 716 Richard Arrington Jr Blvd N

Birmingham, AL 35203

(205) 325-8779

Samples will be returned within one month following the bid opening, if picked up by the bidder.

Any questions regarding these specifications should be directed to:

Allen Kniphfer Annie Ward

Emergency Management Principal Buyer

(205) 254-2046 (205) 325-8779

All shipments will be delivered to the ship to location indicated on the purchase order. An invoice copy must be delivered with the items, and the original invoice mailed to the billing address as indicated on the purchase order. Purchase order numbers must appear on documents.

Garments must be as specified or approved equal.

Use of specific names, and numbers is not intended to restrict the bidding of any seller and/or manufacturer, but is solely for the purpose of indicating the type, size and quality of materials, products, service, or equipment considered best adapted to the county’s intended use.

Name of your Company______

Continued on Sheet 4

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-8779

PRINCIPAL BUYER: ANNIE WARD

NOVEMBER 1, 2004

BID NO: 35-05

SHEET NO: 4

INVITATION TO BID CONTINUED

DELIVERY will be to location (s) as stated on purchase order (s).

Orders will be issued as deliveries are required.

F. O. B.: Destination via best way.

TERMINATION OF CONTRACT

This contract may be terminated by the County with a thirty (30) day written notice to the other party regardless of reason. Any violation of this agreement shall constitute a breach and default of this agreement. Upon such breach, the County shall have the right to immediately terminate the contract and withhold further payments. Such termination shall not relieve the contractor of any liability to the County for damages sustained by virtue of a breach by the contractor. Failure to deliver as specified and in accordance with the bid submitted; including promised delivery will constitute sufficient grounds for cancellation of the order at the option of the County

Commission.

PRICES

Include transportation.

TAX

Jefferson County is exempt from all tax. This statement in no way is to be construed as relieving a seller or contractor from paying any tax assessed to him as a seller or contractor.

If requested, bidder will furnish a sample of each item on which he has bid within 7 day(s).

GUARANTEE

Bidder certifies by bidding, that he is fully aware of the conditions of service and purpose for which item(s) included in this bid are to be purchased, and that his offering will meet these requirements of service and purpose to the satisfaction of the Jefferson County Commission and its Agent.

GENERAL

Jefferson County expressly reserves the right to reject any or all bids, or parts of bids, and to make the award on merit and/or features of design and quality, delivery, and availability of parts and service as the best interest of the County appears.

______

Annie Ward

Principal Buyer

Name of your Company______

Continued on Sheet 5

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-8779

PRINCIPAL BUYER: ANNIE WARD

NOVEMBER 1, 2004

BID NO: 35-05

SHEET NO: 5

INVITATION TO BID CONTINUED

BID

(Bidder must use this form)

Fill in all spaces.

A bid bond or cashier's check in the amount of 5% of bid will be required for any bid exceeding $10,000.00.

Quantities shown are estimates, and are not a guarantee to buy in the amount shown.

Item 1. Cardio Cool Vest, Full torso coverage, snug fit, diffused manifold, medical grade PVC tubing, high performance inlet/outlet

Y connector on left side. Kermel ® flame resistance (FR) Viscose Blend, zipper front, interlock knit. Cooling Rate 290W @

350 mL/min, Inlet temperature + 7.5 Degrees C, Wearing Weight – Filled with liquid – 1.4 lbs – 2.2 lbs / 0.6 kg – 0.00 kg

(Sm – XXL), Med-Eng #PS0097A or approved equal

2 each @ $______= $______Total

Item 2. Cool Tube Suit, Full torso, arms, head and lower body coverage, snug fit, Diffused manifold, medical grade PVC tubing, CPC

interconnector, Kermel ® flame resistance (FR) viscose blend interlock knit. Wearing Weight – Filled with liquid – 2.2 lbs /

1 kg – 0.99 kg. cooling Rate – 480 @ 350mL/min, \ Inlet Temperature + 7.5 Degrees C,

Med-Eng #PS0099A or approved equal

2 each @ $______= $______Total

Item 3. Bomb Suit, Size 5’8” to 6’2”, Balance protection against overpressure, fragmentation, impact and height, Re-allocation of

fragmentation protective materials toward a more comprehensive 360 degrees of coverage, Redistribution of protective

materials to greatly improve operator’s flexibility and permit an increased range of motion, particularly in the arms, sliding

groin plate retracts during kneeling and crouching stances, integrated pockets (front & rear of torso), accommodate an optional

chemical protective undergarment, chest plate and trousers accommodate the Med-Eng HW300 Communication System,

jacket accommodates a wireless communication system and remote helmet controller. Color Dark Green

Med-Eng EOD 9 or approved equal

1 each @ $______= $______Total

Item 4. Bomb Suit, Size 6’3” to 6’6”, Balance protection against overpressure, fragmentation, impact and height, Re-allocation of

fragmentation protective materials toward a more comprehensive 360 degrees of coverage, Redistribution of protective

materials to greatly improve operator’s flexibility and permit an increased range of motion, particularly in the arms, sliding

groin plate retracts during kneeling and crouching stances, integrated pockets (front & rear of torso), accommodate an optional

chemical protective undergarment, chest plate and trousers accommodate the Med-Eng HW300 Communication System,

jacket accommodates a wireless communication system and remote helmet controller. Color Dark Green

Med-Eng EOD 9 or approved equal

1 each @ $______= $______Total Suit cost only

Name of your Company______

Continued on Sheet 6

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-8779

PRINCIPAL BUYER: ANNIE WARD

NOVEMBER 1, 2004

BID NO: 35-05

SHEET NO: 6

INVITATION TO BID CONTINUED

Item 5. Protective Helmet, Multi-Purpose, Open Faced Platform Design, Chem-Bio Blast Compatibility, On Board Power Supply,

Ergonomic 4-Point Retention System, Three Size Adjustable Comfort Liners, Wrist-Mounted Remote Control , Module,

Adjustable Visor Ventilation, Turbo Feature, Demister, Communication System Compatible (HW 300)

Med-Eng EOD 9 or approved equal

2 each @ $______= $______Total

Item 6. Protective Visor, Med-Eng EOD 9 BA or approved equal

2 each @ $______= $______Total

Prices are guaranteed not to exceed a rate increase of ___% for the period 09/30/05 to 09/30/06.

Continued on Sheet 7

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-8779

PRINCIPAL BUYER: ANNIE WARD

NOVEMBER 7, 2004

BID NO: 35-05

SHEET NO: 6

INVITATION TO BID CONTINUED

The Jefferson County Commission, or its Agent, shall have the right to waive any informality or irregularity. Under certain limited conditions, the Purchasing Department may apply a local preference option in determining the low bid for purchases of personal property.

All provisions of this Invitation are accepted by bidder as part of any contract or purchase resulting therefrom.

Please specify terms of payment below; otherwise, the terms will be 2% 10th Prox.

Date:______Company Name:______Web Address:______

Terms:______Address:______City:______

County:______State:_____Zip:______Phone:(_____)______

If Jefferson County Business Licenses were issued to your company for the past twelve (12) months, please list numbers:______.

Vendor's Federal I.D. Number:______

I certify that ______has ___ has not ___ been in operation for one year at

(Company Name) (Check one)

location(s) zoned for the type of business conducted by my company at the address stated above.

______

(Authorized Signature)

______

(Print Name)

______

(E-Mail Address)

Toll Free Phone:______Fax Number:______

Return original bid in sealed envelope. Authorized signature of bidder must be in ink.

Bids received in our office after the specified date and hour will not be considered.

INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE:

1. BID AWARD NOTICE ADDRESS

2. PURCHASE ORDER ADDRESS

3. REMITTANCE ADDRESS (AND NAME IF DIFFERENT THAN