Pump and Motor Repair

Agency: State Government of Louisiana
State: Louisiana
Level of Government: State & Local
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD11472451783975558
Posted Date: Mar 6, 2024
Due Date: Apr 9, 2024
Solicitation No: 923456-24-3-3
Source: Members Only
bid number description date issued bid open date/time help
923456-24-3-3 Pump and Motor Repair
Original: 923456-24-3-3
03/06/2024 04/09/2024
2:00:00 PM CT
923456

Attachment Preview

ST. TAMMANY PARISH
MICHAEL B. COOPER
PARISH PRESIDENT
NOTICE OF REQUEST FOR PROPOSALS
ST. TAMMANY PARISH
St. Tammany Parish Government is seeking responses for the following project:
RFP# 24-3-3 – Pump and Motor Repair
This RFP is available online at: LaPAC – Louisiana Procurement and Contract
Network:https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=1
85
It is the Proposer’s responsibility to check the LaPAC website frequently for any possible addenda
that may be issued. The Parish is not responsible for a proposer’s failure to download any addenda
documents required to complete an RFP.
Responses will be received by the Department of Procurement, until 2:00pm CST Tuesday, April
9, 2024. RFP responses will be opened publicly at the physical location as stated in Section 1.4 of
the RFP documents and only respondents who have submitted an RFP response shall be identified
aloud. Prices shall not be read. Each response will be evaluated by designated Parish personnel
after the submission deadline and public opening has passed.
Each Proposal must be sealed. The outside of the envelope, box or package should be marked with
the Proposer’s Name and Address, the Proposal Name, the RFP #, and the Proposal Opening Date.
The successful Respondent must supply St. Tammany Parish Government with all required
documentation as specified in the RFP documents. Said Respondent must also be in Good Standing
and licensed to do business in the State of Louisiana.
Proposals will be received at the St. Tammany Parish Government Department of Procurement
Office, 21454 Koop Dr., Suite 2F, Mandeville LA., 70471 from each Respondent or his agent, or
by certified mail with return receipt requested.
Procurement Department
PROCUREMENT DEPARTMENT
P.O. BOX 628 | COVINGTON, LOUISIANA | 70434 | PROCUREMENT@STPGOV.ORG 985-898-2520
WWW.STPGOV.ORG
REQUEST FOR PROPOSAL
ST. TAMMANY PARISH GOVERNMENT
PUMP AND MOTOR REPAIR
RFP Number: 24-3-3
Proposal Opening Date: April 9, 2024
Proposal Opening Time: 2:00 PM
Engineers Estimate: $525,000.00
February 22, 2024
Version 2024 Q1
TABLE OF CONTENTS
PART I: OVERVIEW ...................................................................................................... 1
1.1 Background/Purpose ......................................................................................... 1
1.2 Definitions .......................................................................................................... 1
1.3 Schedule of Events ............................................................................................ 2
1.4 Proposal Submittal............................................................................................. 2
1.5 Proposal Response Format ............................................................................... 3
PART II: SCOPE OF WORK/SERVICES ....................................................................... 5
2.1 Scope of Work/Services..................................................................................... 5
2.2 Period of Agreement .......................................................................................... 5
2.3 Price Schedule................................................................................................... 6
2.4 Deliverables ....................................................................................................... 6
2.5 Location ............................................................................................................. 6
PART III: EVALUATION ................................................................................................. 6
PART IV: PERFORMANCE STANDARDS .................................................................... 7
4.1 Performance Requirements ............................................................................... 7
4.2 Performance Measurement/Evaluation.............................................................. 7
PART V: GENERAL PROVISIONS ................................................................................ 7
5.1 Legibility/Clarity.................................................................................................. 7
5.2 Confidential Information, Trade Secrets, and Proprietary Information ............... 8
5.3 Proposal Clarifications Prior to Submittal........................................................... 9
5.3.1 Pre-proposal Conference............................................................................. 8
5.3.2 Proposer Inquiry Periods ............................................................................. 9
5.4 Errors and Omissions in Proposal ..................................................................... 9
5.5 Performance Bond ........................................................................................... 10
5.6 Changes, Addenda, Withdrawals..................................................................... 10
5.7 Withdrawal of Proposal .................................................................................... 10
5.8 Material in the RFP .......................................................................................... 10
5.9 Waiver of Administrative Informalities.............................................................. 11
5.10 Proposal Rejection........................................................................................... 11
5.11 Ownership of Proposal .................................................................................... 11
5.12 Cost of Offer Preparation ................................................................................. 11
5.13 Non-negotiable Contract Terms....................................................................... 11
5.14 Taxes ............................................................................................................... 11
5.15 Proposal Validity .............................................................................................. 11
5.16 Prime Contractor Responsibilities .................................................................... 11
5.17 Use of Subcontractors ..................................................................................... 11
5.18 Written or Oral Discussions/Presentations....................................................... 12
5.19 Acceptance of Proposal Content ..................................................................... 12
5.20 Evaluation and Selection ................................................................................. 12
5.21 Contract Negotiations ...................................................................................... 13
5.22 Contract Award and Execution ........................................................................ 13
5.23 Acknowledgment and Waiver of Protest Rights ............................................... 13
5.24 Notice of Intent to Award.................................................................................. 14
Version 2024 Q1
5.25 Insurance Requirements.................................................................................. 14
5.26 Subcontractor Insurance.................................................................................. 14
5.27 Indemnification and Limitation of Liability ........................................................ 14
5.27.1 Duty to Defend ........................................................................................... 15
5.27.2 Contractor Liability ..................................................................................... 15
5.27.3 Force Majeure ............................................................................................ 16
5.27.4 Indemnification........................................................................................... 16
5.27.5 Intellectual Property Indemnification ......................................................... 16
5.28 Fidelity Bond Requirement............................................................................... 16
5.29 Payment........................................................................................................... 16
5.29.1 Payment for Services................................................................................. 16
5.30 Termination...................................................................................................... 16
5.30.1 Termination of the Contract for Cause....................................................... 16
5.30.2 Termination of the Contract for Convenience ............................................ 16
5.30.3 Termination for Non-Appropriation of Funds.............................................. 16
5.30.4 Default of Contractor..................................................................................18
5.31 Assignment ...................................................................................................... 17
5.32 No Guarantee of Quantities ............................................................................. 17
5.33 Audit of Records .............................................................................................. 17
5.34 Civil Rights Compliance ................................................................................... 17
5.35 Record Retention ............................................................................................. 19
5.36 Record Ownership ........................................................................................... 19
5.37 Content of Contract/ Order of Precedence ...................................................... 19
5.38 Contract Changes ............................................................................................ 19
5.39 Substitution of Personnel ................................................................................. 20
5.40 Governing Law................................................................................................. 20
5.41 Anti-Kickback Clause ....................................................................................... 20
5.42 Clean Air Act.................................................................................................... 20
5.43 Energy Policy and Conservation Act................................................................ 20
5.44 Clean Water Act............................................................................................... 19
5.45 Anti-Lobbying and Debarment Act ................................................................... 19
Attachment “A-1” – Scope of Work/Project Specifications
Attachment “A-2” – Proposal Pricing Sheet
Attachment “B” – Sample Contract
Attachment “C” – Acknowledgment and Waiver
Attachment “D” – Insurance Requirements
Attachment “E” – Affidavits
Attachment “F-1” – Sample Scoring Matrix
Attachment “F-2” – Vendor Scoring Matrix
Attachment “G” – Sample Corporate Resolution
Attachment “H” – Sample Certificate of Insurance
Version 2024 Q1
REQUEST FOR PROPOSAL
FOR
Pump and Motor Repair
PART I: OVERVIEW
1.1 Background/Purpose
The purpose of this Request for Proposal (RFP) is to obtain proposals from qualified Proposers
who are interested in providing a in providing Pump and Motor Repair to provide a fixed rate for
the complete rebuild of several classes of open drip proof, Totally Enclosed Fan Cooled (TEFC),
and submersible electric Pump / Motor used by St. Tammany Parish Government (STP),
Department of Utilities (DU). Submittal of a proposal does not create any right or expectation to a
contract with the Parish.
1.2 Definitions
A. Shall – The term “shall” denotes mandatory requirements.
B. Must - The term “must” denotes mandatory requirements.
C. May - The term “may” denotes an advisory or permissible action.
D. Should – The term “should” denotes a desirable action.
E. Contractor – A Proposer who contracts with the Parish.
F. Parish - St. Tammany Parish Government.
G. Discussions- For the purposes of this RFP, a formal, structured means of conducting written
or oral communications/presentations with responsible Proposers who submit proposals in
response to this RFP.
H. RFP – Request for Proposal.
I. Proposer – Person or entity responding to this RFP.
J. Agreement – A contract between the Contractor and the Parish.
K. Evaluation Committee – Committee established for the purposes of evaluating proposals
submitted in response to this RFP.
1
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >