BGS Portable Restrooms Retainer Statewide

Agency: State of Vermont
State: Vermont
Level of Government: State & Local
Category:
  • S - Utilities and Training Services
  • W - Lease or Rental of Equipment
Opps ID: NBD14408786202105378
Posted Date: Dec 11, 2023
Due Date: Jan 5, 2024
Source: Members Only
TITLE QUESTIONS DUE ANSWERS POSTED DUE DATE NO POSTING AFTER
BGS Portable Restrooms Retainer Statewide
12/22/2023 04:30PM


01/05/2024 04:30PM

Attachment Preview

Department of Buildings and General Services
Office of Purchasing & Contracting
133 State Street, 5th Floor | Montpelier VT 05633-8000
802-828-2211 phone | 802-828-2222 fax
http://bgs.vermont.gov/purchasing
Agency of Administration
SEALED BID
REQUEST FOR PROPOSAL
Retainer Contracts for
Portable Restroom Services Statewide
ISSUE DATE:
BIDDERS’ CONFERENCE:
QUESTIONS DUE BY:
RFP RESPONSES DUE BY:
DECEMBER 11, 2023
NO CONFERENCE WILL BE HELD
DECEMBER 22, 2023 @ 4:30 PM (EDT)
JANUARY 5, 2024, 2023 @ 4:30 PM (EDT)
PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND AMENDMENTS
ASSOCIATED WITH THIS RFP WILL BE POSTED AT:
http://www.bgs.state.vt.us/pca/bids/bids.php
THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH
UPDATED INFORMATION. IT IS THE RESPONSIBILITY OF EACH BIDDER TO
PERIODICALLY CHECK THE ABOVE WEBPAGEFOR ANY AND ALL NOTIFICATIONS,
RELEASES AND AMENDMENTS ASSOCIATED WITH THIS RFP.
STATE CONTACT:
TELEPHONE:
E-MAIL:
James Meyers
(802) 828-2215
BGS.OPCVendordocs@vermont.gov
Revised June 8, 2023
Page 1 of 14
1. RFP OVERVIEW:
1.1. SCOPE AND BACKGROUND:
1.1.1.
The Office of Purchasing & Contracting (hereinafter the “State”) currently maintains multiple
retainer contracts for several categories of Construction services and now seeks to modify
service categories and qualify and/or re-qualify contractors. The retainer contracts enable
State Agencies and Departments to quickly and efficiently complete small construction and
maintenance projects. Pre-qualified Contractors have all agreed to the State terms and
conditions and have their insurance and contract paperwork on file with the Office of
Purchasing & Contracting (OPC). Projects utilizing this process are limited to $150,000 per
scope of work.
1.1.1.1.
Through this Request for Proposal (RFP) the State is seeking proposals from
contractors who will be reviewed and pre-qualified to provide the State of
Vermont with one or more of the Construction services categories described in
this RFP. Contractors meeting the qualification requirements described in this
RFP may receive a retainer contract, to be utilized by the State as projects arise
at various State-owned facilities.
1.1.1.2.
This RFP will result in the award of Retainer Contracts to multiple Contractors.
The number of contracts awarded may vary for each specific type of service
within each maintenance district based on the anticipated needs of the State,
and to increase opportunity for work for the firms who have submitted
proposals. The State reserves the right to limit the number of pre-qualified
contractors for each category of services within each maintenance district.
1.2. PROCESS:
1.2.1.
Bidders may propose one or more service categories, maximum project value, and one or
more districts. Bidders selected for Contracts under this RFP will become part of a pool of
Contractors who may be solicited to bid on Statements of Work for specific projects in the
service categories, project value, and districts for which they have been selected, which will
be listed in the Contract.
1.2.2.
When the department or agency has a need for services, it will prepare a Statement of Work
(SOW)-RFP. The SOW-RFP may be issued to contractors pre-qualified to provide the desired
service(s). Those pre-qualified contractors may then submit bids within the date and time
established by the SOW-RFP.
1.2.3.
Following proposal evaluation, the department or agency may enter into a SOW Agreement
with a vendor selected in the best interest of the State. The State intends this process to be
used for two categories of project value: Projects up to $50,000 in value, and projects up to
$150,000 in value.
1.2.4.
The State reserves the right to award Contracts that contain some, but not all, of the service
categories, project values, and/or districts requested by a Contractor.
1.2.5.
Individual services will be solicited utilizing the SOW-RFP process. The following is provided
for informational purposes only and may be revised prior to the execution of Retainer
Contracts.
Revised June 8, 2023
Page 2 of 14
1.3. STATEMENTS OF WORK:
1.3.1.
After Contracts are in place, the State may issue a SOW-RFP to Contractors inviting them to
bid on specific projects that are within the service category, project value, and district
designated in their Contracts.
1.3.2.
SOW-RFPs will include, among other project-specific details, the location, type of work, type
of pricing sought, considerations and/or qualifications required for award, and the deadline
by which the Contractor must submit a proposal. Proposals must be submitted in accordance
with the instructions in the SOW-RFP and include all the information requested.
1.3.3.
Statements of Work will be awarded to the lowest priced, responsive, qualified, and
responsible Bidder. Bids appearing unbalanced and exhibiting a lack of project
understanding may be disqualified.
1.4. CROSS-CATEGORY/DISTRICT PROCEDURES:
1.4.1.
The State reserves the right to issue SOW-RFPs to Contract holders in different service
categories and/or districts from those covered by their Contract. Cross-category/district
procedures will be used on a case-by-case, as-needed basis, and should generally be an
exception. Longer-term adjustments to district contractor pools will be accomplished by
formally rebidding service categories as required under Agency of Administration Bulletin
3.5, Procurement and Contracting Procedures, paragraph VIII. C.
2. GENERAL REQUIREMENTS:
2.1. SINGLE POINT OF CONTACT:
2.1.1.
All communications concerning this RFP are to be addressed in writing to the State Contact
listed on the front page of this RFP. Actual or attempted contact with any other individual
from the State concerning this RFP is strictly prohibited and may result in disqualification.
2.2. BIDDERS’ CONFERENCE:
2.2.1. A bidders’ conference will NOT be held.
2.3. QUESTION AND ANSWER PERIOD:
2.3.1.
Any vendor requiring clarification of any section of this RFP or wishing to comment or take
exception to any requirements of the RFP must submit specific questions in writing no later
than the deadline for questions indicated on the first page of this RFP. Questions may be e-
mailed to the point of contact on the front page of this RFP. Any comments, questions, or
exceptions not raised in writing on or before the last day of the question period are waived.
At the close of the question period a copy of all questions or comments and the State's
responses will be posted on the State’s web site
http://www.bgs.state.vt.us/pca/bids/bids.php Every effort will be made to post this
information as soon as possible after the question period ends, contingent on the number
and complexity of the questions.
2.4. CHANGES TO THIS RFP: Any modifications to this RFP will be made in writing by the State through the
issuance of an Addendum to this RFP and posted online at
http://www.bgs.state.vt.us/pca/bids/bids.php . Verbal instructions or written instructions from any
other source are not to be considered.
Revised June 8, 2023
Page 3 of 14
2.5. PRICING:
2.5.1.
Bidders must price the terms of this solicitation at their best pricing. Any and all costs that
Bidder wishes the State to consider must be submitted for consideration. If applicable, all
equipment pricing is to include F.O.B. delivery to the ordering facility. No request for extra
delivery cost will be honored. All equipment shall be delivered assembled, serviced, and
ready for immediate use, unless otherwise requested by the State.
2.5.1.1.
Prices and/or rates shall remain firm for the initial term of the contract. The
pricing policy submitted by Bidder must (i) be clearly structured, accountable,
and auditable and (ii) cover the full spectrum of materials and/or services
required.
2.5.1.2.
Cooperative Agreements. Bidders that have been awarded similar contracts
through a competitive bidding process with another state and/or cooperative are
welcome to submit the pricing in response to this solicitation.
2.5.1.3.
Retainage. In the discretion of the State, a contract resulting from this RFP may
provide that the State withhold a percentage of the total amount payable for
some or all deliverables, such retainage to be payable upon satisfactory
completion and State acceptance in accordance with the terms and conditions of
the contract.
2.6. BEST AND FINAL OFFER:
2.6.1.
Best and Final Offer (BAFO). At any time after submission of Responses and prior to the final
selection of Bidder(s) for Contract negotiation or execution, the State may invite Bidder(s) to
provide a BAFO.
2.6.1.1.
The state reserves the right to request BAFOs from only those Bidders that meet
the minimum qualification requirements and/or have not been eliminated from
consideration during the evaluation process.
2.6.2.
Evaluation of Responses and Selection of Bidder(s). The State shall have the authority to
evaluate Responses and select the Bidder(s) as may be determined to be in the best interest
of the State and consistent with the goals and performance requirements outlined in this
RFP.
2.7. WORKER CLASSIFICATION COMPLIANCE REQUIREMENTS: In accordance with Section 32 of The
Vermont Recovery and Reinvestment Act of 2009 (Act No. 54), Bidders must comply with the following
provisions and requirements.
2.7.1.
2.7.2.
Self Reporting: For bid amounts exceeding $250,000.00, Bidder shall complete the
appropriate section in the attached Certificate of Compliance for purposes of self-reporting
information relating to past violations, convictions, suspensions, and any other information
related to past performance relative to coding and classification of workers. The State is
requiring information on any violations that occurred in the previous 12 months.
Subcontractor Reporting: For bid amounts exceeding $250,000.00, Bidders are hereby
notified that upon award of contract, and prior to contract execution, the State shall be
provided with a list of all proposed subcontractors and subcontractors’ subcontractors,
together with the identity of those subcontractors’ workers compensation insurance
providers, and additional required or requested information, as applicable, in accordance
Revised June 8, 2023
Page 4 of 14
with Section 32 of The Vermont Recovery and Reinvestment Act of 2009 (Act No. 54). This
requirement does not apply to subcontractors providing supplies only and no labor to the
overall contract or project. This list MUST be updated and provided to the State as additional
subcontractors are hired. A sample form is available online at
https://bgs.vermont.gov/purchasing-contracting/forms. The subcontractor reporting form
is not required to be submitted with the bid response.
2.8. EXECUTIVE ORDER 05-16: CLIMATE CHANGE CONSIDERATIONS IN STATE PROCUREMENTS:
2.8.1.
For bid amounts exceeding $25,000.00 Bidders are requested to complete the Climate
Change Considerations in State Procurements Certification, which is included in the Certificate
of Compliance for this RFP.
2.8.2.
After consideration of all relevant factors, a bidder that demonstrates business practices that
promote clean energy and address climate change as identified in the Certification, shall be
given favorable consideration in the competitive bidding process. Such favorable
consideration shall be consistent with and not supersede any preference given to resident
bidders of the State and/or products raised or manufactured in the State, as explained in the
Method of Award section. But, such favorable consideration shall not be employed if
prohibited by law or other relevant authority or agreement.
2.9. METHOD OF AWARD:
2.9.1.
Awards will be made in the best interest of the State. The State may award one or more
contracts and reserves the right to make additional awards to other compliant bidders at any
time if such award is deemed to be in the best interest of the State. All other considerations
being equal, preference will be given first to resident bidders of the state and/or to products
raised or manufactured in the state, and then to bidders who have practices that promote
clean energy and address climate change, as identified in the applicable Certificate of
Compliance.
2.9.2. Evaluation Criteria: Proposals shall be evaluated on the following factors:
2.9.2.1. Qualifications, Experience and References:
2.9.2.1.1.
Contractor has prior experience in type of work similar to that
included in this RFP, has demonstrated necessary resources to
complete Statements of Work under this contract, and provided
reference contact information for each project. Contractor should
indicate if previous work was with the State and similar entities
2.9.2.1.2.
For contractors wishing to be considered for project values up to
$150,000, contractor should include a separate sheet listing all work
and project costs performed within the last 12 months.
2.9.2.1.3.
Contractor should indicate if prior experience working within
operating medium security correctional facilities or mental health
care facilities within the past five (5) years.
2.9.2.2. Contractor’s Hourly Rates.
Revised June 8, 2023
Page 5 of 14
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 >