Procurement Department INVITATION FOR BID (IFB)


[PDF]Procurement Department INVITATION FOR BID (IFB) - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

6 downloads 134 Views 450KB Size

Procurement Department 2 Space Drive • Taylors, SC 29687-6072 • (864) 355-1279 • Fax (864) 355-1283

The School District of Greenville County

March 19, 2014

INVITATION FOR BID (IFB) COMMODITY:

FIRST AID SUPPLIES

IFB #:

314-15-4-10

BIDS DUE:

APRIL 10, 2014 at 10:00 A.M. EDT.

The School District of Greenville County (SDGC) invites you to submit your SEALED BID to furnish and deliver FIRST AID SUPPLIES for the contract period of July 1, 2014 through June 30, 2015 to the District’s Warehouse, located at 2 Space Drive, Taylors, SC. The District reserves the option to renew this contract for each of four (4) additional one-year periods. If the District wishes to renew the contract, it will notify the contractor at least thirty (30) days prior to expiration of the then current one-year contract. The District will renew the contract based upon price, contractor’s performance, and District planning requirements. The total program is anticipated to be in effect for five (5) years. Scope of Work: The District seeks to establish discounted pricing for the individual items listed on the enclosed Bid Form that will be shipped directly to our District Central Warehouse located at 2 Space Drive, Taylors, SC and/or a separate percentage discount based upon the vendors’ most current catalog for items that may be ordered by and shipped directly to our schools and departments in accordance with the requirements of this solicitation and scope of work. An agreement may be established with all responsive and responsive bidders whose sealed bid is determined to be the most advantageous to The School District of Greenville County. A list of schools and departments can be found at www.greenville.k12.sc.us. The terms, “vendor”, “contractor”, “prime contractor”, “firm”, “offeror”, “proposer”, “responder”, “supplier” or “bidder” may be used interchangeably and refers to the entity offering a bid. These terms are defined as being a business association of one (1) or more individuals. The term “consultant” is defined as the awarded firm and the entity performing the solicitation’s requirements. The term "Agreement" means any transaction or contractual arrangement contemplated or created as a result of, arising out of, or relating to the solicitation. The terms, “The School District of Greenville County”, “Owner”, “District”, “SDGC”, “GCSD”, “GCS”, “Board of Trustees” and “Board” may be used interchangeably and refers to the entity issuing the solicitation, receiving and reviewing the bids and issuing an award.

FIRST AID SUPPLIES IFB #314-15-4-10 Page Two

Enclosed is the official Bid Form to be used in submitting your bid. Only this Bid Form is to be used; no other bid form is acceptable. Please indicate your firm’s name on each page of the Bid Form and have each page signed and dated by a person authorized to do so. Please return all pages of the Bid Form. Bidders must complete the Bid Form or insert the letters “N/A” if the bidder chooses not to submit a price. Failure to complete the form may cause the bidder to be determined non-responsive. A cover letter on your corporate stationery should include any information you deem pertinent in the evaluation of your bid. All prices and notations on the Bid Form should be printed in ink or typewritten, errors should be crossed out, corrections entered and initialed by the person signing the bid. Erasures or use of typewriter correction fluid may be cause for rejection. No bid shall be altered or amended after the specified time for opening. The submitted sealed bid must be signed by an authorized individual who may bind the Bidder to provide the service(s) and/or product(s) in accordance with the specifications contained in this Invitation for Bid (IFB). The bid must contain a statement to the effect that the bid is firm and valid for a period of one hundred and eighty (180) calendar days from the bid due date or longer, if so required by the District. Bidders should clearly mark any portion of the bid that is considered confidential or proprietary. Confidential or proprietary information will not be released to the public except as allowed by Chapter 4 of Title 30 of the South Carolina Code of Laws. The District shall determine whether or not information is proprietary and/or confidential and subject to release. In no case shall any bid or other document that is marked in its entirely with the words, “confidential”, “proprietary” or “not subject to release” or wording with similar implications, be exempt from public release. Only those limited, specific and applicable portions of a bid shall be so marked. Please mark the SEALED envelope containing your bid as follows: SEALED BID ENCLOSED FIRST AID SUPPLIES IFB #: 314-15-4-10 and mail or hand-deliver to: Attn: Procurement Department The School District of Greenville County 2 Space Drive Taylors SC 29687

FIRST AID SUPPLIES IFB #314-15-4-10 Page Three

The official time due time for a solicitation response is maintained according to the Time/Date Stamp located in the SDGC Procurement Department. All solicitation responses shall be received in The School District of Greenville County Procurement Department, 2 Space Drive, Taylors, South Carolina 29687, no later than the time specified in this solicitation. Solicitation responses shall be in the physical possession of a Procurement Department employee prior to the due time or the solicitation response shall be determined to be late once the due time has occurred. Responses that are in another SDGC location, room, department or area at the solicitation due time other than the Procurement Department shall be determined to be late and shall not be accepted. The District is not responsible for traffic conditions, parking or weather conditions. NOTE: ANY BIDS DELIVERED, RECEIVED OR DATE STAMPED AFTER THE OFFICIAL BID OPENING TIME WILL NOT BE CONSIDERED. Bids transmitted by fax will not be considered. The School District of Greenville County assumes no responsibility for the delivery of any solicitation, addendum, solicitation response, or any other such correspondence by the U.S. Postal Service, electronic transmission, facsimile or any other method. The District reserves the right to accept or reject, in part or in entirety, any or all bids, to negotiate with all qualified bidders and to cancel in part or in entirety, this solicitation if it is in the best interest of the District. Further, the District reserves the right to waive any informalities or technicalities in order to serve the best interest of the District. The District reserves the exclusive right to determine what constitutes a deviation. The District reserves the exclusive right to determine what constitutes acceptable or non-acceptable deviations from the solicitation specifications. The District reserves the exclusive right to determine the relative quality and acceptability of any proposed product, material or service when compared to the solicitation specifications. Inquiries: All questions or comments regarding this solicitation document or the process shall be forwarded, in writing, to Mrs. Jannie G. Choice, CPPO, Senior Buyer, [email protected], and Mrs. Tonya Stroud, Procurement Representative, [email protected], 2 Space Drive, Taylors, South Carolina 29687, no later than April 3, 2014, 10:00 A.M. EDT. The fax number is (864) 355-1283. Verbal questions shall not be addressed at any time. If the District determines that a response to questions or comments is required or a change in the specifications is needed, an addendum will be issued to address the matter after the Inquiry Deadline. NOTE: No other District personnel or representative of the District shall be contacted regarding this solicitation. Firms or individuals that attempt to contact other District personnel or representatives or obtain information in any way other than the authorized method described herein shall have their bid rejected.

FIRST AID SUPPLIES IFB #314-15-4-10 Page Four

An award may be made to the lowest priced, responsive and responsible bidders whose bids best meets the requirements of the IFB. The District may conduct discussions with responsive firms that submit bids for the purpose of clarification to assure a full understanding of the requirements of the IFB and the clarification of any bid. The award statement will be posted at the Procurement Department, 2 Space Drive, Taylors, SC. You may review this statement upon request. Bidders may call the Procurement Department at (864) 3551279 to determine if an award has been posted. Bidders have the right to protest this solicitation or its subsequent award in accordance with Article XIV of the District’s Procurement Code. Respondents must clearly mark as “Confidential” each part of their bid that they consider to be proprietary information. In no manner or situation will pricing be considered confidential. The District shall have the sole, exclusive right to determine whether such confidential notations are valid and subject to public release. The only way for a respondent to receive a final award statement for an award less than $50,000 is to include a self-addressed stamped envelope with the response to the solicitation. For any award greater than $50,000, and Intent to Award statement will be mailed each respondent to the same address that the solicitation was mailed. A “NO BID” response will not receive this statement. After the award of a contract, all requests for price increases must be submitted in writing with supporting documentation to the Senior Buyer and/or Procurement Director for review and approval. Any request for increase in price must be submitted in writing by the vendor not less than ninety (90) days prior to the new contract period. Any annual increases in price may not exceed the increase in the Consumer Price Index of Urban Consumers (CPI-U) for the last reported period or 3%, whichever is less. The District reserves the right to require supporting documentation from a disinterested third party as to increases in costs of the commodity in question. The District will determine the adequacy and acceptability of submitted documentation and requests for price increases. DEFAULT: IN THE EVENT THE SUCCESSFUL BIDDER DEFAULTS ON ANY PART OR ALL OF THIS BID, THE SCHOOL DISTRICT RESERVES THE RIGHT TO PURCHASE ANY OR ALL OF THE ITEMS ON THE OPEN MARKET AND CHARGE THE DEFAULTING SUPPLIER FOR THE DIFFERENCE IN THE COST. SHOULD SUCH CHARGE BE ASSESSED, NO SUBSEQUENT BIDS FROM THE DEFAULTING SUPPLIER WILL BE CONSIDERED UNTIL THE ASSESSED CHARGE IS SATISFIED.

Specifications for the desired service are described on the official Bid Form. The District will not be responsible for any errors or omissions in the bidder’s response nor for the failure on the part of the bidder to determine the full extent of the solicitation requirements and exposures.

FIRST AID SUPPLIES IFB #314-15-4-10 Page Five

Prices submitted shall be inclusive of all costs that the bidder expects the District to pay. The prices provided shall include all costs, including tax and gratuity that is required to provide the service. Product Evaluation Factors – Warehouse Shipments: It is understood and agreed that your bid is for the product specified or an Approved Equal. A user evaluation group composed of District personnel shall determine the selection of products for the warehouse inventory. The group will evaluate samples based on the following factors: price, conformance to specifications, appropriate packaging, and ease of use. Bids will be further evaluated based on anticipated delivery time and other factors as detailed in this solicitation. The quantities indicated on the enclosed Bid Form represent the best estimate of our warehouse inventory requirement for the 2014 – 2014 school year. The District does not guarantee that the District will buy any specified item or total amount. The District may bid separately any unusual requirements or large quantities of services covered by this contract. It must be understood and agreed that we may purchase more or less than the quantities indicated, at the prices indicated, on an as needed basis during the period of July 1, 2014 through June 30, 2014. THE QUANTITY INDICATED ON THE BID FORM WILL NOT BE ORDERED IN ONE SHIPMENT. If you indicate that the price for any one item is subject to receiving purchase orders for other items, your bid will not be considered. The School District will not be bound by such conditions. The District reserves the right to determine the acceptability of any proposed product or brand. The District reserves the right to reject any offering in which the item(s) are considered unsatisfactory in any manner. The District will determine if minor deviations from the listed features or specifications are acceptable. If and when requested, samples must be submitted, free of charge, IN FULL PACKAGES, as they will be supplied under the award, to the Procurement Department. All palletized deliveries must be delivered on non-returnable wood pallets. All pallets are to be shrink-wrapped. Material Safety Data Sheets must be included with your bid for any applicable products. The successful vendor(s) must warrant products against defects during the contract period. Items showing defects in any form at the time of delivery will not be accepted. Any item delivered in unacceptable packaging will not be accepted. No product or packaging substitutions will be allowed without prior permission from the Senior Buyer and/or Purchasing Agent. If a product is superseded or discontinued during the contract period, the replacement product must be submitted to the Senior Buyer and/or the Purchasing Director for approval.

FIRST AID SUPPLIES IFB #314-15-4-10 Page Six

GENERAL INFORMATION The School District of Greenville County’s Procurement Code and Regulations govern and supersede any and all documents, bids and policies, whether stated or implied. Bidders may have the right to protest this solicitation or subsequent award in accordance with Article XIV of the District Procurement Code. The District reserves the right to award the requested items as one lot or as individual lines. Our General Terms and Conditions are included by reference and can be found on the following website: http://www.greenville.k12.sc.us/gcsd/depts/procure/. NOTE: This solicitation and the corresponding purchase order is the contract between the District and the awarded bidder. The District shall not agree to, enter into or sign any agreement, contract or other document that conflicts in any material way with the District’s General Terms and Conditions and the requirements of this solicitation. Unacceptable conditions that infringe upon the rights of the District or are not in the best interest of the District shall be determined to be non-responsive and unacceptable. Bidders that take exceptions to any portion of this solicitation shall be “non-responsive” and shall not be eligible for an award. The rights and authority of such determination is reserved solely by the Procurement Officers of the District’s Procurement Department. The District shall not enter into or sign any agreement, contract, or other document that conflicts in any way with the District’s General Terms and Conditions and requirements of this solicitation. Should the bidder require the District to sign any contract and/or other agreement, the bidder shall provide such contract or agreement or other pertinent documents to the District’s undersigned Senior Buyer prior to the inquiry deadline of April 3, 2014. Submittal of such agreement, contract, or document does not constitute an acceptance by the District of any terms(s) and/or condition(s) contained in such document. Agreements, contracts, or other documents that infringe upon the rights of the District or are not in the best interest of the District shall be determined to be non-responsive. The rights and authority of such determination is reserved solely by the staff of the Procurement Department. The General Terms and Conditions of the District supercede any proposed bidder document and are incorporated in this solicitation by reference. The District shall not accept any proposed agreement, contract, terms and conditions or any other contractual document which conflict with the terms of this IFB and/or the District’s Terms and Conditions. The District shall not accept any terms and conditions which upon acceptance would be prejudicial to other proposers and/or materially change the solicitation

FIRST AID SUPPLIES IFB #314-15-4-10 Page Seven Interested firms are reminded that a “Bid Certification” form is included within the solicitation and by signing the certification form, with no alterations allowed; the bidder agrees to be bound by the terms and conditions of the solicitation. Interested firms or individuals that cannot comply with the terms and conditions of the solicitation are not encouraged to submit a bid, as the District’s terms and conditions supersede and precedence over any and all other documents submitted. Bids containing conflicting terms and conditions are subject to a finding of non-responsiveness. Permits, Licenses and Taxes The vendor shall, at its own expense, prior to an award and prior to commencing operations on behalf of the District, acquire all necessary permits, licenses and other approvals required by law to provide the required services. It is recommended that bidders contact the South Carolina Secretary of State’s office (www.scsos.com) and the City of Greenville to learn of any pertinent requirements. The District shall not interpret the requirements on behalf of the bidder. The firm and/or presenting agent must be duly licensed to conduct business in the State of South Carolina and Greenville County. The successful bidder shall meet all Federal, state and local statutes and other requirements prior to award of the project. Governing Law and Venue The solicitation and any resulting Agreement, as well as any dispute, claim, or controversy relating to the Agreement, and all the rights and obligations of all parties shall, in all respects, be interpreted, construed, enforced and governed by and processed under the laws of the State of South Carolina, except its choice of law rules. As used in this paragraph, the term "Agreement" means any transaction or contractual arrangement arising out of, relating to, or contemplated by the solicitation. The parties agree that the Venue for any action relating to this agreement shall take place and be administered in Greenville County, South Carolina. Any provisions required for inclusion in a contract of this type by an applicable and valid executive order, federal, state or local law, ordinance, rule or regulation shall be deemed to be incorporated herein. Indemnity The proposer agrees to indemnify and hold harmless the District and the District’s members, officers, employees, servants and agents, from and against any and all liabilities, losses, damages, costs and expenses of any kind (including, without limitation, reasonable legal fees and expenses in connection with any investigative, administrative or judicial proceeding, whether or not designated a party thereto) which may be suffered by, incurred by or threatened against the District or any members, officers, employees, servants or agents of the District on account of or resulting from injury, or claim of injury, to person or property arising from the awarded proposer’s actions or omissions relating to this Agreement, or arising out of the proposer’s breach or failure to perform any term, covenant, condition or agreement herein provided to be performed by the proposer.

FIRST AID SUPPLIES IFB #314-15-4-10 Page Eight

Student and Staff Safety The successful bidder/contractor will be required to verify that criminal conviction checks and criminal background checks have been conducted on all employees who may interact with staff or students during the performance of the awarded Scope of Work or who may have a need to enter District property related to the performance of the contract. Persons who are identified as a Sex Offender as defined by the South Carolina Code of Laws (Ann. 2006). Paragraph 223-3-400 or other statute or any other states’ statutes other than South Carolina; are prohibited from entering any of The School District of Greenville County schools at any time, including all grounds and all facilities. Persons employed by the contractor who are under investigation or have been charged with crimes against children or crimes of a sexual nature shall not be allowed on District property. Failure by the awarded bidder/contractor to observe this requirement shall result in the immediate termination of any existing contract at no charge to the District. South Carolina Illegal Immigration Reform Act By signing its bid, Contractor certifies that it will comply with the applicable requirements of Title 8, Chapter 14 of the South Carolina Code of Laws and agrees to provide to the District, upon request, any documentation required to establish either: (a) that Title 8, Chapter 14 is inapplicable both to Contractor and its subcontractors or sub-subcontractors; or (b) that Contractor and its subcontractors or sub-subcontractors are in compliance with Title 8, Chapter 14. Pursuant to Section 8-14-60, "A person who knowingly makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this chapter is guilty of a felony and upon conviction, must be fined within the discretion of the court or imprisoned for not more than five years or both." Contractor agrees to include in any contracts with its subcontractors language requiring its subcontractors to (a) comply with the applicable requirements of Title 8, Chapter 14, and (b) include in their contracts with the sub-subcontractors language requiring the sub-subcontractors to comply with the applicable requirements of Title 8, Chapter 14. (An overview provided by the state is available at www.procurement.sc.gov) The District shall be entitled to audit the records of a bidder or any subcontractor under any negotiated contract or subcontract other than a firm fixed price contract to the extent that such books and records relate to the performance of such contract or subcontract. Such books and records shall be maintained by the bidder for a period of three (3) years from the date of final payment under the prime contract and by the subcontractor for a period of three (3) years from the date of final payment under the subcontract, unless a shorter period is authorized in writing by a District Procurement Officer. The successful bidder shall perform this project in compliance with all Federal and State requirements concerning fair employment practices for all employees and applicants. Bidders shall promote the employment of the disabled and disadvantaged and shall employ without regard or discrimination due to the reason of ethnic background, age, color, religion, gender, national origin or physical disability. Bidders should provide information regarding the use of minority subcontractors if applicable or if requested by the District. Assistance to minority and disadvantaged firms and individuals is available in accordance with the District’s Minority Business Enterprise Utilization Plan.

FIRST AID SUPPLIES IFB #314-15-4-10 Page Nine

By submitting a solicitation response, the bidder/proposer acknowledges that they have had the opportunity to inquire about this solicitation, the District’s Procurement Code and other policies. Responsibility of the bidder or offeror shall be ascertained for each contract awarded by the District based upon full disclosure to the District concerning capacity to meet the terms of the contracts and based upon past record of performance for similar contracts. The unreasonable failure of a bidder or offeror to supply information promptly in connection with an inquiry with respect to responsibility may be grounds for a determination of non-responsibility with respect to such bidder or offeror. Failure to provide requested information may result in rejection of a solicitation response, suspension, or debarment. The District cannot guarantee that any particular vendor or product will be selected or any business conducted as a result of this solicitation. Failure to receive business once an award has been made is not grounds for contract controversy. Cooperative Purchasing The School District of Greenville County’s Procurement Code and Regulations authorizes the use of cooperative purchasing practices with regard to other public procurement units. Accordingly, any South Carolina school district, state, city or county agency or other public procurement unit may participate in any resulting award if agreeable to the District, the successful bidder/proposer and the other public procurement unit. The District shall not guarantee participation nor be responsible for the resulting business with any other entity. Purchase orders, delivery arrangements, payments and any other like documentation or performance shall be the responsibility of the actual participating public procurement unit, not The School District of Greenville County. The successful bidder/proposer shall hold harmless The School District of Greenville County for any loss or damage caused by another public procurement unit. Procurement Card Processing The District has the capability to pay the majority of vendor invoices with a District managed Procurement Card (P-Card). The District reserves the right to request that the awarded vendor process invoice/payment transactions by use of the District P-Card. Failure by the vendor to provide P-Card transaction processing capabilities shall not be grounds for rejection of a bid or contract controversy. Any discounts offered by the vendor as the result of the District’s use of the P-Card should be noted in the bid response on a separate page entitled Procurement Card Capability or expressed in subsequent communications. Use of District Name The awarded bidder shall not use the name of the District in advertising or in seeking or joining into contracts with suppliers, customers or for any other manner. The bidder shall make all of its contracts in its own name and the awarded firm shall be responsible for its financial obligations and contracts, not the District.

FIRST AID SUPPLIES IFB #314-15-4-10 Page Ten Contract Termination for Cause The District reserves the right to terminate this solicitation or resulting agreement upon a thirty (30) day notice, when in the best interest of the District. Termination of any contract by the District for cause, non-performance, default or negligence on the part of the successful bidder(s) shall be a retained right. Termination costs levied against the District shall not apply and the thirty (30) day termination notice requirement shall be waived. The default provisions shall apply when a contract is terminated for cause. The District reserves the right to terminate the continuation of any project, agreement, service or award resulting from this solicitation when funding has not been appropriated. The District does not anticipate canceling a project or an agreement; however, it shall reserve the right to act in the best interests of the District and its constituents. Termination for Convenience If the District wishes to cancel the contract, it will notify the contractor at least thirty (30) days prior to termination. In the event that this contract is terminated or canceled upon request and for the convenience of the District without thirty (30) day advance written notice, then the District shall negotiate reasonable termination costs, if applicable. Bidder’s/Contractor’s Relationship with the District The successful bidder(s) shall be independent of the District. None of the bidder’s employees shall be deemed for any purpose to be employees, agents, or servants of the District, but shall at all times serve as employees, agents or servants of the contractor for whom and at whose direction they shall act. No acts performed for or representations made, whether written or oral, by the contractor to third parties shall bind the District. The contractor shall be solely responsible for the withholding and payment of all federal, District and local personal income, social security, unemployment, workers compensation and other payroll taxes for its employees. The District shall have no liability of any sort for the contractor’s employees. Postponements A bid due date or a pre-bid conference shall be postponed if the District Procurement Department is closed for any of the following reasons: 1) Causes beyond the control of the District (e.g., fire, flood, weather conditions, etc.), 2) Emergency or unanticipated events that interrupt normal District or Procurement operations. The postponed event (opening or conference) shall automatically be rescheduled to the next full District business day after the published due date. A District business day starting after an opening delay (Example: A two (2) hour delay in opening) is not a full District business day. Please note that school delays and administrative office delays may be different. The bidder should consult the District (864) 355-3100 or local media regarding closures.

FIRST AID SUPPLIES IFB #314-15-4-10 Page Eleven

Key Event Dates Inquiry Deadline – April 3, 2014 at 3:00 P.M. EDT

Due Date/Public Opening - April 10, 2014 at 10:00 A.M. EDT

Deliver the bid to:

Procurement Department The School District of Greenville County 2 Space Drive Taylors, S.C. 29687

Instructions to Bidders All bids must be in a sealed envelope and have clearly marked on the envelope: FIRST AID SUPPLIES IFB # 314-15-4-10 If you do not wish to bid, please submit a “NO BID” letter indicating your reason for not doing so. Failure to respond with either a bid or “No Bid” letter may result in removal of your company from our active vendors list. The District appreciates the bidder’s interest in the District. Regards,

Jannie G. Choice, CPPO Senior Buyer

BID FORM - FIRST AID SUPPLIES – 2014 IFB #314-15-4-10 Page 1 of 5

SDGC

ITEM

NO.

NO

5010

1.

5020

5090

2.

3.

5110

4.

5210 5220 5230 5245

5. 6. 7. 8.

5250

9.

5265

10.

5270

11.

Description

Estimated

Brand Name/

Unit

Quantity

Manufacturer Item Number

Price

ADHESIVE TAPE, WATERPROOF 1/2" Wide. White. 10 yds../metal spool.

300

$_________/roll

ADHESIVE TAPE, POROUS 1" Wide. White. 10 yds../metal spool.

300

$_________/roll

APPLICATORS, COTTON TIPPED SOLON #361. 10/bag. 10 bags/box.

300

$_________/box

BACITRACIN OINTMENT, 1 oz. tube

300

$________/tube

300 300 300 300

300

$_________/roll $_________/roll $_________/roll $_________/roll $_________/roll $_________/roll $_________/roll $_________/roll $_________/roll $__________/ea.

300 300 300 300

$________/box $_________/box $_________/box $_________/box

BANDAGES ABCO. 2" Elastic with 2 clips. 5 yds./roll. ABCO. 3" Elastic with 2 clips. 5 yds./roll. ABCO. 4" Elastic with 2 clips. 5 yds./roll. ABCO. STERILE. 2" GAUZE, Conforming. 5 yds./roll. ABCO. STERILE. 3" GAUZE, Conforming. 5 yds./roll. ABCO. STERILE. 4" GAUZE, Conforming. 5 yds./roll. TRIANGULAR, 100% Cotton, 35" x 35" x 50" with 2 safety pins.

300 300

BANDAGES, SHEER ADHESIVE STERILE, ADHESIVE, waterproof with non-adherent pad. LATEX FREE. 5285 5287 5300 5310

12. 13. 14. 15.

Strips, 3/4" x 3".100/box. Strips, 2" x 4". 50/box. Spots, 7/8" round, 100/box Patch, 1.5" x 1.5", 100/box CUPS

5450

16.

SWEETHEART #RD3. 3 oz. flat bottom, dry waxed. 100/tube.

300

$________/tube

5725

17.

MEDICINE. Disposable, 1 oz. flat bottom

300

$_______/tube

5440

18.

300

$________/box

5540

19.

COTTON BALLS, J&J. Sterile. 130/box. EXAMINATION PAPER 21" x 125 ft. Crepe Finish. White.

300

$_______/casease

FIRM'S NAME: __________________________________________ AUTHORIZED SIGNATURE: ________________________________________

Page 2 of 5

IFB #314-15-4-10

FIRST AID SUPPLIES SDGC

ITEM

NO.

NO

Description

21.

FORCEPS, SPLINTER, PLAIN 4.5" stainless steel with fine point.

5620

-

BID FORM

Estimated

Brand Name/

Unit

Quantity

Manufacturer Item Number

Price

300

$________/ea.

GLOVES, HYPO-ALLERGENIC Powder-Free, Synthetic Exam, LATEX FREE 5625 5626 5627 5628

22. 23. 24. 25.

AMERICARE, 100/box. Small AMERICARE.100/box. Md. AMERICARE. 100/box. Large AMERICARE, 100/box, X-Large

300 300 300 300

$_______/box $$_ $_______/box $_______/box $_______/box

5700

26.

FIRST AID KITS WHITE CROSS #52410. 25-Person.

300

$________/ea.

EMESIS BASIN 8". Kidney-shaped. Plastic. Graduated.

300

$________/ea.

5805

5810

27.

28.

5900

29.

5910

30.

5920

31.

5915

32.

5925

33.

SAFETY PINS #2 Medium. Nickel-plated steel. 144/package. GAUZE ABCO. 2" x 2" 12-ply PADS. STERILE. Individually wrapped. 100/box. ABCO. 3" x 3" 12-ply PADS. STERILE. Individually wrapped. 100/box. ABCO. 4" x 4" 12-ply PADS. STERILE. Individually wrapped. 100/box. ABCO. 4" X 4" 8-ply SPONGES. NON-STERILE. 200/bag.

300

$______/pkg.

300

$_______/box

300

$_______/box

300

$_______/box

300

$_______/box

KENDALL. 2" x 3". STERILE. Individually wrapped. 100/box.

300

$_______/box

TONGUE DEPRESSORS SOLON #369. STERILE. Senior, 6". 100/box.

300

$______/box

300

$_______/case

800

$________/box

LYSOL SPRAY, SAMPLE REQUIRED. FRESH SCENT. 12 oz. can.

500

$_______/can

ISOLYSER SHARPS SYSTEM

300

$_______/ea.

PADS, TELFA

5965

34.

6054

35.

SANITARY NAPKINS Individually boxed. 250/case.

5315

36.

TINACTIN CREAM, 15 gm tube.

5710

37.

5720

6055

38.

39.

TISSUES, FACIAL. SAMPLE REQUIRED. KLEENEX 21400. 2-ply, 9" x 8". 140/box.

Part #SRS800, 800 cc capacity, polyethylene, puncture-resistant kits with isolyser solution.

FIRM'S NAME: ___________________________________________________ AUTHORIZED SIGNATURE: ________________________________________

IFB #314-15-4-10

Page 3 of 5

FIRST AID SUPPLIES SDGC NO.

ITEM NO

-

Estimated Description

Quantity

BID FORM Brand Name/ Manufacturer Item Number

Unit Price

6059

40.

CLEAN-UP KITS Must include the following: one pair of disposable latex gloves, medium size, dry chlorine absorbent, one spatula, one bottle of ready-to-use germicidal detergent, one heavy-duty cleaning cloth, one red plastic bag with twist tie, and one small bottle of antiseptic alcohol hand rinse.

300

$________/ea.

6063

41.

ISOLATION KITS

300

$________/ea.

Must include the following: one pair of disposable latex gloves, medium size, one pair of shatter resistant, non-fog, wrap-around design goggles, one disposable gown made of non-woven material with woven cuffs, closed front, calf length with side ties, one each mask with metal adjustment band and elastic strap, one cap cover, 21 inches, one pair of shoe covers, one red disposable bag with tie.

6067

42.

DISPOSABLE POCKET RESUSCITATION

300

$___________/ea.

MASK Part #LAERDAL #82-00-03 One-way valve.

6068

43.

REPLACEMENT VALVES

300

$________/ea.

300

$_______/box

Part #LAERDAL #82-04-00. 6071

44.

Pre-Moistened Anti-Microbial Towelettes VIONEX. Must contain Nonoxynol-9. 50/box.

6075

45.

Anti-septic Ready-to-Use Skin Cleanser MEDI-SCRUB #014853L 18 oz. plastic bottle with pump.

300

$________/btl.

6079

46.

Disinfectant Cleanser and Deodorant ASEPTI-STERYL #104418l. 15 oz. can. Disinfects HIV-1 Virus, Polio Virus Types 1 and 2, Influenza A2/Hong Kong Virus, Herpes Simplex Virus Types 1 and 2. 20 oz. can

300

$_______/can

FIRM'S NAME: ________________________________________________ AUTHORIZED SIGNATURE: ________________________________________

IFB #314-15-4-10

Page 4 of 5

FIRST AID SUPPLIES SDGC

ITEM

Estimated

NO.

NO

Description

Quantity

5825

47.

ALCOHOL PREP PADS 2-ply medium pad saturated with 70% isopropyl alcohol. 50/box sealed in laminate foil.

5008

48.

5460

49.

5500

50.

5525

-

BID FORM Brand Name/

Unit

Manufacturer Item Number

Price

300

$_______/box

300

$_______/box

300

$________/ea.

Dropper, Medicine 1/2 tsp. and 1 tsp. dropper. Calibrated in ml. and tsp.

300

$________/ea.

51.

Zip-loc Bags, 6-1/2" x 5-7/8", 50/box. Zipper closure.

300

$______/box

5735

52.

Baby Wipes, Non-alcohol, 80/box

300

$_______/box

5850

53.

Scissors, All Purpose Cuts through leather, plastic, light metals, heavy fabrics. Fully hardened surgical stainless steel with one serrated edge. Autoclavable.

300

$________/ea.

5951

54.

300

$________/ea.

5952

55.

Digital Thermometer Covers To use with Item 63. Disposable. 100/box.

300

$_______/box

6085

56.

Disposable Bag Resuscitators Includes the resuscitator, oxygen reservoir, oxygen tubing, a mask, and a transparent bag for storage.

300

$_______/ea.

6098

57.

Germicidal Disposable Wipes Super Sani-Cloth Surface Wipes. PDI-Q55172., 6" X 6-3/4", 60/canister.

300

$_______/ctn.

CO-FLEX COHESIVE FLEXIBLE BANDAGE LATEX-FREE. RAINBOX PACK. 2" X 5 YDS.. 36/box PAPER CUP DISPENSER Chrome plate finish. Dispensers adjusts to accommodate 2 oz. to 8 oz. cups. Holds forty to seventy cups depending on cup size.

DIGITAL THERMOMETER Large Display, flexible tip. In individual plastic carrying case.

6086

58.

Disposable Student Mask

300

___________________________

$__________/ea.

6087

50.

Mask N95 Respirator Formed Cup

300

__________________________

$_________/ea.

6057

60.

Sani-Hands Wipes for Kids

300

_________________________

$_________/ea.

FIRM'S NAME: __________________________________________ AUTHORIZED SIGNATURE: ________________________________________ Mailing Address: __________________________________________________________ _________________________________________________ Telephone #: ____________________________

FAX # __________________________

SC Minority Vendor: Yes_______

Federal ID #: ____________________________ Email: ___________________________________

No _______

Printed Name: ______________________________ _____

Page 5 of 5

FIRST AID SUPPLIES – BID FORM – CATALOG DISCOUNT IFB #314-15-4-10 In accordance with the specifications and terms of IFB # 314-15-4-10 the undersigned bidder submits the following percentage discount(s) to supply material as needed by the District.

Percentage discount applied to catalog:

__________ Percent (%)

If no single percentage can be assigned, please provide a breakdown of the percentage discount offered:

Product Category

Percentage Discount____

_______________________________ _______________________________ _______________________________ _______________________________ _______________________________

____________________ % ____________________ % ____________________ % ____________________ % ____________________ %

If applicable, please provide a separate list of any/all exclusions. If prices are available on your firm’s website, please provide the following: GCSD user name: ______________________ GCSD password: _______________________

BIDDER’S AUTHORIZATION: ____________________________________________________________________________________________ (TYPE OR PRINT NAME OF CONTRACTOR)

____________________________________________________________________________________________ (TYPE OR PRINT ADDRESS)

____________________________________________________________________________________________ (TYPE OR PRINT CITY, STATE, AND ZIP CODE)

TELEPHONE_______________________________

FAX _______________________________

(TYPE OR PRINT PHONE NUMBER AND FAX NUMBER)

____________________________________________ (TYPE OR PRINT LEGAL NAME)

____________________________________________ (AUTHORIZED SIGNATURE)

______________________________________ (OFFICIAL TITLE)

______________________________________ (DATE)

Email Address: _________________________________________________________________