Chevrolet Tahoes

Agency: State Government of Arkansas
State: Arkansas
Type of Government: State & Local
NAICS Category:
  • 441110 - New Car Dealers
Posted Date: Mar 1, 2024
Due Date: Mar 11, 2024
Solicitation No: DOC-24-005
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
description agency opening date/time bid number buyer
Chevrolet Tahoes Arkansas Department of Corrections 03/11/2024 02:00 PM CDT DOC-24-005

Attachment Preview

STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF CORRECTIONS
1302 Pike Avenue, Suite C
North Little Rock, Arkansas 72114
INVITATION FOR BID
Bid Number:
Description:
Agency:
SOLICITATION INFORMATION
DOC-24-005
Solicitation Issued: March 1, 2024
Chevrolet Tahoe SUV
Department of Corrections, Shared Services Construction Division
SUBMISSION DEADLINE AND DELIVERY OF RESPONSE DOCUMENTS
Bid Opening Date: March 11, 2024
Bid Opening Time: 2:00 p.m., Central Time
Submissions for this Invitation for Bid must be submitted to the email address listed below designating the IFB
number and “Response” in the subject line of the email.
DOC Contact:
Email Address:
Bid Posting
Website:
DEPARTMENT OF CORRECTIONS CONTACT INFORMATION
Heather Bailey
Contact’s Direct Number:
Heather.bailey@arkansas.gov
Office of State Procurement Other Procurement Units
501.353.9153
Page 1 of 13
Bid Solicitation Document
SECTION 1 REQUIREMENTS
Do not provide responses to items in this section unless specifically and expressly required.
1.1 INTRODUCTION
This Invitation for Bid (IFB) is issued by the Arkansas Department of Corrections (DOC or Department)
for the Shared Services Construction Division to obtain pricing and contracts for a total of two (2), 2024
Chevrolet Tahoe SUVs or approved equivalent.
1.2 LIVE BID OPENING
Use the information below to view the bid opening online.
Microsoft Teams Meeting Link: Click here to join the meeting
Meeting ID: 280 840 490 679
Meeting Password: LJ49Ms
Dial-In Information: 501-244-3310
Phone Conference ID: 599 406 280#
1.3 CLARIFICAITON OF SOLICITATION
A. The Prospective Contractor shall notify the DOC Contact of any term, condition, or issue that
precludes the Prospective Contractor from submitting a compliant, Responsive Bid. The Prospective
Contractor should note that it is the responsibility of the Prospective Contractor to seek resolution of
all such issues, including those relating to the terms and conditions of the contract, prior to the
submission of a bid.
B. The Prospective Contractor may contact the DOC Contact with non-substantive questions at any time
prior to the bid opening.
C. Any oral statement by DOC will not be part of any contract resulting from this solicitation and may not
reasonably be relied upon by any Prospective Contractor as an aid to interpretation unless it is
reduced to writing and expressly adopted by DOC.
1.4 DEFINITION OF TERMS
A. Unless otherwise defined herein, all terms defined in Arkansas Procurement Law have the same
meaning herein.
B. “Bid Submission Requirement” means a task a Prospective Contractor must complete when
submitting a bid response. These requirements will be distinguished by using the term “shall” or
must” in the requirement.
C. “Business Day” means Monday through Friday, 8:00 a.m. to 4:30 p.m. Central Time, excluding State
Holidays.
D. “Calendar Day” means every day on the calendar, including weekends and holidays.
E. “Contractor” means a person who sells or contracts to sell commodities and/or services.
F. The terms “Invitation For Bid,” “IFB,” “Bid Solicitation,” and “Solicitation” are used synonymously in
this document.
G. “Prospective Contractor” means a responsible bidder who submits a Responsive Bid in response to
this solicitation.
Page 2 of 13
Bid Solicitation Document
H. “Requirement” means a specification that a Contractor’s commodity must and/or service shall meet
or exceed in the performance of its contractual duties under any contract awarded as a result of this
IFB. These specifications will be distinguished by using the terms “shall” and “must” in the
requirement.
I. “Responsive Bid” means a bid submitted in response to this solicitation that conforms in all material
respects to this IFB.
J. “State” means the State of Arkansas. When the term “State” is used herein to reference any
obligation of the State under a contract that results from this solicitation, that obligation is limited to
the State Department using such a contract.
1.5 PROSPECTIVE CONTRACTOR QUALIFICATIONS
A. All Prospective Contractors shall be licensed by the Arkansas Motor Vehicle Commission as allowed
by Arkansas Code Annotated §23-112-301 and §23-112-312.
B. Prospective Contractors shall have on file with the Office of State Procurement a current copy of their
Arkansas Dealers License issued by the Arkansas Motor Vehicle Commission. Prospective
Contractors should submit a copy of their Arkansas Dealers License with their Bid Response Packet
but must submit a current copy of their Arkansas Dealers License issued by the Arkansas Motor
Vehicle Commission prior to Anticipation to Award or within three (3) Business Days of a request by
DOC or any other State Department.
C. At the time of bis submission, the Prospective Contractor shall have in place all facilities, staff, and
other operations necessary for providing the new vehicles listed in this IFB to DOC.
1.6 PROSPECTIVE CONTRACTOR REQUIREMENTS
The Prospective Contractor shall abide by all bid pricing requirements as stated within this IFB and the
Bid Response Packet.
1.7 SCOPE OF WORK
The DOC Shared Services Construction Division plans to purchase two (2), 2024 Chevrolet Tahoe SUVs.
1.8 SPECIFICATIONS
A. The vehicles must be new, and the latest model of proven performance, and in standard production
by the manufacturer at the time of delivery.
B. Optional equipment must be in addition to the Federal and State specifications for new vehicles.
C. The vehicles must contain all standard items, normally included by the manufacturer, of the year,
make, and model at no extra cost to the State.
D. Features that come standard from the factory must not be deleted or charged as additional options.
E. Pertaining to any specifications within the IFB which present approximate values, it is preferred that
the Prospective Contractor exactly meets the number value(s) specified. However, if the Prospective
Contractor does not meet the exact number values(s) specified, the Department of Corrections will
have the final determination whether the bid will be acceptable.
1.9 MINIMUM SPECIFICATIONS
A. At a minimum, the Chevrolet Tahoe SUVs must include all of the following components or
component equivalents approved by DOC.
Page 3 of 13
Bid Solicitation Document
Quantity Needed:
Vehicle Type:
Package/Part ID
1FL
5J3
5J9
5LO
6C7
6E8
6J3
6J4
6J7
6N5
6N6
7X3
9C1
A2X
AMF
AT6
ATD
ATH
AU7
AY0
AZ3
BCV
BG9
BVE
C6G
CJ2
DLF
FE9
GU5
H1T
IOR
K34
KC4
KI4
KNP
KX4
L84
MHU
N37
PXT
R6J
R6Q
RC1
RNQ
T8Z
TB4
Two (2)
Chevrolet Tahoe SUV or approved equivalent
Description
Commercial/Fleet Preferred Equipment
Calibration, Surveillance, Mode Int. Lighting (SEO)
Calibration, Taillamp Flasher, Red/White
(SEO) Calibration, Taillamp Flasher, Red/Red
(SEO) Lighting, Red/White front, aux dome
Fleet Common Key System (SEO)
(SEO) Wiring Grille Lamp and Speakers
(SEO) Wiring Horn/Siren Circuit
(SEO) Flasher System, Headlamp and Tail lamp
(SEO) Rear Window Switches, Inoperative
(SEO) Rear Door Locks, Inoperative
(SEO) Spot lamp, left-hand LED
Police Package
Power Seat Adjuster (Driver’s Side)
Remote Keyless Entry Package
Seat, 2nd row 60/40 Bench, manual
Seat Delete: Third Row
Keyless Open and Keyless Start
Key common, fleet
Airbags frontal, front seat side-impact and roof-rail
Seats: Front 40/20/40 Split-Bench, Full Feature
(SEO) Calibration, Rear Door Auto Lock Disable
Floor Covering: Rubberized Vinyl, Black
Assist Steps, Black
GVW Rating 7,600 pounds
Climate Control, Electronic Multi-zone
Mirrors, O/S: Power, Heated
Federal Emissions
Rear Axle: 3.23 Ratio
1WT/1FL-Cloth, Jet Black, Interior Trim
Chevrolet Infotainment, 7” Color Screen
Cruise Control
Cooler, Engine Oil
120 Volt Electrical Receptacle, In Cab
Transmission Cooling System
Alternator, 250 AMP
Engine: 5.3L, EcoTec3 V-8, DI, Dynamic Fuel Mgt, V V T
Transmission, 10sp, 10L80 Gen 2
Steering Column, Manual Tilt and Telescoping
Wheels: 20” Steel
Ship Thru Code Acknowledgement
Processing Option
Skid Plate
Wheel, 10” Full Size, Spare, Steel
Buckle-to-Drive
Liftgate, Rear, Manual
Page 4 of 13
Bid Solicitation Document
U2J
UD5
UDA
UK3
UN9
UT7
UTJ
UVB
V03
V53
WUA
XCS
Z56
Z82
SiriusXM Satellite Radio, Delete
Parking Assist, Front and Rear Sensors
Communication System, deactivated
Radio Controls-Steering Wheel
(SEO) Radio Suppression Package
(SEO) Ground Studs, Aux, Cargo Area Inside Liftgate
Theft Protection System, Unauthorized Entry
Rear Vision Camera, HD
Cooling System, Extra Capacity
Luggage Rack Side Rails None
Fascia, Front, Custom
Tire All 275/55R20 SL 113V BW AL3 VAR1
Chassis Package Police Conversion
Trailering Package
1.10 DELIVERY: FOB DESTINATION
Department of Corrections
Attn: Theresa Spurlock
7800 Corrections Circle
Pine Bluff, AR 71603
A. The Contractor shall contact Theresa Spurlock, Vehicle Manager at 870.850.8567 prior to delivery of
the vehicle and shall follow up with an email to Ms. Spurlock (Theresa.spurlock@arkansas.gov)
confirm delivery date and time.
B. The bid price must include all shipping and handling costs.
C. The Department requests delivery of vehicles within one hundred twenty (120) Calendar Days after
receipt and acknowledgment of purchase order. If this delivery cannot be met, the Prospective
Contractor must state the alternate number of days required to begin the order and/or place the
commodity in the DOC’s designated location. Failure to state the alternate delivery time obligates the
Contractor to complete delivery by the Department’s requested date. Extended delivery dates may
be considered when in the best interest of the Department.
D. All deliveries shall be made during normal state work hours of 8:00 a.m. to 4:30 p.m. and within the
agreed upon number of days unless otherwise arranged and coordinated with the agency. The
Contractor shall give the agency immediate notice of any anticipated delays or plant shutdowns that
will affect the delivery requirement.
E. Loss or damage that occurs during shipping, prior to the order being received by the agency, is the
Contractor’s responsibility. All orders should be properly packaged to prevent damage during
shipping.
F. The Department assumes no liability for commodities produced, processed, or shipped in excess of
the amount specified on the agency's purchase order.
G. Bid prices must include prepaid delivery of all vehicles to DOC regardless of location within the State
of Arkansas. If delivery time, stated for a particular vehicle is considered excessive by DOC, the bid
for that vehicle may be rejected. Failure to deliver the vehicle within the stated time may result in
cancellation of the order of vehicle(s). If cancellation occurs, DOC may purchase the vehicle(s) from
another source and charge the difference, if any, to the defaulting Contractor.
Page 5 of 13

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

The City of Little Rock, Arkansas will receive sealed bids until time and

Arkansas Democrat-Gazette

Bid Due: 5/06/2024

Options Event # Version Name Category Sub Category Type Reference Open Date Close

City of Little Rock

Bid Due: 5/06/2024

The City of Little Rock, Arkansas will receive sealed bids until time and

Arkansas Democrat-Gazette

Bid Due: 5/08/2024

Windrow Turner Bid

City of Fort Smith

Bid Due: 5/14/2024