2023 or 2024 AWD SUV (Durango, Explorer, or Tahoe)

Agency: Sedgwick County
State: Kansas
Type of Government: State & Local
Posted Date: Oct 12, 2023
Due Date: Oct 19, 2023
Solicitation No: 23-0071
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
RFB/RFP Due Date Description Document Pre-bid Conference
23-0071 10/19/2023 5:00:00 PM 2023 or 2024 AWD SUV (Durango, Explorer, or Tahoe)

Attachment Preview

SEDGWICK COUNTY, KANSAS
DIVISION OF FINANCE
Purchasing Department
100 N. Broadway, Suite 610 ~ Wichita, KS 67202
Phone: 316 660-7255 Fax: 316 660-1839
https://www.sedgwickcounty.org/finance/purchasing/
requests-for-bid-and-proposal/
October 12, 2023
REQUEST FOR BID
RFB #23-0071
2023 OR 2024 AWD SUV (DURANGO, EXPLORER, OR TAHOE)
Sedgwick County, Kansas (hereinafter referred to as “county”) is seeking bids for a 2023 or 2024 AWD SUV (Durango,
Explorer, or Tahoe) to be used by the Sheriff’s Office. This is a quick turnaround bid and we are looking for a
vehicle that would be on the lot or readily available. If your firm is interested in submitting a response, please do
so in accordance with the instructions contained within the attached Request for Bid. Responses are due no later than 5:00
pm CDT October 19, 2023.
All contact concerning this solicitation shall be made through the Purchasing Department. Bidders shall not contact
county employees, department heads, using agencies, evaluation committee members or elected officials with questions or
any other concerns about the solicitation. Questions, clarifications and concerns shall be submitted to the Purchasing
Department in writing. Failure to comply with these guidelines may disqualify the Bidder’s response.
Sincerely,
Tammy Culley
Purchasing Agent
TC/ks
RFB #23-0071
1
Sedgwick County….Working for You
Table of Contents
I.
Purpose
II. Submittals
III. Scope of Work
IV. Sedgwick County’s Responsibilities
V. Bid Terms
A. Questions and Contact Information
B. Minimum Firm Qualifications
C. Evaluation Criteria
D. Request for Bid Timeline
E. Contract Period and Payment Terms
F. Insurance Requirements
G. Indemnification
H. Confidential Matters and Data Ownership
I. Bid Conditions
VI. Required Response Content
VII. Response Form
VIII. Pricing Sheet
RFB #23-0071
2
Sedgwick County….Working for You
I. Purpose
Sedgwick County, located in south-central Kansas, is one of the most populous of Kansas’ 105 counties with a population
estimated at more than 514,000 persons. It is the sixteenth largest in area, with 1,008 square miles, and reportedly has the
second highest per capita wealth among Kansas’ counties. Organizationally, the county is a Commission/Manager entity,
employs nearly 2,800 persons, and hosts or provides a full range of municipal services, e.g. – public safety, public works,
criminal justice, recreation, entertainment, cultural, human/social, and education.
Sedgwick County is seeking bids for 2023 or 2024 AWD SUV (Durango, Explorer, or Tahoe), in accordance with the
specifications outlined, for Sedgwick County Sheriff’s Office.
II. Submittals
Carefully review this Request for Bid. It provides specific technical information necessary to aid participating firms in
formulating a thorough response. Should you elect to participate with an electronic response, the RFB number must be
entered in the subject line and email the entire document with supplementary materials to:
Purchasing@sedgwick.gov
Tammy Culley
Sedgwick County Purchasing Department
100 N. Broadway, Suite 610
Wichita, KS 67202
SUBMITTALS are due NO LATER THAN 5:00 pm CDT Thursday, October 19, 2023. If there is any difficulty
submitting a response electronically, please contact the Purchasing Technicians at purchasing@sedgwick.gov for
assistance. Late or incomplete responses will not be accepted and will not receive consideration for final award.
III. Scope of Work
MINIMUM MANDATORY REQUIREMENTS AND SPECIFICATIONS
The following specifications are for the procurement of a 2023 or 2024 AWD SUV (Durango, Explorer, or Tahoe).
Manufacturer’s standard equipment presumed to be included unless otherwise specified.
A. All items bid are to be factory installed unless authorized by Sedgwick County Fleet Management.
B. After award and prior to delivery, an appointment must be made to deliver vehicle to Fleet Management, 1021
Stillwell Wichita, Kansas. Please contact Beau Bergeron at 316-660-7477 and Brian Richey at 316-660-3440.
C. Fleet Management will not accept ownership until vehicles have been inspected for compliance with
specifications below and Manufacturer’s Statement of Origin (MSO) has been delivered.
D. Maintenance manuals to be invoiced separately.
E. Provide all warranty information.
F. Pricing must be quoted as a delivered price.
G. Equipment shall meet or exceed the following descriptions. Any additions, deletions, or variations from
the following descriptions must be noted.
SPECIFICATIONS
2023 or 2024 AWD SUV (Durango, Explorer, or Tahoe)
1. Engine
V6 or V8
2. Transmission
Automatic
3. Steering
Power Steering
4. Exterior Color
Based on Availability
5. Interior
Cloth Seats
6. Heating and Air Conditioning Factory Installed
MEETS
SPECIFICATION
Yes
No
RFB #23-0071
3
Sedgwick County….Working for You
7. Accessories
a. Park Assist
b. Lane Change Alert
c. Power Windows, Locks
d. Cruise Control
e. Rear Back Up Camera
This is a quick turnaround bid and we are looking for a vehicle that would be on the lot
or readily available.
IV. Sedgwick County’s Responsibilities
Provide information, as legally allowed, in possession of the county, which relates to the county’s requirements or
which is relevant to this project.
Designate a person to act as the County Contract Manager with respect to the work to be performed under this
contract.
County reserves the right to make inspections at various points of the project. Contractor agrees to openly
participate in said inspections and provide information to the county on the progress, expected completion date
and any unforeseen or unexpected complications in the project.
V. Bid Terms
A. Questions and Contact Information
Any questions regarding this document please email Tammy Culley at tamara.culley@sedgwick.gov.
B. Minimum Firm Qualifications
This section lists the criteria to be considered in evaluating the ability of firms interested in providing the service(s) and/or
product(s) specified in this Request for Bid. Firms must meet or exceed these qualifications to be considered for award.
Bids submitted must reflect in detail their inclusion as well as the degree to which they can be provided. Any exceptions
to the requirements listed should be clearly detailed in bidder’s response.
Bidders shall:
1. Have proper certification(s) or license(s) for the services/product specified in this document.
2. Ensure that project work meets all local, state and federal laws, regulations and ordinances.
3. Have the capacity to acquire all required permits, bonds, escrows or insurances.
4. Provide appropriate project supervision and quality control procedures.
5. Have appropriate material, equipment and labor to perform job safely and efficiently. All costs associated with
meeting this requirement will be the sole responsibility of the vendor.
C. Evaluation Criteria
An award will be made to the lowest responsible and responsive bidder.
D. Request for Bid Timeline
The following dates are provided for information purposes and are subject to change without notice. Contact the
Purchasing Department at (316) 660-7255 to confirm any and all dates.
Distribution of Request for Bid to interested parties
Bid due before 5:00 pm CDT
Award Recommendation
October 12, 2023
October 19, 2023
TBD
E. Contract Period and Payment Terms
A contractual period will begin upon award of purchase order.
RFB #23-0071
4
Sedgwick County….Working for You
County may cancel its obligations herein upon thirty-day (30) prior written notice to the other party. It is understood that
funding may cease or be reduced at any time, and in the event that adequate funds are not available to meet the obligations
hereunder, either party reserves the right to terminate this agreement upon thirty (30) days prior written notice to the other.
Payment will be remitted following receipt of monthly detailed invoice.
Payment and Invoice Provisions
https://www.sedgwickcounty.org/media/55477/payment-and-invoice-provisions.pdf
F. Insurance Requirements
Liability insurance coverage indicated below must be considered as primary and not as excess insurance. If required,
Contractor’s professional liability/errors and omissions insurance shall (i) have a policy retroactive date prior to the date
any professional services are provided for this project, and (ii) be maintained for a minimum of three (3) years past
completion of the project. Contractor shall furnish a certificate evidencing such coverage, with county listed as an
additional insured including both ongoing and completed operations, except for professional liability, workers’
compensation and employer’s liability. Certificate shall be provided prior to award of contract. Certificate shall
remain in force during the duration of the project/services and will not be canceled, reduced, modified, limited, or
restricted until thirty (30) days after county receives written notice of such change. All insurance must be with an
insurance company with a minimum BEST rating of A-VIII and licensed to do business in the State of Kansas (must be
acknowledged on the bid/proposal response form).
NOTE: If any insurance is subject to a deductible or self-insured retention, written disclosure must be included in your
proposal response and also be noted on the certificate of insurance.
It is the responsibility of Contractor to require that any and all approved subcontractors meet the minimum insurance
requirements.
Workers’ Compensation:
Applicable coverage per State Statutes
Employer’s Liability Insurance:
Commercial General Liability Insurance (on form CG 00 01 04 13 or its equivalent):
Each Occurrence
General Aggregate, per project
Personal Injury
Products and Completed Operations Aggregate
Automobile Liability:
Combined single limit
Umbrella Liability:
Following form for both the general liability and automobile
____ Required / __X_ Not Required
Each Claim
Aggregate
Professional Liability/ Errors & Omissions Insurance:
____ Required / _X___ Not Required
Each Claim
Aggregate
Pollution Liability Insurance:
____ Required / _X__ Not Required
Each Claim
Aggregate
$500,000.00
$1,000,000.00
$2,000,000.00
$1,000,000.00
$2,000,000.00
$500,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
Special Risks or Circumstances:
Entity reserves the right to modify, by written contract, these requirements, including limits, based on the nature of the
risk, prior experience, insurer, coverage, or other special circumstances.
RFB #23-0071
5
Sedgwick County….Working for You

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

Bid Date Status Type Project Title Stage City State 06/07/2024 Bidding Building *

Kansas Department of Administration

Bid Due: 6/07/2024

Event Name Business Unit Event ID Ends In Start Date End Date Details

State Government of Kansas

Bid Due: 5/28/2024

Event Name Business Unit Event ID Ends In Start Date End Date Time

Kansas Department of Administration

Bid Due: 5/28/2024