PAPER PRODUCTS

Agency: State Government of Louisiana
State: Louisiana
Type of Government: State & Local
NAICS Category:
  • 322121 - Paper (except Newsprint) Mills
Posted Date: Apr 24, 2024
Due Date: May 1, 2024
Solicitation No: 654321-25-CN-0003
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
bid number description date issued bid open date/time help
654321-25-CN-0003 PAPER PRODUCTS
Original: 654321-25-CN-0003
04/16/2024 05/01/2024
12:00:00 PM CT
654321
PAPER PRODUCTS
Addendum 1: 654321-25-CN-0003-1
04/24/2024

Attachment Preview

Invitation to Bid no. 25-CN-0003
ORLEANS PARISH SCHOOL BOARD
PROCUREMENT DEPARTMENT
2401 WESTBEND PARKWAY, FIFTH FLOOR
NEW ORLEANS, LA 70114
PAUL A. LUCIUS, EXECUTIVE DIRECTOR OF PROCUREMENT
INVITATION TO BID NO. 25-CN-0003
PAPER PRODUCTS
BID SUBMITTAL DEADLINE:
WEDNESDAY, MAY 1, 2024, 12:00 P.M.
NOTE: Bid response to be provided as an electronic submittal.
BIDDER: __________________________________
SIGNATURE: _________________________________
NAME: _______________________________________
(Print or Type)
ADDRESS: ___________________________________
CITY, STATE, ZIP: ____________________________
PHONE: ______________________________________
FAX NUMBER: ________________________________
E-MAIL:______________________________________
DO NOT DETACH THIS PAGE
1
Invitation to Bid no. 25-CN-0003
ORLEANS PARISH SCHOOL BOARD
PROCUREMENT DEPARTMENT
2401 Westbend Parkway, Fifth Floor
New Orleans, Louisiana 70114
ADVERTISEMENT
INVITATION TO BID NO. 25-CN-0003
PAPER PRODUCTS
Electronic Responses to this solicitation relative to the above, will be received via email
submission to the Purchasing Department for the Orleans Parish School Board (“OPSB” or “the
District”) at 2401 Westbend Parkway, Fifth Floor, New Orleans, Louisiana 70114, until 12:00
P.M. (CST) on WEDNESDAY, MAY 1, 2024, 12:00 P.M..
Specifications and bid documents may be obtained by visiting the NOLA Public Schools website
i.e. www.nolapublicschools.com; or by contacting the Executive Director of Procurement via
email at plucius@nolapublicschools.com;
The Orleans Parish School Board reserves the right to reject any, or all bids, whenever such
rejection is in its best interest in accordance with law. The provisions and requirements of this
advertisement shall not be waived.
ORLEANS PARISH SCHOOL BOARD
BY: Paul A. Lucius,
Executive Director of Procurement
FIRST INSERTION DATE:
SECOND INSERTION DATE:
Tuesday, April 16, 2024
Tuesday, April 23, 2024
DO NOT DETACH THIS PAGE
2
Invitation to Bid no. 25-CN-0003
1.0 OVERVIEW
1.1 OVERVIEW: Instructions to Bidders
One signed original bid shall be submitted electronically and clearly marked within the subject area:
INVITATION TO BID NO. 25-CN-0003 | “PAPER PRODUCTS”
Electronic Responses to this solicitation relative to the above, will be received via email submission to:
procurement@nolapublicschools.com .
Electronic bids shall be received, until 12:00 P.M. (CST) on Wednesday, May 1, 2024, for ITB No. 25-CN-0003,
Paper Products, for the Child Nutrition Program for the 2024-2025 Fiscal Year. Bidders shall be notified
electronically for the results.
The Orleans Parish School Board will not be responsible for the opening of, post-opening of, or failure to open
a Bid not properly addressed or identified.
The Orleans Parish School Board will not assume the responsibility for any delay, as a result of failure of any
entity to deliver Bids on time.
No Bid will be accepted after Wednesday, May 1, 2024, @ 12:00 P.M. under any conditions unless in the
best interest of OPSB by an addendum notification.
Last Day for Questions
Tuesday
Last Day for Addendum
Frid
BID SUBMISSION DEADLINE no later than 12:00 P.M.
Award Notification (approximate)
April 22, 2024
April 25, 2024
Wednesday, May 1, 2024
May 2024
CODE OF SILENCE:
From the date the ITB is issued; through the time the Agreement is finally awarded by OPSB Elected Officials,
Bidders shall not contact any Representatives of OPSB, nor the District Staff, nor their Advisors or Consultants
with respect to this ITB, or ITB process, other than to submit questions or protest in accordance with the
Instructions to Bidders therein. This prohibition does not apply to questions or comments sent in writing to the
Executive Director of Procurement, or questions made at Pre-bid conferences, in presentations before evaluation
committees, or during contract negotiations. Bidders who violate this Code of Silence may be deemed non-
responsive, and their bid may be rejected for cause.
INVITATION TO BID DOCUMENTS: A complete set of Invitation to bid documents shall be used in
preparing bids; neither the Orleans Parish School Board nor its representatives assume any responsibility for
errors or misinterpretations resulting from the use of incomplete sets of Invitation to bid Documents.
DO NOT DETACH THIS PAGE
3
Invitation to Bid no. 25-CN-0003
The forms furnished as part of the specifications MUST be used for filing of Invitation to Bid and must be signed
by the proposer. No bids will be considered unless made on the forms provided and must not be detached from
the bid document of which it forms a part. Failure to follow these instructions may result in your bid being
disqualified.
OBJECTION TO THE AWARD: If any Bidder who submitted a bid has an objection to the award of the contract
to the Selected Proposer, the objecting Bidder shall furnish that protest, in writing, to the Executive Director of
Procurement within ten (10) Business Days of the notification of non-award. The protest shall describe in detail
the basis for the protest, and shall request a determination under this section of the Instructions to Bidders.
If a protest is filed in a timely fashion, the Executive Director of Procurement will review the basis for the protest
and relevant facts under such terms and conditions as considered proper. Upon completion of the review, the
Executive Director of Procurement shall submit applicable findings and recommendations to the Superintendent
and/or Chief Financial Officer, who shall then review the matter under such terms and conditions, as deemed
proper. Upon receipt of authority to act from the Superintendent or OPSB, the Executive Director of Procurement
will notify those Bidders involved of its decision. The decision shall be final and binding on the objectingProposer.
WITHDRAWAL OF BID: Any bid may be withdrawn if clear and convincing sworn, written evidence of
obvious mechanical, clerical or mathematical error is furnished by the proposer to the Executive Director of
Procurement within 48 hours of bid receipt.
SUPPLIER PERFORMANCE AND EVALUATION: The proposer, vendor, service provider and/or supplier
performance process will involve evaluating the proposer, vendor, service provider and/or supplier’s overall
quality status, as well as evaluating the quality of each material or service the OPSB wishes to purchase. Prior to
the invoice submission, the proposer, vendor, service provider and/or supplier, shall meet with a purchasing
representative to discuss and review deliverables and timeline events for said services. Contract with automatic
renewals will be based upon the OPSB evaluating and analyzing proposer, vendor, service provider, and/or
supplier performance.
DEBARMENT AND SUSPENSION: To ensure that the Orleans Parish School Board does not enter into a
contract with a debarred or suspended company or individual, each responsive proposer must include a
certification statement with each bid. By signing the certification statement, the proposer certifies that neither it
nor any of its principals (e.g., key employees) have been proposed for debarment, debarred or suspended by a
Federal Agency. It is the responsibility of each proposer to sign the attached certification statement and submit
it with the bid. Failure to comply with this requirement will cause your bid to be disqualified and declared non-
responsive.
BACKGROUND CHECK: Contractor will not employ any person to provide services who has been convicted,
or pled nolo contendere to, any one of the crimes listed in the Louisiana Child Protection Act. La R.S. 15:587.1
(C). Criminal History Record must be obtained by contractor for all employees to be hired and shall be retained
during the duration of the employment. Records are to be updated on an annual basis.
PERFORMANCE INVESTIGATIONS: As part of the bid evaluation process, the OPSB may make inquiries
and investigations, including verbal or written references from the firm’s customers, to determine the ability of
the firm to provide service(s).
DO NOT DETACH THIS PAGE
4
Invitation to Bid no. 25-CN-0003
EMPLOYMENT: It is understood that all employees will be employees of the successful firm(s), including but
not limited to the successful firm’s subcontractors, partners, etc.
NOTICE TO OFFEROR: The OPSB shall consider the intentional employment by the selected firm of
unauthorized aliens in violation of U.S. immigration laws cause for unilateral cancellation of the contract resulting
from this ITB.
BID FORMAT: Bids should be prepared simply but completely, providing a straightforward, concise description
of capabilities to satisfy the requirements of the ITB. Please carefully read Sections as outlines within the Table
of Contents. Emphasis should be on completeness and clarity of content.
SELECTION: Selection shall be made of one or multiple firm(s) deemed to be fully qualified and best suited
among those submitting bids on the basis of the evaluation factors contained in this ITB. Fee structure/pricing
will be considered, but will be one among many determining factors. The OPSB may cancel this ITB, reject bids
or any portion thereof at any time prior to an award, and is not required to furnish a statement of the reason why
a particular qualification was not deemed to be the most advantageous. Should the OPSB determine in writing
and in its sole discretion the firm(s) that is fully qualified, or that one firm is clearly more highly qualified than
the others under consideration, a contract may be awarded to that firm.
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM:
The Disadvantaged Business Enterprise (DBE) Program is race & gender-neutral, and open to all business
owners regardless of race, ethnicity or gender. DBE firms currently certified with the Louisiana Unified
Certification Program (LAUCP), or the State & Local Disadvantaged Business Enterprise (SLDBE) Program
must submit a copy of their certification letter for eligibility with the offer/response to this solicitation.
When sourcing, Contractors/Consultants will use certified DBE Firms, as a first initial source. If selected,
Contractors/Consultants will be required to report actual Disadvantaged Business Enterprise Sub-Consultant(s)
or Distributor(s) participation and the dollar amount, after award of contract for professional services. If at any
time it’s determined the Contractor/Consultant did not in fact utilize the DBEs submitted in the aforementioned
DBE forms, to the extent initially indicated, the Contractor/Consultant shall be issued a Notice of
Noncompliance, and will be expected to reach the levels of projected participation, as listed in DBE Provisions.
Contractors/Consultants shall be required to report actual DBE participation and the dollar amount of each
professional hired. A current DBE certification letter must remain valid for the duration of their contracted work.
The Respondent shall submit the following forms located in Appendix below:
DBE Responsiveness Form 1 (for each selected firm)
DBE Responsiveness Form 2
DBE Certification Letter (for each selected firm)
DBE Professional Services Compliance Certification Checklist (Notary Required)
DO NOT DETACH THIS PAGE
5

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

Title Ends Time Left CNPC FS#2-25 Paper Supplies 24-May-2024 10:00:00 AM CDT 24d,

Ouachita Parish School

Bid Due: 5/24/2024