RFP24-61 BEAR RESISTANT ROLLOUT CARTS

Agency: Los Alamos County
State: New Mexico
Type of Government: State & Local
Posted Date: Feb 29, 2024
Due Date: Mar 19, 2024
Solicitation No: RFP24-61
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
RFP24-61 BEAR RESISTANT ROLLOUT CARTS

Closing date March 19, 2024, 02:00 PM

  • Reference number RFP24-61
  • Status Open
  • Summary This solicitation is issued by and under the control of the Incorporated County of Los Alamos and is managed by the Public Works Department, Environmental Services Division. The County has identified a need for purchase of residential bear resistant trash rollout carts. Unless otherwise determined by the County, the desired quantity of residential bear resistant trash rollout carts may range betwe

Sealed proposals submitted electronically by email, subject to the conditions set forth in the instructions to proposers and in the other solicitation documents, will be received until 2:00 pm MT, Tuesday, March 19, 2024, for this solicitation. Emails should be addressed to: lacbid@lacnm.us . Subject line of the email must contain the following information: RESPONSE – RFP24-61 BEAR RESISTANT ROLLOUT CARTS.

Alternatively, sealed Proposals may be submitted in paper form, one (1) clearly labeled unbound original and four (4) bound paper copies. If submitting Proposals in paper form, Proposals will be received at the Los Alamos County Procurement Office, 101 Camino Entrada, Bldg. 3, Los Alamos, NM 87544 until 2:00 p.m. MT, Tuesday, March 19, 2024, for this solicitation.

A Non-Mandatory Pre-Proposal Conference will be held on Friday, March 8, 2024, at 1:30 p.m. MT via Microsoft Teams. Contact Kat Brophy (see contact information below) to receive link to participate in the Pre-Proposal Conference.

Documents may be obtained from Kat Brophy at:

Los Alamos County

Procurement Division

101 Camino Entrada, Bldg. 3

Los Alamos, NM 87544

(505) 662-8127

kat.brophy@lacnm.us

Office Hours are 8:00 a.m. – 4:30 p.m., Monday – Friday.

No Proposal may be withdrawn after the scheduled closing time for receipt.

All forms of bribes, gratuities, and kickbacks are prohibited by law.

Contact details
Kat Brophy
505.662.8127
Related Information

Attachment Preview

LOS ALAMOS COUNTY
PROCUREMENT DIVISION
101 Camino Entrada, Building 3, Los Alamos, New Mexico 87544
(505) 662-8127
Advertised: February 29, 2024
Closing Date: March 19, 2024
Non-Mandatory Pre-Proposal Conference: March 8, 2024
Request for Proposals (RFP)
RFP Number: 24-61
RFP Name: Bear Resistant Rollout Carts
SPECIAL INFORMATION RELATED TO THIS SOLICIATION
This is a multistep RFP as described in Sec. 31-102. (2) of the Los Alamos County Procurement Code.
Step 1 is a request for the submission of a Proposal response to RFP24-61. Those Proposers whose
offers are selected to move to Step 2 will be asked to send ten (10) trash rollout carts for field evaluation
and trial purposes. Proposers are asked to provide a cost for these ten (10) trash rollout carts in the
Proposal. County will issue a purchase order for the items and will process an invoice within thirty (30)
days of receiving the items. County will pay for carts and freight for standard ground shipping, and
may, at County’s sole option, request expedited shipping.
GENERAL INFORMATION
1. Proposals in response to this RFP may be submitted either in paper form, in a sealed envelope, or
electronically by email. Only one of the following submission methods is required:
2. ELECTRONIC SUBMISSION: Emails should be addressed to: lacbid@lacnm.us. Subject line must contain
the following information: RESPONSE RFP24-61 Bear Resistant Rollout Carts.
It is strongly recommended that a second, follow up email (without the proposal included or attached) be sent
to Kat Brophy, Management Analyst at kat.brophy@lacnm.us to confirm the Proposal was received.
The body of the email must contain enough information for the identity of the Proposer to be clear, including
company name, name of person sending the email, and contact information including email address and
phone number.
Only emails with proposals received in the lacbid@lacnm.us email box prior to 2:00 p.m. Mountain Time,
March 19, 2024, will be reviewed.
Proposals submitted by email will be opened only after the closing date and time stated in the solicitation
document.
3. PAPER FORM SUBMISSION: Sealed proposals in one (1) clearly labeled unbound original, three (3) bound
copies and one (1) USB flash drive or CD, will be accepted at the Office of the Chief Purchasing Officer,
Procurement Division - 101 Camino Entrada, Building 3, Los Alamos, NM 87544, until 2:00 p.m. Mountain
Time, March 19, 2024, for this solicitation. Clearly mark the RFP Number and Name and Offeror on the
outside of the sealed proposal, including outer envelope and/or shipping label. The USB flash drive or
CD should be clearly identified. It is the responsibility of the Offeror to assure that the information submitted
in both its written response and the electronic version are consistent and accurate. If there is a discrepancy
between what is provided on the paper document and the USB flash drive or CD, the written paper response
shall govern.
4. Directions to Procurement office:
1. Drive WEST on NM-502 to Los Alamos.
The County of Los Alamos is an Equal Opportunity Employer
o Camino Entrada (formerly known as Airport Basin) is 0.4 miles past East Gate Drive, just
past East Entrance Park Rest Area.
2. Turn RIGHT on Camino Entrada.
o Road slopes downhill and curves to the right.
3. Take second RIGHT into driveway through gated fence (before the stone sign “Pajarito Cliffs
Site”).
o Follow the signs to Building 3, the L-shaped building in the center of the complex.
o If you pass the Holiday Inn Express and the Airport, you’ve gone too far.
4. Enter glass door marked “PROCUREMENT.” See map below.
5. The Incorporated County of Los Alamos (“County”) invites Proposals from all qualified respondents. No
Proposal may be withdrawn after the scheduled closing time. Proposals will not be accepted after the
scheduled closing time. Please make note of the submittal requirements outlined in this solicitation.
Read and follow the instructions carefully. Include the required documents provided in this RFP as
part of your submittal packet. Any misinterpretation or failure to comply with the submittal requirements
could result in rejection of the proposal. Proposal preparation is at the Offeror’s expense.
6. Any change(s) to the solicitation will be conveyed through the written addenda process. Read carefully and
follow all instructions provided on any addendum, as well as the instructions provided in the original
solicitation.
7. Any questions must be received in writing at least five (5) days prior to the date fixed for when proposals
are due.
8. County reserves the right, at its sole discretion, to accept or reject any proposals; to waive any and all
irregularities in any or all statements or proposals; to request additional information from any or all
respondents; and to award a contract to the responsible Offeror whose proposal is most beneficial to
County. While County intends to execute a contract for the services listed herein, nothing in this document
shall be interpreted as binding County to enter into a contract with any Offeror or Proposer.
9. Bids and Proposals are Public Records. Pursuant to the New Mexico Inspection of Public Records Act,
NMSA 1978, Chapter 14, Article 2, all materials submitted under this RFP/IFB shall be presumed and
considered public records. Except to the extent any information may be protected by state or federal law,
proposals shall be considered public documents and available for review and copying by the public.
10. The County contemplates a multi-term contract as a result of this RFP. The term of the contract may be
for a period of up to seven (7) years. This is the written determination of the Chief Purchasing Officer that:
such a contract will serve the best interests of the County by promoting economies in County procurement..
RFP No. 24-61
Issued by Procurement Division: K. Brophy
2
Version: 03272023
11. Proposers are notified that they must propose pricing for each potential year of the contract.
12. The County contemplates a multiple source award. A multiple source award is an award of a contract for
one or more similar goods or services to more than one Offeror. This is the written determination of the
Chief Purchasing Officer that: such a contract will serve the best interests of the County by promoting
economies in County procurement.
13. Proposers/Offerors are informed that State law requires that all foreign corporations (NMSA 1978 §53-17-
5) and limited liability corporations (NMSA 1978 §53-19-48) procure a certificate of authority to transact
business in the state prior to transacting business in the state of New Mexico.
14. The Chief Purchasing Officer has determined a preference is applicable to this offer. A bidder or offeror
must submit a written request for preference, with a copy of the state-issued preference certificate, with its
proposal to qualify for this preference. Ref. County Code Section. 31-261(b) and Section13-1-21 NMSA
1978 et al. .
15. A Non-Mandatory Pre-Proposal Conference will be held on Friday, March 8, 2024, at 1:30
pm MT. Please email Kat Brophy at kat.brophy@lacnm.us for a link to the meeting.
CONTACT INFORMATION
1. For project-specific information, contact Project Manager, at joshua.levings@lacnm.us; (505) 662-8207
2. For procurement process information, contact Kat Brophy, Management Analyst at kat.brophy@lacnm.us;
(505) 662-8127.
NEED STATEMENT
This solicitation is issued by and under the control of the Incorporated County of Los Alamos and is managed
by the Public Works Department, Environmental Services Division. The County has identified a need for
purchase of residential bear resistant trash rollout carts. Unless otherwise determined by the County, the
desired quantity of residential bear resistant trash rollout carts may range between 3800 to 6250 units with
occasional orders for replacement units resulting from damage or theft. The County shall determine the type,
quantity, and scheduling for the placement of orders which are contingent upon sufficient appropriations
approved by the governing body of Los Alamos County.
BACKGROUND
The Incorporated City and County of Los Alamos (“County”) is situated at the foot of the Jemez Mountains on
the Pajarito Plateau with an elevation ranging from 6,200 feet to 9,200 feet. Two distinct communities, Los
Alamos Town site and White Rock, each with its own visitor center, are home to ~18,000 people. Los Alamos
is mostly known for the historic accomplishments of its largest employer, Los Alamos National Laboratory, and
continues to gain notice for its vast scenic assets and recreational opportunities.
Visit the Los Alamos County website (www.losalamosnm.us) and the tourism website
(www.visitlosalamos.org) for more information.
SCOPE OF SERVICES (or WORK)
The County requires high quality plastic refuse 65-, and 95-gallon trash rollout carts (measured in U.S. liquid
gallons), certified from the International Grizzly Bear Committee or WildSafe BC for automated curbside trash
collection.
County reserves the right to purchase an Indefinite Delivery/Indefinite Quantity (“IDIQ”) as needed throughout
the term of the Contract under the same terms, conditions and price offered by the Proposer. The County
requires bear resistant trash rollout carts as specified below. Offerors shall address the following minimum
requirements in their proposal:
RFP No. 24-61
Issued by Procurement Division: K. Brophy
3
Version: 03272023
ROLLOUT CARTS:
1. BEAR RESISTANCE:
a. Certification from the International Grizzly Bear Committee or WildSafe BC
b. Equipped with a fully automated locking/unlocking mechanism that keeps lids securely closed to
prevent bear intrusion while allowing the container to be emptied when tipped by the collection
vehicle without manual human intervention. The locking mechanism shall be contained in such a
way that prevents loose debris like sand, sawdust, kitty litter or liquids from adversely affecting their
performance and requiring little or no maintenance.
2. SIZE: Availability in both 95/96-gallon and 64/65-gallon capacities.
3. COMPATIBILITY: Compatibility with County refuse collection fleet that includes fully automated and
semi-automated side-load collection vehicles. Specifically, Los Alamos County is currently operating
Side load collection units, Hydraulic systems by New Way on Perter Built chassis (Model 31ASL).
4. LIDS: Each container should be furnished with a lid molded from the same material as the container
and shall be of such configuration that it shall not warp, bend, slump, or distort to such an extent that it
no longer fits flush on the container properly or becomes otherwise unserviceable. The lid should have
the same thickness as the container, or at a minimum, the design shall assure that the lid is durable
and rigid and maintains its connection to the body of the container over its serviceable life . Lids shall
open fully. The lid must operate smoothly and not be a safety hazard, or require continual maintenance
to function properly. When closed, the lid must prevent entry of rain without latches. Containers should
not have lids molded or formed to the base.
5. HANDLE: Each container should have a horizontal handle or handles to provide comfortable gripping
areas for pulling or pushing the container. The handle should be molded into the body, and shall only
expose plastic surfaces to the hands of the user. Handles should not be molded into the lid or mounted
with rivets.
6. WHEELS : Wheels shall be appropriately sized and should not hinder any of the gripper components
operation. Wheels should be constructed in such manner as to make a container holding up to 250 lbs.
readily mobile.
7. AXLE SHAFT: The axle shall be capable of supporting a container holding up to 250 lbs. Bolt on,
molded slots, or “press-in” axle attachment methods are not desirable. Axle attachments that create
holes into the body of the container are also undesirable.
8. PRODUCTION: Only rollout carts currently in production should be offered.
9. WARRANTY: Offerors must provide a minimum of a one-year warranty for each cart. Offeror should
identify additional warranty coverage as applicable.
ADDITIONAL CONSIDERATIONS:
Offerors are asked to provide a detailed description of the following:
1. Delivery Schedule: Explain your production/manufacturing and delivery capabilities to fulfill customer
orders. For both cart sizes, identify the quantity of rollout carts in a full semi-truck shipment to include
all parts and appurtenances needed to assemble complete and deployable carts. Provide a schedule
from time of order, including manufacturing and production time, to delivery to Los Alamos, New
Mexico. Offerors may also submit alternative schedules for small partial orders, 50 carts or less for
example, All rollout carts shall be delivered to Los Alamos County Eco Station, 3701 E. Jemez Road,
Los Alamos NM 87544
2. Hot stamped signage, on body of cart, with Los Alamos County Environmental Services Logo and serial
number (includes text and image), See Image in Exhibit “F”, Sized at 11” x 8. Serial number letters
and numbers should be sized 2” x 1” per letter and should be in the following format: (Cart size, month,
year, cart counted)
3. Service options provided, if any.
4. Describe the cartsestimated service life and ability to stand up to the rigors of use, the variations in
outdoor temperature (freeze/thaw cycles) and UV load in a high elevation mountainous community like
Los Alamos.
5. Explain how a small, lightweight load and overstuffed load may affect the carts performance while being
serviced by the collection vehicle.
6. Recall process.
7. Identify replacement parts supplied with each rollout cart and the process to request replacement parts
not supplied or required in future years of the contract.
RFP No. 24-61
Issued by Procurement Division: K. Brophy
4
Version: 03272023
8. Identify any proposed maintenance services.
9. Indicate if rollout carts are nestable when fully assembled.
INFORMATION RELATED TO THE SCOPE OF WORK
All roll carts must be certified by either the International Grizzly Bear Committee or WildSafe BC for
the proposal to be considered responsive.
PROPOSAL REVIEW AND EVALUATION
Proposals shall be handled so as to prevent disclosure of the identity of any Offeror or the contents of any
proposal to competing Offerors during the process of negotiation.
After the RFP has closed, Procurement Division staff prepares a register of proposals containing the name of
each Offeror, the number of modifications received, if any, and a description sufficient to identify the item
offered. The register of proposals is open to public inspection only after contract award. Procurement Division
staff delivers the RFP submittals to the Evaluation Committee Chairperson. The Evaluation Committee reviews
and evaluates the submittals. Interviews are only for the purpose of clarification, and may be used for adjusting
the final score. Discussions may be conducted with responsible offerors who submit proposals determined to
be reasonably likely to be selected for award for the purpose of clarification to ensure full understanding and
conformation with solicitation requirements for the purpose of obtaining best and final offers.
The total evaluation score with or without the cost factor of each proposal received from a qualifying vendor
shall be multiplied by 1.05. After application of the factor, the contract shall be awarded to the highest score. If
one or more scores are equal, the same procedure shall be followed with respect to the next category of offerors
listed, and the next, until an offer qualifies for award. The priority of categories of offers is as follows:(1) Local
business; (2) Resident business.
This is a multi-step RFP. Step (2) of the RFP will be limited to those Offeror(s) whose Offers have been
determined by the Evaluation Committee to be qualified under the criteria set forth under the first step of the
solicitation and selected to move to Step 2 based on total scores. The County anticipates selecting the highest
two scores for selecting Offerors that move on to Step 2. However, the County reserves the right to select any
number of the top scores that move on to Step 2. The County will request ten (10) trial trash rollout carts from
these Offeror(s) to be tested for a six (6) week period. Upon completion of the testing period, the Evaluation
Committee will score step (2).
The Evaluation Committee Chairperson forwards the final evaluation results to the Procurement Division.
Award shall be made to the responsible Offeror whose proposal is determined in writing by the Evaluation
Committee to be the most advantageous to the County, taking into consideration the evaluation criteria set forth
in the solicitation.
AWARD OF SOLICITATION
Following award of the solicitation by County Council, the successful Offeror will be required to execute a
contract with County in accordance with the terms and conditions set forth in the Services Agreement, a sample
of which is attached as Exhibit A. Offeror may identify any exception or other requirements to the terms and
provisions in the Services Agreement, along with proposed alternative language addressing the exception;
County may, but is not required to, negotiate changes in contract terms and provisions. The Services
Agreement as finally agreed upon must be in form and content acceptable to County
OBLIGATIONS OF FEDERAL CONTRACTORS AND SUBCONTRACTORS; EQUAL OPPORTUNITY
CLAUSES
Contractors and Subcontractor shall abide by the requirements of 41 CFR §§ 60-1.4, 60- 300.5 and 60-741.
These regulations prohibit discrimination against qualified individuals based on their status as protected
veterans or individuals with disabilities, and prohibit discrimination against all individuals based on their race,
color, religion, sex, sexual orientation, gender identity, or national origin. Moreover, these regulations require
that covered prime contractors and subcontractors take affirmative action to employ and advance in
RFP No. 24-61
Issued by Procurement Division: K. Brophy
5
Version: 03272023

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

Status Ref# Project Close Date Days Left Action Open RFB-2024-556-POL-DZ CELL-SITE SIMULATOR SYSTEM

City of Albuquerque

Bid Due: 5/08/2024