RFP VEHICLE SAFETY GLASS

Agency: State of Vermont
State: Vermont
Type of Government: State & Local
NAICS Category:
  • 327215 - Glass Product Manufacturing Made of Purchased Glass
Posted Date: Apr 12, 2024
Due Date: Apr 24, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
TITLE QUESTIONS DUE ANSWERS POSTED DUE DATE NO POSTING AFTER
RFP VEHICLE SAFETY GLASS
04/18/2024 10:00AM


04/24/2024 04:30PM

Attachment Preview

Department of Buildings and General Services
Office of Purchasing & Contracting
133 State Street, 5th Floor | Montpelier VT 05633-8000
802-828-2211 phone |802-828-2222 fax
http://bgs.vermont.gov/purchasing
Agency of Administration
SEALED BID
REQUEST FOR PROPOSAL
VEHICLE SAFETY GLASS
ISSUE DATE
QUESTIONS DUE
RFP RESPONSES DUE BY
April 12, 2024
April 18, 2024 – 10:00 AM (EST)
April 24, 2024 – 4:30 PM (EST)
PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND ADDENDUMS ASSOCIATED
WITH THIS SOLICITATION WILL BE POSTED AT:
http://www.bgs.state.vt.us/pca/bids/bids.php
THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH UPDATED
INFORMATION. IT IS THE RESPONSIBILITY OF EACH BIDDER TO PERIODICALLY CHECK THE
ABOVE WEBPAGEFOR ANY AND ALL NOTIFICATIONS, RELEASES AND ADDENDUMS
ASSOCIATED WITH THIS SOLICITATION.
STATE CONTACT:
E-MAIL:
Bill Vivian, State Purchasing Agent II
SOV.ThePathForward@vermont.gov
1. OVERVIEW:
1.1. SCOPE AND BACKGROUND: Through this Request for Proposal (RFP) the Office of Purchasing &
Contracting (hereinafter the “State”) is seeking to establish contracts with one or more companies that can
provide Vehicle Safety Glass.
1.1.1.ADDITIONAL PURCHASERS: In the Certificate of Compliance attached to this solicitation bidders are
required to indicate whether political subdivisions and independent colleges of the State may participate
in the awarded contract at the same prices, terms and conditions.
1.2. CONTRACT PERIOD: Any contract(s) arising from this solicitation will be for a period of two (2) years with
an option to renew for up to three additional twelve-month periods. The State anticipates the start date for
such contract(s) will be May 13, 2024.
1.3. SINGLE POINT OF CONTACT: All communications concerning this solicitation are to be addressed in
writing to the State Contact listed on the front page of this solicitation. Actual or attempted contact with any
other individual from the State concerning this solicitation is strictly prohibited and may result in
disqualification.
1.4. QUESTION AND ANSWER PERIOD: Any bidder requiring clarification of any section of this solicitation or
wishing to comment on any requirement of the solicitation must submit specific questions in writing no later
than the deadline for question indicated on the first page of this solicitation. Questions may be e-mailed to
the point of contact on the front page of this solicitation. Questions or comments not raised in writing on or
before the last day of the question period are thereafter waived. At the close of the question period a copy
of all questions or comments and the State's responses will be posted on the State’s web site
http://bgs.vermont.gov/purchasing/bids. Every effort will be made to post this information as soon as
possible after the question period ends, contingent on the number and complexity of the questions. All
information provided by vendors during this process will be public and bidders shall not provide confidential
information, except as described in 5.1 below.
1.5. CHANGES TO THIS SOLICITATION: Any modifications to this solicitation will be made in writing by the
State through the issuance of an Addendum to this solicitation and posted online at
http://www.bgs.state.vt.us/pca/bids/bids.php . Modifications from any other source are not to be considered.
1.6. CONTRACT QUANTITY: Any quantities stated in the detailed requirements of this solicitation are estimates
only based on prior usage, and are annual quantities, unless otherwise stated. Actual purchases may be
higher or lower depending on the State’s needs.
1.7. SOURCE OF FUNDS:
Socioeconomic affirmative steps under 2 C.F.R. § 200.321 If using applicable federal funds Socioeconomic
affirmative steps under 2 C.F.R. § 200.321 affirmative steps must include at least the following six steps:
1. Placing qualified small and minority businesses and women’s business enterprises on solicitation
lists;
2. Assuring that small and minority businesses and women’s business enterprises are solicited
whenever they are potential sources;
3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit
maximum participation by small and minority businesses, and women’s business enterprises;
4. Establishing delivery schedules, where the requirement permits, which encourage participation by
small and minority businesses, and women’s business enterprises;
5. Using the services and assistance, as appropriate, of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of Commerce;
and
6. Requiring the prime/general contractor, if subcontracts are to be let, to take the same affirmative
steps as listed in numbers 1 through 5.
If a bidder requires assistance in preparing their proposal or needs guidance on socioeconomic
certifications, the bidder may contact the Procurement Technical Assistance Center (PTAC). PTAC
specializes in helping small businesses navigate the documentation associated with State and Federal
procurement. Their website is: https://accd.vermont.gov/economic-development/programs/ptac
2. DETAILED REQUIREMENTS: Bidders are to provide pricing on the repair and replacement of vehicle
safety glass and windshields to meet the following specifications:
2.1. Contractor’s employees shall be certified by the National Auto Glass Association to install and repair
windshields.
2.2. All vehicles requiring auto glass replacement are to be returned to the manufacturer’s original and intended
safety levels.
2.3. Exception: For auto glass replacement in temperatures below 40 degrees F, technicians must utilize original
equipment manufacturer approved two-part chemical cured urethane that meets the following criteria:
2.4. Documented proof that the urethane used will reach 250 psi of lap shear strength in one hour down to zero
degrees F.
2.5. Proof of purchase seals – lot numbers of all associated urethanes and primers must be listed on each invoice
for additional proof of use.
3. GENERAL REQUIREMENTS:
3.1. PRICING: Bidders must price the terms of this solicitation at their best pricing. Any and all costs that Bidder
wishes the State to consider must be submitted for consideration. If applicable, all equipment pricing is to
include F.O.B. delivery to the ordering facility. No request for extra delivery cost will be honored. All
equipment shall be delivered assembled, serviced, and ready for immediate use, unless otherwise requested
by the State. No charge for packing, shipping, or for any other purpose will be allowed over and above the
price quoted.
3.1.1.Prices and/or rates shall remain firm for the initial term of the contract. The pricing policy submitted by
Bidder must (i) be clearly structured, accountable, and auditable and (ii) cover the full spectrum of materials
and/or services required.
3.1.2.Cooperative Agreements. Bidders that have been awarded similar contracts through a competitive
bidding process with another state and/or cooperative are welcome to submit the pricing in response to
this solicitation.
3.2. STATEMENT OF RIGHTS: The State shall have the authority to evaluate Responses and select the
Bidder(s) as may be determined to be in the best interest of the State and consistent with the goals and
performance requirements outlined in this solicitation. The State of Vermont reserves the right to obtain
clarification or additional information necessary to properly evaluate a proposal. Failure of bidder to respond
to a request for additional information or clarification could result in rejection of that bidder's proposal. To
secure a project that is deemed to be in the best interest of the State, the State reserves the right to accept
or reject any and all bids, in whole or in part, with or without cause, and to waive technicalities in
submissions. The State also reserves the right to make purchases outside of the awarded contracts where it
is deemed in the best interest of the State.
3.2.1.Best and Final Offer (BAFO). At any time after submission of Responses and prior to the final selection
of Bidder(s) for Contract negotiation or execution, the State may invite Bidder(s) to provide a BAFO. The
state reserves the right to request BAFOs from only those Bidders that meet the minimum qualification
requirements and/or have not been eliminated from consideration during the evaluation process.
3.2.2.Presentation. An in-person or webinar presentation by the Bidder may be required by the State if it will
help the State’s evaluation process. The State will factor information presented during presentations into
the evaluation. Bidders will be responsible for all costs associated with providing the presentation.
3.3. EXECUTIVE ORDER 05-16: CLIMATE CHANGE CONSIDERATIONS IN STATE PROCUREMENTS:
For bid amounts exceeding $25,000.00 Bidders are requested to complete the Climate Change
Considerations in State Procurements Certification, which is included in the Certificate of Compliance for this
solicitation.
After consideration of all relevant factors, a bidder that demonstrates business practices that promote clean
energy and address climate change as identified in the Certification, shall be given favorable consideration in
the competitive bidding process. Such favorable consideration shall be consistent with and not supersede
any preference given to resident bidders of the State and/or products raised or manufactured in the State, as
explained in the Method of Award section. But, such favorable consideration shall not be employed if
prohibited by law or other relevant authority or agreement.
3.4. METHOD OF AWARD: Awards will be made under the provisions of 29 V.S.A. § 903. The State may award
one or more contracts and reserves the right to make additional awards to other compliant bidders at any
time if such award is deemed to be in the best interest of the State. All other considerations being equal,
preference will be given to the following as identified in the applicable Certificate of Compliance.
3.4.1.resident bidders of the state and/or to products raised or manufactured in the state;
3.4.2.purchase of goods, products, or materials produced in the United States (including but not limited to
iron, aluminum, steel, cement, and other manufactured products) when the award involves the use of
applicable federal funds under 2 C.F.R. § 200.322)
3.4.3.bidders who have practices that promote clean energy and address climate change.
3.5. CONTRACT NEGOTIATION: Upon completion of the evaluation process, the State may select one or more
bidders with which to negotiate a contract, based on the evaluation findings and other criteria deemed
relevant for ensuring that the decision made is in the best interest of the State. In the event State is not
successful in negotiating a contract with a selected bidder, the State reserves the option of negotiating with
another bidder, or to end the proposal process entirely.
3.6. COST OF PREPARATION: Bidder shall be solely responsible for all expenses incurred in the preparation of
a response to this solicitation and shall be responsible for all expenses associated with any presentations or
demonstrations associated with this request and/or any proposals made.
3.7. CONTRACT TERMS: The selected bidder(s) will be expected to sign a contract with the State, including the
Standard Contract Form and Attachment C as attached to this solicitation for reference.
3.7.1.Business Registration. To be awarded a contract by the State of Vermont a bidder (except an
individual doing business in his/her own name) must be registered with the Vermont Secretary of State’s
office https://sos.vermont.gov/corporations/registration/ and must obtain a Contractor’s Business
Account Number issued by the Vermont Department of Taxes http://tax.vermont.gov/ .
3.7.2.The contract will obligate the bidder to provide the services and/or products identified in its bid, at the
prices listed.
3.7.3.Payment Terms. Percentage discounts may be offered for prompt payments of invoices; however, such
discounts must be in effect for a period of 30 days or more in order to be considered in making awards.
3.7.4.Quality. If applicable, all products provided under a contract with the State will be new and unused,
unless otherwise stated. Factory seconds or remanufactured products will not be accepted unless
specifically requested by the purchasing agency. All products provided by the contractor must meet all
federal, state, and local standards for quality and safety requirements. Products not meeting these
standards will be deemed unacceptable and returned to the contractor for credit at no charge to the
State.
3.8. SUBSTITUTION: Bidders may offer, in their bids, substitutes to items identified by a manufacturer’s number
or brand. When offering a substitution, bidder must describe any differences and provide technical
information that will assist in the State’s evaluation.
3.9. ENVIRONMENTAL INFORMATION: Bidders are requested to complete the Environmental Information Form
which is included in the Certificate of Compliance for this solicitation identifying the following for each product
being quoted:
a. Percent (%) of recycled content and post-consumer content; and
b. Mercury content certification.
3.10. SAMPLES:
3.10.1.Bidder Supplied Samples: The Commissioner reserves the right to request from the
Bidder/Contractor a representative sample(s) of the Product offered at any time prior to or after award
of a contract. Unless otherwise instructed, samples shall be furnished within the time specified in the
request. Untimely submission of a sample may constitute grounds for rejection of Bid or cancellation
of the Contract. Samples must be submitted free of charge and be accompanied by the Bidder’s name
and address, any descriptive literature relating to the Product and a statement indicating how and
where the sample is to be returned. Where applicable, samples must be properly labeled with the
appropriate Bid or Contract reference.
A sample may be held by the Commissioner during the entire term of the Contract and for a
reasonable period thereafter for comparison with deliveries. At the conclusion of the holding period the
sample, where feasible, will be returned as instructed by the Bidder, at the Bidder’s expense and risk.
Where the Bidder has failed to fully instruct the Commissioner as to the return of the sample (i.e.,
mode and place of return, etc.) or refuses to bear the cost of its return, the sample shall become the
sole property of the receiving entity at the conclusion of the holding period.
3.10.2.Enhanced Samples: When an approved sample exceeds the minimum specifications, all Product
delivered must be of the same enhanced quality and identity as the sample. Thereafter, in the event of
a Contractor’s default, the Commissioner may procure a Product substantially equal to the enhanced
sample from other sources, charging the Contractor for any additional costs incurred.
3.10.3.Conformance with Sample(s): Submission of a sample (whether or not such sample is tested by, or
for, the Commissioner) and approval thereof shall not relieve the Contractor from full compliance with
the requirements specified in this solicitation. If in the judgment of the Commissioner the sample or
product submitted is not in accordance with the specifications or testing requirements prescribed in the
Bid Specifications, the Commissioner may reject the Bid. If an award has been made, the
Commissioner may cancel the Contract at the expense of the Contractor.
3.10.4.Testing: All samples are subject to tests in the manner and place designated by the Commissioner,
either prior to or after Contract award. Unless otherwise stated elsewhere in this solicitation, Bidder
samples consumed or rendered useless by testing will not be returned to the Bidder. Testing costs for
samples that fails to meet Contract requirements may be at the expense of the Contractor.
3.11. WARRANTY: The manufacturer shall include with its proposal a written warranty for each product that it
intends to furnish. Warrantees must be based on commercial use, and shall extend fora minimum term of
one (1) year from the date a Product is available for use by the purchaser; however, longer term warranties
are desirable and will be given favorable consideration, all else being equal.
4. ENVIRONMENTAL REQUIREMENTS:
Environmentally Preferable Purchasing (EPP) means the purchase of products and services that have a lesser
or reduced effect on human health and the environment when compared with competing products or services
that serve the same purpose. This comparison may consider raw material acquisition, production,
manufacturing, packaging, distribution, re-use, operation, maintenance, or disposal of the product or service).
The State of Vermont has established specific goals and objectives aimed at providing sound environmental
stewardship, protecting human health, reducing state operating expenses associated with the use and control of
regulated hazardous materials, and reducing potential liability attributable to environmental impact. Therefore,
where applicable, the following environmental criteria shall be considered for all State purchasing and contracts.
4.1. Paper: The State desires to reduce the use of chlorine in the products it purchases to protect the
environment from pollution. Processed Chlorine Free (PCF) paper means paper in which the recycled content
is processed unbleached or is bleached without the use of chlorine or chlorine derivatives AND any virgin
material contained therein is totally chlorine free (TCF).
4.1.1. Copier Paper: The State requires PCF copier paper which contains a minimum of 50% post-consumer
recycled material (any virgin material must be TCF).

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