State Bid

Last Updated on 10 Aug 2024 at 2 AM
RFQ
Juneau Alaska

RFQ #25-086 - Purchase and Delivery of Avalanche Explosives for Eaglecrest Ski Area

Solicitation ID Not Specified
Posted Date Not Specified
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency City & Borough Of Juneau
Location Juneau Alaska United states
Point Of Contact Not Available
a OnSKre 03037067 jND YYgaoJlM 97232187 22302 x BY1674l phnUUiB UCC 918352564 Im9B4oINTENT : The intent of this quote is to establish a term contract to purchase and deliver explosives to be used by the City and Borough of Juneau (CBJ), Eaglecrest Ski Area on an as needed basis. SUBMISSION INSTRUCTIONS : Timely responses are accepted via Electronic Submission at Public Purchase the CBJ’s eProcurement Provider. *Late responses will not be accepted. To respond complete the free online registration.Tips: Registration is a two-step process; Use the ‘Help’ Menu Tab Public Purchase , Register early - Registration may take up to 24-hours to complete. Vendors who successfully register may submit a response by doing the following: Access the solicitation online at Public Purchase and complete pricing for the line items listed, or download the provided pdf document, fill out all fields and upload to Public Purchase. Do not submit more than one pricing schedule. Download PDF Quote Schedule & Signature Page and Equivalent/Variance page, fill out all fields indicated, sign and upload Public Purchase. Use only the documents provided. Completeonline acknowledgement of the Terms & Conditions* (ATTACHMENT A), Vendors must acknowledge, or acknowledge with exceptions. Exceptions may not qualify for award. CONTACT, QUESTIONS & ADDENDA : CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this solicitation. Submit any questions to [email protected] . You can also utilize the “Ask Questions” link available on Public Purchase CBJ’s eProcurement platform. No oral interpretations will be made. Submit all questions in writing, noting issuing buyer, solicitation number and title. Requests must be received a minimum of three (3) business days prior to the solicitation deadline. Any changes to CBJ issued documents will be in the form of an addendum to the solicitation, and will be issued as promptly as possible to all plan holders. All such addenda will become part of the solicitation. INTENT : The intent of this quote is to establish a term contract to purchase and deliver explosives to be used by the City and Borough of Juneau (CBJ), Eaglecrest Ski Area on an as needed basis. CONTRACT PERIOD : The contract will be in effect from date of award through June 30, 2025 with an automatic annual renewal period for two (2) additional years, with the final expiration date of June 30, 2027. Contractor may provide written notice to terminate the contract without penalty providing the notice is given sixty (60) days prior to the upcoming renewal period. CONTRACT PRICE: Contract prices are to remain firm for the duration of the contract period including any automatic annual renewal or hold over periods unless a price adjustment is requested and agreed upon. CONTRACT ADMINISTRATOR: The contract administrator for this contract will be Justin Spurrier, Eaglecrest Mountain Safety Manager or upon notification, an alternative assigned designee. PRICE & F.O.B. POINT : Quote price is to include all related costs, including shipping and delivery to the final destination or FOB Point. Shipping costs must be imbedded into the unit price. F.O.B. destination is: Eaglecrest Ski Area, City and Borough of Juneau, 3000 Fish Creek Road, Juneau, AK 99801 ATTN: Justin Spurrier. DELIVERY DATE : Delivery at the final destination is requested before December 1, 2024. Indicate on the Quote Schedule and Signature Page , the number of calendar days required for delivery. QUANTITIES : The City anticipates issuing a purchase order for the quantities listed. Additional quantities may be needed during the contract or renewal periods. Quantities ordered will be based on need for the upcoming season. The City does not guarantee any minimum or maximum orders. CONFORMS/VARIES : Bidders will offer item(s) which meet the Technical Specifications. If a bidder requests a variance to the specified item(s), it is the responsibility of the bidder to describe their proposed item/variance in detail on the attached Variance/Equivalent Page. Bidders will indicate the item and state what effect their variance will have. The Variance/Equivalent Page must be submitted with your bid. Failure to describe variances may be grounds to reject the bid as non-responsive. The following words provide parameters for what the city will allow on a variance: Minimum, No less than, At least, Maximum, No more than, Not to exceed, Must, Is required, Not acceptable, No substitute. City approved equivalent : When a specific brand/model and the words “or Approved Equivalent” are specified, the intent is to indicate and guarantee a quality or performance level, but not to limit offers of other brands/models. Consideration will be given to an equivalent, provided that the brand/model proposed is of the same general design and of equal substance, quality, function, and finish as the specified brand/model(s). If a bidder offers an equivalent, submit the Variance/Equivalent page with your bid and provide justification of how the brand/model offered meets or exceeds the quality or performance level of the brand/model specified. The City may request additional literature or information from the bidder. Information must be provided upon request. Failure of the bidder to provide requested Information within the specified time, or failure to justify the quality level of the brand/model offered will be grounds to reject the bid as non-responsive. The City is the sole judge of the quality and suitability of any offered equivalent. ACCEPTANCE & RETURNS : The City reserves the right to determine suitability of items offered. All goods or materials are subject to approval by the City. Any items rejected because of non-conformity of the terms and conditions or specifications of this contract, whether held by the City or returned, will be at the Contractor's risk and expense. REFERENCES : If the City is considering an equivalent, thKQJrAaG qziRkBH4J cgimjS 956474 3664 241102627 LElafceqQ vrskr 72229531 5730393 0q mTwBSsu 29749 LrBD6THMT 11910 UgQAiilF bJ tnv H15 SIUdB ee bidder may be asked to provide references from clients currently using the brand/model being offered. Failure to produce acceptable references upon request may deem the brand/model offered unacceptable and the bid non-responsive. References may be a factor in determining the bidder’s ability to provide a quality product for the City. REGULATIONS, REQUIREMENTS & PERMITS : The Vendor must comply with all applicable Federal, State, CBJ laws, requirements and regulations which have a bearing on this contract and must have all licenses and permits required by the State and/or CBJ for performance of this contract. Review of General Terms & Conditions : Attached to this solicitation are documents required for this project (ATTACHMENTS A). Vendors should carefully review all attachments. Awarded Vendor is expected to comply with these requirements. AWARD : Award will be made by Total Quote to the lowest responsive, responsible bidder meeting all requirements. TECHNICAL SPECIFICATIONS: Items quoted must meet or exceed the following specifications: Cast Boosters – 2 lb. 3 hole – Two (2) pound, two (2) blind wells, one (1) through well for double cap and fuse required. Must be initiated with a number eight (# 8) strength four hundred fifty milligram (450mg) pentaerythritol tetranitrate (PETN) base charge detonator and fifteen (15) grain per foot or greater detonating cord. Minimum velocity of detonation (VOD) 24,000 feet per second or 7,380 meters per second. Cast booster product must have the ability to be set off using a DET-cord. Pull Wire Ignitors – Must be compatible with Mildet fuse assembly. Must contain fuse grip ferrule. Must have safety clip. Mil-Det Model fuse assembly – 1 meter – Fuse assembly must contain number eight (#8) strength or higher blasting cap. Minimum burn time of ninety (90) seconds, maximum burn time of two (2) minutes. Ammonium Nitrate Fuel Oil (ANFO) – Packaged in twenty-five-kilogram (25 KG) or fifty pound (50 lb.) bags. Minimum velocity of detonation (VOD) 13,000 feet per second or 3,900 meter second. Quantities of product may vary each year of the contract depending on need.
Bid Protests Not Available