Customer Support: 866-526-9266
        

Sat. Apr 27, 2024
05:21 AM UTC
     
 

Marketplace Login
Please place this page in your favorites area as this
is the login page to access the software.

If you are prompted by your computer to save your
password, for security reasons choose "No."

 
E-mail  
 
Password  
 
Forgot Password?
Not registered? Sign-up Now as a Vendor
 
 
 



 
 Contact  Customer Support: 866-526-9266 © Copyright 2024, International eProcurement   
Housing Agency Marketplace - Housing Agency Marketplace
 
Customer Support: 866-526-9266
        

Sat. Apr 27, 2024
05:21 AM UTC
     
 

Request for Proposals (RFP)
[Within the following, applicable reference within HUD Procurement Handbook No. 7460.8 REV 2]

You may print this Solicitation.

RFP Information
Solicitation #: P18002
Date Posted on the System: 01/30/2018 02:29 AM
Agency: Menard County Housing Authority
Main Service Category: Inspections
Sub Service Description: HQS/UPCS Inspection Services
 
Buyer Information
Buyer Name: Amie Creighton
Buyer Phone Number: 217-632-7723x126
Buyer Fax Number:
Buyer E-mail: acreighton@menardcha.org
 
Pre-proposal Conference(s)
Pre-proposal Conference: Will a Pre-proposal Conference be conducted in conjunction with this Solicitation  [Section 7.2.G, which references Section 6.7]?

No
 
Deadlines
Q/A Cutoff Date: 03/26/2018
Q/A Cutoff Time: 08:00 PM UTC
Proposal Due Date: 04/04/2018
Proposal Due Time: 08:00 PM UTC
To change your Time Zone, click on "Company Profile" in the navigation menu to the left.
Deadline Revision: Deadline has been revised, click here to view the revision history.
Cancellation: Submital Deadline has passed. Please use award features to do an award/non-award notice or an online evaluation.
Estimated Initial Contract Period:  
Start Date
05/01/2018
End Date
04/30/2019
1st Estimated Contract Renewal Option:  
Start Date
05/01/2019
End Date
04/30/2020
2nd Estimated Contract Renewal Option:  
Start Date
05/01/2020
End Date
04/30/2021
3rd Estimated Contract Renewal Option:  
Start Date
05/01/2021
End Date
04/30/2022
4th Estimated Contract Renewal Option:  
Start Date
05/01/2022
End Date
04/30/2023
Economic Price Adjustment: Do you wish to include an Economic Price Adjustment Option as a part of Solicitation  [Section 10.1.C.1.b]?
Yes

As detailed within Section 3.3.5 of the RFP 1.0 Document issued and attached hereto.
 
Contract (Award) Types:
  Indefinite-delivery Contract [Section 10.1.C.3]
(Definite-quantity; Requirements; Indefinite-quantity)
 
"Ship To" Information
A. Delivery of Purchased Items or Services
Name: Amie Creighton
Location:
Address: 101 W Sheridan Rd.
City: Petersburg
State: IL
Zip Code: 62675-0168
Phone Number: 217-632-7723x126
Fax Number:
E-mail: acreighton@menardcha.org
 
B. Delivery of "Hard Copy" Proposal Submittal
Name: Amie Creighton
Location:
Address: 101 W Sheridan Rd.
City: Petersburg
State: IL
Zip Code: 62675-0168
Phone Number: 217-632-7723x126
Fax Number:
E-mail: acreighton@menardcha.org
 
Proposal Format
Three (3) copies of the proposal submittal (one original signature + 2 exact copies, including extending tabs), submitted in a sealed package, properly addressed and tabbed.

The Agency intends to retain the successful proposer pursuant to a "Best Value" basis, not a "Low Bid" basis. Therefore, so that the Agency can properly evaluate the offers received, all proposals submitted in response to this RFP must be formatted in accordance with the sequence noted below. Each category must be separated by index dividers numbered (which number extends so that each tab can be located without opening the proposal). None of the proposed services may conflict with any requirement the Agency has published herein or will issue by addendum.
Tab 1: Form of Proposal
This Form is attached hereto as Attachment A to this RFP document. This 2-page Form must be fully completed, executed where provided thereon and submitted under this tab as a part of the proposal submittal.
Tab 2: form HUD-5369-C (8/93), Certifications and Representations of Offerors, Non-Construction Contract.
This Form is attached hereto as Attachment B to this RFP document. This 2-page Form must be fully completed, executed where provided thereon and submitted under this tab as a part of the proposal submittal.
Tab 3: Profile of Firm Form
The Profile of Firm Form is attached hereto as Attachment C to this RFP document. This 2-page Form must be fully completed, executed, and submitted under this tab as a part of the proposal submittal.
Tab 4: Proposed Services
The proposer shall place under this tab documentation further explaining the proposer’s services and showing how the proposer intends to fulfill the requirements of the preceding Section 2.0 herein, including, but not limited to:

(4.1) As detailed within Section 4.1, Evaluation Factor No. 2, herein, the proposer’s DEMONSTRATED UNDERSTANDING of the AGENCY’S REQUIREMENTS.

(4.2) As detailed within Section 4.1, Evaluation Factor No. 3, herein, the QUALITY of the TECHNICAL APPROACH and the SERVICES PROPOSED.

(4.3) As detailed within Section 4.1, Evaluation Factor No. 4, herein, the proposer’s DEMONSTRATED TECHNICAL CAPABILITIES (in terms of personnel) and the MANAGEMENT PLAN (including the ability to provide the services detailed herein).

(4.4) As detailed within Section 4.1, Evaluation Factor No. 5, herein, the proposer’s DEMONSTRATED RELEVANT EXPERIENCE in performing similar work and DEMONSTRATED SUCCESSFUL PAST PERFORMANCE (including meeting costs, schedules, and performance requirements) of contract work substantially similar to that required by this solicitation as verified by reference checks or the information submitted within the proposal. NOTE: The Agency will place particular emphasis on the proposer’s above described EXPERIENCE and PAST PERFORMANCE with related-work with public housing agencies.

(4.5) If appropriate, how staff are retained, screened, trained, and monitored.

(4.6) The proposed quality control program.

(4.7) An explanation and copies of forms that will be used and reports that will be submitted and the method of such reports (i.e. written; fax; internet; etc.).

(4.8) A complete description of the products and services the proposer’s firm provides.
Tab 5: Managerial Capacity/Financial Viability/Staffing Plan
The proposer entity must submit under this tab a concise description of its managerial and financial capacity to deliver the proposed services, including brief professional resumes for the persons identified within areas (5) and (6) of Attachment C, Profile of Firm Form. Such information shall include the proposer’s qualifications to provide the services; a description of the background and current organization of the firm.
Tab 6: Client Information
The proposer shall submit a listing of former or current clients, including any other Public Housing Authority, for whom the proposer has performed similar or like services to those being proposed herein. The listing shall, at a minimum, include:

(6.1) The client’s name;

(6.2) The client’s contact name;

(6.3 The client’s telephone number;

(6.4) A brief description and scope of the service(s) and the dates the services were provided.
Tab 7: Equal Employment Opportunity/Supplier Diversity
The proposer must submit under this tab a copy of its Equal Opportunity Employment Policy and a complete description of the positive steps it will take to ensure compliance, to the greatest extent feasible, with the regulations detailed within the following Section 3.6 herein pertaining to supplier diversity (e.g. small, minority-, and women-owned businesses).
Tab 8: Subcontractor/Joint Venture Information (Optional Item)
The proposer shall identify hereunder whether or not he/she intends to use any subcontractors for this job, if awarded, and/or if the proposal is a joint venture with another firm. Please remember that all information required from the proposer under the preceding tabs must also be included for any major subcontractors (10% or more) or from any joint venture.
Tab 9: Section 3 Business Preference Documentation (Optional Item)
For any proposer claiming a Section 3 Business Preference, he/she shall under this tab include the fully completed and executed Section 3 Business Preference Certification Form attached hereto as Attachment D and any documentation required by that form.
Tab 10: Other Information (Optional Item)
The proposer may include hereunder any other general information that the proposer believes is appropriate to assist the Agency in its evaluation.
Proposal Evaluation Factors
The following Factors will be utilized by the Agency to evaluate each proposal submitted.
No. 1: Proposed Cost
Maximum Point Value = 40
The PROPOSED COSTS submitted by the proposer. (Objective Factor)
No. 2: Demonstrated Understanding
Maximum Point Value = 10
The proposer’s DEMONSTRATED UNDERSTANDING of the AGENCY’S REQUIREMENT. (Subjective Factor)
No. 3: Technical Approach and Services Proposed
Maximum Point Value = 10
The QUALITY of the TECHNICAL APPROACH and the SERVICES PROPOSED. (Subjective Factor)
No. 4: Demonstrated Technical Capabilities and the Management Plan
Maximum Point Value = 10
The proposer’s DEMONSTRATED TECHNICAL CAPABILITIES (in terms of personnel) and the MANAGEMENT PLAN (including the ability to provide the services detailed herein). (Subjective Factor)
No. 5: Demonstrated Relevant Experience and Successful Past Performance
Maximum Point Value = 20
The proposer’s DEMONSTRATED RELEVANT EXPERIENCE in performing similar work and the DEMONSTRATED SUCCESSFUL PAST PERFORMANCE (including meeting costs, schedules, and performance requirements) of contract work substantially similar to that required by this solicitation as verified by reference checks or the information submitted within the proposal. NOTE: The Agency will place particular emphasis on the proposer’s above described EXPERIENCE and PAST PERFORMANCE with public housing agencies and, equally, in an office environment similar to the Agency’s environment. (Subjective Factor)
No. 6: Overall Quality, Professional Appearance, and Organization
Maximum Point Value = 10
The OVERALL QUALITY, PROFESSIONAL APPEARANCE, and ORGANIZATION of the PROPOSAL SUBMITTED, based upon the opinion of the evaluators. (Subjective Factor)
No. 7: Section 3 Business Preference
Maximum Point Value = 15
As detailed within Attachments D and D-1, and within Section 4.1.1 of the RFP 1.0 Document, each issued and attached hereto. (Objective Factor)
Total Maximum Points = 115  
Advertisement
Did the Agency place an advertisement in any publication pertaining to this RFP?  Yes
Publication: State Journal Register Advertising Dates: 02/07/2018
Publication: State Journal Register Advertising Dates: 02/14/2018
 
Terms, Conditions and Instructions
Each firm that submits a proposal is responsible to carefully review and comply with the following and/or the attached Terms, Conditions and Instructions, and by submitting a proposal agrees to do so.

If you have any questions regarding this proposal or any of the documents attached, you may use the "Questions and Answers" area. This will save both you and the Agency time in communication along with allowing documentation of all inquiries and responses within one area for all vendors to view.
RFP Documents  
Attached Documents:
  Filename Size
1.0 - HQS-UPCS Inspection Services (RFP Document).doc 1.0 - HQS-UPCS Inspection Services (RFP Document).doc 468.5 KB
2.0 - Attachment A (Form of Proposal).doc 2.0 - Attachment A (Form of Proposal).doc 84 KB
3.0 - Attachment B (HUD-5369-C).pdf 3.0 - Attachment B (HUD-5369-C).pdf 81.98 KB
4.0 - Attachment C (Profile of Firm Form).doc 4.0 - Attachment C (Profile of Firm Form).doc 76.5 KB
5.0 - Attachment D (Section 3 Submittal Form).doc 5.0 - Attachment D (Section 3 Submittal Form).doc 98 KB
5.1 - Attachment D-1 (Section 3 Explanation).doc 5.1 - Attachment D-1 (Section 3 Explanation).doc 114 KB
6.0 - Attachment E (HUD-5369-B).pdf 6.0 - Attachment E (HUD-5369-B).pdf 213.51 KB
7.0 - Attachment F (SIPC).doc 7.0 - Attachment F (SIPC).doc 255.5 KB
8.0 - Attachment G (Sample Contract Form).doc 8.0 - Attachment G (Sample Contract Form).doc 146.5 KB
8.1 - Attachment G-1 (HUD-5370-C1).docx 8.1 - Attachment G-1 (HUD-5370-C1).docx 416.28 KB
8.2 - Attachment G-2 (Section 3 Plan-Contract).doc 8.2 - Attachment G-2 (Section 3 Plan-Contract).doc 144 KB
9.0 - Attachment H (Profile of Properties).doc 9.0 - Attachment H (Profile of Properties).doc 90 KB
10.0 - Attachment I (HQS UPCS Inspections Map).docx 10.0 - Attachment I (HQS UPCS Inspections Map).docx 176.3 KB
11.0 - Attachment J (PIH LBP Notice    ) 11.0 - Attachment J (PIH LBP Notice ) 480.37 KB
 
Addenda
Issued: 02/20/2018 - 09:25 PM UTC - Addendum #1
Issued: 02/27/2018 - 02:35 AM UTC - Addendum #2
Issued: 03/02/2018 - 11:11 PM UTC - Addendum #3
Issued: 03/07/2018 - 12:48 AM UTC - Addendum #4
Issued: 03/21/2018 - 03:03 PM UTC - Addendum #5
 
Post-submittal Deadline Notices
Issued: 04/10/2018 - 07:23 PM UTC - Post-submittal Deadline Notice #1
Issued: 05/17/2018 - 12:09 PM UTC - Post-submittal Deadline Notice #2
Issued: 06/12/2018 - 08:35 PM UTC - Post-submittal Deadline Notice #3
 
Questions and Answers
View Unanswered Questions - 0 Unanswered Question(s)

View Answered Questions - 1 Answered Question(s)


Pricing Items for Solicitation #: P18002 - HQS/UPCS Inspection Services
Pricing Item# Agency Stock Code Qty U/M
 
Lot # 1 - HQS Inspection Services
  452  Unit(s) 
Specification: Bi-annual Inspections (once every 2 years, though the Agency may revise--increase/decrease--this time-frame at any time it wishes during the ensuing contract periods).
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  60  Each 
Specification: Emergency, Complaint, and/or Follow-up Inspections.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  60  Each 
Specification: Initial Inspections.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  20  Hour(s) 
Specification: When ordered by the Agency, additional related services (that the Agency may require that are not already provided for herein). [PLEASE NOTE IMPORTANT ENTRY INSTRUCTIONS: Each proposer is strongly encourage to, prior to entering a response for this Pricing Item, again review and comply with the instructions detailed within Section 3.3.2, and most specifically, Section 3.3.4.1, of the RFP 1.0 Document issued and attached hereto. Any proposer that chooses to not comply with this reminder may enter this response incorrectly, which will have a negative affect on the proposer's offer. Further, as detailed within Section 3.3.4.3, the proposers will NOT be able to revise this cost after the submittal deadline unless the Agency chooses to conduct the Best and Finals process detailed within Section 4.2.5 of the aforementioned RFP Document.]
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Alexander County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
  Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Bond County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
  Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Clinton County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
  Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Coles County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
  Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Crawford County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
10    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Douglas County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
11    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Fayette County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
12    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Jackson County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
13    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Jasper County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
14    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Livingston County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
15    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Macoupin County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
16    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Massac County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
17    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): McDonough County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
18    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Menard County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
19    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Monroe County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
20    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Moultrie County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
21    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Perry County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
22    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Pulaski County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
23    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Randolph County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
24    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Schuyler County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
25    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Scott County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
26    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Wabash County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
27    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): White County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
28    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Williamson County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
 
Lot # 2 - UPCS Inspection Services
29    446  Unit(s) 
Specification: Annual UPCS Inspections (once every 2 years, though the Agency may revise--increase/decrease--this time-frame at any time it wishes during the ensuing contract periods).
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
30    20  Hour(s) 
Specification: When ordered by the Agency, additional related services (that the Agency may require that are not already provided for herein). [PLEASE NOTE IMPORTANT ENTRY INSTRUCTIONS: Each proposer is strongly encourage to, prior to entering a response for this Pricing Item, again review and comply with the instructions detailed within Section 3.3.2, and most specifically, Section 3.3.4.1, of the RFP 1.0 Document issued and attached hereto. Any proposer that chooses to not comply with this reminder may enter this response incorrectly, which will have a negative affect on the proposer's offer. Further, as detailed within Section 3.3.4.3, the proposers will NOT be able to revise this cost after the submittal deadline unless the Agency chooses to conduct the Best and Finals process detailed within Section 4.2.5 of the aforementioned RFP Document.]
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
31    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Bond County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
32    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Christian County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
33    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Menard County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
34    Each 
Specification: Optional Round Trip Charge (to provide the required services in each identified County): Scott County.
No Alternate Specification Allowed
Reason:
NOT APPLICABLE.
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: ALLOWED for this item.

 
 
End of Solicitation # P18002 04/27/2024 05:21:15 AM UTC


 
 Contact  Customer Support: 866-526-9266 © Copyright 2024, International eProcurement