You are on page 1of 16

Suffolk County Sheriff’s Department

Request for Response (RFR)


Document Tile: Fentanyl Gloves
COMMBUYS BID#: BD-24-1098-HOC-SDS02-91193
Version: 1
Monday, July 24, 2023
All Consultants are responsible for reviewing and adhering to all information, forms and requirements for the entire SOW,
which are all incorporated into the SOW. Responses received after the deadline shall be disqualified. All Consultants should
plan advance lead time for uploading proposals in a timely manner prior to the deadline. Consultants requiring assistance in the
registration and use of COMMBUYS should contact the COMMBUYS Helpdesk at COMMBUYS@state.ma.us or the COMMBUYS
Helpline at 1-888-MA-STATE. The Helpline is staffed from 8:00 AM to 5:00 PM Monday through Friday Eastern Standard or
Daylight time, as applicable, except on federal, state and Suffolk county holidays.

1
Contents
1. RFR INTRODUCTION AND GENERAL DESCRIPTION ............................................................................. 4
1.1. Procurement Scope and Description ........................................................................................... 4
1.2. Background Information .............................................................................................................. 4
1.3. Applicable Procurement Law ....................................................................................................... 4
1.4. Number of Awards ....................................................................................................................... 4
1.5. Acquisition Method(s) .................................................................................................................. 4
1.6. Contract Duration ......................................................................................................................... 5
2. ESTIMATED PROCUREMENT CALENDAR.............................................................................................. 5
2.1. Bid Q&A ........................................................................................................................................ 6
2.2. Amendment Deadline .................................................................................................................. 6
3. DEFINTIONS .......................................................................................................................................... 7
4. BIDDER QUALIFICATIONS ..................................................................................................................... 8
4.1. Required Criteria .......................................................................................................................... 8
5. SCOPE OF SERVICE ................................................................................................................................ 8
5.1. Service Locations .......................................................................................................................... 8
5.2. Commodity Specifications............................................................................................................ 8
5.3. Data Sheet Required .................................................................................................................... 9
5.4. Delivery ......................................................................................................................................... 9
6. PLAN OF SERVICE .................................................................................................................................. 9
6.1. Estimate Quantities ...................................................................................................................... 9
6.2. Order Installments ..................................................................................................................... 10
6.3. Order Fulfillment ........................................................................................................................ 10
7. PAYMENT ............................................................................................................................................ 10
7.1. Invoicing...................................................................................................................................... 10
7.2. Separate Invoices for Service Locations .................................................................................... 10
7.3. Returns of Non-Conforming Goods ........................................................................................... 11
7.4. Prompt Payment Discount ......................................................................................................... 11
7.5. EFT Form ..................................................................................................................................... 11
8. DOCUMENTS INCORPORATED INTO THE CONTRACT ....................................................................... 12
8.1. Generally..................................................................................................................................... 12
8.2. SCSD Attachments ...................................................................................................................... 12

2
8.3. Contract Precedence .................................................................................................................. 12
9. CONTRACT TERMS AND CONDITIONS ............................................................................................... 12
9.1. Complete Agreement ................................................................................................................. 12
9.2. Waiver......................................................................................................................................... 12
9.3. No Agency ................................................................................................................................... 12
9.4. Contract as Independent Contractor ......................................................................................... 13
9.5. Notice .......................................................................................................................................... 13
9.6. Headings Not Controlling ........................................................................................................... 13
9.7. Severability ................................................................................................................................. 13
9.8. Indemnification .......................................................................................................................... 13
9.9. Termination for Convenience .................................................................................................... 14
9.10. Fiscal Appropriation ............................................................................................................... 14
9.11. Modifications.......................................................................................................................... 14
9.12. Subcontractor ......................................................................................................................... 14
9.13. Collusion ................................................................................................................................. 14
10. HOW TO SUBMIT A QUOTE ............................................................................................................ 15
11. EVALUATION CRITERIA ................................................................................................................... 16
12. CONTRACT AWARD ........................................................................................................................ 16

3
1. RFR INTRODUCTION AND GENERAL DESCRIPTION

1.1. Procurement Scope and Description

The Sheriff County Sheriff’s Department (SCSD) is soliciting Bidders for the acquisition of gloves
to be used for cleaning of chemicals, including fentanyl.

Bidders shall carefully examine the entire RFR and any addenda thereto, and all related
materials and data referenced in the RFR or otherwise available, and shall become fully aware
of the nature and conditions to be encountered in performing the services.

Bidders are advised to read all sections of this RR (the most recent version on COMMBUYS.com
prior to the Deadline) prior to submitting a proposal.

See Bid: BD-24-1098-HOC-SDS02-91193

1.2. Background Information

The SCSD owns and operates the Suffolk County Jail which is located at 200 Nashua Street,
Boston, Massachusetts 02114.

The SCSD owns and operates the House of Corrections which is located at 20 Bradston Street,
Boston, MA 02118.

1.3. Applicable Procurement Law

The Contract shall be governed by the laws of the Commonwealth of Massachusetts.

1.4. Number of Awards

The target maximum number of Contractors is one (1). This is a target number; the SCSD may
award more or fewer Contracts if it is in the best interests of the SCSD to do so.

1.5. Acquisition Method(s)

The acquisition method(s) to acquire gods and/or services from this Bid are:

Outright Purchase
Tax Exempt Lease Purchase (TELP)
Term Lease
Fee for Service

4
Rental (Not to exceed six months)
License
x Other: Installment

1.6. Contract Duration

The expected duration of this Contract is as follows:

CONTRACT DURACTION NUMBER OF OPTIONS NUMBER OF YEARS/MONTHS


Initial Duration 1 Year
Renewal Options 2 One Year Renewal Options 2 Years
Total Maximum Contract 3 Years
Duration

No goods may be ordered and no new leases, rentals, maintenance, or other agreements for
services may be executed after the Contract has expired.

2. ESTIMATED PROCUREMENT CALENDAR

EVENT DATE
Bid Release Date Monday, July 24, 2023
Deadline for Bid Q&A Tuesday, August 8, 2023 at 1:00PM

All Questions must be emailed to Magaly


Chinchilla at msalazar@scsdma.org before the
above deadline.
Official Answers for Bid Q&A published Tuesday, August 15, 2023
(Estimated)
Deadline for Submission Monday, August 21, 2023

(“Bid Opening Date/Time” in COMMBUYS) If the Awarding Authority receives a proposal


after the deadline, then the proposal shall be
deemed non-responsive and will be returned to
the Bidder without consideration, even if the
proposal was received late due to the United
States Postal Service or an independent delivery
service.

If, at the time of the scheduled RFR deadline, the


Awarding Authority is closed to the public due to
uncontrolled events including fire, snow, or ice
or other security matters, the RFR will be
postponed until 1:00 p.m. on the next normal
business day.
Notification of Apparent Successful Bidder(s) Week of August 21, 2023

5
(Estimated)
Estimated Contract Start Date Friday, September 1, 2023

Times are Eastern Standard/Daylight Savings (US), as displayed on the COMMBUYS system clock
displayed to Bidders after logging in. If there is a conflict between the dates in this Procurement
Calendar and dates in the Bid’s Header, the dates in the Bid’s Header on COMMBUYS shall prevail.
Bidders are responsible for checking the Bid record, including Bid Q&A, for Procurement Calendar
updates.

2.1. Bid Q&A

The “Bid Q&A” provides the opportunity for Bidders to ask written questions and receive
written answers from SCSD regarding this Bid.

All questions as to the interpretation of the Request for Proposals shall be submitted in writing
to:

Magaly Chinchilla
Contract Administrator
Suffolk County Sheriff’s Department
20 Bradston Street
Boston, Massachusetts
Email: msalazar@scsdma.org

No questions will be answered unless received by Magaly Chinchilla on or before 1:00pm on


Tuesday, August 8, 2023.

The Suffolk County Sheriff’s Department reserves the right not to respond to questions
submitted after this date. It is the Bidder’s responsibility to verify receipt of questions.

Bidders are responsible for entering content suitable for public viewing since all questions are
accessible to the public. Bidders must not include information that could be considered
personal, security sensitive, inflammatory, incorrect, collusory, or otherwise objectionable,
including information about the Bidder’s company or other companies. The Suffolk County
Sheriff’s Department reserves the right to edit or delete submitted questions that raise any of
these issues or that are not in the best interest of the Commonwealth, the Suffolk County
Sheriff’s Department, or this Bid.

2.2. Amendment Deadline

6
The Suffolk County Sheriff’s Department may, at any time prior to the execution of a Contract
and without penalty, amend the RFR or change the RFR requirements, scope, budget, or
Procurement schedule upon written notice to Bidders.

If an amendment is made after the deadline for submission of responses and before the
response evaluation period has started, the Sheriff’s Department shall provide notice in the
same manner as stated above and allow a reasonable time for the acceptance of amended or
new responses from the Bidders who submitted responses and any new responses from other
Bidders.

It is each Bidder’s responsibility to check COMMBUYS for amendments, addenda, or


modifications to this Bid, and any Bid Q&A records related to this Bid. The Suffolk County
Sheriff’s Department and the Commonwealth accepts no responsibility and will provide no
accommodation to Bidders who submit a Quote based on an out-of-date Bid or on information
received from a source other than COMMBUYS.

3. DEFINTIONS

For the purpose of this Addendum and the attached Schedules, the following terms shall have the
meaning set forth below:

3.1. “Awarding Authority” shall mean the Suffolk County Sheriff’s Department

3.2. “Bidder” shall mean any person or entity that files a Bid in accordance with this Request for
Response. Also may be referred to as a Proposer.

3.3. “Contract” shall mean the complete agreement between the Suffolk County Sheriff’s
Department and the Contractor which consists of the Commonwealth of Massachusetts Terms
and Conditions, the Commonwealth of Massachusetts Standard Contract Form, this Request for
Response and any addendum hereto, the Response to the Request for Responses from the
successful Bidder, and any agreed upon modifications to the price and/or Plan of Service that
are reduced to writing and signed by both parties.

3.4. “Contractor” shall mean the successful Bidder to whom the Contract has been awarded.

3.5. “Cost Proposal” shall mean the Cost Proposal Form (Attachment A) that has been prepared by
the Bidder and included with the bid.

3.6. “County” shall mean the Suffolk County Sheriff’s Department.

3.7. “Gloves” shall mean the goods sought to be procured with this RFR, described in details in
Section 5.2.

7
3.8. The “House of Corrections” or “HOC” shall mean the Suffolk County House of Correction
located at 20 Bradston Street, Boston, Massachusetts, 02118.

3.9. “Installment” shall mean a delivery of Gloves pursuant to this Contract.

3.10. “Order Installment” shall mean an order placed by the Awarding Authority for an
Installment pursuant to this Contract.

3.11. The “Suffolk County Jail”, “Jail”, or “SCJ” shall mean the Suffolk County Jail located at
200 Nashua Street, Boston, Massachusetts, 02114. Also may be referred to as Nashua Street
Jail or NSJ.

3.12. “SCSD” shall mean the Suffolk County Sheriff’s Department

3.13. “Service Location” shall mean the HOC or SCJ.

3.14. “Service Locations” shall mean the HOC and SCJ collectively.

4. BIDDER QUALIFICATIONS

4.1. Required Criteria

The Bidder shall meet or exceed the following criteria in order to respond to this RFR.

4.1.1.Deliveries: The Contractor’s delivery vehicles that deliver the goods that are sought
through this RFR must be able to fit their entirety inside the vehicle sally port at both the
HOC and Suffolk County Jail.

5. SCOPE OF SERVICE

5.1. Service Locations

Suffolk County Jail at 200 Nashua Street, Boston MA 02114

House of Correction at 20 Bradston Street, Boston MA 02118

5.2. Commodity Specifications

SKU: SS-GLV-NTRL-BLK-INTC-6M

Brand: Sunline

8
Manufacturer: INTCO Medical Technology Co., Ltd

 100 gloves/box, 10 boxes/case, 1000 gloves/case


 Non-sterile
 Powder-free
 Latex-free
 Thickness: 6mil
 Medical grade
 Sizes: S/M/L/XL/XXL
 Color: Black
 Certifications: Nitrile Medical/Industrial Disposable Gloves 510k #K133307, FDA, ASTM
D7160, ASTM D6978, ASTM F739

5.3. Data Sheet Required


Data sheets are required with the Bid. Bids missing the data sheets may be deemed non-
responsive.

5.4. Delivery

All products purchased from this contract are Free on Board (FOB) Destination. The Awarded
Vendor may not charge fees or surcharges for delivery. Orders are expected to be delivered and
completed within thirty (30) business days after receipt of order, unless another timeframe is
agreed on between SCSD and the Vendor.

6. PLAN OF SERVICE

6.1. Estimate Quantities

Estimates are based off of Section 5.2.

These estimates are provided for informational purposes only, and the actual orders by the
Awarding Authority may vary greatly for these estimates. The estimates provided below do not
bind or limit the scope of this Contract.

There shall be 100 gloves per box, 10 boxes per case (1000 gloves/cases).

Service Small Medium Large X-Large XX-Large


Location
Suffolk 0 200 cases 500 cases 700 cases 0
County Jail
House of 350 cases 350 cases 700 cases 700 cases 350
Correction

9
6.2. Order Installments

The Awarding Authority may place Order Installments for gloves at any time during the term of
this Contract. Any order Installment may be made verbally or in writing, and shall be made
from either the HOC or the Suffolk County Jail, however an Order Installment may not be
comingled between both Service Locations.

6.3. Order Fulfillment

The Contractor shall deliver confirming goods that satisfies each Order Installment at the
requesting Service Location within 30 days of the placing of that Order Installment in accordance
with section 6.2.

6.4. Right of Rejection

The Awarding Authority shall have all of the rights of rejection under the UCC for non-
conforming goods, or goods delivered in violation of this Contract.

7. PAYMENT

7.1. Invoicing

Invoices shall be sent to:

House of Correction
20 Bradston Street
Boston, MA 02118
Attn: Financial Service

7.2. Separate Invoices for Service Locations

Invoices for each Service Location must be sent separately and must have distinct numbering
and indicate the following:
(a) Service Location
(b) Date Ordered
(c) Ordered BY
(d) List Items shipped
(e) Cost per Items
(f) Total Due

10
7.3. Returns of Non-Conforming Goods

If any product is damaged or deemed unacceptable by the Awarding Authority, then the
Contractor will offer a full refund or replacement product at no additional cost.

The Contractor shall bear the cost for returns of non-conforming goods and must provide
“Return Slips” to the Dept. as needed.

7.4. Prompt Payment Discount

Bidders shall provide a Prompt Payment Discount (PPD) for receiving early payments from the
Department. A Prompt Payment Discount will factor into the Department’s determination of
Best Value. The terms should be included in the “Prompt Payment Discount” form available on
COMMBUYS file attachments.

Prompt Payment Discount Payment days will be measured once SCSD receives all accurate
reports and documents with the invoice.

7.5. EFT Form

All bidders responding to this RFR must agree to participate in the Commonwealth Electronic
Funds Transfer (EFT) program for receiving payments, unless the bidder is able to provide
compelling proof that it would be unduly burdensome. EFT is a benefit to both contractors and
the Commonwealth because it ensures fast, safe, and reliable payment directly to contractors
and saves both parties the cost of processing checks. Contractors may track and verify payments
made electronically through the Comptroller’s Vendor Web system. A link to the EFT application
may be found on the OSD Forms page ( www.mass.gov/lists/osd-forms). Additional information
about EFT is available on the VendorWeb site (www.mass.gov/osc). Click on MASSfinance.

Successful bidders, upon notification of contract award, will be required to enroll in EFT as a
contract requirement by completing and submitting the Authorization for Electronic Funds
Payment Form to this department for review, approval, and forwarding to the Office of the
Comptroller. If the bidder already is enrolled in the program, it may so indicate in its response.
Because the Authorization for Electronic Funds Payment Form contains banking information, this
form, and all information contained on this form, shall not be considered a public record and shall
not be subject to public disclosure through a public records request.

The requirement to use EFT may be waived by the Awarding Authority on a case-by-case basis
if participation in the program would be unduly burdensome on the bidder. If a bidder is
claiming that this requirement is a hardship or unduly burdensome, the specific reason must be
documented in its response. The Awarding Authority will consider such requests on a case-by-
case basis and communicate the findings to the bidder.

11
8. DOCUMENTS INCORPORATED INTO THE CONTRACT

8.1. Generally

The documents are incorporated into the Contract and are made part and parcel thereof are
listed in the definition of Contract in accordance with Section 3.

8.2. SCSD Attachments

All Attachments can be located on COMMBUYS File Attachments.

8.3. Contract Precedence

In the event of a conflict between any of the terms of the Contract, the terms of the RFR shall
govern and all other conflicts shall be resolved under the following order of precedence:

(1) Attachments and/or modifications to this RFR which may be issued after the date
that this RFR is released,
(2) Commonwealth of Massachusetts Terms and Conditions
(3) Commonwealth of Massachusetts Standard Form Contract
(4) The Contractor’s response to this RFR, including the Pricing Response using
Schedule “B”

9. CONTRACT TERMS AND CONDITIONS

9.1. Complete Agreement

The Contract represents the complete agreement between the parties thereto with respect to
the subject matter hereof and there have been no oral or other prior agreements of any kind
whatsoever as a condition, precedent or inducement to the signing of any part of the Contract
or otherwise concerning the Contract or the subject matter thereof.

9.2. Waiver

No term or provision of this Contract shall be deemed waived and no breach excused unless
such waiver or consent in writing and signed by the Awarding Authority.

9.3. No Agency

Nothing contained herein will be construed as creating any agency, partnership, joint venture
or other form of joint enterprise between the parties.

12
9.4. Contract as Independent Contractor

The parties acknowledge that the Contractor will perform its obligations hereunder as an
independent contractor. The manner and method of performing such obligations will be under
the Contractor’s sole control and discretion, and the Suffolk County Sheriff’s Department’s sole
interest is only in the result of such Services. It is also expressly understood that Contractor’s
employees and agents, I any, are not Suffolk County Sheriff’s Department employees or agents,
and have no authority to bind the Commonwealth of Massachusetts or the Suffolk County
Sheriff’s Department by Contract or otherwise.

9.5. Notice

All Notices and other communications hereunder shall be in writing and shall be deemed to
have been given three (3) days after having been delivered or mailed by first-class, registered or
certified mail, charges prepaid as follows:

9.5.1. If to the Awarding Authority or the Commonwealth of Massachusetts/County of Suffolk,


then addressed to:

Magaly Chinchilla
Contract Administrator
Suffolk County Sheriff’s Department
20 Bradston Street, Boston, MA 02118
Email: msalazar@scsdma.org

9.5.2.If to the Contractor, then addressed to the name and address provided by the
Bidder/Contractor on the Bid Response Form.

9.6. Headings Not Controlling

The headings in this Addendum are for reference purposes only and shall not be construed as a
part of the Contract.

9.7. Severability

If any provision of this Contract is held invalid, void, or unenforceable under any applicable
statute or rule of law, it shall to that extent be deemed omitted, and the balance of the
Contract shall be enforceable in accordance with its terms.

9.8. Indemnification

13
The Contractor shall defend and indemnify the Awarding Authority and the Commonwealth of
Massachusetts from any claim or suit brought or asserted by any of the Contractor’s employees
or subcontractors, their employees. Additionally, the Contractor shall defend, indemnify and
hold-harmless the Awarding Authority and the Commonwealth of Massachusetts from any
claims or suit brought by a third-party, that arises from the Services provided in this Contract by
any of the Contractor’s employees, or any claims that are based upon or ancillary to the
employment by any of the Contractor’s employees.

9.9. Termination for Convenience

Any remaining Contract may be terminated at any time for the convenience of the
Commonwealth of Massachusetts or the Suffolk County Sheriff’s Department, unilaterally, for
any reason and without justification, at the option of the Commonwealth of Massachusetts or
the Suffolk County Sheriff’s Department, by delivery of mailing to the Contractor a written
notice of termination setting forth the date, not less than seven (7) days after the date of such
delivery or mailing, when such termination shall be effective. In the event of such termination
for convenience, the Contractor shall be compensated for services rendered to the effective
date of said termination in accordance with the rates of compensation specified in the
Contract. The Contractor shall not be permitted to terminate the Contract unilaterally.

9.10. Fiscal Appropriation

The Commonwealth of Massachusetts or the Awarding Authority may terminate this Contract I
there are no funds available or if there is no fiscal appropriation in the first year or in
succeeding fiscal years.

9.11. Modifications

Prior to the award of the Contract, the parties may modify the price and/or the Bidder’s Plan of
Service in a writing that is signed by both parties. All other parts of the Request for Responses
including the specifications, the scope of service, and the contract terms and conditions are
non-negotiable. The Awarding Authority may accept a Bidder’s Response to the RFR without
any modification, thus creating a contract.

9.12. Subcontractor

The Contractor may not subcontract with another vendor to provide any of the Services to
which it is obligated to perform under this Contract without the written approval of the
Awarding Authority.

9.13. Collusion

14
The Contractor certifies that this Proposal has been offered in good faith and without collusion,
fraud, or unfair trade practices with any other person, and that any actions to avoid or frustrate
fair and open competition are prohibited by law and shall be grounds for rejection or
disqualification of a Response or termination of this contract.

9.14. Public Records

All responses and information submitted in response to this RFR are subject to the
Massachusetts Public Records Law, M.G.L., c. 66, s. 10, and to c. 4, s. 7, ss. 26. Any statements
in submitted responses that are inconsistent with these statutes, including marking by bidders
of information as confidential during the quote submission process, shall be disregarded.

9.15. Reasonable Accommodation

Bidders with disabilities or hardships that seek reasonable accommodation, which may include
the receipt of RFR information in an alternative format, must communicate such requests in
writing to the contact person. Requests for accommodation will be addressed on a case by case
basis. A Bidder requesting accommodation must submit a written statement which describes
the bidder’s disability and the requested accommodation to the contact person for the RFR.
The Awarding Authority reserves the right to reject unreasonable requests.

9.16. Restriction on the Use of the Commonwealth Seal

Bidders and contractors are not allowed to display the Commonwealth of Massachusetts Seal
in their bid package or subsequent marketing materials if they are awarded a contract because
use of the coat of arms and the Great Seal of the Commonwealth for advertising or commercial
purposes is prohibited by law.

10. HOW TO SUBMIT A QUOTE

To be considered a valid proposal, each organization submitted a proposal/bid (Bidder) must ensure
receipt by the SCSD of one (1) original proposal and three (3) duplicates at the following address no later
than Monday, August 21, 2023 at 1:00pm and clearly marked “Suffolk County Sheriff’s Department –
Fentanyl Gloves RFR”. All proposals should be in ringed binders, include a table of contents and each
section tabbed to coincide with the table of contents. Additionally, all material should be copied onto
one (1) USB flash drive and included with the submission.

The Cost Proposal must be submitted in a separate sealed envelope labeled “Cost Proposal” and clearly
marked “Suffolk County Sheriff’s Department – Fentanyl Gloves RFR” with an original and three (3)
copies.

15
10.1. Required Documents

10.1.1. Data Sheet (Section 5.3)


10.1.2. Prompt Payment Discount Form
10.1.3. Schedule A – Cost Proposal
10.1.4. W-9

10.2. Delivery

All Proposals shall be delivered to:

Suffolk County Sheriff’s department


Attn: Magaly Chinchilla, Contract Administrator
20 Bradston Street
Boston, MA 02118

SCSD does not accept emailed/faxed proposals.

11. EVALUATION CRITERIA

Contract will be awarded based on Best Value. The Award will be based upon the Department’s
decision, using its discretion, as to which Responsive bid has the Best Value to the Department.

12. CONTRACT AWARD

After the deadline for submissions in accordance with Section 2, the Awarding Authority shall
evaluate the Bids in order to determine the Bid most advantageous to the Awarding Authority. The
Awarding Authority will award the Contract to the Bidder with the most advantageous Bid in the
sole discretion and opinion of the Awarding Authority.

16

You might also like