Bid Internal FA Services 2018

User Manual: Pdf Bid-internal-FA-Services-2018

Open the PDF directly: View PDF PDF.
Page Count: 29

State of South Carolina
Invitation to Bid
Solicitation Number:
Date Issued:
Procurement Officer:
Phone:
E-Mail Address:
IFA4518
04/05/18
Carol Mack
(843)525-8250
cmack@tcl.edu
DESCRIPTION: Partnership with Company to Provide Internal Financial Aid Services
USING GOVERNMENTAL UNIT: Technical College of the Lowcountry
The Term "Offer" Means Your "Bid" or "Proposal". Your offer must be submitted in a sealed package. Solicitation Number & Opening Date must
appear on package exterior. See "Submitting Your Paper Offer or Modification" provision.
SUBMIT YOUR SEALED OFFER TO EITHER OF THE FOLLOWING ADDRESSES:
MAILING ADDRESS:
Technical College of the Lowcountry
PO Box 1288, Purchasing
Beaufort, SC 29901
PHYSICAL ADDRESS:
Technical College of the Lowcountry
921 Ribaut Road, Bldg 3 Purchasing
Beaufort, SC 29902
CONFERENCE TYPE: SITE VISIT- NA
(As appropriate, see "Conferences - Pre-Bid/Proposal" & "Site Visit" provisions)
AWARD &
AMENDMENTS
Award will be posted on May 7, 2018. The award, this solicitation, any amendments, and any related notices will
be posted at the following web address: http://www.tcl.edu.
You must submit a signed copy of this form with Your Offer. By signing, you agree to be bound by the terms of the Solicitation. You
agree to hold Your Offer open for a minimum of thirty (30) calendar days after the Opening Date. (See "Signing Your Offer" provision.)
NAME OF OFFEROR
(full legal name of business submitting the offer)
Any award issued will be issued to, and the contract will be
formed with, the entity identified as the Offeror. The entity named
as the offeror must be a single and distinct legal entity. Do not use
the name of a branch office or a division of a larger entity if the
branch or division is not a separate legal entity, i.e., a separate
corporation, partnership, sole proprietorship, etc.
AUTHORIZED SIGNATURE
(Person must be authorized to submit binding offer to contract on behalf
of Offeror.)
DATE SIGNED
TITLE (business title of person signing above)
STATE VENDOR NO.
(Register to Obtain S.C. Vendor No. at www.procurement.sc.gov)
PRINTED NAME
(printed name of person signing above)
STATE OF INCORPORATION
(If you are a corporation, identify the state of incorporation.)
OFFEROR'S TYPE OF ENTITY: (Check-one) (See "Signing Your Offer" provision.)
___ Sole Proprietorship ___ Partnership ___ Other_____________________________
___ Corporate entity (not tax-exempt) ___ Corporation (tax-exempt) ___ Government entity (federal, state, or local)
COVER PAGE PAPER ONLY (MAR 2015)SAP
HOME OFFICE ADDRESS (Address for offeror's home office /
principal place of business)
NOTICE ADDRESS (Address to which all procurement and contract
related notices should be sent.) (See "Notice" clause)
Area Code - Number - Extension Facsimile
_________________________________________________
E-mail Address
PAYMENT ADDRESS (Address to which payments will be sent.)
(See "Payment" clause)
____Payment Address same as Home Office Address
____Payment Address same as Notice Address (check only one)
ORDER ADDRESS (Address to which purchase orders will be sent)
(See "Purchase Orders and "Contract Documents" clauses)
____Order Address same as Home Office Address
____Order Address same as Notice Address (check only one)
ACKNOWLEDGMENT OF AMENDMENTS
Offerors acknowledges receipt of amendments by indicating amendment number and its date of issue. (See "Amendments to Solicitation" Provision)
Amendment No.
Amendment Issue
Date
Amendment No.
Amendment Issue
Date
Amendment No.
Amendment Issue
Date
Amendment No.
Amendment Issue
Date
DISCOUNT FOR
PROMPT PAYMENT
(See "Discount for
Prompt Payment" clause)
10 Calendar Days (%)
20 Calendar Days (%)
30 Calendar Days (%)
_____Calendar Days (%)
PREFERENCES - A NOTICE TO VENDORS (SEP. 2009): On June 16, 2009, the South Carolina General Assembly rewrote the law
governing preferences available to in-state vendors, vendors using in-state subcontractors, and vendors selling in-state or US end products.
This law appears in Section 11-35-1524 of the South Carolina Code of Laws. A summary of the new preferences is available at
www.procurement.sc.gov/preferences. ALL THE PREFERENCES MUST BE CLAIMED AND ARE APPLIED BY LINE ITEM,
REGARDLESS OF WHETHER AWARD IS MADE BY ITEM OR LOT. VENDORS ARE CAUTIONED TO CAREFULLY
REVIEW THE STATUTE BEFORE CLAIMING ANY PREFERENCES. THE REQUIREMENTS TO QUALIFY HAVE
CHANGED. IF YOU REQUEST A PREFERENCE, YOU ARE CERTIFYING THAT YOUR OFFER QUALIFIES FOR THE
PREFERENCE YOU'VE CLAIMED. IMPROPERLY REQUESTING A PREFERENCE CAN HAVE SERIOUS
CONSEQUENCES. [11-35-1524(E)(4)&(6)]
PREFERENCES - ADDRESS AND PHONE OF IN-STATE OFFICE: Please provide the address and phone number for your in-state
office in the space provided below. An in-state office is necessary to claim either the Resident Vendor Preference (11-35-
1524(C)(1)(i)&(ii)) or the Resident Contractor Preference (11-35-1524(C)(1)(iii)). Accordingly, you must provide this information to
qualify for the preference. An in-state office is not required, but can be beneficial, if you are claiming the Resident Subcontractor
Preference (11-35-1524(D)).
____ In-State Office Address same as Home Office Address
____ In-State Office Address same as Notice Address (check only one)
PAGE TWO (SEP 2009)
End of PAGE TWO
PAGE TWO
(Return Page Two with Your Offer)
Solicitation Outline
I. Scope of Solicitation
II. Instructions to Offerors
A. General Instructions
B. Special Instructions
III. Scope of Work / Specifications
IV. Information for Offerors to Submit
V. Qualifications
VI. Award Criteria
VII. Terms and Conditions
A. General
B. Special
VIII. Bidding Schedule / Cost Proposal
IX. Attachments to Solicitation
I. SCOPE OF SOLICITATION
ACQUIRE SERVICES (January 2006): The purpose of this solicitation is to acquire services
complying with the enclosed description and/or specifications and conditions.
The Technical College of the Lowcountry (TCL) is requesting bids for a partnership with a
Financial Aid Company that can provide internal office processing and staff training. This contract
is for one year with an option to renew for two additional years.
II. INSTRUCTIONS TO OFFERORS A. GENERAL INSTRUCTIONS
DEFINITIONS (JAN 2006): EXCEPT AS OTHERWISE PROVIDED HEREIN, THE
FOLLOWING DEFINITIONS ARE APPLICABLE TO ALL PARTS OF THE SOLICITATION.
AMENDMENT means a document issued to supplement the original solicitation document.
CHANGE ORDER - means any written alteration in specifications, delivery point, rate of delivery,
period of performance, price, quantity, or other provisions of any contract accomplished by mutual
agreement of the parties to the contract.
CONTRACT - See clause entitled “Contract Documents & Order of Precedence.”
CONTRACT MODIFICATION means a written order signed by the Procurement Officer,
directing the contractor to make changes which the changes clause of the contract authorizes the
Procurement Officer to order without the consent of the contractor.
CONTRACTOR - means the Offeror receiving an award as a result of this solicitation.
COVER PAGE means the top page of the original solicitation on which the solicitation is
identified by number. Offerors are cautioned that Amendments may modify information provided
on the Cover Page.
DPS - means the Division of Procurement Services.
OFFER means the bid or proposal submitted in response this solicitation. The terms “Bid” and
“Proposal” are used interchangeably with the term “Offer.”
OFFEROR means the single legal entity submitting the offer. The term “Bidder” is used
interchangeably with the term “Offeror.” See bidding provisions entitled “Signing Your Offer”
and “Bid/Proposal as Offer To Contract.”
PAGE TWO means the second page of the original solicitation, which is labeled Page Two.
PROCUREMENT OFFICER means the person, or his successor, identified as such on the Cover
Page.
YOU and YOUR means Offeror.
SOLICITATION means this document, including all its parts, attachments, and any
Amendments.
STATE means the Using Governmental Unit(s) identified on the Cover Page.
SUBCONTRACTOR means any person having a contract to perform work or render service to
Contractor as a part of the Contractor’s agreement arising from this solicitation.
US or WE - means the using governmental unit.
USING GOVERNMENTAL UNIT means the unit(s) of government identified as such on the
Cover Page. If the Cover Page identifies the Using Governmental Unit as “Statewide Term
Contract,” the phrase “using Governmental Unit” means any South Carolina Public Procurement
Unit [11-35-4610(5)] that has submitted a Purchase Order to you pursuant to the contract resulting
from this solicitation. Reference clauses titled “Purchase Orders” and “Statewide Term Contract.”
WORK - means all labor, materials, equipment, services or property of any type, provided or to
be provided by the Contractor to fulfill the Contractor’s obligations under the Contract. [02-
2A003-2]
AMENDMENTS TO SOLICITATION (JAN 2004): (a) The Solicitation may be amended at
any time prior to opening. All actual and prospective Offerors should monitor the South Carolina
Business Opportunities Publication for any amendments. (b) Offerors shall acknowledge receipt
of any amendment to this solicitation (1) by signing and returning the amendment, (2) by
identifying the amendment number and date in the space provided for this purpose on Page Two,
(3) by letter, or (4) by submitting a bid that indicates in some way that the bidder received the
amendment. (c) If this solicitation is amended, then all terms and conditions which are not
modified remain unchanged. [02-2A005-1]
AUTHORIZED AGENT (FEB 2015): All authority regarding this procurement is vested solely
with the responsible Procurement Officer. Unless specifically delegated in writing, the
Procurement Officer is the only government official authorized to bind the government with regard
to this procurement or the resulting contract. [02-2A007-1]
AWARD NOTIFICATION (FEB 2015): Notice regarding any award, cancellation of award, or
extension of award will be posted at the location and on the date specified on the Cover Page or,
if applicable, any notice of extension of award. Should the contract resulting from this Solicitation
have a total or potential value on one hundred thousand dollars or more, such notice will be sent
to all Offerors responding to the Solicitation and any award will not be effective until the eleventh
day after such notice
is given. [02-2A010-2]
BID / PROPOSAL AS OFFER TO CONTRACT (JAN 2004): By submitting your Bid or
Proposal, you are offering to enter into a contract with the Using Governmental Unit(s). Without
further action by either party, a binding contract shall result upon final award. Any award issued
will be issued to, and the contract will be formed with, the entity identified as the Offeror on the
Cover Page. An Offer may be submitted by only one legal entity; “joint bids” are not allowed.
BID ACCEPTANCE PERIOD (JAN 2004): In order to withdraw Your Offer after the minimum
period specified on the Cover Page, you must notify the Procurement Officer in writing.
BID IN ENGLISH & DOLLARS (JAN 2004): Offers submitted in response to this solicitation
shall be in the English language and in US dollars, unless otherwise permitted by the Solicitation.
DPM AS PROCUREMENT AGENT (FEB 2015): The Procurement Officer is an employee of
DPS acting on behalf of the Using Governmental Unit(s) pursuant to the Consolidated
Procurement Code. Any contracts awarded as a result of this procurement are between the
Contractor and the Using Governmental Unit(s). DPS is not a party to such contracts, unless and
to the extent that DPS is a using governmental unit, and bears no liability for any party’s losses
arising out of or relating in any way to the contract. [02-2A030-2]
Certificate of Independent Price Determination (MAY 2008):
Giving false, misleading, or incomplete information on this certificate may render you
subject to prosecution under section 16-9-10 of the South Carolina Code of Laws and other
applicable laws.
(a) By submitting an offer, the offeror certifies that-
(1) The prices in this offer have been arrived at independently, without, for the purpose of
restricting competition, any consultation, communication, or agreement with any other
offeror or competitor relating to-
(i) Those prices;
(ii) The intention to submit an offer; or
(iii) The methods or factors used to calculate the prices offered.
(2) The prices in this offer have not been and will not be knowingly disclosed by the Offeror,
directly or indirectly, to any other offeror or competitor before bid opening (in the case of
a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless
otherwise required by law; and
(3) No attempt has been made or will be made by the offeror to induce any other concern to
submit or not to submit an offer for the purpose of restricting competition.
(b) Each signature on the offer is considered to be a certification by the signatory that the
signatory-
(1) Is the person in the offeror’s organization responsible for determining the prices being
offered in this bid or proposal, and that the signatory has not participated and will not
participate in any action contrary to paragraphs (a) (1) through (a)(3) of this certification;
or
(2)(i) Has been authorized, in writing, to act as agent for the offeror’s principals in certifying
that those principals have not participated, and will not participate in any action contrary to
paragraphs (a)(1) through (a)(3) of this certification [As used in this subdivision (b)(2)(i), the
term “principals” means the person(s) in the offeror’s organization responsible for determining
the prices in this bid or proposal];
(ii) As an authorized agent, does certify that the principals referenced in subdivision (b)(2)(i)
of this certification have not participated, and will not participate, in any action contrary to
paragraphs (a)(1) through (a)(3) of this certification; and
(2)(iii) As an agent, has not personally participated, and will not participate, in any action
contrary to paragraphs (a)(1) through (a)(3) of this certification.
(c) If the offeror deletes or modifies paragraph (a)(2) of this certification, the offeror must
furnish with its offer a signed statement setting forth in detail the circumstances of the
disclosure. [02-2A032-1]
CERTIFICATION REGARDING DEBARMENT AND OTHER RESPONSIBILITY
MATTERS (JAN 2004): (a)(1) By submitting an Offer, Offeror certifies, to the best of its
knowledge and belief, that-
(i) Offeror and/or any of its Principals;
(A) Are not presently debarred, suspended, proposed for debarment, or declared ineligible for
the award of contracts by any state or federal agency;
(B) Have not, within a three-year period preceding this offer, been convicted of or had a civil
judgment rendered against them for: commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or
subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or
commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, tax evasion, or receiving stolen property; and
(C) Are not presently indicted for, or otherwise criminally or civilly charged by a governmental
entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this
provision.
(ii) Offeror has not, within a three-year period preceding this offer, had one or more contracts
terminated for default by any public (Federal, state, or local) entity.
(2) "Principals," for the purposes of this certification, means officers; directors; owners; partners;
and, persons having primary management or supervisory responsibilities within a business entity
(e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and
similar positions).
(b) Offeror shall provide immediate written notice to the Procurement Officer if, at any time prior
to contract award, Offeror learns that its certification was erroneous when submitted or has become
erroneous by reason of changed circumstances.
(c) If Offeror is unable to certify the representations stated in paragraphs (a)(1), Offer must submit
a written explanation regarding its inability to make the certification. The certification will be
considered in connection with a review of the Offeror's responsibility. Failure of the Offeror to
furnish additional information as requested by the Procurement Officer may render the Offeror
non-responsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render, in good faith, the certification required by paragraph (a) of this
provision. The knowledge and information of an Offeror is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon
which reliance was placed when making award. If it is later determined that the Offeror
knowingly or in bad faith rendered an erroneous certification, in addition to other remedies
available to the State, the Procurement Officer may terminate the contract resulting from this
solicitation for default.
CODE OF LAWS AVAILABLE (JAN 2006): The South Carolina Code of Laws, including the
Consolidated Procurement Code, is available at http://www.scstatehouse.net/code/statmast.htm.
The South Carolina Regulations are available at:
http://www.scstatehouse.net/coderegs/statmast.htm.
[02-2A040-2]
DISCLOSURE OF CONFLICTS OF INTEREST OR UNFAIR COMPETITIVE
ADVANTAGE (FEB 2015)
You warrant and represent that your offer identifies and explains any unfair competitive
advantage you may have in competing for the proposed contract and any actual or potential
conflicts of interest that may arise from your participation in the competition or your receipt of
an award. The two underlying principles are (a) preventing the existence of conflicting roles that
might bias a contractor’s judgment, (b) preventing an unfair competitive advantage. If you have
an unfair competitive advantage or a conflict of interest, the state may withhold award. Before
withholding award on these grounds, an offeror will be notified of the concerns and provided a
reasonable opportunity to respond. Efforts to avoid or mitigate such concerns, including
restrictions on future activities, may be considered. Without limiting the foregoing, you
represent that your offer identifies any services that relate to either this solicitation or the work
and that has already been performed by your, a proposed subcontractor, or an affiliated business
of either. [02-2A047-2]
DEADLINE FOR SUBMISSION OF OFFER (JAN 2004): Any offer received after the
Procurement Officer of the governmental body or his designee has declared that the time set for
opening has arrived, shall be rejected unless the offer has been delivered to the designated
purchasing office or the governmental bodies’ mail room which services that purchasing office
prior to the bid opening. [R.19-445.2070(G)] [02-2A050-1]
DRUG FREE WORK PLACE CERTIFICATION (JAN 2004): By submitting an Offer,
Contractor certifies that, if awarded a contract, Contractor will comply with all applicable
provisions of The Drug-free Workplace Act, Title 44, Chapter 107 of the South Carolina Code of
Laws, as amended.
[02-2A065-1]
DUTY TO INQUIRE (FEB 2015): Offeror, by submitting an Offer, represents that it has read
and understands the Solicitation and that its Offer is made in compliance with the Solicitation.
Offerors are expected to examine the Solicitation thoroughly and should request an explanation of
any ambiguities, discrepancies, errors, omissions, or conflicting statements in the Solicitation.
Failure to do so will be at the Offeror’s risk. All ambiguities, discrepancies, errors, omissions, or
conflicting statement in the Solicitation shall be interpreted to require the better quality or greater
quantity of work and/or materials, unless otherwise directed by amendment. Offeror assumes
responsibility for any patent ambiguity in the Solicitation that Offeror does not bring to the State’s
attention. See clause entitled “Questions from Offerors.” [02-2A070-2]
ETHICS CERTIFICATE (MAY 2008): By submitting an Offer, the offeror certifies that the
offeror has and will comply with, and has not, and will not, induce a person to violate Title 8,
Chapter 13 of the South Carolina Code of Laws, as amended (ethics act). The following statutes
require special attention: Section 8-13-700, regarding use of official position for financial gain;
Section 8-13-73-705, regarding gifts to influence action of public official; Section 8-13-720
regarding offering money for advice or assistance of public official; Sections 8-13-755 and 8-13-
760, regarding restrictions on employment by former public official; Section 8-13-775, prohibiting
public official with economic interests from acting on contracts; Section 8-13-790, regarding
recovery of kickbacks; Section 8-13-1150, regarding statements to be filed by consultants; and
Section 8-13-1342, regarding restrictions on contributions by contractor to candidate who
participated in awarding of contract. The state may rescind any contract and recover all amounts
expended as a result of any action taken in violation of this provision. If contractor participates,
directly or indirectly, in the evaluation or award of public contracts, including without limitation,
change orders or task orders regarding a public contract, contractor shall, if required by law to file
such a statement, provide the statement required by Section 8-13-1150 to the procurement officer
at the same time the law requires the statement to be filed [02-2A075-2].
IRAN DIVESTMENT ACT CERTIFICATION (JAN 2015): (a) The Iran Divestment Act
List is a list published by DPS pursuant to Section 11-57-310 that identifies persons engaged in
investment activities in Iran. Currently, the list is available at the following URL:
http://procurement.sc.goc/PS/PS-iran-divestment.phtm. (.) Section 11-57-310 requires the
government to provide a person ninety days written notice before he is included on the list. The
following representation, which is required by Section 11-57-330(A), is a material inducement for
the State to award a contract to you. (b) By signing your Offer, you certify that, as the date you
sign, you are not on the then current version of the Iran Divestment Act List. (c) You must notify
the Procurement Officer immediately if, at any time before posting of a final statement of award,
you are added to the Iran Divestment Act List. [02-2A077-1]
OMIT TAXES FROM PRICE (JAN 2004): Do not include any sales or use taxes in your price
that the State may be required to pay. [02-2A080-1]
PROTESTS (JUN 2006): Any prospective bidder, Offeror, contractor, or subcontractor who is
aggrieved in connection with the solicitation of a contract shall protest within fifteen days of the
date of issuance of the applicable solicitation document at issue. Any actual bidder, Offeror,
contractor, or subcontractor who is aggrieved in connection with the intended award or award of
a contract shall protest within ten days of the date notification of award is posted in accordance
with this code. A protest shall be in writing, shall set forth the grounds of the protest and the relief
requested with enough particularity to give notice of the issues to be decided, and must be received
by the appropriate Chief Procurement Officer within the time provided. See clause entitled
“Protest-CPO”. [Section 11-35-4210] [02-2A085-1]
PROHIBITED COMMUNICATIONS AND DONATIONS (FEB 2015): Violation of these
restrictions may result in disqualification of your offer, suspension or debarment, and may
constitute a violation of law. (a) During the period between publication of the solicitation and
final award, you must not communicate, directly or indirectly, with the Using Governmental
Unit or its employees, agents, or officials regarding any aspect of this procurement activity,
unless otherwise approved in writing by the Procurement Officer. All communications must be
solely with the Procurement Officer. [R. 19-445.2010]
PUBLIC OPENING (JAN 2004): Offers will be publicly opened at the date / time and at the
location identified on the Cover Page, or last Amendment, whichever is applicable. [02-2A090-
1]
QUESTIONS FROM OFFERORS (FEB 2015): (a) any prospective offeror desiring an
explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in
writing. Questions regarding the original solicitation or any amendment must be received by the
Procurement Officer no later than five (5) days prior to opening unless an earlier date is stated on
the Cover Page. Label any communication regarding your questions with the name of the
procurement officer, and the solicitation's title and number. Oral explanations or instructions will
not be binding. [See R. 19-445.2042(B)] Any information given a prospective offeror concerning
a solicitation will be furnished promptly to all other prospective offerors as an Amendment to the
solicitation, if that information is necessary for submitting offers or if the lack of it would be
prejudicial to other prospective offerors. See clause entitled “Duty to Inquire.” We will not
identify you in our answer to your question. (b) The State seeks to permit maximum practicable
competition. Offerors are urged to advise the Procurement Officer as soon as possible regarding
any aspect of this procurement, including any aspect of the Solicitation that unnecessarily or
inappropriately limits full and open competition. [See R. 19-445.2140] [02-2A-095-2].
Send questions to Carol Mack, Procurement Officer, cmack@tcl.edu. The preferred method of
receiving questions is via email as a separate word document. All questions should be received
by April 23, 2018 10:00 AM. If an amendment needs to be issued it will be posted on TCL’s
website www.tcl.edu.
REJECTION/CANCELLATION (JAN 2004): The State may cancel this solicitation in whole
or in part. The State may reject any or all proposals in whole or in part. [SC Code Section 11-35-
1710 & R.19-445.2065.] [02=2A100-1]
RESPONSIVENESS / IMPROPER OFFERS (JUN 2015):
(a) Bid as Specified. Offers for supplies or services other than those specified will not be
considered unless authorized by the Solicitation.
(b) Multiple Offers. Offerors may submit more than one Offer, provided that each Offer has
significant differences other than price. Each separate Offer must satisfy all Solicitation
requirements. If this solicitation is an Invitation for Bids, each separate offer must be submitted
as a separate document. If this solicitation is a Request for Proposals, multiple offers may be
submitted as one document, provided that you clearly differentiate between each offer and you
submit a separate cost proposal for each offer, if applicable.
(c) Responsiveness. Any Offer which fails to conform to the material requirements of the
Solicitation may be rejected as nonresponsive. Offers which impose conditions that modify
material requirements of the Solicitation may be rejected. If a fixed price is required, an Offer will
be rejected if the total possible cost to the State cannot be determined. Offerors will not be given
an opportunity to correct any material nonconformity. Any deficiency resulting from a minor
informality may be cured or waived at the sole discretion of the Procurement Officer. [R.19-
445.2070 and Section 11-35-1520(13)]
(d) Price Reasonableness: Any offer may be rejected if the Procurement Officer determines in
writing that it is unreasonable as to price. [R. 19-445.2070].
(e) Unbalanced Bidding. The State may reject an Offer as nonresponsive if the prices bid are
materially unbalanced between line items or sub-line items. A bid is materially unbalanced when
it is based on prices significantly less than cost for some work and prices which are significantly
overstated in relation to cost for other work, and if there is a reasonable doubt that the bid will
result in the lowest overall cost to the State even though it may be the low evaluated bid, or if it is
so unbalanced as to be tantamount to allowing an advance payment.
(f) Do not submit bid samples or descriptive literature unless expressly requested.
Unsolicited bid samples or descriptive literature will not be examined or tested, will not be used
to determine responsiveness, and will not be deemed to vary any of the provisions of the
solicitation. S. C. Code Ann. Reg. 19-445.2077(D). [02-2A105-2]
SIGNING YOUR OFFER (JANUARY 2004): Every Offer must be signed by an individual
with actual authority to bind the Offeror. (a) If the Offeror is an individual, the Offer must be
signed by that individual. If the Offeror is an individual doing business as a firm, the Offer must
be submitted in the firm name, signed by the individual, and state that the individual is doing
business as a firm. (b) If the Offeror is a partnership, the Offer must be submitted in the partnership
name, followed by the words “by its Partner,” and signed by a general partner. (c) If the Offeror is
a corporation, the Offer must be submitted in the corporate name, followed by the signature and
title of the person authorized to sign. (d) An Offer may be submitted by a joint venture involving
any combination of individuals, partnerships, or corporations. If the Offeror is a joint venture, the
Offer must be submitted in the name of the Joint Venture and signed by every participant in the
joint venture in the manner prescribed in paragraphs (a) through (c) above for each type of
participant. (e) If an Offer is signed by an agent, other than as stated in subparagraphs (a) through
(d) above, the Offer must state that is has been signed by an Agent. Upon request, Offeror must
provide proof of the agent's authorization to bind the principal. [02-2A115-1]
STATE OFFICE CLOSINGS (JAN 2004): If an emergency or unanticipated event interrupts
normal government processes so that offers cannot be received at the government office designated
for receipt of bids by the exact time specified in the solicitation, the time specified for receipt of
offers will be deemed to be extended to the same time of day specified in the solicitation on the
first work day on which normal government processes resume. In lieu of an automatic extension,
an Amendment may be issued to reschedule bid opening. If state offices are closed at the time a
pre-bid or pre-proposal conference is scheduled, an Amendment will be issued to reschedule the
conference. Useful information may be available at:
http://www.scemd.org/myscgovweb/weather.html. [02-2A120-3]
SUBMITTING CONFIDENTIAL INFORMATION (FEB 2015): (An overview is available
at www.procurement.sc.gov) For every document Offeror submits in response to or with regard to
this solicitation or request, Offeror must separately mark with the word "CONFIDENTIAL" every
page, or portion thereof, that Offeror contends contains information that is exempt from public
disclosure because it is either (a) a trade secret as defined in Section 30-4-40(a)(1), or (b) privileged
and confidential, as that phrase is used in Section 11-35-410. For every document Offeror submits
in response to or with regard to this solicitation or request, Offeror must separately mark with the
words "TRADE SECRET" every page, or portion thereof, that Offeror contends contains a trade
secret as that term is defined by Section 39-8-20 of the Trade Secrets Act. For every document
Offeror submits in response to or with regard to this solicitation or request, Offeror must separately
mark with the word "PROTECTED" every page, or portion thereof, that Offeror contends is
protected by Section 11-35-1810. All markings must be conspicuous; use color, bold, underlining,
or some other method in order to conspicuously distinguish the mark from the other text. Do not
mark your entire response (bid, proposal, quote, etc.) as confidential, trade secret, or protected. If
your response or any part thereof, is improperly marked as confidential or trade secret or protected,
the State may, in its sole discretion, determine it nonresponsive. If only portions of a page are
subject to some protection, do not mark the entire page. By submitting a response to this
solicitation or request, Offeror (1) agrees to the public disclosure of every page of every document
regarding this solicitation or request that was submitted at any time prior to entering into a contract
(including, but not limited to, documents contained in a response, documents submitted to clarify
a response, and documents submitted during negotiations), unless the page is conspicuously
marked "TRADE SECRET" or "CONFIDENTIAL" or "PROTECTED", (2) agrees that any
information not marked, as required by these bidding instructions, as a "Trade Secret" is not a trade
secret as defined by the Trade Secrets Act, and (3) agrees that, notwithstanding any claims or
markings otherwise, any prices, commissions, discounts, or other financial figures used to
determine the award, as well as the final contract amount, are subject to public disclosure. In
determining whether to release documents, the State will detrimentally rely on Offeror's marking
of documents, as required by these bidding instructions, as being either "Confidential" or "Trade
Secret" or "PROTECTED". By submitting a response, Offeror agrees to defend, indemnify and
hold harmless the State of South Carolina, its agencies, officers and employees, from every claim,
demand, loss, expense, cost, damage or injury, including attorney’s fees, arising out of or resulting
from withholding information by the State of South Carolina or any of its agencies, that Offeror
marked as "confidential" or "trade secret" or "PROTECTED". (All references to S.C. Code of
Laws.) [02-2A125-2]
TAX CREDIT FOR SUBCONTRACTING WITH DISADVANTAGE SMALL
BUSINESSES (JAN 2008): Pursuant to Section 12-6-3350, A taxpayer HAVING A
CONTRACT WITH THIS State who subcontracts with a socially and economically disadvantaged
small business is eligible for an income tax credit equal to four percent (4%) of the payments to
that subcontractor for work pursuant to the contract. The subcontractor must be certified as a
socially and economically disadvantaged small business as defined in Section 11-35-5010 and
regulations pursuant to it. The credit is limited to a maximum of fifty thousand dollars annually.
A taxpayer is eligible to claim credit for ten consecutive taxable years beginning with the taxable
tear in which the first payment is made to the subcontractor that qualifies for the credit. After the
above ten consecutive taxable years, the taxpayer is no longer eligible for the credit. A taxpayer
claiming the credit shall maintain evidence of work performed for the contract by the
subcontractor. The credit may be claimed on Form TC-2, “Minority Business Credit.” A copy of
the subcontractor’s certificate from the Governor’s Office of Small and Minority Business
(OSMBA) is to be attached to the contractor’s income tax return. Questions regarding the tax
credit and how to file are to be referred to: SC Department of Revenue, Research and Review,
Phone: (803)898-5786; Fax (803) 898-5888. Questions regarding subcontractor certification are
to be referred to: Governor’s Office of Small and Minority Business Assistance, Phone: (803)
734-0657; Fax (803)734-2498. [02-2A135-1]
VENDOR REGISTRATION MANDATORY (JAN 2006): You must have a state vendor
number to be eligible to submit an offer. To obtain a state vendor number, visit
www.procurement.sc.gov and select “New Vendor Registration.” (To determine if your business
is already registered, go to "Vendor Search".) Upon registration, you will be assigned a state
vendor number. Vendors must keep their vendor information current. If you are already registered,
you can update your information by selecting “Change Vendor Registration.” (Please note that
vendor registration does not substitute for any obligation to register with the South Carolina
Secretary of State (803-734-2170) or the South Carolina Department of Revenue (803-898-5391
or 803-898-5804).
WITHDRAWAL OR CORRECTION OF OFFER (JAN 2004): Offers may be withdrawn by
written notice received at any time before the exact time set for opening. If the Solicitation
authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the
exact time set for opening. A bid may be withdrawn in person by a bidder or its authorized
representative if, before the exact time set for opening, the identity of the person requesting
withdrawal is established and the person signs a receipt for the bid. The withdrawal and correction
of Offers is governed by S.C. Code Section 11-35-1520 and Regulation 19-445.2085.
II. INSTRUCTIONS TO OFFERORS B. SPECIAL INSTRUCTIONS
CLARIFICATION (NOV 2007): Pursuant to Section 11-35-1520(8), the Procurement Officer
may elect to communicate with you after opening for the purpose of clarifying either your offer or
the requirements of the solicitation. Such communications may be conducted only with offerors
who have submitted an offer which obviously conforms in all material aspects to the solicitation.
Clarification of an offer must be documented in writing and included with the offer. Clarifications
may not be used to revise an offer or the solicitation. [Section 11-35-1520(8); R.19-445.2080]
[02-2B055-1]
MAIL PICKUP (JAN 2006): The Technical College of the Lowcountry picks up all mail from
The US Postal Service once daily around 3:00 p.m. (excluding weekends and holidays). See
provision entitled Deadline for Submission of Offer. [02-2B080-1]
OPEN TRADE REPRESENTATION (JUN 2015): By submitting an Offer, Offeror represents
that Offeror is not currently engaged in the boycott of a person or an entity based in or doing
business with a jurisdiction with whom South Carolina can enjoy open trade, as defined in SC
Code Section 11-35-5300. [02-2A083-1]
OPEN TRADE (JUN 2015): During the contract term, including any renewals or extensions,
Contractor will not engage in the boycott of a person or an entity based in or doing business with
a jurisdiction with whom South Carolina can enjoy open trade, as defined in SC Code Section 11-
35-5300.
[07-7A053-1]
PROTEST CPO DPS ADDRESS (JUNE 2006): Any protest must be addressed to the Chief
Procurement Officer, Division of Procurement Services, and submitted in writing (a) by email to
protest-mmo@mmo.sc.gov, (b) by facsimile at (803) 737-0639, or (c) by post or delivery to 1201
Main Street, Suite 600, Columbia, SC 29201. [02-2B122-1]
III. SCOPE OF WORK / SPECIFICATIONS:
The Technical College of the Lowcountry is requesting bids from a third party Financial Aid
Company who can provide qualified staff members to offer support in multiple areas of the
department. The Company staff must be qualified to handle all higher education financial aid
requirements and compliances. The company staff must be familiar with the Technical College
System of South Carolina and must be able to work in the Ellucian Colleague Software System.
Company staff must be able to work on site and remotely. The Company staff will be required to
offer support for internal financial aid office including back office processing and on-going
training for TCL employees
SPECIFICATIONS:
The Financial Aid Company must be able to perform the following Back Office processes:
1) Verification processing and C-code clearance (estimated 700 files per year)
2) Processing of Student Loan Applications
3) Return to Title IV R2T4 Completion
4) Monthly reconciliation of Title IV
5) Remote and on-site support as needed
6) Advise Students of missing documents by outbound calls or emails
Training:
Company staff will also provide training for TCL support staff and Director (total of 4 staff
members). Areas of training include:
1) Daily COD processing (update of student files with Department of Education)
2) FISAP (annual Federal requirements)
3) End of term SAP (Satisfactory Academic processes)
4) Assistance with Title IV issues
5) Processing Student Awards/Packaging
6) Authorization of aid to student accounts
7) Review de-registration reports to assist students with funding
8) Assistance with troubleshooting Ellucian Software issues
9) Ellucian Financial Aid Module set-up
Mentoring/Training estimated at 25-30 hours per week. State hourly rate in Section VIII Bidding
Schedule.
General Conditions
A. The contractor shall provide and maintain constant insurance coverage from a company
authorized to do business in the State of South Carolina, acceptable to the Technical
College of the Lowcountry (TCL) in the following amounts:
1) Workman's Compensation coverage per State requirements
2) Comprehensive General Liability:
a) Bodily Injury -$500,000 aggregate
b) Property Damage -$100,000 aggregate
c) Personal Injury -$500,000 aggregate
3) Comprehensive Automobile Liability:
a) Bodily Injury -$250,000/$500,000
b) Property Damage -$50,000 each occurrence
4) Umbrella Liability Limits -net loss $1,000,000 each occurrence/$l,000,000 each
aggregate.
The contractor shall furnish the College with a certificate proof of insurance prior to
commencement of services under contract. No policy of insurance required hereunder
may be cancelled or modified without prior written approval of the College. Any
cancellation or modification request must be submitted no later than ten (10) days prior
to the proposed cancellation or modification date. The College shall not be held liable
for the payment of any deductible amounts required under any policy of insurance
required.
B. The Contractor shall comply with the Fair Labor Standards Act.
C. The Contractor shall not, under any circumstances, employ anyone at less than the
established Federal or State minimum wage.
D. The contractor shall use skilled persons who are thoroughly trained in the necessary skills.
Work persons shall not engage in profanity, indecent acts, stealing, use of alcohol, or use
of illegal drugs on the job.
E. Contractor's personnel shall not allow any unauthorized persons on the College grounds
(i.e. children, friends, or any other unauthorized persons). All personnel shall be dressed in
an appropriate manner authorized by the contractor. Each person shall be neat and clean in
appearance. Uniforms or badges shall be worn which fully identify the worker as a member
of the contractor's workforce.
DELIVERY / PERFORMANCE LOCATION - SPECIFIED (JANUARY 2006): After
award, all deliveries shall be made and all services provided to the following address, unless
otherwise specified:
Technical College of the Lowcountry
Beaufort Campus
921 Ribaut Road
Beaufort, SC 29902
IV. INFORMATION FOR OFFERORS TO SUBMIT
INFORMATION FOR OFFERORS TO SUBMIT GENERAL (MAR 2015): You shall
submit a signed Cover Page and Page Two. If you submit your offer electronically, you must
upload an image of a signed Cover Page and Page Two. Your Offer should include all other
information and documents requested in this part and in parts II. B Special Instructions; III. Scope
of Work; V. Qualifications; VIII. Bidding Schedule/Price Proposal; and any appropriate
attachments addressed in Part IX. Attachments to Solicitations. You should submit a summary of
all insurance policies you have or plan to acquire to comply with the insurance requirements stated
herein, if any, including policy types; coverage types; limits, sub-limits, and deductibles for each
policy and coverage type; the carrier’s A.M. Best rating; and whether the policy is written on an
occurrence or claims-made basis. [04-4010-2]
V. QUALIFICATIONS
QUALIFICATION OF OFFEROR (MAR 2015): To be eligible for award, you must have the
capacity in all respects to perform fully the contract requirements and the integrity and reliability
which will assure good faith performance. We may also consider a documented commitment from
a satisfactory source that will provide you with a capability. We may consider information from
any source at any time to award. We may elect to consider (i) key personnel, any predecessor
business, and any key personnel of any predecessor business, including any facts arising prior to
the date a business was established, and/or (ii) any subcontractor you identify. (2) You must
promptly furnish satisfactory evidence or responsibility upon request. Unreasonable failure to
supply requested information is grounds for rejection. (3) Corporate subsidiaries are cautioned
that the financial capability of an affiliated or parent company will not be considered in
determining financial capability; however, we may elect to consider any security, e.g., letter of
credit, performance bond, parent company corporate guaranty, that you offer to provide
instructions and forms to help assure acceptability are posted on www.procurement.sc.gov, link to
“Standard Clauses & Provisions.” [05-5005-2]
Contractor must include three references from projects of similar scope and
size with bid.
VI. AWARD CRITERIA
AWARD BY LOT (JAN 2006): AWARD WILL BE MADE BY COMPLETE LOT(S). [06-
6010-1]
AWARD CRITERIA BIDS (JAN 2006): Award will be made to the lowest responsible and
responsive bidder(s). [06-6020-1]
UNIT PRICE GOVERNS (JAN 2006): In determining award, unit prices will govern over
extended prices unless otherwise stated. [06-6075-1]
VII. TERMS AND CONDITIONS A. GENERAL
ASSIGNMENT, NOVATION, AND CHANGE OF NAME, IDENTITY, OR STRUCTURE
(FEB 2015): (a) Contractor shall not assign this contract, or its rights, obligations, or any other
interest arising from this contract, or delegate any of its performance obligations, without the
express written consent of the responsible procurement officer. The foregoing restriction does not
apply to a transfer that occurs by operation of law (e.g., bankruptcy; corporate reorganizations and
consolidations, but not including partial asset sales). Notwithstanding the foregoing, contractor
may assign monies receivable under the contract provided that the state shall have no obligation
to make payment to an assignee until thirty days after contractor (not the assignee) has provided
the responsible procurement officer with (i) proof of the assignment, (ii) the identity (by contract
number) of the specific state contract to which the assignment applies, and (iii) the name of the
assignee and the exact address or account information to which assigned payments should be made.
(b) If contractor amends, modifies, or otherwise changes its name, its identity (including its trade
name), or its corporate, partnership or other structure, or its FEIN, contractor shall provide the
procurement officer prompt written notice of such change. (c) Any name change, transfer,
assignment, or novation is subject to the conditions and approval required by Regulation 19-
445.2180, which does not restrict transfer by operation of law. [07-7A004-2]
BANKRUPTCY-GENERAL (FEB 2015): (a) Notice. In the event the Contractor enters into
proceedings relating to bankruptcy, whether voluntary or involuntary, the Contractor agrees to
furnish written notification of the bankruptcy to the Using Governmental Unit. This notification
shall be furnished within two (2) days of the initiation of the proceedings relating to the bankruptcy
filing. This notification shall include the date on which the bankruptcy petition was filed, the
identity of the court in which the bankruptcy petition was filed, the identity of the court in which
the bankruptcy petition was files, and a listing of all State contracts against which final payment
has not been made. This obligation remains in effect until final payment under this Contract. (b)
Termination. This contract is voidable and subject to immediate termination by the State upon the
contractor’s insolvency, including the filing of proceedings in bankruptcy. [07-7A005-2]
CHOICE-OF-LAW (JAN 2006): The Agreement, any dispute, claim, or controversy relating to
the Agreement, and all the rights and obligations of the parties shall, in all respects, be interpreted,
construed, enforced and governed by and under the laws of the State of South Carolina, except its
choice of law rules. As used in this paragraph, the term "Agreement" means any transaction or
agreement arising out of, relating to, or contemplated by the solicitation. [07-7A010-1]
CONTRACT DOCUMENTS & ORDER OF PRECEDENCE (FEB 2015): (a) Any contract
resulting from this solicitation shall consist of the following documents: (1) a Record of
Negotiations, if any, executed by you and the Procurement Officer, (2) the solicitation, as
amended, (3) documentation of clarifications {11-35-1520 (8)] or discussions [11-35-1530(6)] of
an offer, if applicable (4) your offer (5) any statement reflecting the state’s final acceptance (a/k/a
“award”), and (6) purchase orders. These documents shall be read to be consistent and
complimentary. Any conflict among these documents shall be resolved by giving priority to these
documents in the order listed above. (b) The terms and conditions of documents (1) through (5)
above shall apply notwithstanding any additional or different terms and conditions in any other
document, including without limitation, (i) a purchase order or other instrument submitted by the
State or (ii) any invoice or other document submitted by Contractor, or (iii) any privacy policy,
terms of use, or end user agreement. Except as otherwise allowed herein, the terms and conditions
of all such documents shall be void and of no effect. (c) No contract, license, or other agreement
containing contractual terms and conditions will be signed by any Using Governmental Unit. Any
document signed or otherwise agreed to by persons other than the Procurement Officer shall be
void and of no effect. [07-7A015-2]
DISCOUNT FOR PROMPT PAYMENT (JAN 2006):
(a) Discounts for prompt payment will not be considered in the evaluation of offers. However, any
offered discount will form a part of the award, and will be taken if payment is made within the
discount period indicated in the offer by the offeror. As an alternative to offering a discount for
prompt payment in conjunction with the offer, offerors awarded contracts may include discounts
for prompt payment on individual invoices.
(b) In connection with any discount offered for prompt payment, time shall be computed from the
date of the invoice. If the Contractor has not placed a date on the invoice, the due date shall be
calculated from the date the designated billing office receives a proper invoice, provided the state
annotates such invoice with the date of receipt at the time of receipt. For the purpose of computing
the discount earned, payment shall be considered to have been made on the date that appears on
the payment check or, for an electronic funds transfer, the specified payment date. When the
discount date falls on a Saturday, Sunday, or legal holiday when Federal Government offices are
closed and Government business is not expected to be conducted, payment may be made on the
following business day. [07-7A020-1]
DISPUTES (JAN 2006): (1) Choice-of-Forum. All disputes, claims, or controversies relating to
the Agreement shall be resolved exclusively by the appropriate Chief Procurement Officer in
accordance with Title 11, Chapter 35, Article 17 of the South Carolina Code of Laws, or in the
absence of jurisdiction, only in the Court of Common Pleas for, or a federal court located in,
Richland County, State of South Carolina. Contractor agrees that any act by the Government
regarding the Agreement is not a waiver of either the Government's sovereign immunity or the
Government's immunity under the Eleventh Amendment of the United States Constitution. As
used in this paragraph, the term "Agreement" means any transaction or agreement arising out of,
relating to, or contemplated by the solicitation. (2) Service of Process. Contractor consents that
any papers, notices, or process necessary or proper for the initiation or continuation of any disputes,
claims, or controversies relating to the Agreement; for any court action in connection therewith;
or for the entry of judgment on any award made, may be served on Contractor by certified mail
(return receipt requested) addressed to Contractor at the address provided as the Notice Address
on Page Two or by personal service or by any other manner that is permitted by law, in or outside
South Carolina. Notice by certified mail is deemed duly given upon deposit in the United States
mail. [07-7A025-1]
EQUAL OPPORTUNITY (JAN 2006): Contractor is referred to and shall comply with all
applicable provisions, if any, of Title 41, Part 60 of the Code of Federal Regulations, including but
not limited to Sections 60-1.4, 60-4.2, 60-4.3, 60-250.5(a), and 60-741.5(a), which are hereby
incorporated by reference. [07-7A030-1]
FALSE CLAIMS (JAN 2006): According to the S.C. Code of Laws § 16-13-240, "a person who
by false pretense or representation obtains the signature of a person to a written instrument or
obtains from another person any chattel, money, valuable security, or other property, real or
personal, with intent to cheat and defraud a person of that property is guilty" of a crime. [07-
7A035-1]
FIXED PRICING REQUIRED (JAN 2006): any pricing provided by contractor shall include
all costs for performing the work associated with that price. Except as otherwise provided in this
solicitation, contractor’s price shall be fixed for the duration of this contract, including option
terms. This clause does not prohibit contractor from offering lower pricing after award. [07-
7A040-1]
NO INDEMNITY OR DEFENSE (FEB 2015): Any term or condition is void to the extent it
requires the State to indemnify, defend, or pay attorney’s fees to anyone for any reason. [07-
7A045-2]
NOTICE (JAN 2006): (A) After award, any notices shall be in writing and shall be deemed duly
given (1) upon actual delivery, if delivery is by hand, (2) upon receipt by the transmitting party of
automated confirmation or answer back from the recipient's device if delivery is by telex, telegram,
facsimile, or electronic mail, or (3) upon deposit into the United States mail, if postage is prepaid,
a return receipt is requested, and either registered or certified mail is used. (B) Notice to contractor
shall be to the address identified as the Notice Address on Page Two. Notice to the state shall be
to the Procurement Officer's address on the Cover Page. Either party may designate a different
address for notice by giving notice in accordance with this paragraph. [07-7A050-1]
PAYMENT AND INTEREST (FEB 2015): (a) the State shall pay the Contractor, after the
submission of proper invoices or vouchers, the prices stipulated in this contract for supplies
delivered and accepted or services rendered and accepted, less any deductions provided in this
contract. Unless otherwise specified herein, including the purchase order, payment shall not be
made on partial deliveries accepted by the Government. (b) Unless otherwise provided herein,
including the purchase order, payment will be made by check mailed to the payment address on
“Page Two.”. (c) Notwithstanding any other provision, payment shall be made in accordance
with S.C. Code Section 11-35-45, or Chapter 6 of Title 29 (real property improvements) when
applicable, which provides the Contractor's exclusive means of recovering any type of interest
from the Owner. Contractor waives imposition of an interest penalty unless the invoice submitted
specifies that the late penalty is applicable. Except as set forth in this paragraph, the State shall
not be liable for the payment of interest on any debt or claim arising out of or related to this
contract for any reason. (d) Amounts due to the State shall bear interest at the rate of interest
established by the South Carolina Comptroller General pursuant to Section 11-35-45 ("an
amount not to exceed fifteen percent each year"), as amended, unless otherwise required by
Section 29-6-30. (e) Any other basis for interest, including but not limited to general (pre- and
post-judgment) or specific interest statutes, including S.C. Code Ann. Section 34-31-20, are
expressly waived by both parties. If a court, despite this agreement and waiver, requires that
interest be paid on any debt by either party other than as provided by items (c) and (d) above, the
parties further agree that the applicable interest rate for any given calendar year shall be the
lowest prime rate as listed in the first edition of the Wall Street Journal published for each year,
applied as simple interest without compounding. (f) The State shall have all of its common law,
equitable and statutory rights of set-off. [07-7A055-3]
PUBLICITY (JAN 2006): Contractor shall not publish any comments or quotes by State
employees, or include the State in either news releases or a published list of customers, without
the prior written approval of the Procurement Officer. [07-7A060-1]
PURCHASE ORDERS (JAN 2006): Contractor shall not perform any work prior to the receipt
of a purchase order from the using governmental unit. The using governmental unit shall order any
supplies or services to be furnished under this contract by issuing a purchase order. Purchase orders
may be used to elect any options available under this contract, e.g., quantity, item, delivery date,
payment method, but are subject to all terms and conditions of this contract. Purchase orders may
be electronic. No particular form is required. An order placed pursuant to the purchasing card
provision qualifies as a purchase order. [07-7A065-1]
IRAN DIVESTMENT ACT ONGOING OBLIGATIONS (JAN 2015): (a) You must notify
the Procurement Officer immediately if, at any time during the contract term, you are added to the
Iran Divestment Act List. (b) Consistent with Section 11-57-330(B), you shall not contract with
any person to perform a part of the Work, if, at the time you enter into the subcontract, that person
is on the then-current version of the Iran Divestment Act List. [07-7A072-1]
SURVIVAL OF OBLIGATIONS (JAN 2006): The Parties' rights and obligations which, by
their nature, would continue beyond the termination, cancellation, rejection, or expiration of this
contract shall survive such termination, cancellation, rejection, or expiration, including, but not
limited to, the rights and obligations created by the following clauses: Indemnification - Third
Party Claims, Intellectual Property Indemnification, and any provisions regarding warranty or
audit. [07-7A075-1]
TAXES (JANUARY 2006): Any tax the contractor may be required to collect or pay upon the
sale, use or delivery of the products shall be paid by the State, and such sums shall be due and
payable to the contractor upon acceptance. Any personal property taxes levied after delivery shall
be paid by the State. It shall be solely the State's obligation, after payment to contractor, to
challenge the applicability of any tax by negotiation with, or action against, the taxing authority.
Contractor agrees to refund any tax collected, which is subsequently determined not to be proper
and for which a refund has been paid to contractor by the taxing authority. In the event that the
contractor fails to pay, or delays in paying, to any taxing authorities, sums paid by the State to
contractor, contractor shall be liable to the State for any loss (such as the assessment of additional
interest) caused by virtue of this failure or delay. Taxes based on Contractor’s net income or assets
shall be the sole responsibility of the contractor. [07-7A080-1]
TERMINATION DUE TO UNAVAILABILITY OF FUNDS (JAN 2006): Payment and
performance obligations for succeeding fiscal periods shall be subject to the availability and
appropriation of funds therefore. When funds are not appropriated or otherwise made available to
support continuation of performance in a subsequent fiscal period, the contract shall be canceled.
In the event of a cancellation pursuant to this paragraph, contractor will be reimbursed the resulting
unamortized, reasonably incurred, nonrecurring costs. Contractor will not be reimbursed any costs
amortized beyond the initial contract term. [07-7A085-1]
THIRD PARTY BENEFICIARY (JAN 2006): This Contract is made solely and specifically
among and for the benefit of the parties hereto, and their respective successors and assigns, and
no other person will have any rights, interest, or claims hereunder or be entitled to any benefits
under or on account of this Contract as a third party beneficiary or otherwise. [07-7A090-1]
WAIVER (JAN 2006): The State does not waive any prior or subsequent breach of the terms of
the Contract by making payments on the Contract, by failing to terminate the Contract for lack of
performance, or by failing to strictly or promptly insist upon any term of the Contract. Only the
Procurement Officer has actual authority to waive any of the State’s rights under this Contract.
Any waiver must be in writing. [07-7A095-1]
VII. TERMS AND CONDITIONS B. SPECIAL
CHANGES (JAN 2006):
(1) Contract Modification by a written order, at any time, and without notice to any surety, the
Procurement Officer may, subject to all appropriate adjustments, make changes within the general
scope of this contract in any one or more of the following:
(a) drawings, designs, or specifications, if the supplies to be furnished are to be specially
manufactured for the {State} in accordance therewith;
(b) method of shipment or packing;
© place of delivery;
(d) description of services to be performed;
(e) time of performance (i.e., hours of the day, days of the week, etc.); or,
(f) place of performance of the services, subparagraphs (a) to (c) apply only if supplies are
furnished under this contract. Subparagraphs (d) to (f) apply only if services are performed under
this contract.
(2) Adjustments of Price or Time for Performance. If any such change increases or decreases the
contractor’s cost of, or the time required for, performance of any part of the work under this
contract, whether or not changed the order, an adjustment shall be made in the contract price, the
delivery schedule, or both, and the contract modified in writing accordingly. Any adjustment in
contract price made pursuant to this clause shall be determined in accordance with the Price
Adjustment Clause of this contract. Failure of the parties to agree to an adjustment shall not excuse
the contractor from proceeding with the contract as changed, provided that the State promptly and
duly make such provisional adjustments in payment or time for performance as may be reasonable.
By proceeding with the work, the contractor shall not be deemed to have prejudiced any claim for
additional compensation, or an extension of time for completion.
(3) Time Period for Claim. Within 30 days after receipt of a written contract modification under
paragraph (1) of this clause, unless such period is extended by the Procurement Officer in writing,
the contractor shall file notice of intent to assert a claim for an adjustment. Later notification shall
not bar the contractor’s claim unless the State is prejudiced by the delay in notification.
(4) Claim Barred After Final Payment. No claim by the contractor for an adjustment hereunder
shall be allowed if notice is not given prior to final payment under this contract. [07-7b025-1]
COMPLIANCE WITH LAWS (JAN 2006): During the term of the contract, contractor shall
comply with all applicable provisions of laws, codes, ordinances, rules, regulations, and tariffs.
[07-7B035-1]
CONTRACT LIMITATIONS (JAN 2006): No sales may be made pursuant to this contract for
any item or service that is not expressly listed. No sales may be made pursuant to this contract
after expiration of this contract. Violation of this provision may result in termination of this
contract and may subject contractor to suspension or debarment.
CONTRACTOR'S LIABILITY INSURANCE - GENERAL (FEB 2015): (a) Without limiting
any of the obligations or liabilities of Contractor, Contractor shall procure from a company or
companies lawfully authorized to do business in South Carolina and with a current A.M. Best
rating of no less than A: VII, and maintain for the duration of the contract, insurance against claims
for injuries to persons or damages to property which may arise from or in connection with the
performance of the work and the results of that work by the contractor, his agents, representatives,
employees or subcontractors. (b) Coverage shall be at least as broad as:
(1) Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00 01 12 07
covering CGL on an "occurrence" basis, including products-completed operations, personal and
advertising injury, with limits no less than $1,000,000 per occurrence. If a general aggregate limit
applies, the general aggregate limit shall be twice the required occurrence limit. This contract shall
be considered to be an "insured contract" as defined in the policy.
(2) Auto Liability: ISO Form Number CA 00 01 covering any auto (Code 1), or if Contractor has
no owned autos, hired, (Code 8) and non-owned autos (Code 9), with limits no less than $1,000,000
per accident for bodily injury and property damage.
(3) Worker's Compensation: As required by the State of South Carolina, with Statutory Limits,
and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily
injury or disease.
(c) Every applicable Using Governmental Unit, and the officers, officials, employees and
volunteers of any of them, must be covered as additional insureds on the CGL policy with respect
to liability arising out of work or operations performed by or on behalf of the Contractor including
materials, parts or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance at
least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20
10 and CG 20 37 if a later edition is used.
(d) For any claims related to this contract, the Contractor's insurance coverage shall be primary
insurance as respects the State, every applicable Using Governmental Unit, and the officers,
officials, employees and volunteers of any of them. Any insurance or self-insurance maintained
by the State, every applicable Using Governmental Unit, or the officers, officials, employees and
volunteers of any of them, shall be excess of the Contractor's insurance and shall not contribute
with it.
(e) Prior to commencement of the work, the Contractor shall furnish the State with original
certificates and amendatory endorsements or copies of the applicable policy language effecting
coverage required by this section. All certificates are to be received and approved by the State
before work commences. However, failure to obtain the required documents prior to the work
beginning shall not waive the Contractor's obligation to provide them. The State reserves the right
to require complete, certified copies of all required insurance policies, including endorsements
required by this section, at any time.
(f) Should any of the above described policies be cancelled before the expiration date thereof,
notice will be delivered in accordance with the policy provisions. In addition, the Contractor shall
notify the State immediately upon receiving any information that any of the coverages required by
this section are or will be changed, cancelled, or replaced.
(g) Contractor hereby grants to the State and every applicable Using Governmental Unit a waiver
of any right to subrogation which any insurer of said Contractor may acquire against the State or
applicable Using Governmental Unit by virtue of the payment of any loss under such insurance.
Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of
subrogation, but this provision applies regardless of whether or not the State or Using
Governmental Unit has received a waiver of subrogation endorsement from the insurer.
(h) Any deductibles or self-insured retentions must be declared to and approved by the State. The
State may require the Contractor to purchase coverage with a lower deductible or retention or
provide proof of ability to pay losses and related investigations, claim administration, and defense
expenses within the retention.
(i) The State reserves the right to modify these requirements, including limits, based on the nature
of the risk, prior experience, insurer, coverage, or other special circumstances. [07-7B056-2]
CONTRACTOR PERSONNEL (JAN 2006): The Contractor shall enforce strict discipline and
good order among the Contractor's employees and other persons carrying out the Contract. The
Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned
to them. [07-7B060-1]
CONTRACTOR'S OBLIGATION GENERAL (JAN 2006): The contractor shall provide and
pay for all materials, tools, equipment, labor and professional and non-professional services, and
shall perform all other acts and supply all other things necessary, to fully and properly perform
and complete the work. The contractor must act as the prime contractor and assume full
responsibility for any subcontractor’s performance. The contractor will be considered the sole
point of contact with regard to all situations, including payment of all charges and the meeting of
all other requirements. [07-7B065-1]
DEFAULT (JAN 2006):
(a)(1) The State may, subject to paragraphs (c) and (d) of this clause, by written notice of default
to the Contractor, terminate this contract in whole or in part if the Contractor fails to-
(i) Deliver the supplies or to perform the services within the time specified in this contract or any
extension;
(ii) Make progress, so as to endanger performance of this contract (but see paragraph (a)(2) of this
clause); or
(iii) Perform any of the other material provisions of this contract (but see paragraph (a)(2) of this
clause).
(2) The State’s right to terminate this contract under subdivisions (a)(1)(iii) of this clause, may be
exercised if the Contractor does not cure such failure within 10 days (or more if authorized in
writing by the Procurement Officer) after receipt of the notice from the Procurement Officer
specifying the failure.
(b) If the State terminates this contract in whole or part, it may acquire, under the terms and in the
manner the Procurement Officer considers appropriate, supplies or services similar to those
terminated, and the Contractor will be liable to the State for any excess costs for those supplies or
services. However, the Contractor shall continue the work not terminated.
(c) Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess
costs if the failure to perform the contract arises from causes beyond the control and without the
fault or negligence of the Contractor. Examples of such causes include (1) Acts of God or of the
public enemy, (2) Act of the State in either its sovereign or contractual capacity, (3) Fires, (4)
Floods, (5) Epidemics, (6) Quarantine restrictions, (7) Strikes, (8) Freight embargoes, (9)
Unusually severe weather. In each instance the failure to perform must be beyond the control and
without the fault or negligence of the Contractor.
(d) If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause
of the default is beyond the control of both the Contractor and subcontractor, and without the fault
or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform,
unless the subcontracted supplies or services were obtainable from other sources in sufficient time
for the Contractor to meet the required delivery schedule.
(e) If this contract is terminated for default, the State may require the Contractor to transfer title
and deliver to the State, as directed by the Procurement Officer, any (1) completed supplies, and
(2) partially completed supplies and materials, parts, tools, dies, jigs, fixtures, plans, drawings,
information, and contract rights (collectively referred to as “manufacturing materials” in this
clause) that the Contractor has specifically produced or acquired for the terminated portion of this
contract.. Upon direction of the Procurement Officer, the contractor shall also protect and preserve
property in its possession in which the State has an interest.
(f) The State shall pay contract price for completed supplies delivered and accepted. The
Contractor and Procurement Officer shall agree on the amount of payment for manufacturing
materials delivered and accepted and for the protections and preservation of the property; if the
parties fail to agree, the Procurement Officer shall set an amount subject to the Contractor’s rights
under the Disputes clause. Failure to agree will be a dispute under the Disputes clause. The State
may withhold from these amounts any sum the Procurement Officer determines to be necessary to
protect the State against loss because of outstanding liens or claims of former lien holders.
(g) If, after termination, it is determined that the Contractor was not in default, or that the default
was excusable, the rights and obligations of the parties shall, if the contract contains a clause
providing for termination for convenience of the State, be the same as if the terminations had been
issued for the convenience of the State. If, in the foregoing circumstances, this contract does not
contain a clause for providing for termination for convenience of the State, the contract shall be
adjusted to compensate for such termination and the contract modified accordingly subject to the
contractor’s rights under the Disputes clause.
(h) The rights and remedies of the State in this clause are in addition to any other rights and
remedies provided by law or under this contract. [07-7B075-1]
ILLEGAL IMMIGRATION (NOV. 2008):
(An overview is available at www.procurement.sc.gov) By signing your offer, you certify that
you will comply with the applicable requirements of Title 8, Chapter 14 of the South Carolina
Code of Laws and agree to provide to the State upon request any documentation required to
establish either: (a) that Title 8, Chapter 14 is inapplicable to you and your subcontractors or
sub-subcontractors; or (b) that you and your subcontractors or sub-subcontractors are in
compliance with Title 8, Chapter 14. Pursuant to Section 8-14-60, "A person who knowingly
makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this
chapter is guilty of a felony, and, upon conviction, must be fined within the discretion of the
court or imprisoned for not more than five years, or both." You agree to include in any contracts
with your subcontractor’s language requiring your subcontractors to (a) comply with the
applicable requirements of Title 8, Chapter 14, and (b) include in their contracts with the sub-
subcontractor’s language requiring the sub-subcontractors to comply with the applicable
requirements of Title 8, Chapter 14. [07-7B097-1]
INDEMNIFICATION-THIRD PARTY CLAIMS - GENERAL (FEB 2015): Notwithstanding
any limitation in this agreement, and to the fullest extent permitted by law, Contractor shall defend
and hold harmless Indemnitees for and against any and all suits or claims of any character (and all
related damages, settlement payments, attorney’s fees, costs, expenses, losses or liabilities) by a
third party which are attributable to bodily injury, sickness, disease, or death, or to injury to or
destruction of tangible property arising out of or in connection with the goods or services acquired
hereunder or caused in whole or part by any act or omission of contractor, its subcontractors, their
employees, workmen, servants, agents, or anyone directly or indirectly employed by them or
anyone for whose acts any of them may be liable, regardless of whether or not caused in part by
an Indemnitee, and whether or not such claims are made by a third party or an Indemnitee;
however, if an Indemnitee’s negligent act or omission is subsequently determined to be the sole
proximate cause of a suit or claim, the Indemnitees shall not be entitled to Indemnification
hereunder. Contractor shall be given timely written notice of any suit of claim. Contractor’s
obligations hereunder are in no way limited by any protection afforded under works’ compensation
acts, disability benefits acts, or other employee benefit acts. This clause shall not negate, abridge,
or reduce any other rights or obligations of indemnity which would otherwise exist. The
obligations of this paragraph shall survive termination, cancellation, or expiration of the parties’
agreement. This provision shall be construed fairly and reasonably, neither strongly for nor against
either party, and without regard to any clause regarding insurance. As used in this clause,
“Indemnitees” means the State of South Carolina, its instrumentalities, agencies, departments,
boards, political subdivisions and all their respective officers, agents, and employees. [07-7B100-
2]
LICENSES AND PERMITS (JAN 2006): During the term of the contract, the Contractor shall
be responsible for obtaining, and maintaining in good standing, all licenses (including professional
licenses, if any), permits, inspections and related fees for each or any such licenses, permits and/or
inspections required by the State, county, city or other government entity or unit to accomplish the
work specified in this solicitation and the contract. [07-7B115-1]
PRICE ADJUSTMENTS (JAN 2006): (1) Method of Adjustment. Any adjustment in the
contract price made pursuant to a clause in this contract shall be consistent with this Contract and
shall be arrived at through whichever one of the following ways is the most valid approximation
of the actual cost to the contractor (including profit, if otherwise allowed): (a) by agreement on a
fixed price adjustment before commencement of the pertinent performance or as soon thereafter
as practicable: (b) by unit prices specified in the contract or subsequently agreed upon; (c) by the
costs attributable to the event or situation covered by the relevant clause, including profit if
otherwise allowed, all as specified in the contract; or subsequently agreed upon; (d) in such other
manner as the parties may mutually agree; or (e) in the absence of agreement by the parties, through
a unilateral initial written determination by the Procurement Officer of the costs attributable to the
event or situation covered by the clause, including profit if otherwise allowed, all as computed by
the Procurement Officer in accordance with generally accepted accounting principles, subject to
the provisions of Title 11, Chapter 35, Article 17 of the SC Code of Laws.
(2) Submission of Price or Cost Data. Upon request of the Procurement Officer, the contractor
shall provide reasonably available factual information to substantiate that the price or cost offered,
for any price adjustments is reasonable, consistent with the provisions of Section 11-35-1830. [07-
7B160-1]
RELATIONSHIP OF THE PARTIES (JAN 2006): Neither party is an employee, agent, partner,
or joint venture of the other. Neither party has the right or ability to bind the other to any agreement
with a third party or to incur any obligation or liability on behalf of the other party. [07-7B205-1]
TERM OF CONTRACT EFFECTIVE DATE / INITIAL CONTRACT PERIOD (JAN
2006): The effective date of this contract is the first day of the Maximum Contract Period as
specified on the final statement of award. The initial term of this agreement is one year from the
effective date. Regardless, this contract expires no later than the last date stated on the final
statement of award. [07-7B240-1]
TERM OF CONTRACT OPTION TO RENEW (JAN 2015): a) At the end of the initial
term, and at the end of each renewal term, this contract shall automatically renew for a period of
one year, unless contractor receives notice that the state elects not to renew the contract at least
thirty (30) days prior to the date of renewal. Regardless, this contract expires no later than the last
date stated on the final statement of award. (b) Contractor acknowledges that, unless excused by
section 11-57-320, if the contractor is on the thencurrent Iran Divestment Act list as of the date
of any contract renewal, the renewal will be void ab initio. [07-7B245-2]
TERM OF CONTRACT TERMINATION BY CONTRACTOR (JAN 2006): Contractor
may terminate this contract at the end of the initial term, or any renewal term, by providing the
Procurement Officer notice of its election to terminate under this clause at least ninety (90) days
prior to the expiration of the then current term. [07-7B250-1]
TERMINATION FOR CONVENIENCE SHORT FORM (JAN 2006): The Procurement
Officer may terminate this contract in whole or in part, for the convenience of the State. In such a
termination, the Procurement Officer may require the contractor to transfer title and deliver to the
State in the manner and to the extent directed by the Procurement Officer: (a) any completed
supplies; and (b) such partially completed supplies and materials, parts, tools, dies, jigs, fixtures,
plans, drawings, information, and contract rights (hereinafter called "manufacturing material") as
the contractor has specifically produced or specially acquired for the performance of the terminated
part of this contract. Upon such termination, the contractor shall (a) stop work to the extent
specified, (b) terminate any subcontracts as they relate to the terminated work, and (c) be paid the
following amounts without duplication, subject to the other terms of this contract: (i) contract
prices for supplies or services accepted under the contract, (ii) costs incurred in performing the
terminated portion of the work, and (iii) any other reasonable costs that the contractor can
demonstrate to the satisfaction of the State, using its standard record keeping system, have resulted
from the termination. The contractor shall not be paid for any work performed or costs incurred
that reasonably could have been avoided. As a condition of payment, contractor shall submit within
three months of the effective date of the termination a claim specifying the amounts due because
of the termination. The absence of an appropriate termination for convenience clause in any
subcontract shall not increase the obligation of the state beyond what it would have been had the
subcontract contained such a clause. [07-7B260-1]
VIII. BIDDING SCHEDULE / PRICE-BUSINESS PROPOSAL
Solicitation
IFA4518
Total per year
Item
Commodity
Quantity
Unit
Price/Mo
Extended Price
1
961-62
12
MO
Description: Internal Financial Aid Support for Back Office Processes & TCL Staff
Training
Solicitation
IFA4518
Item
Commodity
Quantity
Unit
Unit Price
2
961-62
1
HR
Description: Mentoring/Training Support over 30 Hours per week.
IX. ATTACHMENTS TO SOLICITATION
IMPORTANT TAX NOTICE - NONRESIDENTS ONLY
Withholding Requirements for Payments to Nonresidents: Section 12-8-550 of the South Carolina
Code of Laws requires persons hiring or contracting with a nonresident conducting a business or
performing personal services of a temporary nature within South Carolina to withhold 2% of each
payment made to the nonresident. The withholding requirement does not apply to (1) payments on
purchase orders for tangible personal property when the payments are not accompanied by services
to be performed in South Carolina, (2) nonresidents who are not conducting business in South
Carolina, (3) nonresidents for contracts that do not exceed $10,000 in a calendar year, or (4)
payments to a nonresident who (a) registers with either the S.C. Department of Revenue or the
S.C. Secretary of State and (b) submits a Nonresident Taxpayer Registration Affidavit - Income
Tax Withholding, Form I-312 to the person letting the contract.
The withholding requirement applies to every governmental entity that uses a contract ("Using
Entity"). Nonresidents should submit a separate copy of the Nonresident Taxpayer Registration
Affidavit - Income Tax Withholding, Form I-312 to every Using Entity that makes payment to the
nonresident pursuant to this solicitation. Once submitted, an affidavit is valid for all contracts
between the nonresident and the Using Entity, unless the Using Entity receives notice from the
Department of Revenue that the exemption from withholding has been revoked.
-----------------------
Section 12-8-540 requires persons making payment to a nonresident taxpayer of rentals or royalties
at a rate of $1,200.00 or more a year for the use of or for the privilege of using property in South
Carolina to withhold 7% of the total of each payment made to a nonresident taxpayer who is not a
corporation and 5% if the payment is made to a corporation. Contact the Department of Revenue
for any applicable exceptions. -----------------------
For information about other withholding requirements (e.g., employee withholding), contact the
Withholding Section at the South Carolina Department of Revenue at 803-898-5383 or visit the
Department’s website at www.sctax.org.
-----------------------
This notice is for informational purposes only. This agency does not administer and has no
authority over tax issues. All registration questions should be directed to the License and
Registration Section at 803-898-5872 or to the South Carolina Department of Revenue,
Registration Unit, Columbia, S.C. 29214-0140. All withholding questions should be directed to
the Withholding Section at 803-896-1420.
http://sctax.org/Forms+and+Instructions/withholding/default.htm
[09-9005-1]
OFFEROR'S CHECKLIST
AVOID COMMON BID/PROPOSAL MISTAKES
Review this checklist prior to submitting your bid/proposal.
If you fail to follow this checklist, you risk having your bid/proposal rejected.
DO NOT INCLUDE ANY OF YOUR STANDARD CONTRACT FORMS!
UNLESS EXPRESSLY REQUIRED, DO NOT INCLUDE ANY ADDITIONAL BOILERPLATE CONTRACT CLAUSES.
REREAD YOUR ENTIRE BID/PROPOSAL TO MAKE SURE YOUR BID/PROPOSAL DOES NOT TAKE EXCEPTION TO ANY OF
THE STATE'S MANDATORY REQUIREMENTS.
MAKE SURE YOU HAVE PROPERLY MARKED ALL PROTECTED, CONFIDENTIAL, OR TRADE SECRET INFORMATION IN
ACCORDANCE WITH THE INSTRUCTIONS ENTITLED: SUBMITTING CONFIDENTIAL INFORMATION. DO NOT
MARK YOUR ENTIRE BID/PROPOSAL AS CONFIDENTIAL, TRADE SECRET, OR PROTECTED! DO NOT
INCLUDE A LEGEND ON THE COVER STATING THAT YOUR ENTIRE RESPONSE IS NOT TO BE RELEASED!
HAVE YOU PROPERLY ACKNOWLEDGED ALL AMENDMENTS? INSTRUCTIONS REGARDING HOW TO ACKNOWLEDGE
AN AMENDMENT SHOULD APPEAR IN ALL AMENDMENTS ISSUED.
MAKE SURE YOUR BID/PROPOSAL INCLUDES A COPY OF THE SOLICITATION COVER PAGE. MAKE SURE THE COVER
PAGE IS SIGNED BY A PERSON THAT IS AUTHORIZED TO CONTRACTUALLY BIND YOUR BUSINESS.
MAKE SURE YOUR BID/PROPOSAL INCLUDES THE NUMBER OF COPIES REQUESTED.
CHECK TO ENSURE YOUR BID/PROPOSAL INCLUDES EVERYTHING REQUESTED!
IF YOU HAVE CONCERNS ABOUT THE SOLICITATION, DO NOT RAISE THOSE CONCERNS IN YOUR RESPONSE! AFTER
OPENING, IT IS TOO LATE! IF THIS SOLICITATION INCLUDES A PRE-BID/PROPOSAL CONFERENCE OR A
QUESTION & ANSWER PERIOD, RAISE YOUR QUESTIONS AS A PART OF THAT PROCESS! PLEASE SEE
INSTRUCTIONS UNDER THE HEADING "SUBMISSION OF QUESTIONS" AND ANY PROVISIONS REGARDING PRE-
BID/PROPOSAL CONFERENCES.
This checklist is included only as a reminder to help offerors avoid common mistakes.
Responsiveness will be evaluated against the solicitation, not against this checklist.
You do not need to return this checklist with your response.

Navigation menu