Your Response

Closed
Due

Response submission period has closed. Please contact us if you think this is a mistake.

Need help? +1 225-678-6107

✔️LACPC (CENTRAL, LA) LEAF VACUUM-COLLECTOR TRUCK PURCHASE

Published





USE THIS PORTAL TO DOWNLOAD AND REVIEW THE RFP DOCUMENTS AND TO SUBMIT YOUR OFFER.
1. Register by using the "Start Response" button. 
2. Access and download the documents under Attachments.
3. Review the electronic document below thoroughly.
4. Submit your completed, required documents through this portal by using the "Recipients Will Drag & Drop Files Here" function. 
5. Submit your questions regarding use of this portal to the Electronic Administrator at lacpc@lamats.net

LEGAL NOTICE
The City of Central, LA (an LACPC Commission Member) seeks proposals for the manufacture and delivery of one (1) Leaf Blower Truck through the use of FEMA Funds as specified in this solicitation.  Proposal submission will be by electronic means only at: https://lamats.eauctionservices.com  ra.easibuy.com/events/2543.  
The specifications describe a self-contained engine-driven vacuum leaf collecting machine. The leaf collector is chassis mounted Dual engine designed for one-person operation, and capable of picking up and completely mulching leaves from curb sides, median strips, ditches, open spillways, and other areas, then depositing the mulch in an integral 25 cubic yard all-steel hopper. POWER UNIT: (Kohler KDI 2504 TCR Final Tier 4 Diesel- 74HP) Type: In-Line 4 cylinder, 4-cycle, Turbo Diesel.
Before submitting a proposal, it is recommended that each proposer should examine the RFP Documents thoroughly at https://lamats.eauctionservices.com under LACPC (CENTRAL, LA) ARM LEAF VACUUM COLLECTER TRUCK PURCHASE.  A pre-proposal meeting will not be held.  Site visits are not necessary.
The city contact is Kayci Mullins, Executive Assistant Program Director, Phone (225) 406-7783 Email Kayci.mullins@central-la.gov Address 6703 Sullivan Road, Central, LA 70739. The RFP Electronic Administrator is Paul Holmes, LACPC (Baton Rouge), (225) 678-6107 (Bus. Cell), lacpc@lamats.net. 
Proposals are to be submitted in the format provided herein including any pricing and specification forms included, along with any other documentation that must be signed.  The submission of proposals will be through electronic means only.  Proposers must register at https://lamats.eauctionservices.com (LACPC/EASiBUY Bid Platform) to access the full RFP specifications and to submit proposals electronically.
Proposals are due by 11:00 am, Monday, April 17, 2024.  Reasonable accommodation, including allowing hand delivery of proposals and extensions of deadlines will be considered by contacting Paul Holmes, LACPC@lamats.net. This solicitation is open to minority-owned, women-owned and other disadvantaged enterprises as defined by federal law.  DBEs are encouraged to respond, and the RFP Administrators may specifically reach out to DBEs to encourage them to submit proposals.  

CITY OF CENTRAL LOUISIANA
RFP FOR MANUFACTURE AND DELIVERY OF LEAF COLLECTOR TRUCK

SUMMARY
The City of Central, LA seeks to proposals for the manufacture and delivery of one (1) Leaf Blower Truck through the use of FEMA Funds as specified in this solicitation. 

TOWN LOCATION/ADDRESS
Central, Louisiana is located in East Baton Rouge Parish, Louisiana - 13421 Hooper Rd., Central, LA 70818. 
SCOPE OF WORK 
The Contractor will provide one (1) manufactured Vacuum Leaf Collector Truck, assembled from commercially available chassis and bed assemblies as specified.
 
EXAMINATION OF DOCUMENTS
Before submitting a Proposal, it is recommended that each Proposer should examine the RFP Documents thoroughly.  A pre-proposal meeting will not be held.  Site visits are not necessary.

RFP ADMINISTRATION
The representative of the City of Central, LA is Kayci Mullins, Executive Assistant to Program Director, Phone. (225) 406-7783 Fax. (225) 262-5001, Email. Kayci.mullins@central-la.gov, Address. 6703 Sullivan Road, Central, LA 70739, Web. www.centralgov.com.
The RFP Administrator is Paul Holmes, LACPC (Baton Rouge), (225) 678-6107 (Bus. Cell), lacpc@lamats.net.

EVALUATION CRITERIA
This RFP is not a “lowest price wins” bid.  The Contractor will be a responsible contractor/dealer judged the most capable of manufacturing the desired garbage in a quality workmanship manner and delivery of same within a reasonable timeframe as defined herein.  Please see the Evaluation Criteria (below).

PROPOSAL REQUIREMENTS
Proposals are to be submitted in the format provided herein including any pricing and specification forms included, along with any other documentation that must be signed.  (See Proposal Form and Pricing Forms attached.)

SUBMISSION OF PROPOSALS
The submission of proposals will be through electronic means only.  Proposers must register at https://lamats.eauctionservices.com (LACPC/EASiBUY Bid Platform) to access the full RFP specifications and to submit proposals electronically.  Proposals are due by 11:00 am, Monday, April 17, 2023.  Reasonable accommodation, including allowing hand delivery of proposals and extensions of deadlines will be considered by contacting Paul Holmes, LACPC@lamats.net.

FEDERAL GRANT INFORMATION
Where Federal funds are used for a project, a contractor must comply with certain federal requirements as detailed in the specifications and documents.

DISADVANTAGED BUSINESS ENTERPRISES (DBEs)
This solicitation is open to minority-owned, women-owned and other disadvantaged enterprises as defined by federal law.  DBEs are encouraged to respond, and the RFP Administrators may specifically reach out to DBEs to encourage them to submit proposals.  Where appropriate or required, additional points for being a qualified DBE may be added during the contractor evaluation process.

ELECTRONIC ADMINISTRATION/SEVICES FEE
An electronic administration fee will be paid by the winning proposer in the amount of $1200.  The electronic fee may be waived or reduced upon a showing of significant burden to the proposer prior to proposal submission.  There is no fee to register, to access RFP documents, or to submit a proposal electronically.  The electronic administration fee is payable to the LACPC Cooperative Purchasing Joint Commission Administrator (to cover the costs of LACPC services):  LAMATS, as Administrator of the LACPC, 6767 Perkins Rd., Baton Rouge, LA  70808.

ATTACHMENTS AND SCHEDULES
The complete Proposal shall consist of: 
1. Proposal Form 
2. Pricing Form
3. Non-Collusion Affidavit 
4. Certification of non-debarment and registration at https://sam.gov (where applicable) 
5. Federal Grant Procurement Standards
6. Administrative Fee Cooperative Sales Disclosure Statement 
   
MODIFICATION AND WITHDRAWAL OF BIDS
Bids may be modified or withdrawn by a Proposer at any time by accessing or deleting the electronic submission prior to the proposal deadline. Withdrawal of a Proposal will not prejudice the rights of a Proposer to submit a new Proposal prior to the Proposal submission deadline.  After expiration of the period for receiving Proposals, no Proposal may be withdrawn, modified, or explained except as provided for herein.

PERFORMANCE SECURITY
The successful proposer shall pay $600 by Cashier's Check upon the placement of the order by the city, directly to LAMATS, as Administrator of the LACPC, 6767 Perkins, Rd., Baton Rouge, LA, 70808.  Upon successful delivery of the equipment ordered, the seller will be credited $600 against the Administrative Fee due. (See ELECTRONIC ADMINISTRATION/SEVICES FEE Section.) 

DISCUSSIONS/NEGOTIATIONS
The City reserves the right to enter into discussions and negotiations with any Proposer deemed capable of receiving an award.  Negotiation of better terms or conditions, or favorable clarification of offerings may result in a Proposer’s evaluation score being raised.  Inability to confirm or favorably clarify an offering may result in the lowering of an evaluation score. Any negotiated or clarified terms, conditions or offers will be reduced to writing and shall become part of the resulting contract.   

COMPLETION TIME
The Proposer shall agree to fully complete the purchase agreement and delivery within the allocated consecutive calendar days as negotiated between owner and contractor, subject to such extensions as may be granted and that this manufacture and delivery time will start on the date specified in the written “Notice to Proceed” from the Owner. The Proposer shall indicate the number of Calendar days needed in the Proposal Form.

LIQUIDATED DAMAGES
Unless waived or deferred for good cause, the Contractor shall agree to pay as Liquidated Damages a flat fee in the amount of $2000 for failure to deliver on the purchase agreement within the contracted delivery timeline.  Liquidated damages apply in addition to any other breach of contract remedies the Town may have under the law.   

NOTICE OF AWARD
A Notice of Award to a successful Proposer will be accompanied by unsigned counterparts of the corresponding Purchase Agreement with all other written Contract Documents attached. Within five (5) business days thereafter, that successful Proposer shall sign and deliver to the OWNER the required number of counterparts of the Purchase Agreement and attached Contract Documents and the required Bonds (if any). 

EVALUATION CRITERIA 
 
Technical Evaluation (Worth 75 points) 

1. Qualifications --15  
2. Ability to Deliver Vehicle as Specified--25  
3. Proposed Delivery Timeline--15 
4. Warranties/Service After Sale -- 15
DBEs, Hudson/Veterans & Small Entrepreneurship Programs— (up to 5 extra points)

Cost Evaluation (Worth 25 points)

Oral presentation (if required) --10

TIMELINE (Subject to Change)

March 13, 2024 – Online Publication and Notice to DBEs (newspaper publication to follow - The Advocate)
April 15 16, 2024—Proposal Submission Deadline
April 22, 2024 – Evaluation of Proposals (completed) & Notice of Award 
April 23, 2025 –Issuance of Purchase Order
Desired Delivery Timeframe:  by July 1, 2024, or sooner

END