INVITATION FOR BID (“IFB”) - GovernmentBids.com INVITATION FOR BID (IFB) Procurement Department...
Transcript of INVITATION FOR BID (“IFB”) - GovernmentBids.com INVITATION FOR BID (IFB) Procurement Department...
Raleigh-Durham Airport Authority
1000 Trade Drive
PO Box 80001
RDU Airport, NC 27623
www.RDU.com
INVITATION FOR BID (“IFB”)
554-16-048
for
Pure Storage Flash Storage
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 2 of 21 IFB Title: Pure Storage Brand Specific Equipment
TABLE OF CONTENTS
SECTION I – BID INSTRUCTIONS
1. Notice
2. Submittal Schedule, Pre-Bid Meeting, and Questions
3. Submittal of Bids, Modifications, and Withdrawal
4. Evaluation Criteria and Process, and Notification of Award, Right to Reject, Bonding
5. Addenda, Clarifications, Amendments, Modifications, Waivers
6. Bid Format and Content
SECTION II – SCOPE OF WORK
1. Specifications
2. [Reserved]
SECTION III – MINORITY AND WOMEN-OWNED SMALL BUSINESS (MWSB) PROGRAM
1. Minority and Women-Owned Small Business (MWSB)
2. MWSB Goals
3. MWSB Program Provisions
4. MWSB Program – Accepted Certifications
5. Required Documentation – Bid Submission
6. MWSB Program Requirements
SECTION IV – REQUIRED FORMS
1. Form A – Bid Form
2. Form B – Execution of Bid and Debarment Certification
3. Form E – MWSB Affidavit
SECTION V – STANDARD TERMS & CONDITIONS
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 3 of 21 IFB Title: Pure Storage Brand Specific Equipment
SECTION I – BID INSTRUCTIONS
1.0 NOTICE
Raleigh-Durham Airport Authority (the “Authority”) invites bids from Authorized Service Providers of
Pure Storage (the “Contractor”) interested in providing the Authority with Pure Storage Flash Storage
(“Goods”).
The Raleigh-Durham Airport Authority is in process of upgrading data storage equipment. The Raleigh-
Durham Airport Authority Information Services team has determined after their review the Pure Storage
Flash Storage equipment to be “Brand Specific.” Manufacturer(s) name and product descriptions used
in this solicitation are product specific. The items offered in response to this solicitation must be the
manufacturer and type specified. Failure to comply with this requirement will result in rejection of
offer.
This procurement shall be conducted in accordance with all applicable federal and state laws and
regulations, and the policies and procedures of the Authority, as may be amended. All future amendments
to any such laws, regulations and applicable Authority policies and procedures shall be applicable to this
procurement.
1.1 INTENT
The purpose of this Invitation for Bids is to obtain pricing for and procure Pure Storage Flash Storage
and Support Services. The Authority intends to award a purchase contract to the lowest responsive and
responsible selected Vendor for the equipment contained within this bid.
1.2 GENERAL INFORMATION
All bids must be received by the purchaser/Authority contact by the time and date noted within this
document. No late bids shall be accepted and it is the bidder responsibility to ensure their bid is received
by the purchaser/Authority contact by the date and time required.
Products identified within this Invitation for Bid are Brand Specific and only Pure Storage products and
equipment are acceptable.
Upon opening of bids, submittals will be reviewed accordingly to the requirements within this document
including but not limited to; bidder being an authorized reseller of Pure Storage; completion of this
document in its entirety; and adherence to all requirements and submittals required within this Invitation
for Bid.
NON-RESPONSIVE OFFERS: Vendor offers will be deemed non-responsive by the Authority and will
be rejected without further consideration or evaluation if statements such as the following are included:
“This offer does not constitute a binding offer”,
“This offer will be valid only if this offer is selected as a finalist or in the competitive range”,
“Vendor does not commit or bind itself to any terms and conditions by this submission”,
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 4 of 21 IFB Title: Pure Storage Brand Specific Equipment
“This document and all associated documents are non-binding and shall be used for discussion
purposes only”,
“This offer will not be binding on either party until incorporated in a definitive agreement
signed by authorized representatives of both parties”, or
A statement of similar intent.
The awarded bidder assumes full responsibility for prompt notification of both the contract administrator
and purchaser of any product recall in accordance with the applicable state and federal regulations.
Vendor warrants that all equipment furnished under this IFB will be new, of good material and
workmanship. The warranty will be for a minimum period of thirty (30) days from date equipment is put
into operation. Such warranty shall cover the cost of all defective parts replacement, labor, freight, and
technicians travel at no additional cost to the Authority.
The report of a problem does not presuppose that every call must result in an “on-site” visit for
service/repair. The awarded bidder and/or service sub-contractor shall utilize best efforts to resolve
problems in a timely fashion through the use of acceptable servicing methods to include, but not limited
to, verbal problem analysis and remote diagnosis. The warranty requirement does not impose any
additional duty on the Authority to make other than normal and good faith problem resolution efforts or
expenditures of time. Awarded bidder is responsible for compliance with warranty terms by any third-
party service provider.
Is Bidder authorized by manufacturer to repair equipment offered during the warranty period? YES
NO
Will Bidder provide warranty service? YES NO, an authorized third party will perform warranty
service
Contact information for warranty service provider:
Company Name: _____________________________________________
Company Address: _____________________________________________
_____________________________________________
Contact Person: _____________________________________________
Contact Person Phone Number: _____________________________________________
Contact Person Email: _____________________________________________
1.3 INVITATION FOR BIDS DOCUMENT
The IFB is comprised of the base IFB document, any attachments, and any addenda released before
Contract award. All attachments and addenda released for this IFB in advance of any Contract award are
incorporated herein by reference.
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 5 of 21 IFB Title: Pure Storage Brand Specific Equipment
1.4 PROHIBITED COMMUNICATION
During the procurement process—from the date the IFB is issued through the date the contract is
awarded—Contractors submitting a proposals (including its representatives, sub-contractors and/or
suppliers) is prohibited from having any communications with any person inside or outside the
Authority (including any Authority Board Member, Officer, employee, contractor, agent or selection
committee member), or private entity, if the communication refers to the content of Contractor’s
proposal or qualifications, the contents of another Contractor’s proposal, another Contractor’s
qualifications or ability to perform the contract, and/or the transmittal of any other communication of
information that could be reasonably considered to have the effect of directly or indirectly influencing
the evaluation of proposals and/or the award of the contract. Contractors shall contact ONLY the
Authority Contact identified in Section I. 2.4 with respect to any facet of this procurement. Violation of
this provision shall result in the disqualification of the proposed Contractor’s proposal.
1.5 NOTICE TO VENDORS REGARDING IFB INSTRUCTIONS
It shall be the Vendor’s responsibility to read the Instructions, the terms and conditions, all relevant
exhibits and attachments, and any other components made a part of this IFB, and comply with all
requirements and specifications herein. Vendors also are responsible for obtaining and complying with
all Addenda and other changes that may be issued in connection with this IFB.
2.0 Submittal Schedule, Pre-Bid Meeting, and Questions
2.1 IFB SCHEDULE
The table below shows the intended schedule for this IFB. The Authority will make every effort to
adhere to this schedule. The Authority reserves the right to deviate from the intended schedule, as
needed. Any changes to the bid submission date will be posted in the form of an addenda to the Authority’s
Website, www.rdu.com and the NC Interactive Purchasing System (IPS), https://www.ips.nc.us/ips/ and
shall become an Addendum to this IFB.
Issuance of IFB: January 26, 2016
Pre-Bid Meeting: No Pre-Bid Meeting Required
☐ Mandatory Attendance
Due Date for Questions: January 29, 2016 by 5:00pm EST
Response to Questions: February 1, 2016 by 5:00pm EST
DUE DATE AND TIME FOR BIDS: February 8, 2016 @ 02:00:00 PM EST
Bid Opening: February 8, 2016 @ 02:00:00 PM EST
Notice to Proceed: TBD
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 6 of 21 IFB Title: Pure Storage Brand Specific Equipment
2.2 BID QUESTIONS
Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order
to submit the best proposal possible. To accommodate the Bid Questions process, Vendors shall submit
any such questions by the above due date.
For questions related to this IFB, contact the following person:
Authority Contact: Monica Olsen
Email: [email protected]
Direct Phone: 919-840-7752
Written questions shall be e-mailed [email protected] by the date and time specified above.
Vendors should enter “IFB # 554-16-048: Questions” as the subject for the email.
Questions submittals should include a reference to the applicable IFB section and be submitted in
a format shown below:
Reference Vendor Question
IFB Section, Page Number Vendor question…?
All questions or correspondence in regard to this IFB shall be directed in writing to the Authority
Contact by e-mail. Only inquiries in writing will be accepted by the Authority, and only written
responses will be binding upon the Authority.
Questions received or clarifications to this IFB will be answered via addenda posted to the Authority’s
website at www.rdu.com and the Interactive Purchasing System (IPS), https://www.ips.state.nc.us/ips/
and shall become an Addendum to this IFB where this IFB is located. It is the bidder responsibility to
regularly check for addendums posted and respond accordingly to the instructions of the addendum.
3. Submittal of Bid, Modifications, and Withdrawal
Bids from Contractors must be received by the Due Date and Time specified above and delivered to the
following location:
Raleigh-Durham Airport Authority Building
IFB# 554-16-048
Attn: Monica Olsen
1000 Trade Drive
RDU Airport, NC 27623
Bids shall be enclosed in a sealed envelope or package. The envelope/package must be addressed to the
Authority as specified above. The name and address of the prospective Contractor and the IFB # and title
shall be placed on the outside of the package. Bids shall not be accepted by electronic means. All items
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 7 of 21 IFB Title: Pure Storage Brand Specific Equipment
required to be included with the bid submission must be included, or the bid may be subject to rejection.
It is the responsibility of the Contractor to ensure that the bid package is complete and received by the
Authority at the proper time. The Authority will in no way be responsible for delays caused by the United
States mail delivery, common carrier or by any other occurrence.
Failure to execute/sign the bid prior to the submittal deadline shall render the bid invalid. Regardless of
cause, late bids will not be accepted and will be automatically disqualified from further consideration.
The Authority will permit modifications to a bid after submittal until the specified due date and time for
accepting bids, provided that the request to modify is in writing, is executed by the bidding Contractor or
the bidding Contractor’s duly authorized representative, and is filed with the Authority. It is the bidding
Contractor’s responsibility to resubmit before the deadline.
A bidding Contractor may withdraw a bid without prejudice prior to the submittal deadline, provided that
the request is in writing, is executed by the bidding Contractor or his/her duly authorized representative,
and is filed with the Authority.
From the date that this IFB is issued until the selection and the announcement, Contractors shall contact
ONLY the Authority Contact with respect to any facet of this procurement. Bidding Contractors shall not
be permitted to contact any Authority Board Member, Officer, employee, agent or selection committee
member with respect to this procurement. Violation of this provision shall result in the disqualification
of the bidding Contractor’s bid.
All costs incurred by any Contractor in responding to this IFB shall be borne by such Contractor. The
Authority shall have no responsibility whatsoever for any associated direct or indirect costs.
By submitting a bid to the Authority the bidding Contractor agrees that the Contractor’s bid shall remain
effective for one hundred eighty (180) calendar days after the deadline for submitting the bid.
4. Evaluation Criteria and Process, Notification of Award, Right to Reject
All bids shall be opened in public at the Raleigh-Durham Airport Authority Building, and if an award is
made, the Authority will award the contract to the lowest priced, responsible and responsive bidding
Contractor, taking into consideration quality, performance and delivery time specified in the IFB for the
performance of the contract.
The Authority will notify the successful Contractor of the award in writing. If the successful Contractor
defaults or otherwise is unable to enter into a contract with the Authority, then the Authority reserves the
right to award a contract to the next lowest price, responsible and responsive bidding Contractor.
If all bids are rejected, the Authority Contact will notify all bidding Contractors that all bids on the project
were rejected.
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 8 of 21 IFB Title: Pure Storage Brand Specific Equipment
The Authority reserves the right to reject any bid as non-responsive if the bid fails to include any of the
required information in the specified order.
The Authority reserves the right to reject any and all bids, in whole or in part: by deeming the bid
unsatisfactory as to quality or quantity, delivery, price or service offered; for non-compliance with the
requirements or intent of this solicitation; for lack of competitiveness; for error(s) in specifications or
indications that revision would be advantageous to the Authority; as a result of the cancellation of, or other
changes in, the intended project; as a result of a determination that the proposed requirement is no longer
needed; for lack of available funds; because of circumstances that prevent determination of the best offer;
or by any other determination that rejection would be in the best interest of the Authority.
The Authority reserves the right to cancel this IFB if it is determined to be in the best interest of the
Authority to do so.
NOTICE TO BIDDERS: The Authority objects to and will not be required to evaluate or consider any
additional terms and conditions submitted with any Bidder’s response. This applies to any language
appearing in or attached to the document as part of the Bidder’s response. By execution and delivery of
this Invitation for Bids and response(s), the Bidder agrees that any additional terms and conditions,
whether submitted purposely or inadvertently, shall have no force or effect.
5. Addenda, Clarifications, Amendments, Modifications, Waivers
The Authority reserves the right to amend, insert, or delete any item in this IFB if it is determined to be in
the best interest of Authority. If it becomes necessary to revise any part of this IFB, a written addendum
to or amendment of this IFB will be posted on the IFB website referenced herein. The Authority will not
be bound by, and the Contractor shall not rely on, any oral or written communication or representation
regarding this IFB except to the extent that it is contained in an addendum to or an amendment of this IFB
or the Questions and Answers as posted on the IFB websites, and is not superseded by a later addendum
to or amendment of this IFB.
The Authority may request written clarifications to bids. Bidding Contractors shall provide the requested
information in writing by the date and time specified by the Authority. If the requested information is not
timely received, the bidding Contractor’s ratings may be adversely affected and/or the bid may be declared
non-responsive and not eligible for award.
The Authority will not be bound by oral explanations or instructions given by anyone at any time during
the bid process or after award. The Authority will not consider Contractor information indicated by
reference as part of the IFB response. However, the Authority may consider other sources in the evaluation
of bids, such as references, for example.
The Authority may waive minor informalities or irregularities in bids received where such is merely a
matter of form and not substance, and the correction or waiver of which is not prejudicial to other bidding
Contractors. Minor irregularities are defined as those that will not have an adverse effect on the
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 9 of 21 IFB Title: Pure Storage Brand Specific Equipment
Authority’s interest and will not affect the price of the bids by giving a bidding Contractor an advantage
or benefit not enjoyed by other bidding Contractors.
6.0 Bid Format and Content
Interested Contractors shall submit one (1) original bid package, including all required forms, and
information required by this IFB and one (1) digital-media copy of the complete bid package in PDF
format on a USB storage drive.
The Contractor shall provide a letter from the manufacturer identifying them as an authorized
reseller/distributor of Pure Storage equipment with their bid submission.
Contractor is to furnish all information requested and in the spaces provided in this document. Further, if
required in this bid, each bidding Contractor shall submit with their bid sketches, descriptive literature
and/or complete specifications covering the products offered. Reference to literature submitted with a
previous offer will not satisfy this provision. Bids that do not comply with these requirements will be
subject to rejection.
As provided by statute, the Authority will consider keeping trade secrets which the bidding Contractor
does not wish disclosed confidential. Each page shall be identified in boldface at the top and bottom as
“CONFIDENTIAL” by the bidding Contractor. Cost information shall not be deemed confidential. In
spite of what is labeled as a trade secret, the determination of whether it is a trade secret will be made by
the Authority.
The bidding Contractor shall treat all work product and any other information or knowledge of the
Authority related to the specifications and/or scope of services, in any form whatsoever, as confidential
information of the Authority and shall not disclose or make same available to any third party without the
Authority's advance written consent. Third party means any person or entity other than the Authority or
the Contractor and includes, without limitation, any governmental unit, private enterprise or individual.
The Authority is exempt from Federal Taxes, such as excise and transportation. Exemption is claimed
under Registry No. 56-70-0047K as provided by Chapter 23 of the Internal Revenue Code. Prices offered
shall not include any applicable North Carolina and county sales and use taxes, which shall be shown as
separate items if applicable.
The bid must also include all required forms as provided in Section IV.
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 10 of 21 IFB Title: Pure Storage Brand Specific Equipment
SECTION II
SCOPE OF WORK
1. Specifications – the following items by SKU have been identified and determined to meet the
requirements of the Raleigh-Durham Airport Authority. All items are Brand Specific of the
manufacturer Pure Storage. Only bids received for new Pure Storage equipment will be
considered.
The following Pure Storage list of items (SKU) are being considered in this acquisition. Some
items will be purchased initially and others will be considered (optional) based on cost and
current RDU requirements.
Qty SKU Description
2 FA-m20-ETH-20TB-20/0 Pure Storage M20 20TB, High Available
FlashArray SAN, Quad 10GB iSCSI ports
1 FA-m20-20TB ASP L1/L2 3YR 24/7
ADV
3 Year support 24x7 NBD
1 FA-m20-20TB ASP L1/L2 3YR 24/7
PRM
3 Year support 24x7 4 Hr. Response
Optional Consideration
Qty SKU Description
2 m-chassis-DP-5TB Pure Storage 5TB Data Pack Upgrade
2 m-chassis-DP-10TB Pure Storage 10TB Data Pack Upgrade
1 m-chassis-DP-5TB,3YR,PRM 3 Year support for 5TB Data Pack 24x7 4 Hr.
Response
1 m-chassis-DP-10TB,3YR,PRM 3 Year support for 10TB Data Pack 24x7 4 Hr.
Response
1 m-chassis-DP-5TB,3YR,ADV 3 Year support for 5TB Data Pack 24x7 NBD
1 m-chassis-DP-10TB,3YR,ADV 3 Year support for 10TB Data Pack 24x7 NBD
Partial Shipments are Not Accepted.
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 11 of 21 IFB Title: Pure Storage Brand Specific Equipment
2. Contractor/Bidder Qualifications – the bidder shall provide answers to the following questions.
These questions will be considered as a component of the bid award. Questions may be answered on
a separate sheet, attached and returned with bid submittal.
2.1 How many years has the Contractor been an authorized Pure Storage reseller and service/support
provider?
2.2 Contractor to provide a list of service and support personnel that will be assigned to and their
respective experience with Pure Storage equipment that RDU desires to acquire.
2.3 If the Contractor is awarded the bid, what is the ETD and ETA of equipment to RDU?
2.4 Will the Contractor provide onsite support for the installation of the Pure Storage equipment? If
so, is there a cost for this support or is it included in the bid amount?
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 12 of 21 IFB Title: Pure Storage Brand Specific Equipment
SECTION III
MINORITY AND WOMEN-OWNED SMALL BUSINESS (MWSB) PROGRAM
It is the policy of the Authority that neither the Authority, its contractors, service providers, subcontractors
nor vendors, shall discriminate on the basis of race, color, religion, national origin, or gender in the award
and performance of contracts, subcontracts and purchases.
The Authority has established a Minority and Women-Owned Small Business Program (“MWSB
Program”) to encourage equal opportunity for MWSBs to compete for employment as contractors,
subcontractors, suppliers and service providers. It is also the Authority’s policy to remove barriers which
may exist for MWSBs to compete for contracts, subcontracts and procurement awarded by the Authority.
The Authority awards contracts without regard to race, religion, color, creed, national origin, gender, age
or handicapping condition.
Contractors are encouraged to refer to the MWSB Program which is posted on the Authority’s website:
http://www.rdu.com/business/smallbusiness.html.
1. Minority and Women-Owned Small Business (MWSB)
A Minority or Women-Owned Small Business (MWSB) is a firm which has been certified by an approved
agency to meet the following criteria: A small business, as defined by the Small Business Administration
size standards, that is at least fifty-one percent (51%) owned, and controlled by one or more socially and
economically disadvantaged individuals. The following individuals are presumed to be socially and
economically disadvantaged: Black Americans; Hispanic Americans; Asian Americans; Native
Americans; and Women. Contractors which are not owned by members of these groups may not be utilized
to achieve MWSB Goals in Authority contracts.
2. MWSB Goals
The MWSB Goals for MWSB participation on this contract represent the total dollars that will be spent
with MWSBs as a percentage of the total contract amount, including any change orders and contingency.
The MWSB Goals are as follows:
MBE Goal: The goal for minority-owned business participation is: 7%
WBE Goal: The goal for woman-owned business participation is: 4%
In order to comply with the MWSB Program requirements, a Contractor must either meet the MWSB
Goals or demonstrate that the Contractor has made sufficient good faith efforts to meet the MWSB Goals.
If the Contractor does not meet the MWSB Goals, it shall nevertheless be eligible for award of the contract
if it can demonstrate to the Authority that it has made good faith efforts to meet the MWSB Goals.
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 13 of 21 IFB Title: Pure Storage Brand Specific Equipment
3. MWSB Program Provisions
All Contractors shall agree by the submission of a proposal for this project that MWSBs have the
maximum opportunity to participate in the performance of contracts and subcontracts. All Contractors
are hereby notified that failure to carry out the obligations of the MWSB Program will constitute a breach
of contract, and the Authority will take any and all actions permitted by law to ensure compliance by all
Contractors engaged by it. Failure to meet or exceed the MWSB Goals or to make a good faith effort to
meet the MWSB Goals and to adequately document such efforts to the Authority will be grounds for
disqualifying a proposal as non-responsive. Contractors specifically agree to comply with all applicable
provisions of the MWSB Program and any amendments thereto.
4. MWSB Program – Accepted Certifications
Currently, the following certifications may be utilized towards achieving MWSB Goals:
DBE – N.C. Department of Transportation: Disadvantaged Business Enterprise;
SBA 8(a) – Small Business Administration: SBA 8(a) Business Development;
SWBE –Women’s Business Enterprise National Council: Small Women Business Enterprise.
The Authority maintains a list of firms which have been verified for use in the MWSB program at
www.rdu.com/mwsbdirectory. Prospective proposers are encouraged to inspect these databases to assist
in locating firms for MWSB participation.
MWSBs must be certified at the time responses are received and proof of certification must be included
in the response when submitted to the Authority. Further information regarding accepted certifications
is available on the website: http://www.rdu.com/business/smallbusiness.html.
5. Required Documentation – Proposal Submission
The Contractor shall prepare a written statement that demonstrates the Contractor understands the MWSB
Program requirements and describes the Contractor’s plan to meet or exceed the MWSB Goals or
demonstrate a good faith effort to meet the MWSB Goals. The statement shall include:
A. Contractor’s commitment that it will meet the requirements of the Authority’s MWSB Program
and that the Contractor will make good faith efforts to subcontract the percentage of the dollar
value of the contract with minority-owned small businesses and at least the percentage of the dollar
value of the contract with woman-owned small businesses, as provided under MWSB Goals above.
B. Name and contact information for each proposed MWSB subcontractor; list proposed key
personnel and principals for each subcontractor.
C. Contractor’s commitment to use the MWSB subcontractors listed in the proposal as submitted.
D. The proposed role and description of work for each proposed MWSB subcontractor, including an
estimated MWSB participation (percentage) for each subcontractor based on the scope of Services
identified in the solicitation.
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 14 of 21 IFB Title: Pure Storage Brand Specific Equipment
Contractors should also provide written confirmation (i.e. a letter of intent, signed by the MWSB
subcontractor) from each MWSB subcontractor submitted in the proposal that it may be participating in
the Agreement.
Contractors may be evaluated on the level and quality of participation attained for MWSBs. The successful
Contractor’s MWSB commitment will be incorporated into the contract and will be enforceable under the
terms of the contract. Contractors shall be solely responsible for confirming experience, capacity, and
MWSB eligibility of subcontractors related to this solicitation.
Following the submission of the proposals, no change shall be made in any of the MWSB contractors or
subcontractors proposed to be engaged by the proposing Contractor without the prior written consent and
approval of the Authority.
Questions concerning the MWSB Program can be addressed to the Authority’s Small Business Program
Officer, Ms. Thiané Carter via e-mail at [email protected] or via telephone at (919) 840-7712.
[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 15 of 21 IFB Title: Pure Storage Brand Specific Equipment
SECTION IV
REQUIRED FORMS
1. Form A – Bid Form
Pure Storage Flash Storage
Contractor Name: Date:
PRICING/COST (include all shipping and associated cost in the bid amount)
# Product No. Product Description Qty UOM Unit Cost
Total Item
Cost
1 FA-m20-ETH-
20TB-20/0
Pure Storage M20 20TB,
High Available FlashArray
SAN, Quad 10GB iSCSI
ports
2 ea $ $
2
FA-m20-20TB
ASP L1/L2
3YR 24/7 ADV
3 Year support 24x7 NBD 1 ea $ $
3
FA-m20-20TB
ASP L1/L2
3YR 24/7 PRM
3 Year support 24x7 4 Hr.
Response 1 ea $ $
TOTAL, including
shipping costs:
OPTIONAL ITEMS COST
CONSIDERATION
PRICING/COST (include all shipping and associated cost in the bid amount)
# Product No. Product Description Qty UOM Unit Cost
Total Item
Cost
4 m-chassis-DP-
5TB
Pure Storage 5TB Data Pack
Upgrade 2 ea $ $
5 m-chassis-DP-
10TB
Pure Storage 10TB Data
Pack Upgrade 2 ea $ $
6 m-chassis-DP-
5TB,3YR,PRM
3 Year support for 5TB Data
Pack 24x7 4 Hr. Response 1 ea $ $
7 m-chassis-DP-
10TB,3YR,PRM
3 Year support for 10TB
Data Pack 24x7 4 Hr.
Response
1 ea $ $
8 m-chassis-DP-
5TB,3YR,ADV
3 Year support for 5TB Data
Pack 24x7 NBD 1 ea $ $
9 m-chassis-DP-
10TB,3YR,ADV
3 Year support for 10TB
Data Pack 24x7 NBD 1 ea $ $
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 16 of 21 IFB Title: Pure Storage Brand Specific Equipment
2. Form B – Execution of Bid Document and Debarment Certification
IFB NAME: Pure Storage Flash Storage
IFB NUMBER: 554-16-048
FULL LEGAL NAME OF CONTRACTOR: (enter Full Legal Name of Contractor)
COMPANY ADDRESS: (enter Company Address)
TELEPHONE NUMBER: (enter Telephone Number)
FAX NUMBER: (enter Fax Number)
EMAIL: (enter Email Address)
OFFER AND ACCEPTANCE: This solicitation advertises the Authority’s needs for the services and/or
goods described herein. The Authority seeks competitive bids from Contractors offering to sell the
services and/or goods described in the IFB. All bids and responses received by the Authority shall be
treated as offers to contract by the Contractor and must be consistent with the attached form of [services
agreement] OR [purchase order]. The Authority’s acceptance of any bid must be demonstrated by the
Authority’s execution of such [services agreement] OR [purchase order], if issued. Acceptance shall
create a contract having an order of precedence among terms as follows: (1) the [services agreement] OR
[purchase order]; (2) Specifications/Scope of Work of this IFB, and (3) the awarded Contractor’s bid.
In compliance with this IFB, and subject to all the conditions herein, the undersigned offers and agrees to
furnish any or all services or goods upon which prices are submitted, at the prices offered herein, within
the time specified herein subject to the [services agreement] OR [purchase order]. Contractor shall be
required to return an executed copy of the [services agreement] OR [purchase order] to the Authority
with its response to this IFB.
The person executing the bid, on behalf of the Contractor, being duly sworn, solemnly swears (or affirms)
that:
(1) he/she is fully informed regarding the preparation, contents and circumstances of the bid;
(2) that neither he/she, nor any official, agent or employee of the Contractor has entered into any
agreement, participated in any collusion, or otherwise taken any action which is in restraint of
free competition in connection with any proposal, bid, or Contract,;
(3) that the Contractor has not been convicted of violating North Carolina General Statute §133-
24 within the last three years; and,
(4) that the Contractor intends to do the work with its own bona fide employees or subcontractors
and is not submitting a bid for the benefit of another Contractor.
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 17 of 21 IFB Title: Pure Storage Brand Specific Equipment
In addition, execution of this bid in the proper manner also constitutes the Contractor’s certification of
status under penalty of perjury under the laws of the United States in accordance with the Debarment
Certification attached, provided that the Debarment Certification also includes any required statements
concerning exceptions that are applicable.
This bid is valid for one hundred eighty (180) calendar days from the IFB due date.
The Contractor hereby acknowledges receipt of Addenda as indicated below. Failure to do so does not
relieve the Contractor from compliance with modifications provided in all Addenda issued by the
Authority pertaining to this IFB.
Addenda Number(s): ______________ Initial: _____________
I certify that I have the authority to bind the Company:
NAME of Authorized Official
TITLE of Authorized Official
SIGNATURE of Authorized Official
DATE of Submission
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 18 of 21 IFB Title: Pure Storage Brand Specific Equipment
3. Form E – MWSB Affidavit
A. Authorized Representative
I HEREBY AFFIRM THAT:
I am the (enter Title) and the duly authorized representative of (enter Business Name) (the Business) and
that I possess the legal authority to make this statement on behalf of myself and the Business for which I
am acting.
B. Affirmation Regarding MWSB Program Acknowledgement and Compliance
I FURTHER AFFIRM THAT:
I am aware of and intend to comply with the Authority’s Minority and Women-Owned Small Business
(MWSB) Program. As such [check one]:
☐ The Business is certified as a woman- or minority-owned small business by an accepted agency as
described in the MWSB Program document. Therefore, the Business will achieve the MWSB Goals as
described in the solicitation. (Attach proof certification)
☐ The Business is not certified as a woman- or minority-owned small business, and therefore will not
meet the MWSB Goals as described in the solicitation. However, the Contractor acknowledges the MWSB
policy and has made good faith efforts towards the inclusion of MWSB firms in this solicitation. If it
should become necessary to subcontract some portion of the work at a later date or obtain materials or
services in conjunction with this solicitation, the Contractor will notify the Authority and institute good
faith efforts to comply with all requirements of the MWSB program in providing equal opportunities to
MWSBs.
I DO SOLEMNLY DECLARE THAT THE CONTENTS OF THIS STATEMENT ARE TRUE
AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION AND BELIEF.
Name of Authorized Representative Title
Signature Date
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 19 of 21 IFB Title: Pure Storage Brand Specific Equipment
SECTION V
RALEIGH-DURHAM AIRPORT AUTHORITY STANDARD TERMS AND CONDITIONS FOR PURCHASES OF GOODS AND/OR SERVICES
These Standard Terms and Conditions are the final and complete expression of the commercial relationship between the parties. The Contractor’s assent to these terms and conditions is evidenced by its provision of goods/services to the Raleigh-Durham Airport Authority (RDU) or the signature of the Contractor’s representative. Contractor’s representative hereby affirms that he or she is authorized by the Contractor to execute and accept these terms and conditions.
1. GOODS/SCOPE OF SERVICES - Vendor shall provide the Authority the Goods and/or Scope of Services
detailed in the Purchase Order and/or Agreement, attached hereto and incorporated herein by reference or a later purchase order issued by the Authority. Vendor is qualified to provide such goods and/or services, and possesses all necessary licenses, authorizations, and permits necessary to provide such goods/services in accordance with these Terms and Conditions.
2. PAYMENT AND TAXES - Payment shall be made up to 30 days from date of invoice without any late fee or interest accrual. Payment by the Authority will be made by check.
3. ADDITIONS - Equipment, parts, services or labor in addition to those specified in Exhibit A may not be included without written authorization by the Authority. Services or goods requested by Authority in addition to those specified in these Terms and Conditions will be provided upon receipt of Authority's written authorization and invoiced at Vendor's prevailing labor rates and parts charges or as agreed upon by the parties, whichever is lower. Any additional services, parts or labor shall be supplied under these Terms and Conditions.
4. RETURNS - Items that do not conform to the anticipated use shall be returnable by the Authority for a full refund, without restocking charge.
5. SHIPMENT - All shipments shall be F.O.B. destination point, freight prepaid and allowed.
6. PARTIAL SHIPMENT - Vendor shall have the right to ship any portion of the order governed by these Terms and Conditions and invoice Authority for such partial shipment once the complete order has been received by the Authority.
7. DELAYS - Delays caused by conditions beyond the reasonable control of either party shall not be the liability of either party.
8. WARRANTY - Vendor warrants that all goods supplied hereunder will be free from defects in material and workmanship. Vendor shall at its option repair or replace any equipment, part or component sold by Vendor and determined to be defective within one (1) year from the date of initial operation or eighteen (18) months from date of shipment, whichever is earlier. Vendor passes on to Authority any available manufacturer's warranty for those products manufactured by a third party. Vendor warrants that all services provided by Vendor hereunder shall be performed in a workmanlike manner, meeting all professional standards. In the event any such service is determined to be defective within one hundred and twenty (120) days of completion of that service, Vendor shall at the Authority’s option re-perform at no cost to the Authority or issue a credit for such service. Vendor's obligation to repair or replace any defective equipment, parts or components during the warranty period shall not be Authority's exclusive remedy. Vendor shall be responsible for labor charges for removal or reinstallation of defective equipment, parts or components, for charges for transportation, handling and shipping, or for repairs or replacement of such equipment, parts or components, required as a consequence of manufacturer defect, faulty installation or misapplication, but not vandalism, abuse, exposure to chemicals, improper servicing, unauthorized alteration or improper operation by persons other than Vendor. This warranty
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 20 of 21 IFB Title: Pure Storage Brand Specific Equipment
is given in lieu of all other warranties, express, implied or statutory including the implied warranties of merchantability and fitness for a particular purpose.
9. WORKING HOURS - All services performed hereunder, including major repairs, are to be provided during hours specified by the Authority.
10. AUTHORITY RESPONSIBILITIES FOR VENDOR-PROVIDED SERVICES ONLY - Authority shall:
a) Provide safe and reasonable equipment access. b) Permit access to Authority's site, and use of building services including but not limited to: water,
elevators, receiving dock facilities, electrical service and local telephone service. c) Keep areas adjacent to equipment free of extraneous material, move any stock, fixtures, walls or
partitions that may be necessary to perform the specified services. d) Promptly notify Vendor of any unusual operating conditions. e) Upon agreement of a timely mutual schedule, allow Vendor to stop and start equipment necessary to
perform service. f) Where Vendor's remote monitoring service is provided, provide and maintain remote connectivity. g) Operate the equipment properly and in accordance with instructions. h) Promptly address any issues that arise related to mold, fungi, mildew or bacteria.
11. EQUIPMENT CONDITION & RECOMMENDED SERVICE FOR VENDOR-PROVIDED
MAINTENANCE/INSPECTION SERVICES ONLY - Upon the scheduled inspection(s), should Vendor determine the need for replacement or repairs outside the Scope of Services, Vendor will provide Authority a written equipment condition report including recommendations for corrections and the price for repairs not included in the Scope of Services. In the event Vendor recommends certain additional services and if Authority does not elect to have such services performed, Vendor shall not be responsible for any equipment or control failures, operability or damage that may result. Vendor at its option will either continue to maintain equipment and/or controls to the best of its ability or remove such equipment from the Scope of Services, adjusting the payment(s) due from the Authority accordingly.
12. PROPRIETARY RIGHTS (Service Contracts only) - During the term specified and in combination with certain
services, Vendor may elect to install, attach to Authority equipment, or provide portable devices (hardware and/or software) that shall remain the personal proprietary property of Vendor. No devices installed, attached to real property or portable device(s) shall become a fixture of the Authority locations. Authority shall not acquire any interest, title or equity in any hardware, software, processes, and other intellectual or proprietary rights to devices that are used in connection with providing service on Authority equipment.
13. PATENTS/COPYRIGHTS - Contractor shall be responsible for all license fees and royalties and assume all
costs incident to the manufacturer or use of any invention, appliance, article, design process or device in the performance of this contract which is subject of patent rights or copyrights held by others.
14. ADVERTISEMENT - Contractor shall not partake in any commercial advertising in regard to said contract,
without the written consent of the Procurement and Contracts Manager. 15. LIABILITY AND INDEMNIFICATION - Vendor shall be liable for damage to property and to persons, to the
extent that Vendor's negligent or willful acts or omissions directly contributed to such injury or property damage. Vendor shall indemnify, defend and hold harmless the Authority, its officers, employees and agents, of, from and against all suits, actions, claims, losses, damages, liabilities and attorneys’ fees costs, and expenses which may be sustained, incurred or suffered, or which may be asserted against them, arising out of Vendor’s negligent or willful acts or omissions. Under no circumstances shall Authority or Vendor be liable for any incidental, special or consequential damages, including loss of revenue, loss of use of equipment or facilities, or economic damages based on strict liability or negligence.
INVITATION FOR BID
(IFB)
Procurement Department
Raleigh – Durham Airport Authority
1000 Trade Drive
P.O. Box 80001
RDU Airport, NC 27623-0001
IFB # 554-16-048 Page 21 of 21 IFB Title: Pure Storage Brand Specific Equipment
16. CANCELLATION - Authority may cancel the obligations and duties herein with thirty (30) days written notice to Vendor. Authority shall be responsible for payment of costs and expenses incurred by Vendor prior to the date of the notice and not able to be avoided. Upon early termination or expiration of these Terms and Conditions, Contractor shall have reasonable access to enter Authority locations to disconnect and remove any Contractor-owned proprietary property or devices as well as remove any and all Contractor-owned parts, tools and personal property.
17. AUTHORITY TERMINATION FOR VENDOR NON-PERFORMANCE - The Authority shall have the right to
terminate its obligations to Vendor for Vendor's non-performance provided Vendor fails to cure such non-performance within fifteen (15) days after having been given prior written notice of the non-performance. Upon early termination or expiration of these terms and conditions, Vendor shall have reasonable access to enter Authority locations to disconnect and remove any Vendor-owned proprietary property or devices as well as remove any and all Vendor-owned parts, tools and personal property.
18. VENDOR TERMINATION - Vendor reserves the right to discontinue its obligations to Authority any time
payments have not been made as agreed or if alterations, additions or repairs are made to any equipment covered by Exhibit A by others without prior agreement between Authority and Vendor.
19. APPLICABLE LAW AND VENUE - These Terms and Conditions and any dealings between the parties shall
be governed by the laws of the State of North Carolina without regard to conflicts of laws principles. Exclusive venue shall be in the state or federal courts of Wake County, North Carolina.
20. HAZARDOUS MATERIALS - Vendor is not responsible for the identification, detection, abatement,
encapsulating or removal of asbestos, products or materials containing asbestos, similar hazardous substances, or mold, fungi, mildew, or bacteria. If Vendor encounters any asbestos or other hazardous material while performing its obligations hereunder, Vendor may suspend its work and remove its employees from the project, until such material and any hazards associated with it are abated. The time for Vendor's performance shall be extended accordingly.
21. WASTE DISPOSAL - Authority is wholly responsible for the removal and proper disposal of waste oil, refrigerant
and any other material generated during the provision of the Scope of Services. 22. SUPERSEDURE, ASSIGNMENT and MODIFICATION - These Terms and Conditions and any attachments
hereto contain the complete and exclusive statement of the agreement between the parties and supersedes all previous or contemporaneous, oral or written, statements. Any additional terms proffered by Vendor are rejected. In the event of a conflict between these Terms and Conditions and any attachments, these Terms and Conditions prevail. No party may assign these Terms and Conditions without the other party’s prior written consent. No modification hereto shall be binding unless in writing and signed by both parties.
23. SIGNATURE - Any document containing a valid electronic signature or the copy of a valid signature shall be
deemed to be an original signature and any document bearing such shall be deemed to be a valid document bearing an original signature affixed by hand.
24. NOTICES - Vendor shall provide the Authority an address to which any written notice must be sent. Written
notice to the Authority shall be given to: President & CEO, 1000 Trade Drive, PO Box 80001, RDU Airport, NC 27623 with a carbon copy to any other addressee designated by the Authority.
25. SEVERABILITY - If any provision of this contract shall be declared invalid or unenforceable, the remainder of
the contract shall continue in full force and effect.