HomeMy WebLinkAboutHIRE CONTRACTiazat-dous Incident Response Equipment (HIRE) / Alternate Contract Source / State Contracts, Aureeme... Page I of
-vz—::,v
P, -a-,,-- this Contract View Sut
Contract Name: Hazardous
Incident Response Equipment
({-TIRE)
Contract Number: 991 -312 -06 -ACS
Effective Dates: 03/27/2006 through 05/30/2015
Other
�t a Glance
Ordering Instructions
ordering Instructions - Ordering instructions 79.00 kB
nopecifications
Jew York Contract Documents
..04
ontractors
-.08 Syste-m-s nC
,DS Inc.
'm e ri ca n Innovations, _jnc.
,ramsco. Inc.
,rrow-Tech, Inc
,a--wson A-ssociates
alber SiDecia-1tv. Vehicles
irst Line Technology,. LLQ.
fisher Scientific Co, LLC
�urus Systems, Inc
=nco Armored Vehicles
ar-Vel International Inc.
iazardous Incident Response Equipment (HIRE) / Alternate Contract Source / State Contracts, Agreeme... Page 2 of
_PIPS _Technology
E S v s t e rn s
Remington Elsag-La vv E_::nforcement Systems LLQ,
Z)alfeware Inc.
Smith's Detection
Tough Traveler Ltd,,
MryFloridaMarketPlace Users
Additional Information
This Alternate contract has been approved for use by all entities.
agencies need not submit a PUR 7102 form or otherwise obtain further
)epartment approval before using this alternate contract.
P"
..ontract Administrator(s):
or further information please contact a contract administrator:
)onna Smith
-Te lephone:850-488-8855
*Em ail: Donna. Sm ith-ed ms. myflorida . corn
6/11/2-0-10
iazardous Incident Response Equipment (HIRE)
• Other - At a dance
• Orderina Instructions - OrderinQ Instructions
• Specifications - New York Contract Documents
• Contractors - 308 Sysien s Inc
• Contractors - ADS
Inc.
• Contractors -_American Innovations, Inc,
• Contractors - Ararnsco. Inc.
• Contractors - Arrow -Tech, inc.
• Contractors - Dawson AssDciatp-,
azardous Incident Response Equipment (HIRE) / Alternate Contract Source / State Contracts, Agreeme... Page 3 of
• Contractors -
Farber Speciale V_nicies
• Contractors -
F -i, st Line Tecnnolog'�3 LC
• Contractors -Fisher
Scientific Co
• C -on rad ors -
Laurus Svstems inc
• Contractors -
Lenco armored Vehides
• Contractors -
Mar -Vel Inter national inc.
• Contractors -
Na-bco
• Contractors ----_PIPS
Technoloay
-S
• Contractors _R
AE
E
• _Contractors -=Remi
ion Elsao Latw Enforcement S vst--ms LLC
• Contractors -
Safeware Inc.
• Contractors -
Smith's: Detection
• Contractors -
Tough Traveler Ltd.
. amendments
• ly loridal larket-Place Users
Zeturn to State Contracts, agreements and Price Lists
Te
rs,J�s and of clitiorts , rivac'v` �a-Cein ie9 i% A essibilit"y 1 Copy'`i i ih iri
De -Pa! --.,-fie it of Mlai i glee ,lei i:. .` prll)i..e,'~`.� - ...,.='i.�U"..a-
amendments - Amendment 1 (10 June 2010) /'Amendments / Hazardous Incident Response Equipment (... Page 1 of
Rate this Contract View Survev Resu1-s
Amendment 1 (10 June 2010)
June 10, 2010
AMMENDMENT NO: (991 -312 -06 -ACS) -1
TO: User Agency
FROM: Director, State Purchasing
SUBJECT: Contract No. 991 -312 -06 -ACS
Title: Hazardous Incident Response Equipment
The contract has been renewed for a five year period from May 31, 2010
=hrough May 30, 2015 with 19 Contractors; 308 Systems, ADS Inc., American
Innovations, Aramsco, Arrow Tech, Dawson Associates, Farber Specialty
Jehicles, First Line Technology, Fisher Scientific, Laurus Systems, Lenco
armored Trucks, Mar -Vel, Nabco, PIPS Technologies, RAE Systems, Remington
=1sag, Safeware, Inc, Smiths Detection and Tough Traveler.
::our of the original 27 Florida HIRE contractors did not renew with New York
and four have not responded to Florida's request for renewal.
any questions or problems in delivery or service that may arise regarding this
:ontract should be directed to Donna Smith at (850) 488-88551
)onna.Smith dms,myflorida.com.
%mendments -_Amendment 1 (10 June 201 1,022.13 k
)6/11/2010
• Other - At a Glance
• Ordering instructions - Ordering instructions
• Specifications - New York Contract Documents
• Contractors. - _3e_ Systems Inc
• Contractors - ADSL jnc.
• Contractors - American Innovations, Inc.
-niendments - Amendment I (10 June 2010) / Amendments /Hazardous Incident Response Equipment (... Page 2 of .'
• C-ont-ractors
• Contractor -
Arro\tV-TeCi-InC.
• Contractors -
Dawson Associates
• Contractors -
Farber SDPcialtv--\/---hi,---IeS)
• Contractors -
'---'rst Line T\--chnalgoyl. LLC
• Contractors -
)1-7'sh.er-S,-ie_n-'fi- Co. LLC
-1 Scientific I-
• Contractors -
Laurlis S stemma Tj, - )C
• Contractors -
Lenco Armored Ve hicles
• Contractors -
I\Alar-Vej International Inc..
• Contractors -
Nabco
• Contractors -
PIPS Technology
• Contractors -
RAE --Systems
• Contractors -
Reminaton Elsag Law E-nforcement �,�Steyns LLC
• Contrac-L--ors--.-Saflevniare
Inc.
• Contractors -
Smith's Detection
• Contractors -
Touq-n' -1-raveler Ltd.
• Amendments
o Amendments - Amendment 1 (10 June 2010)
e MyFloridaNllarketPl ace Users
Zeturn to State Contracts, Agreements and Price Lists
elf
L v! h
Trei-r-ns aind! (--,oriditicin -V
Dte D. ai! -irn e n t -)f fAainacje-m;7--,,, Ir Ser,,,ires - S'-
Amendment 1
Renewal of Alternate Contract 991 -312 -06 -ACS
Hazardous Incident Response Equipment
THIS Amendment No. 1, effective as of the last date signed below by and between the
Company (as identified below) and the Florida Department of Management Services (the
Department) (collectively the "Parties") for Hazardous Incident Response Equipment.
WHEREAS, Alternate Contract 991 -312 -06 -ACS is in effect from March 27, 2006 through
May 31, 2010 and
WHEREAS, the parties mutually agree to exercise the renewal option available in the
Contract for five (5) years, beginning May 31, 2010 through May 30, 2015, and
WHEREAS the parties mutually agree that all other terms and conditions of the current
contract will remain the same during the renewal term; and
NOW THEREFORE, in consideration of the mutual promises contained below, and other
goods and valuable consideration, receipt and sufficiency of which are hereby
acknowledged, the Parties agree as follows:
1. Contract Renewal: The Alternate Contract 991 -312 -06 -ACS effective from March 27, 2006
through May 31, 2010 is hereby renewed for five (5) years, until May 30, 2015. This
renewal is contingent upon the Department's determination of satisfactory performance by
the Contractor during the Contract period.
II. Miscellaneous:
a) Other Contract Terms: Unless specifically modified or made inapplicable by this
Amendment No 1, all terms and conditions not specifically mentioned in this
Amendment of the Contract remain if full force and effect,
b) Effective Date: Unless specifically provided otherwise, the terms and conditions of this
Amendment number 1 shall take effect on June 1, 2010_
SQ AGREED:
State of Florida
(Department of Management Se ices
By: Charles Covington
Title: Director State
� Purchasing
Date, �o ( / 6
Compan 01ame: Dawson Associates, Inc.
By: Andrew E. Bragg
Title: VP, Sales & Opera ons
Date: 'G' 2' olo
l
State of New York Executive Department
Office Of General Services
Procurement Services Group
Corning Tower Building - 38th Floor
Empire State Plaza
Albany, New York 12242
http:--v��.obs.state.ny.us
CONTRACT AWARD NOTIFICATION
Title
Group 38232 — I-LkZARDOUS INCIDENT
RESPONSE EQUIPMENT
(Statewide)
Classification Codes: 41, 42, 43, 46, 85, 92
Award Number
19745
Contract Period
September 2, 2905 - May 31, 2015
Bid Opening Date
March 29, 200
Date of Issue
September 2, 2005 (Revised June 3, 2010)
Specification Reference :
As Incorporated In The Invitation For Bids
Contractor Information :
Appears on Pages 2-12 of this Award
Address Inquiries To:
The Procurement Services Group values your input.
Complete and return "Contract Performance Report" at end of document.
Description
NYS-NASPO multiple award contracts for a broad spectrurn of domestic preparedness equipment.
PR 419745
State Agencies & N7endors
Political Subdivisions & Others
Name
Sue Wolslege]
Customer Services
Title
Purchasinj Officer I
Phone 518-474-6717
Phone
518-473-9441
Fax 518-474-2437
Fax
518-474-5052
E-mail customer.services@ogs.state.ny.us
-E-mail -
- --susan-.wolsleQel@ogs state. ny.us __ -
-_ _ _ __ - -
The Procurement Services Group values your input.
Complete and return "Contract Performance Report" at end of document.
Description
NYS-NASPO multiple award contracts for a broad spectrurn of domestic preparedness equipment.
PR 419745
GROUP 38232 — HAZARDOUS LNCIDENT RESPONSE REVISED AWARD PAGE 2
EQUIPMENT (Statewide)
NOTE: See individual contract items to determine actual awardees.
CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # I~ED.IDENT.#
PC61998 308 SYSTEMS, INC. 970-282-7006 330800789
4389 Roaring Fork Dr. Mark Lueker
Loveland, CO 80538 Fax No.: 970-282-7015
E -Mail: mlueker(tu308systems.com
Web Site: www.308systems.com
PC64412 AARDVARK TACTICAL, INC
1935 Puddingstone Drive.
La Verne, CA 91750
DISC.: .20/'c - 15 Days
PC64211 ADAMS ELECTRONICS, INC.
1611 South Utica Ave., PMB 408
Tulsa, OK 74104
PC61961 ATLANTIC DIVING SUPPLY_ INC.
D -b -a: ADS, INC.
621 Lynnhaven Parkway, Suite 400
Virginia Beach, VA 23452
(See ADS award pages for ordering info)
PC62515 ADVANCED CONTAINMENT
SYSTEMS, INC. (ACSE)
8720 Lambri_aht Rd.
Houston, TX 77075
800-997-3773 Ext. 102 954451904
909-451-1116
Linda Tan
Fax No.: 626-334-6834
E -Mail: ltan @acrd v arktact i c al .com
Web Site: www.aardvarlctactical.com
918-622-5000 742715084
Gina M. Adams
Fax No.: 918-622-5005
E -Mail: adamselectronics(�hotmail.com
Web Site: www.adamsinc.com
800-948-9433
757-963-8748
Brad Anderson
Fax No.: 757-440-3009
E-mail: banderson@adsinc.com
Web Site: www.adstactical.com
800-927-2271
713-987-0336
Matt Byrd
Fax No.: 713-987-0355
E -Mail: mbyrd@acsi-us.com
Web Site: www.acsi-us.com
541867268
760257153
PC62198 _-AHURA SCIENTIFIC INC. 978=657-5555 010650031
46 Jonspin Road Doug Keelan
Wilmington, MA 01887 Fax No.: 978-657-5921
E -Mail: dkeelan@ahurascientific.com
Web Site: www.ahurascientific.com
PC64079
SB
AMERICAN INNOVATIONS, INC
500 Chestnut Ridge Road
Chestnut Ridge, NTY 10977
845-371-3333 Ext. 900 133811586
Diana Enciso
Fax No.: 845-371-3885
Web Site: winxA,.americaninnovations.com
(continued)
GROUP 38232 — HAZARDOUS LVCIDENT RESPONSE REVISED A "'ARD PAGE 3
EQUIPMENT (Statewide)
NOTE: See individual contract items to determine actual awardees.
CONTRACT # CONTRACTORS ADDRESS TELEPHONE # FED.IDENT.#
PC63040
AIviRON INTERNATIONAL DIVING
877-462-6700 953 381309
SUPPLY. INC.
760-208-6520 direct
1380 Aspen Way
Van Richardson
Vista. CA 92081-8349
Fax No.: 760-599-3U7
E -Mail: vrichardson(_uamronintl.com
DISC.: 0.5% - 15 Days
Web Site: www.amronintl.com
PC61962
ARAMSCO, INC.
800-767-6933, Ext 775.3 841674268
1480 Grandview Avenue
856-686-7753
Thorofare, NJ 08086
Donna McQuade
Fax No.: 856-686-7249
DISC.: 11,o-15 Days
E -Mail: dmcquade@.aramsco.com
PC62116
ARROW - TECH. INC.
877-477-6461 911750431
417 Main Ave. West
701-477-6461, Ext. 135
Rolla, ND 58367-1240
Perry LaFountain
Fax No.: 701-477-6464
DISC.: 1-4%- Net 10
E -Mail: perry@arrowtechinc.com
Web Site: A-xw.arrowtechinc.corn
PC62199
ATLANTIC NUCLEAR CORP.
800-878-9118 042738197
1020 Turnpike St. #9
781-828-9118
Canton, MA 02021
John P. Anderson
Fax No.: 888-440-1319
781-828-1319
E -Mail: marc@att.net
Web Site: mr,�,w.atlanticnuclear.com
PC62117
B -LANK EQUIPMENT CO.; INC.
800-962-5266 141514230
SB
2388 5th Ave.
518-274-7888
P.O. Box 997
Al Remington and Grey Grim
Troy, NY 12180
Fax No.: 518-274-4954
E=Mail:-aremin,t@nycap.rr.com and griffl@aol corn
Web Site: www.blannequipment.com
PC64632
THE BASSETT SALES CORP.
800-432-1003 953666930
1101 Chestnut St.
818-766-2177
Burbank_ CA 91506
Scott M. Bassett
Fax No.: 800-422-7119
818-766-8917
E -Mail: scoff@bassettsales.com
Web Site: v",",w.bassettsals.com
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 4
EQUIPMENT (Statewide)
NOTE: See individual contract items to determine actual a-wardees.
CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.fDENT.#
PC62003 BETTER POWER, INC.
SB d/b/a BETTER LIGHT & POSTER
2140 West Henrietta Rd.
Rochester, NY 14623
DISC.: .251//o - 15 Days
PC64212 BRUNSWICK COMMERCIAL &
GOVERNMENT PRODUCTS
420 Mesian Z Ave.
Edgewater, FL 32132
PC62312 BUFFALO COMPUTER GRAPHICS
SB 3741 Lake Shore Road
Blasdell, NY 14219
DISC.: 1%- 15 Days
800-475-1321 161422551
585-475-1321
Catherine S. Henn
Fax No.: 800-475-4448
585-424-1190
E -Mail: cath),@betterpoweronline.com
Web Site: www.betterpower.us
386-42,-2902 364432261
Jennifer Butera
Fax No.: 386-423-9187
E -Mail: jennifer.butera@whaler.com
Web Site: wv,",.brusnwickcgp.com
800-823-8668 161190997
716-822-8668, Ext. 15
Gary F. Masterson
Fax No.: 716-822-2730
E -Mail: !zmastersona..buffalocomputergraphics.com
Web Site: w m,.buffalocomputergraphics.com
PC64413 DIGITAL ALLY, INC. 800-440-4947
7311 IV 130th St. 913-814-7774
Overland Park, KS 66213 Russell Herron
- - - Fax No._. 913-814=7775-
E -Mail: russell.herron@digitalallyinc.com
Web Site: www.digitallyinc.com
PC63111 DIVAL SAFETY EQUIPMENT INC
1721 Niagara St.
Buffalo, NTT 14207
200064269
800-343-1354, Ex -t. 159 161104585
716-874-9060
Fax No.: 716-874-4686
Timothy M. Devin
E -Mail: tdevin@divalsafety.com
Web Site: « ,",.divalsafety.com
(continued)
GROUP 38232 - HAZARDOUS INCIDENT RESPONSE REVISED ANVARD PAGE
EQUIPMENT (Statewide)
NOTE: See individual contract items to determine actual awardees.
CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#
PC63519 E.D. BULLARD COMPANY
1898 Safety Way
Cynthiana, KY 41031
800-227-0423, Ext, 874 940348330
716-583-1768
David Van2elov
Fax No.: 800-877-6858
859-234-6858
E -Mail: dave_van<aelov(Dbullard.com
Web Site: www.bullard.com
PC62119 ELSAG NORTH AMERICA, LLC 866-967-4900 800119568
205-H Creek Ridge Road 336-379-7135
Greensboro, NC 27406 Sherri Corder
Fax No.: 336-379-7164
E -Mail: sherri.corder@elsagna.corn
Web Site: www.elsa_Jna.com
DISC.: 2% - 15 Days
1% - 30 Days
PC62000 FARBER SPECIALTY VEHICLES 800-331-3188 412043544
7052 Americana Pkwy 614-863-6470
Reynoldsburg, OH 43068 Ken Farber
Fax No.: 614-759-2098
E -Mail: kfarber@farberspecialt3,.com
farberspecialty.com
Web Site: www.farberspecialty_com
PC62200 FERNO WASHINGTON, INC
70 Weil Way
Wilmington, OH 45177
800-733-3766. Ext. 1222 310595222
937-283-2822
Becky Jenkins
Fax No.: 937-283-3622
E -Mail: bjenkins@ferno.com
Web Site: Amm%ferno.com
PC61963 FIRST LINE TECHNOLOGY, LLC 866-556-0517, EXT. 121 200247713
MBE 3656 Centerview Drive, Suite 4 703-955-7510
Chantilly, VA 20151 Amit -Kapoor -- —
Fax No.: 703-955-7540
E -Mail: akapoor@firstlinetech.com
Web Site: www.firstlinetech.com
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 6
EQUIPMENT (Statewide)
NOTE: See individual contract items to determine actual awardees.
CONTRACT # CONTRACTOR S ADDRESS TELEPHONE # FED.IDENT.#
PC61964 FISHER SCIENTIFIC CO. LLC £100-955-9999 332942737
2000 Park Lane Drive 412-490-8412
Pittsburgh, PA 15275 Tim Zeh
Fax No.: 412-490-1026
E -Mail: tim.zeh� thermofisher.com
Web Site: www.fishersci.com
PC63613 FLOAT TECH, INC.
SB 316 River St.
Troy, NY 12180-3879
518-266-0964 010722634
,Jeffrey R. Betz
Fax No.: 518-266-0318
E -Mail: jeff(Rfloattech.com
Web Site: www.floattech.com
PC64633 GENERAL ATOMICS ELECTRONIC 800-854-2333 953347871
SYSTEMS, INC. 855-522-8300
4949 Greencraig Lane Dirk C.A. Koopman
San Diego, CA 93123 Fax No.: 858-532-8301
E -Mail: dirk.koopmanrdga-esi.com
Web Site: wvvw.dose-;ard.com
8874?
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AMIARD PAGE 7
EQUIPMENT .(Statewide)
NOTE: See individual contract items to determine actual awardees.
CONTRACT #, CONTRACTOR & ADDRESS TELEPHONE f FED.IDENT.#
PC62314
GOVERNMENT SCIENTIFIC SOURCE
800-248-8030, Ext. 173 541607358
12351 Sunrise Valley Drive
703-880-5034
Reston, VA 20191-3415
AlexandraBaraheni
Fax No.: 703-734-1803
E -Mail: abaraheni( govsci.com
Web Site: ,�,ww.aovsci.com
PC62202
GUARD LINE FIRE & SAFETY, INC.
201-475-6600, Ext. 47 352163709
75 Main Ave.
Wayne Dora
Elwood Park, NJ 07407
Fax No.: 201-703-8180
E -Mail: wdorariguardlinefire.com
Web Site: ww",._uardlinefire.com
PC63112
HAGEMEYERNORTEANIERICA,'INC.
"843-745-1881 562281578
T-A'1)1.�G
1460 "Tobias-:Gadson"Blvd
Cody Mann
Charleston, SC:29407
Fax No: 803=70.5-8797
E Mail:.cmann@hagemeyerna.com
Web Site: www hagemeyerna.com
PC63954
HI -TECH FIRE & SAFETY, INC.
631-777-5170 112984005
SB
158 Allen Blvd., Suite A
'William Emory
Farmingdale, NrY 11735
Fax No.: 631-777-5171
E-mail: b.emon,r itechfireandsafety.com
Web Site: www.hitechfircandsafety.com
PC62203
LAERDAL MEDICAL CORP.
800-648-1851, Ext. 3693 133587752
167 Myers Corners Rd.
845-297-7770, Ext. 3693
Wappingers Falls, NY 13590
James Balser
Fax No.: 800-266-4359
845-298-4557
E -Mail: james.baker@la--rdal.com
Web Site: www.laerdal.com
PC61965 LAURUS SYSTEMS, INC
WBE 3460 Ellicott Center Drive
Suite 101
Ellicott City, MD 21043
866-465-5558 522326481
410-465-5558
Laura Lynch
Fax No.: 410-465-5257
E -Mail: ]auralynch@laurussystems.com
Web Site: %Amrw.lzurussystems.com
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 8
EQUIPMENT (Statewide)
NOTE: See individual contract items to determine actual awardees.
CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#
PC62843
LDV, INC.
800-558-5986
391281237
180 Industrial Dr.
262-757-2436
Burlington, WI 53105
Frank Solofra
Fax No.: 262-763-0156
DISC.: 1.5%- 15 Days
ldvusa.com
E -Mail: fsolofra@ldvusa.com
Web Site: www.Idvusa.com
PC62795
LENCO INDUSTRIES, INC.
800-444-5362
042719777
10 Betnr Industrial Park
413-443-7359, Ext. 118
Pittsfield, MA 01201
Terry D'Anna
Fax No.: 413-445-7865
E -Mail: Terry@lencoarmor.com
Web Site: www.swattrucks.corn
PC63767
LINSTAR.INC.
800-655-5454
161559780
SB
430 Lawrence Bell Dr.
716-631-9200
WBE
Buffalo,l\'Y 14221
Melanie Cwiklinski
Fax No.: 716-631-2024
E -Mail: melaniec@linstar.com
Web Site: www.linstar.com
PC61966
MAR -VEL INTERNATIONAL, INC.
800-325-5711 ext. 141
222854453
7115 Airport Hwy.
856-488-4499 ext. 141
Pennsauken, NJ 08109
Noelle Irish
Fax No.: 856-488-4343
DISC.: 1-2%-15 Days
E -Mail: nirish@mar-vel.com
Web Site: www.mar-vel.com
PC62797
MBF INDUSTRIES, INC.
407-323-9414
593126557
210 Tech Dr.
John W. Baker
Sanford, FL 32771
Fax No.: 407-330-2068
E -Mail: john-baker@cfl.rr.com
Web Site: www.mbfindustries.com
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE RE171SED ANA ARD PAGE 9
EQUIPMENT (State-wide)
NOTE: See individual contract items to determine actual awardees.
CONTRACT 4 CONTRACTOR & ADDRESS TELEPHONE #i FED.IDENT.#
PC63955 MUNICIPAL EMERGENCY
SB SERVICES, INC.
75 Glen Road, Suite 307
Sandy Hook, CT 06482
PC62205 NABCO.INC.
1001 Corporate Dr., Suite 205
Canonsburg, PA 15317
DISC.: 1-2%-15 Days
PC63615 OM, LLC
197 Cahaba Valley Pkwy
Pelham, AL 35124
203-304-4107 651051374
Jef`Johnson
Fax No.: 303-364-1373
E -Mail: jjohnson!✓umesfire.com
Web Site: www.mesfire.com
734-746-9617 351534103
Randy Markey
Fax No.: 724-746-9709
E -Mail: randy@nabcoinc.com
Web Site: www.nabcoinc.com
888-464-3872 631148683
205-980-0180
Jill Strickland
Fax No.: 205-980-5764
E -Mail: jstrickland@ohdusa.com
Web Site: www.ohdusa.corn
PC62002PINE ENVIRONMENT tAL'SERVICES, 800-301-9663, Ext. 23 26011'.6397
1' N,JI1(i INC. 609-371=9663
92 N. Main.St Martin.Diaz
Windsor,.NJ,08561- Fax No 609-371-1663
E=Mai1::mdiaz@pine-environm ental:corn
Web Site: wtn�e-pine-environmental.com
PC63041 PIPS TECHNOLOGY, INC
804 Innovation Drive
Knoxville, TN 37933-2562
DISC.: l °,o - 15 Days
865-392-5546 621867230
Brian Shockley
Fax No.: 865-392-5599
E -Mail: bslhockley@federalsignal.com
Web Site: w-onw.pipstechnology.com
PC62316 PROMARK INTERNATIONAL, INC. 800-645-4443 113303452
SB 720 Montauk Highway 631-226-1541
Copiague, NTS' 11726 Pat Baron
Fax No.: 631-326-1259
E -Mail: promarkpat(c7r aol.coin
Web Site: www.publicsafetymall.com
(continued)
GROUP 38232 — FIAZARDOL'S INCIDENT RESPONSE REVISED A ""ARD PAGE 10
EQUIPMENT (Statewide)
NOTE: See individual contract items to determine actual awardees.
CONTRACT 4 CONTRACTOP. & ADDRESS TELEPHONE # FED.IDENT.#
PC61968 RAE SYSTEMS, INC. 877-723-2878 770280662
3775 North First Street 856-986-8517
San Jose, CA 95134 Bob Ladzinski
Fax : 609-770-3416
E -Mail: dadzinsid@,raesystems.com
Web Site: www.raesystems.com
PC62004 RAPISCAN SYSTEMS, INC. 800-318-7326 954413488
2805 Columbia St. 310-349-2428
Torrance, CA 90503 Paul A. Barnes
Fax No.: 310-349-2491
E -Mail: pbarnes@',rapiscansystems.com
Web Site: www.rapiscansystems.com
PC63768 REMOTEC, INC.
SUBSIDIARY OF NORTHROP
GRUMMAN CORP.
353 JD Yarnell Ind. Pkwy.
Clinton, TN 37716
865-483-0228, Ext. 155 621090777
Mark Syler
Fax No.: 865-483-1426
E -Mail: marl,.syler@n!2c.com
Web Site: murw.es.northropgrumman.remotec-com
PC62120 SAFEWARE, INC. 800-331-6707, Ext. 188 521152883
3200 Hubbard Road 301-683-1212 Ext. 188
Landover, MD 20785 Cathy Jones
Fax No.: 301-683-1240
E -Mail: cjonesoa)safewareinc.com
Web Site: wwrw.safewareinc.com
PC62121 SCIENCE APPLICATIONS 443-402-2664 953630868
INTERNATIONAL CORP. (SAIC) Susan E. Banks
3465 Box Hill corporate Center Drive Fax No.: 443-402-2770
Abingdon. MD 21009 E -Mail: susan.e.banks@saic.com
PC64789 SCOTT TECHNOLOGIES, INC. 800-247-7257 521397376
d/b/a Scott Health & Safety 704-7291-8304
- - - - - - One -Town Center Road - Gay _ -Clontz
Boca Raton, FL 33486-1 Fax: 704-291-8330
E -Mail: gclontz@tycoint.com
Web Site: www.scotthealthsafety.com
PC62007 SMITHS DETECTION, INC. 973-496-9200 223552823
60A Columbia Road 973-496-9351
Contracts Patricia Morse
Morristown, NJ 07960 Fax No.: 973-496-9300
E -Mail: patricia.morse@smithsdetection.com
Web Site: w-w.smithsdetection.com
NOTE: See individual contract items to determine actual awardees.
(continued)
GROUP 38252 — HAZARDOUS INCIDENT RESPONSE RF-171SED A« ARD PACE 11
EQUIPMENT (Statewide)
CONTRACT 4 CONTRACTOR & ADDRESS TELEPHONE # F'ED.IDENT.t+
PC64214 SOURCE ONE DISTRIBUTORS, INC. 866-768-4327 820586897
3280 Fairlane Farms Road 561-296-0520. Ext. 230
Wellington. FL 33414 Randy Webb
PC63957 STRATEGIC RESPONSE
SB INITIATIVES, LLC
44 Dalliba Ave., Suite 207
Watervliet, NY 1'189
PC63616 SURVIVAL ARMOR, INC.
13881 Plantation Rd.
International Center 1, Unit 8
Fort Myers, FL 33912
PC63520 TACTICAL K SURVIVAL
SPECIALTIES, INC.
3900 Early Road
Harrisonburg, VA 22801
DISC.: 1 °b - 15 Days
PC62008 THERMO EBERLINE LLC
d -b -a ThermoFisher Scientific
27 Forge Parkway.
Franklin_ MA 02038
PC62317 TOUGH TRAVELER LTD
SB- --- --- 1012 -State Street ___ -
Schenectady, NY 12307
DISC.: 2.5% - 30 Days
Fax No.: 561-514-1021
E -Mail: rwebb(71bu)'s0urceone.com
Web Site: www.buysourceone.com
618-772-2902 202015569
Art Fisher
Fax No.: 518-677-1646
E -Mail: art.fislter�c!StrategicRI.com
Web Site: www.StrategicRI.com
866-868-5001, Ext. 132 621767572
239-210-0891; Ext. 132
Cathy Lowe
Fax No.: 239-210-0898
E -Mail: cathyloweCcbsurvivalarmor.com
Web Site: A-Aw.surviralarmor.com
877-535-8774 541542266
540-434-8974, Ext. 4250
Neil Senatro
Fax No.: 540-434-7796
E -Mail: nsenatro@tacsurv.com
Web Site: www.tacsurv.com
800-274-4212 043463209
508-553-1682
Ray Lowe
Fax No.: 508-520-2815
E -Mail: ray.lowe@thermofisher.com
Web Site: www.thermo.com
800-468-6844 141612562
618-377--8526 - - --
Nancy Gold
Fax No.: 518-377-5434
E -Mail: toughtravelcr(—(vaol.com
Web Site: www AoughtraveIer.com-rem ed. asp
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 12
EQUIPMENT (Statewide)
NOTE: See individual contract items to determine actual awardees.
CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#
PC62206 TSIINCORPORATED 800=874-2811 410843524
PF'.1'I31,,'G 500'Cardigan Road 330-389=2473
Shoreview," MNT .55126 `_loe _Harris
Fax No::>.:65,1--490=:3824
-E-Mail:: joseph.,harris@t§i.com
Weliz Site: wwwTSI.com
PC61970 VWR INTERNATIONAL
2039 Center Square Road
Brid-eport, NJ 08014
PC63953 W.W. GRAINGER, INC.
100 Grainger Parkway
Lake Forest, IL 60045
PC6_'207 THE YODOCK WALL CO., INC
900 Patterson Drive
PO Box 354
Bloomsburg, PA 17815
PC63617 ZISTOS CORPORATION
1736 Church Street.
Holbrook, NY 11741
800-348-6388 ext.1053 911319190
678-288-3160
Joan Skinner
Fax No.: 484-881-5780
E -Mail: eastem&r@vwr.com
Web Site: www.vwr.com
631-370-1332 361150280
Michael DeAnLelis
Fax No.: 631-454-0694
E -Mail: michael.deangelis@grainger.com
Web Site: www.LyrainLer.com
888-496-3625 650699527
570-380-2856
Katie Yodock
Fax No.: 570-380-2859
E -Mail: kyodock@yodock.com
Web Site: www.vodock.com
631-434-1370 900003662
John Kennedy
Fax No.: 631-434-9104
E -Mail: jkennedy@zistos.com
Web Site: wwv,%zistos.com
Cash Discount, If Shown, Should be Given Special Attention.
- - - -- INVOICES -MUST BE DIRECTLY TO THE ORDERING AGENCY- FOR PAYMENT. - - - -
(See "Contract Payments" and "Electronic Payments" in this document.)
(continued)
GROUP 38232 — HAZARDOUS LNCIDENT RESPONSE REVISED AWARD PAGE 13
EQUIPMENT (Statewide)
AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR
FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH
DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY
SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.
APPENDIX A:
Appendix A. Standard Clauses For New York State Contracts, dated September 2004 is hereby expressly
made a part of this Document.
APPENDIX B:
Appendix B, Office of General Services General Specifications (Commodities and Non -Technology
Services), dated January 2004 is hereby expressly made a part of this Document and shall govern an}, situations
not covered by this Document or Appendix A.
APPENDIX C:
This document does not change the New York State order of precedence. It is the NASPO Standard Terms
and Conditions and is required for multi -state procurements. Appendix C is hereby expressly, made part of this
document_
SMALL. MINORITY AND WOMEN -OWNED BUSINESSES:
The letters SB listed under the Contract Number indicate the contractor is a NTYS small business.
Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and -or
Woman -owned Business Enterprise.
RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:
The Procurement Services Group supports and encourages the purchase of recycled, remanufactured,
energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award
Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at
the individual awarded items for more information on T)roducts meeting the suffix description.
RS.RP.RA
Recycled
RM
Remanufactured
SW
Solid Waste Impact
EE
Enerav Efficient
E*
EPA Energy Star
ES
Environmentallv Sensitive
NOTE TO AUTHORIZED USERS:
When placing purchase orders under the contract(s), the authorized user should be familiar with and follow
- --- -- - the terms and -conditions noverning its use which usually appears at the end of this document --The authorized -user
is accountable and responsible for compliance with the requirements of public procurement processes. The
authorized user must periodically sample the results of its procurements to determine its compliance. In sampling
its procurements, an authorized user should test for reasonableness of results to ensure that such results can
withstand public scrutiny.
The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for
contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in
recognition of market fluctuations over time, authorized users are encouraged to seek improved pricing whenever
possible.
Authorized users have the responsibility to document purchases, particularly when using OGS multiple
award contracts for the same or similar product(s)-service(s), which should include:
• a statement of need and associated requirements,
• a summary of the contract alternatives considered for the purchase,
• the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among multiple
contracts at the time of purchase was the most practical and economical alternative and was in the best
interests of the State).
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN71SED ANA'ARD PAGE 14
EQUIPMENT (Statewide)
TABLE OF CONTENTS
For Contractor price lists and Manufacturers lines spreadsheets see Summary page at: Ntrp:--o«sstate.ny.us-ptn chase-
spg-awards-3 823219745 can.htin
Pane
Purpose
Scope
Definitions
How to Use the Contract
NYS Contract Users Notes
Foul meat -Vendor Listing (bv category)
Manufacturer's Lines
PSG's Dispute Resolution Policy
Price
Contractor Specific Price List:
Seespecific contractor information.
Level I -Contractor -Aardvark Tactical
Level I -Contra ctor-ADS, Inc.
Level 1-Contractor-Amron International
Level I-Contractor-Aramsco. Inc.
Level I -Contractor -Diva) Safety Equipment Inc
Level I -Contractor -E D Bullard
Level I -Contractor -First Line Technology LLC
Level I -Contractor -Fisher Scientific Comm, LLC
Level 1 -Contractor Global Protection USA_ Inc
Level I-Contractor-Govemment Scientific Source
Level l -Contractor -Guard Line Fire & Safety. Inc
Level I-Contractor-Ha2emever North America_ Inc.
Level I -Contractor -Hi Tech Fire and Safer)!. Inc.
Level I -Contractor -Mar -Vel International. Inc.
Levet I-Contractor-Municpal Emergency Services
Level I-Contractor-Promark Int.
Level 1-Contractor-Safeware_ Inc.
Level I -Contractor -Source One
Level I -Contractor -Strategic Response Initiatives
Level I -Contractor -Tactical & Survival Specialties_ Inc.
Level 1 -Contractor -VVIR Intemational
Level I -Contractor -W. W. Gralnser
Level I1 -Contractor -308 Systems. Inc.
Level II -Contractor -Adams Electronics
Level II-Contractor-ACSI-Advanced Containment
Level I1 -Contractor -Ahura Corporation
Level Il -Contractor -American Innovations
Level Il -Contractor -Arrow -Tech_ Inc.
Level Il -Contractor- Atlantic Nuclear
Level Il -Contractor-B-Lann
Level II -Contractor -Bassett Sales Co
Level II -Contractor -Better Light Inc.. d -b -a Better Light &
Power
Level I1 -Contractor -Brunswick Commercial & Govt. Prod.
Level II -Contractor -Buffalo Computer Graphics
Level Il -Contractor -Control Screening
Level Il -Contractor -Digital Ally
Level II-Contractor-ELSAG North America LLC
Level II -Contractor -Farber Specialty Vehicles
Level 11-Contractor-Ferno Vtashinston
Page
Level Il-Contractor-FloatTech, Inc.
Level I I-Contractor-G2T acties
Level Il -Contractor -General Atomics
Level Il-Contractor-Geomet Technologies
Level 11-Contractor-Laerdal Medical
Level II -Contractor -Laurus Svstems
Level 11 -Contractor -LDV, Inc.
Level Il-Contractor-Lenco Industries, Inc.
Level I1-Contractor-Linstar. Inc.
Level Il -Contractor -MBF Industries Inc.
Level II-Contractor-Nabco, Inc.
Level Il-Contractor-OHD, LLC
Level 11 -Contractor -Pine Environmental Services
Level II -Contractor -Pips Technoloa),
Level 11 -Contractor -Prosperity Lighting Supply, Inc. d -b -a Better Light & Power
Level 1) -Contractor -RAE Svstems. Inc.
Level Il -Contractor -Ra iscan Systems. Inc.
Level II-Contractor-Remotec, Inc.
Level 11 -Contractor -Science Applications International Corporation -SAC
Level Il -Contractor -Scott Technoiomes
Level I) -Contractor -Smiths Detection_ Inc.
Level Il-Conrractor-Survival Armor
Level II -Contractor- Thermo Eberline LLC
Level II -Contractor -Touch Traveler
Level Il -Contractor -TSL Inc.
Level Il -Contractor -The Yodock Wall Comparry
Level 11-Contractor-Zistos Corporation
Request for Chance
Contract Pavments
Electronic Pavment
Note to Contractor
Preferred Source
Contract Changes
Best Pricing Offer
Exclusions
Non- State Aeencv Participation
Extension of Use
Mmtmum Cinder - — - -
Volume Discounts
Delivery
Installation
Performance Requirements
Contract Period and Renewals
Cancellation for Convenience
Short Term Extension
Contract Migration
Warranties
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED A«'ARD PAGE 1�
EQUIPMENT (Statewide)
TABLE OF CONTENTS (Cont'd)
For Contractor price lists and Manufacturers lines spreadsheets see summary page at: 1-lttp:--ogs.state.ny.us-purclhase-
spg-awards-3 92331974> can. htm
Reservation
Price Sheets and Catalogs
Instruction Manuals
Report of Contract Purchases
Special Renortine Requirement
Administrative Fee
Contract Duplication
OGS or Less Guidelines
Periodic Recruitment
Mercury - Added Consumer Products
Overlannina Contract Items
Contract Update Procedures
Contract Update Forms
Periodic Report of Contract Purchases Instructions and Fonn
Contract Performance Renort
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE R.EN71SED AWARD PAGE 16
EQUIPMENT (Statewide)
PURPOSE:
The State of New York is the lead state in a National Association of State Procurement Officials (NASPO)
cooperative purchase contract.
.Additional States may join :at a later time'by.signing a Participating.agreement. These contracts will have
an initial:tenn of five (6)_years With an option to renew for two (2) additional two, -Y ear;periods and one (1) year
period. 1 Other participating''States`include: Alaska, Arizona, Arkansas, California, Florida, Idaho,.Louisiana,
Maryland, -Massachusetts Minnesota, 'New. Mexico. Nevada, Oldahoma Oregon,. South Dalcota, Virginia.
SCOPE (BID SYNOPSIS):
The State of New York has established comprehensive, Statewide, multiple award contracts with authorized
distributors or manufacturers based on the terms and conditions contained herein. Contracts are being awarded for
equipment that will qualify for Homeland Security Grant Funding (SHSP) and the Law Enforcement Terrorism
Prevention Program (LETPP) funding. See Office of Domestic Preparedness funding guidelines. (http:--
www.ojp.usdoj.gov-odp-grants_programs.htm-)
It should be noted that there is equipment available on these contracts that may be used for emergency response
related activities but does not qualify for grant funding.
The resultant contracts have an initial term of S years with an option to renew for 5 additional years.
Vendors able to supply items that fulfill 6 of the SHSP and LETPP 13 approved categories listed herein are
awarded as Level One Contractors.
Level Two bidders carry a smaller more specialized catalog offering. This is meant to take into account
those smaller distributors or manufacturers that specialize in certain commodity lines.
SCOPE MODIFICATION:
The Office of General Services (OGS) will continue to utilize the State Homeland Security
Program (SHSP) and the Law Enforcement Terrorism Prevention Program (LETPP) guidelines to
ensure appropriate equipment is offered under this contract for said purpose.
OGS has developed a condensed Authorized Equipment List based on the SHSP and LETPP
Authorized Equipment List. OGS will review product offerings in accordance with the contract
scope. This Authorized Equipment List will be used to determine whether a specific offering is
appropriate for this contract:
1. Personal Protective Equipment (PPE)
2. Explosive Device Mitigation and Remediation Equipment
3. CBRNE Search and Rescue Equipment
4. Detection Equipment
5. Decontamination Equipment
6. Physical Security Enhancement Equipment
7.Terrorism Tncident-Prevention Equipment
S. CBRNE Logistical Support Equipment
9. Medical Supplies
10. CBRNE Reference Materials
11. Agricultural Terrorism Prevention, Response and Mitigation Equipment
12. Intervention Equipment
13. Other Authorized Equipment
A description of some of the products covered in each category is available on the Federal
Emergency Management website (see item 17):
http:/.'v,,",,A,.fema.-ov/txt/government grantlhsgp/fvO4_hsgp_guidance.txt
OGS may request, where possible and practical, that the contractor identify the applicable
Authorized Equipment List category under which the products on the contract price list
qualifies.
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE RE`'ISED AWARD PAGE 17
EQUIPMENT (Statewide)
The following_ requirements are provided to better define the intent of the specifications:
SCOPE: LIMITATION OF PRODUCTS SUITABLE FOR CONTRACT:
Upon request, contractor must be able to justify why the products referenced meet the
intent of the contract. Examples of items that should not be included in submitted
price lists include but are not limited to: military swords, trophies, medals. awards;
child and infant clothing, clothing that does not meet the requirements as described in
the Authorized Equipment List , logo T-shirts. dress shoes. etc.
Note: Apparel that is part o broader catalog of neap be considered for
inclusion in this contract. Any apparel offered for contract should be tactical,
protective (e.g.-chemical, radiological, biological, pathogen, reflective, special
thermal, non-flammable, ezplosiveprotective, etc.), BDUormissionspecific.
Uniform clothing that does not meet the above guidelines shall not be included.
General use items/product lines available from other contracts may be considered for
exclusion from this contract.
Contractors will be required to make revisions to their price lists based on this clarified criteria at
the time a price list update is requested.
DEFINITIONS:
Authorized Equipment- Equipment that the Federal Government has accepted as suitable for purchase using Federal
Grant Domestic Preparedness monies. Current lists of categories are available at Office of Domestic Preparedness
funding guidelines - http:--wwn�,.ojp.usdoj.gov-odp-grants�ro��ams.htm
For questions regarding the procurement of equipment authorized under the Office of Domestic Preparedness grant
guidelines, please refer to the Responder Knowledge Base website; http:--w A w2.rkb.mipt.org- . The website has links to
all of the current and prior year AEL (authorized equipment Iist) as determined by ODP
Certified Equipment - Equipment that has been tested and meets appropriate industry standards that have been set by the
government or other professional organizations such as NFPA- National Fire Prevention Association; UL - Underwriters
lab, etc. For questions regarding the procurement of equipment certified under the Office of Domestic Preparedness grant
guidelines please refer to the Responder Knowledge Base website; http:--wv✓w2.rkb.mipt.or-
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE IS
EQUIPMENT (Statewide)
HOW TO USE THIS CONTRACT:
Either Level I or Level I1 dealers may be chosen (Level II vendors- manufacturers or smaller distributors
with a narrower offering). The basis for selection among multiple contracts at the time of purchase shall be the
most economical alternative that meets form, function, and utility unless there are overriding practical issues, and
should be in the best interests of the States, taking into consideration:
Form; function and utility needs of the purchaser
♦ Price
♦ Overhead associated with storage and inventory of the goods
♦ Note that construction costs are not covered under installation in this award
It is recommended that contract users shop wisely:
1. NOTE: If a purchase is being made using Homeland Security or Law Enforcement Terrorism Prevention
Federal Grant monies.. end-users must notifi- vendor at time of ordering (place information on Purchase Order) that
these funds are being used. This is required to enable vendors to meet Federal grant tracicina requirements.
2. If you are purchasing a large volume of a specific piece of equipment or costly item and know the
manufacturer of the product, you may want to go to the manufacturer line spreadsheet See Summary page at http:--
wv,",.ogs.state.ny.us-purchase-spg-awards-382321974dCAN.HTM. This sheet lists the manufacturer line carried
by each vendor. Obtain pricing from more than one vendor if possible and compare.
3. if you do not have a specific manufacturer item in mind, go to section of this award that lists the types of
equipment offered by vendors — see pages 8-10 for list of contractors and equipment categories offered.
4. Go to vendor web -site to view equipment handled or contact contractors for copies of the catalogs with the
equipment specified herein. Contact contractor to set up account and registration for entry into contractor's
website for those vendors that have listed this service on their award pages if you wish to access their web catalog
for these contracts.
5. Select vendors offering the type of equipment you wish to purchase. A price list is included in this award for
each vendor so that you may check pricing.
6. Compare pricing and availability of items you wish to purchase. If you are purchasing or expect to purchase a
large quantity of any one item or a large quantity of items from any one manufacturers' line during the course of
one year; contact vendor contract administrator (name Iisted on vendor page to expedite contract purchases) and
request additional discounts
7. It is recommended that end-users seek pricing from more than one vendor especially if they are purchasing
large amounts of Goods for a high dollar amount.
8. Purchase from the vendor meeting your equipment needs who has offered the best pricing on the majority of
the equipment (the highest dollar value) being ordered.
9. In case of emergency go to the vendor able to supply the equipment in the most timely manner.
10. Choose the most cost effective option meeting your needs; document your choice and proceed with the
purchase.
NOTE:
• Certain equipment must be certified to be purchased with Federal Homeland Defense monies.
• These contracts are not limited to authorized equipment only. If using Federal Homeland Defense funds
end-users should check to be sure equipment they wish to purchase under this contract is authorized.
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN'ISED AWARD PAGE 19
EQUIPMENT (Statewide)
NOTES: NYS Contract Users
For questions regarding the procurement of equipment authorized under the Office of Domestic Preparedness grant
contact <<*uidelines please refer to the Responder knowledge Base website; http:- www-.rkb.mipt.org- . The website has
links to all of the current and prior year AEL (authorized equipment list) as determined by ODP. All procurements
utilizing ODP grants administered by the NT'S Office of Homeland Security can either visit the Responder ILnowledge
Base website or call Nn'S Office of Homeland Security at 1-998-837-9133.
NT'S Office of Homeland Security website: wrww.security.state.ny.us
(continued)
GROUP 35232 — HAZARDOUS INCIDENT RE, SPONSE RE, N71SED AWARD PAGE 20
EQUIPMENT (Statewide)
EQUIPMENT-I1EA'DOR LISTING
Cate��ory
Sub Groiip
01jered by the follorviug Level l Contractors
fered hp the following Level H Contractors
7 Of
1. Personal
Level A
Aramsco_ Inc.
B-Lann Equipment
Protective
Dival Safety Equipment Inc.
Ferro Washington
L D Bullard
Geomet Technolosies
Equipment
Federal Resource Supply
Scott Technolosies
Fisher Scientific Company; LLC
Global Protection USA, Inc.
Government Scientific Source
Hagemever North America, Inc
Hi -Tech Fire and Safety, Inc.
Mar -Vel International, Inc.
Municipal Emergency Services Inc.
Safeware, Inc.
Source One
Strategic Response Initiatives
Tactical & Survival Specialties Inc.
VWR International
Level B
Aramsco, Inc.
B-Lann Equipment
Diva] Safety Equipment Inc.
Ferro Washington
E D Bullard
Geomet Technologies
Federal Resource Supply
Scott Technologies
First Line Technology, LLC
Fisher Scientific Company, Inc.
Global Protection USA, Inc.
Government Scientific Source
Guardline
Hagemeyer North America, Inc.
Hi- Tech Fire and Safety, Inc.
Mar -Vel International Inc.
Municipal Emergency Services Inc
Safeware, Inc.
Source One
Strategic Response Initiatives
Tactical & Survival Specialties Inc.
VWR International
Level C
Aramsco, Inc.
B-Lann Equipment
Diva] Safety Equipment Inc.
Ferro Washington
E D Bullard
Geomet Technolosies
Federal Resource Supply
Scott Technologies
First Line Technology, LLC
Fisher Scientific Company, LLC
Global Protection USA, Inc.
Government Scientific Source
Guardline
Hagemeyer North America, Inc
Hi- Tech Fire and Safety, Inc.
Mar -Vel International, Inc.
Municipal Emergency Services Inc.
Safeware, Inc.
Source One
Strategic Response Initiatives
Tactical & Survival Specialties Inc.
VWR International
GROUP 39232 — HAZARDOUS INCIDENT RESPONSE RE, N7ISED AWARD PAGE 21
EQUIPMENT (Statewide)
E0UIPMEA'T-VE.1VDM LISTING (Cont'd)
Ccrier•nrp
Suh Group
ferecl ht' tlzcftillnrvvzg Level I Cnnnucuins
Of
Offered bv the follornirr Leve! II Contractnzs
1. Personal
Level D
Aramsco. Inc.
B -Lam, Equipment
Protective
Amron International
Dival Safery Equipment Inc.
Equipment
Federal P.esource Supply
(Cont'd)
First Line Technolom, LLC
Fisher Scientific company; LLC
Global Protection USA, Inc.
Government Scientific Source
Guardline
Hagemeyer North America_ Inc
Hi- Tech Fire and Safety, Inc
Mar -Vel International, Inc.
Municipal Emergency Services Inc.
Safeware, Inc.
Strategic Response initiatives
Source One
Tactical 8-, Survival Specialties Inc
VIAIR International
V,', U'. Grainger
2. Lxpiosive
Aardvark Tactical
American Innovations
Device
ADS, Inc.
Nabco Inc.
Mitigation
Amron International
Remotec; Inc.
and
Aramsco. Inc.
SA1C
Remediation
Dival Safety Equipment Inc.
Survival Armor. Inc
Equipment
E D Bullard
Thermo Eberiine LLC
First Line Technology, LLC
Zistos Corporation
Fisher Scientific Company, LLC
Government Scientific Source
Guardline
Mar -Vel I ntemati oval. Inc.
Promark Int.
Safeware, Inc.
Source One
Strategic Response Initiatives
Tactical & Survival Specialties Inc.
W. W. Grainger
3. CBRNE
Aardvark Tactical
B -Lame Equipment
Search and
ADS, Inc.
Brunswick Commercial and Government Products
Rescue
Amron International
Femo Washin-ton
Equipment
Aramsco, Inc.
RAE Systems, Inc.
Dival Safety Equipment Inc.
Thermo Eberiine LLC
E D Bullard
Zistos Corporation
First Line Technology, LLC
_Fisher Scientific Compare-, LLC
Global Protection USA, Inc.
Guardline
Hagemeyer North America. Inc.
Hi- Tech Fire and Safety_ Inc.
Mar -Vel International, Inc.
Municipal Emergency Services Inc.
Promark Int.
Safeware_ Inc.
Source One
Strategic Response Initiatives
Tactical & Survival Specialties Inc.
VWR International
GROUP 35232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 22
EQUIPMENT (Statewide)
EQUIPMENT -!VENDOR LISTING (Cont'd)
Categor-h
Sub Group Q fered hf the follorving Level I Conrractars
O fered hi, the following Levelll Conn actors
4. Detection
Chemical
ADS, Inc.
Ahura
Equipment
Amron International
B -Lana Equipment
Aramsco, Inc.
Bassett Sales Corp
Dival Safety Equipment Inc.
General Atomics
Federal Resource Supply
Laurus Systems, Inc.
Fisher Scientific Company, LLC
Pine Environmental Services, Inc.
Global Protection USA, Inc.
RAE Systems, Inc.
Government Scientific Source
SAIC
Hagemeyer North America; Inc.
Smiths Detection, Inc.
Hi- Tech Fire and Safety, Inc.
Thermo Eberline LLC
Guardline
Municipal Emereencv Scrvices Inc.
Safeware, Inc.
Source One
Tactical K Survival Specialties Inc.
VWR International
Biological
Amron International
Laurus Systems, Inc
Aramsco, Inc.
Smiths Detection, Inc.
Dival Safety Equipment Inc.
Federal Resource Supply
Fisher Scientific Company, LLC
Global Protection USA, Inc.
Government Scientific Source
Hagemeyer North America, Inc.
Hi- Tech Fire and Safety, Inc.
Guardline
Municipal Emergency Services Inc.
Safeware, Inc.
Strategic Response Initiatives
Tactical &- Survival Specialties Inc.
W. W. Grainser
Radiolo.-ical
Amron International
Atlantic Nuclear
Aramsco_ Inc.
Arrow- Tech, Inc
Diva] Safety Equipment Inc.
General Atomics.
Federal Resource Supply
Laurus Systems, Inc.
Fisher ScientificCompany, LLC
RAE Systems, Inc.
Global Protection USA, Inc.
Smiths Detection, Inc.
Government Scientific Source
Thermo Eberline LLC
Hagemeyer North America, Inc.
Safeware, Inc.
Tactical &: Survival Specialties Inc.
VWR International
S. Decontamination
Chemical
Aramsco, Inc.
ACS! -Advanced Containment
Equipment -_____
__ __-
_Dval Safety Equipment Inc.
Arrow- Tech, Inc.
First Line Technology, LLC
Bassett Sales -GE Security
Fisher Scientific Company, LLC
Femo Washin`ton
Global Protection USA, Inc.
RAE Systems, Inc.
Government Scientific Source
Guardline
Hagemeyer North America, Inc.
Mar -Vel International, Inc.
Municpal Emergency Services
Safeware, Inc.
Source One
Strategic Response Initiatives
Tactical &: Survival Specialties Inc.
VWR International
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 23
EQUIPMENT (Statevvide)
EOUIPNIENT-VENDOP LISTING (Cont'd)
Cate«01-1, Suh Gz-oup
O fered hr the following Level Contructors Offered hr th followin;; Level H Conn -actors
5. Decontamination Biological
Aramsco. Inc. ACS1-Advanced Containment
Equipment
Dival Safety Equipment Inc.
(Cont'd)
Fisher Scientific Company, LLC
Global Protection USA, Inc.
Government Scientific Source
Guardline
Hagemeyer North America, Inc.
Mar -Vel International, Inc.
Municpal Emergency Services
Safeware, Inc.
Strategic Response Initiatives
Tactical & Survival Specialties Inc.
\IA/R International
6. Physical Security
Surveillance
Aardvark Tactical
G2Tactics
Enhancement
Amron Intemational
Laurus Systems; Inc.
Equipment
Aramsco, Inc
Linstar, Inc.
E D Bullard
Pips
Federal Resource Suppiv
Rapiscan Svstems. Inc.
Fisher Scientific Company, LLC
Elsag North America LLC
Hagemeyer North America, Inc.
Smiths Detection, Inc.
Mar -Vel Intemational, Inc.
Zistos Corporation
Promark Int.
Tactical & Survival Specialties Inc.
V WR Intemational
Sensors
Amron InternationalB-Cann
Equipment
Aramsco, Inc.
RAE Systems, Inc.
Federal Resource Supply
Thermo Eberline. LLC
Fisher Scientific Company, LLC
Global Protection USA, Inc.
Government Scientific Source
Hagemever North America. Inc.
Hi- Tech Fire and Safety, Inc.
Mar -Vel International Inc.
Inspection
Aardvark Tactical
Adams Electronics
Detection Systems
ADS, Inc.
Ahura
Amron International
B-Lann Equipment
Aramsco, Inc.
Control Screening
Federal Resource Supply
Laurus Systems, Inc.
Fisher Scientific Company, LLC
Rapiscan Systems, Inc.
Government Scientific Source
SAIC
Haaemever North America, Inc.
Smiths Detection, Inc
MarVel International_ Inc_
Promark Int.
_Safeware,_Inc_
Strategic Response Initiatives
Tactical & Survival Specialties Inc.
Vd. W. Grainger
Explosion
Amron International
Control Screening
Protection
Federal Resource Supple'
Smiths Detection, Inc.
Fisher Scientific Company, LLC
Global Protection USA, Inc.
Mar -Vel International, Inc.
PTOmark Int.
Source One
Tactical & Survival Soecialties Inc.
Self Monitoring
Amron International
Laurus Systems, Inc.
Sensors and
Aramsco, Inc.
Smiths Detection, Inc.
,Alarms
Federal Resource Supply
Fisher Scientific Company, LLC
Government Scientific Source
Hagemeyer North America, Inc.
Hi- Tech Fire and Safety. Inc.
MarVel International., Inc.
Safeware. Inc.
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 24
EQUIPMENT (Statewide)
EQUIPMENT -VENDOR LISTING (Cont'd)
Category
Scab Groatp
Of Zip the following Levell
Offered bh the_fnllorvine
Connwctors
Level R Conrractors
7. Terrorism Incident
Aardvark Tactical
Lenco
Prevention Equipment
ADS. Inc.
ELSAG North America LLC
AmTOn lmemauOnal
SAIC
Aramsco, Inc.
Smiths Detection, Inc.
Dival Safety Equipment Inc.
Thermo Eberline LLC
E D Bullard
Global Protection USA, Inc
Government Scientific Source
Municpal Emergency Services
Safeware, Inc.
Source One
Tactical & Survival Specialties Inc.
8. CBRNE Logistical
Aardvark Tactical
Linstar. Inc.
Support
ADS, Inc.
OHD, LLC
Equipment
Arm -on International
RAE Systems, Inc
Aramsco, Inc.
TSI Inc.
Diva] Safety Equipment Inc.
Federal Resource Supply
First Line Technology, LLC
Fisher Scientific Company, LLC
Global Protection USA, Inc.
Government Scientific Source
Guardline
Hagemeyer North America, Inc.
Hi- Tech Fire and Safety, Inc.
Mar -Vel International Inc.
Promark Int
Safeware, Inc.
Source One
Strategic Response Initiatives
Tactical R Survival Specialties Inc.
VWR International
W W Grainger
9. Medical Supplies
General
ADS, Inc.
B -Lam, Equipment
Amron International
Laerdal Medical
Aramsco, Inc.
Diva] Safety Equipment Inc.
First Line Technology, LLC
Fisher Scientific Company, LLC
Global Protection USA, Inc.
Guardline
___ -
Haeemeyer North America; Inc.
Mar -Vel International_ Inc.
Municpal Emergency Services
Safeware, Inc.
Strategic Response Initiatives
Tactical & Survival Specialties Inc.
N%fR International
W. W. Grainger
Auto injectors
Global Protection, LLC
Tactical $ Survival Specialties Inc.
10. CBRNE Reference
Aramsco, Inc.
Materials
Fisher Scientific Company, LLC
Hagemeyer North America, Inc.
Mar -Vel International, Inc.
Municpal Emergency Services
Safeware, Inc.
Source One
Strategic Response Initiatives
Tactical & Survival Specialties Inc.
VWR International
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 2S
EQUIPMENT (Statewide)
EOUIPRIENT-11ENDOR LISTING (Cont'd)
Category
Suh Group
Offel'eel hl' the follorvin(, LLVelI
Offel'e(1 bl' t11L' f011(INtI)Zzf
Contractors
Level II Contractors
11. Agricultural
Diagnostic
Aramsco. Inc
Terrorism
Safeware. Inc.
Municpal Emergent. Services
Response and
VVIR International
Mitigation Equipment
Cleaning,
Global Protection USA, Inc.
Disinfection-
Hagemeyer North America, Inc.
Fumigation
Mar -Vel International Inc.
Municpal Emergency Services
Safeware. Inc.
1Vd7i International
W. W. Grainger
Disposal Equipment
Aramsco, Inc.
and Supplies
Global Protection USA.. Inc.
Hagemeyer North America: Inc.
Mai -Vel International, Inc.
Municpal Emergency Services
Safeware_ Inc.
VVIR International
Burning, Incinerating
Supplies
General
Aramsco, Inc.
Haeemever North America, Inc.
Municpal Emergencv Services
Safeware, Inc.
Nr"'R International
12. Intervention
Aardvark Tactical
Thermo Eberline LLC
Equipment
ADS, inc.
Amron International
Aramsco. Inc.
E D Bullard
Fisher Scientific Company, LLC
Guardlinc
Hagemeyer North America, Inc.
Mar -Vel International, Inc.
Municpal Emergency Services
Promark Int.
Source One
Strategic Response Initiatives
Tactical &- Survival Specialties Inc.
13. Other Authorized
Aramsco
308 Svstems, inc.
Equipment
Dival Safety Equipment Inc.
ACSI-Advanced Containment
Fisher Scientific Company, LLC
B -Lana Equipment
Government Scientific Source
Brunswick Commercial and
Guardline
Government Products
Hi- Tech Fire and Safety, Inc.
Buffalo Computer Graphics
Mar -Vel International Inc.
Digital Ally
Tactical & Survival Specialties Inc.
Farber Specialty Vehicles
W. W. Grainger
FloatTech
G2Tactics
LDV, Inc.
Lenco Industries
MBF Industries Inc.
Nabco, Inc.
Pips
Better Power d/b/a Better Liaht and
Power
RAE Systems_ Inc.
Elsa,,, North America LLC
Survival Armor, Inc.
Touah Traveler
Yodock Mall Company
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 26
EQUIPMENT (Statewide)
MANUFACTURER'S LINES:
End-users requiring a product from a specific manufacturer's line may go to table listed on Summary page
01ttp:--www.ogs.state.11y.us-purchase-spg-awards-3)82321974-CAN.HTM) showing all manufacturers' lines
represented by this award and the contract vendors that offer them.
PSG's DISPUTE RESOLUTION POLICY:
It is the policy of the Office of General Services' Procurement Services Group (PSG) to provide vendors
with an opportunity to administratively resolve disputes, complaints or inquiries related to PSG bid solicitations or
contract awards. PSG encourages vendors to seek resolution of disputes through consultation with PSG staff. All
such matters will be accorded impartial and timely consideration. Interested parties may also file formal written
disputes. A copy ofPSG's Dispute Resolution Procedures for Vendors may be obtained by contacting the person
shown on the front of this document or through the OGS website (www.ogs.state.ny.us). Click on "For
Government - Contracts and Purchasing," then "Seller Information;" then "Dispute Resolution Procedures for
Vendors."
The following guidelines are subject to change at the discretion of OGS.
PRICE:
Price shall include all customs duties and charges and be net, F.O.B. destination any point in New York
State (or:for those vendors::eleciing to participate -in a multi -state contract anypointwithin:the participating: States)
as designated by the ordering agency including tailgate delivery, unless otherwise noted in the contract award.
EXCEPTIONNote changes 3 -1 -06 -
For those items shipped outside the 48 contiguous States, on which there are extraordinai-v freight charges
that cannot reasonably be covered by the contract price, vendors may negotiate with those non -contig uous States
regarding delivery terms and charges.
Shipping is to be FOB Destination 48 states, Washington DC and poizzt of ertportation for Alaslca, Hawaii,
Puerto Rico, etc. for shipments outside the 48 contiguous states.
It will be the responsibilit7� of the vendors and the member State that is outside the contiguous 48 States, to
negotiate fair shipping terms and charges. Shipping must be FOB destination to a shippingpoint within the
cozztiguous 48 States. 777is location n2ust be agreed to by the vendor and the negotiating State. From that point
shipping terns, charges and conditions should be negotiated with the end-user. The State must be notified in
advance of the possible shipping charges and agree to the final contract price and arrangements.
GROUP 35232 — FIAZAP.DOUS INCIDENT RE, SPONSE REVISED AN .7ARD PAGE 27
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR:
Aardvark Tactical. Inc.
Partici atimg in A9ultistate contract:
Yes
Catalog of
Items as listed and price list and Aardvark Tactical Desi: Reference
CataloL,
Applicable ages:
All
Exclusions:
None
Price List identification: See price list accompanying
http:--www.ogs.state.ny.us-purchase-spa-awards-382321974
this award for approved contract pricing - Summary page at
CAN.NTM
Minizuum Order: f ill accept orders for• less than the ( Yes
9100 rninimunr order.
Shipping on Inintntum Order':
Yes
Volume Discount
Discuss additional discounts with vendor on submission of
large orders. It is recommended that end-users contact
vendor when ordering volume. Also compare pricing to
other vendors on these contracts for pricing.
Orders should be directed to:
Name: Adolfo C. Alderete
Phone: 909-451-6106
Fax: 626-609-4028
E-mail: aalderete@aardvarktactical.com
Person to contact in the event o f an emergency
occurring after business hours Or on weekend -holiday:
Normal Business hours: AY -F, 9:00cun - Spat PST
Name: Brent Doan
Fax: 626-609-3474
Cell phone: 626-428-440
E-mail: bdoamiDaardvarktactical.com
Additional services offered by contractor to contract
users at no added cost:
Recall Facilitation
Warranty Facilitation
Training
]�Cndor of
fC)'S:
Maintenance
No
Calibration
No
Service
No
AcceptsNL'State Credit Card forpurchases under $10,000 __
Yes
Discount for use of NI' State credit card.
0 °,o
Guaranteed Delivery
45-60 days A -R -O
Electronic Access Ordering Offered:
No
Price list available on web:
Approved price list contained herein
Discount for pavinentwithin 15 dans of delivery and or receipt of voucher
0.2 °b
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN ISED AWARD PAGE 28
EQUIPMENT (Statewide)
LEVEL ONE
CONTIZACTOR:
ADS, Inc. (contract assignment to Mar -Vel ending)
Participating in Multistate contract.
Yes
Catalog or equipment offered:
ADS and multiple manufacturer offering, contact vendor for copies
of cataloL=
Applicable ages:
All
Exclusions:
None taken
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt: --www. ogs. state.n y.0 s -p urchase-s ,-awards-3923219745CAN.HTM
,41ininzwn Order: J1411 accept or•dersfirr less than the
Yes, will accept orders for less than the $100 minimum
$100 minlnuan order.
order.
Shipping on rninin:um order:
For orders less than $100 shipping will be added in
accordance with "Minimum Order" Clause
Volume Discount:
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
pricin-.
Orders should be directed to:
Person to contact in the event of all emergency
MAR -VEL rNTTERNATIONAL, INC.
occurring after business hours or on weekend -holiday:
7115 Airport Highway
Normal Business hours: M -F 8:00-5:00
Pennsauken, NJ 08109
Name: Brad Anderson
FED ID - 222854453
856-488-4499, EXT. 141
Cell phone: 757-376-3542
856-488-4343 FAX
E-mail: bandersonradsinc.com
Noelle Irish
EMAIL: nirish@mar-vel.com
Web Site: www.mar-v.l.com
Additional services of by contractor to
contract
None offered
users at no added cost:
fern:
Vendor of
Service
I Not offered
Maintenance
Not offered
Calibration
I Not offered
Accepts NI' State Credit Card for purchases under S10, 000 Yes
Discount for use ofNI'State credit card:
None offered
Guaranteed Delivery
' In 30 days A -R -O
Electronic Access Ordering Of
fered:
Yes. contact vendor for information
Price list available oil web:
Approved price list contained herein
Corn any Nebsite:
www.adstacticai.com
Discount or payment within 15 clays of delivery and or receipt of voucher None
GROUP 38232 - HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 29
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR:
Antron International Diving, Supply. Inc.
Participating in Multistate contract:
Yes
Equipment -Catalog offered:
Items as listed on price list
Applicable ages:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt:--www.o�-,s.state.ny.us- urchase-s g-awards-3823219745CAN.HTM
Minimum Order: 11,711 accept orders, for less than the
S'I00 tzzininium order.
Yes, will accept orders for less than the $100 minimum
order.
Shipping on mininnan order:
Shipping costs will be added in accordance to the
"Minimum Order" clause
Volume Discount:
Conditions:
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when orderin<, volume.
Also compare to other vendors on these contracts for
ricins.
Orders should be directed to:
Name: Van Richardson
Phone: 877-462-6700
760-208-6520 direct
Fax: 760-599-3857
E-mail: vrichardson(a-)amronintl.com
Person to contact in the event of all emerb eng
occurring after business hours or on weekend-holidav:
Normal Business hours: M -F 8:00am - 5:00pm PST
Name: Mike Strickland
Phone: 877-462-6700
Cell: 760-300-7623
Fax: 760-599-3857
E-mail: mstricklandrainronintl.com
Additional services offered by contractor to Colin -act
users at no added cost:
None offered
Vendor Of
Maintenance
Not offered
Calibration
Not offered
e- - - -- ---- --
Service
Not _ offered
Accepts All"State Credit Card for•purchases under SIO,000
I Yes
Discount or use of NI' State credit card:
None offered
Guaranteed Deliver•:
30 days A -R -O
Electronic Access Ordering Offered:
Yes
Price list available on web:
Yes
Discount for avnzent within 15 days of delivers, and or receipt of voucher
0.5%
Conr any Website
( www.amronintl.com
GROUP 38232 — EAZAP.DOUS INCIDENT RESPONSE ' +'tqSED AWARD PAGE 30
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR:
Aramsco, Inc.
Participating in Multistate contract:
Yes
Catalog -Equipment offered:
Aramsco March 2005
Applicablepages:
All
Exclusions:
None taken
Price List identification: See price list
accompanying this award for approved contract pricing - Summary page at
htt:--www.ogs.state.nv.us- urchase-s
(r-awards-3823219745CAN.HTM.
iifinimum Order:
Yes, will accept orders for less than the $100 minimum order.
Shipping on minimum order:
For orders less than $100 shipping will be pre paid and added as in minimum
order clause
Volume Discount:
Conditions: Volume pricing -
For single order to one location -
S100,000 -5250,000- 1%additional
5250,0004500,000- 2% additional
$5001000- up -3% additional
For agency aggregate purchase -for traceable ordering agency-cunUlative totals
begin Jan l of each year. Sales under volume price breaks above do not apply.
Extra discount applied after total aggregate sales threshold is achieved
$1,000.000-S-1500-000-1%
52,500,00045,000.000-2%
$5,00MO -up- 3°10
For aggregate statewide purchases:
cumulative totals begin Jan I of each year. Sales under volume price breaks
above do not apply. Extra discount applied after total aggregate sales threshold
is achieved
$25.000,000450,000,000-1%
$50,000,000475.000.000-2%
575.000,000 and u - 3%
Orders should be directed to:
Person to contact in the event of an emergency occurring after business hours
Name: Donna McQuade
or on weekend -holiday:
Toll free: 800-767-6933. Ext. 7753
Normal Business hours: 7:30 AM -6:00 PM EST
Phone: 856-686-7753
Name: Charlie Meurisse
Fax: 856-686-7249
Fax: 856-686-7397
E-mail: dmcduade@aramsco.com
-Cell: 609=970-9001 - - -
E-mail: cmeurisse@aramsco.com
Additional services offered by contractor to contract users: None. offered
fors:
Vendor of
Service
I Not offered
Maintenance
Not offered
Calibration
Not offered
Accepts A'l'State Credit Card.for purchases under $'10,000 Yes
Discount for use of NI' State credit card: None offered
Guaranteed Deliver),
Varies by item
fered:
Electronic Access Ordering Of
Yes, contact vendor for information
Coir anp Website:
wv��.aramsco.com
Price list available on web:
Approved price list contained herein
Discount for atanent within 15 days of deliver, and or receipt of voucher l %
GROUP 38233 — HAZARDOUS INCIDENT P.ESPONSE REVISED AWARD PAGE 31
EQUIPMENT (Statewide)
LEVEL ONE
CONTP�ACTOR:
DiVal Safety Equipment. Inc.
Partici atin, in Multistate contract:
Yes
Equipment -Catalog of
Dural Safer, Equipment, Inc. Full Line Catalog
Applicable ages:
All
Exclusions:
Price List identification: See price list accompanying
this award for approved contract pricing, - Summary pare at
htt :--wwu,.o_,s.state.rn,.us- urchase-s g-awards-3823219745CAN.HTM
Minimum Order: N'ill accept orders for less
than the
I Yes
9100 mininwin order.
Shipping on minimum order:
Volume Discount:
VOLUME PRICING- Price Breaks for single order to one
y
location in dollars
$50-000 10/10
S100.000 1.5 C%
5220,000 20/0
VOLUME PRI(,'ING- Price Breaks for agency's aggregate
V
purchase in dollars
5500,000 1 °/o
51.000.000 20/0
Orders should be directed to:
Person to contact in the event of an enzergenq
Name: Tim Devin
occurring after business hours or on weekend-1tolidave
Phone: 716-874-9060, Ext. 159
Normal Business hours: M -F 7:00am - 5:00pm EST
800-343-1354, Ext. 159
Sat 7:00am - 12:00pm
Fax: 716-874-4686
Name: Tim Devin
E-mail: tdevin(ci),divalsafety.com
Phone: 716-874-9060, Ext. 159
800-343-1354. Ext. 159
Fax: 716-874-4686
Cell phone: 716-998-8031
E-mail: tdevinOdivalsafety.com
Additional services offered by contractor to contract
- Product training on site and remote}} 24-7 available
users at no added cost:
- Application audits and needs assessments
_ Guidance with standards and reaulations
- TradinL, out old inventory
Vendor offers:
Maintenance
20%
Calibration
20OX.
Service
20%
Accepts NYState Credit Card.for purchases under $101.000 Yes
Discount for use of NY State credit card:
0%
Guaranteed Delivery
Varies
Electronic Access Orderirz- Of
fered:
Yes
Price list available on web:
Y es
Discount for ulrment within 15 days of deliverl, and or• receipt of voucher I 00/0
Com ani' Website
www.divalsafetv.com
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 32
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR:
E.D. Bullard Company
Participating in Multistate contract:
Yes
Equipment -Catalog of
Items as listed on price list
Applicable ages:
All
Etclusi.ons:
None Taken
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt: --,A,ww. ogs. state. nv. u s -p urc h as e-sp L= -award s-3823219745CAN.HTM
Minimum Order: Hill acceptordersfor less than the No
1'100 mininium order.
Shipping on minlnium order:
Volume Discount:
As listed on price list. It is recommended that end-users
discuss additional discounts with distributors under this
award.
Orders should be directed to:
Name: David Vangelov
Phone: 800-227-0423, Ext. 874
800-227-0423
Fax: 859-234-6858
E-mail: dave—van2elc)v@buIlard.com
Person to contact to the event of an emer'ency
occurring after business hours or on weekend -holiday:
Normal Business hours: M -F 8:00am - 5:00pm
Name: David Vanaelov
Phone: 716-593-1768
800-227-0423
Fax: 952-516-2059
Cell phone: 716-583-1768
E-mail: dave_vanLclov@,,bul]aTd.com
Additional services offered by contractor• to contract
users at no added cost:
Free training in use of thermal imaging camera provided
Vendor Of
Maintenance
Not offered
Calibration
Not offered
Service
Not offered
Accepts AT State Credit Card.for purchases under 510,000
Yes
Discount for use of AT State credit card:
None offered
Guaranteed Delivery:
30 days A -R -O
Electronic Access Ordering Of
Yes
Price list available on web:
Approved price list contained herein
Discount for payment within 15 days of delive731 and or receipt of voucher
None
Com any Website
A -,v .bullard.com
• For distributors in ,your area contact:
See the following distribution list
GROUP 39232 — HAZARDOUS INCIDENT RESPONSE REVISED AWAP.D PAGE 33
EQUIPMENT (Statewide)
BULLARD US Fire TI Territories by State
Fed Tax ID Number
Alaska
LN Curtis - Northwest Division
94 1314350
639 S Industrial Vdav
Seattle. WA 98108
Dave Danekas
(206)623-2875
Arizona
LN Curtis - Intermountain Division
194 1314350
6005 South 40th St.. Ste. 4
Phoenix. AZ 85042
Trov Garside
(603)453-3911
Arkansas
David's Fire
71 0739371
8783 John Harden
Cabot. AR 72023
David Geor,e
(501)941-3313
California
LN Curtis - Pacific Division 1
94 1314350
1800 Peralta St
Oakland. CA 94607
Mike Curtis
(510239-5111
+�
I
Florida
Hall -Mark Fire
59 3179036
3431 7\�' ?7th Avenue
Ocala. FL 34475
Rob Healy
-1--(352-)629-6305--
52)629 6305Idaho
Idaho
LN Curtis - Intermountain Division 194 1314350
4260 S Cloverdale
Boise. ID 83709
Rover Crane
(800)426-0509
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE
EQUIPMENT (State-wide)
BULLARD US Fire TI Territories by State
REVISED AW'26,RD PAGE 34
Fed Tax ID Number
Louisiana
BGS
72 1519089
PO Boa 1329(70707)
Gonzales. LA 70707
John Stafford
(2215)644-4545
Maine
Fire Tech and Safe!y of New England
01 0402493
84 A Rt 133
Winthrop. ME
Bill Shrader
(207) 377-2500
Marvland
SinUer & Associates
54 161236
7394 GalleherRoad
Gainsville, VA 20155
Richard Sinner
(703)7-54-9911
Massachusetts
Fire Tech
01 0402493
84 A Rt 133
Winthrop. ME
Bill Shrader
(207) 377-2800
Minnesota
Heiman Fire
46 0448157
— - - ---
Sebeka.NN 50477
Steve Seip
(219)93 7-5 914
New Medico
LN Curtis - Intermountain Division 194
1314350
1195 South 300 West
Salt Lake City. UT 84101
Jeff Levy/ Skip Chandler
(801) 486-7285
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN71SED AWARD PAGE 35
EQUIPMENT (Statewide)
BULLARD US Fire TI Territories by State
Tirl T",- In N,,, 1—
New York
AAA Emergency / Tactical Fire
AAA Emergency Supply
13 1994315
635 North Broadway
V%te Plains. NT)' 10603
Steve Rossi
(914) 949-0512
Firematic Supply Co.. Inc
1 l 1973762
10 Ramsay Road
Shirley. NT)' 11967
Tom Hannigan
(631) 924-3181
Municipal Emergency Services
65 1051374C
261 UpperNorth Road
Highland. NTY 12528
(845) 691-4313
Tactical Fire
34 1983183
537 Filmore .Avenue
Tonawanda. NTY 14051
Frank Pingtella
(716)695-0500
--- — -- --
— - - Tvler Fire Equipment
-
03-04959 2 -- -
703 Erie Street
Elmira. NTY 14904
Jim Cedar
(800)352-2079
New fork County Listin;s
AAA Emer-encs
Firematic
Supply Co
Municipal
Emergency
Serilces
Tactical Fire
(Triad Synergy
Group)
Tyler Fire
Equipment
Bronx
Bronx
Bronx
Albany
Broome
Dutchess
Dutchess
Dutchess
Allegany
Cavuga
KinL-S
Kings
Kings
Cattaraugus
Chemung
Nassau
Nassau
Nassau
Chautauqua
Chenango
GROUP 3232 — HAZARDOUS INCIDENT RESPONSE RE\7ISED AWARD PAGE 36
EQUIPMENT (Statewide)
Neve York County Listings, con't
�
AAA Emer,,enev
Firematic
Supply Co
Municipal
Emergency(Triad
Services
Tactical Fire
Sy nerb�
Group)
Teter Fire
Equipment
New York
New York
New York
Columbia
=Clinton
Orange
Oranae
Orange
Erie
Cortland
Putnam
Putnam
Putnam
Genesee
Delaware
Queens =Queens
Queens
Green
Essex
Richmond
Richmond
Richmond
Livingston
Franklin
Rockland
Rockland
Rockland
Monroe
Fulton
Suffolk
Suffolk
Suffolk
Niagara
Hamilton
Sullivan
Sullivan
Sullivan
Ontario
Herkimer
Ulster
Ulster
Ulster
Orleans
Jefferson
Westchester
Westchester
Westchester
Rensselaer
Lewis
Broome
Saratoaa
Madison
Chenango
Schenectadv
Montaome
Clinton
Warren
Oneida
Cortland
Washinaton
Onondaga
Delaware
Wayne
Ontario
Essex
Wvomina
Oswego
Franklin
Otseao
Fulton
Schoharie
Hamilton
Schuvler
Herkimer
I
Seneca
Jefferson
St. Lawrence
Lewis
Steuben
Madison
Tioaa
Montaomery
Tompkins
Oneida
Wayne
Onondaga
Yates
Osweao
Otsego
Schoharie
St. Lawrence
GROUP 38232 - RAZAI:DOUS INCIDEN '1' RESPONSE RE171SED AWARD PAGE 37
EQUIPMENT (Statewide)
Oklahoma
.Affordable Fire
1 73 1525166
36585 W. Hwv 51
Mannford. OK 74044
Geon*e Blackburn
(918)865-6880
Oregon
LN Curtis - Northwest Division
194 1314350
639 S Industrial Wav
Seattle, WA 98108
Dave Danekas
(206)622-2875
South Dakota
Heiman Fire
46 044£,157
492 S Lake Dr.
Lake Norden. SD 57248
James Heiman
(712)724-6212
Tennessee
Heritaae Fire
20 2932098
15410 Hwv 231
Union Grove, AL 35175
Jessica Isbell
(866)348-3413
Virginia
ociates
154 161236
7394 Galleher Road
Gainsville, VA 20155
-------------
- - icar - - i-nng er _ -
- -- -- --
(703)754-9911
CROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN ISED AWARD PAGE 38
EQUIPME, NT (Statewide)
TacSiaht TI Territories
US Nation Wide
share: Fisher- Safery /Gal Is
Fisher Safety- 1-800-766-7000
23 2942737 Fisher
Galls- 1-800-477-7766
20 3545989 Galls
Alaska
LN Curtis and Son's
94 1314350
629 S Industrial Wav
Seattle. WA 98108
Dave Danekas
(206)6?2-2875
Arizona
LN Curtis and Son's
94 1314350
6005 South 40th St.. Ste. 4
Phoenix. AZ 85042
Troy Garside
(602)453-3911
Arkansas
I share: Aurora DNS' ! GT Distributors
174 2339528 GT
2545 Brockton Drive. Suite 100
Austin, TY 78758
Jim On- (GT)
(800)-252-8310
California
LIST Curtis and Son's
94 1314350
1800 Peralta St
Oakland, CA 94607
-Mike Curtis
(510)839-5111
Florida
SRT Su l>,
59 3281291
4450 60th Avenue North St.
Petersburg_ FL 33714
John Wier
(727)526-5451
Idaho
LN Curtis and Son's
94 1314350
4260 S Cloverdale
Boise, ID 83709
Rover Crane
(800)426-0509
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE R.ENISEI) AWARI) PAGE 39
EQMPMENT (Statewide)
TacSiaht TI Territories
Louisiana
share: BGS GT Distributors
1 74 2339528 GT Dist.
PO Box 1329(70707)
72 1519089 BGS
Gonzales, LA 70707
John Stafford
(220644-4545
—7
EEE:j
Maine
Fire Tech K Safety
01 0402493
94ARt133
Winthron. ME
Bill Shrader
(207) 377-2800
Marvland
Safeware Inc. 152
1152883
3200 Hubbard Road
Landover. MD 20785
Jeff Jun,
(301)683-1234
Massachusetts
Fire Tech &. Safety
01 0402493
84 A Rt 133 +
Winthro . ME
Bill Shrader
(207) 377-2800
Minnesota share: Pro -Tech Securin, Sales / Streichers
,7 East 21st Street
Linden. NJ
908-862-1550
I
New Mexico I GT Distributors
100 McFarland Avenue
Rossville, GA 30741
1-800-775-5996
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN7ISED AWARD PAGE 40
EQUIPMENT (Statewide)
TacSieht TI Territories
New York
I AAA Emer«ency
635 North Broadwav
White Plains. NY 1060)
Steve Rossi
(914)949-0513
Tyler Fire Equipment
703 Erie Street
Elmira. NY 14904
Jim Cedar
(800)352-2079
Oldahoma
share: Aurora DNTV / GT Distributors
2270 Worth Lane
S rinedale, AR 73764
Ron Withers oon(aura)
(479)751-8136
Oregon
LN Curtis and Son's
1800 Peralta St
Oakland. CA 94607
Mike Curtis
(510)839-5111
South Dakota
Streichers
10911 W. Highway 55
-_----- __
___- -Minneapolis.., MN X5441
Jeremv Jennitres(streichers)
(763)546-1155
)
I
Tennessee
share: GT Distributors / Pro -Tech Security Sales
1313 West Bagley Road
Berea. OH 44017
Edward Drell ishA(pro-tech)
(800)888-4002
Virginia
share: Best Uniforms / Safeware Inc.
3605 Saunders Avenue
Richmond, VA 23227
John Best (best)
(910)791-6050
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE
EQUIPMENT (Statewide)
LEVEL ONE
REVISED AVt'ARD PAGE 41
CONTRACTOR: First Line Technologv. LLC
Participating in Multistate contract: Yes
Catalog or equipment of First Line Technoloary-Swede
Applicable ages: All
Exclusions: None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
Ihtt:--www.ous.state.nv.us- urchase-s =-awards-3823319745CANi.HT1v1
Minimum Order•: 9'711 accept orders for less than the
5100 minimum order.
Yes, will accept orders for less than the $100 minimum
order.
Shipping oil nrinintum order:
For orders less than 5100 shipping will be pre paid and
added as in minimum order clause
Volume Discount:
Volume pricing -Price breaks for aggregate contract
purchases in dollars statewide.
5150.000.00-1'o
5300.000.00-211b
Orders should be directed to:
Name: Amit Kapor
Toll Free: 866-556-0517
Phone: 703-955-7510. Ext. 121
Fax: 703-955-7540
E-mail: akapoor@flrstlinetech.com
Person to contact in the event of an entergency
occurring after business hours or on weekend -holiday:
Normal Business hours: 8AM-5PM M -F
Name: Amit Kapor
Phone: 866-556-0517
Cell phone: 703-585-2313
Fax: 703-955-7540
E -Mail: akapoor@firstlinetech.com
Additional services offered by contractor to conn•act (
users at no added cost.
Initial TraininU and Setup
fer s:
I%endor of
Service
S 15 0 -ho ur-0'/o
Maintenance
$175 -hour -0%
Calibration
5150 -hour -0%
Accepts A -'T State "Credit Card -for purchases under' 510 000
I Yes
Discount for use of /1'I' State credit card:
0%
Guaranteed Delive7-1-
60 days A -R -O
fered:
Electronic Access Ordering Of
No
Price list available ort web:
Approved price list contained herein
Com anv Website
wv,,-.firstlinetech.com
Discount for pavinent within 15 days of delive7•p and or receipt of vouche7' None
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED ANVARD PAGE 42
EQUIPMENT (Statewide)
LEVEL ONE
COA71MCTOR: Fishes- Scientific Company, LLC
Participating in Multistate contract: Yes
Catalog orequipment o fered: January 2005 - web catalog Fishersafen,.com
Applicable ages: All
Exclusions: None taken
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt :--www.ogs.state.ny.us- urchase-s y-awards-3823219745C.AN.HTM
Alininium Order: N'lll accept orders.for less than the
Yes, will accept orders for less than the $100 minimum
9100 inininium order.
order.
Shipping on minimum order:
For orders less than $100 shipping will be pre paid and
added as in minimum order clause
Volume Discount:
Conditions: Volume pricing - Price breaks for agsiregate
contract purchases in dollars statewide- based on
purchases per individual state per contract year
$5,000,000-510,000,000 - 1%
$10,000,000 -up - 2%
Resets to 0 at bei=inning of each contract year.
Orders should be directed to:
Person to contact in the event of an emergency
Name: Tim Zeh
occurring after business hours or on weekend -holiday:
Phone: 412-490-8412 direct
Normal Business hours: 24-7
Fax: 412-490-1026
Name: Fisher Customer Services
E-mail: tim.zehttithermofisher.com
Phone: 800-772-6733
Additional services offered by contractor to contract
ENWIRONMENTAL- SAFETY
users at no added cost.
Removal of packing materials
LOGISTICS
Product handling seminars
24-48 hours delivery for high volume or hot list items
MSDS database for distributed products
Scheduled deliveries offered
Hazardous chemical purchase reports
Lot sequestering services
Customer reserve inventory
SERVICE
Logistics -delivery needs assessment
I year equipment warranty
Multiple instate delivery points
Instrument initial setup & calibration
OUALITY-PERFORMANCE
SYSTEMS
--Certificate-of Analysis-- --- -_ - _
-_Customized. billing reports and invoices
Supplier rating
Bar coded packing slips and shipment labels
Line fill Monitors
Customized usage report
Accounts payable monitors
Evaluated receipts settlement
Back order monitors
Invoice history and audit reports
Ecommerce utilization monitors
Transportation monitors
CUSTOMER SERVICE
Order efficiency monitors
FISHER Instrument specialist services
Invoice history audit reports
Business systems specialist services
On- site customer service (supported by purchase volume)
Information and training seminars
Supplier new product shows
GROUP 35232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 43
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR: I Fisher Scientific Com anv, LLC
Additional services offered h)) contractor to contract users at no added cost:
Ouarternu7ster Probrant: Fisher Scientific has offered and the State has accepted an additional service program at
no cost to end-users. For those entities buying contract covered equipment for Federal Domestic Preparedness.
Fisher has implemented a Ouarternrcrster website for contract users. Quartermaster providesLuidance on items
approved for domestic preparedness spending. The site includes:
• Products list categorized according* to the Federal Standard Equipment List
• NYS- Fisher contract covered items
• On line secure tracking of Federal funds spent through Fisher
• Customized spending reports
• Contact Fisher rep listed below for more details
Contractor of
Service
Yes; 25% off of list price
Maintenance
Yes, 25% off of list price
Calibration
I Yes, 25%, off of list price
Accepts NI'State Credit Curd for purchases under 510,000
Yes
Discount./or use of Ni' State credit card:
None offered
Guaranteed Delivery
In stock 3 dans A -R -O. direct vendor
delivery varies by manufacturer lead
time
Electronic Access Ordering Offered:
Yes; contact vendor for information
Price list available on web:
Approved price list contained herein
Cone ant% Websitc: (
UrNm,.fishersci.com
Discount for payn7ent within 15 days of deliver, anrd or receipt of voucher,
None
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE RE1 1SED AWARD PAGE 44
EQUIPMENT (Statewide)
LEVEL ONE
CONTP.ACTOR:
Glob al Protection USA. Inc. Pending
Partici atin in Multistate contract.
Yes
Catalog or equipment offered:
Global Protection catalo<a, and Items as listed on price list
Applicable cr«es:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Surrimar, page at
htt :--www.o_s.state.n ,.us- urchase-s !,-awards-3823219745CAN.HTM
Minimum Order: Will accept orders.for
less than the
I Yes
9100 rninincum order.
Shipping on minimum order:
Shipping costs will be added in accordance with the
"Minimum Order"' clause
T%oJunu Discncutt:None
offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
pricing
Orders should be directed to:
Person to contact in the event of an emergency
Name: Jon Denker
occurring after business hours or on weekend -holiday:
Phone: 856-768-2911
Normal Business hours: M -F 8 AM -5 PM
Cell: 856-296-2625
Name: Jon Denker
Fax: 956-768-2922
Phone: 800-957-8955
E-mail: jon@globalprotectionusa.com
Fax: 866-768-2922
Cell phone: 856-296-2625
E-mail: jon@globalprotectionusa.com
Additional services of by contractor
to contract
None
users at uo added cost.
Vendor o err:
Maintenance
Not offered
Calibration
Not offered
Service
Not offered
Accepts A'F State Credit Card for purchases-rtnder $10,000 -
Yes - -- -- —
Discount_for use of NF State credit card:
None
Guaranteed Delivery
N -A
Electronic Access Ordering Offered:
Yes
Price list available on web:
,Approved price list contained herein
Discount for avncerct within 15 days of delivery and or receipt of voucher
None
Com amp )Website
vNwv,,. rotectivesuits.com
(continued)
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AN%ARD PAGE 4S
EQUIPMENT (Statewide)
LVVEL ONE
CONTP.ACTOR:
I Government Scientific Source
Partici atin, to Multistate contract:
Y' es
Equipment -Catalog offered;
As listed on price list
Applicable ages:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt ):--www.o«s_state.ny.us-purchase-s e -awards -3823? 19745CAN.1-TTM
Minimum Order: WX accept orders_for less
than theJ
Yes
$100 minimum order.
Shipping on rninirnum order:
Bidder with ship in accordance with the "Minimum
Order" clause.
Volume Discount:
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
ricins=.
Orders should be directed to:
Person to contact in the event of an emery envy
Name: Mike Mendrvsa
occurring after business hours or on ive'ekend-holidav:
Phone: 800-348-8030, Ext. 173
Normal Business hours: M -F, 8:00 AM -6:00 PM EST
703-880-5041
Name: Mike Mendrysa
Fax: 703-734-1803
Phone: 703-880-5041
E-mail: mmendrysa@govsci.com
Fax: 703-734-1803
Cell phone: 571-331-9813
E-mail: mQmendrvsarivahoo.com
Additional services offered by contractor to contract
Overnight and expedited service for delivery of products
users at no added cost:
is available at additional cost for stocked products.
I
Vendor offers:
Maintenance
Not offered
Calibration
I Not offered
Service
Not offered
Accepts NT State Credit Curd for purchases under 510.000
Yes
Discount, for use of N7' State credit card:
0%
Guaranteed Delivery
7-10 days A -R -O for standard off the
shelf stocked products.
30-90 days A -R -O for capital
equipment and instrument orders and
any other products not readily
available off the shelf.
Electronic Access Ordering Offered:
Yes
Price list available on web:
A roved rice list contained herein
Discount w- ainnent xiithin 15 days of delivery and or receipt of voucher
None
Corn airy Website
www.('ovsci.com
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 46
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR:
Guard Line Fire & Safety. Inc.
Participating in Multistate contract:
Equipment -Catalog offered:
SpillFix 2005, White wing Env. 2055, MSA 3004-2005, North
2004, Lakeland Industries 3005, DuPont Clothing 2005, 3M 2005,
OnGuard-Bata 2005, Ricochet 2005, Veridian 2005, Air- Shore
2005, Power Hawk 2004, Ergodyne 3003, Global Secure 2005,
Star Field Lion 2005. Grace 2005.. Cairns Clothing 2005
Applicable ages:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summar' page at
htt:--www.orgs.state.nv.us-purchase-s g -awards
-3823219745 CAN. HTM
Minimum Order: Will accept orders for
less than the
Yes
S'100 minimum order.
Shipping on minimum order:
For orders less than 5100 shipping will be added in
accordance with "Minimum Order" Clause.
Volume Discount:
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
ricin;.
Orders should be directed to:
Person to contact in the event of an emergency
Name: Wayne Dora
occurring after business hours or on weekend -holiday:
Phone: 201-475-6600, Ext. 47
Normal Business hours: M -F, Sat, Sun
Fax: 201-703-8180
Name: Wayne Dora-BurtWanner
E-mail: wdora��guardlinefire.com
Phone: 201-403-4159 or 4155
Fax: 201-703-8180
Cell phone: 201-403-4159-201-403-4155
E-mail: wdora(n�guardlinefrre.com
kwannerr2 guardlinefire.com
Additional services offered by contractor
to contract
No
users at no added cost:
Vender of
fees:
Maintenance
Yes, 20°ro discount
Calibration
Yes. 201ro discount
Service
Yes, 20% discount
Accepts NI'State Credit Curd for purchases under 510,000
Yes
Discount, for use q f NI' State credit card.
l %
Guaranteed Delivery
45-60 days varies with equipment
ordered A -R -O
Electronic Access Ordering Offered:
Yes
Price list available on web:
Approved price list contained herein
Discount for pavnient within 15 days of deliven1 and or receipt o f voucher
None
Com any Website
www.auardlinefire.com
("n tinnari�
CROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PACE 47
EQUIPMENT (Statewide)
LEVEL ONE
COh'TPMCTOR:
Eagemever North America, lnc:-l'eudiaz«
Participating in Multistate contract:
Fes (Revised 1-19-10)
Equipment -Catalog offered:
Hagemeyer North America. Inc. Government Sales List Price
4pplicable ages:
All
Exclusions.
None
Price List identification: See price list accompanying this award for approved contract pricing - Summar; page at
http:--www.oas.state.nV.us-purchase-s e-awards-3823219745CAN.HTM
Minimum Order: Ifill accept orders.for less than the No
5100 mininunn order.
Shi in , on neinimum order:
Volume Discount.
VOLUME PRICING- Price Breaks for sin -le order to one
location in dollars. y
5100.00 0.5010
Orders should be directed to:
Name: John McLoughlin
Phone: 866-506-9361
Fax: 800-332-4364
E-mail: jniclouc-,Iilin(@.haaemevcma.com
Person to contact in the event of an emerL; enCJ'
occurring after business hours or on weekend-holidav:
Normal Business hours: M -F 8:00 am - _5:00 pm
Name: Rick Bond
Phone: 888-745-6486
Fax: 800-745-4374
Cell phone: 301-543-3258
E-mail: rbond n.hagemeyerna.com
Additional services offered by contractor to contract
users at no added cost.
Recharge for Fire Extinguishers
Hvdrotest and Service Pressure Test
Vendor offers:
Maintenance
5%
Calibration
5%
Service
5
AcceptslVYState Credit Card.forpurcltases under 5'101,000
Yes
Discounf.foritsc ofIVI'State credit card:
Guaranteed Delivery
5-60 days .A -R-0
Electronic Access Ordering Offered:
Yes
Price list available on web:
Yes
Discount for pavinentwithin 15 days o delivery and or, recti t ofvoucher
0%
Com amp Wcbsite
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE
EQUIPMENT (Statewide)
LEVEL ONE
REVISED AM'ARD PAGE 48
CONTRACTOR:
Hi -Tech Fire and Safen,
Participating in Multistate contract.
Yes
Equipment -Catalog offered:
Equipment as listed on price list
Applicable pages:
.All
Exclusions:
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt:--www.oas.state.ny.us- urchase-spg-awards-3823219745CAN.HTM
Minimum Order: Nall accept orders for less than the
5100 minimum order.
Yes
Shipping on nrinintum order:
Shipping costs will be added in accordance with Minimum
Order Clause
Volume Discount:
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
pricinu.
Orders should be directed to:
Name: William Emory
Phone: 631-777-5170
Fax: 631-777-5171
E-mail: b.emory@hitechfrreandsafety.com
Person to contact in the event of an enterg ency
occurring after business hours or on weekend -holiday:
Normal Business hours: M -F 9-5 EST
Name: William Emery
Phone: 631-754-8696
Fax: 631-263-9108
Cell phone: 631-495-0914
E-mail: b.emorynhitechfireandsafety.com
Additional services offered by contractor to contract
users at no added cost:
Initial end user training for newly delivered products
Vendor offers:
Maintenance
NA
Calibration
NA
- Service -- -- - ..
- N A - - - -
Accepts NI"State Credit Card.for purchases under 510,000
No
Discount far use q f A'P State credit card:
NA
Guaranteed Delivery
15-120 days A -R -O
varies by equipment ordered
Electronic Access Ordering Of
No
Price list available on web:
As incorporated herein
Discount or pavinent within 15 days of delivery and or recti t of voucher
None offered
Com any Website
mi"-,Ar.hitechfireandsafety.com
GRCIUP 38232—IIAZAP.DGUS INCIDE- T P\ESPONSE REN ISED AWARD PAGE 49
EQUIPMENT (Statewide)
LM7EL UNE
CONTRACTOR:
Mar -Vel International. Inc.
Participating in Multi stale Contract:
I Yes
Catalog or equipment offered:
March 3005
Applicable apses:
All
Exclusions:
None taken
Price List identification: See price Iist accompan-ving
this award for approved contract pricing - Summary page at
htt:--www.o«s.state.nv.us- urchase-s �,-awards-3833219745CANI.HTM
Minimum Order: Will accept orders for less than the Yes. will accept orders for less than the 5100 minimum
5'1110 zrrinimuni order
order.
Shipping on nziniznunr order:
None.. there is no shipping on a minimum order
Volume Discount.
Conditions: Volume P7 -Price breaks for single order
to one location in dollars
Only Categories E-1
$100.000-1,/,0
$250.000-3°b
5400,000-3%
Price Breaks for aggregate contract purchases in dollars
statewide
Only Categories E -I
$10.000.000-111/1()
520,000.00-2%
530.000.00-30,/o
Discuss additional discounts with vendor on submission of larse orders
Orders should be directed to:
Person to contact in the event of an enzergerzcy
Name: Noelle Irish
occurring after business hours or on weekend-holidt ,:
Toll free: 1-800-326-5711; Ext. 141
Normal Business hours: M -F 8:30 am -5:00 pm
Phone: 856-488-4499, Ext. 141
Name: Noelle Irish
Fax: 856-488-4343
Phone: 856-488-4499, Ext. 141
E-mail: nirishrrmar-vel.com
Fax: 856-488-4343
Cell Phone: 732-850-1911
E-mail: nirish(cr�,mar-vel.com
Additional services of by contractor to Colin -act
I . Assembly and Inspection of most equipment,
users
including breathing Systems, SCBA and Scuba
- -- - -
-
Invitation -to MCG Sponsored -Seminars -and-
Events
Trainin-, and Product Update Seminars
Contractor Offers:
Service
No
Maintenance
No
Calibration
No
Accepts N3' State Credit Card for purchases under
Yes
5'10.000
Discount for use of M' State credit card:
l 2°io
Guaranteed Delivery
30 days A -R -O
fered:
Electronic Access Or•der•ilZ,0 Of
Yes
Corn any Websitc:
www.mar-vel.com
Price list available on web:
Yes
*Discount for payment within 15 Days of delivery and -or receipt of voucher: 1-2%
i --- .:_....a�
GROUP 35232 — HA2hRDOUS INCIDENT RESPONSE REN71SED ANA'ARD PAGE -50
EQUIPMENT (StateNvide)
LEVEL ONE
CONTRACTOR: Municipal Emergency Services Inc.
Participating in Multistate contract: Yes
Equipment -Catalog of Equipment as listed on price list
Applicahle ages: All
Exclusions: None
Price List identification: See price list accompanying this award for approved contract pricing - Summary pave at
htt:--www.o<(s.state.nv.us- urchase-s g-awards-3823219745CAN.HTN4
Mininuun Order: Will accept orders_for less than the
No
5100 minimum order.
Shipping on ndizin2um order:
NA
Volume Discount:
I °/o additional for single order to one location totaling
$],000,000
1 % additional for agency ag negate purchase totaling
$1,000.000
I% additional for all sales after contract volume reaches
S1.000.000
Orders should he directed to:
Person to contact Ln the event O_f an eineraertc
Name: Sue Ber,=er
occurring, after business hours or on weekend -holiday:
Address: 261 Upper North Road
Normal Business hours: M -F &00 AA7— 5: 00 PMEST
Highland, NTi` 12528
Name: Robert Duncan
Phone: 800-560-8030
Phone: 800-560-8030
Fax: 845-691-4319
845-691-4313
E-mail: sberger@mesfire.com
Fax: 845-691-4319
Cell phone: 845-222-0193
E-mail: rodun can ibmesfire.com
Additional services of by contractor to contract
Hose recoupling, hydrostatic testing
users at no added cost.
Vendor
of
Maintenance
Not offered
Calibration
Not offered
-Ser vice-- -- - - - -
Not offered _
Accepts NP State Credit Card for purchases under x'10, 000
Yes
Discount_for use of NY State credit curd:
None offered
Guaranteed Deliver),
90-120 days A -R -O
Electronic Access Ordering Offered:
Yes
Price list available on weh:
Approved price list contained herein
Discount for paynteW within 15 dcrts of delivery and or receipt of voucher
None offered
Corn any Website
wvvv,%anesfire.com
/...,.,+� 4.
GROUP 35232 — HAZARDOUS INCIDENT RESPONSE DEVISED ANVARD PAGE 51
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR:
' Promark International. Inc.
Partici atin« in Multistate contract:
Yes
Et ui meat-Cutuln« of fered:
Several manufacturer's lines as listed in accom anving rice list
Applicable ages:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt:--www.oi-,s.state.nv.us- urchase-s ,,,-awards-3823219745CAN.HTIvi
Minimum Order: 6Y711 accept orders for less
S100 mininnum order.
than the
1'es
Shipping on nununum order:
Shipping costs will be added in accordance with the
"Minimum Order" clause.
Volume Discount:
Noneoffered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also; compare to other- vendors on these contracts for
pricing.
Orders should be directed to:
Name: Pat Baron
Phone: 800-645-4443
631226-1541
Fax: 631-226-1259
E-mail: promarlcpat@aol.com
Person to contact in the event of all elnerb encu
occurring after business hours or on weekenri-holidtq:
Normal Business hours: M,T,TH,F 10:00 AM- 5:00 PM
Wed. 10:00 AM -7:00 PM
Name: Kathryn Margiotta
Cell : 516-647-0806
Fax: 631-226-1259
E-mail: oromarkinto—aol.com
Additional services offered by cotntractor to contract
users at no added cost:
None
fees:
Vendor Of
Maintenance
Not offered
Calibration
Not offered
Service
Not offered
Accepts All'State Credit Card.for purchases under $10,000 I Yes
Discount.for use of AT State credit card.
00i0
Guutunteed Deliverl., --- _ __ _
__ __ ___ _ ' 30 days A -R -O
Electronic Access OrderZn- Offered:
Yes
Price list available on web:
Approved price list contained herein
Discount for pavnient within 75 days of delivery and or receipt of voucher None
Cont ant., Website
w\Vw.PublicSafetvmall.com
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AIA'ARD PAGE 52
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR:
Safeware. Inc.
Participating in Multistate contract.-
Yes
Equipment -Catalog of
Multiple catalogs offered, items as listed on price list
Applicable ages:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt:--www.o!zs.state.n ,.us -purchase -s g-awards-3823219745CAN.HTM
Minimum Order. Will accept or•dersfor less than the
5100 minimum order.
Yes
Shipping on minimum order:
Bidder will ship at no additional cost
Fplume Discount:
VOLUME PRICING- PRICE BREAKS for single order
to one location:
$100,000.00 -299,999 1
$300,000.00-599,999 1.5%
$600,000.00-999,999 200
$1.000.000.00+ 3 0/'o
Orders should be directed to:
Name: Cathy Jones
Phone: 800-331-6760; Ext. 188
301-683-1212, Ext. 188
Fax: 301-683-1240
E-mail: clones@safewareinc.com
Person to contact in the event of an enterbeney
occurring after business hours or on weekend-holidav:
Normal Business hours: M -F, 8:00 AM -5:00 PM EST
Name: Charles Radcliffe
Fax: 301-683-1240
Phone: 800-287-2130
Cell: 301-440-4975
E-mail: cradcliffe(a-�safewareinc.com
Additional services offered by contractor to contract users
at no added cost.
None
fens:
Vendnr of
Maintenance
Yes, 2% off of list price
Calibration
Yes, 2% off of list price
Service
Yes, 2% off of list
price
kepis AT Sfkte Credit CarcZ foi-purelidses uitdei' S'I0,000
Discount.for• use of NT State credit card:
1 %
Guaranteed Deliveg
Varies by item
Electronic Access Ordering Of
Yes
Price list available on web:
Approved price list contained herein
Discount or pavnient within 1-5 days of deliver v and or receipt of voucher
None
Cont anh Kebsite
NAww.safewareinc.com
GROUP 35232 — HAZARDOUS INCIDENT RESPONSE REVISED AN 4.RD PAGE 53
EQUIPMENT (State vide)
LEVEL ONE
CONTRACTOR: Source One Distributors, Inc.
Participating in Multistate conrr'act: Yes
Catalog of Items as listed in price list
Applicable ages: All
Exclusions: None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
http:--w",w.oas.state.ml.us- urchase-s g-awards-3823219745CAN.HTM
Mnnnmm Order: Will accept or•ders.for less than the
9100 mini m rn order.
Yes
Shipping on minimum order:
Shipping costs will be added in accordance with Minimum
Order Clause
Volume Discount:
% S50,000 additional l%
S100,000 additional 2%
Orders should be directed to:
Name: Claudine Guercio
Phone 866-768-4327
561-296-0520, Ext 233
Fax: 561-514-1021
E-mail: cguercio@.buysourceone.com
Person to contact in the event of air emergency
occurring after business hours or on weekend -holiday:
Normal Business hours: 8-5 M -F
Name: Randy Webb
Phone: 561-296-0520, Ext 230
Fax: 561-514-1021
Cc]] phone: 561-307-2002
E-mail: rwebb@bLi),sourctorie.com
Additional servicer of by conn•actor to contract
users at no added cost.
Product training seminars and demonstrations
f%endor
of
Maintenance
Not offered
Calibration
Not offered
Service
Not offered
Accepts AIF State Credit Curd for purchases under S1 5, 000
Yes
Discount.for use ofNI''State credit card:
None offered
Guaranteed Delivery
45 days .A -R-0
Electronic Access Ordering Offered.
Yes
Price list available on web:
Approved price list contained herein
Discount for payment within 15 days of delivery and or receipt of voucher
0.5'110 additional discount for payment
within 15 days of delivery
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 54
EQUIPMENT (Statewide)
LEVEL ONE
CONTIMCTOR:
Strategic Response Initiatives, LLC
Partici ating in Multistate contract:
Yes
Equipment -Catalog, of
As listed on price list
Applicable ages:
All
Exclusions.-
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt :--www.o,s.state.nv.us- urchase-s 2-awards-3823219745CAN.HTM
11'lininzum Order: Will accept orders for less than the
S100 100 minimum order.
7-
Shipping, on minimum order:
Shipping will be added in accordance with ` Minimum
Order" clause
Volume Discount.
Single order- to one location in dollars additional discount
$500.000-1%
$1.000.000--110//o
Orders should be directed to:
Name: Brad Dashnaw
Phone: 518-772-2902
Fax: 518-677-1645
E-mail: info@strategicRl.com
Person to contact in the event of an emergency
occurring, after husiness hours or on weekend -holiday:
Normal Business hours: M -F 9-5 EST
Name: Robert Domenici
Cell: 518-858-2611
Fax: 518-677-1645
E-mail- robert.domeniciea7,strate2icRI.com
Additional services offered by contractor to contract
users at no added cost.
None offered
T%endor offers:
Maintenance
NA
Calibration
NA
Service
NA
Accepts NYState Credit Card forpurchases under ✓;'101,000
Yes
Discount for use of A'Y State credit card.
None offered
Guaranteed Delivery
30-60 days A -R -O
Electronic Access Ordering Of
Yes
!
Price list available on web:
Approved price list contained herein
Discount for ayrnent within 15 days o delivery and or receipt o voucher
None Offered
Corn any Website
m-,vwstrate-icRLcom
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 55
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR:
Tactical & Survival Specialities, Inc.
Participating in Multistate contract:
Yes
,Equipment -Catalog offered:
TSS] and multiple manufacturer- offering. Contact vendor for
copies of cataloL,
Applicable a,,es:
All
Exclusions:
None taken
Price List identification: See price list accompanying this award for approved contract pricing -Summary page at
htt:--www.ogs.state.nv.us- urchase-spy,-awards-3
823319745CAN.HTM
Minimum Order: Will accept orders for
less than the
Yes, will accept orders for less than the $100 minimum
,S'100 minimum order.
order.
Shipping on minimum order.
For orders less than $100 shipping will be added in
accordance with "Minimum Order" Clause
Volume DISCOirrtt:
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
ricin =.
Orders should be directed to:
Person to contact in the event of an emergenc>>
Name: Jon Miller
occurring after business hours or on weekend-Izolidup:
Phone: 877-535-8774
Normal Business hours: M -F 8:30 AM— 5:30 PM
540-434-8974, Ext. 4311
Name: Neil Senatro
Fax: 540-434-7796
Phone: 540-434-8974, Ext. 4250
E-mail: jmillercrtacsurv.com
Fax: 540-434-7796
Cell phone: 540-336-8007
E-mail: nsenatro@tacsurv.com
Additional services offered by contractor to contract
None offered
ztsers at no added cost:
Vendor offers:
Maintenance
j Not offered
Calihration _
- - ._ Not offered,_-.
Service
( Not offered
Accepts NFStateCredit Cardforpurchasesunder ,10,000
I No
Discountfor use of NI' State credit card.
NA
Guaranteed Delivery:
30 days A -R -O
Electronic Access Ordering Offered:
Yes; contact vendor for information
Price list available on rveb:
Approved price list contained herein
Discount or aymzentwithin 15 davc of delivery and or receipt of voucher
1 %
Company Website
',A�AA,.tacsun .corn
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE -56
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR:
VV`rR International
Partici atilig in Multistate contract:
Yes
Catalog or egllipnunt offered:
VWR Safety Catalog 2001-2002
Applicable ages:
All
Eyclusions:
None taken
Price List identification: See price list accompanying this award for approved contract pricing -Summary page at
htt:--www.op.state.ny.us- urchase-s a-awards-3823219745CAN.HTM
Minimum Order: Will accept orders.for less than the
Yes; will accept orders for less than the $100 minimum
$100 nlininlum order.
order.
Shipping on minimum order:
For orders less than $100 shipping will be at no additional
cost.
Volume Discount.-
Conditions:
Vollnne pricing - Price breaks for single order to one
location
$10.000 and above - 3% additional discount
Orders should be directed to:
Person to contact in the event of an emergency
Name: Karen Robinson
occurring after business hours or on weekend -holiday:
Phone: 800-932-5000, Ext. 4270
Normal Business hours: M -F 7:30-5:00
800-947-4271
Name: Jim Cummings
Fax: 866-329-2897
Phone: 856-241-7211
E-mail: karen_robinson(a vwr.com
Fax: 856-467-2488
Paaer: 856-297-8208
Cell phone: 856-397-8208
Email: iim cumminas(a?vwr.com
Additional services offered by contractor to
contract
Technical Assistance telephone support- 1-866-vwr-safe
users at no added cost:
(1-866-897-7233)
Contractor O Pers:
Service
Not offered
Maintenance -
--
ffered-----
Not offered---------
Calibration
Calibration
Not offered
Accepts AIYState Credit Card_forpurchases under 510,000
Yes
Discount. for use of A'J' State credit card:
None offered
Guaranteed Deliveg
In stock 5 days A -R -O
EZCCh•071ZC ACCCSS OTdCJ•lrlg Of
Yes, contact vendor for information
Price list available on web:
Approved price list contained herein
Com any Website:
'"mrw.vwr.com
Discountor avnzent within 15 days of deliveiI, and or recti t o voucher
None
GROUP 39232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE S7
EQUIPMENT (Statewide)
LEVEL ONE
CONTRACTOR:
W. W. Grainger, Inc.
Partici. alloy' in Multistate contract:
No. NYS only
Equipment -Catalog offered:
As listed on price list
Applicable ages:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary pare at
htt :--www.oas.state.m,.us- urchase-s a-awards-3823219745CAN.HTM
Mitttrttitin Order: Will accept orders for less than the
5100 nzininurm order.
Yes
Shi in« on minimum order:
Bidder- will ship at no additional cost
Volunte Discount:
Noneoffered. Discuss additional discounts with vendor
on submission of fare=e orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
ricins.
Orders should be directed to:
Name: Jennifer Hicks
Phone: 518-389-0194
Fax: 518-869-1418
E-mail: Jennifer.hicks(c—v-rainver.com
Person to contact in the event Of an emerg encs%
Call: (800) call-wwg or 800-225-5994 for automatic
emergency routing
Additional services of bt contr actor to conn act
users at no added cost:
None Offered
Vendor of
Maintenance
Not offered
Calibration
Not offered
Service
Not offered
Accepts NYState Credit Card for•purchases under 510,000
I Yes
Discouzzt for use of NI'' State credit card:. _ _
I None offered
Guaranteed Deliver,
Days A -R -O
3-5 days for Grainger product
TVJ- 45-90 days
Paramed- 15 business days
Electronic Access Ordering Of
Yes, Lmay be used on for products
listed on attached price list
Price list available on web:
Yes. TVI and Paramed products not
Iisted on site
Discount or pavinent within 15 dabs of deliver•t7 and or receipt of voucher
None offered
Com ant' ll'ebsite
(
www.gyrainaer.com
GROUP 38232—HAZARDOUS INCIDENT RESPONSE REVISED A«'ARD PAGE 58
EQUIPMENT (Statewide)
LEVEL TIWO
CONTRACTOR: 309 SYSTEMS. INC.
Participating in Multistate contract: Yes
Catalog or Equipment of
fered.• Manufacturer's Mobile Communication Packa_e
Applicable ages: All
Exclusions: None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt:--www.o�*s.state.n ,.us- urcltase-s awards-3823219745CAN.HTIv]
Minimum Order: Will accept orders.for less than the Yes
5100 nzinimunz order.
Shipping on minimum order: Shipping costs will be added in accordance with the
"Minimum Order" clause
Volume Discount. Eleven or more TacPac units on a single P.O. - additional
10% discount
Orders should be directed to: Person to contact in the event o f an emergency
Name: Mark Lueker occurring after business hours or on weekend holiday:
Phone: 970-282-7006 Normal Business hours: M -F 9 AM -5 PM CST
Note: Vendor will accept collect calls regarding contract Name: Marl: Luoker
Fax: 970-282-7015 Phone: 970-282-7006
E-mail: mlueker@308systems.com Fax: 970-253-701
Cell phone: 970-215-0043
E-mail: mlueker(a�308systems.com
.Additional services offered by contractor to contract I None offered
users at no added cost.
Vendor of
Maintenance Not offered
Calibration Not offered
Service Not offered
Accepts AT State Credit Card for purchases under S10,000
Discount_ for use of NP State credit card:
Guaranteed Deliverl,
Electronic Access Ordering Offered:
Price list available on web:
Discount for payment within 15 days of deliveg and or receipt of voucher
Company Website
Yes
None
60 days A -R -O
Yes
Approved price list contained herein
None
www.308systems.com
GROUP 35232 - HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE >9
EQUIPMENT (Statewide)
LENrEL TWO
CONTRACTOR:
Adams Electronics, Inc.
Particinathig !n Multistate co7irract.
Yes
Catalog offered:
Items as listed in price list
Applicable pages:
All
Exclusions:
AD16. AD14. TZ-20.MIT.. HF -IP -A, HF -1D -A
Price List identificuti.on: See price list accompanying this award for approved contract pricing -Summary page at
http:--www.ogs.state.ny.us-purchase-spm awards-382321974SCAN.HTM
Minimum Order: Nall accept ordersfor less than the
S1001ni7iilnuin order.
Yes
Shipping on lninirizunl order:
Shipping costs will be added in accordance with Minimum
Order Clause
T,Wunze Discount.
See price list
Orderer should be directed to:
Dame: Gina Adams
Phone: 918-622-5000
Fax: 918-622-005
E-mail: adamsinc@enid.com
Person to contact in the event of un emergency
occurring after business hours or m1 weekend-holiduv:
Normal Business hours: 8-5 M -F
Name: Gina Adams
Phone: 918-622-5000
Cell Phone: 918-671-2937
Fax: 918-622-5005
E-mail: adamsinc(a-)enid.com
Cell phone: 918-671-2937
Additional services of b>> contractor to contract
users at no added cost.
None offered
Vendor offers:
Mabda7iance ---- - - - -- - ---
- I _ --Not-offered--
Not -offered -Calibration
Calibration
Not offered
Service
Not offered
Accepts NI'State Credit Card.for• purchases under S15,000
Yes; up to $2500 maximum
Discoulzt, for use of NI' State credit curd:
None offered
Guaranteed Delivery
14 days A -R -O
Electronic Access Ordering Of
No
Price list available on web:
Approved price list contained herein
Discount for pavinew within 15 dans of delivery and Or receipt of voucher
None Offered
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 60
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOR:
Advanced Containment Systems, Inc.
Partici atirrg in Multistate contract:
Yes
Catalog of
fered:
Advanced Containment Svstems. Inc
Applicable ages:
All
Eiclusionr:
None
Price List identification: See price list accompanying this award for- approved contract pricing - Summary page at littp:=
wvr e.oes.state.ny.us- urchase-s ,-awards-3823219745CAMHTM
Minimum Order: 11411 accept orders./or less
9100 minimum order.
than the
No
Shipping on rnininurm order:
N -A
Volume Discount.
None offered. Discuss additional discounts with vendor
on submission of lar=c orders. it is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
ricin,.
Orders should be directed to:
Name: Matt Byrd
Phone: 713-987-0336
800-927-3271
Fax: 713-987-0355
E-mail: mbyrd@acsi-us.com
Person to contact in the event ofan emergency
occurrin4 after business hocas or on weekend -holiday:
Normal Business hours: M -F 7AM - 6PM CST
Name: Mari Byrd
Phone: 713-987-0336
800-927-3271
Fax: 713-987-0355
Cell phone: 281-384-8056
E-mail: mbvrd c7r.acsi-us.com
Additional services offered by C071traCtOr to Contract
users at no added cost.
None
Vendor offers:
Maintenance
Not offered
Calibration
No offered
Service
Not offered
Accepts NI' State Credit Card for purchases under 510, 000
No
Discount_ for use of ArY State credit card:
N -A
Guaranteed Deliver -
.1+
30-180 days A -R -O
Electronic Access Ordering Of
No
Price list available on web:
Approved price list contained herein
Discount or PaVY1107t within 15 days o delivery and or receipt of voucher
None
Com anv Website
«ww.acsi-us.com
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 61
EQUIPMENT (Statewide)
LE VEL TWO
CONTRACTOR:Ahura
Corporation
Partici L[ring in Multistate contract.
Yes
Equipment -Catalog offered:
Ahura Corporation March 25, 2005 - First Defender
Applicable ages:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summate page at
htt :--www.oL=s.state.m,.us- urcltase-s �,-awards-3823219745CAN.HTM
Minimum Order: 0411 accept orders for less than the No
5100 nzininucm order. I
Shipping on minimum order:
N -A
Volume Discount:
VOLUME PRICING - applies to more than one unit Iisted
on a single purchase order: 2°io additional for multiple
units (total of 50,o discount)
Orders should be directed to:
Name: Douv Keelan
Phone: 978-657-5555
Fax: 978-657-5921
E-mail: dkeelan@ahurascientific.com
Person to contact in the event of an enzerbencjy
occurring after business hours or on weekend-holidig:
Normal Business hours: M -F 9AM-6PM
Name: Doug Keelan
Phone: 978-657-5555
Cell Phone: 978-657-5555
Fax: 978-657-5921
E-mail: dkeelanr:ahurascientific.com
Additional services of by contractor to contract
users at no added cost:
None
fess:
Vendor of
Maintenance
Not presently under contract
Calibration
Not presently under contract
Service
Not presently under contract
Accepts A1Y State Credit Card.for purchases under 510,000
Yes
Discount for use of NI' State credit card:
None
Guaranteed Deliver -.17
60 days A -R -O
Electronic Access Ordering Of
No
Price list available on web:
Approved price list contained herein
Discount or pavinent within 15 days of deliver v and or receipt of voucher
None
Com ant, H'ebsite
-kvwu<ahuraco .com
GROUP 35232 — HAZARDOUS INCIDENT RESPONSE REN71SED AWARD PAGE 62
EQUIPMENT (Statewide)
LEVEL TWO
CONTR4CTOR:
American Innovations, Inc.
Participating in Multistate contract.,
Yes
Equipment -Catalog offered:
As listed on price list
A licablC lyes:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt:--wmw,.o ,s.state.m,.us- urchase-s g-awards-3823219745CAN.HTM
Mininuan Order: 14,711 accept ordersfor less than the
5700 minintuin order.
No
I '
Shipping on minimum order:
N -A
Volume Discount:
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
ricin,.
Orders should be directed to: M -F 9:00-5:00 EST
Name: Diana Enciso
Phone: 845-371-3333, Ext. 900
Fax: 845-371-3885
Person to contact in the event of an emergency
occurring after business hours or on weekend -holiday:
Normal Business hours: M -R 8-6
Name: Chris Boylan
Phone: 914-263-8365
Cell: 914-263-8365
Email: chrisb vaiiny.com
Additional services offered by conmactor to contract
users at no added cost.
None Offered
Vendor of
Maintenance
Not offered
Calibration
Not offered
Service--- ---- - _ -
Not -offered
Accepts NI'State Credit Card for purchases under 515,000
Yes
Discount_for use of NJ' State credit card:
None offered
Guaranteed DCEVMe y
120 Days A -R -O
Electronic Access Ordering Offered:
Yes
Price list available on web:
Yes
Discount for arnrlent within 15 dors of delivers, acid or- receipt of voucher
-)%
Company Website
�,,A!.americaninnovations.com
GROUP 35232 — HAZARDOUS INCIDENT RESPONSE REVISED AM'ARD PAGE 63
EQUIPMENT (Statewide)
LE17EL TWO
CONTRACTOR:
Arrow -Tech, Inc.
Participating in Multistate contract:
Yes
Catalog or equipment of
New York 19745 05-04-05 Items as listed on price list
Applicable a,,es:
All
Etielusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt:--www.ogs.state.ny.us- urchase-s g-awards-3823319745CAN.NTM
Alinznium Order: H,711 accept orders for less than the
5100 minimum order.
Yes
Shipping on nzininium order:
Shipping costs will be added in accordance with the
"Minimum Order" clause.
Volume Discount:
Discuss additional discounts with vendor on submission of
large orders. It is recommended that end-users should
contact vendor when ordering vohime. Also compare to
other vendors on these contracts for pricing.
Orders should be directed to:
Name: Perry LaFountain
Phone: 877-477-6461, Ext. 135
701-477-6461. Ext. 135
Fax: 701-477-6464
E-mail: arrotrutma.com
Person to contact in the event of an emergency
occurring after business hours or on weekend-holidar:
Normal Business hours: Mon -Fri 8:OOAM-4:30PM
Name: Carol James
Fax: 701-477-6464
Cell phone: 701-550-1283
E-mail: carol@arromeciiiiic.com
Additional services offered ky contractor to contract
users at no added cost:
None offered
Veltdor OffCrs:
Maintenance
Not offered
Calibratiort _—_---__-_
Not offered_--
Service
Not offered
Accepts AIJ'State Credit Card for purchases under 510,000
Yes
Discountfor use of NY State credit card:
None offered
Guaranteed Delivery
7-150 days A -R -O depending on item
Electl•onic Access Ordering Offered:
No
Price list available on web:
Approved price list contained herein
D1SC01111t fOr" ar111ent it1lthllt 10 dans of dellvery and o1" receipt of voucher
/a%.
Coln airy 9,ebsite
www.arrovgechine.com
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE
EQUIPMENT (Statewide)
LEVEL TWO
REN71SED AWARD PAGE 64
COATRACTOR:
Atlantic Nuclear Corp.
Par-ticipating in Multistate contract:
Yes
Equipment -Catalog offered:
Ludlum, Teletrix, MCA. Dositec; ANC
A licablc ages:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
lett:--www.oQS.state.11y.us- urchase-s g-awards-3823219745CAN.HTM
Minimum Order: J4,'ill accept ordersfor less than the
Yes
.8100 rnininium order.
Shipping on minimum order:
Shipping will be added in accordance with the "Minimum
Order" Clause
Volume Discount:
VOLUME PRICING -PRICE BREAKS for sinele order to
one location:
For Ludlum products with quantity X40 units, total
discount is 4%
Orders should be directed to:
Person to contact in the event of an enzer-encs
Name: John P. Anderson
occurring after business hours or on weekend -holiday:
Phone: 800-878-9118
Normal Business hours: 24-7
781-828-9118
Name: John P. Anderson
Fax: 588-440-1319
Phone: 800-878-9118
781-828-1319
781-828-9118
E-mail: ancra�att.net
_
781-828-0434
Fax: 888-440-1319
781-828-1319
Cell phone: 781-630-2979
E-mail: anc@att.net
Additional services of by contractor to contract
users at no added cost:
Vendor
Of
Maintenance
Yes, 15% off of list
Calibration
Yes, 15% off of list
Service
Yes, 15010 off of list
Accepts 11TI' State Credit Card for purchases wider 510,000
Yes
Discomzt.for use gfNYState credit card:
None
Guaranteed DCHVOe )
45 days A -R -O
Electronic Access Ordering Of
No
Price list available on web:
Approved price list contained herein
Discount for palment within 15 days of rleliverl' and or receipt of voucher I
None
Conr any V`cbsite
v< w.atlanti cnuclear.com
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AW'AP.I) PAGE 73
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOR:
Farber Specialty Vehicles
Participating in Multistate contract:
Yes
Cutrdobor equipment of
Farber 3-1-2005
Applicable ages:
All
Exclusions:
None
Price List identification: See price list accompanying
htt:--www.ogs.state.nv.us- urchase-s f=-awards-3823219745CAN.HTM
this award for approved contract pricing - Summary page at
J
Minimum Order: Will accept orders. for less than the
5100 minimum order.
I N -A
Shi in« on mininuun order:
N -A
Volume Discount:
VOLUME PRICING - PRICE BREAhS for single order
to one location:
1 unit 2.75%
2 units 3.25%
3 T units 3.75%
Orders should be directed to:
Name: Itien Farber
Phone: 800-331-3188
614-863-6470
Fax: 614-759-2098
E-mail: lcfarber@farberspecialty.com
Person to contact in the event of an emergency
occurring after business hours or on weekend-holidav:
Normal Business hours: IA -F 7:30AM-5:00PM
Name: Jim Jameson
Phone: 614-863-6470
Fax: 614-759-2098
Cell phone: N -A (work phone) 614-863-6470
E-mail:
Additional services offered by contractor to contract
users at no added cost:
None
Vendor offers:
Maintenance
Not offered
Calibration
Not offered
Service
Not offered
Accepts NJ'State Credit Cardfor purchases under x'10, 000
Yes
Discount for• use of NI" State credit curd:
None
Guaranteed Delivery
210 days A -R -O
Elecb'O2L1C Access Or•dCT•rrib Of
No
Price list available on web:
Approved price list contained herein
Discount for avinont within 15 dans of deliver v and or receipt of voucher
None
Com ariv Website
www.farbers ecialtv.com
GROUP 3823-1 —HAZARDOUS INCIDENT RESPONSE RE`71SED AWAPa PAGE 74
EQUIPME, NT (Statewide)
LEVEL TWO
CONTRACTOR:
Ferm Washington
Participating in Multistate conrract:
Yes
Catalog or Equipment of
POW as listed on price list
Applicable pages:
All
Eiclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt :--www.o( ,s.state.ny.us- urchase-s o -awards- )92 ')19745CAN.HTM.
Minimum Order: 1+111 accept ordersfor less than the
S'100 inininuun order.
No
Shipping on mininuan order:
N -A
Volume Discount:
Conditions:
None offered. Discuss additional discounts with vendor
on submission of lar�,e orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
pricing.
Orders should be directed to:
Name: Becky Jenkins
Phone: 800-733-3766
937-283-2822
Fax: 937-283-3622
E-mail: bjenkins@f,-mo.com
Person to contact in the event of all emergency
occurring after business hours or on fveekend-holidav:
Normal Business hours: M -F 8:OOAM - 5:OOPM
Name: Becky Jenkins
Phone: 800-733-3766
937-283-3822
Fax: 937-383-3622
Cell phone: 513-225-9560
E-mail: bjenkins@ferno.com
Additional services offered by contractor to contract
users at no added cost.
None
fens:
Vendor of
Maintenance
Not offered
Calibration
Not offered
Service
Not offered
Aceepts NY State Credit Card.for purchases under 510,000
Yes
Discount for use of NJ'State credit card:
None
Guaranteed Deliver -
.1,
45 days A -R -O
Electronic Access Ordering Of
No
Price list available on web:
Approved price list contained herein
Discount or avnzent within 15 dots of dclive7), and or receipt of voucher
None
Cor77 anv Website
A,n�w.ferno.com
GROUP 38232 — HAZARDOUS INCIDENT P.ESPONSE REVISED AM'ARD PAGE 7;
E, QUIPIVIENT (Statewide)
LEVEL TWO
CONTRACTOR:
1• loatTech. Inc.
Particl ating in Multistate contract:
es
Elflllp171e'IIt-Catalog offered:
Equipment as listed on price list
Applicable ages:
All
Exclusions:
I None
Price List identification: See price list accompanying this award for approved contract pricing - Summary pave at
htt:--www.oL,s.state.ny.us- urchase-spa-awards-3833219745CAN.HTM
Minimum Order: Yl'ill accept orders for less than the
5100 mininulnr order.
Yes
Shipping on minin2um order:
Bidder will ship at no additional cost
t%olun2e Discount:
$0 - $5.000 0% additional
$5,001 - $25.000 4° o additional
Orders should be directed to:
Name: Michael Lobsinger, CTU
Phone: 518-366-0964
Fax: 518-266-0318
E-mail: salesOfloattech.com
Person to contact in the evezzt qf an elrrergenc}
occurring afte7• business hours or on weekend -holiday:
Normal Business hours: M -F 9:OOAM-5:OOPM
Name: Michael Lobsinger
Phone: 518-266-0964
Fax: 518-266-0518
Cell phone: 518-331-8209
E-mail: Michael@floattech.com
Addirional services of by contractor to contract
users at no added cost.
Training materials (DVD with training= materials)
Swim test training onsite in NYS
Vendor offers:
Maintenance
NA
Calibration
NA
Service (2 year service reconvnended)
180/'0 off of list
Accepts -NY State -Credit Ca•d-for purchases uzzder 5'10;000 - -
Yes -- -- - - ---- - -
Discount. for use of NY State credit card.
0%
Guaranteed Deliver1'
120 days A -R -O with first P.O.
3 weeks on inventory items
Elect otic Access Ordering Offered:
No
Price list available on web:
Approved price list contained herein
Discount for pqvinent within 15 !lays of delive77, and or receipt of voucher
3%
Corn any Id''ebsite
oatteCh. coIn
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE RE171SED AWARD PAGE 76
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOR: General Atomics Electronic Svstems Inc.
Partici ati.nt, in Multistate conn -act: Yes
Cataloo offered: Items as listed in price list
Applicable ages: All
Exclusions: None
Price List identification: See price list accompanying this award for approved contract pricing - Summary pane at
htt:--www.ogs.state.ny.us urchase-s L,-awards-3823219745CAN.HTM
Minirnunr Order. Will accept orders.for less than the
Yes
5100 nzininzurn order.
Shipping on mininzunr order:
Shipping costs will be added in accordance with the ($100)
minimum order clause
Volume Discount.
• Single sale to single location >S2000 -
discount --1.0%
• Agency Total >$20,000 in a single year -all
additional sales to that agency for that year;
discount=1.5%
• Total State sales >$200,000 in a single -near all
following sales in that State for that year, discount
_2.50/U
• Total State sales >$400,000 in a single year alt
following sales in that State for that year, discount
=4.0°/b
• Total State sales >$1,000,000 in a single year all
following sales in that State for that year, discount
=5.5111;
• Total State sales >$2,000,000 in a single year all
following sales in that State for that year, discount
=7.5%
Orders should be directed to:
Person to contact in the event of an emergency
Name: Pamba Carolan
Phone: 800-954-2233 or 858-522-8345
occiii-rina after business hours or nn weekend -holiday:
Normal -Business hours: - 7.30 - 4:30 M F
Fax: 858-522-8318
Name: Gerald Scott
E-mail: pamba.carolan@ga-esi.com
Fax: 858-522-8318
Cell phone: 858-735-7691
E-mail: Gerald.scottpga-esi.com
Additional services offered by contractor to contract
None
users at no added cost.
Vendor offers:
Maintenance No
Calibration Yes- l °/6 discount offered
Service No
Accepts NT State Credit Card, for purchases under S15, 000
Yes
Discount for ttse o f NY State credit card:
None offered
Guaranteed Deliver
y
90 days A -R -O for orders 5 $100,000
Orders >$100,000 confirm delivery
schedule
Electronic Access Orderinc Offered:
No
Price list available on web:
Approved price list contained herein
•.r;, t: ,i,...� f,r„r;,,o, ,,lr m rnrnin/ nfvmirlanr I None
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REN71SED AWARD PAGE 78
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOR:
Laerdal Medical Corporation
Pariici a411g ill Multistate contract:
Yes, Note: Chanted from NYS only 7-11-07
Catalog offered:
Laerdal
Applicablc ages:
All
Exclusions:
Only items listed on price list accompanying this award are
considered contract items
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
Imp: --ww\A,. ogs. state.ny. u s-urchase- s g-awards-3)823219745CAN.H TM
Minirnum Order: N,ill accept orders for less than the
$100 mininium order.
Yes
Shipping on minimum order:
Bidder will ship at no additional cost
Volrnne Discount:
None offered. Discuss additional discounts with vendor
on submission of ]arae orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
pricing.
Orders should be directed to:
Name: James Baker
Phone: 800-648-1851, Ext. 3693
845-297-7770, Ext. 3693
Fax: 800-266-4359
E-mail: james.baker@laerdal.com
Person to contact in the event of an enterbency
occurring after business hours or on weekend -holiday:
Normal Business hours: M -F 8:00AM-6:00PM EST
Name: Michael Palermo
Phone: 845-297-7770
Fax: 585-425-148
Cell phone: 845-264-1981
E-mail: Michael.palernio(c�r�laerdal.com
Additional services offered bh contractor to contract
users at no added cost.
None
Vendor o ers:
Maintenaiice __ __ _ __. __
__-_ _ _1 -Not -offered___
Calibration
Not offered
Service
Not offered
Accepts NT Statc Credit Card for pu:•chases under $10,000
Yes
Discount_ for use of NF State credit card:
090
Guaranteed Delivery
30 days A -R -O
Electronic ,Access Ordering Of
No
Price list available on web:
Approved price list contained herein
Discount for pavinent within 15 days o delivery and or receipt of voucher
None
Cont any Website
w-,A,,A,.laerdal.com
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED A NVARD PAGE 79
EQUIPMENT (Statewide)
LEVEL TWO
CONTP.ACTOR:
Laurus Systems. Inc.
Partici atinfr in Multistate contract:
Yes
Catalog or equipment offered:
Laurus Systems
Applicable pages:
All
Exclusions:
None taken
Price List identification: See price list accompanying this
award for approved contract pricing - Summary page at
htt:--www.ogs.state.ny.us- urchase-s g-awards-38-'3219745CAN.HTM
Minimum Order: Will accept orders.for less Marl the
Yes, will accept orders for less than the $100 minimum
S100 nrinimtum Order.
order.
Shipping on rnininrum Order:
For orders less than $100 vendor will ship at no additional
cost
Folcurrze Discount
Item
Volume (units)
Additional discocart
TSA vehicle monitors
3 or more
3°i0
For sinule order to one
TSA-PM-xxx
] 0-99
5%
location
(radiation pagers)
100-499
1000
00+
15%
Rados Dosimeters
500=
1.5%
SE International Survey
Instruments
25+
'%
D -Tett mini-rad-Lamma
pagers
100=
5%
D -tett Rad -ID
5_�
50110
Tiered pricing- XRF-
1-5
List
ICS4000Identifiier
6-10
5010
11-25
7.5%
26-50
10%
Orders should be directed to:
Person to contact in the event of an enzergencl7
Name: Laura Lynch
occurring after btfsitlCSs hours or on weekend -holiday:
Phone: 866-465-5558
Normal Business hours: M -F 8:30-5:00
410-465-5558
Name: Laura Lynch
Fax: 410-465-52157
Phone: 866-465-5558
E-mail: lauralynch(iDlaurussystems. com
410-465-5-558
Fax: 410-465-5257
Cell phone: 443-889-4108
E-mail: rad.info(i7,laurussystems.com
Additional services offered by contractor to contract
Phone support
users at no added cost:
Vendor
fern:
of
Maintenance
Yes
Calibration Yes
Service (
Yes
AcceptsAr7'State Credit Card.for purchases under 510,000
Yes
Discount for rest of All'State credit card:
None offered
Guaranteed Deliver)'
Varies by item offered, check with
vendor rior to ordering
Electronic Access Orderin(I Offered:
Not available
Price list available on web:
Approved price list contained herein
Conz any Website:
mna,w.laurussystems.com
Discount or avrtzent ivitlzitr 15 days of deliver- 7 and or recd t of voucher None
GROUP 38_32 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 80
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOR: LDV, Inc.
Participating- irr Multistate contract: Yes
Catalog of Items as listed on price list
A licablc ages: All
Exclusions: None
Price List iderztifrcatiorz: See price list accompanying this award for approved contract pricing - Summary, page at
htt:--www.oQs.state.nv.us- urchase-s ,r-awards-3823219745CAN.HTM
Minimum Order: J1111 accept orders,for less than the
Yes
9100 nzininnrnt order.
Shipping on minimum order:
Shipping costs will be added in accordance with the
"Minimum Order", clause
Volume Discount:
l unit -6.7320%
2 units 7.729510
3-4 units 8.72701ib
5-9 units 9.2258%
10+ units 9.7246%
Orders should be directed to:
Person to contact in the event of all emergency
Name: Frank Solofra
occurring after business hours or ori weekend -holiday:
Phone: 800-558-5986 - 262-757-2436 (direct)
Normal Business hours: M -F 8AM- 5PM Central
Fax: 262-763-0156
Name: Frank Solofra
E-mail: fsolofra@ldvusa.com
Phone: 800-558-5986 - 262-757-2436 (direct)
Fax: 262-763-0156
Cell phone: 262-206-1623
E-mail: fsolofranldvusa.com
Additional services of by contractor to contract
None
users at rzo added cost:
Vendor offers:
Maintenance
Not offered
Calibration
Not offered
Set -vice
Not offered
Accepts NP State Credit Card for purchases under S70,000
Yes
Discount_ for use of NP State credit card:
None
Guaranteed Delivery
365 days A -R -O
Electronic Access Ordering Of
No
Price list available on web:
Approved price list contained herein
Discount for payment within 15 days of deliveg and or receipt of voucher
1.5°io cash discount for payment
within 15 days of deliver}, and -or
receipt of voucher
Company Website
v,�NA,.Idvusa.com
GROUP 38232 — HAZARDOL''S INCIDENT RESPONSE PE17ISED AM ARD PAGE 81
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOR: Lenco Industries.. Inc.
Participating in Multistate contract: Yes
Equipment -Catalog o feted: Items and options as listed on price list
A licahlc pages: All
Exclusions: None
Price List identificatioit: See price list accompanying this award for approved contract pricing Summary page at
http:--www.o ,s.state.nv.us-purchase-sp<(-awards-3823319745CAN.HTM
'Note: Inspection at the Factory prior to delivery is highlp recommended Pricing on Price List is F0B
Destination; Freight Cost to Destination will be prepaid and added to Invoice Cls a separate line item. 1' endor" must
nott&purchaser of freight char-cs at time of order.
When inspecting vehicles at the Factory, theptirchaser" has the option of driving the vehicle to destination tp save
.freight cost.
Minimum Order. J4411 accept orders for less than the
Yes
.100 minimum order.
Shipping on nuniinum order:
Shipping costs will be added in accordance with minimum
order clause
Volume Discount.
Noneoffered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
pricing
Orders should be directed to:
Person to contact in the event of an eiaiergeitcp
Name: Terry D'Anna
occurring after business hours or nn weekend-holiihiy:
Phone: 500-444-5362
Normal Business hours: M -F 8:30 AM to 5:00 PM EST
413-443-7359, Ext. 118
Name: Terry D'Anna
Fax: 413-445-7865
Phone: 413-443-7359. Ext. 118
E-mail: Terrv(2�lencoarmor.com
Fax: 413-445-7865
Additional services of by contractor to contract
Customer Service Help Line
users at no added cost:
Vertdor-o
Maintenance Not offered
Calibration Not offered
Service Not offered
Accepts AIF State Credit Card, for purchases under 510, 000
Yes
Discount for use ofNl'State credit card:
None offered
Guaranteed Delivery
210 days A -R -O
Electronic Access Ordering Offered:
Yes
Price list available on web.
Approved price list contained herein
Discount or papyneytfwithin IS days of deliveg and or receipt of voucher
None
Conryw p Website
www.swattrucks.com
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 82
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOR: Linstar Inc.
Partici atin in Alultistate contract: )-'es
Equipment -Catalog of Equipment as listed in accompanying price list
Applicable a-cs: All
Exclusions: None
Price List identification: See price list accompanying this award for approved contract pricing - Summan page at
htt:--www.og=s.state.nv.us- urchase-s g -awards -3823219746 CAN.HTM
Alinimum Order: 11111 accept orders for less than the
Yes
5100 minintunr order.
Shipping- on minimum order:
Shipping costs will be added in accordance with
"Minimum Order" clause
Volume Discount.
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
ricinE.
Orders should be directed to:
Person to contact in the event of an enzeraenep
Name: Melanie CwikIinski
occurring- after business hours or on weekend -holiday:
Phone: 800-666-6464
Normal Business hours: 8:00,01 5:00PMEST
716-631-9200
Name: Mary Jo Cornell
Fax: 716-631-3024
Phone: 716-631-9200
E-mail: me]aniec@linstar.com
Fax: 716-631-2024
Cell phone:
linstar.com
E-mail: mjc@linstar.com
Additional services of by contractor to contract
None offered
users at no added cost.
Vendor of
.-Maintenance __ _ __- __-
Not offered__
Calibration
Not offered
Service
Not offered
Accepts NI'State Credit Curd for• purchases under 510,000
Yes
Discount. for use of NY State credit card:
None offered
Guaranteed Delivery
Compsee & Elliot Data 30 days
Datacard: 30 days
Galaxy: 30 days
Salamander: 30 days
SST: 46 days
Electronic Access Ordering Offered:
No
Price list available on web:
Approved price list contained herein
Discount for avment within 16 days of delivery and or receipt of voucher
None
Corn ani) Website
CROUP 35232 — HAZARDOUS INCIDENT RESPONSE ISE-\ISED AM"ARD PAGE 83
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOIz:
MBF Industries Inc.
Participating in Multistate contract:
Yes
Catalog equipment offered:
Items as listed in price list
A nlicable a«es:
All
Exclusions:
Non e
Price List identification: See price list accompanying
htt:--www.o ,s.state.nv.us- urchase-s tt-awards-3823219745CAN.HTM
this award for approved contract pricing - Surnmary page at
Minimum Order: J4411 accept orders.for less than the
S1001111717771n711 order.
N -A
Shi ill," on nlininulm Order:
N -A
Volume Discount.
None offered -Discuss additional discounts with vendor
on submission of lame orders. It is recommended that
end-users should contact vendor when ordering volume.
Orders should be directed to:
Name: John `<>,r. Baker
Phone: 407-323-9414 - Will accept collect calls
Fax: 407-330-2068
E-mail: john-bakerrmbfindustries.com
Person to contact in the event of an emergency
occurring after business hours or on weekend -holiday:
Normal Business hours: M -F SAM-5:00PM EST
Name: John '\V. Baker
Phone: 407-323-9414
Fax: 407-330-2068
Cell phone: 352-345-5519
E-mail: john-balcer(ib.mbfindustries.com
Additional services of lip contractor to contract
users at no added cost.
None
Vendor of
Maintenance
Not offered
Calibration
Not offered
Service
Not offered
Accepts ATYState Credit Card for purcliriscs uiiaei $10,000
Discotult. for use of N]' State credit card:
I NA
Guaranteed Delivery
180 days A -R -O
Electronic Access Ordering Of
No
Price list available on web:
Approved price list contained herein
Discount for pavnient within 15 days ofdelive7y
and or receipt of voucher
None
Colllnanv Website
w-A-Ar.mbfindustries.com
GROUP 38232 — HAZARDOUS INCIDENT RE, SPONSE RE'V'ISED AWARD PAGE 84
EQUIPME4 NTT (Statewide)
LEVEL TWO
CONTRA CTOR: N ab co. Inc.
Participating in Multistate contract. Yes
Equipment -Catalog of Nabco.
Inc. 2-1-05
Applicable ages: All
Exclusions: None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt :--www.ogs.state.ny.us-purchase-s R -awards -3823219745 CAN.HTM
Minimum Order: Will accept orders_for less than the
5100 minimum order.
Yes
Shipping, on nuninzum order:
Shipping will be added in accordance with the "Minimum li
Order" clause
Volume Discount.
None offered. Discuss additional discounts with vendor
on submission of ]arae orders. It is recommended that
end-users should contact vendor when ordering volume.
.Also compare to other vendors on these contracts for
ricins.
Orders should be directed to:
Name: Randy Markey
Phone: 724-746-9617 (Vendor will accept collect calls
regarding this contract equipment)
Fax: 724-746-9709
E-mail: randy@nabcoinc.com
Person to contact in the event of an emergency
occurring, after business hours or on weekend -holiday:
Normal Business hours: M -F 8:30AM-5:OOPM
Name: Randy Markey
Phone: 724-746-9617
Fax: 724-746-9709
Cell phone: 412-812-4514
E-mail: randy@nabcoinc.com
Additional services offered by contractor to contract
users at no added cost.
None offered
Vendw offers:
Maintenance
Not presently accepted for contract.
Calibration-
alibration
Service
Service
Accepts AT State Credit Card_for purchases under 510,000
Yes
Discountfor use ofNYState credit card:
None
Guaranteed Delivery
240 days A -R -O
Electronic Access Ordering, Of
Yes
Price list available or web:
Approved price list contained herein
Discount for avment within 15 days o delivers? and or receipt of voucher
1-20ro
Corn any Website
www.nabcoinc.com
GPOUP 38232—IIAZAPDC)US INCIDENT Y�ESPCiNSE REVISED AM ARD PAGE 8-S
EQUIPMENT (Stateivide)
LEVEL TWO
CONTRACTOR: OHD. LLC.
l'ariici "rtin�in 119111tistate contract. No
Equipment -Catalog, offered: Respirator fit tester
An ,"cable nr?acs: NA
Eachlsions: None taken
Price List idelttificatiott: See price list accompanying this award for approved contract pricinnpag,
htt :--www.o<_,s.state.n),.us- urchase-spe-awards )92'3219745CAN41- ,v4
h4bihnum Order: 14,711 accept orders for less than the
,100 mininium order.
Yes
Shipping On mini rium Order:
Vendor will shipat no additionalJ%olume
Discolnzt.•
S;50.000-100,000- 6% total disc
X100.000- - 90/0 total discount
Ordel"s 512011111 he directed ill:PL'I:CO/1
Name: Jill Strickland
Phone: 888-464-3872
205-980-0180
Fax: 305-980-5764
E-mail: jstricklan@ohdusa.com
t(1 CO71tact in the event (7f an L'771 L'r- L'71CJ?
(ICCi,l7"ZlI ",tier business hours or on weehencl-holiday:
Normal Business hours: S -d CST
Name: Bruce Scharer
Phone: 8108-464-3872
Fax: 205-980-5764
Cell phone: 240-457-0123
E-mail: bschorerru,ohdLisa. com
Disn•ibutors under this
Contract
Jerome Fire Equipment
8721 Caughdenoy Rd
Clay, NY 13041
3I5-699-5258
315-699-0894
rierome0wicromefire.cam
Premier Safety L Services
Co.
Two Industrial Park Drive
Oakdale, PA 15071
500-828-1080
304-363-937=
AAA Emergency Supply
Co
633 North Broadway
White Plains. NY 10603
914-949-0512
914-949-8344
Additional services of br Conn•actor to contract
_.. users at no ad"Ied Cost:
None offered
Yendor 0 fors:
Maintenance + Na
Calibration
6% off of list
Service
Na
,Accepts All'State Credit Card forpurchases under 910,000
I Yes
Discount for use of NP State credit ClWd:
None offered
Guaranteed Delivety
2 weeks A -R -O
Electronic Access Ordering? Offered:
No
Price list available on web:
Approved price list contained herein
DZSCOa71t for pavinent within IJ days of delivery and 01" 1'CCCZ t 0f vouCIZer None offered
Coal ally Website
www.ohdusa.com
GI:OUP 38232 — PIA.ZAP.DC)US INCIDENT 12LSPC)NSE
EQUIPMENT (Statewide)
LEVEL TWO
REVISED AWARD PAGE 86
CONTRACTOR: Pine Enviroirmental:Services, Inc.=l'enciin(!
Participatim, in Multistate contract: Yes
Catalog or Equipment offered: Photovac 2005, Gilian 2005, Thermo 2005, YS] 2005, BW 2005,
RKl 2005 and accessories
Applicable ages: Items as listed on price list
Exclusions: NA
Price List identification: See price list accompanying this award for approved contract pricing - Summar_y page at
htt :--N�Iwv,I.ogs.state.nv.us- urchase-s ,-awards-3823219745CAN.HTM
A9inincu717 Order: !bill accept orders for Iess than the Yes
5701/ rnininurm order.
Shippint, on minimum order: Bidder will ship at no additional cost
Volitme Discount. VOLUN>E PRICING- PRICE BREAKS for single order -
Vendor
MaZlZiellailCL'
Calibration
Scr•vicc
Accepts All'State Credit Card,for purchases under 5'10,000
Discount for use ofAT&ate credit card.
Guaranteed Deliver -y
Electronic Access Orderut2 Offered:
�jers:
Yes, 5% off of list price- 560 -hour Parts 5% off mfg list
Yes, 5% off of list price - 560 -hour
Yes, 5% off of list price- 560 -hour Parts 5% off mfg list
Yes
' None additional
30 days A -R -O
Not yet available
to one location in dollars (Photovac):
5100,000.00 16.5%
VOLUME PPICI]VG PRICE BREAKS for single order
to one location in dollars (Gilian):
550.000.00 19.5%
VOLUME PRICING- PRICE BREAKS for single order
to one location in dollars (Thenno):
5100;000.00 22.5°/10
VOLUME PRICING- PRICE BREAKS for single order
v
to one location in dollars (YSI):
560.000.00 21.2%
VOLUME PRICING- PRICE BREAKS for single order
V
to one location in dollars (BRt):
175.0 00.00 16.5%
V OLUIVIiE PRICING- PRICE BREAKS for single order
to one location in dollars (RKI):
$75.000.00 18.5%
Orders should be directed to
Person -to contactin-the event -of all emercerzcy- ---
Name: Martin Diaz
occurring after business hours 07'071 weekend -holiday:
Phone: 800-301-9663
Normal Business hours: M -F, 8:OOAM-6:OOPM, EST
609-371-9663
Name: AngcloPinheiro
Fax: 609-371-1663
Phone: 800-301-9663
E-mail: mdiazec"`vpine-environmental.com
609-371-9663
Fax: 609-371-1663
Cell phone: 609-548-6781
E-mail: a inheiro(i� ine-environmental.corn
Additional services offered by contractor to contact
Training
users at no added cost:
Consulting
Vendor
MaZlZiellailCL'
Calibration
Scr•vicc
Accepts All'State Credit Card,for purchases under 5'10,000
Discount for use ofAT&ate credit card.
Guaranteed Deliver -y
Electronic Access Orderut2 Offered:
�jers:
Yes, 5% off of list price- 560 -hour Parts 5% off mfg list
Yes, 5% off of list price - 560 -hour
Yes, 5% off of list price- 560 -hour Parts 5% off mfg list
Yes
' None additional
30 days A -R -O
Not yet available
GROUP 38232—EAZAPJ)OUS INCIDENT I:I SPONSE
EQUIPMENT (Statewide)
LE VEL TW O
REVISER AM'APJ) PAGE S7
CONTRACTOR:
I'II'S Technology, Inc.
Participatin,' in Multistate contract*
Yes
Er tri ment-Catalog, offered:
PIPS Technology Price List 2006
Applicable lages:
All
Exclusions:
Only items listed on NYS price list are contract items
Price List identification: See price list accompanying
this award for approved contract pricing - Summary paae at
htt :--www.o<ss.state.nt.us- urchase-s �g-awards-382321974>CAN.I-ITM
Millirrtlnrr Order: 14,ill accept orders for
less t/zarr file 'Yes, will accept orders for less than the $100 minimum
117)0 minitrrurtr order.
order.
Slsippill nn nzirzinzzerrr order:
Shippim-, costs will be added in accordance with the
Minimum Order clause
Volume Discount:
VOLUlv1E RI
PCING - Price Breaks for single order to one
location in dollars.
$0-250, 000 0'/1, additional
$250,1-500.000 5% additional
$500.001+ 1090 additional
VOLUME PRJCING- Price Breaks for agency s aggre`ate
purchase in dollars.
$0-250.000 annually 0%0 additional
5250.001-500.000 annually 5910 additional
5500.001= 10%, additional
Orders should be directed to:
Person to contact in the event of an er17ergerzc7
Name: Lindsay Plummer
occurring after business hours or on weehewl-holiday:
Phone.- 565-392-5547
Normal Business hours: M -F 8:00am - 5:00pm BST
Fax: 865-392-5599
Name: Brian Shockley
E-mail: 1plummer@federalsignal.com
Phone: 865-392-5546
Fax: 865-392-5599
Cellphone: 865 -382 -3368-
E -mail: bslrocldey(1f deralsiLnal.com
Additional services of by rontr actor to conn act
- l year free software upgrades
users at no added cost.
- Custom OCR ensine for NY State or other- state-
rcaion as available -relevant
fers:
Vendor of
Maintell fill ce
5%
Calibration
( na
Service
5%
ACCeptsAThStafe Credit Card forpurchases Zrnder 910,000 Yes
Discount for use of ATState credit card:
Guaranteed Delivery
60 days A -R -O
Electronic Access Orderirzg Offered:
No
Price list available on web:
Yes
D2SCOu71t for oI7111nt within 15da.tls Of delivery and or receipt Of voucher 1°/0
Conr crop 1P'ebsite
�a�ww.ninstechnologv.com
Distributor Name
Maim Police Sunr ly
Contact Name
Robert Merten
ULSZrO U ZOr•
Address
47 N Dell Ave
State Zi
Phone -Fax
P: 973-584-7714
GROUP 38232 — IIAZAP,DOUS INCIDENT P.ESPONSI' REVISED ANA'ARD PAGE 98
EQUIPMENT (Statewide)
LEVEL TWO
LEVEL TWO
CONTRACTOR:
RAE Systems. Inc.
Partici afire«:=ilr
Yes
Catalog or equipment offered:
Portable products and Integrated Wireless Monitoring, Systems;
Service Pricing Guide
Applicable rages:
All
Exclusions:
None taken
Price List identification: See price Inst accompanyln- this award for approved contract pricing - Summary page at
http:--wwA,A,.oL*s.state.ny.us-purchase-s <,-awards-3823219745CAN.HTM
Minimum Order: fH11 accept orders.for less than the
SIOV nzintr uni order".
No
Slfi in" Oil rlli7lilrtll/i1 0171el-.
J%nlumc Di.ccnunt.
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
pricinEr.
Orders should be directed to distributors listed ••
07' contact:
Name: Roberta Potts
Phone: 408-952-8256
Fax: 408-952-8487
E-mail: rpotts@raesystems.com
«• r.,z n t„
Person to contact in the event o_ f m1 enlerb ency
occurring after business hours or on weekend-hnlida.v:
Normal Business hours: 8:00-5:00
Name: Bob Ladzinski
Phone: 856-986-8517
Cell phone: 856-986-8517
Fax: 609-770-3416
E-mail: rladzinski0xaesystems.com
Additional services offered by contractor to contractTraining,
trseisafno added cost:
seminars, whitepaper presentations, Tech notes
(RaeSS,stems.com).-Ap lication notes -(RaeSystcros.com)- "
C011tractOV n fees:
Maintenance
Yes. 5% off of list price
Calibration
Yes. 5% off of list price
Service
Yes. 5.11'0 off of list
price
Accepts ATPState Credit Card forpurchases tinder $10,000
I Yes
Discount.for use ofh'I'State credit card:
None offered
Guaranteed Deliveg
15 days A -R -O
Electronic Access Orderhm Offered:
No
Price list available on web:
Approved price list contained herein
Conmanv NTebsite
i 1A ww.raesystems.com
Discount for pawncizf within 15 days of deliver and nr receipt of voucher
None
Discount for pawnent within 30 days of delii,ci27 and or receipt of voucher,
None
GROUP 38232 — FIAZARD0US INCIDENT RESPONSE REVISED A W./vRD PAGE 89
EQUIPAMNT (State-wide)
Distributor- List State Contract (R: Systems, Inc.)
Distributor Name
Contact Name Address City State Zip
RAE Systems
Rei_ =tonal Sales Ivlanaeer
ALASKA
TTT Environmental LLC
Tom Tompkins
549 W. international Airport Toad;
Lloyd Stading
71-0839336
P: 907-770-9041
B12
P: 206-310-5906
F: 907-770-9046
Anchorage, Ah 99518
lstadin<_ra.!rresystems.com
tner7viroln.!L=ci.n et
ARA:ANSAS
Safeware lnc(f07-127er11r
Dennis Miller
533 Sea Rim Drive
Paul Tarter
177701,1177 as- Air
P: 817-946-33264
Arlington, TX 76018
P: 214-850-7872
Insn-umemation Inc.)
F: 817-472-680.9
ptartcr(Furaes},stems.com
52-115280
Dmil ler(1< r!snr�met.com
CTEH
Rvan Hicks
615 West Markham St.
Paul Tarter
62-1679336
P: 501-952-5763
Little Rock, AR 72301
P: 214-850-7872
F: 501-614-2835
ptarterruraesystems.com
rhicks0yaeh.com
Northside Sales Co.
Ivlike Hollis
7115 E. Bethany Road
Paul Tarter
71-0613591
P: 501-912-4009
N. Little Rocl•;, AR 72117
P: 214-850-7872
Coverin- Ali, OK
F: 501-945-3928
ptarterruraesystems.corn
mholl ist2�northsidesales.com
CALIFORNIA I
i
Cal Olympic Glove L
Patti Tresch
1730 N Delilah Street
Porter Norton
Safety Co Inc
P: 800-421-6630
Corona, CA 92879-1893
P: 805-258-2119
95-1998621
F: 951-340-3337
pnorton(Nraesystems.corn
etresc}vcucalol`,-safer\,.corn
Don Wolf and
Don Wolf, Jr.
21955 Plummer Street
Porter Norton
Associates Inc
P: 818-885-5800
Chatsworth, CA 91311
P: 805-258-3119
95-4581513
F: 818-885-5855
pnorton@raesystems.com
donaldtm.donwol f .corn
marktacdonwolf.com
JAECO Fife X Safety
Chucl. Murray - -
-2761-01d Middlefield Way --
-Porter-Norton - -
567-72-2549
P: 650-964-6050
Mountain View, CA 94043-2404
P: 805-258-2119
F: 650-964-6101
pnorton(Euraesystems.com
Chuck.rn0vi aecosafe. coin
Industrial Safet}, Supply
Michael DeDiego
5580 Power Inn Road
Porter Norton
Corporation
P: 800-441-1598
Suite J
P: 805-258-2119
94-1518976
F: 510-658-0413
Sacramento, CA 95820
pnorton@raesystems.com
m ikedratissc.com
SKC-`Vest Inc
Beth Sackett
2380 E N alnut Ave.
Porter Norton
95-3299430
P: 714-992-2780
Fullerton, CA 92831
P: 805-258-2119
Cell: 714-612-4868
pnorton( araesystems.com
skcbetbOa roadrunner.corn
Valley Instruments Fernando AnLclini
PO Box 9278
Porter Norton
Service Inc P: 661-327-5681
3536 Brian -Way
P: 805-258-2119
95-3137395 F: 661-327-1660
Bakersfield, CA 93309
pnortonraesystems.corn
fern an do i art v al l ev i n stru m e»t. co m
FLORIDA
Dawson Associates, Michael Coleman
922-B Hurricane Shoals RoadDavid
Saladin
Inc. P: 770-963-0207
Gainesville, GA 30046
P: 770-990-2566
�R_r ;dRd�q F 770-9')7-5973dsaladin@raesystems.com
GROUP 35232 — EAZARDOUS INCIDENT It SPONSE
EQUIPMENT (Statewide)
REVISET) AM'ART) PAGE 90
Distributor- lvame Contact Name Address City State Zip
RAE Systems
Regional Sales Ivlana<ser
KANSAS
Mid Continent Safety Gree Aylward PO Box 16689
Toni Kochevar
45-1240647 P: 316-522-0900 Wichita, KS 67216
P: 630-220-5190
F: 316-522-0956
tkochevar(m.raesystems.com
ere �.alvwar•d(ci�mid safe.com
Wise Safety and John Hoffman
15101 West 110"' Street
Tom Kochevar
Environmental P: 913-492-9444
Lenexa, KS 66219
P: 630-220-5190
43-0894853 F: 913-492-4327
tl<ochevarritraesystems.com
j.hoffmanrgwisesafetvenv.coro
MASSACHUSETTS
has opted to deal "direet" with
OR contact aig RAE Systems
Len Belisle
RAE SYS1CIns
distributorfor assistance
P: 413-364-2412
I bel is I coal
MARYLAND
Safeware; Inc.
Mandy Hough or Ed Arthur
5641 South Laburnum Ave
Jim Kane
52-1152853
P: 800-359-4617. Ext. 204
Richmond; VA 23231
P: 757-746-5554
F: 804-226-090
jkane(Fu,raesystems.com
mhouah@t)safewareinc.com
earth urtats a fewarei n c. com
A7INNESOTA
Clarey's Safety
Todd Claret'
3555 Ninth Street Thr Suite r20U
Tom Kochevar
41-1355547
P: 507-259-6749
Rochester; MN 55901
P: 630-220-5190
F: 507-289-5213
tkochevar(a�raesystems.com
toddclarevruclarevs.com
MISSOURI
Reis Environmental Inc.
Terry Creason
11022 Linpage Pl.
Tom Kochevar
43-0908405
P: 314-369-5399
Saint Louis. MO 63li2
P: 630-290-5190
F: 314-426-3714
tkochevarr�r aesystems.com
t.creasoniFawisesaf i\em.a>m
NEW YORK
DiVal Safety -Equipment
Tonl Liberti
1721 Niauara-Street __ _
Len Belisle --- _ _.
Inc
P: 716-874-9060
Buffalo, NY 14207
P: 413-364-2412
16-1104585
F: 716-874-4686
lbelisle(c—v.raesystenis.corn
tlibertiOvdivelsafetv.com
Gen -el Safety &
Greg Krannich
961 Route 10 East, Suite 21A
Bob Ladzinski
Industrial Products LLC
P: 973-584-7777
Randolph, NU 07569
F: 556-986-8517
81-0557077
F: 973-594-2727
rl adzinsk i rriraesystenis. com
greer7.eenelsafety. corn
Municipal Equipment
Robert Duncan
261 Upper ?worth Road
Len Belisle
Services Inc.
P: 800-560-8030
Highland. NY 12525
P: 413-364-2412
65-1051374
F: 945-691-4319
lbelislek-raesystems.com
roduncarnti;mesfre.com
Pine Environmental
Martin Diaz
921 North Main Street, Bldg 20
Doug Mayer
Services; Inc.
P: 609-371-9663, Ext. 11
Windsor, NJ 08561
P: 865-776-9897
26-0116297
F: 609-371-1663
dmavenaoraesystems.com
mdiazi imine-environmental.coni
Safety Instruments, Inc.
Rich Rotolo
Pinewood Business Center
Len Belisle
13-3728304
P: 914-301-5855
247 Route 100, Suite 220
P: 413-364-2412
F: 914-301-5857
PO Box 2004
lbelisle(a)i-aes\,stenls.conl
richsi0ontonline.11e1
Somers. h)' 10589
GROUP 38232 — HAZARDOUS INCIDENT I:ESPC)NSE R-EVISED A WAIU) PAGE 91
EQUIPMENT' (StateAvide)
Distributor Name Contact Name Address City State Zip RAE Systems
kPc=inn�l .CaINc A/lanaiPr
OKLAHOMA
Safeware lnc(fornlerlp Dennis Miller 533 Sea Rim Drive Tarter
/07014177 CIS Air P: 817-946-3364 Arlington, TX 76018 4-850-7872
rplarte
I17SI1-LU71e111alio17I71c.) F: 817-472-690> r«uraesystents.coil,
52-1152883 Dm ill er0£1'(Fvsnrvnet.com
CTEH Ryan I-Iicks
6l > Wesi Markham St.
Paul Tarter
62-1679336 P: 501-953-5763
Little Rock, AR 72201
P: 214-850-7872
F: 501-614-2835
ptarterrtiraesystems.con]
rhiclsral.cteh.com
Northside Sales Co.
Mike Mollis
7115 E. Bethany Road
Paul Tarter
71-0613591
P: 501-912-4009
N. Little Rock, AR 72117
P: 314-850-7873
F: 501-945-3939
ptarte-( uraesystems.com
iiiholhs([i/noiliisldesales.conl
OREGON
Life Safety Corporation
Rex Sparks
1221 SE Gideon St
Lloyd StadinL,
91-1677175
rexsparks(Fnmyway.com
Portland, OR 97203
P: 206-310-5906
Paul Equal]
lstadinu0b. aesystems.corn
paul(70.1ifesafetycorp.com
P: 503-231-8282
Safewarelnc(foi-merly
IeffFrisch
10945 SMI 108th Ave
Lloyd Stading
1,77011117 aSAir
P: 503-784-2355
Tigard, OR 97223
P: 206-310-5906
11IM-inieniationInc.)
F: 503-630-0929
Istadinll((—Oraesysterns.com
52-1152883
ifrisch(d).airmonitors.net
VIR GINIA
Safeware; Inc.
Mandy Hough or Ed Arthur
5641 South Laburnum Ave
Jim Kane
52-1152883
P: 500-359-4617, Ext. 204
Richmond, VA 23231
P: 757-746-5554
F: 804-326-0987
jl_anei),raesystems.com
mhough@saf wareinc.com
eaithurralsafewareinc.com _
NEST VIRGINIA
Field Environmental
Tony Visco
301 Brushton Avenue
Jim Elliott
25-1771742
P: 412-436-2600
Suite A
P: 412-657-6438
F: 412-436-2619 I
Pittsburg, PA 15321
jehliottruraesystems.com
ariscoral.fie idenvironmental.com
Premier Safety &
Doug Boyce
Two Industrial Park Drive
Jim Elliott
Service Inc
P: 734-693-8690; 304-365-0032
Oakdale, CA 15701
P: 412-657-6438
25-1678928
F: 724-693-8698
ielliottr2uraesystems.com
d.bovicera;orem iersafet�,.net
The above listed
P%I; Systerns distributors
honori.no the terms and condiotns of'
eorrespondiiig
distribtttors are the
Wily Al I'HOPULLED
who wiLl be
the NYS z?IRIE Contract and the
participation addendum
Si<died with each state listed
GROUP 38232 — FIAGAP.DOL'S INCIDENT P.ESPC)NSE REN ISED AWARD PAGE 93
EQUIPMENT (Statewide)
LEVE, L TWO
CONTRACTOR:
-FRa iscan systems, Inc.
Participating in Multistate contract.,
Yes
Catalog (7)' L'(Irapl7lL'111 Offered:
Rapsican - items as listed on price list - equivalent to GSA pricing
A ilicablciLges:
^
All
E'VC11l"Violy
None
Price List ideatificatiolz: See price list accompanying this award for approved contract pricing - Summary page at
17tt:--VN'VdSV.o1's.state.n)!.us- urchase-s <,,-awards-3823219745CAN.HTM
Minimum Order: 6f all accept orders for less than the
9700111i71r1na711 order.
No
Slzi Ing' Oil inini71win Order:
N -A
Volume Discount:
Additional I% for 10-20 instruments on a single order
delivered to one or multiple locations
2°ib for 20= instruments on a single order delivered to one
or multiple location
30 or more will be neLotiated
Orders should be directed t0:
Name: Paul A. Barnes
Phone: 800-318-7226
310-349-2438
Fax: 310-349-2491
E-mail : Pbam-escFurapiscansystems.com
PerS011 1`0 C011taCt ill t11C CVe721 Of a71 enzeroengj,
occiwriizb ((fter business hours or on weekend -holiday:
Normal Business hours: 8:00AM-5:30PM PST
Name: Sarah Benoit
Cell: 424-675-0545
Fax: 310-349-2491
E-mail: sbenoit(c✓iirapiscansystems.com
Additional servicer of hp conn -actor to contract
ztsers at7zo added cost:
None Offered
Vendor o Pers:
Maintenance
Yes, Service price list March 2005 -no additional -discount
offered
Calibration
Yes, Service price list March 2005 -no additional discount
offered
Service
Yes, Service price list March 2005 -no additional discount
offered
AcceptsNl'State Credit Card forpurckases unde7' 910,000
Yes
Discount_for use of 1VT State credit card:
None
Guaranteed Delivery
30 days A -R -O
Electronic Access Orderin g Of
No
Price list available on web:
.Approved price list contained herein
Discount for pajunew within 15 days of delivery and or recei_ t of voucher
None
Coln am, Website
'
Hm-�A,.RapiscanS),stems.com
GROUP 38232 — HAZARDOUS INCIDENT RESPONSE REVISED .AWARD PAGE 93
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOR:
Remotes. Inc
I'urtici uuin« in Multistate cnnrract:
Yes
Rquipn,ew-Catalog offered:
Equipmem as listed in price list
A ,licable ages:
All
Rucllrsions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary pa! -,e at
htt :- A,",w.oss.state.ny.us- urchase-sp(,-awards-3
823219745 CAN. HTM
Minimum Omicr:• Will accept orders f )r IeSS
than tilt
! �" es
5700 wininium order.
Shippill 071 nlini77211111 order:
Shipping costs will be added in accordance with
minimum order" clause
Volume Discount.
Volume discount offered - QTY 11-100 2b1.
QTY 101-200 4°io
QTY 201= 6°i'o
OYrICI1S Sl1011lCl be dlYL'CIL'd t0:Pe1•5071
t(r co712QCt I71 Me event ofan e772CT�!C71C);
Name: Remotec Sales
Phone: 865-453-0228, Ext. 165
DCCIlT1'L72o after business hours Or on weekenri-holldig:
Normal Business hours: M -F S -d, 24 hour on cull
Fax: 866-483-1239
service
E-mail: jim.daniels@ngc.com
Name: Remotec Service Technician
Phone: 865-483-0228_ Ext. 244
Fax: 86--48^,-1426
Cell phone: 865-548-6130
E-mail: remotecservice@ngrc.com
Additional se7vices of by contructor to conn•act
Training classes for the Mini -II and IID -1 are offered at
users at no added cost:
the contractors facility for 1.5 days and 2.5 days for the
F6k Trainingis limited to 6 persons and is included hr -
the base price of the vehicle. Travel must be arranged by
customer *On-site training is offered — aLencies should
contact vendor to negotiate off contract purchase 2ricing
Ve71dor of
fCl'S:
Mr2i72tC71ance
Not offered
Calibration
Not offered
Service
Not offered
Accepts A7' State CreditCa.rd f0rpurchases under 510,000
Yes
Discount_for ltse ofNJ'State credit card:
None offered
Guaranteed Deline7y
+ 120 days A -R -O
Electronic Access Orderin Offered:
No
Price list available on web:
Approved price list contained herein
GROUP 38232—HAZAPIDOUS INCIDENT RESPONSE REV'ISED AWARD PAGE 94
EQUIPMENT (Statewide)
LE�TEL TWO
CONTRACTOR: t Science ALplications International Corporation (SAIC)
Partici atirr" in Multistate contract:—
Ccatulo." nr et/uipmcut offered: Commercial Price List
Applicable pagay., All
Exchisions: None
Price List itlentrflcatlon: See price list accompanying this award for approved contract pricing - Summary page at
htt :--www.oLs.state.nv.us- urchase-s -awards-;823219745CAN.HTM
Mininuutr Order: 1,H11 accept orders, for less than the
S'100 mininunn order.
I No
Shipping on inini m ni order:
I NA
Volume Discount:
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
cnd-users should contact vendor when ordering volume.
Also compare to other vendors on, these contracts for
ricin,.
Orders should be directed to:
Name: Susan E. Banks
Phone 443-402-2664
Toll free: TBD
Fax: 443-402-2770
E-mail: susan.e.banks@saic.com
Person to contact in the event of cert enieroencp
ocean rine after business hours or on ivicekcnd-hnliday:
Normal Business hours: 8 -5M -FEST
Name: Monica Jakubowski
Phone: 443-402-2705
Fax: 443-402-2780
E-mail: monica.m_jakubowski(a!saic.com
AddZZIollal SCl'VZCCS off,retl by contractor to cozinwet
users at no arlded cost:
None Offered
Vendor offers:
Maintenance
Calibration ( Yes -no additional discount offered
SC7•vice
Accepts RTI' State Credit Card for purchases under S10,000
I Yes
Discount.for use of NT State credit card:
None additional
Guaranteed Delivery
paries by product line
Electronic Access Orderinb Offered:
No
Price list available or web:
Approved price Iist contained herein
Discnintt.forpaynient within 15 days of dcliver1, and or receipt of voucher
Discount for pawn ell, t within 30 days of deliver•r and or receipt of voucher
None
Company fEebsite I
wwvw.saic.com
GROUP 3S233 —HAZARDOUS INCIDENT RESPONSE REVISED ANVARD PAGE 9S
EQUIPMENT (State.Nvide)
LEVEL TWO
COAITRACTOR: Scott Technologies Inc. D -L-A Scott Health and Safety
I lrtieipati7lrr ill Multislilit' contract: No
Catalog ar egc[ipnlent offered: Respiratory Protection Eduipmenl and Portable Gas Detection
Monitors
Applicable panes: All
_
Exclusions: None taken
Price List identification: See price list accompanying this award for approved contract pricing - Summary page al
htt:--www.oErs.state.m,.us- urchase-s r(-awards-382321974.5CAN.HTM
lV%Z72immin Order: GFill accept orders fol' less than the
No
5700 71 inilnum order.
Shi in,g, on 772i12Z771um order:
1%ohun.e Discount.
Notre offered. Discuss additional discoimts with vendor
on submission of large. orders. 1t is recommended that
end-users should contact vendor when orderins volume.
Also compare to other vendors on these contracts for
prlcim-'.
.,Sec list nu•
OT'Cle1s should be [lil'L'CIL'(l to (hStl'ibl[ll1TS IISIed"
en of rr ��
PL'1'5071 t0 CO1ZILtCI Z71 the event [L77 L'11te1'�L72C
or contact the Scott Regional Manager listed bel for
Oe [(rf L7 after business how's m' on Tveeken-1-holiday:
assistance:
For Municipal Fire Depts
Normal Business hours: 8:00-5:00
Name: Robert "Bob" Battaglia
Phone: 716-689 4881
Name: Steve LaPlante
Cell: 716-863 0853
Cell: 307-838-9733
Fax: 716-689 7765
Fax: 207-767-0026
E-mail: rbattaglia@vtycoint.com
E-mail: slap]ant--@rycoint.com
If your Fire Dept is on Lona Island or NYC, contact
Name: Rvan Rhatican
Phone: 610-344 7590
Celia 610-2L 4930
Fax: 610-344 7584
E-mail: rrhaticant7.tycoint.com
For all other state and local agencies other than Fire
Depts.:
Name: Becky Snyder
Phone: 704-291-8324
Fax: 704-2914330
E-mail: bsnvderr).tvcoint.com
For all other state and local agencies other than Fire
Depts. located on Lon; Island and NYC:
Name: Ron Harris
Phone: 215-258 712
Cell: 267-424 0223
E-mail: rcha•ris(attvcoilit. corn
Additional cervices offered br contractor to contract �
Training, seminars, whitepaper presen'ations. Tech notes
CROUP 38"_'33 — EAZARDOUS INCIDENT RESPONSE REVISED AWARD PAGE 96
EQUIPMENT (Statewide)
Contractor o fers:
Maintenance
1v01 offered at this time
Calihratiorr
Noi offered at this time
Service
Not offered at this time
Accepts NT State Credit Card for purchases under 510,000 Yes; our accept ccept credit
cards
Discount for use of'AlY State credit card:
None
Guaranteed Deliver
No
Elech nnie Access Urrlerin, Of
Some of our distributors provide this
service to their customers.
Price list available on web:
Yes
Cont anv I'Vehsite
No
Discount for palmlent within 15 days of delivery and or receipt of voucher No
Discount.for palunew Within 30 days of deliverl, and or receipt of voucher No
GROUP 38232 — HAZARDOUS INCIDENT T:ESPONSE P\_EN'lSED AWAf�D PAGE 97
EQUIPMENT (Statevvicie)
Distributor NameFiv
tact Name
Address City State Zip
Scutt Health L Safer
Regional Sales Manager
Dival Safety
Dival Safety
Bob Battaelia and Steve
http:--VJVN,w.divaisafell'.com3-1354
1721 Niagara Street
LaPlanteFed
Tax ID# 161104585
8031
Buffalo, N>}'. '14207
ulevin«nd i va Isaferv.com
B-Lann Equipment Co..lnc.
Al Remington
B -Cann Equipment Ca. Inc.
Bob Battaglia and Steve
Fed Tax ID# 14-15-14230
Phone 800-962 5266
3288 6th Ave.
LaPlante
Cell 518-269-0477
Troy, NY 12180
arem in etlaim' cW_j xr. com
AAA Emergenc31 Supply CO.,
Matthew S. Manfredi
AAA EmeT«ency Supply Co.. Inc.
Ryan Rhatican and
Inc.
Phone 914-949-0612
635 North Broadway
Steve LaPlante
Fed Tax ID# 13 - 19943 15
Cell 914-490-4307
White Plains, t -,TY 10603
mattm(Tgaaaem ergency.com
Tyler Fire Equipment, LLC
Tim Bur *ess
Tyler Fire Equipment; LLC
Bob Battaglia and
www.t3/let•fre.coni
Phone 607-734-1081
703 Erie Street
Steve LaPlante
Fed Tax ID# 03-0495952
TburLes4rurochester.n,.com
Elmira, ISM 14904
South Shore Fire & Safety
David Smith
South Shore Fire & Safety Eq
Ryan Rhatican and
Equipment Distributors Inc.
Phone 516-794 4000
579 East Meadow Avenue
Steve LaPlante
"A-w.southshorefire.com
dsmith(Fusouthshorefire.com
East Meadow._ NY 1 1664
Fed Tax ID# l I -1996719
Coastal Fire Systems; Inc.
Fred Gandolfo
Coastal Fire S}stems, Inc.
Ryan Rhatican and
www.coastalfiresystems.com
Phone 631-661-7515
410 Sunrise Hwy.
Steve LaPlante
Fed Tax ID# 20-3010673
fiedtivcoastalfiresystems.com
VJ.Babylon; NT 11704
Smiths Fire Service, Inc.
Calvin D. Smith
Smiths Fire Service, Inc.
Bob Battaglia and
www.smithsfireservice.com
Phone 814-226-4441
983 Barnum Road
Steve LaPlante
Fed Taa7D 010553404 ___
_---_ _ _
Eldred: PA 16731
HIES
Bob Duncan
MES
Municipal Emergency
860-364-6830
Municipal Emergency Services, Inc.
Services; Inc.
roduncan@mesfire.com
261 Upper North Road
Fed Tax ID;` 65-1051374
Highland, NTY 12528
Fisher Safety
James Bond
Fisher Safety
Fed Tax ID4 232942737
Phone 500-955-9999 x1994707
3000 Park Lane
Cell 560-666-2281
Pittsburgh, PA 15275
iames.bond('a),therrnofish.T-.com
Hagemeyer North America
Anthony Camobreco
Hagemeyer North America
www.hagemeyerna.com
Phone 686-288-7980
11680 Great Oaks Way, Ste 300
Fed Tax ID# 56-3281678
ACamobreco@hasemeyerrta.com
Alpharetta, GA 30022
The above listed distributors are the only AUTHORIZED Scott Health & Safen distributor: who will be honoring the le -FIRS and
conditions of the NYS 1-i1R.F, Contract
GROUP 38232 — IIAZAP.DOUS INCIDENT' RESPONSE REN SED ANVARI) PAGE 98
EQUIIINTENT (Statewide)
LEVEL TWO
CONTRACTOR:
Smiths Detection, Inc.
Partici patine in A1114tistate contract:
Yes
Catalog or e71117pment offered:
11rlce list items
Applicable ages:
All
Exclu cion s:
Mone
Price List identification: See price list accompanying
this award for approved contract pricing - Summary page at
htt :--www.o_s.state.nv.us- urchase-s e -awards
'�8?3219745CAN.HTM
44ininzzznl Order: h1,711 accept orders. for less than the Yes
9100 mininuzzn order.
Shipping on minirnunr order:
Shipping will he added in accordance with the "JAinimurn
Order" clause
Volume Discount:
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
pricing.
Orders should be directed to:
Person to contact in the event of all ellzel'gerzcy
Name: Patricia Morse
oCCLPTM- after hitsiness hours or on weekend-holizlat':
Phone: 973-496-9200
Person to Contact in the event of an enzergencl,
Fay:: 973-496-9300
occurring after bzrsiness hours or on weekelz(l-Jzotidtz,•:
E-mail: patricia.morseia;smithsdetection.com
y
Normal Business hours: M -F; E:OOAM - S:OOPM
Name: Patricia Morse
CeII: 973-632-3517
ax: 973-496-9300
E-mail: Patricia.morsefsmithsdetect ion. com
Emergency no.: X -Ray and Trace 1-800-297-0955
HazmatED.. Cvranose and G.ASID 1-866-442-0628
4dditzohal services offered k, conri-actor• to contract --
Altproducts include -a standard one year warrant)' -
users at no added cost.
Vendor offers:
Maintenance
Not offered
Calibrati071
Not offered
Service
Not offered
Accepts NY State Credit Car•d_forparchuses under 910,000
� Yes
Discount. for use of.n'P State credit ca7'd.
0%
Guaranteed Deliverl,
60-150 days A -R -O depending on
item
EIL'Cti'O7LLC ACCCSS OI'LICI'Lng Offered:
No
Price list available on web:
Approved price list contained herein
Discount for p Lnnnent within 15 dans of deliver,
and or receipt of voucher
None
Com any Rebsite
IwNA-,A,.smtihsdettction.com
GROUP 38232 - HAZAM)OUS INCIDENT R-LSPONSE REV71SED AWMI) PAGE 99
EQUIPMENT (Statewide)
LMT, TWO
CONTRACTOR:
Survival Armor, Inc.
PCirticl at217", 111 Militlstate Contract:
Yes
Equipment -Catalog offered:
Egnlplllent aS listed Oil aCCOMpallying' price list
Applicable Pages:
All
Evclusinits:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htt:--wwm'.ous.state.n),.us- urcliase-s u-awards-382321974-iCAN.IITM
/l/12121112LU11 Ci!"dL'J': RVI ClCCL'pt ordersfor less tJ2C111 the I Yes
9100 111n1211121117 order. Ij
Shi ill" an lllinin11111J order:
Bidder will shi) at no additional cost
Volume DisC01172t.
None offered. Discuss additional discounts with vendor
on submission of large orders. It is recommended that
end-users contact vendor when ordering volume. Also
compare to other vendors on these contracts.
Orders should be directed to:
Name: Cathy Lowe
Phone: 866-868-5001, Ext 132
239-210-0891; Ext 132
Fax: 239-210-0898
E-mail: cath ylowe-011suivivalarmor. corn
Person t0 Co)rtact 277 the event O_ f a71 0771ei e1tC),
ciccur'rinb after bllSillL'SS Juun"s or 072 We? elzrl-hoiitlay:
Normal Business hours: M -F 0':OOAM-5:OOPM EST
Name: Cathy Lowe
Phone: 866-868-5001. Ext. lit
239-210-0891; Ext. 132
Fax: 239-210-0898
Cell. 770-780-0070
E-mail: cathylower±survivalarmor.corn
Additional services of
fererl by cnnri actor to contract
users at nn adcled cost:
.None offered
Vendor of
Not off red — - -
Calibration
I Not offered
Service
Not offered
Accepts ATStatc Credit Cc17'd.f07'hlT7•c12aSe5 under 910,000
, Yes
Discount for use of I T State credit card:
0°io
Guaranteed Delivery
I Concealable 30-46 days A -R -O
Tactical 42-56 days A -R -O
Electronic Access Orderin- Offered:
No
Price list available on web:
Approved price list contained herein
Discount for pLivinent within 15 days of deliver), and or receipt of voucher
0%
Coln m117 Website
www.sun,ivalarrllor.com
Distributor List for NY State Contract (Survival Armor, Inc.)
Listed below are the names of authorized Distributors to assist NO'S contract users.
Distributor Name
Industrial Distributor
Haight Fire Equipment
Contact Name
Steve Joslin
Address Citv State Zi
199 Little Britain Road
Phone - Fax
P: 845-562-6485
GROUP 38232 — HAZARDOUS INCIDENT P-ESI'ONSE REVISED AWARD PAGE 100
EQUIPMENT (Statewide)
LE`rEL TWO
CONTRACTOR: Thermo Eberline LLC
Partici )ating ilr Muttistaic Colltl•aet. �'eS
Calalo(, or el ui mlent offered: Equi nient as listed on Radiation and Explosive Detection CD
An lli.cable pages: All items listed on contract price list
Exclusions: Any items not listed on contract price list
Price List identafi.cation: See price list accompanying this award for approved contract pricing - Summar), page at
htt :--wvrw.o_s.state.nv.us-purchase-s-attards-3823279745CAN.HTM
Minimum Order: k ill Accept ordersfnr less than the
Yes, will accept orders for the less than the $700
S100111initnunr order.
minimum order
Shi in�� on mininular oiler:
None, will ship at no additional cost
Volume Discount.
VOLUME PRICING- PRICE BREAKS for single order to one
location in dollars. Additional voIume discount:
X100.000.00 21A
$300,000.00 3
9500.000.00 4°rii
Orders should be directed to:
Pel Sort to conlac! ill the eVellr of 11)) enter•" elley occurring after
Name: Bob Thomson -Jim Dovle
business hours oY ort weekend-holidap:
Phone 800-274-4212
Normal Business hours: M -F 7:30AA4-4:30PM
603-560-23394508) 553-1124
Category 2. Explosive Device Mitigation
Name: David Geary
Fax: 603-329-8077 - 508-520-2815
Phone: 866-282-0430 - 508-553-1655
E-mail: bob.thomson(?�thermofisher.com
Fax: 508-520-2815
jim.doyle@Mthermofisher.com
E-mail: david.gearyr<cThermoFisher.com
Catea_on, 3. Search and Rescue Equipment
or:
Name: Mark Deacon
Phone: 800.2?4-4212 - 505-428-3533
Fisher Scientific
Cell Phone: 440-487-6427
Fed ID 0': 232942737
Pax: 505-428-3535
Name: Patrick O'Lean,
E-mail: marlc.deacornc"_i,ThermoFisher.com
Phone: 1-800-955-9999
Cat -.son, 4. Detection Equipment Chemical
Name: Michael Buckley
412-490-8915
Phone: 866-282-0430-508-946-4937
Fag: 412-490-888 -- _ __ __ __
Fat:: -508=520-2800
E-mail: Patrick.oleary@thennofisher.com
E-mail: Michael.buckleyrThemioFisher.com
Categon, 4. Detection Equipment. Radiological
Cateeon 6. Phvsical Securin Enhancement Eouirrment
Cate!�ory 7 Terrorism Incident Prevention Etguipment C at gw-y
12. Intervention Equipment
Name: Mark Deacon
Phone: 800-274-4212-505428-3533
Cell Phone: 440.4 87-6427
Fax: 505.428-3535
E-mail: mark.deacon0i ThermoFisher.com
Additional services offered by coltrnctor to conn act I
None
users at no added cost.
I%endor n fors: Thermo offers the same discount on service as offered on the products.
Mainienance I Yes, same discount as offered on equipment
Calibration Yes, same discount as offered on equipment
Service Yes, same discount as offered on equipment
Accepts AT State Credit Card for purchases ulztler• S10,000 Yes
Discount for use of AT State credit curd: None
Guaranteed Deliver v 90 days A -R -O
GROUP 35232 — IIAZAP.I)OUS INCIDENT I:ESPONSE RQ'ISED AWARD !'AGE 101
EQUIPMENT (Statewide)
LEVEL TWO
CONTf2ACTOR:
Tou;li Traveler Ltd.
Participatin, in Multistate contract:
Yes
Ec ui talent -Catalog, offered:
TOUgh Traveler bass as lisied on price list
A 1 licablc a,,es:
All
Exclusions:
None
Price List identificatiolz: See price list accompanying this award for approved contract pricing - Summary page at
htt :--wvrw.ogs.state.nv.us- urchase-s><_�-awards-35333]9745CAN_FITM
Millinlllnl Order: Will accept orders for
9100 111177111111117 01'11er.
less than the
Yes
Shippinzi- on mininutin order:
Shipping costs will be added in accordance with the
"Minimum Order" clause
Volume Discount:
VOLUI E PRICING - Volume pricing is as listed on the
bottom of the price list. Additional diSCOt111tS are available
based on number of items ordered.
Orders should be directed to:
Name: Nancy Gold
Phone: 800-465-6844
518-377-8526
Fax: 518-377-5434
E-mail: toughtraveler@aol.coo
Pei -soil to Contact 111 the event of 1177 eilleloelley
occurring clfter business hours or oil weekend-holidclp:
Normal Business hours: M -F 08:00AM - 55:00PM
Name: Nancy Gold
Phone: 800-465-6844
518-783-8434
Fax: 518-70-6414
E-mail: toughtravc1cr vaol.com
Additional services of hp contractor to conn act
users at no added cost.
None offered
Vendor Of
Maintenance
Not applicable
CLilihMtiMl
Not applicable
Service
Not applicable
Accepts 1VYState G•edit Card_forpzn-Cl?ases finder S'IO,000 Yes
Discount for use o 71l)'State credit card:
None
Guaranteed Delivey,
Varies based on size. items ordered
and current productiIii promised.
Electronic Access 07-de7-i7n- Offered:
No
Price list available an lveh:
I Approved price list contained herein
Discount for paimlent within 30 rials of delivers? and or receipt of voucher (? 50/.
Compcnzr i3'ebsi.te
(ti>nww.toughtraveler.com
GI:OUP 38232 — HAZARDOUS INCIDENT I:ESPONSE REVISEI) AMIAPvD PAGE 102
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOR:
TSI'Incor orated _Pendin«
Partici rating in Alultistau, contract:
Yes
Catalog of
TSI incorporated- Respirator Fit Testing, PortaCOunt Plus
Respirator Fit Tester and N95 -Companion
TSi Inco orated -Res iratory Protection for First Responders
Applicable ages:
All
Exclusions:
None
Price List identification: See price list accompanying
this award for approved contract pricing - Summary page at
htt:--www.o<=s.state.ny.us- urcltase-spy,.-awards-3823219745CAN.HTM
Minimum Order: Pill accept orders.for less than the No
S100 7nininnon order.
Shipping on milzinunn Order:
N -A
T olYone Discount.
VOLUME PRICING- PRICE BREAKS for single order
to one location in dollars:
535,000.00 50110
Contact vendor for additional discounts when purchasing
larL,e quantities of equipment
Orders should be directed to:
Person to contact in the event of an e711e7-"e7zct
Name: Pam Wittig
occurriw, after business hours or" 077 weekend -holiday:
Phone: 800-874-2811
Normal Business hours: Mon -Fri 8:00AN1-5:00PM CST
Fax: 651-490.-3824
Name: Joe Harris
E-mail: answers(2Dtsi.com
_
Cell Phone: 330-389-2473
Or
Fax: 651-490-3824
AJ Abrams Co; Inc
E-mail: joseph.harrisctitsi.com
Name: Pam Lothrup
Phone: 800-842-3011
Fax: 303-266-8289
E-mail: ajabramsco@att.net
Paymentls-madedirectlytoTSI-----
Additional services offered by contractor to contract
Start-up assistance 1-2 hours on site
users at no added cost:
Vendor o fors:
A'laintenance
Not offered
Calibration
Not offered
Service
Not offered
Accepts NP State Credit Card. for• purchases under 910, 000
Not offered
Discount.for• use of NI' Statc credit card:
None offered
i
Guaranteed Deliver -1-4
units days A -R-0
5-10 units- 60 days A -R -O
* if over 10 units advise at the time of
the order
Electronic AccessOrderina Offered:
Yes
i
GROUP 38232 — HAZARDOUS INCIDENT RLSPONSE REVISED AWARD PAGE 103
EQUIPMENT (Statewide)
LEVEL TWO
CONTRACTOR:
The 1 odock Will Company, Lie.
Participating in Masltistslte co11n'aCt.
Yes
EIJLllpl7r L'nt-Cala1(1g (7.ffL'!'L'[I:
)'odocL Wall Co.
A 7licablc pa'IcS:
All
Exclusions:
None
Price List identification: See price list accompanying this award for approved contract pricing - Summary page at
htip:--www.ogs.state.rny. us-purchase-spg-awards-3823219745 CAN.1-ITM
Note: PricinL, is FOB destination. frei«hi prepaid and added. Check with vendor for cost before orderinLl.
Mininrunl Order: NFld accept orders.for less than the
$700 MiW11111nr order.
Yes
Shipping on ntiniM1111l order:
I Shipping will be added in accordance with the "Minimum
Order' clause
Volume Discount:None
offered. Discuss additional discounts with vendor
on submission of large orders. 11 is recommended that
end-users should contact vendor when ordering volume.
Also compare to other vendors on these contracts for
pricim'..
Orders should be directed t0:
Name: Corey Fishe
Phone: 1-888-496-3625
570-380-2856
Fax: 570-380-2859
E-mail: cfishe)yodock.com
PCI-SO71 t0 COMUCt i71 t126' CV('1Zt Of'1111 enicr en C)!
occurring erftL'r' h1lS77Z8SS 1101,11-S 0T Oil iveekend-holiday:
Normal Business hours: M -F, 9:00AM-4:30PM
Name: Corev Fishe
Cell Phone: 570-336-8507
Fax: 570-380-3819
E-mail: cfishe(H—wodock.com
4ddiii072117 selvices offered by c071PWC107' to c071tr'act
users at no added cost:
None
Vendor s7 fers
Maintelzance
I Not applicable
Calibration
Not appiicable
Service
Not applicable
Accepts AT State Credit Card, for purchases under SM. 000
I Yes
Discount for use Of AIJ State Credit Card:
0%
Guarantees/ Delivery
� 45 days A -R -O
Electronic Access Orderbi OffC]'L'll:
NO
Price list available on web:
Approved price list contained herein
Discount for patnnent within 15 days Of delirer-J, and m' recei t of voucher
None
Company Website
��na�>.waterbarrier.com
GROUP 35232-HAZAPd)OLIS INCIDENT P,-ESI'ONSE P.-EVISED AWARD PAGE 104
EQUIPMENT (Statewide)
LEVEL TWO
C'ONTRAC'TOR:
Zistos Corporation
Participating in Multistate contract:
Yes
Equipment-Cataloh offeretl:
Zistos items as listed on accompanying price list
Applicable trees:
All
E.xclusionr:
None
Ej
Price List identification: See price list accompanying
IMP: --wwNA'.02 S.state.n�'.us-purchase-s '-awards-3823219745.
this award for approved contract pricing - Summary page at
CAN. FITM
Minimum Order: I1 ill accept orders for less than the
5700 nzininzum order.
I Yes
Shipping on minimum order.
Shipping costs will be added as in minimum order clause
Volume Discount:
1 °io additional on orders over Sl 00.000
Orders slzoultl he directetl to:
Name: John A Kennedy Jr., \rPoccurring
Phone: 631-434-1370
Fax: 631-434-9104
E-mail: jkennedy@zistos.com
Person to contact in the event of an emergence
after business hours 07 -on wcelcend-holiday:
Normal Business hours: M -F 8:30 AM to 5 PM
Name: Bob Levine, President
Phone: 631-434-1370
Fax: 631-434-9104
Cell phone: 631-766-3161
E-mail: bleviner,zistos.com
Adrlitiozuil services of
feretl by conn actor to conn act
users at no atldetl cost:
Training on use of equipment is included
i%endor of
Maintenance— _ __ _ -_
1 Not offered
Calibration
Not offered
Service
Not offered
Accepts NPState Credit Card forpurchases under 510,000
Yes
Discountfor use of A'I'State credit card:
0°
Guaranteed Deliver'
60 days A -R -O
Electronic Access Ordering Offered:
No
Price list available on web:
Approved price list contained herein
Discount for painnent within 15 dais of deliver -)l and
or receipt of voucher
1 %
Conl anv l'l'•ebsite
w\v\A'.Zistos.corn
GROUP 38232 - IIAZARDUL'S INCIDENT RESPONSE REWISEI) AWAIJ) PAGE 105
EQUIPIAIENT (Statewide)
REQUEST FOR CHANGE:
Any request by the aeency or contractor regarding changes in any par( of the contract must be made in
writing to the Office of General Services; Procurement Services Group; prior to effectuation.
CONTRACT PAYMENTS:
Payments cannot be processed by State facilities until the contract products have been delivered in
satisfactory condition or services have been satisfactorily performed. Payment will be based on any invoice used
in the supplier's normal course of business. However; such invoice must contain sufficient data including but not
limited to contract number; description of product or service, quantity, unit and price per unit as well as federal
identification number.
State facilities are required to forward properly completed vouchers to the Office of the State Comptroller
for audit and payment. All facilities are urged to process every completed voucher expeditiously giving particular
attention to those involving cash discounts for prompt payment.
If the contract terms indicate political subdivisions and others authorized by law are allowed to participate:_
those entities are required to male payments directly to the contractor. Prior to processing such payment; the
contractor may be required to complete the ordering non -State agency's own voucher form.
See "Contract Billings" in Appendix B; OGS General Specifications.
ELECTRONIC PAYMENTS:
The Office of the New York State Comptroller (OSC) offers an "electronic payment" option in lieu of
issuing checks. To obtain an electronic payment authorization form visit the OSC website at www.osc.state.ny.us
or contact them by e-mail at epuni1@osc.state.ny.us or by phone at 515-474-4032.
NOTE TO CONTRACTOR:
This Contract Award Notification is not an order. Do not take any action under this contract except on the
basis of purchase order(s) from the agency or agencies.
PREFERRED SOURCE PRODUCTS AND SERVICES:
Some products -services in this contract may be available from one or more preferred source suppliers such
as Correctional Industries (Corcraft), Industries for the Blind of NYS, and NTYS Industries for the Disabled.
-- Agencies are reminded to comply with -the -statutory -requirements under Section 16"2 of the State Finance La -w and
the guidelines issued by the State Procurement Council to afford first priority to products and services available
from preferred sources which meet your form; function and utility.
Contractors are required to include this notice in all price lists and contract updates.
CONTRACT CHANGES
Price lists submitted with a bid will be held firm for one year from the date of award. Future requests for
price list updates will be submitted on a yearly basis thereafter.
If the time between bid submission and contract award exceeds 180 days we allow a one time initial price
list update for any price list changes that occur during the period from bid submission to contract approval.
CONTRACT PRICE LIST CHANGES:
Price list updates are allowed once per year on the vendor's schedule. This price list update may
also include the addition of new products. Product additions only are restricted to 2 times per ysar. We reserve the
right to allow additional chap_=es if it is determined to be in the best interests of the State. Vendors should be aware
that price list approval may take up to three months.
New products will be considered for inclusion provided they strictly adhere to the contract scope
and are offered to the State at the same terms and conditions as in the original bid and at pricing or discounts
deemed to be reasonable. Contractors agree to provide documentation to demonstrate that the pricing is
GROUP 38232 — HAZARDOUS INCIDENT P.ESI'ONSE I:E�gSED ANA'ARI) PAGE 106
EQUIPMENT (Statewicle)
generally allowed unless specific documentation from the manufacturer is provided showing that a distributor
cannot support the discount on that equipment without undue hardship. Reduction in discount from that originally
accepted may result in deletion of item from award. Decision will be made on a case-by-case basis. Price
decreases or discount increases are permitted and encouraged at any time.
New products will be considered for inclusion provided they are pertinent to the award description and
offered to the State at the same terms and conditions as in the original bid and al pricing or discounts deemed to be
reasonable and in the best interests of New York State. Price decreases or discount increases are permitted and
must be offered to all participating states. See Attachment l for Contract update procedures and forms required.
BEST PRICING OFFER
Price decreases shall take effect automatically during the Contract Term and apply to orders submitted
subsequent to the effective dates of applicable price decreases as follows:
1. Commercial Price .List reductions: Where the NYS Net Prices are based on a discount from the
Contractor's list prices and the Contractor lowers its pricing to its customers or to similarly situated
government customers during the contract term; or
?. Special Offers- Promotions- General: 1/here the contractor generally offers more advantageous
special price promotions, or special discount pricing to customers during the contract term, and the
maximum price or discount associated with such offer or promotion is better than the discount or price
otherwise available under this contract, such better price or discount shall apply for similar quantity
transaction for the life of the general offer or promotion.
3. Special Offers- Promotions -Specific: Contractor may offer an Authorized user competitive pricing
which is lower than the Net NrYS Price set forth herein at any time during the contract period and such
lower pricing shall not be applied as a global price reduction under the contract pursuant to the
foregoing paragraph.
EXCLUSIONS:
The New York State Office of General Services Procurement Services Group reserves the right to delete
before or after award any of the products included in the contractor's catalog. Catalog may list products covered
by other State contracts as well as those available from preferred sources. It is the obligation of the agencies to
order from the appropriate source.
(See "Overlapping Contract Items" clause).
NON -STATE AGENCIES PARTICIPATION LN CENTRALIZED CONTRACTS:
New York State political subdivisions and others authorized by New York State law may participate in
contracts. These include, but are not limited to local governments, public authorities, public school and fire
districts, public and nonprofit libraries, and certain other nonpublic -nonprofit organizations. See "Participation in
Centralized Contracts" in Appendix B, OGS General Specifications. For purchase orders issued by the Port
Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent
to New York State); the terms of the "Price" clause shall be modified to include delivery to locations adjacent to
New York State.
Upon request, all eligible non -State agencies must furnish contractors with the proper tax exemption
certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is
available on the OGS web site Click on "For Government -Contracts and Purchasing," then
".About Procurement," then "Non -State Agency Legal References." Questions regarding an organization's
eligibility to purchase fi-om New York State Contracts may also be directed to OGS Procurement Services Group's
Customer Services at 518-474-6717.
EXTENSION OF USE:
These contracts may be extended to additional States or governmental jurisdictions upon mutual written
agreement between New York State (the lead contracting State) and the contractor. Political subdivisions and
nt}, P, m,thnrivarl a„+;+;Ar ,,.;th;,, oo.-}, ...,,-t;..;,,or;,, r. C��ro f„ r,r,.. o,-., ,,, o.,r.,l .,.�,,. ,7',..•,. �
GIZOUP 38232 — H_A ZA U)0US INCIDENT RESPONSE P-EVISED AMIARD PAGE 107
EQUIPMENT (Statewide)
MINIMUM ODDER:
Minimum order is 5:100.00.
Contractor may elect to honor orders for less than the mirrinrum order. For such orders, at the contractor's
Option, shipping costs from the contractor's address (as stated in bid) may be added to invoice with a copy of the
freight bill. End users must be notified before the purchase of shipping charges. Shipping, costs are to be prepaid
by contractor and such orders are to be shipped on an F.U.B. destination basis. All such orders must be shipped by
the most economical method for the proper delivery of the product unless special instructions are stated on the
order by the agency. See individual vendor award pages for additional information.
VOLUME DISCOUNTS:
Volume discounts may be applied per purchase order; cumulatively per customer agency and -or
cumulatively statewide as listed under vendor information. Volume discounts shall be defined and applied as
follows: Purchase order volume discounts shall be additional discounts applied to individual purchase orders over
a specified dollar amount. Cumulative agency volume discounts shall be additional discounts applied to all future
orders made by an individual agency once an established volume has been met by that agency. Cumulative
statewide volume discounts shall be additional discounts applied to all future orders for all state and norn-state
orders once an established volume has been met under this contract. See individual vendor offering for details.
DELIVERY:
Delivery is expressed in number of calendar days required to make delivery after receipt of a purchase
order.
Product is required as soon as possible and guaranteed delivery may be considered in malting, purchases.
Delivery shall be made in accordance with instructions on Purchase Order- from each contract end-user. If
there is a discrepancy between the purchase order- and what is listed on the contract; it is the contractor's obligation
to seek clarification from the ordering end user.
INSTALLATION:
Where installation by conn -actor is required, it is the responsibility of the end user- to prepare the site for
installation brinain!z all utilities to within 4 feet of the site.
PERFORMANCE REQUIREI\ENTS:
CUSTOMER SUPPORT
The contractor shall provide toll-free telephone support -assistance at no extra charge to all customers
Aaencies interested in o•derina via EDI.
TOLL-FREE NU]\/TBERS
The contractor must provide toll-free telephone numbers for the State's procurement usage. If contractor
does not current]), maintain toll-free numbers, the contractor must be willing to accept collect calls .
PRICE LISTS AND CATALOGS
The contractor shall provide, within 30 days of request during the first 45 days of the contract period,
sufficient catalogs -media to service all customers who wish to use these contracts. After the first 45 days of the
contract, additional catalogs, or updated catalogs when applicable, shall be provided within 10 calendar- days of
request.
DISCREPANCIES
The contractor shall resolve all oder and invoice discrepancies (e.g., shortages.. breakages, etc.) within
five business days from notification.
GROUP 36232 — FIAZARDOUS INCIDENT P-.ESI'ONSE RE, VISED AWARD I'AGE 108
EQUIPMENT (Statewide)
picked up by the contractor within five business days after notification with no restocking charge and shall be
replaced with specified products or the agency shall be credited -refunded for the full purchase price.
PRODUCT RETURNS. AGENCY ERROR
Standard stoci, products ordered in error by ayencies musl be returned for credil within 1-5 days of receipt.
Product must be in resalable condition (original container, unused). There shall be no restocking fee if returned
products are resalable.
PERFORMANCE REQUII:EVIE'NTS: (Coni`d)
SUBSTITLITI ONS
Unauthorized substitutions are not acceptable. Substitution of one catalog product for another catalog
product shall require the approval of the ordering agency.
EMERGENCY SERVICE NUMBER .AND EMERGENCY CONTACT TNFORMATIONr
The contractor will provide a toll free product emergency service; available seven days a week; twenty-four
hours a day. Given the nature of the products; an emergency contact including name, number-, cell number, fax,
and email must be provided.
SALE FLYERS
At the contractor's option, sale catalogs, and flyers based on the awarded catalog, that offer further- price
reductions, may be offered to contract users. Also.. at the contractor's option, catalogs -price lists developed for a
specific customer's specialized requirements may be offered.
CONTRA CT PERI OD AND RENEWALS:
The initial contract term was for ; years and has been renewed for an additional 5 years, until May 31,
2015.
However, the State may unilaterally cancel the contract on a monthly basis any time after the initial twelve
(12) months by providing written notification at least one (1) month prior to the effective date of cancellation. The
minimum term of the contract shall be twelve (12) months. This provision does not affect the State's right of
suspension or cancellation contained in the "Suspension of Work" arid "Cancellation" clauses in Appendix B, OGS
_General Specifications.
CANCELLATION FOR CONVENIENCE
The State of New York retains the right to cancel an), of the contracts, in whole or in part without reason
provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should
not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for
unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing
Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by
the respective user Agencies.
SHORT TERM EXTENSION:
In the event the replacement contract has not been issued, an), contract let and awarded hereunder by the
Lead State, may be extended unilaterally by the State for an additional period of up to one month upon notice to
the contractor with the same terms and conditions as the original contract including, but not limited to, quantities
(prorated for such one month extension), prices, and delivery requirements. With the concurrence of the
contractor, the extension may be for a period of up to three months in lieu of one month. I-Ioweve1•; this extension
terminates should the replacement contract be issued in the interim.
CONTRACT NIIGRATION:
e,a,P A upnriP¢ nr anv other authorized user holding individual contracts with contractors under this
GROUP 38232 -11A ZARDOUS INCIDENT RESPONSE RE)7ISEI3 ANA .,k D PAGE 109
EQUIPMENT (Statevvide)
WARRANTIES:
See "Warranties" in Appendix B. OGS General Specifications or manufacturer's standard warranty.
Normal wear and tear items shall be warranted in accordance with mall Lrfacturer's standard warrant),.
Accessories supplied shall be compatible with the rest of the product.
RESERVATION
The State reserves the right to negotiate lower pricing;, or to advertise for bids, any unanticipated excessive
purchase.
The State reserves the right to negotiate and establish contracts directly with a third parr manufacturer
should their- sales volurne warrant. Additionally, the State reserves the right to delete products from a contract
offering at any time it is considered to be in the best interests of the State.
PRICE SHEETS AND CATALOGS
Contractor shall be required to furnish, without charge, catalog and price lists identical to those accepted
with their bid, including any changes (additions; deletions, etc.) pursuant to the contract, to authorized users which
request them. Catalogs and price lists provided must reflect all products excluded from the resultant contract
either through the omission of those portions or by obvious indications within the catalogs and price lists.
Catalog and price lists, either in paper format or electronic format, must be available to all end users upon
request. Price lists provided to contract users under this contract should contain Net Prices reflecting the proper
discounts for appropriate product lines.
INSTRUCTION MANUALS
Simultaneous with delivery; the contractor(s) shall furnish to the authorized user a complete instruction
manual for the product and for each component supplied, if appropriate. The manual shall include complete
instructions for unpacking, inspecting; installing, adjusting; alit*ning, and operating the product, together with
layout and interconnection diagrams, preventive and corrective maintenance procedures, and complete parts lists,
manufacturer's catalog numbers; and ordering information, if applicable.
REPORT OF CONTRACT PURCHASES: (Note: See also "Snecial Renorting Reauiremon,"' Zisterl hely w)
Contractor shall furnish report of purchases made from contract the fifteenth of the month following the end
of each six month period.
The reports -of New York State sales and -Total contract sales are to be submitted -to -the Office of General - _-
Services, Procurement Services Group, Tower Bldg., Empire State Plaza, Albany, NT' 12242; to the attention of
the individual shown on the front page of the Contract Award Notification and shall reference the Group Number,
the Invitation for Bids Number, Contract Number, sales period, and contractor's name. See Attachment 1B for
copy of suggested report form. This format may be used or a printout g_>enerated by the contractor showing
contract sales and including information on NTYS sales and participating State sales for the six month period will
be accepted. ID'S reserves the right to request additional information if needed.
Participating State reports should be submitted to the participating state as required by the State.
,NOTE: Snecial RennrtinE, Reauirement- it is the: resnmrsibilitr of the enol-c_(Scr to notifil contra.ctarrn at tinge of order- i
Federal Grant money' is heinp userl
Detailed contract user purchase reports must be supplied (if requested by the State or Federal controlling
agencies) for purchases made from these contracts using Federal Homeland Security or Law Enforcement
Terrorism Prevention Federal grants. These reports must be supplied within 2 business days upon request by State
or Federal controlling agency.
Failure to submit the required report may be cause for disqualification of contractor for future contracts or
cancellation of any contract held under this award by that vendor format: (other information may be required and
vendor will be notified in advance).
CROUP 35232 — TIAZAI:DOUS INCIDENT P.ESPONSE P.EVISED AWARD PAGE 110
EQUIPMENT (Statevvide)
ADMINISTRATIVE FEE: To be paid semi- annually.
Contractors have included in their pricing schedule an Administrative Fee of 0.5 i, of sales. The fee, alone
with the information in the table below, must be submitted to both the New York State Office of General Services
on a semi- annual basis and to the National Association of State Procurement Officials.
Contractors are required to submit a sales report to both NrYS and NASPO. NYS sales listed, other
participating State sales and total sales must be shown (see format below).
Period: Other participating Total sales (both NYS
Date from- Date to NIYS sales state sales and participating
States)
Note: The Administrative Fee must be submitted and paid within 30 days after the end of each six month period.
Two checks must be cut. One check should go to NTYS for NYS sales only and the second cheek for all other
participating State sales shall «o to NASPO. Vendors will receive schedule of dates.
Checks for 0.500 of sales for each preceding 6 months shall be sent, along with a copy of information in the table
above. Check stub should state the dates which the payment covers.
The above sales report shall be sent along with the payment check to:
NYS- 0.51/,, of NTS sales
NASPO-0.5'% of all other participating State
sales
I\n'S Office of General Services
NASPO
Division of Financial Administration
Atte. NASPO Program Manager
PO Box 2117
301 East Main Street. Suite 1405
Empire Plaza Station
Lexin--ton.. Kentuch! 40507
Albany, NY 12220-0117
Check should be made out to:
( Check should be made out to:
N'YS Office of General Services
NASPO
EMERGENCY PURCHASING:
In the event that a disaster emergency is declared by Executive Order under Section 28 of Article 2-B of the
Executive Law; or that the Commissioner determines pursuant to his -her authority under Section 163(10)(b) of the
State Finance Law that an emergency exists requiring the prompt and immediate delivery of products or services,
the -Commissioner reserves the rr�fit to -obtain sucl products or services from airy source, incI - I'- but not limited
to this contract, as the Commissioner in his -her sole discretion determines will meet the needs of such emergency.
Contractor shall not be entitled to any claim or lost profits for products or services procured from other sources
pursuant to this paragraph.
CONTRACT DUPLICATION:
Contractors holding contracts for items offered under this award must offer the same or better pricing on
those items if they are offered for inclusion in any award. If awarded, the items may be purchased under the
already existing contract number or under this award.
"OGS OR LESS" GUIDELINES APPLY TO THIS CONTRACT:
Purchases of the products included in the Invitation For Bids and related Contract Award Notification are
subject to the "OGS or Less" provisions of Section 163.3.a.v, Article XI, of the New York State Finance Law.
This means that State agencies can purchase products from sources other than the contractor provided that such
products are substantially similar in form, function or utility to the products herein and are:
1. lower in price
-and-or-
2 available under terms which are more economically efficient to the State agency (e.g. delivery terms,
GROUP 35232 — FIAZAPU)OUS INCIDENT RESPONSE REVISED AWARD PAGE III
EQUIPMENT (Statewide)
PERIODIC RECRUITMENT
The State reserves the right to consider additional vendors starting six months from the contract award
beginning date and at six month intervals during the course of the contract or at any time determined by the State
to be in it's best interest. Vendors shall be required to submit an original bid document which may include an
addendum containing additional applicable statutory requirements currently in effect at the time of the new bid
solicitation. Bids shall be evaluated under similar terms and conditions. Once awarded a contract. a vendor may
not resubmit a bid for fiiture consideration until the original bids have been evaluated and contracts awarded.
MERCURY -ADDED CONSUMER PRODUCTS:
Contractors are advised that effective January 1. 2005, Article 27, Title 21 of the Environmental
Conservation Lala- hans the sale of fever thermometers containing mercury and the sale of elemental mercury for
other than research purposes due to the hazardous waste concerns of ttlercury. The ]am, further states that effective
July 121, 2005, manufacturers are required to label mercury -added consumer products that are sold or offered for
sale in New York State by a distributor or retailer. The label is intended to inform consumers of the presence of
mercury in such products and of the proper disposal or recycling of mercury -added consumer products.
Contractors are encouraged to contact the Department of Environmental Conservation; Bureau of Solid Waste,
Reduction L Recycling at (518) 402-8705 or the Bureau of Hazardous Waste Regulation at 1-800-462-6553 for
questions relating to the law. Contractors may also visit the Department's web site for additional information:
http --aa aa�a dec state nv.us-aa ebsite-dshnl-redrew-c145home.html
OVERLAPPING CONTRACT ITEMS (MS contract users only):
Products available in this contract award may also be available from other NYS State contracts. Agencies
should select the most cost effective procurement alternative that meets their program requirements and maintain a
procurement record docunlenti lg the basis for this selection. See additional NT'S Homeland Defense Contracts
at: http:--www.ogs.state.ny.us-purchase-SearcllBrows e. asp
GROUP 35232 —HAZARDOUS INCIDENT IESPONSE REVISED AVIARD PAGE 112
EQUIPMENT (Statewide)
CONTRACT UPDATE PROCEDURE
The following guidelines are subject to change at the discretion of OGS.
TYPES OF CONTRACT UPDATES: In order to expedite processing of a change request, where
proposed changes involve more than one category below, the} should be submitted to OGS as totally separate
requests. ✓
a) REGULAR ADD - "Regular Adds'' are requests for i) catalog price increases for Products which
are already incorporated under the Contract, and ii) addition of new products to the Contract which
do not fall under the previously established price structure or discounts for Product types
Previously approved under the Contract. Regular Adds must be submitted to OGS for prior
approval; and must be accompanied by aj ustification of reasonableness of price. P.egular Adds are
subject to pre -audit by the Comptroller. if approved, OGS staff will notify Contractor in writing.
Adds are subject to pre -audit by the Office of the State Comptroller. If approved; OGS staff will
notify Contractor in writing
b) SPECIAL ADD - Special Adds are changes that are not specifically covered by the terms of the
Contract but inclusion is found to be in the best interest of the State. Contractor must provide a
justification of reasonableness of the prices offered and a statement explaining why it is in the best
interest of the State to approve the new Products. Special Adds are subject to pre -audit by the
Office of the State Comptroller. If approved; OGS staff will notify Contractor in writing.
(2) CONTRACTOR'S SUBMISSION OF CONTRACT UPDATES: In connection with any Contract
update, OGS reserves the right to:
• request additional information
• reject Contract updates
• remove Products from Contracts
• remove Products from Contract updates
• request additional discounts for new or existing Products
(3) PRICE JUSTIFICATION - FORMAT: Contractor is required to submit the Product and price
info??nation for the update in an Excel spreadsheet fortnat in hard copy in triplicate and on a floppy dish, CD, or
_ _
e ectromca y via e-mail to the DGS Purchasing Of
tcerTne list niusf be -dated -and thefor mat should --be
consistent 147ith the format of the price iist(s) included in the NYS bid docuzzlentation for this Contract. 177e price
list should separately include and identify by use of separate worksheets: Last approved complete price list,
price list additions,price list deletions, complete updated price list (including additions, deletions and price
changes), list of new manztfacturer lines being added. Excel cop); of pl for update will be supplied to each
vendor and hill include the required 14)07ksheets.
The ,State reserves the rtaht tO require a revised NYS Net Price List at any lime dui-ing the Contract period Each
updated price list Hurst include the date the price list was prepared.
(4) SUPPORTING DOCUMENTATION: Each update request must include the current U.S. commercial
price list relevant to the Products included in the update. If the NYS Net Prices are based on a GSA Schedule.
the current GSA Schedule must also be included with the update request. Requested price increases not based
on an approved GSA schedule must also include a copy of the current National Consumer Price Index as
described in the "Payments -Pricing" section of the Contract.
(5) COVER LETTERS: A Contract update must be accompanied by the Contract Update Form . Contractor
should briefly describe the nature and purpose of the update (e.g., update requested in order to reflect a recently
approved GSA schedule, to restructure the pricing to its customers generally, and -or for new Products or
services which fall into a new group or category that did not exist at the time of approval of the Contract by the
GROUP 3b232 — IIAZARI)OUS I_NCIDENT I:ESPONSE PX, WISED AWAM) PAGE 113
EQUIPMENT (Statewide)
STATE OF NEW YORK
EXECUTIVE DEPARTMENT - OFFICE OF GENERAL SERVICES
PROCUREMENT SERVICES GROUP
Cornine Tower — 39"' Floor
Empire State Plaza
Albany; Ne", fork 12242
CONTRACT
UPDATE FOI:M
OGS CON7TRACTNO.: PC
DATE OF SUBMISSION:
CONTRACT. PERIOD:
VENDOR CONTACT:
From: 2; 2005
NAND:
_September
To: May 31, 201
N-IONE NO:
3. All terms and conditions of the contract shall apply to
FAX NO.:
this request.
E-MAIL:
NOTE: Submission of this FORM dues not constitute
acceptance by the State of NeR- York until approved by
the appro riate Ne« York State renresentative(s).
D isaLree
INSTRUCTIONS:
1. This fibrin is to be used.for till conn -act updates, The fo7•rn is to be completed and s16711itted to t12e OGS
P•ocurenzcnt Services Grortp_fa7•.final approval. i-`endorr sluill co777plete, sign, and attach this fori7n to a cover
letter. Abp submission that is not complete or signed will be relectedL
2. Co7tt7-actor is 7-equired to submit the Product and price i7for127ation for the update in an Excel spreadsheet
formai on a disk a72d-07- electr071icall7? Via e-772ail to the 0GSPz17-ci2asi7?o Officer. Copp of Excel forn7atted price
list will be supplied.
3. The list must be dated and the format should be c077siste771 ivith the format of the price lists) included in the
Prici77g of the bid and aivard for this Contract.
___4. The_co7ztract update must be -accompanied h7, a revised NIT IVet Pr ccList inco7porat7ng all changes
COMPLETE STATEMENTS I THROUGH 8 BELOW
1. This request is an:
2. The intent of this submittal is to:
Regular Add
Add new products
Delete products
Special Add
Increase pricing allowed one time per year
Reduce pricing
3. All terms and conditions of the contract shall apply to
4. All discounts as agreed to in the contract shall apply,
this request.
A«ree
A ree
Disagree
D isaLree
5. All discounts are:
6. Attached documentation includes:
GSA
Cun-ent approved GSA (labeled "For information
Most Favored Nation*
only")
Current commercial price list (labeled "For
*Prices offered are the lowest offered to any similarly
information on)),")
Cit"gipfl pntii\'
GROUP 38232 — IIAZAP.DOUS INCIDENT IZESPONSE REVISED AWARD PAGE 114
EQUIPMENT (State-wide)
1. Describe the Nature and Purpose of the update:
2. Please explain how pricing has been structured to customers;. and -or identify and describe new Products or
services; which fall into a new group or category, that did not exist at the time of approval of the Contract
by the New York State Comptroller. If not applicable, state NA:
If you have previous sales to non -contract users of any of the product line to be added, please supply copies of'
invoice pricing to support the reasonabieness of pricing being offered or demonstrate other non NTYS contract
discount.
FOR STATE USE ONLY
OGS APPROVAL:
QSC APPROVAL:
Approved Approved as
Approved Disapproved
amended-- - Disapproved
Name:
Name:
Title:
Title:
Date
Date
GROUP 38232 — IIAGARhOUS I:NCII)ENT I',ESPONSE FIEVISEP AWARD PACE lis
EQUIPMENT (Statewide)
ATS- Hazardous Incident Resnonse Eauinment Bid 74741 B -O ;-21)-25
Subrnil wilb upcicne price lists
ATTA': Site 14•'olsle,el
On the price list spreadsheet supplied with this update, the column labeled "list price" is based on our
price list
.L
(Choose appropriate description- retail , distributor`s; contractor's, or manufacturer`s-'whatever is
appropriate)
I certify that the list price on the price list supplied to NTYS for this update is the nationally distributed price list (describecl
above used by our company at the this time .
Name/Sianature Title Date
Company Name
GROUP 38232 — IIAZAP.DOUS INCIDENT I:ESI'ONSE P-Q1SED AWAPM PAGE 116
EQUIPMENT (Statewide)
NYS Office of General Services
Procurement Services Group PEMODIC REPORT
Cornino Tower OF
Empire State Plaza CONTRACT PURCHASES
Albany, New York 12242
INSTRUCTIONS TO CONTRACTOR
1. Report should be submitted in accordance with instructions in the Contract Award Notification. Reports
are due for the period January l -June 30°i on July 15. For the Period .lulyl- December 31 reports are due
on .lanuary 15. Reports must be submitted by email and by hard copy. Administrative fee shall accompany
hard copy of report.
3. Please enter all information requested (Name and Address; Group Number, Period; etc.) in areas provided.
A copy ofthe Report form will be emailed to all vendors. A FYJ read only cop), was included with the bid
and a copy will be available on our contract information on the website at http:--NArww.ogs.state.ny.us-
purcih ase-spg-awards-3 82321974 5 CAN.HTM
3. Worksheet 1 on Contract Sales Report Form is as follows:
Location (State) Periodic Report of Contract
Purchases
Group 438232, Award 19745
Contractor name:
Address:
Contract Number:
Date Submitted:
Contract period: _9-2-05-5-31-10
Time covered by this report:
�......... ....... ..
Purchasing Officer: Sue Wolslegel
Location Total Dollar amount 0.5% Administration fee
NYS sales $
Please list sales to other entities -
List States below (add additional
lines if needed)
Non NY State sales -State Total dollar Amount 0.5% Administration fee
Contract Sales Report Worksheet 2 requires the following information on any contract sales be kept:
Sale date
Customer Name
Location (State)
Item description
Item number
Number purchased
GROUT' 35232 — HAZARDOUS INCIDENT RESPONSE REVVED AWARD PAGE I17
EQUIPMENT (Statewide)
4. If no purchases are made. submit the report worksheet 1 statinL, "No Purchases."
5. Do not overlap report periods from any prior report. Do not carry over amounts previously reported.
6. Please submit this report for sales under the 1-IIU— contract only.
7. It is important that complete records be kept of ali orders a«ainst the contract. Therefore; if you are a
manufacturer and shipments are made from distributor's or agent's stocks; be sure to report them.
8. Reports should be sent to the address at the top of this page to the attention of the contact individual for
"State Aacricies and Vendors" shown on the frons page of the Contract Award Notification.
9. Any questions regarding the submission of Your report should also be directed to the contact individual
shown on the Contract Award Notification.
Failure to submit timely reports or falsification of such reports may result in cancellation of contract and
disqualification of contractor for firture contracts.
GROUP 39'232—HAZARDOUS INCIDENT P.ESPUIR'SE RENrISED ANAIA.RD PAGE llb
EQUIPMENT (Statewide)
State. ofNewPori:
0fffce of General`Services
PROCURE, 11I VT•SERVICES GROUP
Contract Performance=Re )ort
Please take a moment to let us know how this contract award has measured up to your expectations. 1f reporting on
more than one contractor or product; please make copies as needed. This office will use the information to improve our
contract award, where appropriate. Comments should include those of the product's end user.
Contract No.: Contractor.
Describe Product' Provided (Include Item No., if availabie):
*Note: `'Product" is defined as a deliverable under any Bid or Contract, which may include commodities ("including
printing), services and -or technology. The term "Product" includes Licensed Software.
Excellent Good Acceptable f Unacceptable
• Product meets vour needs
• Product meets contract specifications
• Pricing
CONTRACTOR
Excellent Good Acceptable Unacceptable
• Timeliness of delivery
• Completeness of order (fill rate)
• Responsiveness to inquiries
• Emplovee courtesv
• Problem resolution
Comments:
(over)
Agency.
Address:
Prepared by:
Date:
Phone:
E-mail:
Please detach or uhotoconv this form & return by KAX to 57£-474-2437 or mail to:
OGS PROCUREnIENT SERVICES GROUP
Customer Services, Room 3711
NEW YORK SFAZE OFFICE ®F BENERAL SERVICES
PROCUREMENT SERVICES GROUP
APPENDIX A
STANDARD CLAUSES FOR NEW, YORK STATE CONTRACTS
STANDARD CLAUSES FDD NYS CUNTBACTS APPENDLR A
TABLE OF CONTENTS
1. Executory Clause
2. Non -Assignment Clause
3. Comptroller's Approval
4. Workers' Compensation Benefits
5. Non -Discrimination Requirements
6. Wage and Hours Provisions
7. Non -Collusive Bidding Certification
S. International Boycott Prohibition
9. Set -Off Rights
10. Records
11. Identifying Information and Privacy Notification
12. Equal Employment Opportunities For Minorities and Women
13. Conflicting Terms
14. Governing Law
15. Late Payment
16. No Arbitration
__. _._.... .
17. Service of Process
18. Prohibition on Purchase of Tropical Hardwoods
19. MacBride Fair Employment Principles
20. Omnibus Procurement Act of 1992
21. Reciprocity and Sanctions Provisions
22. Purchases of Apparel
STANDARD CLAUSES FDP, NYS CONTRACTS APPENDIX A
STANDARD CLAUSES POR NYS CONTRACTS
The parties to the attached contract.. license, lease, amendment or
other agreement of any kind (hereinafter; "the contract" or "this
contract") agree to be bound by the folloNvin« clauses which are hereby
made a part of the contract (the word "Contractor" herein refers to any
party, other than the State, whether a contractor. licenser, licensee, lessor,
lessee or any other party):
1. EXECUTORN' CLAUSE. In accordance with Section 41 of the
State Finance Law, the State shall have no liability- under this contract to
the Contractor or to anyone else beyond funds appropriated and
available for this contract.
2. NON -ASSIGNMENT CLAUSE. In accordance with Section 135 of
the State Finance Law, this contract may not be assigned by the
Contractor or its right, title or interest therein assigned, transferred,
conveyed, sublet or otherwise disposed of without the previous consent,
in writing, of the State and any attempts to assign the contract without
the State's written consent are null and void. The Contractor may,
however, assign its right to receive payment without the State's prior
written consent unless this contract concerns Certificates of Participation
pursuant to Article S-A of the State Finance Law.
3. COMPTROLLER'S APPROVAL. In accordance with Section 112
of the State Finance Lav,, (or, if this contract is with the State university
or City University of New York, Section 355 or Section 6215 of the
Education Law), if this contract exceeds $15,000 (or the minimum
thresholds agreed to by the Office of the State Comptroller for certain
S.U.N.Y. and C.U.N.Y. contracts), or if this is an amendment for any
amount to a contract which, as so amended, exceeds said statutory
amount, or if, by this contract, the State a-grees to give something other
than money when the value or reasonably estimated value of such
consideration exceeds 510,000, it shall not be valid, effective or binding
upon the State until it has been approved by the State Comptroller and
filed in his office. Comptroller's approval of contracts let by the Office
of General Services is required when such contracts exceed 530,000
(State Finance Law Section 163.6.a).
4. WORKERS' COMPENSATION BENEFITS. In accordance with
Section 142 of the State Finance Law, this contract shall be void and of
no force and effect unless the Contractor shall provide and maintain
coverage durinn the life of this contract for the benefit of such
- employees.-.as--are--required- to _be_covered _by. the _provisions of the
Workers' Compensation Law.
5. NON-DISCRTMINATION REQUIREMENTS. To the extent
required by Article IS of the Executive Law (also known as the Human
Rights Law) and all other State and Federal statutory and constitutional
non-discrimination provisions, the Contractor will not discriminate
against any employee or applicant for employment because of race,
creed, color, sex, national origin, sexual orientation, age, disability,
genetic predisposition or carrier status. or marital status. Furthermore,
in accordance with Section 220-e of the Labor Law, if this is a contract
for the construction, alteration or repair of any public building or public
work or for the manufacture, sale or distribution of materials, equipment
or supplies, and to the extent that this contract shall be performed within
the State of New York, Contractor agrees that neither it nor its
subcontractors shall, by reason of race, creed, color, disability, sex, or
national origin: (a) discriminate in hiring against any New York State
citizen who is qualified and available to perform the work; or (b)
discriminate against or intimidate any employee hired for the
performance of work under this contract. If this is a building service
contract as defined in Section 230 of the Labor Law, then, in accordance
with Section 239 thereof, Contractor agrees that neither it nor its
- I- - ..,.«, _1,.,11 r,., --„T, _fr, rr 1 —1— national rrivin 9.e
performance of work under this contract. Contractor is subject to fines
of 550.00 per person per day for any violation of' Section 220-e or
Section 239 as well as possible termination of this contract and
forfeiture of all monevs due hereunder for a second or subsequent
violation.
6. WAGE AND HOURS PROVISIONS. If this is a public wort:
contract covered by Article b of' the Labor Law or a building service
contract covered by Article 9 thereof, neither Contractor's employees
nor the employees of its subcontractors may be required or permitted to
work more than the number of hours or days stated in said statutes,
except as otherwise provided in the Labor Lav,, and as set forth in
prevailing wake and supplement schedules issued by the State Labor
Department. Furthermore, Contractor and its subcontractors must pay at
least the prevailing wage rate and pay or provide the prevailing
supplements, including the premium rates for overtime pay, as
determined by the State Labor Department in accordance with the Labor
Law.
7. NON -COLLUSIVE BIDDING CERTIFICATION. In accordance
with Section 139-d of the State Finance Law, if this contract was
awarded based upon the submission of bids, Contractor affirms, under
penalty of perjury; that its bid was arrived at independently and without
collusion aimed at restricting competition. Contractor further affirms
that, at the time Contractor submitted its bid, an authorized and
responsible person executed and delivered to the State a non -collusive
bidding certification on Contractor's behalf.
S. INTERNATIONAL BOYCOTT PROHIBITION. In accordance
with Section 220-f of the Labor Law and Section 139-h of the State
Finance Law; if this contract exceeds 55,000, the Contractor agrees, as a
material condition of the contract, that neither the Contractor nor any
substantially owned or affiliated person, firm, partnership or corporation
has participated, is participating; or shall participate in an international
boycott in violation of the federal Export Administration Act of 1979
(50 USC App. Sections 2401 et seq.) or regulations thereunder. If such
Contractor, or any of the aforesaid affiliates of Contractor, is convicted
or is otherwise found to have violated said laws or regulations upon the
final determination of the United States Commerce Department or any
other appropriate agency of the United States subsequent to the
contract's execution, such contract, amendment or modification thereto
shall be rendered forfeit and void. The Contractor shall so notify the
State Comptroller within five (S) business days of such conviction,
determination or disposition of appeal (2NYCRR-105-.4). —
9. SET-OFF RIGHTS. The State shall have all of its common law,
equitable and statutory rights of set-off. These rights shall include, but
not be limited to; the State's option to withhold for the purposes of set-
off any moneys due to the Contractor under this contract up to any
amounts due and owing to the State with regard to this contract, any
other contract with any State department or agency, including any
contract for a term commencing prior to the term of this contract, plus
any amounts due and owing to the State for any other reason including,
without limitation, tax delinquencies, fee delinquencies or monetary
penalties relative thereto. The State shall exercise its set-off rights in
accordance with normal State practices including, in cases of set-off
pursuant to an audit, the finalization of such audit by the State agency,
its representatives; or the State Comptroller.
10. RECORDS. The Contractor shall establish and maintain complete
and accurate books, records, documents, accounts and other evidence
directly pertinent to performance under this contract (hereinafter,
collectively, "the Records"). The Records must be kept for the balance
of the calendar year in which they were made and for six (6) additional
years thereafter. The State Comptroller, the Attorney General and any
STANDARD CLAUSES FOR HYS CONTRACTS APPENDIN A
within the State of New Fork or, if no such office is available, at a
mutually agreeable and reasonable venue within the State, for the term
specified above for the purposes of inspection, auditing and copying.
The State shall take reasonable steps to protect from public disclosure
any of the Records which are exempt from disclosure under Section 87
of the Public Officers Law (the "Statute") provided that: (i) the
Contractor shall timely inform an appropriate State official, in writing,
that said records should not be disclosed; and (ii) said records shall be
sufficiently identified; and (iii) designation of said records as exempt
under the Statute is reasonable. Nothing contained herein shall
diminish, or in any way adversely affect, the State's right to discovery in
any pending or future litigation.
11. IDENTWVING INFORMATION AND PRD ACV
NOTIFICATION. (a) FEDERAL EMPLOYER IDENTIFICATION
NUMBER and/or FEDERAL SOCIAL. SECURITY NUMBER. All
invoices or New York State standard vouchers submitted for payment
for the sale of goods or services or the lease of real or personal property
to a New York State agency must include the payee's identification
number, i.e., the seller's or lessor's identification number. The number is
either the payee's Federal employer identification number or Federal
social security number; or both such numbers when the payee has both
such numbers. Failure to include this number or numbers may delay
payment. Where the payee does not have such number or numbers, the
payee, on its invoice or New York State standard voucher, must give the
reason or reasons why the payee does not have such number or numbers.
(b) PRIVACY NOTIFICATION. (1) The authority to request the
above personal information from a seller of goods or services or a lessor
of real or personal property, and the authority to maintain such
information, is found in Section 5 of the State Tax Law. Disclosure of
this information by the seller or lessor to the State is mandatory. The
principal purpose for which the information is collected is to enable the
State to identify individuals, businesses and others who have been
delinquent in filing tax returns or may, have understated their tax
liabilities and to generally identify persons affected by the taxes
administered by the Commissioner of Taxation and Finance. The
information will be used for tax administration purposes and for any
other purpose authorized by law.
(2) The personal information is requested by the purchasing unit of the
agency contracting to purchase the goods or services or lease the real or
personal property covered by this contract or lease. The information is
maintained in New York State's Central Accounting System by the
- -Director of Accounting Operations Office of the State Comptroller, 110
State Street, .Albany, New York 12236.
12. EQUAL EAIPLOYMENT OPPORTUNITIES FOR
MINORITIES AND WOMEN. In accordance with Section 312 of the
Executive Law, if this contract is: (i) a written agreement or purchase
order instrument, providing for a total expenditure in excess of
$25,000.00, whereby a contracting agency is committed to expend or
does expend funds in return for labor, services, supplies, equipment,
materials or any combination of the foregoing, to be performed for, or
rendered or furnished to the contracting agency; or (ii) a written
agreement in excess of 5100,000.00 whereby a contracting agency is
committed to expend or does expend funds for the acquisition,
construction; demolition, replacement, major repair or renovation of real
property and improvements thereon; or (iii) a written agreement in
excess of 5100,000.00 whereby the owner of a State assisted housing
project is committed to expend or does expend funds for the acquisition,
construction, demolition, replacement, major repair or renovation of real
property and improvements thereon for such project, then:
(a) The Contractor will not discriminate against employees or
applicants for employment because of race, creed, color, national origin,
tee. A',...L ,'a. ,. —I ..r..t.... --A . '„ —,A --I— r.+
employment; job assigmnent, promotion, upgradings, demotion,
transfer; layoff, or termination and rates of pay or other forms of'
compensation;
(b) at the request of the contracting agency; the Contractor shall request
each employment agency, labor union, or authorized representative of
workers with which it has a collective bargaining or other agreement or
understanding, to furnish a written statement that such employment
agency, labor union or representative will not discriminate on the basis
of race, creed; color, national origin, sex, age, disability or marital status
and that such union or representative will affirmatively cooperate in the
implementation of the contractor's obligations herein: and
(c) the Contractor shall state, in all solicitations or advertisements for
employees, that, in the performance of the State contract, all qualified
applicants will be afforded equal employment opportunities without
discrimination because of race, creed, color, national origin, sex, ave,
disability or marital status.
Contractor will include the provisions of "a", "b", and "c" above, in
every subcontract over $25,000.00 for the construction, demolition,
replacement; major repair, renovation, planning or design of real
property and improvements thereon (the "Work") except where the
Work is for the beneficial use of the Contractor. Section 312 does not
apply to: (i) work, goods or services unrelated to this contract; or (ii)
employment outside New York State; or (iii) banking services,
insurance policies or the sale of securities. The State shall consider
compliance by a contractor or subcontractor with the requirements of
any federal law concerning equal employment opportunity which
effectuates the purpose of this section. The contracting agency shall
determine whether the imposition of the requirements of the provisions
hereof duplicate or conflict with any such federal law and if such
duplication or conflict exists, the contracting agency shall waive the
applicability of Section 312 to the extent of such duplication or conflict.
Contractor will comply with all duly promulgated and lawful rules and
regulations of the Governor's Office of Minority and Women's Business
Development pertaining hereto.
13. CONFLICTING TERMS. In the event of a conflict between the
terms of the contract (including an), and all attachments thereto and
amendments thereof) and the teras of this Appendix A, the terms of this
Appendix A shall control.
14. GOVERNING LAW. This_contract.shall be governed -by _the _laws -
of the State of New York except where the Federal supremacy clause
requires otherwise.
15. LATE PAYMENT. Timeliness of payment and any interest to be
paid to Contractor for late payment shall be govemed by Article 1 l -A of
the State Finance Law to the extent required by law.
16. NO .ARBITRATION. Disputes involving this contract, including
the breach or alleged breach thereof; may not be submitted to binding
arbitration (except where statutorily authorized); but must, instead, be
heard in a court of competent jurisdiction of the State of New York.
17. SERVICE OF PROCESS. In addition to the methods of service
allowed by the State Civil Practice Law & Rules ("CPLR"), Contractor
hereby consents to service of process upon it by registered or certified
mail, return receipt requested. Service hereunder shall be complete
upon Contractor's actual receipt of process or upon the State's receipt of
the return thereof by the United States Postal Service as refused or
undeliverable. Contractor must promptly notify the State, in writing, of
each and every change of address to which service of process can be
made. Service by the State to time last known address shall be sufficient.
Contractor will have thirty (30) calendar days after service hereunder is
STANDARD CLAUSES FOR NYS CONTRACTS APPEH0111 A
18. PROHIBITION ON PURCHASE OF TROPICAL
HARDWOODS. The Contractor certifies and warrants that all wood
products to be used under this contract award will be in accordance with,
but not limited to, the specifications and provisions of State Finance
Law §165. (Use of Tropical Hardwoods) which prohibits purchase and
use of tropical hardwoods, unless specifically exempted, by the State or
any governmental agency or political subdivision or public benefit
corporation. Qualification for an exemption under this lana, will be the
responsibility of the contractor to establish to meet with the approval of
the State.
In addition, when any portion of this contract involving the use of
woods, whether supply or installation, is to be performed by any
subcontractor, the prime Contractor will indicate and certify in the
submitted bid proposal that the subcontractor has been informed and is
in compliance with specifications and provisions regarding use of
tropical hardwoods as detailed in §165 State Finance Law. Any such use
must meet with the approval of the State; otherwise, the bid may not be
considered responsive. Under bidder certifications, proof of qualification
for exemption will be the responsibility of the Contractor to meet with
the approval of the State.
19. MACBRIDE FAIR EMPLOYMENT PRINCIPLES. In
accordance with the MacBride Fair Employment Principles (Chapter
807 of the Laws of 1992), the Contractor hereby stipulates that the
Contractor either (a) has no business operations in Northern Ireland, or
(b) shall take lawful steps in good faith to conduct any business
operations in Northern Ireland in accordance with the MacBride Fair
Employment Principles (as described in Section 165 of the New York
State Finance Law), and shall permit independent monitoring of
compliance with such principles.
20. OMNIBUS PROCUREMENT ACT OF 1992. It is the policy of
New York State to maximize opportunities for the participation of New
York State business enterprises, including minority and women -owned
business enterprises as bidders, subcontractors and suppliers on its
procurement contracts.
Information on the availability of New York State subcontractors and
suppliers is available from:
NYS Department of Economic Development
Division for Small Business
30 South_ Pearl St -- 7"' Floor
Albany, Nevi York 10245
Telephone: 518-292-5220
A directory of certified minority and women -owned business enterprises
is available from:
NYS Department of Economic Development
Division of Minority and Women's Business Development
30 South Pearl St -- 2nd Floor
Albany, New York 12245
http://m,ww.enipire.state.n),.us
The Omnibus Procurement Act of 1992 requires that by signing this bid
proposal or contract, as applicable, Contractors certifi that whenever the
total bid amount is greater than Sl million:
(a) The Contractor has made reasonable efforts to encourage the
participation of New York State Business Enterprises as suppliers and
subcontractors, including certified minority and women -owned business
enterprises, on this project, and has retained the documentation of these
efforts to be provided upon request to the State;
(c) The Contractor agrees to make reasonable efforts to provide
notification to New York: State residents of employment opportunities
on this project through listing any such positions with the .lob Service
Division of the New York State Department of Labor; or providing such
notification in such manner as is consistent with existins collective
bargainins contracts or agreements. The Contractor agrees to document
these efforts and to provide said documentation to the State upon
request; and
(d) The Contractor acknowledges notice that the State may seek to obtain
offset credits from foreign countries as a result of this contract and
agrees to cooperate with the State in these efforts.
21. RECIPROCITY AND SANCTIONS PROVISIONS. Bidders are
hereby notified that if their principal place of business is located in a
country; nation, province, state or political subdivision that penalizes
New York State vendors, and if the goods or services they offer will be
substantially produced or performed outside New York State, the
Omnibus Procurement Act 1994 and 2000 amendments (Chapter 684
and Chapter 383, respectively) require that they be denied contracts
which they would otherwise obtain. NOTE: As of May 15, 2002, the
list of discriminatory jurisdictions subject to this provision includes the
states of South Carolina, Alaska, West Virginia, Wyoming, Louisiana
and Hawaii. Contact NYS Department of Economic Development for a
current list of jurisdictions subject to this provision.
22. PURCHASES OF APPAREL. In accordance with State Finance
Law 162 (4-a), the State shall not purchase any apparel from any vendor
unable or unwilling to certifj+ that: (i) such apparel was manufactured in
compliance with all applicable labor and occupational safety laws,
including, but not limited to, child labor laws, wase and hours laws and
workplace safety laws, and (ii) vendor will supply, with its bid (or, if
not a bid situation, prior to or at the time of signing a contract with the
State), if known, the names and addresses of each subcontractor and a
list of all manufacturing plants to be utilized by the bidder.
STANDARD CLAUSES FOR HYS CONTRACTS APPENDIR A
THIS PAGE IS INTENTIONALLY LEFT BLANK
NEIL YOGIC STATE OFFICE OF OENEGAL SEBUICER
PROCUREMENT SERVICES GROUP
APPENDIX B
GENERAL SPECIFICATIONS
(Commodities and Non -Technology Services)
P1 ;=A¢;= RFTA;N TF[[q 1" nr [JMr- FT FOR FUTURP
GENEP.AL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY CONTRACTS) APPENDIX B
'SABLE OF CONTENTS
TS
GENERAL,
1. Applicability
2. Governing Law
3. Appendix A
4. Ethics Compliance
S. Conflict of Terms
6. Definitions
BID SUBMISSION
7. International Bidding
8. Bid Opening
9. Bid Submission
10. Facsimile Submissions
11. Authentication of Facsimile Bids
12. Late Bids
13. Bid Contents
14. Extraneous Terms
15. Confidential/Trade Secret Materials
16. Prevailing Wage Rates
17. Taxes
18. Expenses Prior to Contract Execution
19. Advertising Bid Results
20. Product References
21. Recycled or Recovered Materials
22. Products Manufactured In Public Institutions
23. Pricing
24. Drawings
25. Site Inspection
26. Procurement Card
27. Samples
BID EVALUATION _-
28. Bid Evaluation
29. Conditional Bid
30. Clarification/Revisions
31. Prompt Payment Discounts
32. Equivalent or Identical Bids
33. Performance Qualifications
34. Disqualification for Past Performance
35. Quantity Changes Prior To Award
36. Release of Bid Evaluation Materials
37. Timeframe for Offers
TERMS & CONDITIONS
38. Contract Creation/Execution
39. Participation in Centralized Contracts
40. Modification of Contract Terms
41. Scope Changes
42. Estimated/Specific Quantity Contracts
43. Best Pricing Offer
44. Purchase Orders
45. Product Deliver),
46. Weekend and Holiday Deliveries
47. Shipping/Receipt of Product
48. Title and Risk of Loss
49. Re -Weighing Product
50. Product Substitution
51. Rejected Product
52. Installation
53. Repaired or Replaced Product/Components
54. On -Site Storage
55. Employees/Subcontractors/Agents
56. Assignment/Subcontractors
57, Performance/Bid Bond
58. Suspension of Work
59. Termination
60. Savings/Force Majeure
61. Contract Billings
62. Default - Authorized User
63. Interest on Late Pavments
64. Remedies for Breach
65. Assignment of Claim
66. Toxic Substances
67. Independent Contractor
68. Security/Confidentiality
69. Cooperation With Third Parties
70. Contract Term - Renewal
71. Warranties
GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERV/CES) APPENDIX B
GLNERaL
1. APPLICABILITY The terms and conditions set forth in this
Appendix B are expressly incorporated in and applicable to all
procurements and resulting procurement contracts let by the Office of
General Services Procurement Services Group, or let by any other
Issuing Entity where incorporated by reference in its Bid Documents.
Appendix B shall govern such procurements or contracts unless
expressly modified or amended by the terms of a Bid Specifications, or a
negotiated Contract/Clarification document, if any. Captions are
intended as descriptive and are not intended to limit or otherwise restrict
the terms and conditions set forth herein.
2 GOVERNING LAM' This procurement, the resulting contract
and any purchase orders issued hereunder shall be governed by the laws
of the State of New York except where the Federal supremacy clause
requires otherwise, and actions or proceedings arising; from the contract
shall be heard in a court of competent jurisdiction in the State of New
York.
3. APPENDIX A The terms of .Appendix .A (Standard Clauses for
New ) ork. State Contracts) are expressly incorporated herein.
4. ETHICS COMPLIANCE All Bidders/Contractors and their
employees must comply with the requirements of Sections 73 and 74 of
the Public Officers Law, and other State codes, rules and regulations
establishing ethical standards for the conduct of business with New
York State. In signing the bid, Bidder certifies full compliance with
those provisions for any present or future dealings, transactions, sales,
contracts, services, offers. relationships, etc., involving New York State
and/or its employees. Failure to comply with those provisions may
result in disqualification from the bidding process, termination of
contract, and/or other civil or criminal proceedings as required by law.
5. CONFLICT OF TERMS Conflicts between procurement or
contract documents shall be resolved in the following order of
precedence:
a. Appendix A (Standard Clauses for NYS Contracts)
b. Contract/Clarification Documents
Writing(s) setting forth the final agreements, clarifications,
terms, statement of work and/or modifications between the Bid
Documents and Contractor's Bid or Mini -bid.
C. Mini -Bid Project Definition (If any)
d. Bid Documents (Other than Appcndix A)
i. Bid Specifications prepared by the Issuing Entity
it. Appendix B (General SpeCiftariort.r)
C. Contractor's Bid or Mini -Bid Proposal
6. DEFINITIONS Terms used in this Appendix B shall have the
following meanings:
AGENCY OR AGENCIES The State of New York, acting by or
through one or more departments, boards, commissions, offices or
institutions of the State of New York.
ATTORNEY GENERAL Attorney General of the State of New York.
AUTHORIZED USER(S) Agencies, or any other entity authorized by
the laws of the State of New York to participate in NYS centralized
contracts (including but not limited to political subdivisions, public
authorities, public benefit corporations and certain other entities set
entity shall be held solely responsible for liabilities or payments due as a
result of its participation.
BID OR BID PROPOSAL An offer or proposal submitted by a Bidder
to furnish a described product or a solution or means of achicving a
practical end, at a stated price for the stated contract term.
BIDDER Any individual or other legal entity, (including but not
limited to partnership, firm or corporation) which submits a bid in
response to a Bid Solicitation. The term Bidder shall also include
"offeror." In the case of negotiated contracts, "Bidder" shall refer to the
"Contractor."
BID DOCUMENTS Writings setting forth the scope, terms, conditions
and technical specifications for a procurement of Product. Such
writing typically include, but are not limited to: Invitation for Bids
(IFB), Request for Quotation (RFQ), Request for Proposals (RFP),
addenda or amendments thereto, and terms and conditions which are
incorporated by reference, e.g. Appendix A (Standard Clauses_for NYS
Contracts), Appendix B, (General Specifications). Where these General
Specifications are incorporated in negotiated contracts which have not
been competitively bid, the term "Bid Documents" shall be deemed to
refer to the terms and conditions set forth in the negotiated contract.
BID SOLICITATION The notice or advertisement of an intent to
purchase a specified Product by or on behalf of Authorized User(s).
BID SPECIFICATION A written description drafted by the Issuing
Entity setting forth the specific terms of the intended procurement;
which may include: physical or functional characteristics, the nature of a
commodity or construction item, any description of the work to be
performed, Products to be provided, the necessary qualifications of the
Bidder, the capacity and capability of the Bidder to successfully cam,
out the proposed contract, or the process for achieving specific results
and/or anticipated outcomes or any other requirement necessary to
perform work. Where these General Snecifications are incorporated in
negotiated contracts which have not been competitively bid, the term
"Bid Specifications" shall be deemed to refer to the terms and
conditions set forth in the negotiated contract.
COMMISSIONER Commissioner of OGS, or in the case of Bid
Specifications issued by an Issuing Entity, the head of such Issuing
Entity or their authorized representative. - - --- -
COMPTROLLER Comptroller of the State of New York.
CONTRACT The writing(s) which contain the agreement of the
Commissioner and the Bidder/Contractor setting forth the total legal
obligation between the parties as determined by applicable rules of law,
and which most typically include the following classifications of public
procurements:
a. Agency Specific Contracts Contracts where the specifications
for a Product or a particular scope of work are described and defined to
meet the needs of one or more Authorized User(s).
b. Centralized Contracts Single or multiple award contracts where
the specifications for a Product or general scope of work are described
and defined by the Office of General Services to meet the needs of
Authorized Users. Centralized Contracts may be awarded on a sole
source, single source, emergency or competitive basis. Once established,
procurements may be made from the selected Contractor(s) without
further competition or mini -bid unless otherwise required by the Bid
Specifications.
, A . ..t' -._A n,.,t ,n
GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX B
Bids may be submitted either at a date and time certain or may be
accepted on a continuous recruitment basis, as set forth in the Bid
Snecifications. Selection of a Contractor from among back -drop contract
holders for an actual Product, prgject or particular scope of work may
subsequently be made on a single or sole source basis, or on the basis of
a mini -bid among qualified back -drop contract holders, or such other
method as set forth in the Bid Document.
d. Piggyback Contract A contract let by any department, agency or
instrumentality of the United States government, or any department,
agency, office, political subdivision or instrumentality of' any state or
state(s) which is adopted and extended for use in accordance with the
requirements of the State Finance Law.
CONTRACT AWARD NOTIFICATION An announcement to
Authorized Users that a contract has been established.
CONTRACTOR Any successful Bidder(s) to whom a contract has
been awarded by the Commissioner.
EMERGENCY An urgent and unexpected requirement where health
and public safety or the conservation of public resources is at risk.
ERROR CORRECTIONS Machine executable software code
furnished by Contractor which corrects the Product so as to conform to
the applicable warranties, performance standards and/or obligations of
the Contractor.
GROUP A classification of Product (commodities, services or
technology).
INVITATION FOR BIDS (IFB) A type of Bid Document which is
most typically used where requirements can be stated and award will be
made to the lowest responsive and responsible Bidder(s).
ISSUING ENTITY The Office of General Services or Authorized User
who issues the Bid Documents for a procurement.
LATE BID For purposes of bid openings held and conducted by OGS,
a bid not received in such place as may be designated in the Bid
Specifications or in the OGS Mailroom located in the Empire State
Plaza, Albany, New York 12242, at or before the date and time
established in the Bid Specifications for the bid opening. For purposes
- -- ---- - .- --- - --
ofbid openings held and conducted by Issuing Entities other than OGS,
the term late bid is defined as a bid not received in the location
established in the Bid Specifications at or before the date and time
specified for the bid opening.
LETTER OF ACCEPTANCE A letter to the successful Bidder(s)
indicating acceptance of its bid in response to a solicitation. Unless
otherwise specified, the issuance of a Letter of Acceptance forms a
contract but is not an order for Product, and Contractor should not take
any action with respect to actual contract deliveries except on the basis
of Purchase Orders sent from Authorized User(s).
LICENSED SOFTWARE Software transferred upon the terms and
conditions set forth in the Contract. "Licensed Software" includes error
corrections, upgrades, enhancements or new releases, and any
deliverables due under a maintenance or service contract (e.g. patches,
fixes, PTFs, programs, code or data conversion, or custom
programming).
LICENSEE One or more Authorized Users who acquire Product from
Contractor by issuing a Purchase Order in accordance with the terms
and conditions of the Contract; provided that, for purposes of
took receipt of and who is executing the Product, and who shall be
solely responsible for perfornmance and liabilities incurred.
LICENSOR A Contractor who transfers rights in proprietary Product
to Authorized Users in accordance with the rights and obligations
specified in the Contract.
MINI -BID PROJECT DEFINITION A Bid Document containing
project specific bid specifications developed by or for an Authorized
User which solicits bids from Contractors previously qualified under a
Back -Drop Contract.
MULTIPLE AWARD A determination and award of a contract in the
discretion of the Commissioner to more than one responsive and
responsible Bidder who meets the requirements of a specification, where
the multiple award is made on the grounds set forth in the Bid
Document in order to satisfy multiple factors and needs of Authorized
Users (e.g., complexity of items, various manufacturers, differences in
performance required to accomplish or produce required end results,
production and distribution facilities, price, compliance with deliver),
requirements, geographic location or other pertinent factors).
NEW PRODUCT RELEASES (Product Revisions) Any
commercially released revisions to the version of a Product as may be
generally offered and available to Authorized Users. New releases
involve a substantial revision of functionality from a previously released
version of the Product.
OCS The New York State Office of General Services
PROCUREMENT RECORD Documentation by the Issuing Entity of
the decisions made and approach taken during the procurement process.
PRODUCT A deliverable under any Bid or Contract which may
include commodities (including printing), services and/or technology.
The term "Product" includes Licensed Software.
PURCHASE ORDER The Authorized User's fiscal form or format
which is used when making a purchase.
REQUEST FOR PROPOSALS (RFP) A type of Bid Document
which is used for procurements where factors in addition to cost are
considered and weighted in awarding the contract and where the method
of award is "best value", as defined by the State F-177a72ce Lai -v
REQUEST FOR QUOTATION (RFQ) A type of Bid Document
which can be used when a formal bid opening is not required (e.g.
discretionary, sole source, single source or emergency purchases).
RESPONSIBLE BIDDER A Bidder that is determined to have skill,
judgment and integrity, and that is found to be competent, reliable,
experienced and qualified financially, as determined by the
Commissioner.
RESPONSIVE BIDDER A Bidder meeting the specifications or
requirements prescribed in the Bid Document or solicitation, as
determined by the Commissioner.
SINGLE SOURCE A procurement where two or more offerors can
supply the required Product, and the Commissioner may award the
contract to one Bidder over the other.
SOLE SOURCE A procurement where only one offeror is capable of
supplying the required Product.
STATE State of New York
GENEP.AL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX 5
7. INTERNATIONAL BiDDiNG All offers (tenders), and all
information and Product required by the solicitation or provided as
explanation thereof; shall be submitted in English. All prices shall be
expressed, and all payments shall be made, in United States
Dollars (S; US). Any offers (tenders) submitted which do not meet the
above criteria will be rejected.
8. BID OPENING Bids may, as applicable, be opened publicly.
The Commissioner reserves the right at any time to postpone or cancel a
scheduled bid opening.
9. BID SUBMISSION Ali bids are to be packaged, sealed and
submitted to the location stated in the Bid Specifications. Bidders are
solely responsible for timely delivery of their bids to the location set
forth in the Bid Specifications prior to the stated bid opening date/time.
A bid return envelope, if' provided with the Bid Specifications, should
be used with the bid sealed inside. If the bid response does not fit into
the envelope, the bid envelope should be taped onto the outside of the
sealed box or package with the bid inside. If using a commercial
delivery company which requires use of their shipping package or
envelope, Bidder's sealed bid, labeled as detailed below, should be
placed within the shipper's sealed envelope to ensure that the bid is not
prematurely opened.
All bids must have a label on the outside of the package or shipping
container outlining the following information:
"BID ENCLOSED (bold print, all capitals)
■ Group Number
■ IFB or RFP Number
■ Bid Submission date and time"
In the event that a Bidder fails to provide such information on the return
bid envelope or shipping material, the receiving entity reserves the right
to open the shipping package or envelope to determine the proper bid
number or Product group, and the date and time of bid opening. Bidder
shall have no claim against the receiving entity arising from such
opening and such opening shall not affect the validity of the bid or the
procurement.
Notwithstanding the receiving agency's right to open a bid to ascertain
the _foregoing_ -information,._ Bidder -assumes all-risk of late delivery_
associated with the bid not being identified, packaged or labeled in
accordance with the foregoing requirements.
10. FACSIMILE SUBMISSIONS Unless specifically prohibited by
the terms of the Bid Specifications, facsimile bids may be SUBMITTED
AT THE SOLE OPTION AND RISK OF THE BIDDER. Only the FAX
number(s) indicated in the Bid Specifications may be used. Access to
the facsimile machine(s) is on a "first come, firs: serve" basis, and tite
Commissioner bears no liability or responsibility and makes no
guarantee whatsoever with respect to the Bidder's access to such
equipment at any specific time. Bidders are sole]\, responsible for
submission and receipt of the entire facsimile bid by the Issuing Entity
prior to bid opening and must include on the first page of the
transmission the total number of pages transmitted in the facsimile.
including the cover nage. Incomplete, ambiguous or unreadable
transmissions in whole or in part may be rejected at the sole discretion
of the Commissioner. Facsimile bids are fully governed by all
conditions outlined in the Bid Documents and must be submitted on
forms or in the format required in the Bid Specifications, including the
executed signature page and acknowledgment.
11 AUTHENTICATION OF FACSIMILE BIDS The act of
signature page, shall be deemed a confining, act by Bidder which
authenticates the signing of the bid
12. LATE i3IDS Any bid received at the specified location after the
time specified will be considered a late bid. A late bid shall not be
considered for award unless i) no timely bids meeting the requirements
of the Bid Documents are received or, ii) in the case of a multiple award,
an insufficient number of timely bids were received to satisfy the
multiple award.- and acceptance of the late bid is in the best interests of
the Issuing Entity. Delays in United States mail deliveries or any other
means of transmittal. including couriers or agents of the Issuing Entity,
shall not excuse late bid submissions.
13. BID CONTENTS Bids must be complete and legible. All bids
must be signed. All information required by the Bid Specifications must
be supplied by the Bidder on the forms or in the format specified. No
alteration, erasure or addition is to be made to the Bid Documents.
Changes may be ignored by the Commissioner or may be grounds for
rejection of the bid. Changes, corrections and/or use of white-out in the
bid or Bidder's response portion of the Bid Document must be initialed
by an authorized representative of the Bidder. Bidders are cautioned to
verify their bids before submission, as amendments to bids or requests
for withdrawal of bids received by the Commissioner after the time
specified for the bid opening, may not be considered.
14. EXTRANEOUS TERMS Bids must conform to the terms set
forth in the Bid Documents; as extraneous terms or material deviations
(including additional, inconsistent, conflicting or alternative terms) may
render the bid non-responsive and may result in rejection of the bid.
Extraneous term(s) submitted on standard. pre-printed forms
(includinEl but not limited to: product literature. order forms. license
a"reements. contracts or other documents) which are attached or
referenced with submissions shall not be considered part of the bid
or resulting contract. but shall he deemed included for informational
or promotional lournoses only.
Only those extraneous terms which meet all the following requirements
will be considered as having been submitted as part of the Bid:
a. Each proposed extraneous term (addition, counter-offer,
deviation, or modification) must be specifically enumerated in a writing
which is not part of a pre-printed form, and — --- -- --
b. The writing must identify the particular specification requirement
(if any) which Bidder rejects or proposes to modify by inclusion of the
extraneous term; and
C. The Bidder shall enumerate the proposed addition, counter offer,
modification or deviation from the Bid Document; and the reasons
therefore.
No extraneous term(s), whether or not deemed "material," shall be
incorporated into a contract or Purchase Order unless submitted in
accordance with the above and the Commissioner expressly accepts each
such terms) in writing. Acceptance and/or processing of the Bid shall
not constitute such written acceptance of Extraneous Term(s).
15. CONFIDENTIAL / TRADE SECRET MATERIALS
Confidential trade secret or proprietary materials as defined by the laws
of the State of New York must be clearly marked and identified as such
upon submission. Bidders/Contractors intending to seek an exemption
from disclosure of these materials under the Freedom of 112formation
Lam must request the exemption in writing, setting forth the reasons for
the claimed exemption, at the time of submission. Acceptance of the
GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX B
16. PREVAILING WAGE RATES - PUBLIC WORKS AND
BUILDING SERVICES CONTRACTS Ifaityportion ofwork being
bud is subject to the prevailing ivage rate provisions of the Labor Law,
the following shall apply:
a. "Public Works" and "Building Services" - Definitions
i. Public Works Labor Lavv Article S applies to contracts for
public improvement in which laborers, workers or mechanics are
employed on a "public works" project (distinguished from public
"procurement" or "service" contracts). The State, a public benefit
corporation, a municipal corporation (including a school district),
or a commission appointed by law must be a party, to the contract.
The waee and hours provision applies to any worm: performed by
Contractor or subcontractors.
ii. Building Services Labor Law Article 9 applies to contracts for
building service worm: over $1,500 with a public agency, which 1)
involve the care or maintenance of an existing building, or 2)
involve the transportation of office furniture or equipment to or
from such building, or 3) involve the transportation and delivery
of fossil fuel to such building, and 4) the principal purpose of
which is to furnish services through use of building service
employees.
b. Prevailing Wane Rate Ainnlicable to Bid Submissions A copy
of the applicable prevailing wage rates to be paid or provided are
attached to the solicitation. Bidders must submit bids which are based
upon the prevailing hourly wages, and supplements in cash or equivalent
benefits (i.e., fringe benefits and any cash or non-cash compensation
which are not wages, as defined by law) that equal or exceed the
applicable prevailing wage rate(s) for the location where the work is to
be performed. Where the Bid Documents require the Bidder to
enumerate hourly wage rates in the bid, Bidders may not submit bids
based upon hourly wage rates and supplements below the applicable
prevailing wage rates as established by the New York State Department
of Labor. Bids which fail to comply with this requirement will be
disqualified.
C. Wage Rate Pavrnents / Changes During Contract Term The
wages to be paid under any resulting contract shall not be less than the
prevailing ._rate__of__wages __and__supplements -as- set -forth -by law. --1t is
required that the Contractor keep informed of all changes in the
Prevailing Wage Rates during the contract term that apply to the classes
of individuals supplied by the Contractor on any projects which result
from this contract which are subject to the provisions of the Labor Lam.
Contractor is solely liable for and must pay such required prevailing
wage adjustments during the contract term as required by law.
d. Public Posting & Certified Pavroll Records In compliance with
Article 8, Section 220 of the Labor Law, as amended by Chapter 565 of
the Laws of 1997:
i. Posting The Contractor must publicly post on the work site,
in a prominent and accessible place, a legible schedule of the
prevailing wage rates and supplements.
ii. Pavroll Records Contractors and sub -contractors must keep
original payrolls or transcripts subscribed and affirmed as true
under the penalties of perjury as required by law. For public works
contracts over 525,000 where the Contractor maintains no regular
place of business in New York State, such records must be kept at
the work site. For building services contracts, such records must be
kept at the work site while work is being performed.
works projects must submit monthly payroll transcripts to the
issuing entity which has prepared or directs the preparation of the
plans and specifications for a public works project, as set forth in
the Bid Specifications. For mini -bid solicitations, the payroll
records must be submitted to the entity preparing the agency mini -
bid project specification. For "agency specific" bids, the payroll
records should be submitted to the entity issuing the purchase
order. For all other OGS centralized contracts, such records should
be submitted to the individual agency issuing the purchase order(s)
for the work. Upon mutual agreement of the Contractor and the
issuing entity, the form of submission may be submitted in a
specified disk format acceptable to the Department of Labor
provided: 1) the Contractor/subcontractor retains the original
records; and, (2) an original signed letter by a duly authorized
individual of the Contractor or subcontractor attesting to the truth
and accuracy of the records accompanies the disk. This provision
does not apply to buildin<. services contracts.
iv. Records Retention Contractors and subcontractors must
preserve such certified transcripts for a period of three years from
the date of completion of work on the awarded contract.
C. Dav's Labor - Defined for Article S. Public Works (For
Purposes of Article 8 of the Labor Law) No laborer, worker or
mechanic in the employ of the Contractor, subcontractor or other person
doing or contracting to do all or part of the work contemplated by the
contract shall be permitted or required to work more than eight hours in
any one calendar day or more than five days in any one week except in
cases of extraordinary emergency including fire, flood or danger to life
or property. "Extraordinary emergency" shall be deemed to include
situations in which sufficient laborers, workers and mechanics cannot be
employed to carry on public work expeditiously as a result of such
restrictions upon the number of hours and days of labor and the
immediate commencement or prosecution or completion without undue
delay of the public work is necessary in tate judgment of the NYS
Commissioner of Labor for the preservation of the contract site or for
the protection of the life and limb of the persons using the contract site.
17. TAXES
a. Unless otherwise specified in the Bid Specifications, the quoted
bid price includes all taxes_ applicable to the transaction.
b. Purchases made by the State of New York and certain non -State
Authorized Users are exempt from New York State and local sales taxes
and, with certain exceptions, federal excise taxes. To satisfy the
requirements of the New York State Sales tax exemption, either the
Purchase Order issued by a State Agency or the invoice forwarded to
authorize payment for such purchases will be sufficient evidence that the
sale by the Contractor was made to the State, an exempt organization
under Section 1 l 16 (a) (1) of the Tax Lama. Non -State Authorized Users
must offer their own proof of exemption where required. No person,
firm or corporation is, however, exempt from paying the State Truck
Mileage and Unemployment Insurance or Federal Social Security taxes,
which remain the sole responsibility of the Bidder/Contractor.
C. Purchases by Authorized Users other than the State of New York
may be subject to such taxes, and in those instances the tax should be
computed based on the contract price and added to the invoice
submitted to such entity for payment.
18. EXPENSES PRIOR TO CONTRACT EXECUTION The
Issuing Entity is not liable for any costs incurred by a Bidder in the
preparation and production of a bid or for any work performed prior to
GENEP.AL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERViC=S) APPENDIX B
19. ADVERTISING BID RESULTS A Bidder in submitting a bid
agrees not to use the results therefrom as a pari of any commercial
advertising without the prior written approval of the Commissioner.
20. PRODUCT REFERENCES
a. "Or Equal" In all Bid Specifications the words "or equal` are
understood to apply where a copyright brand name, trade name, catalog
reference, or patented Product is referenced. References to such
specific Product are intended as descriptive, not restrictive.. unless
otherwise stated. Comparable Product will be considered if proof of
compatibility is provided, including appropriate catalog excerpts,
descriptive literature, specifications and test data, etc. The
Commissioner's decision as to acceptance of the Product as equal shall
be final.
b. Discrepancies in References In the event of a discrepancy
between the model number referenced in the Bid Specifications and the
written description of the Products therein which cannot be reconciled,
with respect to such discrepancy, then the written description shall
prevail.
21. RECYCLED OR RECOVERED MATERIALS Upon the
conditions specified in the Bid Specifications and in accordance with the
laws of the State of New York, Contractors are encouraged to use
recycled or recovered materials in the manufacture of Products and
packaging to the maximum extent practicable without jeopardizing the
performance or intended end use of the Product or packaging unless
such use is precluded due to health, welfare, safety requirements or in
the Bid Specifications. Where such use is not practical, suitable, or
permitted by the Bid Specifications, Contractor shall deliver new
materials in accordance with the "Warranties" set forth below.
Refurbished or remanufactured components or items may only be
accepted at the discretion of the Commissioner, or upon the conditions
set forth in the Bid Specifications.
Items with recycled, recovered, refurbished or remanufactured content
must be identified in the bid or will be deemed new Product.
22. PRODUCTS MANUFACTLTRED IN PUBLIC
INSTITUTIONS Bids offering Products which are manufactured or
produced in public institutions will be rejected.
23. PRICING
a. Unit Pricing If required by the Bid Specifications, the Bidder
should insert the price per unit specified and the price extensions in
decimals, not to exceed four places for each item, in the bid. In the
event of a discrepancy between the unit price and the extension, the unit
price shall govern unless, in the sole judgment of the Commissioner,
such unit pricing is obviously erroneous.
b. Net Pricing Unless otherwise required by the Bid Specifications,
prices shall be net, including transportation, customs, tariff, delivery and
other charges fully prepaid by the Contractor to the destination(s)
indicated in the Bid Specifications, subject to the cash discount.
C. "No Charge" Bid When bids are requested on a number of
Products as a group or Lot, a Bidder desiring to bid "no charge" on a
Product in the grouping or Lot must clearly indicate such. Otherwise,
such bid may be considered incomplete and be rejected, in whole or in
part, at the discretion of the Commissioner.
d. Educational Pricing All Products to be supplied for educational
purposes that are subject to educational discounts shall be identified in
the bid and such discounts shall be made available to qualifying
C. COPS or Third Parte Financing If acquisition of' Product is
financed through Certificates of Participation (COPS) or third party
financing, Contractor may be required as a condition of contract award
to agree to the terms and conditions of a "Consent L Acknowledvment
Agreement' in a form acceptable to the Commissioner. y
24. DRAWINGS
a. Drawings Submitted With Bid When the Bid Specifications
require the Bidder to furnish drawings and/or plans, such drawings
and/or plans shall conform to the mandates of the Bid Documents and
shall, when approved by the Commissioner, be considered a part of the
bid and of any resulting contract. All symbols and other representations
appearing on the drawings shall be considered a part of the drawing.
b. Drawings Submitted During the Contract Term Where
required to develop, maintain and deliver diagrams or other technical
schematics regarding the scope of work, Contractor shall do so on an
ongoing basis at no additional charge, and must, as a condition of
payment, update drawings and plans during the contract term to reflect
additions, alterations, and deletions. Such drawin_=s and diagrams shall
be delivered to the Authorized User's representative.
C. Accuracy of Drawings Submitted All drawings shall be neat
and professional in manner and shall be clearly labeled as to locations
and type of product, connections and components. Drawings and
diagrams are to be in compliance with accepted drafting standards.
Acceptance or approval of such plans shall not relieve the Contractor
from responsibility for design or other errors of any sort in the drawings
or plans, or from its responsibility for performing as required, furnishing
product, services or installation, or carrying out any other requirements
of the intended scope of work.
25. SITE INSPECTION Where a site inspection is required by the
Bid Specifications or Project Definition, Bidder shall be required to
inspect the site, including environmental or other conditions or pre-
existing deficiencies in the installed product, equipment or environment,
which ymay affect Bidder's ability to properly deliver, install or
otherwise provide the required Product. All inquiries regarding such
conditions shall be made in writing. Bidder shall be deemed to have
knowledge of any deficiencies or conditions which such inspection or
inquin, might have disclosed. Bidder must provide with its bid a
detailed explanation_ if additional work is required und_ r this clause in
_
order to properly complete the delivery and installation of the required
Product.
26. PROCUREMENT CARD The State of New York has entered
into agreements for purchasing and travel card services. The Purchasing
Card enables Authorized Users to make authorized purchases directly
from a Contractor without processing the Purchase Orders or Purchase
Authorizations currently required. Purchasing Cards ate issued to
selected employees authorized to purchase for the Authorized User and
having direct contact with Contractors. Cardholders can make
purchases directly from any Contractor that accepts the Purchasing
Card,
The Contractor shall not process a transaction for payment through the
credit card clearinghouse until the purchased Products have been
shipped or services performed. Unless the cardholder requests
correction or replacement of a unsatisfactory, defective or faulty Product
in accordance with other contract requirements, the Contractor shall
immediate]), credit a cardholders account for Products deemed
unsatisfactory, defective or faulty.
27. SAMPLES
GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX B
made available to the Bidder for examination prior to the opening date.
Failure by the Bidder to examine such sample shall not entitle the
Bidder to any relief from the conditions imposed by the Bid Documents.
b. Bidder Supplied Samples The Commissioner reserves the right
to request from the Bidder/Contractor a representative sample(s) of the
Product offered at any time prior to or after award of a contract. Unless
otherwise instructed. samples shall be furnished within the time
specified in the request. Untimely submission of a sample may
constitute grounds for rejection of bid or cancellation of the Contract.
Samples must be submitted free of charge and be accompanied by the
Bidder's name and address, any descriptive literature relating to the
Product and a statement indicating how and where the sample is to be
returned. Where applicable, samples must be properly labeled with the
appropriate bid or NYS contract reference.
A sample may be held by the Commissioner during the entire term of the
contract and for a reasonable period thereafter for comparison with
deliveries. At the conclusion of the holding period the sample, where
feasible, will be returned as instructed by the Bidder, at the Bidder's
expense and risk. Where the Bidder has failed to fully instruct the
Commissioner as to the return of the sample (i.e. mode and place of
retum, etc.) or refuses to bear the cost of its return, the sample shall
become the sole property of the receiving entity at the conclusion of the
holding period.
C. Enhanced Samples When an approved sample exceeds the
minimum specifications, all Product delivered must be of the same
enhanced quality and identity as the sample. Thereafter, in the event of
a Contractor's default, the Commissioner may procure a commodity
substantially equal to the enhanced sample from other sources; charging
the Contractor for any additional costs incurred.
d. Conformance with Samnle(s) Submission of a sample (whether
or not such sample is tested by, or for, the Commissioner) and approval
thereof shall not relieve the Contractor from full compliance with all
conditions and terms, performance related and otherwise; specified in
the Bid Documents. If in the judgment of the Commissioner the sample
or product submitted is not in accordance with the specifications or
testing requirements prescribed in the Bid Documents, the
Commissioner may reject the bid. If an award has been made, the
-- Commissioner- may cancel the contract at the expense of the Contractor. --
e. Testing All samples are subject to tests in the manner and place
designated by tate Commissioner, either prior to or after contract award.
Unless otherwise stated in the Bid Specifications, Bidder Samples
consumed or rendered useless by testing will not be returned to the
Bidder.
f. Requests For Samples By Authorized Users Requests for
samples by Authorized Users require the consent of the Contractor.
Where Contractor refuses to furnish a sample, Authorized User may, in
its sole discretion, make a determination on the performance capability
of the Product or on the issue in question.
BID EVALUATION
28. BID EVALUATION The Commissioner reserves the right to
accept or reject any and all bids, or separable portions of offers, and
waive technicalities, irregularities, and omissions if the Commissioner
determines the best interests of the State will be served. The
Commissioner, in his/her sole discretion, may accept or reject illegible,
inrmmnlete nr —rip hide nnrl hic/her rlericinn ahall be final A
made in compliance with the Bidder's conditional or revocable terms in
the offer.
29. CONDITIONAL BID Unless the Bid Specifications provides
otherwise, a bid is not rendered non-responsive if the Bidder specifies
that the award will be accepted only on all or a specified group of items
or Product included in the specification. It is understood that nothing
herein shall be- deemed to chane or alter the method of award contained
in the Bid Documents.
30. CLARIFICATIONS / REVISIONS Prior to award, the
Commissioner reserves the right to seek clarifications, request bid
revisions, or to request any information deemed necessary for proper
evaluation of bids from all Bidders deemed to be eligible for contract
award. Failure to provide requested information may result in rejection
Df the bid.
31. PROMPT PAYMENT DISCOUNTS While prompt payment
9iscounts will not be considered in determining the low bid, the
7-ommissioner may consider any prompt payment discount in resolving
)ids which are otherwise tied. However, any notation indicating that the
Drice is net, (e.g. net 30 days), shall be understood to mean only that no
)rompt payment discount is offered by the Bidder. The imposition of
service, interest, or other charges, except pursuant to the provisions of
Srticle l 1-A of the State Finance Lax, which are applicable in any case,
nay render the bid non-responsive and may be cause for its rejection.
i2. EOUIVALENT OR IDENTICAL BIDS In the event two offers
ire found to be substantially equivalent, price shall be the basis for
letermining the award recipient. If two or more Bidders submit
;ubstantially equivalent bids as to pricing or other factors, the decision
>f the Commissioner to award a contract to one or more of such Bidders
;hall be final.
3. PERFORMANCE OUALTFICATIONS The Commissioner
eserves the right to investigate or inspect at any time whether or not the
'roduct, qualifications or facilities offered by the Bidder/Contractor
neet the requirements set forth in the Bid Documents. Contractor shall
Lt all times during the contract term remain responsible and responsive.
Bidder/Contractor must be prepared, if requested by the
:ommissioner, to present evidence of experience, ability and financial
tanding, as well as a statement as to plant, machinery and_capaci-ty_of
he manufacturer for the production, distribution and servicing of the
'roduct bid. If the Commissioner determines that the conditions and
erms of the Bid Documents or Contract are not complied with, or that
terns or Product proposed to be furnished do not meet the specified
equirements, or that the qualifications, financial standing or facilities
re not satisfactory, or that performance is untimely, the Commissioner
nay reject such bid or terminate the contract. Nothing in the foregoing
hall mean or imply that it is obligatory upon the Commissioner to make
.n investigation either before or after award of a contract, but should
uch investigation be made, it in no way relieves the Bidder/Contractor
rom fulfilling all requirements and conditions of the contract.
.4. DISQUALIFICATION FOR PAST PERFORMANCE Bidder
nay be disqualified from receiving awards if Bidder, or anyone in
3idder's employment, has previously failed to perform satisfactorily in
onnection with public bidding or contracts.
�5. OUANTITY CHANGES PRIOR TO AWARD The
;ommissioner reserves the right, at any time prior to the award of a
pecific quantity contract, to alter in good faith the quantities listed in
he Bid Specifications to conform ,vith requirements. In the event such
fight is exercised, the lowest responsible Bidder meeting specifications
GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SEP.VICE S) APPENDIY. S
in the rejection of its bid and the award of such contract to the lowest
responsible Bidder who accepts the revised requirements.
36. RELEASE OF BID EVALUATION MATERIALS Requests
concerning the evaluation of bids may be submitted under the Freedom
of hiro niariott Lata. Information, other than the Bid Tabulation, shall
be released as required by law after contract award. Written requests
should be directed to the Commissioner.
37. TIMEFRAME FOR OFFERS The Commissioner reserves the
right to make awards within sixty (60) days after the date of the bid
opening, during* which period, bids must remain firm and cannot be
withdrawn. If, however, an award is not made within the sixty (60) day
period, bids shall remain firm until such later time as either a contract is
awarded or the Bidder delivers to the Commissioner written notice of
the withdrawal of its bid. Any bid which expressly states therein that
acceptance must be made within a shorter specified time, may at the sole
discretion of the Commissioner, be accepted or rejected.
TERMS & CONDITIONS
38. CONTRACT CREATION / EXECUTION Except for
contracts governed by Article 11-B of the State Finance Lan, upon
receipt of all required approvals a Contract shall be deemed executed
and created with the successful Bidder(s) upon the Commissioner's
mailing or electronic communication to the address on the bid of: i) a
Letter of Acceptance; ii) a fully executed contract; or iii) a Purchase
Order authorized by the Commissioner.
39. PARTICIPATION IN CENTRALIZED CONTRACTS The
following shall not limit or inhibit the OGS Commissioner's authority
under State Finance Lain, Section 163 (10) (e) (Pig_wbacking):
a. Agencies All State Agencies may utilize and purchase under any
state centralized contract let by the Office of General Services
Procurement Services Group, unless the Bid Specifications limit
purchases to specific State Agencies.
b. Non -State Agenev Authorized Users Authorized Users other
than state agencies are permitted to make purchases through state
centralized contracts where permitted by law, the contract or the OGS
Commissioner__ . _.
c. Voiuntary Extension Purchase Orders issued against a State
centralized contract by any Authorized User not provided for in the Bid
Specifications shall be honored by the Contractor at its discretion and
only with the approval of the OGS Commissioner and any other
approvals required by law. Contractors are encouraged to voluntarily
extend service contracts to those additional entities authorized to utilize
commodity contracts under Section 163 (3) (iv) of the State Finance
Lary, which would comprise all entities authorized under prior laws.
d. Responsibility for Performance Participation in New York State
centralized contracts by .Authorized Users is pennitted upon the
following conditions: a) the responsibility with regard to performance of
any contractual obligation, covenant, condition or term thereunder by
any Authorized User other than State Agencies shall be borne and is
expressly assumed by such Authorized User and not by the State; b) a
breach of the contract by any particular Authorized User shall neither
constitute nor be deemed a breach of the contract as a whole which shall
remain in full force and effect, and shall not affect the validity of the
contract nor the obligations of the Contractor thereunder respecting non -
breaching Authorized Users, whether State or otherwise; c) for a breach
by an .Authorized User other than a State Aaencv the State specifically
State, its officers. agents and employees harmless from any liability that
may be or is imposed by their failure to perform in accordance with its
obligations under the contract.
40. MODIFICATION OF CONTRACT TERMS The terms and
conditions set forth in the Contract shall govern all transactions by
Authorized Uscr(s) under this Contract. The Contract may only be
modified or amended upon mutual written agreement of the
Commissioner and Contractor.
The Contractor may, however, offer Authorized User(s) more
advantageous pricing, payment, or other terns and conditions than those
set forth in the Contract. In such event, a copy of such terms shall be
furnished to the Authorized User(s) and Commissioner by the
Contractor.
Other than where such terms are more advantageous for the Authorized
User(s) than those set forth in the Contract, no alteration or modification
of the terms of the Contract, including substitution of Product, shall be
valid or binding against Authorized User(s) unless authorized by the
Commissioner or specified in the Contract Award Notification. No such
alteration or modification shall be made by unilaterally affixing such
terms to Product upon delivery (including, but not limited to, attachment
or inclusion of standard pre-printed order forms, product literature,
"shrink wrap" terms accompanying software upon delivery, or other
documents) or by incorporating such terms onto order forms, purchase
orders or other documents forwarded by the Contractor for payment,
notwithstanding Authorized User's subsequent acceptance of Product.
or that Authorized User has subsequently processed such document for
approval or payment.
41. SCOPE CHANGES The Commissioner reserves the right,
unilaterally, to require, by written order, changes by altering, adding to
or deducting from the contract specifications, such changes to be within
the general scope of the contract. The Commissioner may make an
equitable adjustment in the contract price or delivery date if the change
affects the cost or time of performance. Such equitable adjustments
require the consent of the Contractor, which consent shall not be
unreasonably withheld.
421. ESTIMATED / SPECIFIC OUANTTTV CONTRACTS
Estimated quantity contracts are expressly agreed and understood to be
made for only the quantities, if any, actually ordered during the contract
term. No guarantee of any estimated quantity(s) is implied or given.
Unless otherwise set forth in the Bid Specifications, contracts for
services and technology are completely voluntary as to use, and
therefore no quantities are guaranteed.
With respect to any specific quantity stated in the contract, the
Commissioner reserves the right after award to order up to 20% more or
less (rounded to the next highest whole number) than time specific
quantities called for in the contract. Notwithstanding the foregoing, the
Commissioner may purchase greater or lesser percentages of contract
quantities should the Commissioner and Contractor so agree. Such
agreement may include an equitable price adjustment.
43. BEST PRICING OFFER During the contract term, if
substantially the same or a smaller quantity of a Product is sold by the
Contractor outside of this contract vehicle upon the same or similar
terms and conditions as that of this contract at a lower price, the price
under this contract, at the discretion of the Commissioner, shall be
immediately reduced to the lower price.
44. PURCHASE ORDERS Unless otherwise authorized in writing
GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIY, B
authority vested in the Commissioner_ Purchase Orders shall be effective
and binding upon the Contractor when placed in the mail or
electronically transmitted prior to the termination of the contract period,
addressed to the Contractor at the address for receipt of orders set forth
in the Contract or in the Contract Award Notification.
All Purchase Orders issued pursuant to contracts let by the
Commissioner must bear the appropriate contract number and, if
necessary, required State approvals. Unless otherwise specified, all
Purchase Orders against centralized contracts will be placed by
Authorized Users directly with the Contractor and any discrepancy
between the terms stated on the vendor's order form, confirmation or
acknowledgment, and the contract terns shall be resolved in favor of the
terms most favorable to the Authorized user.
If, with respect to an agency specific contract let by the OGS
Commissioner, a Purchase Order is not received within two weeks after
the issuance of a Contract Award Notification, it is the responsibility of
the Contractor to request in writing that the appropriate Authorized User
forward a Purchase Order. I£ thereafter. a Purchase Order is not
received within a reasonable period of time, the Contractor shall
promptly notify the appropriate purchasing officer in OGS. Failure to
timely notify such officer may, in the discretion of the OGS
Commissioner and without cost to the State, result in the canceling of
such requirement by the OGS Commissioner with, at the OGS
Commissioner's discretion, a corresponding reduction in the contract
quantity and price.
45. PRODUCT DELIVERY Delivery must be made as ordered and
in accordance with the terms of the contract. Unless otherwise specified
in the Bid Specifications, delivery shall be made within thirty calendar
days after receipt of a purchase order by the Contractor. The decision of
the Commissioner as to compliance with delivery terms shall be final.
The burden of proof for delay in receipt of Purchase Order shall rest
with the Contractor. In all instances of a potential or actual delay in
delivery, the Contractor shall immediately notify the Commissioner and
the Authorized User, and confirm in writing the explanation of the
delay, and take appropriate action to avoid any subsequent late
deliveries. Any extension of the time for delivery must be requested in
writing by the Contractor and approved in writing by the Commissioner.
Failure to meet such time schedule may be grounds for cancellation of
-the-order or, in tine Commissioner's discretion, the Contract.
46. WEEKEND AND HOLIDAY DELTVERIES Unless otherwise
specified in the Bid Specifications or by an .Authorized User, deliveries
will not be scheduled for Saturdays, Sundays or legal holidays observed
by the State of New York except of Product for daily consumption or
where an emergency exists or the delivery is a replacement or is late, in
which event the convenience of the Authorized User shall govern.
47. SHIPPING / RECEIPT OF PRODUCT
a. Packaging Tangible Product shall be securely and properly
packed for shipment, storage and stocking in appropriate, clearly labeled
shipping containers and according to accepted commercial practice,
without extra charge for packing materials, cases or other types of
containers. The container shall become and remain the property, of the
receiving entity unless otherwise specified in the contract documents.
b. Shinning Charges Unless otherwise stated in the Bid
Specifications, all deliveries shall be deemed to be FOB Destination
tailgate delivery at the dock of the Authorized User. Unless otherwise
agreed, items purchased at a price F.O.B. Shipping point plus
transportation charges are understood to not relieve the Contractor from
resnonsibility for safe and nrooer delivery notwithstandinn the
be responsible for insuring that the Bill of Ladino states "charges
prepaid" for all shipments.
C. Receipt of Product The Contractor shall be solely responsible
for assuring that deliveries are made to personnel authorized to accept
delivery on behalf of the Authorized User. Any losses resulting, from
the Contractor's failure to deliver Product to authorized personnel shall
be borne exclusively by the Contractor.
48. TITLE AND RISK OF LOSS Notwithstanding the form of
shipment, title and risk of loss shall not pass from the Contractor to the
Authorized User until the Products have been received, inspected and
accepted by the receiving entity. Acceptance shall occur within a
reasonable time or in accordance with such other defined acceptance
period as may be specified in the Bid Specifications. Mere
aclatowledgment by Authorized User personnel of the delivery or
receipt of goods (e.g. signed bill of lading) shall not be deemed or
construed as acceptance of the Products received. Any delivery of
Product which is substandard or does not comply with the Contract
terns, may be rejected or accepted on an adjusted price basis, as
determined by the Commissioner.
49. RE -WEIGHING PRODUCT Deliveries are subject to re -
weighing at the point of destination by the receiving entity. If shrinkage
occurs which exceeds that normally allowable in the trade, the receiving
entity shall have the option to require delivery of the difference in
quantity, or to reduce the payment accordingly .
50. PRODUCT SUBSTITUTION In the event a specified
manufacturer's Product listed in the Contract becomes unavailable or
cannot be supplied by the Contractor for any reason (except as provided
for in the Force Majeure Clause below) a Product deemed by the
Commissioner to be equal to or better than that specified must be
substituted by the Contractor at no additional cost or expense to the
Authorized User. Unless otherwise specified, any substitution of
Product prior to the Commissioner's approval may be cause for
cancellation of contract.
51. REJECTED PRODUCT When product is rejected, it must be
removed by the Contractor from the premises of the receiving entity
within ten calendar days of notification of rejection by Authorized User.
Upon rete tion notification risk of loss of rejected or non -conforming
product shall remain with Contractor. Rejected items not removed by
the Contractor within ten calendar days of notification shall be regarded
as abandoned by the Contractor, and the Authorized User shall have the
right to dispose of the items as its own property. The Contractor shall
Promptly reimburse the .Authorized User for any and all costs and
expenses incurred in storage or effecting removal or disposition.
52. INSTALLATION Where installation is required, Bidder shall be
responsible for placing and installing the equipment in the required
locations. All materials used in the installation shall be of good quality
and shall be free from any and all defects which would mar the
appearance of the equipment or render it structurally unsound.
Installation includes the furnishing of any equipment, rigging and
materials required to install or replace the Product in the proper
location. The Contractor shall protect the site from damage for all its
work and shall repair damages or injury of any kind caused by the
Contractor, its employees, officers or agents. If any alteration,
dismantling or excavation, etc. is required to effect installation, the
Contractor shall thereafter promptly restore the structure or site to its
original condition. Work shall be performed so as to cause the least
inconvenience to the Authorized User(s) and with proper consideration
for the rights of other Contractors or workers The Contractor shall
GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SER VICES) APPENDIX B
debris and rubbish from its work as required or directed. Upon
completion of the work, the building and surrounding area of wort: shall
be left clean and in a neat, unobstructed condition: and everything in
satisfactory repair and order.
53. REPAIRED OR REPLACED PRODUCT / COMPONENTS
Where the Contractor is required to repair, replace or substitute products
or components under the Contract, the repaired. replaced or substituted
products shall be subject to all terms and conditions for new products
set forth in the contract, including product warranties.
54. ON-SITE STORAGE Materials, equipment or supplies may be
stored at the Authorized User's site at the Contractor's sole risk and
only with the approval of the Authorized User.
55. EMPLOYEES / SUBCONTRACTORS / AGENTS All
employees, subcontractors or agents performing wort: under the contract
must be trained technicians who meet or exceed the technical and training
qualifications set forth in the Bid Specifications or the Bid, whichever is
better, and must comply with all rules and requirements of the Contract.
The Commissioner reserves the right to conduct a security, background
check or otherwise approve any employee or agent furnished by Contractor
and to refuse access to or require replacement of any personnel for cause,
including but not limited to, technical or training qualifications, quality of
work or change in security status or non-compliance with Authorized
User's security or other requirements. Such approval shall not relieve the
Contractor of the obligation to perform all work in compliance with the
contract terms. The Commissioner reserves the right to reject and/or bar
from the facility for cause any employee, subcontractor, or agents of the
Contractor.
56. ASSIGNMENT / SLBCONTRACTORS The Contractor shall
not assign, transfer, convey, sublet, or otherwise dispose of the contract
or its right, title or interest therein, or its power to execute such contract
to any other person, company, firm or corporation in performance of the
contract, other than the assignment of the right to receive money due,
without the prior written consent of the Issuing Entity. Prior to an
assignment of the right to receive money becoming effective, Contractor
shall file a written notice of such assignment simultaneous]), with the
NYS Comptroller, the Issuing Entity, and participating Authorized
User(s).
The Commissioner reserves the right to reject any proposed
subcontractor, assignee or supplier for bona fide business reasons,
which may include, but are not limited to: that the proposed transferee
is on the Department of Labor's list of companies with which New York
State cannot do business; the Commissioner determines that the
company is not qualified; unsatisfactory contract performance or service
has been previously provided; or attempts were not made to solicit
nminorit, and women's business enterprises (M!WBE) bidders for the
subcontract.
57. PERFORMANCE / BID BOND The Issuing Entity reserves the
right to require the Bidder/Contractor to furnish without additional cost,
a performance, payment or bid bond or negotiable irrevocable letter of
credit or other form of security for the faithful performance of the
contract. Where required, such bond or other security shall be in the
fore prescribed by the Commissioner.
58. SUSPENSION OF `YORK The Commissioner, in his/her sole
discretion, reserves the right to suspend any or all activities under this
contract, at any time, in the best interests of the State or Issuing Entity.
In the event of such suspension, the Contractor will be given a formal
written notice outlining the particulars of such suspension. Examples of
circumstances. Upon issuance of' such notice. the Contractor is not to
accept any purchase orders. and shall comply mvith the suspension order.
Activit, may resume at such time as the Commissioner issues a formal
written notice authorizing a resumption of work.
59. TERMINATION
a. For Cause: For a material breach that remains uncured for more
than thirty (30) days after written notice to the Contractor, the Contract or
Purchase Order may be terminated by the Commissioner or Authorized
User at the Contractor's expense where Contractor becomes unable or
incapable of performing, or meeting any requirements or qualifications set
forth in the Contract, or for non-performance, or upon a determination
that Contractor is non -responsible. In such event, the Commissioner or
Authorized User may complete the contractual requirements in any manner
as it may deem advisable and pursue available legal or equitable remedies
for breach.
if the annual volume of business done by the Contractor is less than the
minimum annual volume criteria established for the Contract for two
consecutive contract years, the Contract may be terminated for cause. For
purposes of this paragraph, contract year is defined as the first full four
quarters reported after award, in accordance with the
Reporting/Monitorin(T Contract Performance clause included in the
Contract, and each of the same four quarterly periods thereafter until
contract termination.
b. Reserved
C. For Violation of Executive Order Number 127: The State
reserves the right to terminate this contract in the event it is found that
the certification filed by the Contractor in accordance with New York
State Executive Order Number 127, signed by Governor Pataki on June
16, 20037 was intentionally false or intentionally incomplete. Upon
such finding, the State may exercise its termination right by providing
written notification to the Contractor in accordance with the written
notification terms in the contract.
60. SAVINGS/FORCE MAJEURE The Contractor shall not be
responsible for delay resulting from its failure to perform if neither the
fault nor negligence of the Contractor, its officers, employees or agents
contributed to such delay and the delay is due directly to acts of God,
wars, -act-_ f -public enemies, strikes, fires of floods, or other similar
cause beyond the control of the Contractor, or for any of the foregoing
which affect subcontractors or suppliers and no -alternate source of
supply is available to the Contractor. In such event, Contractor shall
notify, the Commissioner, by certified or registered mail, of the delay or
potential delay and the cause(s) thereof either (a) within ten (10)
calendar days after the cause which creates or will create the delay first
arose if the Contractor could reasonably foresee that a delay could occur
by reason thereof, or (b) if delay is not reasonably foreseeable, within
five (5) calendar days after the date the Contractor first had reason to
believe a delay could result. The foregoing shall constitute the
Contractor's sole remedy or excuse with respect to such delay. In the
event performance is suspended or delayed, in whole or in part, by
reason of any of the aforesaid causes or occurrences and proper
notification is given the Commissioner. an) performance so suspended
or delayed shall be performed by the Contractor at no increased cost,
promptly after such disabilities have ceased to exist unless it is
determined in the sole discretion of the Commissioner that the delay will
significantly impair the value of the contract to the State or to
Authorized Users, whereupon the Commissioner may:
a. .Accept allocated performance or deliveries from the Contractor.
GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SEP, VICES) APPENDIX B
b. Purchase from other sources (without recourse to and by the
Contractor for the costs and expenses thereof) to replace all or part of
the Products which are the subject of the delay, which purchases may be
deducted from the contract quantity; or
C. Terminate the contract or the portion thereof which is subject to
delivery delays, and thereby discharge any unexecuted portion of the
contract or the relative part thereof.
In addition. the Commissioner reserves the right, in his/her sole
discretion, to make an equitable adjustment in the contract terms and/or
pricing should extreme and unforeseen volatility in the marketplace
affect pricing or the availability of supply. "Extreme and unforeseen
volatility in the marketplace" is defined as market circumstances which
meet the following criteria: (1) the volatility is due to causes outside the
control of Contractor; (2) the volatility affects the marketplace or
industry, not just the particular contract source of supply; (3) the effect
on pricing or availability of supply is substantial; and (4) the volatility
so affects Contractor's performance that continued performance of the
contract would result in a substantial loss.
61. CONTRACT BILLINGS Contractor and the distributors/
resellers designated by the Contractor, if any, shall provide complete
and accurate billing invoices to each Authorized User in order to receive
payment. Billings for Agencies must contain all information required by
the State Comptroller. The State Comptroller shall render payment for
Agency purchases, and such payment shall be made in accordance with
ordinary State procedures and practices. Payment of contract purchases
made by Authorized Users other than Agencies shall be billed directly
by Contractor on invoices/vouchers, together with complete and
accurate supporting documentation as required by the .Authorized User.
Submission of an invoice and payment thereof shall not preclude the
Commissioner from reimbursement or demanding a price adjustment in
any case where the Product delivered is found to deviate from the terms
and conditions of the bid and award documents.
62. DEFAULT - AUTHORIZED USER An Authorized User's
breach shall not be deemed a breach of the centralized contract. In the
event a participating Authorized User fails to make payment to the
Contractor for Products delivered, accepted and properly invoiced,
within 60 days of such delivery and acceptance, the Contractor may,
upon lU days advance written notice to both -the Commissioner and the
Authorized User's purchasing official, suspend additional shipments of
Product or provision of services to such entity until such time as
reasonable arrangements have been made and assurances given by such
entity for current and future contract payments.
Notwithstanding the foregoing, the Contractor shall, at least 10 days
prior to declaring a breach of contract by any Authorized User, by
certified or registered mail, notify both the Commissioner and the
purchasing official of the breaching Authorized User of the specific
facts, circumstances and grounds upon which a breach will be declared.
It is understood, however, that if the Contractor's basis for declaring a
breach is insufficient, the Contractor's declaration of breach and failure
to service an Authorized User shall constitute a breach of its contract
and the State or Authorized User may thereafter utilize any remedy
available at lav, or equity.
63. INTEREST ON LATE PA VNIENTS
a. State Agencies The payrnent of interest on certain payments due
and owed by a State agency may be made in accordance with Article 1 I-
A of the State Finance Law and Title 2 of the New York Code of Rules
and Regulations, Part 18 (Implementation of Prompt Payment
b. By Non -State Al encies The terms of Article 11-A apply only to
procurements by and the consequent payment obligations of State
Agencies. Neither expressly nor by any implication is the statute
applicable to non -State Authorized Users. Neither is the Office of
General Services nor the Office of the State Comptroller responsible for
payments on any purchases made by a Non -State Agency Authorized
User.
C. By Contractor Should the Contractor be liable for any payments
to the State hereunder, interest, late payment charges and collection fee
charges will be determined and assessed pursuant to Section 18 of the
State Finance Law.
64. REMEDIES FOR BREACH It is understood and agreed that all
rights and remedies afforded below shall be in addition to all remedies
or actions otherwise authorized or permitted by law:
a. Cover / Substitute Performance In the event of Contractor's
material breach, the Commissioner may, with or without formally
bidding same:
Purchase from other sources; or
ii. If, after making reasonable attempts, under the circumstances then
existing, to timely obtain acceptable service or acquire replacement
product of equal or comparable quality, the Commissioner is
unsuccessful, the Commissioner may acquire acceptable replacement
product or service of lesser or greater quality.
Such purchases may, in the discretion of the Commissioner, be deducted
from the contract quantity and payments due Contractor.
b. Withhold Pavment In any case where a question of non-
performance by Contractor arises, payment may be withheld in whole or
in part at the discretion of the Commissioner. Should the amount
withheld be finally paid, a cash discount originally offered may be taken
as if no delay in payment had occurred.
C. Reimbursement of Costs Incurred The Contractor as-rees to
reimburse the State and/or Authorized User promptly for anyandall
additional costs and expenses incurred for acquiring acceptable services,
and/or replacement Product. Should the cost of cover be less than the
contract price, the Contractor shall have no claim to the difference. The
Contractor covenants and agrees that to the event surf is successfully
prosecuted for any default on the part of the Contractor, all costs and
expenses expended or incurred by the State or Authorized User in
connection therewith, including reasonable attorney's fees, shall be paid
by the Contractor.
Where the Contractor fails to timely deliver pursuant to the guaranteed
delivery terms of the contract, the Commissioner may authorize an
ordering Authorized User to rent substitute equipment temporarily. Any
sums expended for such rental shall, upon demand, be reimbursed to the
Authorized User promptly by the Contractor or deducted by the
Authorized User from payments due or to become due the Contractor on
the same or another transaction.
d. Deduction / Credit Sums due as a result of these remedies may
be deducted or offset by the State or Authorized User from payments
due, or to become due, the Contractor on the same or another
transaction. if no deduction or only a partial deduction is made in such
fashion the Contractor shall pay to the State or Authorized User the
amount of such claim or portion of the claim still outstanding, on
demand. The Commissioner reserves the right to determine the
disposition of any rebates, settlements, restitution, liquidated damages,
GENEP.AL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX B
65. ASSIGNMENT OF CLAiM Contractor hereby assigns to the
State any and all its claims for overcharges associated with this contract
which may arise under the antitrust laws of the United States. 15 U.S.C.
Section 1, et seq. and the antitrust laws of the State of New York. G.E.L.
Section 340, et seq.
66. TOXIC SUBSTANCES Each Contractor furnishing a toxic
substance as defined by Section 875 of the Labor Lair, shall provide
such Authorized User with not less than two copies of a material safety
data sheet, which sheet shall include for each such substance the
information outlined in Section 876 ofthe Labor Law.
Before any chemical product is used or applied on or in any building, a
copy of the product label and Material Safety Data Sheet must be provided
to and approved by the user agency representative.
67. INDEPENDENT CONTRACTOR It is understood and agreed
that the legal status of the Contractor, its agents, officers and employees
under this Contract is that of an independent Contractor, and in no manner
shall they be deemed employees of the State or Authorized User, and
therefore are not entitled to any of the benefits associated with such
employment. The Contractor agrees, during the term of this contract, to
maintain at Contractor's expense those benefits to which its employees
would otherwise be entitled by lav,, including health benefits, and all
necessary insurance for its employees, including worker's compensation,
disability and unemployment insurance, and to provide the Authorized
User with certification of such insurance upon request. The Contractor
remains responsible for all applicable federal; state and local taxes; and all
FICA contributions.
68. SECURITY../ CONFIDENTIALTTY Contractor warrants,
covenants and represents that it will comply fully with all security
procedures of the State and any Authorized Uscr(s) in performance of
the Contract.
Contractor further warrants, covenants and represents that any
confidential inforniation obtained by Contractor, its agents,
subcontractors, officers, or employees in the course of performing its
obligations, including without Iimitation, security procedures, business
operations information, or commercial proprietary information in the
possession of the State or any Authorized User hereunder or received
from another third parry, will not be divulged to any third parties.
Contractor- shallnot-be-- required- -to— keep - -confidential - anysuch
confidential material which is publicly available through no fault of
Contractor, independently developed by Contractor without reliance on
confidential information of the State or Authorized User_ or otherwise
obtained under the Freedom of Information Act or other applicable New
York State Laws and Regulations. This warranty shall survive
termination of this Contract. Contractor further agrees to take
appropriate steps as to its personnel, agents, officers and any
subcontractors regarding the obligations arising under this clause to
insure such confidentiality.
69. COOPERATION WiTH THIRD PARTIES The Contractor
shall be responsible for fully cooperating with any third party, including
but not limited to subcontractors of the Authorized User, relatin; to
delivery of product or coordination of services.
70. CONTRACT TERM - RENEWAL In addition to anv stated
renewal periods in the Contract, any contract or unit portion thereof let
by the Commissioner may be extended by the Commissioner for an
additional period(s) of up to one year (cumulatively) with the written
concurrence of the Contractor.
71 WARRANTIES Where Contractor or Product manufacturer
forth below. Contractor shall offer or pass through any such warranties
to Authorized Users. Contractor hereby warrants and represents:
a. Product Performance Products delivered pursuant to this Contract
conform to the manufacturer's specifications, performance
standards and documentation, and the documentation fully
describes the proper procedure for using the Products.
indemnification To fully indemnify and save harmless the State..
Authorized Users and their respective officers, agents and
employees without limitation from suits, actions, damages and
costs of every name and description arising out of the acts or
omissions of Contractor, its officers, employees, subcontractors,
partners, or agents, in any performance under this contract
including: 0 personal injury, damage to real or personal tangible
property, ii) negligence, either active or passive, or iii)
infringement of an), law or of a United States Letter Patent with
respect to the Products furnished, or of any copyright, trademark,
trade secret or intellectual proprietary rights, provided that the
State or Authorized User shall give Contractor: (a) prompt
written notice of any action, claim or threat of infringement suit,
or other suit, promptness of which shall be established by
Authorized User upon the furnishing of written notice and verified
receipt, (b) the opportunity to take over, settle or defend such
action, claim or suit at Contractor's sole expense, and (c)
assistance in the defense of any such action at the expense of
Contractor. Where a dispute or claim arises relative to a real or
anticipated infringement, the State or Authorized User may
require Contractor, at its sole expense, to submit such information
and documentation, including formal patent attorney opinions, as
the Commissioner shall require.
C. Title and Ownership Warranty Full ownership, clear title free of
all liens, or tine right to transfer or deliver perpetual license rights
to any Products transferred to Authorized User under this
Contract. Contractor shall be solely liable for any costs of
acquisition associated therewith. Contractor fully_ indemnifies the
State and Authorized User for any loss, damages or actions arising
from a breach of said warranty without limitation.
d. Contractor Compliance To pay, at its sole expense, all applicable
_permits licenses, tariffs tolls and fees and give all notices and
comply with all laws, ordinances, rules and regulations of any
governmental entity in conjunction with the performance of
obligations under the contract. Prior to award and during the
Contract term and any renewals thereof, Contractor must establish
to the satisfaction of the Commissioner that it meets or exceeds all
requirements of the bid' contract and any applicable laws,
including but not limited to, permits, insurance coverage,
licensing, proof of coverage for workman's compensation, and
shall provide such proof as required by the Commissioner. Failure
to do so may constitute grounds for the Commissioner- to cancel or
suspend this contract, in whole or in part, or to take any other
action deemed necessary by the Commissioner.
Product Warranty Unless recycled or recovered materials are
available in accordance with the "Recycled or Recovered
Materials" clause, Product offered shall be standard new
equipment, current model of regular stock product with all parts
regularly used with the type of equipment offered; and no
attachment or part has been substituted or applied contrary to the
manufacturer's recommendations and standard practice. Every
Product, including any substituted or replacement Product
delivered must be unconditionally guaranteed against faulty
GENERAL SPECIFICATIONS (COMMODITIES AND NON -TECHNOLOGY SERVICES) APPENDIX B
Commissioner. Furthermore, the Contractor agrees to extend its
warranty period by the cumulative periods of time, after
notification.. during which the Product requires servicing or
replacement (down time) or is in the possession of the Contractor,
its agents, officers or employees. If during the regular or extended
warranty periods faults develop, the Contractor shall promptly
repair or, upon demand, replace the defective unit or component
part affected. All costs for labor and material and transportation
incurred to repair or replace defective goods during the warranty
period shall be home solely by the Contractor, and the State or
Authorized User shall in no event be liable or responsible
therefor. This warranty shall survive any termination of the
contract in accordance with the warranty term.
Replacement Parts Warranty Where the provision of services
requires the replacement or repair of Product, any replaced or
repaired component, part or Product shall be new and shall, if
available, be replaced by the original manufacturer's component,
part or Product. Remanufactured components meeting new product
standards may be permitted by the Commissioner or Authorized
User. All proposed substitutes for the original manufacturer's
installed Product must be approved by the Authorized User before
installation. The Product or part shall be equal to or of better quality
than the original Product being replaced. Any Product replaced by
the Contractor under the contract shall be guaranteed for the
remainder of the warranty period under (d) above and replaced at no
cost to the Authorized User if found defective during that time.
g. Date/Time Warrantv Contractor warrants that Product(s) furnished
pursuant to this Contract shall, when used in accordance with time
Product documentation, be able to accurately process date/time data
(including, but not limited to, calculating, comparing, and
sequencing) transitions, including leap year calculations. Where a
Contractor proposes or an acquisition requires that specific Products
must perform as a package or system, this warranty shall apply to the
Products as a system
Where Contractor is providing ongoin; services, including but not
limited to: i) consulting, integration, code or data conversion, ii)
maintenance or support services, iii) data entry or processing, or iv)
Contract administration services (e.g. billing, invoicing, claim
processing), Contractor warrarits that services shall be provided in
an accurate and timely manner without interruption, failure or error
due to the inaccuracy of Contractor's business operations in
processing date/time data (including, but not limited to, calculating,
comparing, and sequencing) various date/time transitions, including
leap year calculations. Contractor shall be responsible for damages
resulting from any delays, errors or untimely performance resulting
therefrom, including but not limited to the failure or untimely
performance of such services.
This Date/Time Warranty shall survive beyond termination or
expiration of this contract through: a) ninety (90) days or b) the
Contractor's or Product manufacturer/developer's stated date/time
warranty term, whichever is longer. Nothing in this warranty
statement shall be construed to limit any rights or remedies
otherwise available under this Contract for breach of warrantv.
NAASPO STANDARD TERMS AND CONDITIONS
(National Orb nization of State Procurement Officials
terms for cooperative procurements)
NASPO STANDARD TERMS AND CONDITIONS
Standard Contract Terms and Conditions
National Association of State Procurement Officials (NASPO) Cooperative
Procurements
PARTICIPANTS: The National Association of State Procurement Officials
("NASPO") is a national association of Chief Procurement Officers that has created a
guide for national cooperative procurement for state government departments, institutions
and political subdivisions (i.e., colleges, school districts, counties, cities, etc.) for the
NASPO Member States and territories of the United States. Obligations under contracts
that result from this cooperative procurement are limited to those Participating States who
have signed (and not revoked) an Intent to Contract at the time of award, or who have
executed a Participating Addendum where contemplated by the solicitation. Financial
obligations of Participating States are limited to the orders placed by the departments or
other state agencies and institutions having available funds. Participating States incur no
financial obligations on behalf of political subdivisions. Unless otherwise specifled in
the solicitation, the resulting price agreement(s) will be permissive.
DEFINITIONS:
"Lead State" means the State conducting this cooperative solicitation and
centrally administering any resulting price agreement with the permission of the NASPO
Member States.
"Offer" or "Bid" or "Proposal" refers to the offer submitted in response to a
solicitation; whether denominated as an invitation to bid; invitation for bid, request for
proposal, or otherwise. "Bidder" or "Offeror" similarly refers to the person, company, or
other entity submitting the bid or proposal that constitutes an offer capable of acceptance,
regardless of the solicitation method used.
"Permissive price agreement" means that placement of orders through the price
agreement is discretionary with Purchasing Entities. They may satisfy their
requirements through the price agreement without using statutory or regulatory
procedures (e.g. invitations for bids) to solicit competitive bids or proposals. Purchasing
Entities may, however, satisfy requirements without using the price agreement so long as
applicable procurement statutes and rules are followed.
"Participating Addendum" means a bilateral agreement executed by the contractor
and a Participating State (or a political subdivision with the consent of its state's chief
procurement officer) that clarifies the operation of the price agreement for the State
concerned, e.g. ordering procedures specific to a State, and may add other state -specific
Iangzage or other requirements.
"Participating State" means a member of NASPO who has indicated its intent to participate as
disclosed on the solicitation, or who subsequently signs a Participating Addendum where contemplated by
the solicitation.
NASPO STANDARD TERMS AND CONDITION'S (cont'd)
"Purchasing Entity" means a Participating State or another legal entity, such as a
political subdivision; properly authorized by a Participating State to enter into a contract
for the purchase of goods described in this solicitation. Unless otherwise limited in this
solicitation or in a Participating .Addendum, political subdivisions of Participating States
are Purchasing Entities and Participants authorized to purchase the goods and/or services
described in this solicitation.
QUANTITY ESTIMATES: Estimated quantities are infornlational and not to be
construed as a warranty of accuracy of historical or anticipated volumes or a guarantee to
purchase any amount.
SPECIFICATIONS: Any deviation from specifications must be clearly indicated by
offeror, otherwise, it will be considered that the proposal is in strict compliance. 'When
BRAND NAMES or manufacturers' numbers are stated in the specifications they are
intended to establish a standard only and are not restrictive unless the solicitation says
no substitute." Offers will be considered on other makes, models or brands having
comparable quality, style, workmanship and perforinance characteristics. Alternate
proposals offering lower- quality or inferior performance will not be considered.
ACCEPTANCE OR REJECTION OF BIDS AND PROPOSALS: The Lead State
reserves the right to accept or reject any or all bids or proposals, or parts of bids or
proposals, and to waive informalities therein.
SAMPLES: Generally, when required, samples will be specifically requested in the
solicitation. Samples, when required, are to furnished free of charge. Except for those
samples destroyed or mutilated during testing, samples will be returned at an offeror" s
request, transportation collect.
CASH DISCOUNT TERMS: Offeror may quote a cash discount based upon early
payment, however- discounts offered for less than 30 days will not be considered in
making the award. The date from which discount time is calculated shall be the date a
correct invoice is received or receipt of shipment, whichever is later; except that if testing
is performed, the date shall be the date of acceptance of the merchandise.
TAXES: Offered prices shall be exclusive of state sales and federal excise taxes. Where
the state government entities are not exempt from sales taxes on sales within their- state,
the contractor shall add the sales taxes on the billing invoice as a separate entry.
PATENTS, COPYRIGHTS, ETC: The Contractor- shall release, defend, indemnify,
and hold harmless NASPO, the ParticipatimgStates, and the Purchasing Entities, as well
as the officers, agents and employees of NASPO, the Participating States and the
Purchasing Entities, fi-om liability of any kind or nature, including the Contractor's use of
any copyrighted or uncopyrighted composition, process, patented or unpatented
invention, article or appliance furnished or used in performance of thus contract.
NASPO STANDARD TERMS AND CONDITIONS (cont'd)
A WARD: Multiple contracts may be awarded as a result of this solicitation. Awards in
requests for proposals (competitive sealed proposals) shall be made to the responsible
offeror(s) whose proposals are determined to the most advantageous to the Participating
States, taking into consideration price and the other evaluation factors set forth in the
solicitation. The Participating States reserve the right to award items separately or by
grouping items, or by total lot.
NON -COLLUSION: By signing the proposal the offeror certif es that the proposal
submitted, has been arrived at independently and has been submitted without collusion
with, and without any agreement, understanding or planned commnon course of action
with, any other vendor of materials, supplies, equipment or services described in the
solicitation, designed to limit independent bidding or competition.
TERMINATION: unless otherwise stated in the solicitation, any contract entered into
as a result of this solicitation may be terminated by either party upon 60 -days notice, in
writing,prior to the effective date of the termination. Further, any Participating State
may terminate its participation upon 30 -days written notice, unless otherwise limited or
stated in the special terms and conditions of the solicitation. Any termination under this
provision shall not effect the rights and obligations attending orders outstanding at the
time of cancellation, including any right of any Purchasing Entity to indemnification by
the Contractor, rights of payment for goods/services delivered and accepted, and rights
attending any warranty or default in performance in association with any order. ✓
DEFAULT AND REMEDIES:
A. Any of the following shall constitute cause to declare the contract or any order under
this contract in default:
(1) No_nperforrnance_of contractual requirements; or
(2) A material breach of any term or condition of this contract.
B. A written notice of default, and an opportunity to cure, shall be issued by the party
claiming default, whether the Lead State (in the case of breach of the entire agreement), a
Participating State (in the case of a breach of the Participating Addendum), the
Purchasing Entity (with respect to any order), or the Contractor. Time allowed for cure
1.
shall not diminish or eliminate any liability for liquidated or other damages.
NASPO STANDARD TERMS AND CONDITIONS (cont'd)
DEFAULT AND REMEDIES: (cont'd)
C. If the default remains after the opportunity for cure, the non -defaulting party may:
(1) Exercise any remedy provided by law or equity;
(2) Terminate the contract or any portion thereof including any orders issued
against the contract;
(3) Impose liquidated damages, as specified in the solicitation or contract;
(4) In the case of default by the contractor, and to the extent permitted by the law of the
Participating State or
Purchasing Entity, suspend contractor from receiving future solicitations.
LAWS AND REGULATIONS: Any and all supplies, services and equipment offered
and furnished shall comply fully with all applicable Federal and State laws and
renulations.
CONFLICT OF TERMS: In the event of any conflict between these standard terns
and conditions and any special terms and conditions in the solicitation, the special tens
and conditions shall govern.
REPORTS: The contractor shall submit quarterly reports to the Lead State contract
administrator, and upon request to any Participating State, showing the quantities and
dollar volume of purchases by each Purchasing Entity.
HOLD HARMLESS: The contractor shall release, defend, indemnify and hold
harmless NASPO, the Participating States, and the Purchasing Entities, as well as the
officers-, agents -and -employees ofIN7ASP0, the Participating -States -and the Purchasing-
Entities,
urchasing Entities, from and against any dainage, cost or liability, including reasonable attorneys
fees for any or all injuries to persons, property or claims for money damages arising from
acts or omissions of the contractor, its employees or subcontractors or volunteers.
ORDER NUMBERS: Contract order and purchase order numbers shall be clearly shown
on all acknowledgments, shipping labels, pac1drig slips, invoices, and on all
correspondence.
G017ERNING LAW AND VENUE: This procurement shall be governed and the
resulting price agreement construed in accordance with the laws of the Lead State. The
construction and effect of any Participating Addendum or order against the price
agreement shall be governed by and construed in accordance with the laws of the
Purchasing Entity's State. Venue for any claim, dispute or action concerning the
construction and effect of the price agreement shall be in the Lead State. Venue for any
NASPO STANDARD TERMS AND CONDITIONS (cont'd)
claim, dispute or action concerning an order- placed against the price agreement or the
effect of a Participating Addendum or shall be in the Purchasing Entity's State.
DELIVERY: The prices offered shall be the delivered price to any NASPO state agency
or political subdivision. All deliveries shall be F.O.B. destination with all transportation
and handling charges paid by the contractor. Responsibility and liability for loss or
damage shall remain the Contractor until final inspection and acceptance when
responsibility shall pass to the Purchasing Entity except as to latent defects, fraud and
Contractor's warranty obligations. The minimum shipment amount will be found in the
special terms and conditions. Any order for less than the specified amount is to be
shipped with the freight prepaid and added as a separate item on the invoice. Any portion
of an order to be shipped without transportation charges that is back ordered shall be
shipped without charge.
WARRANTY (including Year 2000): The contractor agrees to warrant and assume
responsibility for each hardware, firmware, and/or software product (hereafter called the
product) that it licenses, or sells, to the Purchasing Entity under this contract. The
contractor aclmowledges that the Uniform Coirunercial Code applies to this contract. In
general, the contractor warrants that: (a) the product will do what the salesperson said it
would do, (b) the product will live up to all specific claims that the manufacturer makes
in their advertisements, (c) the product will be suitable for the ordinary purposes for
which such product is used, imcludingvear2000 compatibility and fitness, (d) the product
will be suitable for any special purposes that the Purchasing Entir�7 has relied on the
contractor's skill or judgment to consider when it advised the Purchasing Entity about the
product, (e) the product has been properly designed and manufactured, and (f) the
product is free of s janificant defects or unusual problems about which the Purchasing
Entity has not been warned. "Year 2000 compatibility and fitness" means: (1) the
product warranted by the contractor will not cease to perform before, during, or after the
calendar year 2000, (2) the product will not produce abnormal, invalid, and/or incorrect
results before, during, or after the calendar year 2000, (3) will include, but not be limited
to, date data century recognition, calculations that accommodate same century and multi -
century formats, date data values that reflect century, and (4) accurately process date data
(including, but not limited to; calculating, comparing, and sequencing) from, into, and
between the twentieth and twenty-first centuries, including leap year calculations. If
problems arise, the contractor will repair or replace (at no charge to the Purchasing
Entity) the product whose noncompliance is discovered and made known to the
contractor in writing. Nothing in this warranty will be construed to limit any rights or
remedies the Purchasing Entity may otherwise have under this contract with respect to
defects.
AAENDAIENTS: The terms of this contract shall not be waived, altered, modified,
supplemented or amended in any manner whatsoever without prior written approval of
the Contract Administrator of the Lead State.
NASPO ST_kNDARD TERM'S AND CONDITIONS (cont'd)
ASSIGNMENT/SUBCONTRACT: Contractor- shall not assign, sell., transfer,
subcontract or sublet rights, or delegate responsibilities under this contract, in whole or in
part, without the prior written approval of the Contract Administrator of the Lead State.
NONDISCRIMINATION: The offeror agrees to abide by the provisions of Title VI and
Title VII of the Civil Rights Act of 1964 (42 USC 2000e), which prohibit discrimination
against any employee or applicant for employment, or any applicant or recipient of
services, on the basis of race, religion, color, or national origin; and further agrees to
abide by Executive Order No. 11246, as amended, which prohibits discrirnination on
basis of sex; 45 CFR 90 which prohibits discrimination on the basis of age, and Section
504 of the Rehabilitation Act of 1973, or the Americans with Disabilities Act of 1990
which prohibits discrimination on the basis of disabilities. The offeror further agrees to
furnish information and repots to requesting State(s), upon request, for the purpose of
detemlining compliance with these statutes. Offeror agrees to comply with each
individual state's certification requirements, if any, as stated in the special teens and
conditions. This contract may be canceled if the offeror fails to comply with the
provisions of these laws and regulations. The offeror must include this provision in very
subcontract relating to purchases by the States to insure that subcontractors and vendors
are bound by this provision.
SEITRABILITY: If any provision of this contract is declared by a court to be illegal or
in conflict with any law, the validity of the remaining terns and provisions shall not be
affected; and the rights and obligations of the parties shall be construed and enforced as if
the contract did not contain the particular provision held to be invalid.
INSPECTIONS: Goods furnished under this contract shall be subject to inspection and
test by the Purchasing Entity at times and places determined by the Purchasing Entity. If
the Purchasing Entity fmds goods furnished to be incomplete or not in compliance with
proposal �ecificatrons, the Purchasinc, Entity may reject the goods and require
Contractor to either correct them without charge or deliver them at a reduced price -which
is equitable under the circumstances. If Contractor is unable or refuses to correct such
goods within a time deemed reasonable by the Purchasing Entity, the Purchasing Entity
may cancel the order in whole or in part. Notlim, in this paragraph shall adversely affect
the Purchasing Entin,'s rights including the rights and remedies under the Uniform
Commercial Code.
PAYMENT: Payment for completion of an contract is normally made within 30 days
following the date the entire order is delivered or the date a correct invoice is received,
whichever is later. Payments will be remitted by mail. Payments may be made via a
Purchasing Entity's "Purchasing Card".
NASPO STANDARD TERMS AND CONDITIONS (cont'd)
FORCE MAJEURE: Neither party to this contract shall be held responsible for delay or
default caused by fire, riot, acts of God and/or war which is beyond that party's
reasonable control. The Lead State may terminate this contract after determining such
delay or default will reasonably prevent successful perfonnance of the contract.
HAZARDOUS CHEMICAL, INFORMATION: The Contractor will provide one set of
the appropriate material safety data sheet(s) and container label(s) upon delivery of a
hazardous material to the Purchasing Entity agency. All safety data sheets and labels will
be in accordance with each participating state's requirements.
EXTENSION OF PRICES: In the case of error in the extension of prices in the
proposal, the unit prices will govern.
PROPOSAL PREPARATION COSTS: NASPO is not liable for any costs incurred by
the offeror in preparation of the bid or proposal.
CERTIFICATION REGARDING CONFLICT OF INTEREST: Contractor certifies
that it has not offered or given any gift or compensation prohibited by the state laws of
any Participating State to any officer or employee of NASPO or Participating States to
secure favorable treatment with respect to being awarded this contract.
INDEPENDENT CONTRACTOR: Contractor shall be an independent contractor, and
as such shall have no authorization, express or implied to bind the Participating States to
any agreements, settlements, liability or understanding whatsoever, and agrees not to
perform any acts as agent for NASPO or the states, except as expressly set forth herein.
POLITICAL SUBDIA7ISION PARTICIPATION: Participation under this contract by
political subdivisions (i.e., colleges, school districts, counties, cites, etc.,) of the NASPO
_participating states shall be voluntarily determined by the political subdivision. The
contractor agrees to supply the political subdivisions based upon the same terms,
conditions and prices.
CERTIFICATION REGARDING DEBARMENT: The Contractor certifies that
neither it nor its principals are presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participation in this transaction
(contract) by any goveinmental department or agency. If the CONTRACTOR cannot
certify this statement, attach a written explanation for review by NASPO.
RECORDS ADMINISTRATION: The contractor will maintain, or supervise the
maintenance of all records necessary to properly account for the payments made to the
contractor for costs authorized by this contract. These records will be retained by the
contractor for at least four years after the contract terminates, or until all audits initiated
within the four years have been completed, whichever is later.
NASPO STANDARD TERMS AND CONDITIONS (cont'd)
AUDIT OF RECORDS: The contractor agrees to allow NASPO, State and Federal
auditors, and state agency staff access to all the records related to this contract, and the
right to copy those records, for audit, inspection and monitoring of services. Such access
will be during normal business hours, or by appointment.
PRICES AS CEILING:
Price agreement prices represent ceiling prices for the supplies and services priced in the
price agreement. The vendor shall report to the Lead State any price reduction or
discount, or other more favorable terns, offered to any Purchasing Entity, and the
awarded vendor- agrees to negotiate in good faith to reestablish ceiling prices or other
more favorable terms and conditions applicable to future orders under- similar terns and
conditions..
STATE PARTICIPATION/UNIQUE TERMS AND CONDITIONS:
Apart from the Lead State conducting the solicitation, the States indicated on page 2
under "PURPOSE", Participating States have signified their intent to enter into a price
agreement and, except where the solicitation requires execution of a Participating
Addendum, are considered Participating States for purposes of this solicitation and the
resulting contract. Attachment A of the Solicitation includes any significant
modifications to these terns and conditions or State -specific provisions required by the
laws, regulations, or procurement practices of the State(s).
Additional States may be added with the consent of the contractor and the Lead State (on
behalf of the NASPO Participating States) through execution of a Participating
Addendum.
Participation in these contracts
These contracts were bid in conjunction with the National Association of State Procurement
Officials (NASPO) and are open to any State, and its eligible entities, in the continental United
States that wishes to participate.
States wanting to participate in these contracts should fill out and si-ti the attached Intent to
Contract form. Copies of the completed form should be sent to NYS OGS contract officer as
listed on the form.
The Participating Addendum form is to be used by the participating States and sent to those
contractors under these awards with whom they wish to contract . States may add their own
additional terms and conditions as an attachment or in the space provided on the form if it is
required. Once completed, a copy of this form should be sent to the NYS OGS contract officer
listed on the form.
The following table lists the States that have presently submitted an Intent to Participate and the
State contact person for that State.
Last updated: October 19, 2009
State Contact Person Entail
Alaska Jason Soza Jason soza(cuadmin.state. ak.us
Arizona Adam Williams Adam. williains(-cuazdoa.gov
Arkansas Robin Rogers Robin.rogers(udfa.state. ar.us
California Cynthia Okoroike Cynthia.Okoroike ci�dgs.ca.gov
Florida Smith, Donna Donna.stnith(a�.dms.myflorida.com
Georgia Matt Taylor Mtaylor(a`),doas.ga.gov
Idaho Richard Vogel Dick.vogel(a)adm.idaho.gov
Kansas Charles Miller Chuck.iniller�.da.ks.aov
Louisiana_ _ _Denselea — Denise:lea@Ia:gov___
Maryland Mike Haifley
Massachusetts Ron urhitaker Ron.whitaker a,state.ma.us
Maine Betty Lamoreau Bettv.m.lamoreauClmalne.gOV
Minnesota Gloria Sonnen Gloria. sonnenCstate.mn.us
New Pork State- lead state Sue NTolslegel Susan.wolslegel@ogs.state.7711.us
Oklahoma Lee Johnson Lee ohnsonCa?dcs. state. ok.us
Oregon Tim Jenks Tirrm.jenks(a'�state.onus
South Dakota Steven Berg Steven.berg(astate.sd.us
Tennesee/Shelby County Nelson Fowler Nelson.fo`A,ler(a�shelb)'countytn.gov
Virginia Frances Finch Fran. fmch cv,dgs.virgima.gov
West Virginia JoAnn Adkins Jo.a.adkins(a7,mv.gov
National Association of State Procurement Officials/NYS Cooperative Purchase
HAZARDOUS INCIDENT RESPONSE EQUIPMENT
NYS/NASPO Cooperative contract
Group 38232, Award 19745
INTENT TO CONTRACT
I. PURPOSE:
The purpose of this Agreement is to provide the Participating States in the NASPO
Procurement Cooperative with the opportunity to participate in multi -state cooperative
contracts. The Intent to Contract identifies the NASPO parties who intend to order from
each contract and defines the nature of the commitment from each party.
A cooperative procurement of Hazardous Incident Response Equipment (HIRE) is
considered in the best interests of NASPO and the Participating States because:
1. Access to broad-based catalog contracts for Hazardous Incident Response
Equipment (HIRE) is a requirement of all NASPO States to enable them to meet
anticipated requirements for domestic preparedness equipment in a timely manner.
2. All States have a need for centralized reporting of ordering volume, to enable
better management of these types of supplies
3. National distribution chains exist which are compatible with these objectives
4. NASPO expects that a centrally procured and administered contract will
reduce pricing for domestic preparedness equipment and achieve better efficiencies in
ordering.
5. The solicitation and contract is structured to accommodate any Participating
States' localized requirements concerning availability of supplies in their geographical
areas
IL EFFECTIVE DATES OF THIS INTENT TO CONTRACT
This agreement shall remain in effect until the term of the contract, established in Section
IV of this document, has ended or has been terminated for cause.
III. SCOPE OF THE CONTRACT
Scope Description. The State of NY is authorized by agreement of the participants to act
as the Lead State in developing this multi -state cooperative contract for the following
commodities or items: Ha_-aPdous Incident RespoMe Eguipment- This contract will be
permissive and provide access to the successful vendors' product lines.
Permissive or Mandatory: Permissive contracts.
Administrative Fee
An administrative fee of one-half of one percent (0.590 will be assessed centrally for
purchases under the contract. NI'S will receive 0.5% of the sales to NYS. NASPO will
receive 0.511'() of the sales to all other participating States for administration of the
procurement and resulting contracts.
N. TERM Or THE CONTRACT
The initial contract will be established for five (5) years to May 31, 2010, with the option
of two (2) and one (1) year extensions.
V. SOLICITATION AND CONTRACT DEVELOPMENT/ADDITIONAL.,
INFORMATION
Solicitation and contract development has been accomplished in compliance with the
NASPO Memorandum of Agreement, incorporated herein by reference.
Solicitation Publication Period
Bidders/offerors were given from January 16- date of bid publication- to March 29 to
submit bid offerin-.
Solicitation Type and Evaluation Criteria
This bid is being evaluated based on:
1. Discount percentage offered
2. Reasonableness of price
3. Delivery time.
4. Existing sales to govenunent entities of $300,000/yr.
5. Product offered
Award(s): The solicitation permits multiple awards. Multiple awards made by
Participating States for use in their regions will be administered by the Participating State
- — Additional- Requested Information
We request each NASPO member, desiring to participate in this contract award, provide
the following information along with this Intent to Contract:
1. Any known limitations on their State's ability to order commodities, such as
those limitations that may arise because of the existence of mandatory price agreements.
2. The State -specific terms and conditions that will govern orders placed within
the Participating State, or other significant terms and conditions that may be required on
the Participating Addendum.
3. A draft participating addendum will be supplied to participating states. States
requiring addition of significant terns and conditions to those already accepted by the
contractors should attach them and submit to each contractor for signature. If no
additional teens are needed Participating States should have the document signed by the
contractors under the resulting awards. A copy of the signed agreement should be sent to
the Lead State for their records
STI. PARTIES TO THIS AGREEMENT
The parties to this Agreement have axed their siLmatures below in witness and in
execution of this Intent to Contract, this day of ,2005.
Printed Name and Title
Signature
State
Contact information- please list information for State contact that
will interface for NYS regarding any contract issues.
State:
Name:
Phone number:
Fax number:
Email:
Mailinz address:
For questions or conunent please contact:
Susan Wolslegel
NYS OGS Procurement Services
38" 8007-, Tower
Empire State Plaza
Albany, New York 12242
518 474-5052 (fax )
_ phone 518 473 -9441 -(voice) --- _
E-mail susan.wolslegel@ogs.state.ny.us.
PARTICIPATING ADDENDUM
HAZARDOUS INCIDENT RESPONSE EQUIPMENT
NYS/NASPO Cooperative contract
Group 38232, Award 19745
MASTER AGREEMENT- required for each contractor under this award
Vendor Name Here
Contract Number
Participating Entity Name
1. Scope
(Briefly describe the jurisdiction of the governmental entity. If the jurisdiction
includes all the governmental entities within an entire state, a statement to that
effect will suffice)
2. Changes:
(Insert specific changes or a statement that no changes are required)
3. Primary Contact:
The primary participating entity contact for this participating addendum is as
follows:
Name:
Participating Entity Name:
Address:
Telephone:
Fax:
E-mail:
The primary Contractor contact for this participating addendum is as follows:
Name:
Contractor:
Address:
Telephone:
Fax:
E-mail:
4. Vendor contract award number: PC
The Vendor contract number MUST be shown on all Purchase Orders
issued against contract.
This Addendum and the Price Agreement together with its exhibits, set forth the
entire agreement between the parties with respect to the subject matter of all
previous communications, representations or agreements, whether oral or
written, with respect to the subject matter hereof. Terms and conditions
inconsistent with, contrary or in addition to the terms and conditions of this
Addendum and the Contract Award, together with its exhibits, shall not be added
to or incorporated into this Addendum or the Contract Award and its exhibits, by
any subsequent purchase order or otherwise, and any such attempts to add or
incorporate such terms and conditions are hereby rejected. The terms and
conditions of this Addendum and the Contract Award and its exhibits shall prevail
and govern in the case of any such inconsistent or additional terms.
IN WITNESS WHEREOF, the parties have executed this Participating Addendum as of
the date of execution by both parties below.
Participating Entity: Contractor:
By:_
Name:
Title:
Date:
When completed please send copy to:
By: _
Name:
Title:
Date:
Susan Wolslegel
NYS OGS Procurement Services
38th floor, Tower
Empire State Plaza
Albany, New York 12242
518 474-5052 (fax )
Phone 518 473-9441 (voice)
E-mail susan.wolslegel@ogs.state.ny.us.