request for bid for lottery instant ticket...

27
Wis. Statutes s.16.75 DOA-3070 (R05/2014) BIDS MUST BE SEALED AND ADDRESSED TO: AGENCY ADDRESS: Department of Administration Consolidated Agency Purchasing Services 101 E Wilson Street, 6 th Floor Madison WI 53703 If using PO Box, P.O. Box 7867, 53707- 7867 Bid envelope must be sealed and plainly marked in lower corner with due date and Request for Bid number. RD170702 Late Bids shall be rejected. Bids MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the Bid is due. Bids dated and time stamped in another office shall be rejected. Receipt of a Bid by the mail system does not constitute receipt of a Bid by the purchasing office. Any Bid which is inadvertently opened as a result of not being properly and clearly marked is subject to rejection. Bids must be submitted separately, i.e., not included with sample packages or other Bids. Bid openings are public unless otherwise specified. Records shall be available for public inspection after issuance of the notice of intent to award or the award of the contract. Bidder should contact person named below for an appointment to view the bid record. Bids shall be firm for acceptance for sixty (60) days from date of bid opening, unless otherwise noted. The attached terms and conditions apply to any subsequent award. REQUEST FOR BID #RD170702 THIS IS NOT AN ORDER Bids MUST be date and time stamped no later than: February 17, 2017 BIDDER (Name and Address) Fill in your company name and address here Name (Contact for further information) Susanne Matschull Phone 608-261-2298 Date 1/20/17 Quote Price and Delivery FOB FOB Destination, Freight Prepaid and Add Item No. Quantity and Unit Description Price Per Unit Total REQUEST FOR BID for Department of Revenue Lottery Division LOTTERY INSTANT TICKET DISPENSERS AND RELATED LOTTERY PRODUCTS FAXED AND E-MAILED BIDS SHALL NOT BE ACCEPTED LATE BIDS SHALL BE REJECTED We claim minority Bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Bidder must be certified by the Wisconsin Department of Administration. If you have questions concerning the certification process, contact the Wisconsin Supplier Diversity Program, 101 E. Wilson St., 6 th Floor, Madison, WI 53703, (608) 267-9550. Does Not Apply to Printing Bids. We claim Wisconsin certified disabled veteran-owned business preference. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED disabled veteran-owned business. Bidder must be certified by the Wisconsin Supplier Diversity Program. If you have questions concerning the certification process, contact the Wisconsin Department of Administration, 101 E. Wilson St., 6 th Floor, Madison, WI 53703, (608) 267-9550. Does Not Apply to Printing Bids. We are a work center certified under Wis. Stats. s. 16.752 employing persons with severe disabilities. Questions concerning the certification process should be addressed to the Work Center Program, State Bureau of Procurement, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53702, (608) 266-2605.

Upload: others

Post on 18-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

Wis. Statutes s.16.75DOA-3070 (R05/2014)BIDS MUST BE SEALED AND ADDRESSED TO:AGENCY ADDRESS:

Department of AdministrationConsolidated Agency Purchasing Services101 E Wilson Street, 6th FloorMadison WI 53703

If using PO Box, P.O. Box 7867, 53707-7867

Bid envelope must be sealed and plainly marked in lower corner with due date and Request for Bid number. RD170702 Late Bids shall be rejected. Bids MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the Bid is due. Bids dated and time stamped in another office shall be rejected. Receipt of a Bid by the mail system does not constitute receipt of a Bid by the purchasing office. Any Bid which is inadvertently opened as a result of not being properly and clearly marked is subject to rejection. Bids must be submitted separately, i.e., not included with sample packages or other Bids. Bid openings are public unless otherwise specified. Records shall be available for public inspection after issuance of the notice of intent to award or the award of the contract. Bidder should contact person named below for an appointment to view the bid record. Bids shall be firm for acceptance for sixty (60) days from date of bid opening, unless otherwise noted. The attached terms and conditions apply to any subsequent award.REQUEST FOR BID #RD170702

THIS IS NOT AN ORDER Bids MUST be date and time stamped no later than:

February 17, 2017BIDDER (Name and Address)

Fill in your company name and address here Name (Contact for further information)

Susanne MatschullPhone

608-261-2298

Date

1/20/17Quote Price and Delivery FOB

FOB Destination, Freight Prepaid and Add

ItemNo.

Quantityand Unit Description Price

Per Unit TotalREQUEST FOR BID forDepartment of Revenue

Lottery Division

LOTTERY INSTANT TICKET DISPENSERS AND RELATED LOTTERY PRODUCTS

FAXED AND E-MAILED BIDS SHALL NOT BE ACCEPTED

LATE BIDS SHALL BE REJECTED

           We claim minority Bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Bidder must be certified by the Wisconsin Department of Administration. If you have questions concerning the certification process, contact the Wisconsin Supplier Diversity Program, 101 E. Wilson St., 6 th Floor, Madison, WI 53703, (608) 267-9550. Does Not Apply to Printing Bids.We claim Wisconsin certified disabled veteran-owned business preference. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED disabled veteran-owned business. Bidder must be certified by the Wisconsin Supplier Diversity Program. If you have questions concerning the certification process, contact the Wisconsin Department of Administration, 101 E. Wilson St., 6th Floor, Madison, WI 53703, (608) 267-9550. Does Not Apply to Printing Bids.We are a work center certified under Wis. Stats. s. 16.752 employing persons with severe disabilities. Questions concerning the certification process should be addressed to the Work Center Program, State Bureau of Procurement, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53702, (608) 266-2605.

Wis. Stats. s. 16.754 directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. Materials covered in our Bid were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the United States.

Yes No UnknownIn signing this Bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid; that this Bid has been independently arrived at without collusion with any other Bidder, competitor or potential competitor; that this Bid has not been knowingly disclosed prior to the opening of bids to any other Bidder or competitor; that the above statement is accurate under penalty of perjury.We shall comply with all terms, conditions and specifications required by the state in this Request for Bid and all terms of our Bid.Name of Authorized Company Representative (Type or Print)

     

Title

     Phone (     )      

Fax (     )      Signature of Above Date

     

E-mail

     

This form can be made available in an accessible format upon request to individuals with disabilities.

Page 2: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

INSTRUCTIONS TO BIDDERS

You received this Request for Bid (RFB) because of the NIGP codes selected during your registration on the State of Wisconsin’s VendorNet system. If you received this RFB in any other way, please contact the purchasing agent identified in this RFB. You should also register to become a Bidder at: http://vendornet.state.wi.us. This RFB contains all necessary statutory language required by law. It is organized to help you determine if this is a business opportunity for your company. The RFB contains information regarding what the State intends to purchase, how pricing should appear and describes a clear process you must follow in order to submit a response to the RFB.

1. Review Section 1.0, “Introduction and Purpose” to gain a general understanding of what the State intends to purchase. Reviewing this section will help you determine your ability to meet the Purchasing Agency’s needs.

2. Review Section 2.0 “Bidder Qualifications and Requirements” section. This section will explain what a company needs in order to provide the commodity or service. This may include a specific license or certification, a history of providing this commodity or service in a similar environment to the State or for you to be in a prescribed geographical location. Reviewing this section will help you determine your ability to meet the Purchasing Agency’s needs.

3. The details of the commodity or service will be found in Section 3.0, “Mandatory Required Specifications of Bid.” Read this section carefully and determine if your product meets ALL requirements. RFB requirements are mandatory and therefore, if you can’t meet a requirement, it is likely that your bid will be rejected unless no Bidder can meet an individual RFB requirement. Reviewing this section will help you determine your ability to meet the Purchasing Agency’s needs.

4. Review Section 5.0, “Pricing Structure and Price Sheet.” This section explains how to submit Bid pricing (which is critical because the bid pricing will determine what Bidder(s) will be allowed to enter into a contract with the State).

5. The remaining sections of the RFB describe the process you must follow and the way you must present your bid to the State. It also describes the process the State will use to determine the winning Bidder. If you decide to bid, be sure to review the “Bid Procedure and Instructions” section and the “Bid Acceptance and Award” section.

6. If you are still interested in competing for the State’s business, you should provide your best pricing and complete all the required forms—see Section 8.0.

7. Please note, your bid response be complete and accurate. You must follow all instructions exactly as asked. DO NOT substitute your own materials in lieu of what is being asked in the RFB. DO NOT alter any of the forms or the price sheet. If you have questions, contact the Procurement Manager identified in the RFB.

8. Your RFB response must arrive at the proper location before the due date and time. Late bids will be rejected.

Thank you for your interest in providing commodities and/or services to the State. We wish you success with this and future procurement opportunities.

Page 3: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

TABLE OF CONTENTS1.0 INTRODUCTION AND PURPOSE.................................................................................................................... 4

1.1 DEFINITIONS.............................................................................................................................................. 41. 2 PURPOSE AND SCOPE OF THE REQUEST FOR BID.............................................................................51.3 CONTRACT TERM...................................................................................................................................... 51.4 MODIFICATIONS OF CONTRACT.............................................................................................................51.5 ORDER OF PRECEDENCE........................................................................................................................ 51.6 COOPERATIVE PURCHASING SERVICES...............................................................................................5

2.0 BIDDER QUALIFICATIONS & REQUIREMENTS.............................................................................................63.0 MANDATORY REQUIRED SPECIFICATIONS OF BID....................................................................................6

3.1 GENERAL REQUIREMENTS...................................................................................................................... 63.2 SPECIFIC PRODUCT REQUIREMENTS....................................................................................................6

4.0 SPECIAL TERMS AND CONDITIONS OF BID...............................................................................................104.1 ORDERS................................................................................................................................................... 104.2 DELIVERY REQUIREMENTS................................................................................................................... 104.3 SHIPMENTS, DUPLICATES AND OVER SHIPMENTS............................................................................114.4 WARRANTY............................................................................................................................................ 114.5 RETURN POLICY FOR DEFECTIVE OR DAMAGED GOODS................................................................114.6 NEW AND DISCONTINUED ITEMS..........................................................................................................114.7 REPORTING............................................................................................................................................. 114.8 CANCELLATION AND TERMINATION....................................................................................................11

5.0 PRICING STRUCTURE & PRICE SHEET INSTRUCTIONS...........................................................................135.1 METHOD OF BID...................................................................................................................................... 135.2 FOB DESTINATION, FREIGHT PREPAID AND ADD...............................................................................13

6.0 BID PROCEDURE AND INSTRUCTIONS......................................................................................................146.1 CALENDAR OF EVENTS.......................................................................................................................... 146.2 CORRESPONDENCE, CLARIFICATIONS AND QUESTIONS.................................................................146.3 REASONABLE ACCOMMODATIONS......................................................................................................156.4 VENDORNET REGISTRATION................................................................................................................156.5 SUBMITTING A BID.................................................................................................................................. 156.6 FAXED BIDS............................................................................................................................................. 166.7 EMAILED BIDS.......................................................................................................................................... 166.8 FORMAT OF BID RESPONSE..................................................................................................................... 166.9 MULTIPLE BIDS........................................................................................................................................ 166.10 INCURRING COSTS.................................................................................................................................. 16

7.0 BID ACCEPTANCE AND AWARD..................................................................................................................177.1 BID OPENING........................................................................................................................................... 177.2 BID REVIEW............................................................................................................................................. 177.3 BID ACCEPTANCE................................................................................................................................... 177.4 METHOD OF AWARD............................................................................................................................... 177.5 BIDDER REFERENCES/CLIENT LIST.....................................................................................................177.6 USE OF SUBCONTRACTORS................................................................................................................. 177.7 SUPPLIER DIVERSITY............................................................................................................................. 187.8 AWARD NOTIFICATION............................................................................................................................. 19

8.0 REQUIRED FORMS........................................................................................................................................ 19

Page 4: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

1.0 INTRODUCTION AND PURPOSE

1.1 DEFINITIONS

For the purposes of this Request for Bid and resulting Contract(s), the following definitions of terms shall apply, unless otherwise indicated.

Agency: an office, department, agency, institution of higher education, association, society or other body in state government created or authorized to be created by the constitution or any law, which is entitled to expend moneys appropriated by law, including the legislature and the courts, but not including an authority.

Authority: a body created under subch. II of ch. 114 or subch. III of ch. 149 or under ch. 231, 232, 233, 234, 235, 237, or 279.

Authorized Users: includes any State Agency, University of Wisconsin campus, or other state or local public body authorized to use statewide contracts, as established in §§ 16.70 (1b), (1e), (2), (4) and (8), 16.73 and 66.0301 of the Wisconsin Statutes and § PRO-D-30 of the State Procurement Manual.

Bid: a price quotation specifically given to a prospective purchaser by a prospective seller; a Bid is an offer to sell.

Bidder: a person or firm that responds to this Request for Bid.Cam Action Lock a fastening mechanism that incorporates a cam or tab that is turned to engage a catch or slot.CAPS Consolidated Agency Purchasing Services.Commodity: A tangible article of trade or item of merchandise; goods, products, materials, supplies, or finished

products. A Commodity is not a Service for purposes of this RFB, but a Commodity may include incidental or related Services.

Contract: The written agreement between the successful Bidder and the State covering the commodities and services to be performed pursuant to this RFB.

Contract Administrator:

The Procuring Agency employee responsible for oversight of the implementation, administration, and completion of the Contract.

Contractor: the person or entity that has been awarded the Contract as a result of this Bid, and who is required to provide equipment, materials, supplies, contractual services, or leasing real property to, the Procuring Agency.

Contract Manager: the employee of the Procuring Agency responsible for 1) resolving contractual matters that cannot be resolved with the Contract Administrator; and 2) facilitating and/or completing all official actions under the contract including but not limited to amendments, renewals and termination.

DOA Wisconsin Department of Administration.DOR Wisconsin Department of Revenue.Easy to Clean Ability to wipe with a damp cloth the majority of surface and remove dust and build up in and around unit.

Full Truck An order that fills an entire 53’ trailer, approximately 30 pallets.

Half Truck An order that fills half of a 53’ trailer, approximately 15 pallets.

Instant Ticket Scratch-off or pull-tab lottery game tickets.

Lottery The Lottery Division of the Department of Revenue of the State of Wisconsin.

Minority Business Enterprise (MBE):

A business that has been certified under s. Comm 105.14, 105.21, or 105.23.

Municipality: Any Wisconsin county, city, village, town, school district, board of school directors, sewer district, drainage district, vocational, technical and adult education district, or any other public body having the authority to award public contracts (s. 16.70(8), Wis.Stats.).

Notice of Award A writing issued by the Procuring Agency notifying all Bidders of the Procuring Agency’s intent to award a Commodity contract to the successful Bidder.

Prime Contractor: A Bidder who receives an award in response to this RFB .Procurement Manager:

The Procuring Agency’s procurement specialist or other person responsible for overseeing and administering the procurement process for a Bid.

Page 5: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

Procuring Agency: The state Agency conducting the purchasing transaction.RFB: Request for Bid.Specification: A descriptive statement of the physical, functional and performance characteristics of the commodity or

service required by the Procuring Agency. A Specification may be a description of the physical or functional characteristics, or of the nature of a supply. It may include a description of any requirement for inspecting, testing or preparing a supply item for delivery, or the necessary performance criteria.

Tear Bar: A bar that allows for the ticket to be torn across the molded piece attached to the dispenser. It has a texture for cutting.

1. 2 PURPOSE AND SCOPE OF THE REQUEST FOR BID

The State of Wisconsin, Consolidated Agency Purchasing Services (CAPS) on behalf of the Department of Revenue (DOR), Lottery Division (Lottery), requests bids for the purchase Lottery Instant Ticket Dispensers and related equipment, categorized into the two (2) groups of products listed below, and intends to use the results of this process to award a contract.

Group 1: Specific products. Most-often purchased dispensers: In-counter, On-counter and Single/Oversized Ticket Dispensers as described in Section 3.2. These products will be used for the dispensing and sale of the Lottery Instant Scratch Tickets.

Group 2: All items in the manufacturer’s current catalogs and/or price lists; all catalog products and accessories to be used in conjunction with lottery ticket dispenser units and/or retailer displays. (i.e., Pop-up In-Counter Ticket Dispensers, Ticket Menu Boards, Show-n-Glow, Literature Holders and EdgeGlow Fabricated Ticket Holders).

The State does not guarantee to purchase any specific quantity or dollar amount. While much of the retailer network has been outfitted with dispensers, compatible dispensers and accessories are continually purchased for expansion and/or to add on to existing dispenser configurations.

1.3 CONTRACT TERM

The State of Wisconsin, Department of Administration, intends to award a contract for a two (2) year period with the option to renew for three (3) additional one-year periods by written mutual agreement of the Department of Revenue and Contractor.

As required by Wisconsin Statutes, continuance of a contract beyond the limits of funds available shall be contingent upon appropriation of the necessary funds, and the termination of the contract by lack of appropriations shall be without penalty.

1.4 MODIFICATIONS OF CONTRACT

The Contract shall not be used for purchasing services outside of the general scope and intent of the original Request for Bid. Any modifications made to the Contract shall fall within the scope of the Bid and be rendered in writing and signed by both parties or they will be void.

1.5 ORDER OF PRECEDENCE

In the event of Contract award, the contents of this RFB (including all attachments), RFB addenda and revisions, the Bid response from the successful Bidder as accepted by the Procuring Agency, and any additional terms agreed to in writing by the parties shall be incorporated into the Contract. Failure of the successful Bidder to accept these elements into the Contract will result in the cancellation of the Contract award.

In the event of conflict with the incorporated elements of the Contract, the following order of precedence will prevail: Final Signed Contract with clarifications included Bid Response as accepted by the State of Wisconsin Request for Bid (and all attachments)

1.6 COOPERATIVE PURCHASING SERVICES

Commodities and services may be made available to Municipalities upon agreement of the Contractor. See Vendor Agreement-Wisconsin’s Cooperative Purchasing Services (DOA-3333), for definitions and other information on Municipalities. Municipalities must be able to obtain the commodities and services procured under the Contract at the same rates agreed to by the Procuring Agency and the Contractor. The Contractor shall be responsible for confirming the status of potential Municipalities with the Procuring

Page 6: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

Agency and providing appropriate documentation and support and reporting Contract usage by Municipalities (see Vendor Agreement – Wisconsin’s Cooperative Purchasing Services, DOA-3333 attached to this RFB).

2.0 BIDDER QUALIFICATIONS & REQUIREMENTS

Bidder shall use Attachment B – Bidder Checklist to respond to this section. All Bidder qualifications in this section are mandatory. Failure to meet a qualification will disqualify your Bid. However, the Procuring Agency reserves the right to waive any qualification if no Bidder is able to satisfy that qualification.

Before the award of any Contract, Lottery shall be satisfied that the Bidder has sufficient qualified resources available for performing the work described in this bid. It is the Bidder’s responsibility to acquaint Lottery with these qualifications by submitting appropriate or supporting documentation.

Bidder shall be qualified and able to provide the following as required or the Bid response will not be considered:

2.1 Bidder shall be in the business of providing Lottery Instant Ticket Dispensers, or similar products, and shall have done so for the past three (3) years.

2.2 Bidder shall be an original manufacturer, authorized distributor, or dealer authorized by manufacturer.

2.3 Bidder shall provide a designated person(s) to instruct Lottery personnel on set-up and/or use of all products when requested.

2.4 Bidder shall honor the manufacturer’s standard warranty. Enclose standard warranty documents with bid response.

2.5 The ability to recycle the unit is of interest to the State of Wisconsin. Bidders shall provide documentation attached to their bid of the recycled content in the original unit and the disposal possibilities of units when they are no longer usable.

3.0 MANDATORY REQUIRED SPECIFICATIONS OF BID

All Specifications are defined as minimum mandatory requirements unless otherwise stated. The following requirements must be met at no additional cost above the pricing provided in the Bid. Bidder must use Attachment B (Bidder Checklist) to respond to this section. Failure to meet any mandatory requirement will result in rejection of the Bid. However, in the event that no Bidder is able to meet an individual mandatory requirement, the State reserves the right to continue the review of Bids and to select the Bid that most closely meets the requirements specified in this RFB.

3.1 GENERAL REQUIREMENTS

3.1.1 Dispensers shall be compatible with and interlock with existing Lottery dispensers currently in use (see Appendix 1 for current dispenser information). The Lottery reserves the right to request samples of any product to ensure that it meets specifications.

3.1.2 Contractor shall designate a person(s) to provide on-going communication, coordinate service, answer questions and expedite deliveries.

3.2 SPECIFIC PRODUCT REQUIREMENTS

Contractor shall maintain an inventory of dispenser products, replacement parts and accessories for items meeting the following specifications:

3.2.1 MULTIPLE GAME IN-COUNTER TICKET DISPENSER

In-counter dispensers for displaying, storing and dispensing Instant Tickets. Tickets shall be visible through the counter at surface level and dispensed for sale from this dispenser.

3.2.1.1 SIZE3.2.1.1.1 Dispensers shall be available in various sizes to hold 12, 16, 20, or 24 games.3.2.1.1.2 Dispenser unit shall fit a countertop hole-size of 18 5/8” x 18 5/8” so that replacement units shall

fit existing countertop holes.3.2.1.1.3 Width: shall have at least 16” of space to hold 4 games across of 4” wide tickets, plus provide

space between ticket packs and edge of dispenser frame.

Page 7: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

3.2.1.1.4 Length: shall be long enough (front to back), when combined with width above, to display no less than 12, 16, 20 or games, depending on the various size.

3.2.1.1.5 Height: maximum amount of tickets in a pack is 300. 3.2.1.1.6 Dispenser depth shall accommodate thickness and allow for drawers that will accept a full pack of

tickets. (Thickness of largest pack is approximately 3 ½”).3.2.1.1.7 Current Instant Ticket sizes are:

2.5” x 4”, 4” x 4”, 4” x 6”, 4” x 8”. 4” x 10”, 8" x 8” and 8” x 10”. Packs range in thickness from 1/4” to 2 1/2”.

3.2.1.2 PRODUCT COMPONENTS3.2.1.2.1 The dispenser shall be constructed of durable metal or plastic with full visibility front and top. 3.2.1.2.2 Unit shall be Easy to Clean. 3.2.1.2.3 Top shall be sealed to prevent spills from penetrating into drawers. 3.2.1.2.4 All exposed parts shall be smooth, no rough or sharp edges. 3.2.1.2.5 The drawers/trays shall be removable.3.2.1.2.6 Each drawer shall be able to lock securely and each bin shall accommodate a full pack of tickets.3.2.1.2.7 One key per drawer shall be included. 3.2.1.2.8 All replacement drawers shall be interchangeable and fit existing on-counter dispensers currently

in use by Lottery.3.2.1.2.9 Tickets shall be secure in drawer and drawer shall be constructed so that tickets shall be locked

into unit with tickets readily available for sale by sales clerk.3.2.1.2.10 Tear Bars shall be replaceable.3.2.1.2.11 Tickets shall slide through guide/cutter for smooth dispensing of tickets for each drawer and

accommodate the thickness of tickets without scratching ticket coatings.

3.2.1.3 PACKAGING3.2.1.3.1 Each unit shall be individually packaged in a corrugated cardboard box with packaging material(s)

to protect from breakage during shipping. 3.2.1.3.2 Box shall be packed complete and shall include installation instructions with each unit and include

cutting template. The content of the box shall be labeled on the exterior. 3.2.1.3.3 Glass tops shall be taped in place to avoid movement and breakage.

3.2.2 MULTIPLE GAME ON-COUNTER TICKET DISPENSER

3.2.2.1 On-counter dispensers for displaying, storing and dispensing Instant Tickets. Tickets shall be visible from the front and dispensed from the rear of unit when dispenser is set on counter.

3.2.2.2 SIZE3.2.2.2.1 Dispensers shall be available in various sizes to accommodate holding 12, 16, 20, or 24 games.3.2.2.2.2 Width: dispensers shall have at least 16” of space to hold 4 games of 4” wide tickets plus provide

space between ticket packs and edge of dispenser frame. 3.2.2.2.3 Length: dispensers shall be long enough (front to back), when combined with width above, to

display no less than 1, 16, 20, or 24 games, depending on the various size. 3.2.2.2.4 Height: maximum number of tickets in a pack shall be 300. 3.2.2.2.5 Dispenser depth shall accommodate thickness and allow for drawers that will accept a full pack of

tickets. (Thickness of largest pack is approximately 2 1/2").3.2.2.2.6 Current ticket sizes are:

2.5” x 4”, 4” x 4”, 4” x 6”, 4” x 8”. 4” x 10”, 8" x 8” and 8” x 10”. Packs range in thickness from 3 1/4” to 2 1/2”.

3.2.2.3 PRODUCT COMPONENTS3.2.2.3.1 The dispenser shall be constructed of durable metal or plastic with full visibility front and top. 3.2.2.3.2 Unit shall be Easy to Clean. 3.2.2.3.3 Top shall be sealed to prevent spills from penetrating into drawers. 3.2.2.3.4 All exposed parts shall be smooth, no rough or sharp edges. 3.2.2.3.5 The drawers/trays shall be removable.3.2.2.3.6 Each drawer shall be able to lock securely and each bin shall accommodate a full pack of tickets.3.2.2.3.7 One key per drawer shall be included.

Page 8: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

3.2.2.3.8 Tear Bars shall be replaceable and accommodate the thickness of tickets without scratching ticket coatings.

3.2.2.3.9 All replacement drawers shall be interchangeable and fit existing on-counter dispensers currently in use by Lottery (See Appendix 1).

3.2.2.3.10 Tickets shall slide through guide/cutter for smooth dispensing of tickets for each drawer and accommodate the thickness of tickets without scratching ticket coatings.

3.2.2.3.11 Tickets shall be secure in drawer and drawer shall be constructed so that tickets shall be locked into unit with tickets readily available for sale by sales clerk.

3.2.2.4 PACKAGING3.2.2.4.1 Each unit shall be individually packaged in a corrugated cardboard box with packaging material(s)

to protect from breakage during shipping. 3.2.2.4.2 Box shall be packed complete and shall include installation instructions with each unit. The

contents of the box shall be labeled on the exterior of box.

3.2.3 SINGLE GAME TICKET DISPENSER

3.2.3.1 Individual cube dispensers for displaying, storing and dispensing a single pack of Instant Tickets. Tickets shall be visible from the front and dispensed through the back.

3.2.3.2 SIZE3.2.3.2.1 Dispenser shall be able to hold and dispense one full pack of Instant Scratch Lottery Tickets.

3.2.3.2.2 Width: width shall be no less than 4 ½”; 3.2.3.2.3 Height: height shall be no less than 5 ½”; 3.2.3.2.4 Current instant ticket dispenser dimensions are:

6” high x 4.7” wide x 5.5” deep; 5.77” high x 4.7” wide x 7.36” deep; 7” high x 4.7” wide x 6.7” deep; and 2.5” high x 8.5” wide x 13.5” deep.

3.2.3.2.5 Current ticket sizes are: 2.5” x 4”, 4” x 4”, 4” x 6”, 4” x 8”. 4” x 10”, 8” x 8”, 8” x 10”. Packs range in thickness from 1/4” to 2 1/2”.

3.2.3.3 PRODUCT COMPONENTS3.2.3.3.1 Dispensers shall be constructed of durable plastic with full visibility from front. 3.2.3.3.2 The Dispenser must be 100% clear (except for lock). 3.2.3.3.3 The unit shall be sturdy and able to withstand continuous usage for extended periods. 3.2.3.3.4 Unit shall be Easy to Clean. 3.2.3.3.5 All exposed parts shall be smooth, and have no rough or sharp edges. 3.2.3.3.6 Unit shall be able to accommodate a full pack of tickets.3.2.3.3.7 Units shall be able to snap together and apart and interlock with existing dispensers without the

use of adhesives.3.2.3.3.8 The top and bottom of each unit shall be designed in such a way that stack mounting is possible

without the need of an adhesive.3.2.3.3.9 Door shall be attached to the dispenser body with a durable injection molded hinge.3.2.3.3.10 Cam Action Lock shall secure doors. 3.2.3.3.11 One key for each lock shall be included.3.2.3.3.12 Tear Bar shall be molded of plastic (or equal material) and located at the ticket access slot to assist

in separating tickets.3.2.3.3.13 Tear Bar shall tear tickets cleanly along the perforations.3.2.3.3.14 Ticket shall slide through guide/cutter for smooth dispensing of tickets and accommodate the

thickness of tickets without scratching ticket coatings.3.2.3.3.15 Tickets shall be secure in dispenser and dispenser shall be constructed in a way that tickets shall

be locked into unit and tickets shall still be readily available for sales clerk to sell.

Page 9: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

3.2.3.4 PACKAGING3.2.3.4.1 Dispenser units shall be packaged no more than two to a box. Units shall be packaged in a

corrugated cardboard box with packaging material(s) to protect from breakage during shipping. 3.2.3.4.1 Box shall be packed complete and shall include installation instructions with each unit. Clear

instructions for ticket placement, cutter usage, etc. shall be included with each dispenser. The contents of the box shall be labeled on the exterior.

3.2.4 DUAL/SINGLE OVERSIZED GAME TICKET DISPENSER

3.2.4.1 Individual cube dispensers, configurable for displaying, storing and dispensing two packs of standard sized or one pack of oversized Instant Tickets. Tickets shall be visible from the front and dispensed through the back.

3.2.4.2 SIZE3.2.4.2.1 Dispenser shall be able to hold and dispense two standard full packs or one oversized full pack of

Instant Scratch Lottery Tickets.3.2.4.2.2 The dispenser width shall be no less than 8.87”.3.2.4.2.3 The dispenser height shall be no less than 5 ½”.3.2.4.2.4 The current instant ticket dispenser dimensions are 6” high x 8.87” wide x 7” deep.3.2.4.2.5 Current ticket sizes are:

2.5” x 4”, 4” x 4”, 4” x 6”, 4” x 8”. 4” x 10”, 8” x 8”, 8" x 10”. Packs range in thickness from 1/4” to 2 1/2”.

3.2.4.3 PRODUCT COMPONENTS3.2.4.3.1 Dispensers shall be constructed of durable plastic with full visibility from front. 3.2.4.3.2 The dispensers shall be 100% clear (except for lock).3.2.4.3.3 The unit shall be sturdy and able to withstand continuous usage for extended periods. 3.2.4.3.4 The unit shall be Easy to Clean. 3.2.4.3.5 All exposed parts shall be smooth, and have no rough or sharp edges. 3.2.4.3.6 Units shall be able to snap together and apart and interlock with existing dispensers without the

use of adhesives.3.2.4.3.7 The top and bottom of each unit shall be designed in such a way that stack mounting is possible

without the need of an adhesive.3.2.4.3.8 Door shall be attached to the dispenser body with a durable injection molded hinge.3.2.4.3.9 Cam Action Lock shall secure doors. 3.2.4.3.10 One key for each lock shall be included.3.2.4.3.11 Tear Bar – molded of plastic (or equal material) located at the ticket access slot to assist in

separating tickets and accommodate the thickness of tickets without scratching ticket coatings.3.2.4.3.12 Tear Bar shall be easy to operate and shall tear tickets cleanly along the perforations. 3.2.4.3.13 Ticket shall slide through guide/cutter for smooth dispensing of tickets and accommodate the

thickness of tickets without scratching ticket coatings. 3.2.4.3.14 Tickets shall be secure in dispenser and dispenser shall be constructed in a way that tickets shall

be locked into unit and tickets shall still be readily available for sales clerk to sell.

3.2.4.4 PACKAGING3.2.4.4.1 Dispenser units shall be packaged no more than two to a box. Units shall be packaged in

corrugated cardboard box with packaging material(s) to protect from breakage during shipping. 3.2.4.4.2 The box shall be packed complete and shall include installation instructions with each unit. Clear

instructions for ticket placement, cutter usage, etc. shall be included with each dispenser. The contents of the box shall be labeled on the exterior.

3.2.5               DUAL/SINGLE OVERSIZED GAME TICKET DISPENSER - FLAT

3.2.5.1 Individual flat cube dispensers, configurable for displaying, storing and dispensing two packs of standard sized or one pack of oversized Instant Tickets. Tickets shall be visible from the front and dispensed through the back.

Page 10: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

3.2.5.2   SIZE3.2.5.2.1       Dispenser shall be able to hold and dispense two standard full packs or one oversized full pack of

Instant Scratch Lottery Tickets.      3.2.5.2.2       The dispenser width can be no less than 8.5”.3.2.5.2.3       The dispenser length can be no less than 11 ½”.3.2.5.2.4       The current instant ticket dispenser dimensions are 2½” height x 11½” length x 8½" width3.2.5.2.5       Current ticket sizes are:

2.5” x 4”, 4” x 4”, 4” x 6”, 4” x 8”. 4” x 10”, 8” x 8”, 8" x 10”.  Packs range in thickness from 1/4” to 2 1/2”.

                      3.2.5.3   PRODUCT COMPONENTS3.2.5.3.1       Dispensers shall be constructed of durable plastic with full visibility from front.  3.2.5.3.2       The dispensers shall be 100% clear (except for lock and drawer).3.2.5.3.3       The unit shall be sturdy and able to withstand continuous usage for extended periods.  3.2.5.3.4       The unit shall be Easy to Clean.  3.2.5.3.5       Each unit shall include an adhesive strip to allow for stack mounting of unit on top of another

dispenser or hard flat surface. 3.2.5.3.6       All exposed parts shall be smooth, and have no rough or sharp edges.  3.2.5.3.7       Drawer shall fit into to the dispenser body and attach with a durable cam lock.3.2.5.3.8       Cam Action Lock shall secure doors.  3.2.5.3.9     On-e key for each lock shall be included.3.2.5.3.10     Tear Bar – molded of plastic (or equal material) located at the ticket access slot to assist in

separating tickets and accommodate the thickness of tickets without scratching ticket coatings.3.2.5.3.11     Tear Bar shall be easy to operate and shall tear tickets cleanly along the perforations. 3.2.5.3.12     Ticket shall slide through guide/cutter for smooth dispensing of tickets and accommodate the

thickness of tickets without scratching ticket coatings.  3.2.5.3.13     Tickets shall be secure in dispenser and dispenser shall be constructed in a way that tickets can be

locked into unit and tickets can still be readily available for sales clerk to sell.

                    3.2.5.4    PACKAGING3.2.5.4.1       Dispenser units shall be packaged no more than two to a box.  Units shall be packaged in

corrugated cardboard box with packaging material(s) to protect from breakage during shipping.  3.2.5.4.2       The box shall be packed complete and shall include installation instructions with each unit.  Clear

instructions for ticket placement, cutter usage, etc. shall be included with each dispenser. The contents of the box shall be labeled on the exterior.

4.0 SPECIAL TERMS AND CONDITIONS OF BID

The State reserves the right to negotiate these terms and conditions when it is in the best interest of the State to do so. The Bidder may not submit its own Contract document as a substitute for the State’s Special Terms and Conditions.

Bidders must accept all terms and conditions. Any changes or amendment to any of the terms and conditions will occur only if the change is in the best interest of the State.

4.1 ORDERS

Lottery personnel will place orders as needed during the Contract period.

Contractor shall designate a person(s) to provide on-going communication, coordinate service, answer questions and expedite deliveries.

4.2 DELIVERY REQUIREMENTS

4.2.1 Delivery is required within thirty (30) days after receipt of order.

4.2.2 Products are to be delivered defect-free, i.e., free of scratches, dirt and adhesive residue in all areas. Lottery will notify vendor of any defective product received, within fifteen (15) days from date of delivery. The Contractor shall repair or replace the defective product; at no cost to the Lottery, within seven (7) days of notification.

Page 11: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

4.2.3 Packing slips for each delivery indicating the contents of the shipment shall be included with each shipment. No payment will be made for defective products until acceptable replacement is received by Lottery.

4.3 SHIPMENTS, DUPLICATES AND OVER SHIPMENTS

4.3.1 Contractor shall provide final product as approved by the Lottery. Products are to be free from initial defects for one (1) year from delivery date. Contractor shall provide return shipment for return of defective items.

4.3.2 Contractor shall provide free return of products ordered in error for a minimum of thirty (30) calendar days from receipt, with the Lottery paying only the return shipping costs. Attach (in detail) your return policy to your bid response.

4.3.3 Upon notification by the State of a duplicate or over-shipment, item shall be removed at the Contractor's expense. If such goods are not removed within 20 days of written notification, the State reserves the right to dispose of them as its own property and shall not be held liable for the cost.

4.4 WARRANTY

A warranty is required on all commodities against defects, materials, workmanship, and failure to perform in accordance with required performance criteria for a period of a minimum of one (1) year from the date of acceptance of that item by the Lottery.

Replacement of all contract items and/or those found to be defective within the warranty period shall be made without cost to the Lottery. Contractor shall pay freight for replacement items and for any work done under warranty.

The warranty shall apply to all commodities purchased under the provisions of this bid. Warranties submitted with bid response, either appearing separately or included in pre-printed literature for a minimum of one year.

One year warranty shall continue to apply to discontinued items purchased by the Lottery. Discontinued warranty items replaced by vendor shall be at no cost.

4.5 RETURN POLICY FOR DEFECTIVE OR DAMAGED GOODS

In the event a defective product is delivered, Contractor shall replace the product within seven (7) days of the request.

4.6 NEW AND DISCONTINUED ITEMS

New products not contained in the catalog may be added to the Contract, at the discretion of the Lottery, from the manufacturers’ current catalog and/or list price, less Contract discount. Products which are no longer manufactured or which are not being ordered in sufficient quantity may be deleted from the Contract. Contractor(s) shall notify Lottery within thirty (30) days of new or discontinued items.

4.7 REPORTING

Bidder(s) shall provide a report on a quarterly basis of all products purchased on the contract resulting from this bid. Reports shall indicate the total number of each product purchased, and the cost per item and date of purchase. Reports shall be sent Lottery.

4.8 CANCELLATION AND TERMINATION

4.8.1 TERMINATION FOR CAUSE

The State may terminate this Contract after providing the Contractor with thirty (30) calendar days written notice of the Contractor’s right to cure a failure of the Contractor to perform under the terms of this Contract.  

The Contractor may terminate this Contract after providing the State one hundred and twenty (120) calendar days’ notice of the State’s right to cure a failure of the State to perform under the terms of this Contract.

Upon the termination of this Contract for any reason, or upon Contract expiration, each party shall be released from all obligations to the other party arising after the date of termination or expiration, except for those that by their terms survive such termination or expiration.

Page 12: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each
Page 13: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

4.8.2 TERMINATION FOR CONVENIENCE

Either party may terminate this Contract at any time, without cause, by providing a written notice; the State by providing at least thirty (30) calendar days notice to the Contractor, and the Contractor providing at least one hundred and twenty (120) calendar days notice to the State in advance of the intended date of termination. 

In the event of termination for convenience, the Contractor shall be entitled to receive compensation for any fees owed under the Contract. The Contractor shall also be compensated for partially completed Services. In this event, compensation for such partially completed Services shall be no more than the percentage of completion of the Services requested, at the sole discretion of the State, multiplied by the corresponding payment for completion of such Services as set forth in the Contract. Alternatively, at the sole discretion of the State, the Contractor may be compensated for the actual Service hours provided. The State shall be entitled to a refund for goods or services paid for but not received or implemented, such refund to be paid within 30 days of written notice to the Contractor requesting the refund.

4.8.3 CONTRACT CANCELLATION

The State reserves the right to cancel this Contract in whole or in part without penalty if the Contractor: Fails to perform any material obligation required under the Contract Files a petition in bankruptcy, becomes insolvent, or otherwise takes action to dissolve as a legal entity

o Allows any final judgment not to be satisfied or a lien not to be disputed after a legally-imposed, 30-day notice.

o Makes an assignment for the benefit of creditors Fails to follow the sales and use tax certification requirements of s. 77.66 of the Wisconsin Statutes Incurs a delinquent Wisconsin tax liability Fails to submit a non-discrimination or affirmative action plan as required in the Standard Terms and

Conditions (DOA-3054) Fails to follow the non-discrimination or affirmative action requirements of subch. II, Chapter 111 of

the Wisconsin Statutes (Wisconsin’s Fair Employment Law) Becomes a federally debarred Contractor Is excluded from federal procurement and non-procurement contracts Fails to maintain and keep in force all required insurance, permits and licenses as provided in this

Contract Fails to maintain the confidentiality of the State’s information that is considered to be Confidential

Information, proprietary, or containing Personally Identifiable Information Contractor performance threatens the health or safety of a State employee or State customer.

5.0 PRICING STRUCTURE & PRICE SHEET INSTRUCTIONS

5.1 METHOD OF BID

Bidders shall use Attachment A, Price Sheet to submit specific product pricing and discount off catalog pricing, as directed on the Price Sheet. Discount amounts shall be rounded to whole numbers, (e.g. 54% or 48%, NOT 54.2% or 48.3 %) from the catalog and/or price list. Failure to provide the discount may result in rejection of your bid. The discount will be considered for informational purposes only, and will not be considered in the lowest Net Total Cost.

5.1.1 Group 1 – specific, most frequently ordered products. Bidders shall submit unit prices and an extended total for each quantity listed on the Cost Sheet attached to this bid. Bidders shall submit a discount for large orders, when the orders fill a Half Truck or Full Truck.

5.1.2 Group 2, Catalog Products - Bidders shall submit a bid in the form of a percent (%) discount, rounded to the nearest whole number, from the catalog submitted, for all catalog products and accessories. Bidders are to indicate appropriate price column to be used on their catalog or price list, if applicable. Three (3) copies of your current catalog and/or price list shall accompany your bid response. The discount will be considered for informational purposes only, and will not be considered in the lowest Net Total Cost. The purchase of Group 2, Catalog Products will be at the discretion of the Department of Revenue.

5.2 FOB DESTINATION, FREIGHT PREPAID AND ADD

Delivery will be made by common carrier or Bidder's vehicle, with unloading to be performed by the carrier or Bidder and carton(s) transported to the interior or ground floor, or inside dock at 3001 Dairy Drive, Madison, WI 53718. Contractor shall be

Page 14: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

responsible for equipment during shipping. Actual shipping charges must be itemized on invoice. Equipment shall be in operating condition with operating instructions, operating manuals and maintenance manuals provided to Lottery personnel at the time of delivery. Bid prices shall include all packing, insurance, instructional and manual charges and all other costs associated with the performance of this RFB.

Failure to bid FOB DESTINATION, FREIGHT PREPAID AND ADD in the Bid price or discount may disqualify the Bid.

5.3 PRICE SHEET INSTRUCTIONS

Bidder shall complete Attachment A – Price Sheet for Items 1-11, as well as the informational pricing for orders of 1, 50, 100 or 150 units at a time, and the discount information for Large Order Discounts (orders that fill a Half Truck or Full Truck), and for Group 2, percent discount off of a price list. Bidders may not alter the Price Sheet in any manner unless instructions on the Price Sheet indicate otherwise. Failure to follow price sheet instructions may result in disqualification of the Bid.

5.4 REQUESTING PRICE ADJUSTMENTS

Group 1 – Pricing is fixed for initial 2 year term of the Contract. Price increases in line with industry standards may be requested if substantiated and accepted by Lottery, with 90 days' notice of contract renewal. Full documentation of price increase and justification shall be submitted to the Contract Manager.

Group 2 – The percent discounts shall stay the same (or increase, resulting in lower price) for the life of the contract. Current catalog and/or price list must be sent to the Lottery on or before the effective date.

6.0 BID PROCEDURE AND INSTRUCTIONS

6.1 CALENDAR OF EVENTS

Listed below are important dates and times by which actions related to this Request for Bid must be completed. In the event that the Procuring Agency finds it necessary to change any of these dates and times (except estimated dates and times), it will do so by posting an amendment to this RFB on VendorNet.

DATE EVENTJanuary 20, 2017 Date of Issue of the RFB.January 27, 2017 Date Questions DueFebruary 3, 2017 Responses to Questions Posted to VendorNetFebruary 17, 2017 at 2:00 P.M. Central Time Bids Due from BiddersMarch 15, 2017 Anticipated Contract Start Date

6.2 CORRESPONDENCE, CLARIFICATIONS AND QUESTIONS

Bidders are expected to raise any questions, exceptions, or additions they have concerning the RFB document by January 27, 2017. If at any time prior to the bid due date, a Bidder discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFB, the Bidder must immediately notify the Procuring Agency representative named below of the issue in writing and request modification or clarification of the RFB document.

Email is the preferred method of written contact: Please email to: [email protected] communication and/or questions on all matters regarding this Bid must be made in writing and refer to Request for Bid # RD170702 and be directed to Susanne Matschull.

In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFB, supplements or revisions will be posted on VendorNet (http://vendornet.state.wi.us).

All contact or communication with any employee or officer of the State of Wisconsin concerning this RFB, except Susanne Matschull is strictly prohibited during the period from the date this RFB is released until the date the notice of intent to award is issued. Susanne Matschull may authorize in writing contact or communication with another state employee or officer as circumstances may dictate. Prospective Bidders who hold a current Contract with the Procuring Agency may continue to communicate with the Procuring Agency Contract Manager regarding the performance of that current Contract only.

Page 15: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

6.3 REASONABLE ACCOMMODATIONS

Upon request, the Department of Administration must provide reasonable accommodations, including the provision of informational material in an alternative format, for qualified individuals with a disability. If accommodations are needed at a Bid opening, please contact: Susanne Matschull, 608-261-2298, [email protected].

6.4 VENDORNET REGISTRATION

Registration on the State of Wisconsin’s VendorNet System (http://vendornet.state.wi.us) is available free of charge to all businesses and organizations that wish to sell commodity and services to the State. By registering on VendorNet, a Bidder may register for a Bidder's list for any commodity or service the Bidder is interested in providing to the State. VendorNet also provides automatic email notification each time a Procuring State Agency, including University of Wisconsin System campuses, posts a Request for Bid with an estimated value over $50,000 in their designated commodity and or service area(s). Only registered Bidder's with a valid email address at the time an RFB is posted will receive email notifications of amendments. Bidders who obtain the RFB from a third party, through the State of Wisconsin Public Notices website or by any other means assume responsibility for checking for updates to the RFB.

6.5 SUBMITTING A BID

Bidder must submit:

An original bid response with required forms and attachments (labeled as original), One (1) additional paper copy of bid response with required forms and attachments, An original hard copy plus one (1) electronic copy on a USB flash drive or CD Rom.

See Sections 6.8 and 8.0 for information on what shall be included with Bid response. Bidders need to take the time to make sure that both paper copies of the bid response match each other. All materials required for acceptance of their Bid by the deadline shown on the Request for Bid (DOA-3070) form submitted to:

USPS ADDRESS COMMON CARRIER ADDRESSSusanne Matschull Susanne MatschullDepartment of Administration Department of AdministrationEnterprise Operations/CAPS Enterprise Operations/CAPSPO Box 7867 101 E. Wilson St., 6th FloorMadison, WI 53707-7867 Madison, WI 53703

All Bids must be received and time-stamped at the above location no later than February 17, 2017 at 2:00 P.M. CT. Bids not time-stamped will be considered late and rejected. Receipt of a Bid by the State mail system does not constitute receipt of a Bid by the Department of Administration Purchasing Office.

All Bids must be packaged, sealed in a box or envelope and clearly marked with the following information on the outside of the package:

BIDDER NAME AND ADDRESS: _____________________RFB TITLE: Lottery Ticket Dispensers and Lottery ProductsRFB NUMBER: RD170702RFB DUE DATE AND TIME: February 17, 2017 at 2:00 P.M. C.T.

Hand Delivered Bids

The Department of Administration, at 101 E. Wilson St. in Madison, has building security policies and procedures. There is a security checkpoint at the first floor lobby. All visitors will be required to provide current identification and sign in for a visitor’s pass. Security personnel will call the intended procurement specialist prior to the visitor being allowed to proceed to their destination in the DOA building. This means Bidder's must have the procurement specialist’s name to allow the security guard to place a call to the procurement specialist. The Bidder must allow ample time to clear security before reaching the Bureau of Procurement office to obtain the required bid time-stamp.

The State is not responsible for deliveries that do not reach the Bureau of Procurement office by the required due date and time.

Page 16: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

6.6 FAXED BIDS

Faxed bids are not accepted

6.7 EMAILED BIDS

Emailed bids are not accepted

6.8 FORMAT OF BID RESPONSE

Bidders responding to this RFB must comply with the following format requirements:

(a) Signed Request for Bid Sheet: Include the signed Request for Bid sheet (DOA-3070, front page of this document) with the bid and those certifications required for submittal of a bid. Bids submitted in response to this RFB shall be signed by the person in the vendor's organization who is responsible for the decision as to the prices being offered in the bid or by a person who has been authorized in writing to act as agent for the person responsible for the decision on prices. DO NOT COPY AND RETURN THE ENTIRE BID DOCUMENT.

By submitting a signed bid, the vendor's signatories certify that in connection with this procurement: (a) the vendor's organization or an agent of the vendor's organization has arrived at the prices in its bid without consultation, communication or agreement with any other respondent or with any competitor for the purpose of restricting competition, (b) the prices quoted in the bid have not been knowingly disclosed by the vendor's organization or by any agent of the vendor's organization and shall not be knowingly disclosed by same, directly or indirectly, to any other respondent or to any competitor, and (c) no attempt has been made or shall be made by the vendor's organization or by any agent of the vendor's organization to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition.

b) State of Wisconsin Standard Terms and Conditions (DOA-3054): These Terms and Conditions shall govern this Bid and subsequent award. Vendors must accept these Standard Terms and Conditions or submit point-by-point exceptions along with proposed alternate or additional language for each point, including any vendor Contracts. Submission of any standard vendor Contracts as a substitute for language in the Terms and Conditions is not a sufficient response to this requirement and may result in rejection of the vendor's proposal. The State reserves the right to negotiate contractual Terms and Conditions other than those in the State of Wisconsin Contract when it is in the best interest of the State to do so.

(c) Additional Information: Include the completed Vendor Information sheet (DOA-3477) and Vendor Reference sheet (DOA-3478) and any other forms required in the bid. Include all additional information that shall be essential to an understanding of the bid. This might include diagrams, excerpts from manuals, or other explanatory documentation that would clarify and/or substantiate the bid document.

(d) Price Information: Provide price information on the Price Sheet – Attachment A included in this RFB, include one hard copy of the Price Sheet with the bid response and one electronic copy in Excel format. All prices for furnishing the product(s) and/or service(s) included in the bid in accordance with the terms and conditions in this RFB shall be included. No alternate price formats will be accepted. Alternate price formats may eliminate consideration for this bid.

(e) Bidder Checklist: The Bidder must include the Bidder Checklist – Attachment B, included in this RFB. A response to each qualification and requirement listed must be clearly checked and/or submitted as applicable.

Any alteration of the Bid forms or Appendices is prohibited and will result in rejection of the Bid.

6.9 MULTIPLE BIDS

Multiple Bids are permitted. However, each separate Bid must conform fully to the requirements for a Bid submission. Each bid must be submitted separately and labeled as Bid #1, Bid #2, etc.; on each page included of the Bid response.

6.10 INCURRING COSTS

Neither the State of Wisconsin nor the Procuring Agency is liable for any costs incurred by the Bidder in responding to this RFB.

Page 17: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

7.0 BID ACCEPTANCE AND AWARD

Bids shall be reviewed by the Procurement Specialist and Procuring Agency to verify that Bidder's meet all specified requirements in this RFB. Bidders that are unable to comply with specifications contained in this RFB shall be rejected by the State. The State shall be the sole judge as to compliance with the instructions contained in this RFB.

7.1 BID OPENING

A public Bid opening will be held on February 17, 2017 at 2:00 P.M. Central Time at the Department of Administration, State Bureau of Procurement, 101 E. Wilson St., 6th Floor, Madison, WI 53703. The names of all Bidders may be read aloud at that time.

7.2 BID REVIEW

All Bids will be reviewed by the Department of Administration’s Procurement Specialist and DOR to ensure compliance with submittal requirements. The Department of Administration shall be the sole judge as to Bidder's’ compliance with the Bid instructions.

DOA/CAPS reserves the right to contact a Bidder for additional clarification after Bid submittal.

7.3 BID ACCEPTANCE

Bids that do not comply with Mandatory Requirements or Mandatory Specifications will be rejected. Bids that do not comply with Special Terms and Conditions of Bid may be rejected. Department of Administration in its sole discretion retains the right to accept or reject any or all Bids, or accept or reject any part of a Bid, if deemed to be in the best interest of the State. However, in the event that no Bidder is able to meet an individual mandatory requirement, the State reserves the right to continue the review of Bids and to select the Bid that most closely meets the requirements specified in this RFB.

7.4 METHOD OF AWARD

The Bid Award will be made on the basis of the lowest responsive, responsible Bidder based on the price per 25 units and freight costs. Prices bid must be in US dollars unless otherwise indicated. Bids that require a specific quantity or dollar amount will be disqualified. In the event of Bidder error in calculation, price per 25 units and freight costs shall prevail in award. The State reserves the right to make multiple awards as determined to be in the best interest of the State.

7.5 BIDDER REFERENCES/CLIENT LIST

The Bid response shall include a completed Bidder Reference Form (DOA-3478) listing at least three names or companies with whom the Bidder has done business comparable in size and scope as required by this RFB within the last three years. For each organization listed, the Bidder shall include the company name, address, contact person, email address and telephone number along with a brief description of the product or service that formed the basis of the business relationship. The Procuring Agency shall determine which references to contact in order to assess the quality of the product or service.

7.6 USE OF SUBCONTRACTORS

The Contractor will be responsible for the Contract performance of its subcontractors. The Contract will be between the Wisconsin Department of Revenue and the awardee. The Contractor will be responsible for its subcontractors’ performance of the pertinent Contract obligations including related Specifications, insurance requirements and applicable regulations. The Bidder must identify any potential subcontractor it intends to use to provide the product or service it will provide if awarded the Contract. All subcontractors must be approved in writing by the Procuring Agency. Any proposed substitution of an approved subcontractor must be submitted in writing to the Wisconsin Department of Revenue 30 days prior to implementation of the substitution, and include the substitute’s qualifications, the reason for the change, and the intended effective date of the substitution. Failure to notify the Department may result in cancellation of the Contract without notice and without penalty to the State.

Subcontractors must sign the DOR non-disclosure confidentiality agreement. All subcontracted staff working on the project will be required to successfully pass DOR background check, prior to beginning work on the project. All subcontract staff working on the project will be required to sign the DOR certificate of understanding.

Page 18: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

7.7 SUPPLIER DIVERSITY

7.7.1 MINORITY-OWNED BUSINESS ENTERPRISE

Minority-owned business enterprises (MBEs) are certified by the Wisconsin Department of Administration. This program can be found at: http://www.doa.wi.gov/Divisions/Enterprise-Operations/Supplier-Diversity-Program. The State of Wisconsin is committed to the promotion of MBEs in the State's purchasing program. Wisconsin statutes provide for a permissive 5% price preference for certified MBEs that compete for State Contracts. This means that State agencies may make an award to the MBE submitting the lowest qualified bid when that qualified bid is not more than 5% higher than the apparent low bid. (A MBE Bidder preference will not be considered on a printing or stationery procurement.) Policy provides that MBEs shall have the maximum opportunity to participate in the performance of its Contracts. The Contractor is strongly urged to use due diligence to further this policy by awarding subcontracts to MBEs or by using such enterprises to provide commodities and services incidental to this agreement.

The Contractor shall furnish appropriate quarterly information about its efforts, including the identities of such businesses certified by the Wisconsin Supplier Diversity Program, their Contract amount, and spend for each period to the Procuring Agency.

A listing of certified MBEs, as well as the services and commodities they provide, is available at: https://wisdp.wi.gov/search.aspx.

7.7.2 VETERAN-OWNED BUSINESS

The State Bureau of Procurement encourages the participation of veteran-owned businesses (VBs) in the statewide purchasing program by inviting VBs to actively solicit public purchasing business and by reducing undue impediments to such participation. VBs are certified by the Department of Veterans Affairs (DVA). Applicants must complete a Veteran-owned Business Request for Certification form (WDVA 1037). Contact the DVA at: http://dva.state.wi.us. There is no price preference for certified VBs that compete for State Contracts.

7.7.3 WISCONSIN CERTIFIED DISABLED VETERAN-OWNED BUSINESS

Disabled veteran-owned businesses (DVBs) are certified by the Wisconsin Department of Administration. This program can be found at: http://www.doa.wi.gov/Divisions/Enterprise-Operations/Supplier-Diversity-Program. The State of Wisconsin is committed to the promotion of DVBs in the State's purchasing program. Wisconsin statutes provide for a permissive 5% price preference for certified DVBs that compete for State Contracts. This means that State agencies may make an award to the DVB submitting the lowest qualified bid when that qualified bid is not more than 5% higher than the apparent low bid. (A Bidder preference will not be considered on a printing or stationery procurement.) Policy provides that DVBs shall have the maximum opportunity to participate in the performance of its Contracts. The supplier/Contractor is strongly urged to use due diligence to further this policy by awarding subcontracts to DVBs or by using such enterprises to provide commodities and services incidental to this agreement.

The supplier/Contractor shall furnish appropriate quarterly information about its efforts, including the identities of such businesses certified by the Supplier Diversity Program and their Contract amount.

A listing of certified DVBs, as well as the services and commodities they provide, is available at: https://wisdp.wi.gov/search.aspx.

7.7.4 WOMAN-OWNED BUSINESS ENTERPRISE

Woman-owned business enterprises (WBEs) are certified by the Wisconsin Department of Administration. This program can be found at: http://www.doa.wi.gov/Divisions/Enterprise-Operations/Supplier-Diversity-Program.

State certified WBEs are able to provide both governmental entities and private companies with a credible recognition of the business’ ownership. The WBE certification may serve as an additional marketing tool when seeking contract opportunities with entities that place a value on having a diverse supplier base. There is no price preference for certified WBEs that compete for State Contracts.

A listing of certified WBEs, as well as the services and commodities they provide, is available at: https://wisdp.wi.gov/search.aspx.

Page 19: Request for Bid for Lottery Instant Ticket Dispensersbids.findrfp.com/xDocs/95faace05efe4a658b3ddf3cba6d25d3... · Web viewVendorNet also provides automatic email notification each

7.8 AWARD NOTIFICATION

All Bidders who respond to this RFB with a Bid shall be notified in writing of the Agency’s intent to contract.

8.0 REQUIRED FORMS

The following is a list of forms pertaining to this RFB. An “X” preceding the form indicates that it must be completed and returned with the Bid response.X Request for Bid (Bid cover sheet) DOA-3070X Vendor Information form DOA-3477X Designation of Confidential and Proprietary Information form DOA-3027X Vendor Agreement form DOA-3333X Bidder Reference form DOA-3478X Price Sheet Attachment AX Bidder Checklist Attachment B

Current Equipment in Place Appendix 1X Bidder Return Policy

Standard Terms and Conditions DOA-3054