Competitive Solicitation Required Documents - Home

Transcription

Competitive Solicitation Required Documents - Home
Florida International University
Purchasing Services
Modesto A. Maidique Campus
CSC – 411
Miami, Florida 33199
(305) 348- 2161
(305) 348-3600 Fax
http://finance.fiu.edu/purchasing/
Competitive Solicitation
Required Documents Checklist
NOTE: IT IS THE SOLE RESPONSIBILITY OF THE VENDOR TO INCLUDE ALL
APPROPRIATE DOCUMENTS ALONG WITH THEIR RESPONSE. FAILURE TO SUBMIT ALL
REQUIRED DOCUMENTS WILL RESULT IN SOLICITATION RESPONSE BEING DEEMED
AS NON-RESPONSIVE.
LISTED BELOW ARE THE MOST COMMON AREAS OF MISTAKES MADE BY VENDORS.
PLEASE CHECK YOUR RESPONSE CLOSELY PRIOR TO SUBMITTAL BY UTILIZING THIS
SELF-CHECKLIST FORM.
Please check all that apply:
Form: PS025
Create date: 11/15/2007
Revised Date: 02/13/2009
Completed and signed Cover Page
Check FIU Purchasing Website for Addenda(um) at
http://finance.fiu.edu/purchasing/ prior to submission of Response
Sign and attach all Addenda(um), to your Response, prior to
submission of Response
Appendix I
Appendix II
Appendix IV
Statement of insurance capability from your insurance carrier on their
letterhead or a sample Certificate of insurance
SUBMIT RESPONSE TO:
COMPETITIVE
SOLICITATION DOCUMENT
FLORIDA INTERNATIONAL
UNIVERSITY
(“Solicitation”)
PURCHASING SERVICES
MODESTO A. MAIDIQUE CAMPUS
11200 SW 8th Street
CAMPUS SUPPORT COMPLEX – CSC 411
MIAMI, FL 33199
(305) 348-2161
RFP No._____________
ITB No.______________
ITN No. 12-004
RESPONSE OPENING (Date and Time):
September 23, 2011 @ 2:00PM EST
SOLICITATION TITLE: Office Supply Products
Please refer to the above address for Response opening location
POSTING OF BID TABULATION AND NOTICES
The bid tabulation and notices of a decision or intended decision and recommended award related to this Competitive Solicitation will be
posted at the Florida International University Purchasing website- http://finance.fiu.edu/purchasing and will remain posted for a period of 72
hours. Failure to file a protest in accordance with Florida Board of Governors’ (“BOG”) regulation 18.002, or failure to post the bond or other
security as required in BOG regulations 18.002 and 18.003, shall constitute a waiver of protest proceedings.
PURCHASING REPRESENTATIVE
Kenia Junco, Assistant Director
VENDOR’S LEGAL NAME
VENDOR’S MAILING ADDRESS
VENDOR WEB ADDRESS
VENDOR E-MAIL ADDRESS
VENDOR FACSIMILE
VENDOR TELEPHONE NUMBER
VENDOR TOLL FREE NUMBER
By signing this document, I certify that this solicitation response (“response”) is made without prior understanding, agreement, or connection with any corporation
firm, or person submitting a response for the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by
all conditions of this competitive solicitation and certify that I am authorized to sign this solicitation response for the Vendor and that the Vendor is in compliance
with all requirements of the competitive solicitation, including but not limited to, certification requirements. In submitting a solicitation response to the University,
the Vendor offers and agrees that if the solicitation response is accepted, the Vendor will convey, sell, assign, or transfer to the State of Florida all rights, title
and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing
relating to the particular commodities or services purchased or acquired by the State of Florida. At the State's discretion, such assignment shall be made and
become effective at the time the University tenders final payment to the Vendor.
AUTHORIZED SIGNATURE (MANUAL)
PRINT NAME AND TITLE
DATE SIGNED
1
FLORIDA INTERNATIONAL UNIVERSITY
COMPETITIVE SOLICITATION NUMBER: ITN-12-004
FOR
OFFICE SUPPLY PRODUCTS
If Vendor is not submitting a solicitation response, Vendor should respond by returning this
solicitation document and marking it "NO RESPONSE".
September 2, 2011
TABLE OF CONTENTS
1.0
OVERVIEW ....................................................................................................................... 1
1.1
Statement of Objective ..................................................................................................... 1
1.2
Calendar of Events ........................................................................................................... 1
1.3
Scope of Work and Deliverables ...................................................................................... 2
1.4
Solicitation Response ....................................................................................................... 2
1.5
Evaluation Points.............................................................................................................. 4
1.6
Definitions ........................................................................................................................ 6
1.7
FIU Environment.............................................................................................................. 6
2.0
PROCESS ........................................................................................................................... 8
2.1
Authorized FIU Representative/ Vendor’s Submission of Solicitation Response ........... 8
2.2
Vendor Communications and/or Inquiries ....................................................................... 8
2.3
Restricted Vendor Communications ................................................................................ 9
2.4
Addenda ........................................................................................................................... 9
2.5
Protests ............................................................................................................................. 9
2.6
Delivery and Labeling of Sealed Solicitation Response .................................................. 9
2.7
Required Solicitation Response Format ......................................................................... 10
2.8
Economy of Presentation ............................................................................................... 10
2.9
Solicitation Responses Must be in Ink or Typed............................................................ 10
2.10
Vendor’s Signature ..................................................................................................... 11
2.11
Complete Responses Required ................................................................................... 11
2.12
Use of Forms .............................................................................................................. 11
2.13
Errors or Omissions .................................................................................................... 11
2.14
Solicitation Response Validity Period ........................................................................ 11
2.15
Solicitation Response Opening ................................................................................... 11
3.0
SELECTION PROCESS, EVALUATION PROCESS AND CRITERIA ................. 11
3.1
Selection process ............................................................................................................ 11
3.2
Cash Discounts ............................................................................................................... 12
3.3
Tie Responses ................................................................................................................. 12
3.4
Contract Award .............................................................................................................. 13
3.5
Posting of Intent to Award/Protest ................................................................................. 13
3.6
Commencement of Work ............................................................................................... 13
3.7
Alternate Brands or Equivalent Products ....................................................................... 14
4.0
OFFICE SUPPLY PRODUCT REQUIREMENTS ..................................................... 14
September 2, 2011
4.1
Office Supply Products Offered ..................................................................................... 14
4.2
Pricing ............................................................................................................................ 15
4.3
Sustainability .................................................................................................................. 16
4.4
Service Level Expectations ............................................................................................ 17
4.5
Operational Plan ............................................................................................................. 21
4.6
Marketing Plan ............................................................................................................... 21
4.7
Financial Support ........................................................................................................... 22
4.8
Standard Financial Reports ............................................................................................ 24
4.9
Customer Service ........................................................................................................... 26
5.0
GENERAL TERMS ........................................................................................................ 27
5.1
Insurance ........................................................................................................................ 27
5.2
Workers’ Compensation ................................................................................................. 29
5.3
Software Warranty and Back up .................................................................................... 29
5.4
Services and Warranty ................................................................................................... 29
5.5
Safety .............................................................................................................................. 30
5.6
Compliance With Laws and Regulations ....................................................................... 30
5.7
Parking ........................................................................................................................... 30
5.8
Public Entity Crimes ...................................................................................................... 30
5.9
Waiver of Rights and Breaches ...................................................................................... 31
5.10
Conflict of Interest ...................................................................................................... 31
5.11
Covenant Against Commissions, or Brokerage and Contingent Fees ........................ 31
5.12
Use of Agreement by Other Governmental Agencies ................................................ 32
5.13
Disposition of Solicitation Responses ........................................................................ 32
5.14
Licensing Requirements ............................................................................................. 32
5.15
Subcontractors ............................................................................................................ 32
5.16
Small Business Minority Enterprise (SMBE) Reporting ........................................... 33
5.17
Equal Opportunity Statement ..................................................................................... 33
5.18
Vendor’s Employment of Unauthorized Aliens ......................................................... 33
EXHIBIT “A” ............................................................................................................................. 34
EXHIBIT “B” .............................................................................................................................. 35
EXHIBIT “C” ............................................................................................................................. 36
APPENDIX I ............................................................................................................................... 54
APPENDIX II .............................................................................................................................. 59
September 2, 2011
APPENDIX III ............................................................................................................................ 62
APPENDIX IV ............................................................................................................................ 66
September 2, 2011
1.0
OVERVIEW
1.1
Statement of Objective
This is a competitive solicitation for Office Supply Products to enable the Florida International
University Board of Trustees (FIU) to enter into an agreement with a vendor to provide office
supplies to the University. The initial term of the Contract will be for five (5) years, and the
University will have the option to renew for two (2) additional two (2) year periods. Successful
Vendor’s performance is expected to begin within thirty (30) days from the date of execution of
the Contract, or as otherwise agreed to by the parties.
1.2
Calendar of Events
Unless otherwise revised by an Addendum to this competitive solicitation, the dates and times by
which stated actions will be taken or completed are listed below. If FIU determines, in its sole
discretion, that it is necessary to change any of these dates and times, it will issue an Addendum
to this competitive solicitation which will be posted on the Website. All times listed are Eastern
Standard Time (EST).
Date/Time
September 2, 2011
Action
Competitive solicitation advertised and released.
September 13, 2011 Pre-proposal Conference to be held at the following time
and place: 1:00 p.m. at Modesto A. Maidique Campus,
11200 S.W. 8th Street, Green Library, Room GL 100,
Miami, Florida 33199
September 14, 2011 Last Day for FIU to receive communications and/or
inquiries from Vendors regarding the competitive
solicitation via email to Authorized FIU Representative
at [email protected] (“Inquiry Deadline Date”).
September 16, 2011 FIU will respond to inquiries and requests for
clarifications by posting an Addendum on the Website.
September 23, 2011 Deadline for FIU to receive solicitation responses from
Vendors at 2:00 p.m. (“Solicitation Response Due
Date”) and solicitation response opening at 2:00 p.m.
(Note: Any solicitation responses received after the
Solicitation Response Due Date and time shall be
deemed non-responsive.)
The Purchasing Department will post notice of changes to any of the above dates, and will
provide advance notice of any pre-proposal meetings and evaluation committee meetings related
to this competitive solicitation by posting the information on the FIU Purchasing Services
Department’s Website at http://finance.fiu.edu/purchasing (“the Website”). Vendor is solely
responsible for checking the Website periodically in order to verify whether any changes have
1
September 2, 2011
been made to the Calendar or whether any meetings are scheduled to take place. FIU reserves
the sole discretion over the conduct of any meetings and the extent, if any, that those attending
may participate in such meetings.
1.3
Scope of Work and Deliverables
During FY 2010-2011, FIU spent over $1.6 Million on Office Supply Products. FIU is seeking a
company with an established record of providing high quality services and competitive pricing
on Office Supply Products to the University Community. Experience in the higher education
market is desirable, but not a requirement for consideration. Vendors should have the financial
base to be able to provide substantial commission/dollars in return for the right to offer Office
Supply Products at FIU.
FIU cannot monitor all end-users purchasing Office Supply Products on behalf of the University.
However, Successful Vendor will be the preferred provider of Office Supply Products, in that
only one contract will be awarded pursuant to this ITN with the Successful Vendor providing a
customized on-line ordering system for the University Community during the term of the
Contract.
All goods and services proposed must meet or exceed the specifications as of the date the
Competitive Solicitation Responses are due, unless specifically stated as otherwise in the
Competitive Solicitation documents.
1.4
Solicitation Response
Each Vendor shall organize its solicitation response BY TABS (as set forth below) to provide
the following information in order to assist FIU in the selection, evaluation and award process.
Tab 1 Appendix I Conditions and Requirements, completed and signed, along
with Vendor’s and any specific requests for changes to terms and conditions, if any.
The Vendor must initial the designated items, in APPENDIX I, indicating that the
Vendor understands and agrees to the terms and conditions as provided in this
competitive solicitation. If the Vendor wants to request additional language or
specific changes to the terms and conditions, Vendor must specifically do so in
Vendor’s solicitation response and include such requests with APPENDIX I.
Requests for additional language or requests for revisions to language in this ITN
document must be included in their entirety as part of Vendor’s solicitation
response under Tab 1 for consideration by FIU. In addition, any documents
incorporated by reference in the requests for additional language or request for
revisions and any and all forms FIU will need to fill out, prepare or submit to
Vendor if awarded the contract must be included in Vendors’ solicitation response.
Please be advised that FIU, as a State university, must adhere to applicable laws and
regulations and therefore certain terms and conditions may not be altered.
2
September 2, 2011
Tab 2 Contact information, including name(s) and title(s), for the individual(s)
responsible for Vendor’s proposal and negotiation during this process. As well as contact
information for the individual(s) who should receive any notices related to this contract if
awarded to Vendor.
Tab 3 A one to two page executive summary of the Vendor’s proposal, including
brief descriptions of the Vendor’s expertise and how the proposer plans to address the
University’s requirements outlined herein.
Tab 4 The financial statements of Vendor for the past two (2) years. If the
company is a division of a larger corporation, the statements must be submitted for the
corporation as a whole and for that division of the corporation.
Tab 5 A listing of Vendor’s current and past customers (customers with
business needs similar in size and scope to the University needs as described in the ITN)
for the past five (5) years (particularly in the State of Florida or within institutions of
higher learning). This list must include the name, address, telephone number, and email
address of the client contract administrator.
Tab 6 Appendix IV – Pricing Matrix/Product and Service Pricing responses (see,
Section 4.1.1., Core Items and Section 4.1.2, Non-Core Items).
Tab 7 Information regarding Vendor’s proposed socially and environmentally
conscious product offerings (see, Section 4.3, Sustainability).
Tab 8 Information regarding Vendor’s proposed plan for personnel and account
management (see, Section 4.4.1, Personnel).
Tab 9 Information regarding Vendor’s proposed services to FIU, including
proposed ordering program (including the on-line ordering system), delivery and refunds
(see, Section 4.4, Service Level Expectations).
Tab 10 Information regarding Vendor’s proposed Operational Plan (see, Section
4.5, Operational Plan).
Tab 11 Information regarding Vendor’s proposed Marketing Plan (see, Section
4.6, Marketing Plan).
Tab 12 Information regarding any financial support payable to FIU and
any additional benefits that may accrue to FIU (see, Section 4.7, Financial Support).
Tab 13 Vendor’s proposed Financial Reports (see, Section 4.8, Standard
Financial Reports).
3
September 2, 2011
Tab 14 Information regarding Vendor’s proposed Customer Service programs
(see, Section 4.9, Customer Service).
Tab 15 The completed competitive solicitation document, along with completed
Addenda Acknowledgement Forms, if any. The Vendor shall complete, sign and date the
document, but shall not alter the language provided in this competitive solicitation
document or the Addenda in any way; any such alterations are void.
Tab 16 Information regarding subcontractors (list of subcontractors with services
to be provided by each and amount Vendor will pay to each; Vendor’s certification that
subcontractors are appropriately licensed and registered with the State of Florida).
Tab 17 -
Appendix II, completed, signed and dated.
Tab 18 -
Insurance - letter or certificate from Vendor’s insurer.
Tab 19 -
Vendor’s Services and Warranties, if applicable.
Tab 20 Disclosures regarding: (a) Vendor employees having employment
relationship with FIU, State of Florida or any Florida State Agencies AND/OR (b) any
FIU or State employee(s) owning an interest of 5% or more of Vendor’s company or its
affiliates or branches.
Tab 21 Additional information requested in the competitive solicitation and/or
addenda, if applicable.
Tab 22 1.5
Additional pertinent information Vendor would like to provide.
Evaluation Points
The evaluation criteria and points are provided below.
Table A –
CRITERIA
MAX POINTS
Experience and Qualifications of Vendor
10
Product and Product Pricing
25
Sustainability
5
Service Level Expectations
20
Marketing Plan and Operational Plan
10
4
September 2, 2011
Financial Support
30
Total
100
1.5.1.1 Experience and Qualifications - Vendor must show that it has at
least ten (10) years of experience in selling Office Supply
Products.
Evaluation for this criterion will be primarily based on the
information provided as requested in Tabs 4 and 5 of this
competitive solicitation and elsewhere, and information obtained
from contacting Vendor’s current and past customers.
1.5.1.2 Product and Product Pricing - Vendor’s proposed product
offerings and price to consumer will be evaluated. To assist in the
evaluation of this criterion, Vendor must provide the information
requested in Sections 4.1 and 4.2 (corresponding tab 6) of this
competitive solicitation.
1.5.1.3 Sustainability – Vendor will provide information regarding their
proposed sustainability programs, including but not limited to,
recycled paper options, green office certification programs,
recycling programs and reusable container delivery program. To
assist in the evaluation of this criterion, Vendor must provide the
information requested in Section 4.3 (corresponding tab 7) of this
competitive solicitation.
1.5.1.4 Service Level Expectations – Vendor’s proposed services to FIU,
including proposed personnel, ordering program (including the online ordering system and online catalog), delivery, packaging,
refunds, substitutions and service level metrics, along with other
innovative tools or services will be evaluated. To assist in the
evaluation of this criterion, Vendor must provide the information
requested in Sections 4.4 and 4.9 (corresponding tabs 8, 9 and 14)
of this competitive solicitation.
1.5.1.5 Marketing Plan and Operational Plan - The Vendor’s Marketing
Plan (including launch and awareness campaign) and Operation
Plan (including transition plan) and responses related to meeting
the other Vendor requirements, including but not limited to
Sections 4.5 and 4.6 (corresponding tabs 10 and 11) will be
considered in the evaluation of this criterion.
1.5.1.6 Financial Support - Vendor will provide the financial support
5
September 2, 2011
payable to the University, as well as any additional benefits that
may accrue to FIU if Vendor is awarded the Contract, as outlined
in Section 4.7 (corresponding tab 12).
1.6
Definitions
“Authorized FIU Representative” means the FIU Purchasing representative assigned to handle
all Vendor communications related to this competitive solicitation. (See, Section 2.1)
“Contract” means the formal bilateral agreement signed by the representatives of FIU and the
Successful Vendor which will incorporate this competitive solicitation, including those terms and
conditions in Appendix III, and the Vendor’s solicitation response.
“List Price” means the basic published or advertised price, excluding sales prices, available to
the general public in Vendor’s retail stores.
“Net Price” means price after all deductions or other discounts have been made off of the List
Price.
“Office Supply Products” means office and educational consumables, including toner (e.g.
OEM and remanufactured printer cartridges, ribbons, drums, fusers, etc.), copier and computer
paper, non-printed envelopes and stationery, office supplies (e.g., pens, pencils, markers,
highlighters, staplers, staples, folders, files, binders, etc.), art supplies (e.g., crayons, construction
paper), office equipment (e.g., shredders, calculators, laminators, hole punches, etc.).
“Successful Vendor” means a firm or individual who is awarded a contract under this
competitive solicitation.“Vendor” means a proposer who submits a timely solicitation response
to this competitive solicitation.
“Website” means the FIU Purchasing Services Department’s website at
http://finance.fiu.edu/purchasing.
The words “shall”, “must”, or “will” are equivalent and indicate mandatory requirements or
conditions, FIU will not waive Vendor’s material deviation from any of the mandatory
requirements.
The words “should” or “may” are equivalent and indicate very desirable conditions or
requirements. Vendor’s deviation from any such desirable conditions or requirements may result
in Vendor’s solicitation response being considered as not being in FIU’s best interest.
1.7
FIU Environment
Through its eleven colleges and schools, Florida International University offers nearly 200
baccalaureate, master's professional, and doctoral degree programs and conducts basic and
applied research. FIU emphasizes research as a major component of its mission. The opening of
the Herbert Wertheim College of Medicine in August 2009 has enhanced the university’s ability
to create lasting change through its research initiatives. Overall, sponsored research funding for
the university (grants and contracts) from external sources for the year 2008-2009 totaled
6
September 2, 2011
approximately $101 million. FIU is an urban, multi-campus, public research university serving
its students and the rich and diverse, multi-cultural population of South Florida. FIU’s mission is
to impart knowledge through excellent teaching, discover new knowledge, solve problems
through collaborative research, foster creativity, and promote local and global engagement. By
leveraging strengths in health, globalization, the environment, and the arts, Florida International
University provides leadership for cultural, social, and economic development within the South
Florida region, the state, the nation, and the world.
Presently, the University has approximately 44,000 students, 871 full-time instructional faculty,
683 part-time instructional faculty, and 8,694 full time and part-time employees (inclusive of
faculty), making it Miami-Dade County’s 7th largest public sector employer. In the past decade
it has added two prestigious professional schools—a law school and a medical school—and has
expanded its enrollment by 28 percent to accommodate population growth in the South Florida
region. In the next five years, it plans to increase enrollment by an additional 25 percent. FIU is
the largest university in South Florida and among the nation’s 25 largest colleges and
universities. Each year FIU graduates more Hispanic students than any other university in the
nation. Please view a video regarding FIU and its student life at http://obs.fiu.edu/about_fiu.html.
The University’s 135,000 alumni constitute the largest university alumni group of any university
in Miami-Dade County. Most of the degrees awarded by universities in Miami-Dade County are
conferred by the University. The majority of FIU students are Florida residents (currently 90%),
so unlike most university graduates, FIU alumni remain in the region; 67% remain in South
Florida and 75% in Florida.
The University’s 2010‐2011 operating budget was over $697 million. The University has an
economic impact of more than $1.7 billion on the South Florida economy.
The Modesto A. Maidique Campus occupies 342 acres of land in Southwest Miami-Dade
County. The MMC is comprised of 47 buildings, including state-of-the-art classrooms, five
residence halls, a 46,000 sq. ft. Frost Art Museum, the Wertheim Performing Arts Center, the
Green library, the U.S. Century Bank Arena and the FIU Stadium, an on campus 20,000 seat
football stadium. In the past five years, seven new buildings have been added to the MMC
landscape. The latest addition, PG-5/Market Station, is an innovative multiuse retail and food
service center, offering six food service venues and featuring nationally recognized brands such
as Chick-fil-A, Dunkin Donuts, Moe’s Southwest Grill, Freshëns, Papa John’s and Salad
Creations, and 4,400 sq. ft. of retail space. There are 35 food and retail venues on FIU campuses
generating over $31.9M in sales during FY 2009-10. A map of MMC is attached as Exhibit
“A”. Please also take a virtual tour of the MMC Campus at
http://www.flickr.com/photos/fiu/sets/72157603681256366/show/.
Biscayne Bay Campus is the hub for FIU’s community outreach efforts. It serves as the host
campus to The Elders Institute, The Institute of Government, The Institute for Public Opinion
Research, The Roz and Cal Kovens Conference Center, and The Southeast Florida Center on
Aging. BBC is located on 200 acres on Biscayne Bay and has approximately 8,000 students. A
map of the BBC Campus is attached as Exhibit “B”. The Broward Campus is served
cooperatively by FIU and FAU with locations on the campus of Broward Community College in
7
September 2, 2011
Davie and the University Tower in downtown Ft. Lauderdale. Additionally, FIU has a Center for
Engineering and Applied Science, a 38-acre urban research and training complex located on the
corner of N.W. 107th Avenue and Flagler Street in West Dade. The building consists of 180,000
usable square feet, housing approximately 500 employees and numerous classes and research
labs.
Notably, FIU has developed a “2020” Master Plan regarding expansion of the University. This
plan is not only a road map for future development at FIU, but also an expression of institutional
values toward the education of our students, toward our community neighbors, and toward the
environment. Please view a video regarding the 2020 Master Plan at
http://www.youtube.com/watch?v=3pdPTB8uORc.
2.0
PROCESS
2.1
Authorized FIU Representative/ Vendor’s Submission of Solicitation Response
The Authorized FIU Representative for this competitive solicitation is:
KENIA JUNCO, ASSISTANT DIRECTOR
FLORIDA INTERNATIONAL UNIVERSITY
MODESTO A. MAIDIQUE CAMPUS
PURCHASING SERVICES DEPARMENT
CAMPUS SUPPORT COMPLEX – CSC 411
11200 S.W. 8th Street
MIAMI, FLORIDA 33199
EMAIL: [email protected]
Vendor must submit its sealed solicitation response to the Authorized FIU Representative at the
address stated immediately above.
Only those communications that are in writing from the Authorized FIU Representative shall be
considered as duly authorized expressions on behalf of FIU.
2.2
Vendor Communications and/or Inquiries
The Vendor shall review this competitive solicitation in its entirety to determine whether FIU’s
objective, scope of services, conditions and requirements are clearly stated. If Vendor has any
questions regarding this competitive solicitation, Vendor must submit such inquiries and requests
for clarification via email only to the Authorized FIU Representative at [email protected]. The
Vendor’s inquiries or requests for clarification must provide the questions along with the
relevant Section(s), Subsection(s), Paragraph(s), and page number(s) of the competitive
solicitation being questioned by the Vendor.
FIU will consider only those communications and/or inquiries submitted via email and received
by the Authorized FIU Representative on or before the Inquiry Deadline Date specified in
Section 1.2, “Calendar of Events”. Unless the Authorized FIU Representative specifically
requests Vendor to provide additional communications, FIU will not accept or consider any of
8
September 2, 2011
Vendor’s written or other communications and/or inquiries (except solicitation response)
received between the Inquiry Deadline Date and the posting of an award, if any, under this
competitive solicitation.
To the extent FIU determines, in its sole discretion, to respond to any communications, inquiries
or requests for clarification, FIU’s response will be made in an addendum to this competitive
solicitation and posted on the Website.
FIU will consider the Vendor’s failure to communicate inquiries, or request clarifications by the
Inquiry Deadline Date to constitute the Vendor’s acceptance of all of the conditions and
requirements as stated in the competitive solicitation documents.
2.3
Restricted Vendor Communications
From the date of issuance of this competitive solicitation until FIU takes final agency action, the
Vendor must not communicate with any FIU employees, Evaluation Committee members or FIU
representatives regarding this competitive solicitation or Vendor’s solicitation response except as
provided herein or as expressly requested by the Authorized FIU Representative. Violation of
this restriction may result in rejection of the Vendor’s solicitation response.
2.4
Addenda
Purchasing Services will post any Addenda to this competitive solicitation along with Addenda
Acknowledgment Forms on the Website. The Vendor’s authorized representative must sign and
date the Addenda Acknowledgment Form(s), if any, and include the form(s) in the Vendor’s
solicitation response. All vendors, including known interested vendors, are solely responsible
for checking the Website periodically to verify whether any such Addenda and forms were
issued.
2.5
Protests
Any Vendor/interested person who is disputing the specifications or is adversely affected by a
decision or intended decision concerning this competitive solicitation or contract award and who
wants to protest such specifications, decision, or intended decision shall file a protest in
compliance the Florida Board of Governors’ regulations. Failure to file a protest in accordance
with Florida Board of Governors’ regulation 18.002, or failure to post the bond or other security
as required in BOG regulations 18.002 and 18.003 shall constitute a waiver of protest
proceedings.
2.6
Delivery and Labeling of Sealed Solicitation Response
Vendor’s solicitation response to this competitive solicitation shall be prepared in accordance
with Section 1.4, “Solicitation Response”. Vendor’s sealed solicitation response must be
received by the Authorized FIU Representative on or before the Solicitation Response Due Date
and time specified in Section 1.2, “Calendar of Events” at Florida International University,
Modesto A. Maidique Campus, Purchasing Services Department, Campus Support Complex,
CSC 411, 11200 S.W. 8th Street, Miami, Florida 33199 according to the time clock in FIU’s
9
September 2, 2011
Purchasing Services Department. Vendor may not submit its solicitation response, or
amendments to its solicitation response via telephone, facsimile, electronic mail, or telegraph.
If the Vendor elects to mail in its solicitation response package, the Vendor must allow sufficient
time to ensure the Authorized FIU Representative’s receipt of the solicitation response package
by the Solicitation Response Due Date and time. Regardless of the form of delivery, it is the
Vendor’s responsibility to ensure that the solicitation response package arrives at the Authorized
FIU Representative’s mailing address (See Section 2.1) no later than 2:00 p.m. on the
Solicitation Response Due Date. Vendor may not include more than one solicitation response
(along with the copies) per sealed envelope.
FIU will accept solicitation responses up to, and no solicitation responses may be withdrawn
after, the Solicitation Response Due Date and time. Solicitation responses must be delivered in
sealed envelopes with the following information clearly provided on the front of the envelope:
The Authorized FIU Representative’s name and address as provided in Section 2.1 and ITN12004 FOR OFFICE SUPPLY PRODUCTS and the date and time of the Solicitation Response
Due Date. The solicitation response must be submitted in one (1) original and eight (8) copies.
The document containing the original signature must be marked “ORIGINAL.” In addition,
Vendor is asked to submit one (1) courtesy copy of the solicitation response on CD or PC
compatible disk, preferably in .pdf format.
2.7
Required Solicitation Response Format
To facilitate FIU’s analysis of Vendor’s solicitation response, the Vendor must prepare its
solicitation response in accordance with the instructions provided in this competitive solicitation.
If Vendor’s solicitation response deviates from these instructions, such solicitation response
may, in FIU’s sole discretion, be rejected.
2.8
Economy of Presentation
The Vendor must use sections and tabs that are clearly identified and also must number and label
all parts, pages, figures, and tables in its solicitation response. Vendor should prepare its
solicitation response simply and economically, providing a straightforward, concise description
of the Vendor’s capability to satisfy the conditions and requirements of this competitive
solicitation. (Fancy bindings, colored displays, and promotional material are not desired).
Vendor’s emphasis should be on completeness and clarity of content. To expedite FIU’s
evaluation of the solicitation response, it is mandatory that Vendor follow the instructions
contained herein. FIU is not liable for any costs incurred by Vendors in responding to this
competitive solicitation including, without limitation, costs for any oral presentations requested
by FIU.
2.9
Solicitation Responses Must be in Ink or Typed
Vendor’s solicitation response must be typed or printed in permanent ink.
10
September 2, 2011
2.10
Vendor’s Signature
Where Vendor’s signature is required, Vendor’s solicitation response must contain Vendor’s
authorized representative’s manual signature, in permanent ink, in the space provided. In
addition, Vendor’s authorized representative must initial all of Vendor’s handwritten corrections
(additions or deletions) in its solicitation response.
2.11
Complete Responses Required
Vendor must complete and execute this competitive solicitation document, including any
addenda, appendices, exhibits, attachments, requested information and response forms and
submit them with and as a part of Vendor’s sealed solicitation response.
2.12
Use of Forms
If this competitive solicitation includes forms for the submission of information, the Vendor
must submit the requested information on the forms, attaching additional pages if necessary, or
FIU may reject the Vendor’s solicitation response.
2.13
Errors or Omissions
Vendor should examine its solicitation response carefully for any errors prior to submission. The
Vendor is solely responsible for the accuracy and completeness of its solicitation response. The
Vendor’s errors or omissions, if any, are solely at the risk of the Vendor and may be grounds for
FIU’s finding that the Vendor’s solicitation response is non-responsive. In case of Vendor’s
errors in extensions, the unit price will prevail.
2.14
Solicitation Response Validity Period
Vendor’s solicitation response, shall in its entirety, remain valid for 180 calendar days after the
Solicitation Response Due Date.
2.15
Solicitation Response Opening
At 2:00 p.m. on the Solicitation Response Due Date, FIU will open all timely submitted
solicitation responses for the sole purpose of recording the names of the Vendors submitting
solicitation responses.
3.0
SELECTION PROCESS, EVALUATION PROCESS AND CRITERIA
3.1
Selection process
FIU will conduct the following selection process:
•
FIU establishes an Evaluation Committee.
11
September 2, 2011
•
The Evaluation Committee reviews and evaluates the solicitation responses according to
the evaluation criteria and points contained in Table A (See Section 1.5) and determines a short
list of Vendors. Those Vendors selected for the short list will continue in the evaluation process,
which may involve site visits, Vendor presentations, Vendor management team interviews,
negotiations, and evaluation of the Vendor’s best and final offer.
•
The determination of the Vendors selected for the short list with which negotiations may
be held will be based on evaluation of the Vendors’ Proposals. Proposals must provide
complete, accurate, and detailed information in response to the instructions in the competitive
solicitation.
•
The Evaluation Committee may meet with the shortlisted Vendors individually to discuss
their capabilities and plan for servicing FIU. The Negotiation Team will negotiate with the
short-listed Vendors. After negotiations have been completed to the satisfaction of the
Negotiation Team, the short listed companies will be given a deadline for submission of a “best
and final” offer. The negotiation process will stop upon submission of the “best and final”
offers. Vendors will not be allowed to make further adjustments to their offer or communicate
further with the University, except to respond to requests for clarification from the Evaluation
Committee. The final recommendation of the Evaluation Committee will be based upon the
initial written Proposal, site visits, references, discussions, interviews, negotiation outcomes, and
best and final offers.
•
The recommendation of the Evaluation Committee will be submitted to the Director of
Purchasing for review and approval and to the Chief Financial Officer/designee with final
decision making authority (“University Official”) regarding the competitive solicitation.
•
The University Official considers the Evaluation Committee’s recommendation and
determines which Vendor to enter into a Contract with.
3.2
Cash Discounts
The Evaluation Committee will not consider cash discounts for prompt payment when
determining the lowest net cost for solicitation response evaluation purposes.
3.3
Tie Responses
When multiple solicitation responses are equal in all respects, FIU will give preference to
solicitation responses in the following order: solicitation responses from Vendors that include
commodities manufactured in Florida, then from Vendors that are Florida businesses, then
Vendors who have a drug-free workplace program, and then Vendors who are foreign
manufacturers located in Florida, in determining the contract award, or if those conditions do not
exist or are equivalent between two or more solicitation responses, the contract award will be
determined by the toss of a coin.
12
September 2, 2011
3.4
Contract Award
FIU intends to award a Contract resulting from this competitive solicitation to the Successful
Vendor whose solicitation response represents the best value to FIU. The Contract will include
this competitive solicitation document, and the Successful Vendor’s solicitation response, and all
the terms and conditions found on the Sample Contract. (The Sample Contract is attached as
APPENDIX III.) The Contract will also incorporate any clarifications, and if negotiations are
conducted, any additional terms and conditions that are negotiated.
3.4.1 FIU reserves the right to award a Contract without negotiations with the Vendor;
therefore, the Vendor’s solicitation response should contain the Vendor’s best terms from
a cost or price and technical standpoint.
3.4.2
FIU may reject all solicitation responses if such action is in FIU’s best interest.
3.4.3 FIU reserves the right and sole discretion to reject any solicitation response at any
time on grounds that include, but are not limited to, Vendor’s solicitation response being
found to be nonresponsive, incomplete, or irregular in any way; or when Vendor’s
solicitation response is not in FIU’s best interest. FIU may waive informalities and minor
irregularities in solicitation responses.
FIU is not obligated to make an award under or as a result of this competitive solicitation. FIU
reserves the right to award a contract, to the Vendor(s) submitting a solicitation response that
FIU, in its sole discretion, determines is in FIU’s best interest.
3.5
Posting of Intent to Award/Protest
The Intent to Award to a Vendor, if any, will be posted on the Website for review by interested
parties, and will remain posted for a period of seventy-two (72) hours; excluding weekends,
federal holidays, and FIU holidays.
Failure to file a notice of protest or the written petition in accordance with the Florida Board of
Governors’ Regulation 18.002, or Vendor’s failure to post the Solicitation Protest Bond or other
security as required in the Board of Governor’s Regulations 18.002 and 18.003, shall constitute a
waiver of the right to protest proceedings.
3.6
Commencement of Work
Vendor/Successful Vendor will not provide any commodities or services or take any action, even
if such is as a result of any discussions with any FIU employee, prior to the Contract being
signed by both parties. If Vendor/Successful Vendor provides services or commodities or takes
any action prior to the Contract being signed by both parties, the Vendor/Successful Vendor does
so at Vendor/Successful Vendor’s sole risk and expense.
13
September 2, 2011
3.7
Alternate Brands or Equivalent Products
Any manufacturer’s names, trade names, brand names, information and/or catalog numbers listed
in the competitive solicitation are for information and not intended to limit competition. The
Vendor may offer private label products or any brand for which Vendor is an authorized
representative, where such brand meets or exceeds the specifications for any item which includes
count or quantity and/or size. Likewise, customary measurements appearing in the competitive
solicitation are not intended to preclude solicitation responses for commodities with equivalent
metric measurements. All items provided by Vendor will be new items unless specifically
described as refurbished or remanufactured.
If Vendor’s solicitation response is based on an private label, alternate brand or equivalent
product, Vendor must indicate the manufacturer’s name and product number on the Vendor’s
solicitation response for such alternate brand or equivalent product. Vendor shall submit cuts
sketches and descriptive literature, and/or complete specifications (including count or quantity
and/or size) of the alternate brand or equivalent product with the solicitation response. Vendor
may not reference information or literature submitted with a previous solicitation response. The
Vendor shall also explain in detail the reasons why the proposed equivalent will meet the
specifications and why it should not be considered an exception thereto. The University reserves
the right to approve or reject an item as an approved alternate brand or equivalent product.
If Vendor’s solicitation response lacks any written indication of intent to propose an alternate
brand or equivalent product, Vendor’s solicitation response will be received and considered by
FIU to be for items that are in absolute compliance (including as to brand and measurement) with
the specifications as written in the competitive solicitation.
4.0
OFFICE SUPPLY PRODUCT REQUIREMENTS
4.1
Office Supply Products Offered
The University has created two lots of Office Supply Products -- Core Items and Non-Core
Items.
4.1.1
Core Items
FIU created lists of: (1) the top 500 Office Supply Products purchased by the University during
the 2010-2011 contract year, ranked by total amount spent by FIU on orders related to each item,
and (2) the top 500 Office Supply Products purchased by the University ranked by volume
ordered for each item. FIU merged these two lists, and the result is a Core Item List which is
attached hereto as Exhibit “C.” (items listed are hereinafter collectively referred to as “Core
Items” for the first Contract Year).
Vendors shall complete Appendix IV (Pricing Matrix/Product Service Pricing) indicating the
current List Price for each item and the proposed Net Price for each item. Vendors shall identify
items that will not be provided by Vendor by putting “N/A” for Not Available in the List Price
column. The Vendor shall also indicate if Vendor is proposing any substitutes as specified in
14
September 2, 2011
Section 3.7 (Alternate Brands or Equivalent Products) and provide the necessary information
related to the proposed substitute product.
4.1.2
Non-Core Items
For Contract Year One, all items not included in Appendix IV (Pricing Matrix/Product and
Service Pricing), but offered for sale by the Vendor will be considered “Non-Core Items.” For
Contract Years Two and thereafter, the parties shall refer to the revised Appendix IV to
determine which items are Core Items, and those items not listed on the revised Appendix IV are
Non-Core Items.
Because of the numerous and varying nature of the products included in the Non-Core Items
category, Vendor will propose the offering of such products and the pricing of such products by
providing a current complete product catalog that includes List Prices, and by specifying the
percentage discount that will be provided to the University off of the List Price for Contract Year
One. Successful Vendor will honor the pricing in the product catalog for, without change, for
the entire Contract Year One. In addition to Office Supply Products, Vendor may offer IT
peripherals (e.g., CDs, DVDs, keyboards, mouse, cables, computer bags, etc.) and office
furniture priced at less than $1,000.00. These peripherals and furniture are not included in the
definition of Office Supply Products, therefore, Successful Vendor will not be the preferred
vendor for such peripherals and furniture. However, if peripherals or furniture is purchased by
the University, Vendor will apply the appropriate discount (Core Item or Non-Core Item
discount) to the sale of such peripherals and furniture.
4.1.3
Core List Definition
After Contract Year One, the Core List will be revised on an annual basis.
Within thirty (30) days of the end of Contract Year One, the Successful Vendor will provide the
Office of Business Services with a list of the top 500 Office Supply Products (by total amount
spent) and a list of the top 500 Office Supply Products (by volume) for those products purchased
by the University in Contract Year One. These two lists will be merged. The resulting merged
list will become the revised Core List for Contract Year Two. The Office of Business Services
will approve the revised Core List within fifteen (15) days of receipt, or may request additional
documentation from Successful Vendor before approval of the revised Core List. Once
approved, the revised Core List will become retroactively effective to the first day of Contract
Year Two. The same process will be repeated at the beginning of each Contract Year thereafter
using the sales information from the immediately preceding Contract Year.
4.2
Pricing
Vendor’s proposed list of Core Items and Non-Core Items must include the price of each item
that will be effective for Contract Year One, and no additional price increases will be approved
during that time. If products listed are out of stock or discontinued, an alternative product must
be offered with a price point, quantity, count and/or size similar to the product originally ordered.
15
September 2, 2011
If a SKU or brand name of a product is changed, an alternative product must be offered with a
similar price point, quantity, count and or size to the product originally offered.
Vendor shall include a proposed Office Supply Products pricing structure for Core Items and for
Non-Core Items for Contract Year Two and thereafter in its Proposal.
4.2.1
Special Pricing
Except as otherwise provided in the Contract, the Successful Vendor will not furnish free or
discounted pricing on any merchandise to any individual or group at FIU without receiving prior
written approval from the FIU Business Services Representative.
4.2.2
Price Match
Successful Vendor will match the price on a Core Item purchased through the on-line ordering
system if the identical available product is found at a local retail competitor’s store, or Successful
Vendor’s retail store or general website at a lower price.
Vendor should include information regarding its proposed Price Match program in its Proposal.
4.3
Sustainability
FIU is consistently seeking new ways to reduce the University’s carbon footprint. In addition to
the requirement that the University Community use 30% post-consumer content recycled paper,
FIU would like the ability to offer other recycled and sustainable office products to the
University Community, including but not limited to, pens, highlighters, staplers, desk caddies
and other Office Supply Products. Vendor should include socially and environmentally
conscious product lines into its Proposal.
FIU requires the University Community to purchase recycled paper options with at least
30% post-consumer content. Vendor should include recycled paper options with at least
30% post-consumer content, 50% post-consumer content and 100% post-consumer content
in its response.
Vendor should also include in its Proposal any information regarding green office
certification programs and recycling programs (e.g., toner, writing instruments, etc.) and
identify any other opportunities for Successful Vendor to coordinate with FIU’s Office of
Sustainability.
FIU would also like the ability to offer delivery of Office Supply Products to the University
Community in reusable containers. Vendor should include a reusable container delivery
program in its Proposal.
If there would be a cost to FIU for participating in any of the programs or opportunities,
Vendor must include the costs and include any relevant contractual terms related to such
programs or opportunities in Vendor’s Proposal.
16
September 2, 2011
4.4
Service Level Expectations
4.4.1
Personnel
4.4.1.1 Qualities
The Successful Vendor will assign only those persons who have the training and good habits,
attitude, personal hygiene, ethics and who are judged to be suitable in the atmosphere of an
academic institution to perform work under the Contract. FIU may demand an immediate
change of the management and the personnel serving the FIU Campuses without recourse, but
will exercise that right judiciously.
4.4.1.2 Staffing
Vendor’s proposed staffing must include adequate numbers of appropriately trained and
experienced personnel to efficiently accommodate customers, and to respond to the customer’s
inquiries.
4.4.1.3 Management Staff and Key Personnel
The Successful Vendor shall provide an adequate management staff qualified in the area of
service for both the administrative and the operational duties and responsibilities for managing
the sale of Office Supply Products.
Vendor should describe the proposed management team in its Proposal. At a minimum, the
Vendor must designate key account manager(s) and provide a copy of their resumes. Customers
shall also have access to a designated customer service representative during normal business
hours of every business day.
4.4.1.4 Uniforms
Successful Vendor’s personnel present on FIU Campuses must wear clean and suitable uniforms
that are readily recognizable as uniforms of the Successful Vendor and include the name of the
Successful Vendor. The personnel shall also wear identification badges that are easily readable,
and must show proper identification when requested by Security or University personnel.
4.4.2
Ordering
Vendor must be able to accept individual orders from several individual departments
simultaneously, each with unique billing and shipping addresses. In addition, Successful Vendor
must have the ability to block ordering of specific items, as requested by the University.
Vendor must also be able to bill each ordering department separately and process their respective
payments using University purchase orders and credit cards
17
September 2, 2011
In the event pricing or discount levels reflected on invoices do not match the pricing levels as
agreed to by FIU and Successful Vendor, University and Successful Vendor will work together
to calculate and issue an appropriate credit.
4.4.2.1 On-Line Ordering
Successful Vendor must provide an on-line ordering system which is operational and fully
functional by no later than January 3, 2012. This system should include, but is not limited to:
•
Product Ordering
o “Shopping Cart” ordering capability
o Information regarding University-specific current contract pricing
o Detailed item descriptions, including pictures (when possible)
o Indicators of recycled product (when possible)
o Search engine capabilities
o Additional links or information to access additional product literature, the
vendor’s home page, etc. (when possible)
o Ability to place orders 24 hours a day/7 days a week
•
Order Tracking
o By Customer Account Number
o By Order Number
•
Order Confirmation
Vendor should be prepared to present a demonstration of their on-line ordering system if short
listed. The Universal Resource Locator (URL) for the on-line ordering system must also be
supplied to the University prior to the Commencement Date.
Vendor should include information in their proposal regarding the on-line ordering system under
Tab 9.
4.4.2.2 Employee Purchases
FIU would like to provide its employees with the ability to make in-store purchases with
Successful Vendor at discounted prices. Please describe any discount programs or other
incentives available to employees of FIU for in-store purchases.
Note, University employees do not enjoy the tax exempt status of the University and should be
charged sales tax for their purchases. Any such program must include assessment of sales tax.
4.4.2.3 Other Ordering
Successful Vendor must also accept orders and provide customer assistance regarding purchases
via telephone. The University must approve all authentication, authorization, and control
mechanisms for ordering systems in advance. Orders placed via telephone may be paid for with
18
September 2, 2011
paper copies of University purchase orders or credit card. Vendor must confirm receipt of all
orders received by telephone within one business day via email.
Successful Vendor must also accept orders in person at retail stores. Orders placed in retail
stores may be paid for by cash or credit card.
Vendor must include information regarding the process for Other Ordering, including a system
for identifying University employees as such and processing these orders, in its Proposal.
4.4.3
Delivery
Successful Vendor will be required to deliver Customer’s Office Supply Product order the next
business day after an order is placed. FIU and Successful Vendor will agree upon a cut-off time
to ensure next day delivery. There shall be no shipping or delivery charges to any FIU location.
If special delivery or handling charges are applicable, they shall be pre-approved in writing by
the Customer.
Successful Vendor will notify customer within twelve (12) hours after receiving an order of any
potential delivery delays. Evidence of repeated inability to deliver or intentional delays shall be
cause for Contract and/or Vendor suspension.
A detailed packing list must accompany each individual order reflecting quantity, individual item
cost, line item total and grand total of all packages delivered, and all items on back order. This
list must also include the invoice number, requester’s name, department, address and telephone
number.
4.4.4
Packaging
All orders must be received in original containers when available.
4.4.5
Substitutions
Substitutions of any kind shall not be made without prior consent of the Customer.
If a higher priced item is used to fill the order because the original item is out of stock, then
Customer shall be delivered the higher priced item, but be billed at the lower price of the item
that was out of stock.
4.4.6
Return/Refund Policy
Successful Vendor must provide for timely on-campus pick-up of merchandise to be returned, at
no cost to the University. Successful Vendor shall not impose a restocking fee on the University
for returned merchandise.
The Vendor will include in its proposal proposed procedures for both returns and refunds,
including the timeline and the specific procedures for each.
19
September 2, 2011
4.4.7
Service Level Metrics
Successful Vendor’s ability to maintain excellent service levels is essential in maintaining a
mutually beneficial relationship between the University and Successful Vendor. The following
service level metrics will be continually monitored:
Delivery Time - The Successful Vendor shall provide delivery by the close of business on
the business day after the day the order is placed. On-time delivery shall be maintained at 95% or
greater. On-time delivery is defined as delivery of an order on or before the close of business on
the business day immediately following the day the order was placed. Late delivery is when an
order is delivered anytime after the close of business on the business day immediately following
the day the order was placed, unless a later delivery time is pre-approved in writing by the
Customer.
Pricing Accuracy – The Successful Vendor shall provide an accurate electronic checkout
in its on-line ordering system. The University expects that the price charged to the customer will
be accurate 100% of the time.
Order Accuracy - Order Accuracy rate shall be maintained at 98% or greater. Order
Accuracy rate is defined as the number of items delivered as ordered divided by the total number
of items ordered.
Order Completeness - Order Fill rate shall be maintained at 95% or greater. Order Fill
rate is defined as the number of items on an order filled completely as ordered divided by to the
total number of lines on an order.
Known backorders by the Successful Vendor shall be provided within twenty-four (24) calendar
days of original order, unless special circumstances apply. The following information about the
backorder(s) may be requested by the University
•
•
•
•
•
Item ID
Item Name and Description
Reason for shortage
Plan of action (when delivery may be expected or suggested replacement)
PO Number, if applicable
Shipment shortages or over-shipments found by a Customer shall be reported to Successful
Vendor immediately upon recognition.
Vendor should include in its Proposal consequences to Successful Vendor for failure to meet the
Service Level Metrics on a monthly basis related to each of the following: delivery time, pricing
accuracy rate, order accuracy rate and fill rate.
20
September 2, 2011
4.5
Operational Plan
4.5.1
Office Supply Products Operational Plan
The Vendor must submit a detailed proposed Operational Plan for the Office Supply Products for
the first twelve (12) months of the Contract with its Proposal, including a detailed plan for
transition from the existing vendor on campus to the Successful Vendor. The proposed
Operational Plan should provide an in-depth analysis and description of the proposed retail
services, including immediate and phased-in solutions and marketing initiatives.
4.5.2
Financial Projections
The Vendor must submit financial projections for the first twelve (12) months as part of the
proposed Operational Plan with its Proposal. Why do you need this? For purposes of
evaluating, aren’t you going to assume sales similar to that of last year? You’re not asking them
to increase sales, as was desired in the vending machine contract, so not sure why we should put
vendors through the hassle of creating and sharing this information.
4.6
Marketing Plan
FIU expects the Successful Vendor to actively solicit members of the University Community to
utilize Successful Vendor to purchase Office Supply Products. The Successful Vendor will
begin marketing and soliciting the University Community commencing with the full execution of
the Contract. This plan must also include an initial launch and awareness building campaign for
Successful Vendor.
Thirty (30) days prior to the beginning of FIU’s Fiscal Year, the Successful Vendor must submit
a proposed Annual Marketing Plan for the Office Supply Products which contains the following
elements:
4.6.1
Marketing Strategies
The Successful Vendor is expected to coordinate with the Office of Business Services’ staff
regarding the marketing program and efforts to help grow the Office Supply Products business.
This will require Successful Vendor to participate in marketing strategies, including participating
in planning sessions throughout the year and evaluating opportunities, such as marketing
initiatives incorporated into orientations. The Vendor must propose marketing strategies
(identifying the responsibilities of the various parties) to introduce OfficeSupply Products to the
University Community, and encourage the utilization of Successful Vendor on an on-going basis.
Marketing, in general, will be directed to the various individuals in the University Community,
and may require separate materials and issuing of notices. The design specifications must also
meet all federal and state laws, county and city ordinances, and FIU policies and regulations
applicable to the signage, design and safety standards.
21
September 2, 2011
4.6.2
Marketing Budget
The Vendor’s Proposal shall include the minimum amount per Contract Year that the Vendor
will dedicate to marketing initiatives related to the Contract. Successful Vendor must develop
and fund a comprehensive marketing and communications plan to ensure that the University
community is aware of the both the University’s relationship with Successful Vendor, as well as
the products and services offered by Successful Vendor.
4.6.3
Participating in University Events
The Successful Vendor may be given the opportunity to participate with recognized University
organizations by donating items for fund raising events. The Office of Business Services will act
as the liaison between the Successful Vendor and the various University organizations, and the
Successful Vendor should refer any individuals directly requesting the Successful Vendor’s
participation in such events to the Office of Business Services.
4.6.4
Approval of Advertisements or Logos
The Successful Vendor must have the prior written approval of the FIU Business Services
Representative for any advertisements that will be located on the FIU Campuses that are related
to Office Supply Products. The Successful Vendor must also have the prior written approval of
the FIU Office of University Community Relations and/or FIU Business Services Representative
for advertisements or promotions that will use FIU’s name, trademarks and/or logos.
4.6.5
Posting of Information by FIU
The Successful Vendor will have the opportunity to provide information to the FIU Business
Services Representative for posting on the FIU Campuses in order to inform the University
Community of the Successful Vendor’s services. This information will be reviewed by the FIU
Business Services Representative and/or FIU’s Office of University Community Relations, and if
appropriate, may be communicated to the University Community in accordance with the policies
and procedures of FIU.
4.6.6
Use of Successful Vendor’s Logo/Marks
Subject to the Successful Vendor’s prior written approval, the Successful Vendor grants FIU the
limited right to use the Vendor’s logo or service marks to promote the Vendor’s service and
product (e.g., use on the FIU website and in FIU Business Services’ publications).
4.7
Financial Support
Vendor must include in its Proposal detailed information regarding the Financial Support
payable to FIU for the ability to offer Office Supply Products on FIU Campuses. This Financial
Support may include, but is not limited to, the following:
One Time Transition Allowance (lump sum payment)
22
September 2, 2011
Quarterly Transaction Fee (represents percentage of net sales by Successful Vendor)
Quarterly Volume Rebates (represents percentage of net volume by Successful Vendor)
Quarterly Net Sales Threshold Rebates (represents percentage for net sales over certain
dollar amount)
Vendor shall also describe in its Proposal any additional benefits that may accrue to FIU under
this Contract, such as:
o Contributing to the Campus Initiative Fund (e.g., scholarships, student
orientations, etc.)
o Providing Funds for Student Internships
o Contributing to the Campus Merchandise Fund (e.g., promotional items,
bookstore merchandise, etc.)
o Hiring a Student Office Supply Products Representative
o Unrestricted contributions for University strategic initiatives
o Contributing to the Charitable Endowment Fund
o Other
4.7.1
All payments shall be delivered to:
FLORIDA INTERNATIONAL UNIVERSITY
MODESTO A. MAIDIQUE CAMPUS
OFFICE OF BUSINESS SERVICES
11200 S.W. 8th STREET, DC 123
MIAMI, FL 33199
ATTN: LEJEUNE MARCH
Successful Vendor must arrange EFT payments with the Office of the Controller.
4.7.2 The Successful Vendor must remit any sales tax on Product sold to FIU directly to
the State of Florida and provide proof of such to the FIU Business Services
Representative.
23
September 2, 2011
4.8
Standard Financial Reports
4.8.1
Monthly Office Supply Products Reports
The Successful Vendor will provide FIU with a soft copy of its Monthly Office Supply Products
Report, on or before the tenth (10th) day after the end of each month, in Microsoft Excel. The
report will include, at a minimum, the following information for Office Supply Products:
Gross revenue;
Gross Revenue by specific category; and
Tax amounts paid to the State where required.
Vendor must submit a sample Monthly Office Supply Products Report with its Proposal.
4.8.2
Quarterly Office Supply Products Report
The Successful Vendor will provide FIU with a soft copy of its Quarterly Office Supply Products
Report, on or before the tenth (10th) day after the end of each month, in Microsoft Excel. The
report will include, at a minimum, the following information for Office Supply Products:
•
Detailed invoice level purchase history usage with the following fields:
o
Invoice Number
o
Invoice Date
o
PO Number
o
Vendor Product ID
o
Manufacturer
o
Manufacturer ID
o
Item Description
o
Contract Category (Core Items, Non-Core Office Supply, etc.)
o
Vendor Category (Writing Instruments, Printers, etc.)
o
Quantity Ordered
o
Quantity Shipped
o
Unit Price
o
List Price
o
Extended Sale Price (Quantity Ordered * Unit Price)
o
Ordered By Department
o
Order Date
o
Delivery Date
•
Other Organizations; Total dollar value of purchases and total of orders through
University agreement
•
Contract Utilization
o
Current dollar value of purchases on Core List
o
Potential Items for revised Core List
24
September 2, 2011
•
Overall Price Accuracy Rate = 100% order with price accuracy
•
Overall Order Accuracy Rate = # orders with order accuracy rate of less than 98%
vs. # orders with order accuracy rate of more than 98%
•
Order Fill Rate = # orders with order fill rate of less than 95%
•
# of orders returned due to Customer error
•
# of Orders returned due to Successful Vendor error
•
Total dollar value of surcharges, transaction fees, delivery charges, and other
misc. charges
Successful Vendor and University will work together to create additional reporting as University
deems necessary.
Vendor must submit a sample Quarterly Office Supply Products Reports with its Proposal.
4.8.3
Annual Report
The Successful Vendor will maintain separate accounting records for its operations conducted at
FIU as a result of the Contract. At the end of each FIU Fiscal Year, and at the end of the
Contract if terminated early by either party, the Vendor will furnish FIU, with an Annual Report
including a summary of the sales for each month of FIU’s Fiscal Year, no later than thirty (30)
days after the end of FIU’s Fiscal Year or expiration of the Contract.
Vendor must submit a Sample Annual Report with its Proposal.
4.8.4 Retention of Records and Audits
The Successful Vendor is strictly accountable for all receipts, disbursements, collections,
refunds, delinquency and any applicable reports related to the sale of Office Supply Products,
and will reconcile these records and reports with the FIU Business Services Representative as
required from time-to-time in writing. The Successful Vendor must keep these accounting
records on file at the Vendor’s office for accessibility and for review or audit upon demand, with
prior reasonable notice, for the term of the Contract and for five (5) years thereafter. The
Successful Vendor must have the all financial records relating to the Contract audited by a
Certified Public Accountant annually, and must submit the audit report to FIU within ten (10)
days of receipt of such report.
4.8.5 Additional Reports or Data
FIU may request additional data files or reports from time-to-time, and Successful Vendor will
provide such data and reports in a reasonable amount of time. If permanent changes need to be
25
September 2, 2011
made in the data included in the reports because certain information is required by a higher
authority, the Successful Vendor will collect and provide such data and/or reports to FIU on a
continued basis. Data files must be Microsoft Excel.
4.8.6
Annual Operational Plan
By June 1st of each Contract Year, or as otherwise reasonably requested by the Office of
Business Services, the Successful Vendor will provide to FIU an Operational Plan for the
upcoming FIU Fiscal Year. The Operational Plan must accommodate the growth of FIU facilities
and the University Community, advances in Office Supply Products and/or technological
changes, and/or changes in legal or service requirements related to Office Supply Products.
The Operational Plan must also include updates regarding Successful Vendor’s marketing
strategies, as approved by the FIU Business Services Representative.
4.8.7
Semi-Annual Marketing Presentation
Every six (6) months the Successful Vendor will give a presentation to the Office of Business
Services of its previous six (6) months performance and its plans to grow the sale of Office
Supply Products for the next six (6) months.
4.9
Customer Service
4.9.1
Customer Service
Recognizing that the success of the sale of Office Supply Products is dependent on a favorable
response from the University Community, the Successful Vendor will maintain good public
relations with the University Community and maintain good working relationships with FIU’s
Business Services Office. The Successful Vendor will promote consistent and effective
communication, as well as facilitate resolution of issues with the customer and with FIU’s
service areas and departments. Vendor should provide policies and procedures, or other
applicable documents in its Proposal, that illustrate the Vendor’s policies and customer service
options.
4.9.2
Quality of Services
The Successful Vendor must provide the highest quality of Office Supply Products. The
Successful Vendor and its employees shall act in a manner that is highly conducive to Customer
Service and will be considerate of the customers’ needs. Therefore, the Successful Vendor must
create an environment that provides to the University Community and to its customers reliable,
cost-effective, and customer service oriented services and quality products without bias or
favoritism.
4.9.3
Communications with Business Services
The Successful Vendor will advise the FIU Business Services Representative in writing of any
property damage, theft, or any safety hazard immediately upon discovery, and the FIU Business
26
September 2, 2011
Services Representative will contact the appropriate departments, such as FIU Police
Department, to inform them of the issues.
If applicable, the Successful Vendor will notify the FIU Business Services Representative in
writing of any critical or adverse safety or health violation or inspection, and/or employee safety
or health violation or inspection, immediately upon discovery. The Successful Vendor will also
advise how it will take action to correct these problems in a written action plan to be forwarded
to FIU Business Services Representative within twenty-four (24) hours (or sooner, if necessary);
and discuss all pertinent issues, solutions and time constraints involved with FIU Business
Services Representative.
4.9.4
Quarterly Review Meetings
The Successful Vendor will meet with the FIU Business Services Representative face-to-face, on
a quarterly basis, to discuss the sale of Office Supply Products and marketing initiatives, review
service level metrics, to review the sales and growth objectives, and to set sales and growth
objectives for the next quarter.
4.9.5
Survey of Customer Satisfaction
Vendor shall assess customer satisfaction at the FIU Campus(es) at least one time in each
Contract Year. Successful Vendor will provide FIU with a form and process for this assessment,
along with a summary of the survey findings in its Annual Report.
5.0
GENERAL TERMS
5.1
Insurance
The Successful Vendor shall provide and keep in full force and effect during the term of
Contract, at the Successful Vendor’s own cost and expense, the following insurance policies for
the joint benefit of the Successful Vendor and FIU, with an insurer reasonably acceptable to FIU:
Commercial General Liability
(a) Bodily Injury & Property Damage
(b) Products/ Completed Operations
(c) Advertising & Personal Injury
(d) Contractual Liability
(e) Medical Payments
$1,000.000
$1,000,000
$1,000,000
Optional
$1,000,000
Optional
Automobile Liability
(owned/non-owned/leased)
$500,000
Workers’ Compensation
Statutory Limits
Each Occurrence (minimum)
(minimum)
27
September 2, 2011
In order for Vendor to show that it can satisfy this requirement, the Vendor must include in its
solicitation response one of the following:
a.
A letter from Vendor’s insurer stating that the Vendor meets the
currently specified insurance requirements, or
b.
A commitment letter from an insurer that if awarded a contract,
Successful Vendor will have access to such coverage.
The Successful Vendor shall deliver to: FIU Purchasing Services Department, Campus Support
Complex, CSC 411, 11200 S.W. 8th Street, Miami, Florida 33199, true and correct copies of
certificates of such insurance within ten (10) business days of notice of formal award.
The policies and the certificates shall name The Florida International University Board of
Trustees, Florida International University, the State of Florida, The Florida Board of Governors,
and their respective trustees, directors, officers, employees and agents as additional insureds
and/or loss payee as appropriate to the type policy, shall state that the Successful Vendor’s policy
shall be primary and that any insurance carried by FIU shall be noncontributing with respect
thereto.
If the Professional Liability insurance coverage is provided on a claims-made basis, The
insurance shall have a retroactive date of placement prior to or coinciding with the effective date
of this agreement and shall continue throughout the term of this Agreement and upon the
termination of this Agreement, and the expiration, cancellation or non-renewal of this insurance,
Vendor shall purchase tail coverage for a period of three years after the termination of this
Agreement or the expiration, cancellation or non-renewal of the claim-made coverage (said tail
coverage shall be in amounts and type equivalent to the claims-made coverage).
The policies shall provide for thirty (30) days prior written notice to FIU in the event of
cancellation or reduction in coverage or amount. If the Successful Vendor fails to secure and
maintain insurance policies complying with the provisions of this agreement, FIU may terminate
the Contract. Successful Vendor shall do nothing that will adversely affect FIU, in any way,
including increasing risks, insurance premiums or liability.
In addition to the insurance required to be obtained and maintained by the Successful Vendor, if
the Successful Vendor assigns any portion of the duties under the Contract in accordance with
the terms thereof, each subcontractor or assignee is required to purchase and maintain insurance
coverage that adequately covers each subcontractor’s or assignee’s exposure based on the type of
services they are providing in connection with this Contract.
The Successful Vendor shall immediately notify FIU if the Successful Vendor's Commercial
General Liability insurance contains any restrictive endorsements other than those restrictive
endorsements normally included on standard ISO Commercial General Liability occurrence or
claims made forms.
28
September 2, 2011
FIU reserves the right to cancel any award made or cancel the Contract if Successful Vendor
fails to supply and/or maintain the required coverage.
Should Vendor take exception to the stated insurance requirements in its solicitation response,
such will be grounds for disqualifying Vendor’s solicitation response.
Successful Vendor’s procuring of the required insurance shall not relieve the Vendor of any
obligation or liability assumed under the Contract, including specifically the indemnity
obligations. The Successful Vendor may carry, at his own expense, such additional insurance, as
Vendor deems necessary. FIU recommends that the Successful Vendor obtain and maintain a
policy of business interruption insurance. The Successful Vendor shall assist and cooperate in
every manner possible in connection with the adjustment of all claims arising out of Vendor’s
operations within the scope provided for under the Contract, and shall cooperate in all litigated
claims and demands, arising from said operations, which its insurance carrier or carriers are
requested to respond.
5.2
Workers’ Compensation
The Successful Vendor shall have and maintain during the life of the Contract, Workers’
Compensation Insurance for all of its employees connected with the work related to the
competitive solicitation. In the event any work related to the competitive solicitation is sublet or
subcontracted, the Vendor shall require the subcontractor similarly to provide Workers’
Compensation Insurance for all of the latter’s employees unless such employees are covered by
the protection afforded by the Vendor. Such insurance shall comply fully with the Florida
Workers’ Compensation law. In case any class of employees engaged in hazardous work under
the Contract at the site of the project is not protected under Workers’ Compensation, the Vendor
shall provide, and cause each subcontractor to provide, adequate insurance for the protection of
such employees.
5.3
Software Warranty and Back up
If Successful Vendor is providing software to FIU, Vendor warrants that: (1) the media on which
the product software is distributed is free from defects in materials and workmanship, and (2) the
product performs the functions described in the documentation for the product. In addition, FIU
may create and retain a copy of the software and related documentation for back up and disaster
recovery purposes and for archival purposes. This provision shall survive termination or
expiration of the Contract.
5.4
Services and Warranty
If Vendor will be providing services and warranties on the commodities and services that will be
in addition to the services and warranties that are required in this competitive solicitation, then
Vendor shall define and describe in its solicitation response such additional services and
warranties, including replacement of items, that Vendor will provide.
The Successful Vendor will supply FIU with a complete and accurate W-9 and Vendor
Application, available on the Website; if Vendor fails to supply the University with a complete
29
September 2, 2011
and accurate W-9 and Vendor Application, the invoice will be deemed insufficient for payment
until such information has been provided.
5.5
Safety
FIU seeks to furnish its students and employees with a place of work and study that is free from
recognized hazards that are causing or are likely to cause death or serious physical harm, and one
that complies with occupational health and safety standards promulgated under Occupational
Safety and Health Act of 1970 (OSH ACT). Therefore, the Successful Vendor is required to
comply with the occupational safety and health standards and all rules, regulations, and orders
issued pursuant to the OSH ACT while on the University’s premises.
5.6
Compliance With Laws and Regulations
The Successful Vendor shall use its best efforts to assure that Vendor and its employees, agents
and subcontractors comply with all applicable laws and FIU’s site regulations while performing
the Contract and/or while on the University’s premises.
We are proud to be a Tobacco and Smoke Free Campus which means that smoking and/or the
use of any tobacco product is not permitted in any area of the university campus including
buildings, green spaces, vehicles, and parking areas. Visit htttp://tobacco-free.fiu.edu for more
information.
5.7
Parking
The Successful Vendor shall ensure that all of the Vendor’s and Vendor’s employees’, agents’
and subcontractors’ vehicles parked on the University premises have proper parking permits. All
vehicles must be registered with, and have parking permits purchased from FIU’s Parking
Services Department properly displayed. Vendor and Vendor’s employees, agents and
subcontractors shall observe all parking regulations. The failure to purchase parking permits,
properly display them, and otherwise comply with all FIU’s parking regulations could result in
the ticketing and/or the towing of Vendor’s or Vendor’s employees’, agents’, and subcontractors’
vehicles. For additional parking information, contact FIU’s Department of Parking and
Transportation at (305) 348-3615.
5.8
Public Entity Crimes
In accordance with Florida Statutes §287.133(2)(a), a vendor who has been placed on the
convicted vendor list following a conviction for a public entity crime may not submit a proposal;
may not perform work as a contractor, supplier, subcontractor, or consultant under a contract
with any public entity, including FIU; and may not transact business with FIU in excess of the
threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months
from the date being placed on the convicted vendor list. By submitting a solicitation response,
Vendor is certifying that Vendor is not on the convicted vendor list maintained by the Florida
Department of Management Services, and Vendor is also certifying that any subcontractor listed
in Vendor’s solicitation response is not on the convicted vendor list.
30
September 2, 2011
5.9
Waiver of Rights and Breaches
No right conferred on FIU by this competitive solicitation or resulting Contract, if any, shall be
deemed waived and no breach of any such Contract excused, unless such waiver of right or
excuse of breach is in writing and signed by FIU. FIU’s waiver of a right or breach shall not
constitute a waiver or excuse of any other right or breach.
5.10
Conflict of Interest
The award of this competitive solicitation is subject to the provisions of Florida Statutes Chapter
112. Vendor must disclose in its solicitation response the name of any officer, director, or agent
of the Vendor who is also an employee of FIU, or of the State of Florida or of any of its
agencies.
Further, Vendor must disclose in its solicitation response the name of any FIU or State employee
who owns, directly or indirectly, an interest of five (5%) or more of the Vendor’s company or
any of its affiliates or branches.
In addition, in accordance with Section 112.3185, Florida Statutes, by submitting a solicitation
response, the Vendor certifies that, to the best of its knowledge and belief, no individual
employed by the Vendor or subcontracted by the Vendor has an immediate relationship to any
FIU employee who was or is directly or indirectly involved in any way in the drafting,
evaluating, or awarding of this competitive solicitation.
Failure to disclose the required information or violation of Section 112.3185, Florida Statutes,
shall be grounds for rejection of Vendor’s solicitation response, cancellation of an intent to
award, and/or cancellation of any Contract with the Vendor.
5.11
Covenant Against Commissions, or Brokerage and Contingent Fees
By submitting a solicitation response, the Vendor warrants that Vendor has not employed or
retained any person or entity, other than a bona fide employee working solely for the Vendor, to
solicit or secure any award or Contract resulting from this competitive solicitation or to solicit or
secure any other advantage related to this competitive solicitation. By signing a Contract with
FIU, Successful Vendor warrants that the Successful Vendor has not paid or agreed to pay any
person, company, corporation, individual, or firm, other than a bona fide employee working
solely for the Successful Vendor, any fee, commission, percentage, gift, or other consideration
contingent upon or resulting from the award or making of the Contract. In the event Successful
Vendor’s breach or violation of this warranty, FIU has the right to annul any Contract with such
Successful Vendor resulting from this competitive solicitation, without liability, and to deduct
from any amounts otherwise payable to Vendor under such Contract the full amount of such fee,
commission, percentage, gift, or other consideration, and to pursue any other remedy available to
FIU under such Contract, at law or in equity.
31
September 2, 2011
5.12
Use of Agreement by Other Governmental Agencies
At the option of the Vendor, the use of any agreement resulting from this competitive solicitation
may be extended to other governmental entities, including the State of Florida, it agencies,
political subdivisions, counties, and cities, and any university in the State University System.
Each such entity using such agreement shall do so independently of FIU and shall be solely
responsible for its own purchases.
5.13
Disposition of Solicitation Responses
All solicitation responses become the property of FIU, and FIU shall have the right to use all
ideas, and/or adaptations of those ideas, contained in any solicitation response received in
response to this competitive solicitation. Any parts of the solicitation response, and any other
material(s) submitted to FIU with the solicitation response will become a public document
pursuant to Section 119.07, F.S. This includes material that the responding proposer might
consider to be confidential or a trade secret. FIU’s selection or rejection of a solicitation response
will not affect this exemption.
5.14
Licensing Requirements
To the extent applicable, Vendor shall have all appropriate licenses to conduct business in the
State of Florida and Miami-Dade County at or prior to award of a contract resulting from this
competitive solicitation; Vendor must provide proof of such to FIU as a condition of award of a
contract.
5.15
Subcontractors
If Vendor contemplates the use of subcontractors, as a further condition of award of a contract,
the Vendor must certify in writing that all of its subcontractors are appropriately licensed and are
registered with the State of Florida in accordance with Florida Statutes Chapters 607 or 620, and
such statement will include any subcontractors’ corporate charter numbers. For additional
information on registering, Vendors should contact the Florida Secretary of State’s Office.
The Successful Vendor is fully responsible for all work performed under the Contract resulting
from this competitive solicitation. The Successful Vendor may, with the prior written consent of
FIU, enter into written subcontract(s) for performance of certain of its functions under such
Contract. The subcontractors and the amount of the subcontracts shall be identified in the
Vendor's solicitation response. Vendor’s subcontracts shall not be implemented or effective until
and unless approved in writing by FIU. No subcontract which the Vendor enters into related to
the Contract shall in any way relieve the Vendor of any responsibility for performance of its
duties under the Contract. Vendor will fully notify any subcontractors of Vendor’s
responsibilities pursuant to the FIU Contract in Vendor’s subcontract(s) with a subcontractor(s)
for work related to this competitive solicitation. Vendor is solely responsible for all payments to
its subcontractors.
32
September 2, 2011
5.16
Small Business Minority Enterprise (SMBE) Reporting
It is the FIU’s policy (consistent with state and federal law), to optimize opportunities for
business contracting with small, minority and disadvantaged business enterprises in the areas of
commodities, construction, contractual services, and architectural and engineering services.
Vendors are likewise encouraged to use the small, minority and disadvantaged business
enterprises and to have a business diversity program in place. The Successful Vendor shall
report all minority subcontractors, identifying the Name, Address, Type of Certification and
Dollar Amount to FIU with each invoice submitted for payment.
For more information on becoming a State of Florida Certified Minority Business (CMBE), to
request certification or to locate CMBEs, please contact the Office of Supplier Diversity,
Department of Management Services at (850) 487-0915.
5.17
Equal Opportunity Statement
FIU believes in equal opportunity practices which conform to both the spirit and the letter of all
laws against discrimination, and FIU is committed to non-discrimination based on race, color,
religion, sex, national origin, Veteran status, marital status, age or disability. The Successful
Vendor will not discriminate against any employee or applicant for employment because of race,
color, religion, sex, national origin, Veteran status, marital status, age or disability. Successful
The Successful Vendor will comply with the provisions of Executive Order 11246, September
24, 1965, as amended by Executive Order 11375, and the rules, regulations and relevant orders
of the Secretary of Labor that are applicable to each order placed against the Contract regardless
of value.
The Successful Vendor will comply with the Americans with Disabilities Act (ADA) of 1990, as
revised.
If the Vendor anticipates receiving $10,000 in orders during the first 12 months of the Contract,
Vendor’s authorized representative must complete, sign and date a Certificate of Non-Segregated
Facilities form and include the form in its solicitation response. The certificate is attached as
APPENDIX II.
If the Successful Vendor anticipates receiving $50,000 in orders during the first 12 months of the
Contract, and employs more than 50 people, the Successful Vendor will complete and file prior
to March 1 of each year a standard form 100 (EEO-1), and will maintain a written program for
affirmative action compliance that is available for review upon FIU’s request.
5.18
Vendor’s Employment of Unauthorized Aliens
Employment of unauthorized aliens is considered a violation of Section 274A(e) of the
Immigration and Nationality Act. If the Successful Vendor knowingly employs unauthorized
aliens, such violation shall be cause for FIU’s unilateral cancellation of the Contract.
33
September 2, 2011
EXHIBIT “A”
MAP OF MCC
34
September 2, 2011
EXHIBIT “B”
MAP OF BBC
35
September 2, 2011
EXHIBIT “C”
TOP 500 OFFICE SUPPLY PRODUCTS PURCHASED BY THE UNIVERSITY DURING
THE 2010-2011 CONTRACT YEAR, RANKED BY TOTAL AMOUNT SPENT BY FIU ON
ORDERS RELATED TO EACH ITEM, COMBINED WITH TOP 500 OFFICE SUPPLY
PRODUCTS PURCHASED BY THE UNIVERSITY, RANKED BY VOLUME ORDERED
PRODUCT
MANUFACTURER
MANUFACTURER
PRODUCT ID
UOM
ITEM DESCRIPTION
QUANTITY
FREQUENCY
COSCO
AVERY
OFFICE
STRIDE
APC
OFFICE
OFFICE
OFFICE
HELIX
BANKER
APC
OFFICE
APC
TDK EL
MICROS
HON
OFFICE
AT-A-G
AT-A-G
AT-A-G
DAYMIN
091494
05785
OM96212
87000
BX1000G
OM99266
OM96091
OM96092
15012
12770
BX1300G
OM04229
BX1500G
48520
D66-00069
792LP
OM99886
E71750-11
E717T50-11
SK1400-11
G40000-11
EA
CT
PK
EA
EA
BX
EA
PK
EA
CT
EA
EA
EA
PK
EA
EA
BX
EA
EA
EA
EA
091494 SNAP BLADE KNIFE
1" ECONOMY VIEW WHITE 12PK
1"DURABLE TABS 3COLOR 3PADS/PK
1/2" 3 RG
1000VA UPS W/ AVR & PWR SAVING
100PCS WHITE PUSH PIN
10OZ COMPUTER DUSTER
10OZ COMPUTER DUSTER 2 PACK
12" ACRYLIC OFF-RULE
12"X15"X10" ECON STORAGE FILE
1300VA UPS W/AVR GREEN FEATURES
15 SHEET DIAMONDCUT SHREDDER
1500VA UPS W/AVR GREEN FEATURES
16X DVD-R 100 PACK
1WHEEL MOUSE OPTICAL BLACK
2 DRW LAT FILE BLK
2" SELF ADHESIVE FASTENER 100
2011RY DAILY DESK CAL REFL 3X6
2011RY DLY DSKCAL TAB RFL 3X6
2011RY MNTH DESKPAD CAL 17X10
2011RY MNTH PLNR LG BLK 7X9
52
42
48
68
14
39
85
288
79
53
6
10
6
28
100
2
38
112
75
42
85
2
17
11
12
12
20
34
131
17
23
4
17
4
16
16
1
14
37
27
18
16
OFFICE
AT-A-G
FURNIT
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
HON
STRIDE
XEROX
SWINGL
LYSOL
XEROX
HON
MAGNAV
OM03951
GG250000-11
XSP26CHR
OM96090
OM96709
OM99429
OM99036
OM99035
784LP
87060
3R2047
44401
77925
108R00725
685LQ
CDR-100-PACK
EA
EA
EA
PK
PK
EA
PK
PK
EA
EA
RM
EA
EA
BX
EA
PK
2011RY OFFICEMAX DSKPD22X17
2011RY TWO-COLOR DSK PD,22X17
26" SINGLE COLUMN BASE
3.5OZ COMPUTER DUSTER 2 PACK
3/4"X1296" INVISIBLE 12PK
3X36 MAILING TUBES
3X5 BLANK WHT INDEX CRDS 500PK
3X5 RULED WHT INDEX CRDS 500PK
4 DRW LAT FILE BLK
4" D-RING
4200 BUS MULTIPURPOSE
444 DESK STAPLER STD TYPE
4IN1 WIPES OCEAN FRESH 80
4TONER SOLID 8560 8560M YW
5 DWR LATERAL FILE W LOCK
52X CD-R 100 PACK SPINDLE
115
280
4
46
83
141
53
80
2
48
206
45
93
32
1
37
34
84
4
22
71
6
16
18
2
10
4
23
42
23
1
27
36
September 2, 2011
SWINGL
BELKIN
UNAVAI
BELKIN
OFFICE
OFFICE
OFFICE
OFFICE
BOISE
DURACE
DURACE
DURACE
DURACE
DURACE
DURACE
PURELL
CRYSTA
OFFICE
OFFICE
OFFICE
CARDIN
SAMSIL
APC
APC
APC
MICROS
BOISE
BOISE
BOISE
POST-I
OFFICE
TEXAS
JUST B
OFFICE
AVERY
ABISCO
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
AURORA
AURORA
AURORA
AVERY
AVERY
INPLAC
54501
BE107201-08
77182
BN007000SP12
OM96126
OM97613
OM97679
OM97615
054922
MN16RT4Z
MN15RT12Z
MX1500B8Z
MN2400B24
MX2400B8Z
MN1500B24
9674-12
CYG555
OM01080
OM01098
OM01096
32250
14362
BE350G
BE550G
BE750G
J5D-00001
054922-CTN
054901
054901-CTN
653-AST
OM97508
TI-BAII-PLUS
OM99364
OM96138
68055
MBV11-30BK
OM99809
OM99803
OM99804
OM99801
OM99802
70021
70020
70022
17675
17685
OM02226
EA
EA
EA
EA
EA
EA
EA
EA
RM
PK
PK
PK
PK
PK
PK
EA
CT
EA
EA
EA
EA
EA
EA
EA
EA
EA
CT
RM
CT
PK
BX
EA
DZ
PK
EA
EA
PK
EA
PK
EA
EA
EA
EA
EA
EA
EA
PK
545 STANDARD STAPLER BLACK
7 OUTLET 8FT CORD SURGE
77182 LYSOL WIPES 80 CT LEMON LIME BL
7OUTLET PWR STRIP 12"CORD
8 DIGIT CALCULATOR OM96126
8" BENT SHEAR SOFT BLUEGREY
8" STRAIGHT SCISSORS BLACK
8" STRAIGHT SHEAR SFT BLUEGREY
8.5X11 ASPEN 100 PAPER
9 VOLT BATTERY 4-PACK
AA COPPERTOP BATTERIES 12PK
AA ULTRA BATTERIES 8PK
AAA COPPERTOP VALUE PACK 24
AAA ULTRA BATTERIES 8PK
ALKALINE AA COPPERTOP VALUE PK
ALOE SANITIZER PUMP 8OZ
ALPINE SPRING WATER 28/8OZ
ALUM MARKER BOARD 6X4
ALUMINIUMFRMD CORK BOARD 3X4
ALUMINIUMFRMD CORK BOARD 6X4
ANTI MICROBIAL LRR VIEW BNDR 5/8
ANTIMICRO LH BINDER DK BLUE 2"
APC 350VA BATTERY BACK-UPS
APC 550VA BATTERY BACK-UPS
APC 750VA BATTERY BACK-UPS
ARC KEYBOARD BLACK
ASPEN 100 20# 8.5X11 CS
ASPEN 30 11" REAM
ASPEN 30 20# 8.5X11 CS
ASST POST ITS PASTEL 1.5 X2
BADGE CLIP TOP LOAD 3X4 40 BX
BA-IIPLUS BUSINESS CALCULATOR
BALLPOINT PENS MED BLUE 12 CT
BENT SCISSORS BLACK 3PACK
BINDER 1" FRAMED VIEW NAVY
BINDER BLACK 3"RR
BINDER CLIPS ASST SZ CLR 30PK
BINDER CLIPS MED BLACK 24PK
BINDER CLIPS MICRO BLACK 100PK
BINDER CLIPS MINI BLACK 60PK
BINDER CLIPS SMALL BLACK 36PK
BINDER ECOVUE 1.5 DRING
BINDER ECOVUE WE 1 DRING
BINDER ECOVUE WE 2 DRING
BINDER FLEXIBLE PRES 1"
BINDER FLEXI-VIEW 1"
BINDER POCKETS CLEAR 5PK
87
37
63
90
495
63
89
67
162
106
70
366
40
199
62
72
63
9
29
11
100
38
48
93
16
8
46
2126
1035
70
28
107
44
58
62
39
44
58
42
86
95
68
94
98
64
47
126
37
September 2, 2011
45
14
27
28
11
30
38
37
16
40
50
197
32
101
44
26
19
6
12
4
6
4
17
37
13
8
26
62
396
49
15
4
13
35
7
7
16
29
17
35
34
17
18
17
4
5
7
ABISCO
ABISCO
ABISCO
ABISCO
ABISCO
ABISCO
STRIDE
FORT J
OFFICE
OFFICE
OFFICE
BIC
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
BROTHE
HP
CANON
CHROMA
CHROMA
CHROMA
CHROMA
CANON
AVERY
HP
HP
HP
HP
BOISE
HP
OFFICE
AVERY
HP
HP
HP
MBV11-15WE
MBV11-10WE
MBV11-05WE
SBV11-15WE
MBV11-20WE
MBV11-30WE
88000
20603
OM97213
OM97210
OM97208
GBL11-YW
HL3070CW
PT-1290
TN110BK
TN210BK
TN350-2PK
TN360-2PK
TN620
TN650
DR200
DR350
DR400
TN-330
TN350
TN430
TN460
FAX4100E
C4127A
0263B001AA
0621B002
0622B002
0623B002
0628B002
0264B001AA
5309
Q5949XD
Q5942XD
Q7551X
CB401A
054904
CC532A
OM01950
5931
CE270A
CE271A
CE272A
EA
EA
EA
EA
EA
EA
EA
CT
CT
CT
CT
DZ
EA
EA
EA
EA
PK
PK
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
BX
PK
PK
EA
EA
RM
EA
PK
PK
EA
EA
EA
BINDER WHITE 1 1/2" RR
BINDER WHITE 1"RR
BINDER WHITE 1/2"R
BINDER WHITE 1-1/2" D
BINDER WHITE 2" RR
BINDER WHITE 3" RR
BINDER,VIEW,.5",ROUND,WE
BLEACHED HANDIFOLD C TOWELS
BOX ARCHIVE LGL LTR WHITE
BOX STORAGE ECON 12X10X15"
BOX STORAGE ECON 12X10X24"
BRITELINER GRIP YELLOW DZ
BROTHER LSR HL3070CW
BROTHER PTOUCH PT-1290 LABELER
BROTHER TONER TN110BK BLK
BROTHER TONER TN210BK BLACK
BROTHER TONER TN-350-2PK BLACK
BROTHER TONER TN360-2PK BLACK
BROTHER TONER TN620 BLACK
BROTHER TONER TN650 BLACK
BRTH DRUM DR200
BRTH DRUM DR350
BRTH DRUM DR400
BRTH TONER TN-330 BLK
BRTH TONER TN350 BLK
BRTH TONER TN430 BLK
BRTH TONER TN460 BLK
BTHR LSR FAX-4100E
C4127A TONER CARTRIDGE
CANON 104 BLK TNR CTG
CANON INK CLI-8 CYN
CANON INK CLI-8 MAG
CANON INK CLI-8 YLW
CANON INK PGI-5 BLK
CANON TONER 106 BLK
CARDS LASR/INKJET TENT WHITE LG
CART TONER BK DUAL PACK
CART,TONER,BK,DUAL PACK
CARTRIDGE LSRJET BK 6HY
CARTRIDGE,01A,CN,LSR TNR
CASCADE ASPEN RECYC PAPER
CC532A YELLOW
CD ADHESIVE HOLDER 5PK
CD/DVD LABEL WHITE LASER 50/PK
CE270A BLACK TONER CARTRIDGE
CE271A CYAN TONER CARTRIDGE
CE272A YELLOW CARTRIDGE
287
261
43
38
58
80
106
124
66
65
26
60
2
20
12
10
12
19
10
8
4
9
7
17
35
23
10
2
10
16
42
41
40
78
6
110
4
3
3
2
43
135
44
45
3
2
2
38
September 2, 2011
15
18
7
5
13
14
13
10
17
23
11
16
4
20
7
6
11
15
7
6
4
7
5
9
26
15
7
2
8
10
17
20
17
25
4
54
3
3
4
2
15
87
3
10
2
2
2
HP
GREAT
GREAT
GREAT
GREAT
GLOBAL
CRAYOL
PRANG
INPLAC
INPLAC
OFFICE
LOGITE
PAPER
OFFICE
OFFICE
OFFICE
CHICAG
INPLAC
HEWLET
UNAVAI
HEWLET
OFFICE
LOGITE
OFFICE
PENTAX
OFFICE
SCHOOL
GHENT
DURACE
DURACE
PENDAF
HAMMER
LIQUID
SANDIS
SANDIS
KENNET
GUY BR
CASCAD
CASCAD
ACCO
UNAVAI
DEER P
CLOROX
CLOROX
LYSOL
SIMON
SIMON
CE273A
903115
934425
934025
934125
45651M14
501402
31144
OM01621
OM01588
OM99954
981-000010
56047PP
OM97414
OM97008
OM97413
67700002
OM01647
Q3715AABA
12FPSCDX
CC469AABA
OM99955
981-000014
OM01018
OMX0120360
OM98890
OM03828
C144L
MN1500B10Z
MN1500B20Z
53296
10500-7-CTN
59603
OMX0910788
OMX0910789
KTCL5942
GB15X
CATALOG-11
CATALOG-11
A7025076A
CYG547
101243
01656
01628
4675080
ST56436
ST56439
EA
PK
PK
PK
PK
EA
BX
BX
BX
BX
BX
EA
PK
BX
BX
BX
EA
BX
EA
CT
EA
BX
EA
EA
EA
EA
EA
EA
PK
PK
PK
CT
PK
EA
EA
EA
EA
EA
EA
EA
CT
CT
EA
EA
EA
ST
ST
CE273A MAGENTA CARTRIDGE
CERTIFICATE COVER NAVY 5PK
CERTIFICATE METALLIC BLUE 25PK
CERTIFICATE METALLIC GOLD 25PK
CERTIFICATE METALLIC RED 25PK
CHAIR SLED BASE GUEST BE 0325
CHALK ANTI-DUST WHITE 12CT
CHALK WHITE 12CT BOX
CLASS FDR M LTR 2DIV DBL 10BX
CLASS FLD M LTR 2DIV DRED 10BX
CLEAR PUSH PINS 250CT
CLEARCHAT PRO USB HEADPHONE
CLEARPOINT STARTER SET .7MM
CLIPS BNDR LRG 2" 50MM 12 BX
CLIPS BNDR MED 1.25" 12 BOX
CLIPS BNDR SM 3 4" 19MM 12 BX
CLOCK,12"CONTRAC,BK,TRAD
CLSS FLDR ET LTR 2DV LGRN 10BX
COL LSRJT 5550DN-27/27PPM 5438
COLD CUP 12 0Z
COLOR LASERJET CP3525N 5438
COLOR PUSH PINS 250CT
COMFORT USB HEADPHONE
COMP HP LJ 3600/3800 TONER BLK
COMPACT CAMERA 12.1 MEGAPIXEL
COMPAT HP LJ 9000 HY
COMPBK BLKMBL CR 100CT
CONF CABINETS
0877
COPPERTOP AA ALKALINE BAT 10PK
COPPERTOP AA ALKALINE BAT 20PK
COPY SAFE PROJECT PKTS-ASST
COPYPLUS 8.5X11 10 REAM CASE
CORRECTION PEN 2 COUNT
CRUZER USB FLASH DRIVE 4GB
CRUZER USB FLASH DRIVE 8GB
CTG HP LASER BK 42A
CTGREMANHPC7115X
CTLG FULL LINE 2011 STD
CTLG FULL LINE 2011 STD
CVR RPRT SIDE-BD DGRN
CYG547 WATER .5L CR GEYSR
DEER PARK H20 1/2L 24PK
DISINFCTING WPS FRSH SCNT 75CT
DISINFCTNG WPS LEMON SCNT 75CT
DISINFECTANT SPRAY 19OZ
DIVIDERS 5TAB 11X85 CR
DIVIDERS 8TAB 11X85 CR
2
611
82
85
41
4
218
68
44
29
92
15
52
41
96
149
47
101
1
6
2
50
45
14
4
9
151
1
93
80
62
111
83
38
26
7
13
77
53
100
108
187
56
93
52
70
42
39
September 2, 2011
2
48
26
21
2
2
6
10
12
7
44
6
15
14
19
19
18
11
1
2
2
30
28
11
4
11
11
1
48
50
22
9
29
32
17
7
4
47
20
1
31
32
27
36
26
2
6
BIG FO
BIG FO
SCOTCH
PILOT
AVERY
AVERY
EXPO
EXPO
PAPER
DURACE
DURACE
OFFICE
OFFICE
OFFICE
OFFICE
JUST B
JUST B
JUST B
JUST B
JUST B
JUST B
JUST B
ES ROB
FELLOW
ADVANT
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
QUALIT
EPSON
EPSON
EPSON
QUARTE
OFFICE
EXPO
EXPO
EXPO
EXPO
EXPO
EXPO
EXPO
EXPO
EXPO
EXPO
OFFICE
00920
00941
3136
36100
24409
24411
81803
86661
662415
MN2400BKDCTN
MN1500BKDCTN
OM03291
OM03294
OM03293
OM03295
OM02775
OM02771
OM02767
OM02772
OM02765
OM02774
OM02790
121868
00723
86201
OM98123
OM97239
OM97227
OM97233
OM97234
46065
V11H310120
V11H367120
T069520-S
804526
OM01966
83003
80004
81505
80001
80003
80002
81503
83001
80556
83174K
OM96773
EA
EA
PK
EA
ST
ST
EA
PK
PK
CT
CT
EA
EA
EA
EA
PK
EA
EA
EA
EA
EA
PK
EA
EA
EA
BX
BX
BX
BX
BX
EA
EA
EA
PK
EA
BX
DZ
DZ
EA
DZ
DZ
DZ
EA
DZ
KT
ST
EA
DOOR STOP-BROWN
DOOR STOP-GREY
DOUBLE SIDED TAPE 3PK DISP.
DR GRIP MEDIUM BLACK BALLPEN
DRY ERASE MARKER ASST. 4 PK
DRY ERASE MARKER ASST. 8 PACK
DRY ERASE MARKER CLEANER 8 OZ
DRY ERASE MRKRS FINE BLK. 4 PK
DRYLINE CORRECTION FILM 2 PK.
DURACELL COOPERTOP AAA BULK
DURACELL COPPERTOP AA BULK
EASY-TO-LOAD D BNDR 1.5" BLBRY
EASY-TO-LOAD D BNDR 1.5" BLK
EASY-TO-LOAD D BNDR 1.5" RED
EASY-TO-LOAD D BNDR 1.5" WHT
ECON BINDER BLACK 1" 2PK
ECON VW BINDER BLACK 0.5"
ECON VW BINDER BLACK 1"
ECON VW BINDER WHITE 0.5"
ECON VW BINDER WHITE 1"
ECON VW BINDER WHITE 2"
ECON VW BINDER WHITE 2" 2PK
ECONOMAT STAND UP
ECONOMY STORAGE MAGZN FILE WHT
EIGHTWAY CART
ENV #10 WHITE 500 COUNT
ENV CAT KRFT 10X13" SELF SEAL
ENV CLASP 10X13 28LB 100CT
ENVELOPE INTRDPT 3-COL 10X13"
ENVELOPE INTRDPT 5-COL 10X13"
ENVELOPE MOISTENER
EPSON EX71 PROJ
EPSON EX7200 PROJECTOR
EPSON INK T069520 MULT CLR
ERASER FOR DRY ERASE & CHALK
EXP HANGING FILE FLDR BLK 4PK
EXPO CHISEL MARKER BLUE
EXPO CHSL TIP DRY ERASE MARKR
EXPO DRY ERASER
EXPO LOW ODOR CHISEL BLACK DZ
EXPO LOW ODOR CHISEL BLUE DZ
EXPO LOW ODOR CHISEL RED DZ
EXPO MARKAWAY 3 ERASER
EXPO MARKER BLACK 12 PACK
EXPO ORGANIZER SET
EXPO ORIGINAL CHISEL 4CD
EZ LOAD LOCKING D-RING BLACK 2"
86
55
39
38
89
40
166
65
63
7
24
43
48
39
72
50
60
109
49
55
44
325
98
41
6
93
16
52
60
93
114
1
1
27
58
47
49
57
701
348
108
77
57
47
61
270
160
40
September 2, 2011
15
12
13
10
16
17
38
8
28
6
22
7
8
4
17
5
2
4
7
6
6
16
12
4
7
28
7
26
51
67
41
2
2
16
10
14
21
16
95
99
33
29
7
24
25
28
14
OFFICE
PENDAF
JUST B
OFFICE
AVERY
PENDAF
PENDAF
GLOBAL
POST-I
OFFICE
POST-I
POST-I
POST-I
POST-I
PAPER
SAFCO
PENDAF
OFFICE
OFFICE
OFFICE
OFFICE
DIXIE
BOISE
INPLAC
SWINGL
HP
GBC
MFRTBL
JUST B
HEWLET
GARRIT
LOGITE
OFFICE
INPLAC
OFFICE
PLANTR
QUARTE
OFFICE
BOISE
HP
AVERY
HP
MFRTBL
HP
HP
HP
HP
OM96774
62702
OM02145
OM97182
5366
50990
50965
9336P4F1HDPT
684-SH
OM96203
683-4ABX
683-VAD1
680-PPBGVA
680-RYBGVA
8430152
4078
52565
OM97666
OM97661
OM97663
OM97638
FH207
FW-2001
OM01745
35450
C9725A
1702780
Q2066CKMAF
OM97245
L1975A201
G500GST06H
981-000195
OM01046
OM03456
OM97187
CS55
56E
OM01288
MP1050
Q1427A
24063
Q1338D
MCR53AM
Q7553X
CC640WN#140
CC641WN#140
CC644WN#140
EA
BX
BX
BX
BX
PK
EA
EA
PK
PK
PK
PK
PK
PK
DZ
EA
PK
BX
BX
BX
BX
BX
RM
BX
BX
EA
EA
EA
GS
EA
EA
EA
EA
CT
BX
EA
EA
EA
RM
RL
ST
PK
EA
EA
EA
EA
EA
EZ LOAD LOCKING D-RING WHITE 2"
FF MICROBGRD MN 1/2 LTR 100/BX
FILE FLDR 1 3 LTR MAN 150BX
FILE FLDR LTR 1 3CUT MAN 100CT
FILE FOLDER LABELS WHITE 1500BX
FILE JACKETS POLY 10PK ASST
FILE SLIDE 4PCKT BLUE/SLVR LTR
FILE,4DRW,LAT36" DSRT,PY 0325
FLAGS 0.5" 4PK ARROW/SIGN PMY
FLAGS 1" 4PK ASST. COLORS
FLAGS HI-LI 0.5" 4PK BYOP
FLAGS VALUE 0.5" 8PK W/ARROWS
FLAGS VALUE 1" 4PK BGHT W/TABS
FLAGS VALUE 1" 4PK PMRY W/TABS
FLAIR POINTGUARD BLACK 12 PACK
FOLD A WAY PLATFORM TRUCK
FOLDER POLY VIEW LTR 6PK
FOLDERS FILE LTR-SIZE ASSTD
FOLDERS FILE LTR-SIZE BLUE
FOLDERS FILE LTR-SIZE YELLOW
FOLDERS HANG LETTER-SIZE BLUE
FORK STYRENE HEAVYWEIGHT WHITE
FRWX 5 ASST COLORS 20# REAM
FSTN FDR GRID LTR GRN 1 3 50BX
FULL STRIP STAPLES 5000 BOX
FUSER KIT
GBC HEATSEAL H425 LAMINATOR
GLB KNEESPACE CREDENZA 0325
GOLF PENCILS 144CT
GOVT SCANJET 8270 FB CLR 2274
G-TECH FLASHLIGHT
H530 USB HEADSET
HAND PLIER STAPLE REMOVER
HANGING FILE STRG WHT 6PK
HANGING FLDR LTR1 5 RECYCLE 25
HDSET CDLESS 1.9GHZ SYS
HEAVY DUTY TRIPOD EASEL BLK
HEAVY-DUTY 10 SHEET SHREDDER
HI BRITE MP REAM
HI-GLOSS IJ PPR 36X100
HI-LITER DESK STYLE ASST 4 PK.
HP #38A Q1338D LASER CTG
HP 53A MICR TNR
0473
HP 53X TONER CARTRIDGE
HP 60 INK CTRG BLK
HP 60XL INK CTG BLK
HP 60XL TRI-CLR INK
132
52
71
124
31
42
93
1
122
47
41
63
41
38
45
3
89
45
40
37
41
85
43
21
100
3
2
2
138
1
74
48
47
130
56
3
7
7
160
14
44
7
8
9
62
25
21
41
September 2, 2011
25
32
43
73
23
24
7
1
52
16
16
19
18
11
28
5
23
39
30
25
21
24
26
8
33
3
4
1
50
1
9
10
18
11
26
2
2
26
8
8
17
7
3
4
15
13
14
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HEWLET
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
Q7553A
C4912A
C4913A
CC653AN#140
CC656AN#140
CC654AN#140
C8766WN#140
CB327FN#140
HPT1122
CN557A#B1H
CB815A#B1H
C9730A
C9731A
C9733A
C9732A
CC431A#ABA
CC436AABA
CC436A#ABA
CB495A#ABA
CB867A#B1H
Q5950A
Q5951A
Q5953A
Q5952A
C6578AN#140
C4844A
C6615DN#140
C9351AN#140
C9508FN#140
CC580FN#140
51645A#140
C6650FN#140
C8788FN#140
C6656AN#140
CB321WN#140
C6657AN#140
CB335WN#140
CB336WN#140
CB338WN#140
C6578DN#140
C4911A
C9385AN#140
C9396AN#140
C9391AN#140
C9392AN#140
C9393AN#140
CN069FN#140
EA
EA
EA
EA
EA
EA
EA
PK
RM
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
PK
PK
EA
PK
PK
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
PK
HP 7553ATONER CARTRIDGE BLK
HP 82 MAGENTA INK CARTRIDGE
HP 82 YELLOW INK CARTRIDGE
HP 901 INK CTG BLK
HP 901 TRI-CLR INK
HP 901XL BLK INK CTG
HP 95 TRICOLOR PRINT CARTRIDGE
HP 98/95 RETAIL COMBO PACK
HP ALL-IN-ONE 8.5X11 REAM
HP CINK OJ 6500A PLUS WLS AIO
HP CLR INK OJ 6500 4-IN-1
HP CLR LJ 5500 TONER-BLACK
HP CLR LJ 5500 TONER-CYAN
HP CLR LJ 5500 TONER-MAGENT
HP CLR LJ 5500 TONER-YELLOW
HP CLR LJ CM1312NFI 4-IN-1
HP CLR LJ CM2320NF 4-IN- 5438
HP CLR LJ CM2320NF 4-IN-1
HP CLR LJ CP2025DN
HP CLRINK OJ 4500
HP COLOR LASER CTG
HP COLOR LASER CTG
HP COLOR LASER CTG
HP COLOR LASER CTG
HP INK #78 TRI-COLOR
HP INK 10 BLACK
HP INK 15 BLK
HP INK 21 BLK
HP INK 21 TWIN BLK
HP INK 22 TRI-COLOR TWIN
HP INK 45 BLK
HP INK 45 TWIN BLK
HP INK 45/78 COMBO BLK/CLR
HP INK 56 BLK
HP INK 564XL BLACK
HP INK 57 TRI CLR
HP INK 74 BLK
HP INK 74XL BLK
HP INK 75XL TRI
HP INK 78 TRI CLR
HP INK 82 CYAN
HP INK 88 BLK
HP INK 88XL BLK
HP INK 88XL CYN
HP INK 88XL MAG
HP INK 88XL YLW
HP INK 901 RETAIL COMBO PACK
89
45
43
119
32
41
69
30
101
4
4
24
20
19
21
2
1
1
7
6
65
32
28
27
22
61
19
37
28
16
52
26
11
59
31
21
35
40
25
58
42
36
59
36
36
50
23
42
September 2, 2011
43
14
14
38
16
20
20
15
9
8
8
19
17
16
18
2
1
2
15
12
44
28
27
23
16
25
14
11
13
13
26
18
8
29
17
13
19
21
16
30
12
20
35
24
24
30
16
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
C9362WN#140
C9512FN#140
C9513FN#140
CD971AN#140
CN066FN#140
CD975AN#140
CD972AN#140
CD973AN#140
CD974AN#140
C8765WN#140
C9350FN#140
C4902AN#140
CN065FN#140
C4906AN#140
C4907AN#140
C4908AN#140
C4909AN#140
CD886FN#140
C8767WN#140
C9348FN#140
C9353FN#140
C9363WN#140
C9349FN#140
C9364WN#140
Q1339A
Q5949X
Q7581A
CB534A#ABA
Q7583A
CE657A#BGJ
CE462A#ABA
CE459A#ABA
CE538A#BGJ
Q7582A
HPU1132
CE257A
HPE1120
92298A
CC364A
CC364X
C3903A
C4092A
C4096A
C4127X
C7115A
C7115X
C9720A
EA
PK
PK
EA
EA
EA
EA
EA
EA
EA
PK
EA
PK
EA
EA
EA
EA
PK
EA
PK
PK
EA
PK
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
RM
PK
RM
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
HP INK 92 BLK
HP INK 92 TWIN BLK
HP INK 92/93 COMBO BLK/CLR
HP INK 920 BLACK
HP INK 920 RETAIL COMBO PACK
HP INK 920XL BLACK
HP INK 920XL CYAN
HP INK 920XL MAGENTA
HP INK 920XL YELLOW
HP INK 94 BLK
HP INK 94 TWIN BLK
HP INK 940 BLACK
HP INK 940 COLOR COMBO PACK
HP INK 940XL BLACK
HP INK 940XL CYAN
HP INK 940XL MAGENTA
HP INK 940XL YELLOW
HP INK 95 TWIN PCK TRI
HP INK 96 BLK
HP INK 96 TWIN BLK
HP INK 96/97 COMBO BLK/CLR
HP INK 97 TRI CLR
HP INK 97 TWIN TRI CLR
HP INK 98 BLK
HP LJ 4300 TONER
HP LJ BLK TONER CART Q5949X
HP LJ CYAN TONER CART Q7581A
HP LJ M1522NF 4-IN-1
HP LJ MAGENTA TNR CART 07583A
HP LJ P1102W WIRELESS
HP LJ P2035N
HP LJ P2055DN
HP LJ PRO M1536DNF ALL-IN-ONE
HP LJ YELLOW TONER CART Q7582A
HP PREMIUM LASERJET 11" REAM
HP Q6001A/Q6002A/Q6003A TRI-PAK
HP RECYCLED OFFICE 8.5X11 REAM
HP TONER 92298A BLK
HP TONER BLACK CC364A
HP TONER BLACK CC364X
HP TONER C3903A BLK
HP TONER C4092A BLK
HP TONER C4096A BLK
HP TONER C4127X HC BLK
HP TONER C7115A BLK
HP TONER C7115X HC BLK
HP TONER C9720A BLK
60
24
21
45
42
140
83
82
87
43
31
35
14
69
35
38
36
25
178
45
29
136
30
98
3
7
7
2
10
5
3
11
2
6
41
13
300
6
106
2
6
16
26
14
36
44
55
43
September 2, 2011
13
14
15
23
27
69
43
36
45
15
27
19
14
30
19
19
20
17
53
30
19
50
17
27
2
4
6
4
5
9
6
6
4
4
14
10
11
4
51
2
4
12
18
13
26
27
34
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
C9721A
C9722A
C9723A
CB435A
CB435AD#004
CB435AD#004
CB436A
CB436AD#004
CB540A
CB540AD
CB541A
CB542A
CB543A
CC530A
CC530AD
CC530AD
CC531A
CC533A
CE250A
CE250X
CE251A
CE252A
CE253A
CE255A
CE260X
CE261A
CE262A
CE263A
CE278A
CE285A
CE505A
CE505X
Q1338A
Q2610A
Q2612A
Q2612AD#004
Q2612AD#004
Q2613A
Q2670A
Q2671A
Q2672A
Q2673A
Q3960A
Q5942A
Q5942X
Q5949A
Q6000A
EA
EA
EA
EA
PK
PK
EA
PK
EA
PK
EA
EA
EA
EA
PK
PK
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
PK
PK
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
HP TONER C9721A CYN
HP TONER C9722A YLW
HP TONER C9723A MAG
HP TONER CB 435A BLK
HP TONER CB435A DUAL BLACK
HP TONER CB435A DUAL BLACK
HP TONER CB436A BLK
HP TONER CB436A DUAL BLACK
HP TONER CB540A BLACK
HP TONER CB540A BLACK DUAL PK
HP TONER CB541A CYAN
HP TONER CB542A YELLOW
HP TONER CB543A MAGENTA
HP TONER CC530A BLACK
HP TONER CC530AD DUAL PK BLK
HP TONER CC530AD DUAL PK BLK
HP TONER CC531A CYAN
HP TONER CC533A MAGENTA
HP TONER CE250A BLACK
HP TONER CE250X BLACK HIGH YIELD
HP TONER CE251A CYAN
HP TONER CE252A YELLOW
HP TONER CE253A MAGENTA
HP TONER CE255A BLACK
HP TONER CE260X BLACK
HP TONER CE261A CYAN
HP TONER CE262A YELLOW
HP TONER CE263A MAGENTA
HP TONER CE278A BLACK
HP TONER CE285A BLACK
HP TONER CE505A BLACK
HP TONER CE505X BLACK
HP TONER Q1338A BLK
HP TONER Q2610A BLK
HP TONER Q2612A BLK
HP TONER Q2612A BLK DUAL PAK
HP TONER Q2612A BLK DUAL PAK
HP TONER Q2613A BLK
HP TONER Q2670A BLK
HP TONER Q2671A CYN
HP TONER Q2672A YLW
HP TONER Q2673A MAG
HP TONER Q3960A BLK
HP TONER Q5942A BLK
HP TONER Q5942X
HP TONER Q5949A BLK
HP TONER Q6000A BLK
27
23
26
162
54
10
52
11
49
5
39
32
28
105
43
9
142
136
14
5
10
10
8
32
4
3
3
3
21
117
143
24
43
27
152
14
10
24
14
21
10
14
17
77
7
58
65
44
September 2, 2011
19
18
17
73
33
7
26
10
41
5
41
37
32
70
37
12
93
92
12
3
10
10
8
16
2
2
2
2
22
71
76
17
12
17
92
13
8
18
14
21
10
14
12
45
6
40
35
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
HP
CANON
HP
OFFICE
AVERY
AVERY
AVERY
AVERY
AVERY
AVERY
AVERY
AVERY
AVERY
AVERY
AVERY
HP
HP
HP
HP
HP
HP
XEROX
XEROX
INPLAC
INPLAC
INPLAC
INPLAC
INPLAC
AVERY
AVERY
AVERY
AVERY
AVERY
AVERY
AVERY
OFFICE
Q6000AD
Q6001A
Q6002A
Q6003A
Q6470A
Q6471A
Q6472A
Q6473A
Q6511A
Q7551A
Q7551XD
Q7553XD
2711B019AA
Q3964A
OM96178
12452
11405
11416
11436
11419
11417
11437
11446
11447
75500
11556
C4874A
C4871A
C4872A
C4873A
C4953A
C4951A
108R00726
108R00727
OM03020
OM03049
OM03029
OM03016
OM03092
11907
11900
11901
11110
11109
11112
11111
OM99030
PK
EA
EA
EA
EA
EA
EA
EA
EA
EA
PK
PK
EA
EA
PK
PK
PK
ST
PK
PK
ST
PK
BX
BX
ST
BX
EA
EA
EA
EA
EA
EA
BX
BX
EA
EA
EA
EA
EA
ST
ST
ST
ST
ST
ST
ST
PK
HP TONER Q6000A DUAL PACK
HP TONER Q6001A CYN
HP TONER Q6002A YLW
HP TONER Q6003A MAG
HP TONER Q6470A BLK
HP TONER Q6471A CYN
HP TONER Q6472A YLW
HP TONER Q6473A MAG
HP TONER Q6511A BLK
HP TONER Q7551A
HP TONER Q7551X DUAL PACK
HP TONER Q7553X DUAL PACK
IC MF4370DN LASER MFP
IMAGING
INDEX DIV MULTI C N 5 TAB 3 PACK
INDEX DIVIDERS TRANSLUCENT
INDEX MAKER 12 TAB 5ST
INDEX MAKER 5TB WHITE 1PK
INDEX MAKER 5TB WHITE 5PK
INDEX MAKER 8TB COLOR 5PK
INDEX MAKER 8TB WHITE 1PK
INDEX MAKER 8TB WHITE 5PK
INDEX MAKER LAE PUNCHED 5 TAB
INDEX MAKER LSR PUNCHED 8 TAB
INDEX MAKER VIEW 5TB WHT 1PK
INDEX MAKER WHT 5TB DVDR 50/BX
INK CART. HP#80 MGNTA 175ML
INK CARTRIDGE HP #80 BLACK
INK CARTRIDGE HP#80 CYAN 175ML
INK CARTRIDGE HP#80 YEL 175ML
INKJET CARTRIDGE
INKJET CARTRIDGE CYAN
INKSTICK SOLID 8560 BK3PK
INKSTICK SOLID 8560 BK6PK
INP HD VW 3" BNDR BLACK
INP HD VW 3" BNDR PERIWIN
INP HD VW 3" BNDR TEAL
INP HD VW 4" BNDR BLACK
INP HD VW 4" WHITE
INSERT PLSTC 2PKT 8TB COLR 1PK
INSERT PLSTC 5TB COLOR 1PK
INSERT PLSTC 8TB COLOR 1PK
INSERTABLE 5TB BUFF-CLEAR 1PK
INSERTABLE 5TB BUFF-COLOR 1PK
INSERTABLE 8TB BUFF-CLEAR 1PK
INSERTABLE 8TB BUFF-COLOR 1PK
INSERTABLE DIV 8-TAB CLEAR 3PK
9
49
37
37
38
20
15
17
13
18
2
2
2
9
46
32
80
135
51
33
126
65
70
25
50
21
17
18
23
18
4
4
18
17
53
41
43
58
42
103
167
177
45
306
136
303
39
45
September 2, 2011
10
35
26
27
26
17
13
16
9
14
4
2
4
7
6
7
11
20
16
11
28
22
29
24
5
12
14
7
14
14
3
3
10
13
8
9
5
21
10
25
5
24
3
7
9
22
8
OFFICE
AVERY
AVERY
AVERY
AVERY
FELLOW
FELLOW
SOUTH
OFFICE
WESTCO
XEROX
HP
BROTHE
BROTHE
BROTHE
BROTHE
ESSELT
DYMO
DYMO
DYMO
HP
HP
HP
HP
AVERY
HP
AVERY
OFFICE
OFFICE
OFFICE
OFFICE
INFUSE
AVERY
DIVERS
OFFICE
OFFICE
AVERY
AVERY
LEXMAR
LEXMAR
QUARTE
LIQUID
PAPER
DURACE
LIQUID
LIQUID
HP
OM99023
11122
11124
11123
11201
3240601
3229901
SC76100
OM97331
14607
108R00676
Q3984A
TZE-2312PK
TZE-231
TZ2312PK
TZ2312PK
30252
1752264
1752265
1752266
CE749A#BGJ
Q2624A
C8543X
Q3963A
11444
CB507A#ABA
47780
OM96213
OM96209
OM96208
OM96202
OM02182
UDL213
SC76110
OM97310
OM97319
11370
11372
E250A11A
T650H11A
B244LC
42032
5630415
DL2032BPK
5032315
1744480
CE505XD
PK
ST
ST
ST
ST
EA
EA
DZ
DZ
EA
KT
EA
EA
EA
PK
PK
BX
EA
EA
EA
EA
EA
EA
EA
BX
EA
EA
EA
EA
EA
EA
EA
ST
DZ
DZ
DZ
ST
ST
EA
EA
EA
PK
EA
EA
PK
PK
PK
INSERTABLE DIV 8-TAB COLOR 3PK
INSERTABLE PAPER 5TB CLEAR 1PK
INSERTABLE PAPER 8TB CLEAR 1PK
INSERTABLE PAPER 8TB COLOR 1PK
INSRT STYLE EDGE 8TB COLOR 1PK
INTELLISHRED MS-460CI SHREDDER
INTELLISHRED SB-99CL CONFET17SHT
JR LEGAL PAD WHT DZ
JR LGL PAD 5X8 50SHT WHT 12PK
KID'S SCISSORS POINTED 5"
KIT EXT-CAP MAINT 8550
KIT FUSER 110V CLJ5550
LABEL BLACK ON WHITE 1/2" 2PK
LABEL TAPE BLACK ON WHITE 1/2"
LABEL TAPE TZ231 2PK
LABEL TAPE TZ231 2PK
LABELS FOR LABERWRITER PRINTER
LABELWRITER 450
LABELWRITER 450 TURBO
LABELWRITER 450 TWIN TURBO
LASER JET PRO P1606DN PRINTER
LASER TONER
LASER TONER BLACK EACH
LASER TONER MAGENTA
LASER UNPUNCHED 8 TAB WHT
LASERJET P4014N
LAY FLAT REPORT COVER BLUE 1PK
LCKG D-RING VIEW BINDER 3"WHITE
LCKG D-RING VIEW BINDER 5"BLACK
LCKG D-RING VIEW BINDR 4"WHITE
LCKG D-RING VIEW BINDR 5" WHITE
LEATHER FRM DRY ERASE 36X48"
LEATHER TAB A-Z BLK 1PK
LEGAL PAD RL 8.5X11 12PK
LEGAL PAD WHITE 5X8 12PK
LEGAL PAD WHT 8.5X11 12PK
LEGAL TAB DIV 1-25 BUFF 1PK
LEGAL TAB DIV 26-50 BUFF 1PK
LEXMARK TONER E250A11A BLK
LEXMARK TONER T650H11A BLACK
LIGHT CHERRY BULLETIN BOARD
LIQUID PAPER 2-IN-1 CORRECTION
LIQUID PAPER MULTIFLUID
LITHIUM BATTERY
LP DRYLINE CORRECTION 5PK
LP DRYLINE GRIP RECYCLED
LSRJET CE505X DUAL PACK BLK
38
38
289
128
85
2
5
54
45
50
4
2
44
44
85
20
62
8
6
4
3
8
14
5
21
1
97
132
40
46
45
8
94
65
133
200
69
58
5
2
21
43
100
40
59
52
3
46
September 2, 2011
9
6
15
15
17
4
6
20
34
1
2
2
32
19
49
11
26
6
6
6
6
4
11
5
4
2
6
29
11
16
11
2
15
28
75
120
7
6
4
3
5
18
26
15
39
25
3
MARCAL
OFFICE
SCOTCH
INFUSE
AVERY
AVERY
OFFICE
EXPO
HIGHLA
OFFICE
BIC
OFFICE
OFFICE
THE BO
OFFICE
FELLOW
PAPER
LOGITE
OFFICE
IRIS U
BOISE
BOISE
BOISE
BOISE
OFFICE
MR. CL
CASIO
OFFICE
DIXON
AVERY
AVERY
AVERY
OFFICE
OFFICE
OFFICE
AVERY
AVERY
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
6506
OM02957
810-P10K
OM02135
5160
5662
OM97544
81850
2600-24A
OM98144-CTN
MP11
OM95783
OM96864
450004
OM02750
3246001
2097
920-002555
OM99977
MCBSS101476
MP-2201-BE
MP-2201-CY
MP-2241-BE
MP-2241-CY
OM01609-CTN
84925904
MS80S
OM96803
33312
74459
5384
74461
OM96179
OM97625
OM97627
16293
16298
OM55956
OM03889
OM03886
OM98023-CTN
OM98024-CTN
OM02982
OM02993
OM02981
OM02968
OM02978
PK
EA
PK
EA
BX
BX
DZ
EA
RL
CT
DZ
EA
EA
EA
EA
EA
DZ
EA
ST
EA
RM
RM
RM
RM
CT
BX
EA
TB
DZ
BX
BX
BX
PK
EA
EA
PK
PK
RM
EA
EA
CT
CT
EA
EA
EA
EA
EA
LUNCHEON NAPKINS 400-COUNT
MACARIA TASK CHAIR
MAGIC TAPE 3/4"X1000" 10PK BOX
MAHOGANY ALUM FRM 36X48"
MAIL LABEL 3000CT WHT LSR
MAILLBL CLRLSR1.33X4.125 700PK
MARKER DRY ERASE CHISEL BLK 12PK
MARKERBOARD TOWELETTES
MASKING TAPE 24MMX55M 36RLS/CS
MAXBRITE PAPER 11X17 5RM CASE
MECHANICAL PENCILS 12PK
MEMRY FOAM MSE PAD WRIST REST
MESH JUMBO PENCIL CUP BLACK
METALIX DRY ERASE BOARD 11X14
MICRO CUT 10 SHEET SHREDDER
MICROSHRED SHREDDER MS-460CS
MIRADO CLASSIC PENCIL #2 12PK
MK550 WIRELESS WAVE COMBO
MNTHLY BLK LTHR TAB DIVIDERS
MODULAR CLEAR BOX-5.4QTS
MP COLOR 8X11,20#,BLUE
MP COLOR 8X11,20#,CANARY
MP COLOR 8X11,24#,BLUE
MP COLOR 8X11,24#,CANARY
MP PPR 50% RCYCL CASE 8.5X11
MR CLEAN MAGIC ERASER 4CT
MS-80S BASIC CALCULATOR
MULTIPURPOSE WIPES TUB
MY FIRST TIC SHARPENED PENCIL
NAME BADGE HANGING 3X4 100/PK
NAME BADGE KIT 3X4" LASER 40CT
NAMEBADGE W/CLIP2.25X3.5 100PK
NDEX DIV MULTICLR 8TAB 3 PACK
NOTEBOOK 9.5X6" NARROW 80SH
NOTEBOOK COLLEGE 80SH ASST CVR
NOTETAB 2X1.5 NEON BE/MGN40PK
NOTETAB 3X1.5 PSTL BE YW 16PK
OMX 100% RECYCL MULTIPURP RM
OMX 3 SUB CR
OMX 5 SUB CR SPIRAL BOUND NOTEBOOK
OMX COPY 10-R CASE
OMX COPY 14" 10-REAM CASE
OMX DUR 1" BDR SLNT LBLHDR BLK
OMX DUR 2" BDR SLNT LBLHDR BLK
OMX DUR VW .5"BDR NONMERCH WHT
OMX DUR VW 0.5" BINDER BLACK
OMX DUR VW 1" BINDER BLACK
56
6
31
8
66
24
44
52
161
21
51
48
86
72
15
3
41
25
73
51
45
55
56
53
18
92
38
49
38
16
20
34
96
80
67
38
47
784
44
53
648
15
53
50
90
52
103
47
September 2, 2011
27
1
23
5
30
11
22
18
12
13
16
28
44
10
16
6
7
18
18
6
25
27
28
26
7
10
26
19
2
14
14
22
15
10
6
5
7
32
7
2
268
20
8
4
15
8
15
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
MFRTBL
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OM02977
OM02984
OM02986
OM02970
OM02971
OM03001
OM02994
OM02996
OM03010
OM03289
OM02827
OM02823
OM02836
OM03742
OM02877
OM02883
OM04087
OM04097
OM04086
MCR55XM
OM01012
OM98669
OM96536
OM01043
OM03121
OM55952-CTN
OM44012-CTN
OM44001
OM44014-CTN
OM44004
OM55953-CTN
OM55959
OM55960
OM55957
OM55957
OM44010
OM44008
OM03123
OM03124
OM03383
OM02898
OM03377
OM02916
OM01009
OM02913
OM02922
OM98894
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
PK
PK
EA
EA
EA
EA
EA
EA
PK
EA
PK
CT
CT
RM
CT
RM
CT
RM
RM
EA
RM
RM
RM
PK
PK
EA
EA
EA
EA
EA
EA
EA
EA
OMX DUR VW 1" BINDER BLUE
OMX DUR VW 1"BDR NONMERCH WHT
OMX DUR VW 1"BDR SLNT RNG WHT
OMX DUR VW 2" BINDER BLACK
OMX DUR VW 2" BINDER BLUE
OMX DUR VW 2"BDR SLNT RNG WHT
OMX DUR VW 2"BNDR NONMERCH WHT
OMX DUR VW 3"BNDR NONMERCH WHT
OMX DUR VW 4"BDR SLNT RNG WHT
OMX DURABLE 1" BINDER BLUE
OMX DURABLE BINDER BLACK 2"
OMX DURABLE BINDER GREEN 1.5"
OMX DURABLE SLANT BNDR BLK 2"
OMX FILLER PAPER 100CT WR
OMX FOLDER 2PKT 3P DKBLU 25PK
OMX FOLDER 2PKT DK BLUE 25PK
OMX HP 2025 TNR BK
OMX HP 2025 TNR CY
OMX HP 2025 TNR MG
OMX HP 55X HY MICR TNR 0473
OMX HP Q5950A BLK
OMX INK HP 78 TRI CLR
OMX INK HP 96 97 COMBO BLK CLR
OMX LASER HP Q5951A CYAN
OMX LINEN FOLDER NAVY 10PK
OMX MP 100% 8.5X11 CS- USE 20784803
OMX MULTIPURPOSE 5-R CASE
OMX MULTIPURPOSE REAM
OMX RECYCL MULTIPURPOSE 5-R CS
OMX RECYCL MULTIPURPOSE REAM
OMX RECYCLED COPY 10-R CASE
OMX RECYCLED COPY 14" REAM
OMX RECYCLED COPY 17" REAM
OMX RECYCLED COPY REAM
OMX RECYCLED COPY REAM
OMX RECYCLED INKJET REAM
OMX RECYCLED LASER REAM
OMX SECURE TOP FOLDER BLU 10PK
OMX SECURE TOP FOLDER WHT 10PK
OMX TONER DELL 1700/1710 HY
OMX TONER DELL 1720 HY
OMX TONER DELL P1500 HY
OMX TONER HP 4250 MICR
OMX TONER HP 6473A MAG
OMX TONER HP P1505 BLACK
OMX TONER HP P4015 BLACK
OMX TONER HP Q2612A BLK
65
192
44
39
68
73
108
63
38
51
53
102
40
38
63
56
10
9
7
2
6
23
31
6
101
90
34
127
87
492
930
85
46
50
26480
92
57
73
79
20
13
8
4
6
33
31
16
48
September 2, 2011
12
21
9
8
11
6
11
13
8
4
10
3
4
2
15
20
16
8
8
1
5
10
18
9
10
25
14
10
20
17
257
18
12
1
145
14
5
13
8
17
9
7
2
5
24
15
7
OFFICE
OFFICE
OFFICE
OFFICE
UNI-BA
SWINGL
POST-I
POST-I
POST-I
R&G
HP
POST-I
OFFICE
POST-I
POST-I
AVERY
3M
OFFICE
UNAVAI
INPLAC
INPLAC
INPLAC
OFFICE
OFFICE
OFFICE
POST-I
3M
POST-I
POST-I
POST-I
POST-I
POST-I
POST-I
LOCTIT
MFRTBL
MFRTBL
BROTHE
BOISE
BOISE
OFFICE
OFFICE
OFFICE
OFFICE
BOISE
BOISE
PILOT
SWINGL
OM96434
OM01045
OM00751
OM01002
60040
48209
653-AU
654-5UC
R330-12AU
87020
C8061D
654-CYP-24VA
OM97338
672-P1
671-4AU
98-073
PF319W
OM01075
KH207
OM01660
OM01572
OM01571
OM99255
OM96254
OM96199
DS330SSVA
P9648FA
DEP7248A
DEP9648A
654-24SSCP
654-24SSCYN
686F-1BB
683-5CB
1360350
3440101
3443101
PPF4750E
055011
054901JR
OM99149
OM99148
OM99147
OM01372
MP1050-CTN
055011-CTN
35335
74037
EA
EA
EA
EA
DZ
EA
PK
PK
PK
EA
PK
PK
DZ
PK
PK
PK
EA
EA
BX
BX
EA
EA
PK
PK
PK
PK
EA
EA
EA
PK
PK
PK
EA
EA
EA
EA
EA
RM
CT
PK
PK
PK
PK
CT
CT
DZ
EA
OMX TONER HP Q5949A BLK
OMX TONER HP Q5953A MAG
OMX TONER HP Q6000A BLK
OMX TONER HP Q6471A CYAN
ONYX ROLLERBALL PEN BLACK .5MM
OPTIMA 45 ELECTRIC STAPLER
OS NOTE 1.5X2 12PK ULTRA
OS NOTE 3X3 5PK ULTRA
OS POP-UP 3X3 12PK ULTRA
OVERLAY BINDER LTR 1.5 CAP WE
PACK 2XHP61X BK DL PCK
PAD NOTE 3X3 ASST 24 PK
PAD PERF LGL WHITE RECY 8.5X11
PAGE MARKERS 1X1.5 2GP 4-BOGP
PAGE MARKERS 1X3 4PK BRIGHTS
PERMANENT GLUE STICK 6PK
PF319W LIGHTWEIGHT PRIVACYFLTR
PLASTIC CLIPBOARD RCYCL BLUE
PLASTIC KNIFE
POCKET ET LTR MAN 5-1 4 10BX
POCKET LTR 3-1 2 BLUE
POCKET LTR 3-1 2 RED
POLY FILE FLDR 12PK 1 3 ASST
POLY SIDE WALLET ASST 5PK
POP-UP 3X3 12PK ASST. BRIGHTS
POP-UP NOTE DISPENSER
PORCELAIN BOARD 8X4 ALUMINUM
PORCELAIN DRY ERASE BD 48X72
PORCELAIN DRY ERASE BD 48X96
POST-IT 3X3 N+S YW 24PK
POST-IT 3X3 NTS AST 24PK
POST-IT DURABLE TABS
POST-IT FLAG ASSRT
POWER GRAB ON A ROLL
POWERSHRED 2127C
1983
POWERSHRED 2339C SHREDDE 1983
PPF 4750E LASER FAX
PPR ASPEN 50 WE 8.5X11
PPR ASPEN30%R 8.5X11 5RM
PPR CLIPS #1 1000PK
PPR CLIPS #1 NONSKID 1000PK
PPR CLIPS JUMBO 1000PK
PPR CLIPS JUMBO RECYCLED 400PK
PPR,8.5X11,WE,X-9+,20#
PPR,ASPEN 50,11"CTN
PRECISE V5 ROLLING PEN - BE
PRECISION PRO PUNCH
22
5
13
6
46
11
65
57
39
46
2
43
109
41
39
41
5
93
50
58
93
38
46
62
57
46
1
3
2
35
39
39
47
46
1
1
5
806
68
60
91
70
55
46
70
52
50
49
September 2, 2011
11
5
9
6
12
9
33
23
31
9
2
28
70
14
15
16
1
26
13
13
15
8
17
7
35
38
1
5
2
27
28
12
13
5
1
1
7
46
22
40
47
52
25
10
33
27
18
SCOTCH
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
TARGUS
ACCO
ACCO
HEWLET
HP
HP
HP
3M
OFFICE
PURELL
SWINGL
PURELL
GOJO
PURELL
R&G
R&G
R&G
STRIDE
STRIDE
STRIDE
STRIDE
PENDAF
HON
AVERY
AVERY
AVERY
AVERY
AVERY
AVERY
AVERY
OFFICE
JUST B
AVERY
OFFICE
AVERY
RENUZI
3850-6
OM96162
OM96164
OM96161
OM96165
OM96169
OM96173
OM96170
OM96171
OM96174
OM96166
AMP18US
A7025973A
A7025972A
CE457AABA
C4820A
C4821A
C4954A
PF22.0W
OM99275
DER9652
A7074520
3012-12-CMR
2156-08
5392-02
87010
87030
87050
88010
88021
88020
88030
RK152-1/3
1320CC
11135
11188
11196
11131
11187
11186
11127
BPL-2411-RC
OM01920
5392
OM97461
05729
36067
PK
EA
EA
EA
EA
EA
ST
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
PK
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
BX
EA
ST
PK
PK
ST
PK
PK
ST
RM
EA
BX
EA
PK
EA
PREMIUM PACK TAPE 48MMX50M 6PK
PREPRINTED TOC DIV BL WH 10-TAB
PREPRINTED TOC DIV BL WH 15-TAB
PREPRINTED TOC DIV BLK WH 8TAB
PREPRINTED TOC DIV BLK WHT A-Z
PREPRINTED TOC DIV MULTI 8-TAB
PREPRINTED TOC DIV MULTI A-Z
PREPRNTD TOC DIV MULTI 10-TAB
PREPRNTD TOC DIV MULTI 12-TAB
PREPRNTD TOC DIV MULTI JAN-DEC
PREPRTD TOC DIV BLK WH JAN-DEC
PRESENTATION REMOTE
PRESSBOARD RPT COVER 3 DK BE
PRESSBOARD RPT COVER 3 LT BE
PRINTER,P2055D,LASER JET 6070
PRINTHEAD CLEANER BLACK HP #80
PRINTHEAD CLEANER CYAN HP #80
PRINTHEAD/CLEANERS CYAN
PRIVACY FILTER 22" WIDESCREEN 3M
PROMO CLIP PACK 96 COUNT
PUMP HAND SANITIZER
PUNCH OPTIMA 20 ELECT SLV
PURELL OCEAN MIST
PURELL REFILL NXT 1000ML
PURELL TFX FOAM REFILL 1200ML
QUICK OVERLAY BINDER LTR 1 WE
QUICK OVERLAY BINDER LTR 2 WE
QUICK OVERLAY BINDER LTR 3 WE
QUICKFIT RR VIEW BNDR 1" WE
QUICKFIT RR VIEW BNDR 1.5" BK
QUICKFIT RR VIEW BNDR 1.5" WE
QUICKFIT RR VIEW BNDR 2" WE
RCYCL FLDR 11 PT1/3 CUT LTR
RD TOP W/SELFED 30 CC, HARVEST
READY INDEX 10TB COLOR 1PK
READY INDEX 10TB COLOR 6PK
READY INDEX 12TB COLOR 6PK
READY INDEX 5TB COLOR 1PK
READY INDEX 5TB COLOR 6PK
READY INDEX 8TB COLOR 6PK
READY INDEX MONTHS COLOR 1PK
RECYC. 8.5X11 LSR PPR
RECYCLED CLIPBRD HRDBD-LTR
REFILL FITS 3"X4" HOLDER WHT
REFILL FOR OM97460 & 62
REINFORCEMENTS 200PK WHT
RENUZIT PEARL SCENTS
22
78
64
76
38
55
50
115
113
121
204
17
108
60
3
5
4
4
5
65
118
5
131
123
23
43
105
43
85
86
106
101
33
4
40
60
50
43
58
48
65
208
169
51
44
54
45
50
September 2, 2011
15
4
7
3
8
7
12
12
8
24
12
13
3
2
1
2
2
3
4
34
32
5
35
16
6
10
16
14
17
5
20
19
13
4
1
14
9
4
16
16
20
14
26
14
5
12
12
SAFCO
BELKIN
BIC
BIC
BIC
SHARPI
OFFICE
OFFICE
QUARTE
SAMSUN
SAMSUN
SAMSUN
SAMSUN
SAMSUN
SAMSUN
SAMSUN
SANDIS
GBC
OFFICE
OFFICE
SHARPI
SHARPI
SHARPI
PAPER
ACCO
OFFICE
BANKER
BANKER
GE
BIC
OFFICE
MFRTBL
COCA-C
POST-I
SAFCO
OFFICE
OFFICE
OFFICE
OFFICE
OFFICE
SWINGL
QUALIT
OFFICE
OFFICE
OFFICE
PAPER
PAPER
5603CL
PCF5-07BKS
GSM609BE
GSMG11-BK
GSMG11-BE
28025
OM02245
OM99285
3640TE
CLP-670ND
CLT-K409S
CLT-C409S
CLT-M409S
MLT-D105S
CLP-Y660A
CLT-Y409S
SDSDB016GA11
3745165
OM99213
OM99172
30001
30665PP
39109PP
3030131
A7025073A
OM99272
0062801
0062901
41028
SCSMV11-BLU
OM98736
7131SA
SG004
660-3SST
1874BL
OM99216
OM98381
OM97111
OM97112
OM97553
35440
63462
OM96000
OM97499
OM97333
3331131
3311131
EA
EA
BX
DZ
DZ
DZ
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
PK
DZ
PK
DZ
PK
PK
DZ
EA
BX
CT
CT
PK
DZ
EA
EA
CT
PK
EA
PK
EA
EA
EA
EA
BX
CT
BX
PK
EA
DZ
DZ
REVEAL 9 MAGAZINE DISPLAY
RJ45 FASTCAT 5E CABLE 7' BLACK
ROUND STIC BLUE 60CT
ROUND STIC GRIP ULTRA BLK 12PK
ROUND STIC GRIP ULTRA BLUE 12PK
RT YLW HIGHLIGHTER DZ
RUBBER BAND BALL PURP PINK
RUBBERBANDS ASSORTED 1.5OZ
RVRSBL MOBILE EASEL NUTRL 6X4
SAMSUNG CLRLSR CLP-670ND
SAMSUNG TONER BLACK CLT-K409S
SAMSUNG TONER CYAN CLT-C409S
SAMSUNG TONER MAGENTA CLT-M409S
SAMSUNG TONER MLT-D105S BLK
SAMSUNG TONER YELLOW 2K YIELD
SAMSUNG TONER YELLOW CLT-Y409S
SDHC 16GB CARD
SELF ADHESIVE LUGGAGE TAG 5CT.
SELF-STICK NOTES 1.5X2 12PK YW
SELF-STICK NOTES 3X3 18PK YLW
SHARPIE FINE BLACK 12 PACK
SHARPIE FINE PERMANENT MRKR 5PK
SHARPIE SILVER 4 PACK
SHARPWRITER MECH PENCIL 12PK
SIDE BINDING REPORT COVERS
SMALL BINDER CLIPS 3 8" 12PK
SMOOTH MOVE MOVING BOXES MED
SMOOTH MOVE MOVING BXS LRG
SOFT WHITE-60 WATT-4PK
SOFTFEEL RETRCT BLUE 12 PACK
SOLID MOUSE PAD BLACK
SORTER 72 COMP VALUE
7656
SPRING WATER 500ML 24PK
SS NOTE 4X6 3PK LINED TROP RCL
STAND MULTIPURPOSE BK
STANDARD STAPLES-3PK
STAND-UP SIGN HOLDER 8.5X11
STAPLE REMOVER BLADE-STYLE
STAPLE REMOVER JAW-STYLE
STAPLER FULL STRIP BLACK
STAPLES 1/2 STRIP 5000/BX
STD INTER-DEPT ENV 9X12 KRAFT
STD WEIGHT SHEET PROT 100PK
STENO BOOK ASSTD 6X9 80SH 4PK
STENO BOOK GREGG WHT RECY
STIC PENS MEDIUM BLACK 12PK
STIC PENS MEDIUM BLUE 12PK
3
48
55
48
40
34
48
82
5
1
29
19
19
11
11
21
8
48
40
64
51
62
56
239
55
103
33
15
42
38
110
3
160
51
5
242
130
39
181
79
67
22
49
59
56
71
137
51
September 2, 2011
1
7
29
15
19
11
32
38
3
2
18
12
11
8
12
13
10
4
23
31
27
46
13
107
2
49
12
7
10
18
31
1
1
18
1
109
16
20
68
40
31
11
35
26
9
22
28
VERBAT
VERBAT
VERBAT
M&M
OFFICE
OFFICE
SCOTCH
OFFICE
OFFICE
DIXIE
OFFICE
TEXAS
UNAVAI
SAMSUN
SAMSUN
HP
XEROX
XEROX
XEROX
XEROX
XEROX
XEROX
XEROX
XEROX
XEROX
XEROX
HP
TOSHIB
TOSHIB
TOSHIB
OFFICE
OFFICE
RUBBER
HELIX
OFFICE
OFFICE
OFFICE
SJ PAP
MMF IN
MICROS
ESSELT
ESSELT
ROYAL
ELMER
PURELL
3M
OFFICE
96317
95507
96981
6503
OM97199
OM97200
C-38-BK
OM97059
OM96190
TM207
OM99052
TI-30XIIS
21271
CLP-K660A
CLP-M660A
Q3961A
113R00712
106R01391
106R01389
113R00726
108R00723
108R00724
113R00722
113R00719
113R00720
113R00721
Q3962A
USB-16GBTR
USB4GTR
USB-8GTR
OM01532
21002-0
450028
37459
OM99274
OM99276
OM98378
S84308
28608
D66-00029
30251
30327
23408
730205
9022-10
CL564
OM96926
EA
EA
EA
PK
PK
PK
EA
EA
PK
BX
PK
EA
PK
EA
EA
EA
EA
EA
EA
EA
BX
BX
EA
EA
EA
EA
EA
EA
EA
EA
BX
EA
EA
EA
BX
BX
EA
EA
EA
EA
BX
BX
PK
EA
BX
EA
EA
STORE N GO 16GB USB DRIVE
STORE'N' GO USB DRIVE 2.0 8GB
STORE'N'GO 2GB 3PK USB DRIVE
SUNWORKS CNSTR ASST 9X12 50PK
TAB FLDR 1 3-CUT CLEAR 25 PK
TAB FLDR 1 5-CUT CLEAR 25 PK
TAPE DISPENSER BLACK
TAPE DISPENSER DESKTOP 1" CORE
TAPE MATT .75X1296 16 PACK
TEASPOONS 100 COUNT
TELEPHONE MESSAGE BOOK 2 PACK
TI-30XIISOLAR SCIENTIFIC CALC
TISSUE FACIAL BOUTIQ 6 P
TONER 2.5K YIELD BLACK
TONER 2K YIELD MAGENTA
TONER CYAN
TONER F PH 4510 HI CAP BK
TONER F PHASER 6280 BK
TONER F PHASER 6280 MAG
TONER HI CAP PH 6180 BK
TONER SOLID 8560 8560 CYN
TONER SOLID 8560 8560M MA
TONER STD CAP PH 6180 BK
TONER STD CAP PH 6180 CYN
TONER STD CAP PH 6180 MA
TONER STD CAP PH 6180 YW
TONER YELLOW
TOSHIBA 16GB USB FLASH DRIVE
TOSHIBA 4GB USB FLASH DRIVE
TOSHIBA 8GB USB FLASH DRIVE
T-PINS 100CT
TRAY SDLD LTR STCKBLE BK
UTILITY CART 2 SHELF
UTRA FLEX RULER W/RBIND HOLES
VALUE PACK LARGE BINDER CLIPS
VALUE PACK MEDIUM BINDER CLIPS
WALL SIGN HOLDER 8.5X11
WALLET FILE 4 RED FIBE
WEDGY ANTI MICROBIAL PEN
WHEEL MOUSE OPTICAL
WHITE ADDRESS LABELS
WHITE FILE FOLDER LABELS
WHITE POSTERBOARD 22"X28" 10PK
WHITE PROJECT DISP BOARD 36X48
WIPES BOX 100 CT
WIPES DESK/OFFICE WHT 6CT
WIRE S LOAD LETTER TRAY BK
10
36
54
50
78
65
95
115
39
74
41
47
62
16
7
13
3
13
4
3
39
26
9
11
8
8
11
11
130
29
38
49
3
308
68
67
222
177
41
86
83
64
39
101
43
56
38
52
September 2, 2011
16
36
52
1
27
22
49
55
31
20
25
9
49
12
8
9
3
7
4
2
29
21
5
6
5
5
7
12
46
21
6
14
3
30
39
42
9
5
11
8
14
17
13
10
13
14
9
MICROS
KENSIN
BIC
BIC
OFFICE
PAPER
OFFICE
AVERY
AVERY
AVERY
OFFICE
AVERY
LOGITE
MICROS
MICROS
XEROX
OFFICE
OFFICE
OFFICE
UNAVAI
UNAVAI
MFC-00001
72336
WOTAP10
WOTAPP418
OM99440
8807987
OM99024
23076
23075
23078
OM99028
16171
910-001752
CSD-00001
GMF-00010
108R00749
OM97010
OM99361
OM99382
22210
22220
EA
EA
PK
PK
EA
DZ
PK
ST
ST
ST
PK
ST
EA
EA
EA
BX
DZ
PK
PK
DZ
DZ
WIRELESS DSKTOP 3000BLUETRACK
WIRELESS PRESENTER W LASER PNT
WITE-OUT CORR TAPE 10PK
WITE-OUT CORRECTION TAPE 4PK
WOOD RULER W METAL EDGE 12"
WRITE BROS GRIP MED BLACK 12PK
WRITE-ON 5-TAB DIV WHITE 3PK
WRITE-ON 5TB COLOR 1PK
WRITE-ON 5TB WHITE 1PK
WRITE-ON 8TB WHITE 1PK
WRITE-ON DIV 8-TAB WHITE 3PK
WRITE-ON DURABLE 8TB COLOR 1PK
WRLESS MOUSE M305 BLACK
WRLS COMFORT DSKTP5000 BLUTRCK
WRLS MOBILE MOUSE 3500 GRAY
XEROX SOLID INK BLACK 6PK
YELLOW PENCILS #2 -12CT
YELLOW PENCILS #2 36CT
YELLOW PENCILS #2 72CT
Z-GRIP RT BP 1.0MM BLACK
Z-GRIP RT BP 1.0MM BLUE
37
16
48
88
58
42
176
145
115
41
40
118
26
9
40
4
63
47
65
58
66
53
September 2, 2011
34
18
32
50
7
13
19
8
8
9
9
21
13
16
10
1
15
24
20
19
19
APPENDIX I
CONDITIONS AND REQUIREMENTS
SUPPLEMENTAL SOLICITATION RESPONSE SHEET
Those items in the following Sections of this competitive solicitation and the Sections of the
Appendix III (Sample Contract) must each be initialed under either YES to indicate that the
Vendor understands and agrees to the entire Section or NO to indicate that the Vendor does not
agree to the entire Section. Failure to complete and return this document with your solicitation
response could result in rejection of your solicitation response. Vendors shall not check items as
YES (understood and agreed to) for purposes of submitting a solicitation response with the hopes
of later negotiating a change of those conditions and requirements. If a Vendor does not
understand or agree with any of the conditions or requirements, the Vendor should attempt to
resolve the issue by communicating appropriately with the Authorized FIU Representative prior
to the Solicitation Response Due Date. Vendor’s failure to accept said conditions and
requirements is grounds for FIU’s rejection of Vendor’s solicitation response.
SECTION
YES
NO
VENDOR INITIAL
1.0
_______
_______
_______
1.1
_______
_______
_______
1.2
_______
_______
_______
1.3
_______
_______
_______
1.4
_______
_______
_______
1.5
_______
_______
_______
1.6
_______
_______
_______
1.7
_______
_______
_______
2.0
_______
_______
_______
2.1
_______
_______
_______
2.2
_______
_______
_______
2.3
_______
_______
_______
2.4
_______
_______
_______
2.5
_______
_______
_______
54
September 2, 2011
SECTION
YES
NO
VENDOR INITIAL
2.6
_______
_______
_______
2.7
_______
_______
_______
2.8
_______
_______
_______
2.9
_______
_______
_______
2.10
_______
_______
_______
2.11
_______
_______
_______
2.12
_______
_______
_______
2.13
_______
_______
_______
2.14
_______
_______
_______
2.15
_______
_______
_______
3.0
_______
_______
_______
3.1
_______
_______
_______
3.2
_______
_______
_______
3.3
_______
_______
_______
3.4
_______
_______
_______
3.5
_______
_______
_______
3.6
_______
_______
_______
3.7
_______
_______
_______
4.0
_______
_______
_______
4.1
_______
_______
_______
4.2
_______
_______
_______
4.3
_______
_______
_______
4.4
_______
_______
_______
55
September 2, 2011
SECTION
YES
NO
VENDOR INITIAL
4.5
_______
_______
_______
4.6
_______
_______
_______
4.7
_______
_______
_______
4.8
_______
_______
_______
4.9
_______
_______
_______
5.0
_______
_______
_______
5.1
_______
_______
_______
5.2
_______
_______
_______
5.3
_______
_______
_______
5.4
_______
_______
_______
5.5
_______
_______
_______
5.6
_______
_______
_______
5.7
_______
_______
_______
5.8
_______
_______
_______
5.9
_______
_______
_______
5.10
_______
_______
_______
5.11
_______
_______
_______
5.12
_______
_______
_______
5.13
_______
_______
_______
5.14
_______
_______
_______
5.15
_______
_______
_______
5.16
_______
_______
_______
5.17
_______
_______
_______
56
September 2, 2011
SECTION
YES
NO
VENDOR INITIAL
5.18
_______
_______
_______
(ENUMERATE T’S AND C’S FROM APPENDIX III- Sample Contract)
1.
_______
_______
_______
2.
_______
_______
_______
3.
_______
_______
_______
4.
_______
_______
_______
5.
_______
_______
_______
6.
_______
_______
_______
7.
_______
_______
_______
8.
_______
_______
_______
9.
_______
_______
_______
10.
_______
_______
_______
11.
_______
_______
_______
12.
_______
_______
_______
13.
_______
_______
_______
14.
_______
_______
_______
15.
_______
_______
_______
16.
_______
_______
_______
17.
_______
_______
_______
57
September 2, 2011
SECTION
YES
NO
VENDOR INITIAL
18.
_______
_______
_______
19.
_______
_______
_______
VENDOR COMPANY NAME
AUTHORIZED SIGNATURE
TITLE
DATE
58
September 2, 2011
APPENDIX II
CERTIFICATE OF NON-SEGREGATED FACILITIES
We,______________________________________________________________________
certify to the Florida International University that we do not and will not maintain or provide for
our employees any segregated facilities at any of our establishments, and that we do not and will
not permit our employees to perform their services, under our control, where segregated facilities
are maintained. We understand and agree that a breach of this certification is a violation of the
Equal Opportunity clause required by Executive order 11246 of 24 September 1965.
As used in this certification, the term "segregated facilities" means any waiting rooms, work
areas, rest rooms and wash room, restaurants and other eating areas, time clocks, locker rooms
and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
areas, transportation and housing facilities provided for employees which are segregated by
explicit directive or are in fact segregated on the basis of race, creed, color or national origin,
because of habit, local custom or otherwise.
We, further, agree that (except where we have obtained identical certifications from proposed
subcontractors for specific time periods) we will obtain identical certifications from proposed
subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from
the provisions of the Equal Opportunity Clause; that we will retain such certification in our files;
and that we will forward the following notice to such proposed subcontractors (except where the
proposed subcontractors have submitted certifications for specific time periods):
NOTE TO PROSPECTIVE SUBCONTRATORS OR REQUIREMENTS FOR
CERTIFICATIONS OF NON-SEGREGATED FACILITIES. A Certificate of Non-segregated
Facilities, as required by the 9 May 1967 order on Elimination of Segregated Facilities, by the
Secretary of Labor (32 Fed. Reg. 7439, 19 May 1967), must be submitted prior to the award of a
sub-contract exceeding $10,000 which is not exempt from the provisions of the Equal
Opportunity clause. The certification may be submitted either for each sub-contract or for all
subcontracts during a period (i.e. quarterly, semiannually, or annually).
NOTE:
Whoever knowingly and willfully makes any false, fictitious or fraudulent
representation may be liable to criminal prosecution under 18 U.S.C. 1001.
59
September 2, 2011
APPENDIX II
CERTIFICATE OF NON-SEGREGATED FACILITIES
SUBPART - VENDOR'S AGREEMENTS
During the performance of this Contract, the Vendor agrees as follows:
(1)
The Vendor will not discriminate against any employee or applicant for employment
because of face, color, religion, sex, or national origin. The Vendor will take affirmative action
to ensure that applicants are employed, and that employees are treated during employment,
without regard to their race, color, religion, sex, or national origin. Such action shall include, but
not be limited to the following: employment, upgrading demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Vendor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by the
contracting officer setting forth the provisions of this nondiscrimination clause.
(2)
The Vendor will, in all solicitations or advertisements for employees placed by or on
behalf of the Vendor, state that all qualified applicants will receive consideration for employment
without regard to race, color, religion, sex or national origin.
(3)
The Vendor will send to each labor union or representative of workers with which the
Vendor has a collective bargaining agreement or other Contract or understanding, a notice, to be
provided by the agency contracting officer, advising the labor union or worker's representative of
the Vendor's commitments under Section 202 of Executive Order No. 11246 of September 24,
1965, and shall post copies of notice in conspicuous places available to employees and applicants
for employment.
(4)
The Vendor will comply with all provisions of Executive Order No. 11246 of September
24, 1965 and of the rules, regulations, and relevant orders of the Secretary of Labor.
(5)
The Vendor will furnish all information and reports required by Executive order No.
11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor,
or pursuant thereto, and will permit access to his books, records, and accounts by the contracting
agency and the Secretary of Labor for purposes of investigation to ascertain compliance with
such rules, regulations and orders.
(6)
In the event of the Vendor's noncompliance with the nondiscrimination clauses of this
Contract or with any of such rules, regulations, or orders, this Contract may be canceled,
terminated, or suspended in whole or in part and the Vendor may be declared ineligible for
further Government contracts in accordance with procedures authorized in Executive Order No.
11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoiced
as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order
of the Secretary of Labor, or as otherwise provided by law.
60
September 2, 2011
(7)
The Vendor will include the provision of Paragraphs (1) through (7) in every subcontract
or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor
issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that
such provisions will be binding upon each subVendor or Vendor. The Vendor will take such
action with respect to any subcontract or purchase orders the contracting agency may direct as a
means of enforcing such provisions including sanctions for noncompliance. Provided, however,
that in the event the Vendor becomes involved in, or is threatened with, litigation with a
subVendor or Vendor as a result of such direction by the contracting agency, the Vendor may
request the United States to enter into such litigation to protect the interest of the United States.
SEC. 402 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era:
(1)
The Vendor agrees to comply with the affirmative action clause and regulation published
by the US Department of Labor implementing Section 402 of the Vietnam Era Veteran's
Readjustment Assistance Act of 1974, as amended, and Executive Order 11701, which are
incorporated in this certificate by reference.
VENDOR COMPANY NAME
AUTHORIZED SIGNATURE
TITLE
DATE
61
September 2, 2011
ITN _____-________
APPENDIX III
SAMPLE CONTRACT
THIS CONTRACT is entered into on the date fully executed below between ___________
(“Contractor”) and The Florida International University Board of Trustees, (“FIU”), in award of
Competitive Solicitation ____No._____ (“Competitive Solicitation”), for __________________.
W I T N E S S E T H:
WHEREAS, FIU has requested solicitation responses to provide ________ goods and/or
services (“services”), pursuant to the Competitive Solicitation, and
WHEREAS, Contractor submitted a solicitation response (“Contractor’s Response”) for
the provision of the services, which was accepted by FIU.
NOW, THEREFORE, in consideration of the mutual covenants contained herein the
parties agree as follows:
1.
Term. This Contract commences on _______________ and will continue until
______________ for the initial term.
2.
Contract. The Contractor will provide the services per the terms and conditions
described in the Competitive Solicitation, attached and incorporated as Exhibit I, and
Contractor’s Solicitation Response, attached and incorporated as Exhibit II. (Note, Contractor is
also referred to as “Vendor” and “Successful Vendor” in Exhibits I and II.) In the event of
conflict between or among terms and conditions in documents pertaining to the Services, such
documents shall govern in the following order of precedence: First, this document; Second, the
Competitive Solicitation; and Third, the Contractor’s Solicitation Response.
3.
Payment. The Contractor shall submit invoices for fees or other compensation
for services or expenses in detail sufficient for a proper pre-audit and post-audit. FIU will make
payment in accordance with Florida International University Regulation FIU-2202, which states
the Contractor’s rights as a vendor and FIU’s responsibilities concerning interest penalties and
time limits for payment of invoices. Upon receipt, the University has five (5) business days to
inspect and approve the goods or services. If a payment is not issued within 40 days of receipt of
a proper invoice and receipt and inspection and approval of the goods and services, FIU will pay
to the Contractor, in addition to the amount of the invoice, an interest penalty at the rate
established pursuant to Section 55.03(1) Florida Statutes, provided the interest penalty is in
excess of one dollar ($1.00). A Vendor Ombudsman has been established within the Office of
Business and Finance. The duties of this individual include acting as an advocate for vendors
who may be experiencing problems in obtaining timely payment from FIU. The Vendor
Ombudsman may be contacted at (305) 348-2101.
The Successful Vendor will cooperate with FIU and provide specific records and/or access to all
of the Vendor’s records related to the Contract for purposes of conducting an audit or
62
September 2, 2011
ITN _____-________
investigation. FIU will provide Vendor with reasonable notice of the need for such records or
access.
4.
Assignment/Modification of Contract. The Contract may not be assigned or
modified by either party except as agreed to in writing and signed by the parties. The Contract
shall be binding upon the parties’ successors and assigns.
5.
Sovereign Immunity. Nothing in the Contract shall be construed as an
indemnification of the Contractor by FIU or as a waiver of sovereign immunity beyond that
provided in Florida Statutes Section 768.28.
6.
Governing Law. The Contract is governed by the laws of the State of Florida
and venue of any actions arising out of the Contract shall be in the courts in Miami-Dade
County, Florida.
7.
Relationship of the Parties. The Contractor is an independent contractor, and
neither Contractor nor Contractor’s employees, agents, or other representatives shall be
considered University employees or agents. Contractor shall not use the University’s name,
trademarks, logos, or marks without the University’s prior written approval.
8.
Public Records Law. FIU is subject to the Public Records Law; therefore,
confidential information shall not include information that is a public record pursuant to Florida
law (Florida Statutes Chapter 119), and FIU will respond to public records requests without any
duty to give Contractor prior notice. This provision shall survive termination or expiration of the
Contract. FIU may unilaterally cancel this Agreement for Contractor’s refusal to allow public
access to all public records that were made or received in conjunction with this Contract.
9.
Annual Appropriations. FIU’s performance and obligation to pay under the
Contract is subject to and contingent upon the availability of funds appropriated by the Florida
Legislature or otherwise lawfully expendable for the purposes of such Contract for the current
and future periods. FIU will give notice to the Contractor of the non-availability of funds when
FIU has knowledge thereof. Upon receipt of such notice by Contractor, Contractor is entitled to
payment only for those services performed and accepted by FIU prior to the date such notice is
received.
10.
Taxes. The University is a tax immune sovereign and exempt from the payment
of sales, use or excise taxes. The Contractor shall pay all personal property taxes on leased
equipment and all taxes based upon net income.
11.
Travel Expenses. Contractor shall not charge FIU for any travel expenses,
meals, and lodging unless otherwise provided in the Contract, and FIU's prior written approval of
the expenses has been obtained. Under such circumstances, Contractor is authorized to incur the
agreed to travel expenses which will be payable by FIU, but only to the extent permitted in
Florida Statutes § 112.061 and the FIU Policy 1110.060 Travel: University Travel Expense
Policy, which is available at <.http://policies.fiu.edu/record_profile.php?id=548&s=travel>.
Contractor is responsible for any expenses in excess of the prescribed amounts.
63
September 2, 2011
ITN _____-________
12.
Force Majeure. No default, delay or failure to perform on the part of the either
party shall be considered a default, delay or failure to perform otherwise chargeable, hereunder,
if such default, delay or failure to perform is due to causes beyond either party’s reasonable
control including, but not limited to, strikes, lockouts or inactions of governmental authorities;
epidemics; acts of terrorism; war; embargoes; fire; earthquakes; hurricanes; acts of God; or
default of common carrier. In the event of such default, delay or failure to perform, any date or
times by which either party is otherwise scheduled to perform shall be extended automatically
for a period of time equal in duration to the time lost by reason of the excused default, delay or
failure to perform.
13.
Indemnification. The Contractor is responsible for its performance under the
Contract. The Contractor will indemnify and hold harmless, assume liability for and defend, the
State of Florida, the Florida Board of Governors, the Florida International University Board of
Trustees and their officers, employees, and agents, from and against any and all actions, claims,
liabilities, assertions of liability, losses, costs and expenses, which in any manner arise or are
alleged to have arisen, from the acts, omissions or wrongful conduct of Contractor or
Contractor’s officers, employees, agents, guests, patrons, licensees, invitees or subcontractors in
connection with or related to their operations, activities, and/or occupancy or use of the
University premises in performance of the Contract. This provision shall survive termination or
expiration of the Contract.
14.
Trademark or Copyright Infringement. Contractor will, at its expense, defend
any suit brought against FIU and/or the University and will indemnify FIU against an award of
damages and costs made against FIU and/or the University by settlement or final judgment of a
court that is based on a claim that the use of the Contractor’s product infringes a trademark or
copyright of a third party; provided that FIU notifies Contractor in writing of the suit or any
claim of infringement within thirty (30) days after receiving notice thereof, and further provided
that Contractor is permitted to control the defense in any litigation or settlement of the suit. FIU
will provide reasonable cooperation in the defense of the suit at Contractor’s expense. Such
defense and indemnity shall survive termination or expiration of the Contract.
15.
Confidentiality of Information. If Contractor is exposed to any of FIU’s
confidential information as a result of providing goods and/or services under the Contract,
Contractor agrees to act in accordance with any guidelines and applicable laws regarding such
confidential information. Such laws include the Florida Public Records Law, FERPA, the
Gramm-Leach Bliley Act, the Federal Trade Commission’s Red Flags Rule which implements
Section 114 of the Fair and Accurate Credit Transactions Act of 2003, and other applicable
federal and state statutes and regulations that govern the use/safe keeping of personally
identifiable information. This provision shall survive termination or expiration of the Contract.
16.
Lobbying. The expenditure of funds disbursed from Florida State appropriated
grants and aids for the purpose of lobbying the Legislature or a State agency is prohibited.
64
September 2, 2011
ITN _____-________
17.
Termination for Cause. Either party may terminate this Contract for cause by
giving the other party thirty (30) days written notice setting forth with specificity the basis for the
termination of the Contract for cause. For purposes of this Contract “cause” is defined as the
other party’s failure to provide the goods or perform the services within the time specified or the
other party’s failure to adhere to any terms of this Contract.
18.
Notice. Any notices required under this Contract shall be sent via U.S. Mail,
return receipt requested, to the parties at the following addresses:
Notices to Contractor:
Notices to FIU:
__________________________
__________________________
__________________________
__________________________
__________________________
Purchasing Director
FIU Purchasing Services Department
Campus Support Complex, CSC 411
11200 S.W. 8th Street
Miami, Florida 33199
With a copy to:
With copy to:
__________________________
__________________________
__________________________
__________________________
__________________________
General Counsel
FIU Office of the General Counsel
Modesto A. Maidique Campus, PC 511
11200 S.W. 8th Street
Miami, Florida 33199
19.
Clarifications/negotiated points (if any) are:
CONTRACTOR:
THE FLORIDA INTERNATIONAL
UNIVERSITY BOARD OF TRUSTEES
By:_________________________________
By:_______________________________
Title:________________________________
Title:______________________________
Date:________________________________
Date:______________________________
Approved as to form and legality:
_____________________________________
FIU ATTORNEY
Date:
65
September 2, 2011
ITN _____-________
APPENDIX IV
PRICING MATRIX/PRODUCT AND SERVICE PRICING
66
September 2, 2011
ITN _____-________
*Quantity and Frequency reflected are for sales in the last contract year. There is no guarantee that these numbers will be accurate for future contract years.
67
September 2, 2011
ITN _____-________
68
September 2, 2011
ITN _____-________
69
September 2, 2011
ITN _____-________
70
September 2, 2011
ITN _____-________
71
September 2, 2011
ITN _____-________
72
September 2, 2011
ITN _____-________
73
September 2, 2011
ITN _____-________
74
September 2, 2011
ITN _____-________
75
September 2, 2011
ITN _____-________
76
September 2, 2011
``
ITN _____-________
77
September 2, 2011
ITN _____-________
78
September 2, 2011
ITN _____-________
79
September 2, 2011
ITN _____-________
80
September 2, 2011
ITN _____-________
81
September 2, 2011
ITN _____-________
82
September 2, 2011
ITN _____-________
83
September 2, 2011