AV Equipment

expired opportunity(Expired)
From: New Mexico Tech(Higher Education)
RFB 2404022I

Basic Details

started - 06 Apr, 2024 (28 days ago)

Start Date

06 Apr, 2024 (28 days ago)
due - 03 May, 2024 (Yesterday)

Due Date

03 May, 2024 (Yesterday)
Bid Notification

Type

Bid Notification
RFB 2404022I

Identifier

RFB 2404022I
New Mexico Institute of Mining and Technology

Customer / Agency

New Mexico Institute of Mining and Technology
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

11/21 1 PURCHASING SERVICES OFFICE 801 Leroy Place Brown Hall, Room 110 Socorro, NM 87801 (575) 835-5881 (V) (575) 835-5887 (F) Purchasing@nmt.edu http://www.nmt.edu/purchasing-services RFB # 2404022I Commodity AV Equipment Due Date 5/3/2024 Time 2:00 p.m. local time Buyer’s Name Meradeth Montoya Buyer’s email address purchasing@nmt.edu INSTRUCTIONS TO BIDDERS QUESTIONS: Questions regarding this bid will be accepted up to five (5) calendar days prior to the bid opening. Please email all questions to the buyer shown above or purchasing@nmt.edu . Please read carefully all instructions, specifications, terms and conditions. Failure to comply may result in the submitted bid being declared non-responsive. Type or print all information
requested in this bid in the spaces provided in the bid package. Any corrections made should be initialed. The bid must contain an original, inked signature by the individual authorized to commit the company. Submit one (1) original with original signature and one (1) copy of the bid. Bids must be submitted in a sealed envelope or sealed package and clearly display the NAME and ADDRESS OF BIDDER, this BID NUMBER, DUE DATE, BID OPENING TIME and marked as a "SEALED BID" on the front of the envelope or package. Each bid must be addressed and submitted separately, i.e., not to be included with sample packages or other numbered bids. FAXED OR EMAILED BIDS ARE NOT ACCEPTABLE. LATE BIDS WILL BE REJECTED AND RETURNED TO THE SENDER UNOPENED. The time and date stamped by the date/time clock in the Purchasing Services Office shall determine the "Official Due Date and Time" regarding this bid. Bids received by the established date and time will be opened publicly. The opening will be held in the NMIMT Purchasing Services Office. Anyone may attend the opening. All information will become public information at the time the bid is opened. All bids shall be firm for acceptance for sixty (60) days from the date of the bid opening unless specified otherwise. Note: Only bids received for these items will be considered. Quotes submitted to a department by a vendor prior to the bid issue date are considered null and void by NMT. New Mexico Tech Federal Identification Number: 85-6000-411 New Mexico CRS Number: 01-507116-002 DUE TO THE GEOGRAPHIC LOCATION OF NEW MEXICO TECH, OVERNIGHT OR EXPRESS DELIVERY SERVICES ARE INCREASINGLY EXPERIENCING LATE DELIVERY TO CAMPUS. ALTHOUGH THESE SERVICES GUARANTEE THE DELIVERY WILL ARRIVE IN A TIMELY MANNER, OFTEN IT DOES NOT. IT FALLS UPON THE BIDDER OR OFFEROR TO ENSURE THEIR PACKAGE IS SENT WITH SUFFICIENT LEAD TIME TO ENSURE DELIVERY BEFORE THE DATE AND TIME SHOWN IN THE BID. mailto:Purchasing@nmt.edu http://www.nmt.edu/purchasing-services mailto:purchasing@nmt.edu 11/21 2 STANDARD BID TERMS AND CONDITIONS 1. GENERAL: When the Buyer for the New Mexico Institute of Mining and Technology (New Mexico Tech) issues a purchase document in response to Supplier's bid, a binding contract is created governed by the law of the State of New Mexico and consisting of Supplier’s bid and New Mexico Tech’s purchase document. Any inconsistency or conflict between or among Supplier’s bid and the purchase document shall be resolved in the following descending order of preference: (a) order-specific provisions which are typed or handwritten by New Mexico Tech on the purchase document; (b) documents expressly incorporated by reference on the face page(s) of the purchase document; (c) these Standard Terms and Conditions; (d) any Statement of Work (SOW) attached to the purchase document; and (e) any specifications attached to the purchase document. Rescission, modification or waiver of any provision of any resulting purchase order / contract is not allowed unless issued by the Buyer in writing. 2. ACCEPTANCE-REJECTION: New Mexico Tech reserves the right to accept or reject any or all bids, to waive any irregularity, and to accept any part of a bid as deemed to be in the best interest of New Mexico Tech. 3. ACKNOWLEDGEMENT OF AMENDMENT / ADDENDUM: Bidders shall acknowledge receipt of any amendments / addenda to this bid by identifying the amendment number and date in the space provided in the bid package. 4. ALTERNATE BID ITEMS: The Manufacturer and Model Numbers furnished on the itemized list, or in the specifications of this bid, are to establish the standard of performance and characteristics desired and not intended to limit or restrict competition. Offers submitted as equal alternates will be considered provided adequate descriptive literature is submitted with each bid. New Mexico Tech reserves the right to reject any item(s) not meeting specifications or less than equal in performance and characteristics to the items specified. The determination of equivalency of like items is at the sole discretion of New Mexico Tech. 5. APPROPRIATION: The performance of this Agreement by NMT is contingent upon availability of sufficient funds and sufficient appropriations and authorizations being made by the funding entity(s) for such performance. NMT's decision as to whether sufficient funds are available and whether sufficient appropriations and authorizations have been made shall be made in good faith and in its sole discretion, shall be accepted unconditionally by the Contractor, and shall be final. If NMT decides that sufficient funds are not available and/or sufficient appropriations and/or authorizations have not been made, it shall notify the Contractor of its decision in writing and may either terminate this Agreement or propose modifications to accommodate the insufficient funds and/or appropriations and/or authorizations. If NMT proposes modifications, the Contractor shall within thirty (30) days after receiving NMT's notice give NMT written notice that it has elected either to (i) accept the proposed modifications or (ii) terminate this Agreement. If the Contractor fails timely to give such notice, it shall be deemed to have accepted the proposed modifications. In no event shall NMT be liable for any financial or other penalty on account of any termination or modification of this Agreement as a result of insufficient funds, appropriations or authorizations. 6. ASSIGNMENT: No right or duty in whole or in part of the Supplier may be assigned or delegated without the prior written consent of New Mexico Tech. 7. AWARDS: New Mexico Tech reserves the right to make multiple awards of the items, projects, and / or sections of this bid. Price agreements may be awarded on a unit basis for each individually numbered item to the lowest responsible bidder; or when a group of items have been consolidated for uniformity, it may be necessary to bid all inclusive items to receive consideration. 8. BID SUBMITTALS: Bidders are to complete and return the following items in a sealed envelope or other sealed package: Bid Submittal; Itemized List; Certifications; Support Documents; and, Descriptive Literature if bidding other than “as specified”. All listed submittals must be received in the Purchasing Services Office prior to the bid opening time stated on page one of the bid package. Failure to provide any of these items may result in rejection of bid. 9. BIDDER QUALIFICATIONS – BUYER’S APPROVAL: Before the award of any contract, the New Mexico Tech buyer shall be satisfied that the bidder involved, (1) has appropriate technical experience, (2) has a financial status to meet obligations incidental to complete any resulting contract or order, (3) has adequate facilities and staff to provide delivery, training and warranty service as required, (4) has the capacity to provide supplies or replacement parts as needed and (5) has satisfactorily fulfilled other contracts / orders of this nature. It is the responsibility of the bidder to acquaint the buyer with these qualifications if required. 11/21 3 10. CANCELLATION: New Mexico Tech reserves the right to cancel any request for bid, purchase order or contract, in whole or in part, without penalty, due to non-appropriation of funds, or for failure of the Supplier to comply with the terms, conditions and specifications or when in the best interest of New Mexico Tech. 11. DELIVERY: Please state your earliest delivery date in the area provided in the bid package. 12. DELIVERY DELAYS: If after award, the Supplier becomes aware of a possible problem that could result in delay in the agreed to delivery schedule, the Supplier must immediately notify the Buyer. Notification may be electronic or via telephone, giving the probable cause with a recommended alternative action. 13. DISCOUNTS & PAYMENT TERMS: In determination of award, discounts for early payment will not be used in computing the low bid. Payment terms and discount time will be computed from the date of satisfactory receipt of the items/services, or a correct invoice, whichever is later. The point of receipt shall be the delivery address for shipments, or the billing address for invoices, as specified on the purchase order. 14. E-VERIFICATION: The Immigration Reform and Control Act of 1986, Pub L 99-603 (8 USC 1324a) requires employers to verify the eligibility of individuals for employment to preclude the unlawful hiring, or recruiting or referring for a fee, of aliens who are not authorized to work in the United States. This information will be used by employers as a record of their basis for determining eligibility of an employee to work in the United States. The form will be kept by the employer and made available for inspection by authorized officials of the Department of Homeland Security, Department of Labor, and Office of Special Counsel for Immigration-Related Unfair Employment Practices. Submission of the information required is voluntary. However, an individual may not begin employment unless this form is completed, since employers are subject to civil or criminal penalties if they do not comply with the Immigration Reform and Control Act of 1986. More information regarding the employment requirements can be found at the following website: http://www.uscis.gov/files/form/i-9.pdf NMT E-Verify Company ID Number is 165512 15. F.O.B. DESTINATION: All prices shall be F.O.B. Destination and shall include all charges, including but not limited to freight, estimated customers charges, excise and import taxes, insurance, packaging, warranty, inspections and other associated costs that may be imposed in fulfilling the terms of the bid. 16. INSPECTION: Final inspection and acceptance will be made at the destination. If prior to final acceptance any materials, supplies or service are found to be defective or not as specified, the Supplier at his risk and expense shall remove and / or replace materials supplies and services rejected at the destination for non-conformance with specification, promptly after notification of rejection. Supplier shall reimburse New Mexico Tech for all incidental and consequential costs related to unaccepted materials, supplies or service. 17. INSURANCE PROTECTION, LIABILITY AND PROPERTY: New Mexico Tech, as an agency of the State of New Mexico, is self-insured for all property and liability insurance. Such protection applies to New Mexico Tech officers and employees only. All other individuals and organization must provide their own property and liability coverage. 18. INVOICES: All invoices shall be sent to New Mexico Tech, Accounts Payable, Wells Hall, 801 Leroy Place, Socorro, NM 87801. 19. LICENSES AND CERTIFICATES: Bidders must be able to furnish evidence of any licenses or certification as called for in the specifications of bid. Failure to furnish such evidence will be cause for rejection of their bid or any resulting contract or purchase order of this bid. 20. METHOD OF AWARD: Award shall be made on the basis of the lowest price quoted, quality and delivery being equal. When necessary bids shall be evaluated based on the requirements which may include criteria to determine acceptability such as inspection, testing, quality, workmanship, delivery and suitability for a particular purpose. 21. METHOD OF BID: Bidders shall submit a unit price and extended total for each item and a TOTAL NET BID where called for. Bidders are to complete the enclosed bid forms. They may then reference any attachments giving further price breakdowns if necessary. In the event that no single Supplier offers an acceptable bid, New Mexico Tech reserves the right not to award the contract. 22. MINIMUM INSURANCE REQUIRED: Any Supplier performing services on the premises of New Mexico Tech, or on behalf of New Mexico Tech, is required to carry the following minimum insurance coverage. Upon request, the Supplier will include New Mexico Tech, its officers and employees, as an additional insured and http://www.uscis.gov/files/form/i-9.pdf 11/21 4 provide certificates of coverage to the Purchasing Services Office. Workers Compensation Minimum by Statute Employer's Liability $100,000 Commercial General Liability – Including contractual Single Limit $300,000 OR Bodily Injury Liability $100,000 each person $300,000 each occurrence Property Damage Liability $100,000 each occurrence Comprehensive Automobile – Including owned and non-owned Single Limit $300,000 OR Bodily Injury Liability $100,000 each person $300,000 each occurrence Property Damage Liability $100,000 each occurrence 23. MODIFICATIONS: Only modifications received prior to the time specified for the bid closing will be accepted. No modifications will be accepted following the opening. Technical clarifications of the offer may be requested by the Buyer following the opening. 24. PACKAGING: Packaging of materials shall be suitable to insure that the materials are received in an undamaged condition. All material returns will be at the Supplier’s expense. 25. POTENTIAL COSTS UNSPECIFIED: The supplier shall include in his / her bid all material and labor costs known to be required to complete the work under this bid including any materials, labor or other costs that are not specifically identified in the specifications. Any unspecified costs should be identified and included as a separate item in the bid price. 26. PRICING: New Mexico Tech qualifies for governmental and educational discounts. Unit prices shall reflect these discounts. Unit prices shall be shown on all bids. If an apparent mistake exists in the extended price, the unit price shall govern in the bid evaluation and contract administration. 27. QUALITY: Unless otherwise indicated in the request for bid, all material and equipment delivered and / or installed under this bid shall be new and be the standard products of a manufacturer regularly engaged in the production of the materials and equipment. Where two (2) or more units of the same class of materials and / or equipment are required, the units shall be the products of the same manufacturer. Unless indicated in the bid, items that are used, demonstrators, obsolete, seconds or which have been discontinued, are unacceptable without prior written approval of New Mexico Tech. 28. QUANTITIES: The quantities shown in this Request for Bid are based on estimated needs. New Mexico Tech reserves the right to increase or decrease quantities to meet actual needs. (No maximum limits apply). 29. RESIDENTIAL PREFERENCE: In compliance with New Mexico Statute 13-1-21 and SB1 a residential preference will be used in evaluating bids for purchases exceeding $60,000 using state funds. A copy of the certification issued by the New Mexico Department of Taxation and Revenue dated on or after 1/1/2012 shall be attached to the bid document. The preference is prohibited for expenditures involving federal funds. 30. VETERANS PREFERENCE: In compliance with New Mexico Statutes 13-1-21 or 13-1-22, a New Mexico resident veteran contractor, upon providing certification as a resident veteran and verification of annual revenues, shall be given a preference of ten percent. The preference may not be combined with the residential preference, but may be used once Veterans Preference cap is reached. Procurements involving federal funds are excluded from in state preference laws. 31. RIGHT TO AUDIT: New Mexico Tech reserves the right to audit the contractor’s records associated with this contract at any time during the contract period and for a period of up to three (3) years following the expiration or termination of the agreement. Such audit may be conducted by New Mexico Tech personnel or a third party under contract with New Mexico Tech. New Mexico Tech shall give the contractor reasonable notice prior to the conduct of any audit and upon receiving the notice from New Mexico Tech the contractor agrees to fully cooperate with the auditors. 32. SAFETY REQUIREMENTS: All materials, equipment and supplies furnished to New Mexico Tech must comply fully with all safety requirements as set forth by the State of New Mexico Environmental Improvement Board, Rules of the Industrial Commission on Safety and all applicable OSHA Standards. ALL PRODUCTS CONTAINING HAZARDOUS SUBSTANCES, TOXIC SUBSTANCES, INFECTIOUS AGENTS OR PESTICIDES MUST BE PROPERLY LABELED AND ACCOMPANIED BY MATERIAL SAFETY DATA SHEETS (MSDS). The contractor shall defend, indemnify and hold New Mexico Tech free and harmless against any and all claims, loss, liability and 11/21 5 expense resulting from any alleged violations of said regulations including but not limited to fines, penalties, judgments, court costs and attorney fees. 33. SIGNATURE: The bid response must be signed by an authorized representative in order for bid to be considered responsive. The signature must be an original, inked signature in all areas of the bid where a signature is required. 34. SPECIFICATIONS: The specifications in this request for bid are the minimum acceptable. When specific manufacturer and model numbers are used, it is to establish a design, type construction, quality, functional capability and / or performance level desired. Alternates may be bid, identified by manufacturer, stock number and adequate information to establish equivalency. 35. STATUS OF SUPPLIER: The Supplier is an independent contractor performing services for New Mexico Tech and neither he / she nor his / her agents or employees shall, as a result of the resultant agreement, accrue leave, retirement, insurance, bonding authority, use of New Mexico Tech vehicles, or any other benefits, prerequisites or allowances normally afforded only to employees of New Mexico Tech. The Supplier acknowledges that all sums received under the resultant agreement are personally reportable by him / her for income, self- employment and other applicable taxes. 36. SUBMISSIONS OF SAMPLES / DRAWINGS / LITERATURE: It may be necessary to test samples or have demonstration to make an award. All samples, when required, shall be furnished free of expense to New Mexico Tech. Returns shall only be made at the Bidder’s request and expense. 37. TAXES: New Mexico Tech is exempt from New Mexico Sales Taxes on materials, except those used in construction. Services provided to New Mexico Tech are not exempt. Taxes on services should be included as a separate line item and not included in the bidder’s base price bid. For state reporting purposes, when tax is applied to a service the location code for Socorro is 25-125 and remainder of county is 25-025. 38. TECHNICALITIES: New Mexico Tech reserves the right to waive any technical irregularities in the form of the bid of the low bidder which do not alter price, quality or quantity of the services, construction or items of tangible personal property bid. 39. TERM OF CONTRACT: For all pricing agreements it shall be one (1) year with renewal options for three (3) additional years, upon agreement by both parties. For one time purchase of goods and services the term shall be upon delivery and final payment. 40. WARRANTY OF MATERIALS AND EQUIPMENT: Unless otherwise specifically stated by the bidder, all equipment, materials, supplies and workmanship furnished or installed to be free of defects and shall agree to replace solely at his / her expense any and all defective equipment, parts, etc. within a one (1) year period after the date of acceptance of the items and / or installation by New Mexico Tech unless otherwise agreed to in writing at the time of award. Bidder also warrants the materials, supplies or services furnished to be exactly as specified in the order, free from defects and to be in compliance with any drawings or specifications incorporated herein and with any samples furnished by bidder. All applicable UCC warranties, express and implied, are incorporated herein. 41. WITHDRAWAL OF BIDS: Bids may be withdrawn by written notice, telegram or in person by a bidder or an authorized representative any time prior to the award. Bids requiring bid security may result in forfeiture of the security if the bid is withdrawn following the opening. 42. WORKERS’ COMPENSATION: A potential Supplier agrees to comply with state laws and rules pertaining to Workers’ Compensation Insurance coverage for its employees. If the Supplier fails to comply with the Workers’ Compensation Act and applicable rules when required to do so, the contract may be terminated for non-compliance, effective immediately. 11/21 6 NEW MEXICO TECH Bid Response (Return with Bid) Vendor Name: ______________________________________________ Vendor In-State Preference Number: ____________________________ (include copy of certificate) Or Vendor Veterans Preference Number: ____________________________ (include copy of certificate) Delivery under this bid is F.O.B Destination to: Playas, NM 88009 https://en.wikipedia.org/wiki/Playas,_New_Mexico Bid amounts shown below shall include all equipment, freight, packaging, warranty, insurance, and other associated costs within the unit costs that are bid. If quoting other than brand name, please provide product literature. Delivery will be ___________ days ARO (to be completed by vendor). Payment terms __________ ACKNOWLEDGMENT OF ADDENDUM (Please check website to ensure that all addenda have been received prior to submitting your bid). #1 ________ #2 _________ #3________ #4________ #5________ #6 ________ Vendor Name: __________________________________________________________________ Signature: _____________________________________________ Date: __________________ Email address: ____________________________________ Phone number: ________________ 11/21 7 All Items may be bid as equals Item Description Quantity Unit Price Extended Price 01 27” TV monitor, full high definition, black, w/ 2 speakers, VGA, HDMI, DP, LED, Planar PN: 998-2122- 00 6 ea 02 Wall mount touchscreen, black smooth, 10.1”, Crestron PN: TSW-1070-B-S 3 ea 03 Network AV encoder wall plate, 4K60 4:2:0, black textured, Crestron PN: DM-NVX-E20-2G-B-T 16 ea 04 Network AV Decoder, 4K60 4:2:0, Crestron PN: DM- NVX-D20 27 ea 05 Speaker, single, 6.5”, 2 way, in ceiling, white textured, Crestron PN: IC6T-W-T-EACH 30 ea 06 Faceplate, 2 gang decorator style, black textured, Crestron PN: FP-G2-DM-B-T 16 ea 07 LCD video wall, 55”, bezel, IPS LCD, VM55LX-M2, Planar PN: 998-2596-00 18 ea 08 Pop-out video wall mount, VMT-MXL, Planar PN: 998- 0368-00 18 ea 09 Cosmetic trim, top/bottom, for VM Series 55” micro and XNB display, with screws, Planar PN: 935-0550-00 18 ea 10 Cosmetic trim, left/right, for VM series 55” micro and XNB display, with screws, Planar PN: 935-0551-00 8 ea 11 Systems spacer for VMT-MXL video wall mount, Planar PN: 998-1891-00 4 ea 12 Component storage panel, interface, Proximity PN: CSMP9X12 20 ea 13 Surge protector, 12 outlet power strip, mounted, Panamax PN: VT-EXT12 4 ea 14 Keystone multimedia box, 1 port, surface mount, thermoplastic, white, Signamax PN: SMKL-1-WH-1 7 ea 15 Signamax Faceplate, stainless steel 6-Port PN: SIG- SSKF-6 Pack of 10 6 ea 16 Category 6A MT-Series Unscreened Keyston Jacks; Yellow, Pack of 20 PN: SIG-KJ458MT-C6AC-YE 45 ea 17 Category 6 MT-Series unscreened Keystone Jacks; Blue, Pack of 20 PN: SIG-KJ458MT-C6C-BU 55 ea 18 10Ft Category 6A 24AWG Yellow Ethernet Network Patch Cable PN: 90-C6AB-YL-010 30 ea 19 Weltron Category 6A UTP Patch Cable 3 ft PN: 90-C6AB-YL-003 66 ea 20 Wirepath Category 6 Ethernet Patch Cable 7 ft PN: WP-PC-CAT6-7FT-BLU 22 ea 21 Wirepath Category 6 Ethernet Patch Cable 3 ft PN: WP-PC-CAT6-3FT-BLU 101 ea 11/21 8 Item Description Quantity Unit Price Extended Price 22 Crestron Certified HDMI 2.1 Cable, 48 Gbps, 3 ft PN: CBL-8K-HD-3 34 ea 23 Crestron HDMI 2.1 Cable, 48 Gbps, 12 ft PN: CBL-8K-HD-12 13 ea 24 6ft Display Port Cable w/ latches 8K UHD M/M Black PN: 54401 3 ea 25 Category 6A 23-4P, plenum, yellow jacket commercial cable spool PN: CAT6AP-YLW 4500ft 26 Category 6 23-4P, Plenum, blue jacket commercial cable spool PN: CAT6P-BLU 5400 ft 27 18 AWG 2 Conductor Bare Copper, Non Shielded Plenum PN: 1802PBR-WHT 1600 ft 28 15/16 Inch J-Hook Cable Support PN: 93-260-103 120 ea 29 Arlington 1-Gang Low Voltage Mounting Bracket PN: LV1 15 ea 30 Arlington 2- Gang Low Voltage Mounting Bracket PN: LV2 16 ea 31 Planar Systems UltraRes P Series 65” UHD Commercial Monitor PN: 998-2891-00 2 ea 32 Large Fusion Tilt Wall Mount 37”-63” PN: LTA1U 2 ea 33 Signamax Mulimedia Box, 1-Port Surface PN: SIG-SMKL-1-WH 32 ea 34 Signamax Faceplate, 2 port PN: SIG-SSKF-2 1 ea 35 Crestron 4 Series Control System PN: CP4N 1 ea 36 Crestron X-Series Flexible Output Amplifier, 300W PN: DM-NAX-AMP-X300 1 ea 37 ICX 7150-48PF PN: ICX7150-48PF-2X10G 1 ea 38 ICX 7150-24P Switch PN: ICX7150-24P-2X10G 2 ea 39 SR SFP+ transceiver module-10GigE PN: WR-10G- SFPP-SR 4 ea 40 10 G Base-LR SFP Optical Transceiver Module PN: WR-10G-SFPP-LR 2 ea 41 Blue Bolt Premium Power management/surge protector 15 amp PN: M4315-PRO 3 ea 42 Category 6A UNS Patch Panel-24 Port PN: SIG-24458-C6A 3 ea 43 Category 6 UNS Patch Panel- 24 Port PN: SIG-24458MDX-C6 3 ea 44 300 ft LC OM4 2ct fiber w/ LC connectors 1 ea 45 3.3 ft (1m) LC-LC OM3 duplex multimode PVC Optic Cable-Aqua PN: 33045 1 ea 46 Horizontal Lace Bar 2” Offset PN: LBP-2A 3 ea 47 10-32 Cage Nuts (pack of 50) PN: CN1032-50 20 ea 48 HP Rack Screws 10-32 Threaded PN: HP 96 ea 49 BrightLink 1485Fi Interactive-3LCD Projector PN: V11H919520 3 ea https://www.crestron.com/Products/Interconnects,-Interfaces-Infrastructure/Interconnects/Video-Interface-Cables/CBL-8K-HD-3 11/21 9 50 ELPMB62 mounting Kit-for projector PN: V12HA06A05 3 ea 51 100” Whiteboard for Projection/Dry Erase PN: V12H006A02 3 ea 52 10.1 in. Tabletop Touch Screen, Black Smooth PN: TS-1070-B-S 3 ea 53 Q-SYS NV Series Video Distribution PN: Q-SYS NV-21- HU 11 ea 54 Q-SYS External Power Supply PN: NV-21-PSU 4 ea 55 AV Bridging for native Q-SYS devices PN: SLQBR-P 4 ea 56 Q-SYS NC Series PTZ Conference Cameras Including PTZ WMB1 wall mount bracket PN: NC-12x80 6 ea 57 24” Square Ceiling Array Microphone PN: MXA920W-S 6 ea 58 Saros 6.5 in. 2-way In-Ceiling speaker Multiples of 2 PN: ICT-W-T-EACH 8 ea 59 Body-pack transmitter with Cardioid Lapel Microphone (AT831cH) PN: ESW-T4101-831cH 4 ea 60 ESW 2-Bay Charging Station PN: ESW-CHG4AD 4 ea 61 8 CH Receiver PN: ESW-R4180DAN 4 ea 62 Rack mount power strip, Basic Surge PN: PD-815R-PL 3 ea 63 L2 Lectern w/ connectivity ebony PN: L2LDC2CCMGE 3 ea 64 Kontour Dynamic Height Adjustable Wall Mount PN: K1W110B 3 ea 65 Swivel Mount Kit for TS-70 Series PN: TS-770/1070- SMK 3 ea 66 Over Floor Raceway 8ft. Channel Base and Cover PN: OFRBC-8R 3 ea 67 Entrance/Exit Cable Cover PN: CED1 5 ea 68 Wirepath Decorative Single Gang Wall Plate PN: DECOR-1-WH 5 ea 69 Surface Mount Box 2-Port Package of 10 PN: SIG- SMKL-2-WH 9 ea 70 Crestron HDMI 2.1 Cable, 48 Gbps, 9 ft PN: CBL-8K-HD- 9 5 ea 71 USB Cable, USB-C Male to USB-C Male Display Port PN: CBL-USB3G1-C-C-9 4 ea 72 USB Cable: 2.0 6Ft Cable Black PN: 28102 3 ea 73 15 Ft Wattbox Male Power Extension Cord PN: WB- PWR-EXT-15FT-BLK 3 ea 74 Sony Pro Bright Era LCD Projector 900LM PN: VPL- FHZ91L 3 ea 75 Short Throw Opt Lens 1.30-1.95 PN: VPLL-Z4111 1 ea 76 Da-Lite Contour Electrol 137” Series projection screen PN: 70192LS 1 ea 77 Heavy Duty Universal Projector Mount PN: VCMUW 3 ea 78 Above Tile Suspended Ceiling Kit for Projectors PN: CMA440 1 ea 11/21 10 79 Speed-Connect Fixed Extension Column White PN: CMS003W 3 ea 80 Q-SYS Network I/O COTS Processor PN: CORE 610 1 ea 81 Q-Sys Channel Network Amplifier 4-Channel 500w/CH PN: CX-Q-2K4 1 ea 82 ICX 7150 Switch, 48x10/100/1000 PN: ICX7150-48P- 2X10G 1 ea 83 Middle Atlantic Fan Tray PN: FTA-6 2 ea 84 Middle Atlantic 24 RU MRK Series 22 inch Wide Rack PN: MRK-2426LRD 2 ea 85 Middle Atlantic 24 Ru Racks Vented Front Door 64% open PN: LVFD-24 2 ea 86 Middle Atlantic Wheelbase MRK Series PN: CBS-MRK- 26R 2 ea 87 Q-SYS software based Dante 32/32 Channel License PN: SLDAN-32-P 1 ea 88 Q-SYS Core 610 UCl Deployment Software License PN: SLQUD-610-P 1 ea 89 Q-SYS Core 610 Scripting Engine license PN: SLQSE- 610-P 1 ea 90 24 RU Vented Front Door PN: SPN-24-267 2 ea 91 Screen Innovations Flex Glass Screen 232” PN: XXW222x69FG In-Wall 1 ea 92 Projection Lens for the VPL-F Series 0.75-0.94 PN: VPLL-Z4107 1 ea 93 Single Wall Arms 22.5” reach for Jumbo TV brackets PN: WMJ022 2 ea 94 Multi-purpose, software configurable video endpoint PN: NV-32-H 1 ea 95 Air media Receiver 3200 PN: AM-3200-WF 1 ea 96 Air Media Series 3 Connect Adaptor PN: AM-TX3-100 1 ea 97 Table top cradle (4) Adaptors PN: AM-TX3-100-CRADLE 1 ea 98 3 Port SG Stainless Steel Face Plate PN: SIG-SSKF-3 1 ea 99 Labor to replace equipment 1 LO 100 Tax on labor 1 LO Total cost $ The following is a narrative on the upgrade along with photos of the classrooms to give the vendor an additional perspective. 11/21 11 Introduction/Background The rooms within the Classroom Building are essential facilities for training, classes, and video conferences at the Playas Research and Training Center (PRTC). These rooms need an upgrade to improve the customer experience at PRTC and provide facilities comparable to other ranges. Additionally, this upgrade should reduce the set-up time for customers and improve the video conferencing abilities. The rooms included in this proposal are Training/Classroom 1A, Training/Classroom 1B, Classroom 3A (Large Classroom), Classroom 4, Command Room and Control Room. The Command and Control Rooms are essential facilities for exercises run at PRTC and this upgrade should allow repeat customers to save their video wall configurations. The video wall management system(s) in these two rooms are comprised of video displays, source ports, upgraded speakers, and shared networking. The newly renovated Convention Center requires permanently installed audio-visual equipment to provide it with essential facilities for training, classes, and video conferences at the PRTC. This will improve the customer experience for future visitors and events occurring at PRTC. Figure 1: Classroom Building floorplan. 11/21 12 Training/Classroom 1A and 1B Current description: The current equipment in Training/Classroom 1A and 1B is a ceiling mounted projector, manual pull-down projector screen, 2 wall mounted speakers, a moveable podium, and a moveable whiteboard (Figures 2 & 3). Figure 2: Training/Classroom 1A 11/21 13 Figure 3: Training/Classroom 1B Scope of Work for Classrooms 1A and 1B: The room will be equipped with a 100-inch whiteboard for projection and dry erase and a BrightLink 1485Fi 1080p 3LCD Interactive Laser Display projector or equivalent. A new lectern will feature a workstation with a 27-inch FHD IPS LED LCD monitor and 10.1-inch touchscreen tablet for navigation. A 12x Optical Zoom with 80o horizontal field view camera and 24-inch square in-ceiling array microphone will be installed and a lapel microphone incorporated allowing the room to have video conferencing abilities. Four (4) 2- way in-ceiling speakers will be mounted to improve the sound quality during classes and video conferencing. Deliverables for each Classroom 1A and 1B: 1. Remove existing screen, projector, and speakers. NMT is responsible for disposing of current A/V equipment and lectern. 2. Procure and mount new whiteboard and projector. 3. Procure and setup new workstation on new lectern. 4. Procure and mount new 4 in-ceiling speakers, 1 in-ceiling array microphone, and 1 camera. 5. Procure video conferencing system software and connect room to video conferencing system. 11/21 14 Classroom 3A (Large Classroom) Current Description: The current equipment in Classroom 3A is similar, with 2 ceiling mounted projectors, 2 manual pull-down projector screens, 4 wall mounted speakers, 2 moveable podiums and a moveable whiteboard (Figure 4). Figure 4: Classroom 3A Scope of Work for Classroom 3A: The room will be equipped with one (1) 100-inch whiteboard for projection and dry erase and one (1) 137-inch wall mounted electric pull-down projector screen. The corresponding projectors for each of the screens will be a BrightLink 1485Fi 1080p 3LCD Interactive Laser Display projector (or equivalent) and 9000 lumen 3LCD projector. A new lectern will feature a workstation with a 27-inch FHD IPS LED LCD monitor and 10.1-inch touchscreen tablet for navigation. Three (3) 12x Optical Zoom with 80o horizontal field view cameras and two (2) 24-inch square in-ceiling array microphones will be installed and a lapel microphone incorporated allowing the room to have video conferencing abilities. Six (6) 2-way in-ceiling speakers will be mounted to improve the sound quality during classes and video conferencing. Deliverables for Classroom 3A: 1. Remove existing screens, projectors, and speakers. NMT is responsible for disposing of current A/V equipment. 2. Procure and mount new whiteboard, electric pull-down projector screen, and projectors. 3. Procure and setup new workstation on new lectern. 4. Procure and mount new 6 in-ceiling speakers, 2 in-ceiling array microphones, and 3 cameras. 5. Procure video conferencing system software and connect room to video conferencing system. 11/21 15 Classroom 4 Current Description: The current equipment in Classroom 4 is a manual pull-down projector screen and 2 wall mounted speakers (Figure 4). There is a setup for a ceiling mounted projector but currently no projector is installed. Figure 5: Classroom 4 Scope of Work for Classroom 4: The room will be equipped with a 100-inch whiteboard for projection and dry erase and a BrightLink 1485Fi 1080p 3LCD Interactive Laser Display projector (or equivalent). A new lectern will feature a workstation with a 27-inch FHD IPS LED LCD monitor and 10.1-inch touchscreen tablet for navigation. A 12x Optical Zoom with 80o horizontal field view camera and 24-inch square in-ceiling array microphone will be installed and a lapel microphone incorporated allowing the room to have video conferencing abilities. Four (4) 2- way in-ceiling speakers that will be mounted to improve the sound quality during classes and video conferencing. Deliverables for Classroom 4: 1. Remove existing screen and speakers. NMT is responsible for disposing of current A/V equipment and lectern. 2. Procure and mount new whiteboard and projector. 3. Procure and setup new workstation on new lectern. 4. Procure and mount new 4 in-ceiling speakers, 1 in-ceiling array microphone, and 1 camera. 5. Procure video conferencing system software and connect room to video conferencing system. 11/21 16 Server Room Scope of Work for Server Room: A new server rack will be placed in the secured hallway area behind Classroom 1A to store the shared A/V networking equipment for Training/Classroom 1A and 1B, Classroom 3A, Classroom 4, and the Convention Center. Training/Classroom 1A and 1B, Classroom 3A, and the Convention Center can work independently or as a duplicate of each other, depending on the size of the training class and remote callers. Classroom 4 will remain independent of the other classrooms. A commercial server rack should be included to contain all the necessary networking equipment for Training/Classroom 1A, 1B, 3A, 4, and the Convention Center. Deliverables for Server Room: 1. Procure, set up, and connect appropriately sized commercial server rack in designated area as determined by ICASA System Administrators and Playas staff. 2. In consultation with ICASA System Administrators, vendor will route fiber from each room to shared Server Room for Training/Classroom 1A, 1B, 3A, 4, and Convention Center. 11/21 17 Command Room Current Description: The current layout of the Command Room contains 6 large plasma screens that are mounted in a temporary wall with wiring hidden behind the wall (Figure 6 & 7). In the center of the room there is a U- shaped desk that can be reconfigured based on customer preference (Figure 4). Note: The screens will be upgraded to a highly dynamic IP distributed video wall management system on the current wall – 6 screens wide and 2 screens tall, for a total of 12 screens. The screens will be attached to the wall permanently and all 12 screens are required for the system to work as designed. Individual screens cannot be removed or relocated. Additionally, the two displays on the sides of the room will also be replaced. The new management system will provide the operators of the room the ability to access and interact with multiple sources of information which can be displayed as a full wall or as multiple screens as long as video ratios are maintained. All sources will be hard wired in via ports located throughout the room. A central wall mounted touch screen is used to navigate video wall set-up, modifications, and save configurations. Figure 6: Current screens, table, and layout of Command Room 11/21 18 Figure 7: Network and electrical wiring/cabling behind the temporary wall supporting the current video screens Scope of Work for Command Room: The room will be equipped with a video wall display at the front of the room using twelve (12) 55-inch 1920x1080, 500 nit 0.88mm bezel to bezel LCD displays arranged in a 6x2 configuration. Two (2) 65-inch UHD, E-LED backlight, 500 nit displays will be mounted on each side of the room and a central 10.1-inch touchscreen tablet will be wall mounted at the back of the room. To connect to the various displays via source computers and equipment, 10 USB-C and HDMI ports will be installed in the wall around the perimeter of the room. The wall ports will connect to nodes installed in a central A/V rack system located in the Server Room between the Command and Control Rooms which will display the source on the video wall and/or individual displays in either the Command or Control Room. Whatever the source is, it can be displayed across the video wall to meet the needs of the training scenario and each display can be managed independently of the others. This allows the user to be able to arrange multiple sources across the video wall and save it as a video layout providing relevant data for each training scenario. The video layouts would then be able to be quickly selected by the user using the wall mounted tablet located at the rear of the room. Six (6) in ceiling speakers will be installed and upgraded to improve the audio communication during training scenario(s). Deliverables for Command Room: 1. Remove existing screens in video wall. NMT is responsible for disposing of current A/V equipment. 2. Patch and re-felt existing video wall and procure and mount new video display in a 6 x 2 configuration. 3. Procure and mount new 2 side wall video displays and wall mounted touch screen. 4. Procure and mount new 10 hardwired ports around the room for source connections. 5. Procure and mount new 6 in-ceiling speakers. 11/21 19 Control Room Current description: A similar configuration will be installed in the Control Room (Figure 8) but on a slightly smaller scale – 3 screens wide and 2 screens tall, for a total of 6 screens. Note: The video wall in this room can be operated both independently or as an extension/duplicate of the Command Room and vice versa. The screens will be attached to the wall permanently and all 6 screens are required for the system to work as designed. Individual screens cannot be removed or relocated. The current layout of the Control Room is a central desk with 3 permanent workstations, which will be upgraded to three (3) single 27-inch monitors. Sources for this room will also be hard wired in via ports located in the central desk and around the room. A separate central wall mounted touch screen is included to navigate video wall set-up, modifications, and save configurations. Figure 8: Current screens, table, and layout of the Control Room Scope of Work for the Control Room: The room will feature a video wall display using six (6) 55-inch 1920x1080, 500nit 0.88mm bezel to bezel LCD displays arranged in a 3x2 configuration. On the central desk, three (3) single 27- inch FHD IPS LED LCD monitors will be set up as 3 permanent workstations and a central 10.1-inch touchscreen tablet will be wall mounted at the back of the room. The central desk will have 3 USB-C and HDMI ports to connect source devices as well as 3 locations in the room for a total of 6 ports. Like the Command Room, the ports will connect to the nodes installed in a central A/V rack system located in the Server Room (or possibly the racks under the central desk) which display the source on the video wall and individual displays in either the Command or Control Room. The wall mounted tablet located at the rear of the room will be used to select the video layout as selected by the user. Four (4) in ceiling speakers will be mounted and upgraded to improve the audio communication during the training scenario(s). 11/21 20 Both the Command and Control Rooms will have upgraded in-ceiling speakers. The video management system will reside in the networking closet (Server Room) between the Command and Control Rooms, and possibly in the racks beneath the Control Room desk if needed. Both rooms can work independently or as an extension of each other, dependent on the size of the training exercise(s) and players involved. Deliverables for Control Room: 1. Remove existing screens on video wall. NMT is responsible for disposing of current A/V equipment. 2. Re-felt existing video wall and procure and mount new video display in a 3 x 2 configuration. 3. Procure and mount new wall mount touch screen. 4. Procure and mount new 3 desktop monitors/workstations on central desk. 5. Procure and mount new 3 hardwired ports in central desk and 3 ports around the room for source connections. 6. Procure and mount new 4 in-ceiling speakers. Deliverables for Server Room for Command and Control Rooms: 1. In consultation with ICASA System Administrators, vendor will route fiber from Command Room and Control Room to shared Server Room. 2. Vendor will provide requested number RUs for server rack(s) to ICASA System Administrators and ICASA System Administrators will determine their allocation in the Server Room and/or Control Room. Vendor will set up/connect the system. Miscellaneous Service: 1. If new or current wiring needs to be reconfigured, vendor will provide an electrician for this work or work with Playas staff. 2. Test system(s) and train Playas and ICASA staff on system use. 11/21 21 Convention Center Current description: The convention center is located in the old daycare / Catholic Church on the west side of the PRTC campus. Currently there is no permanent equipment in this facility. Note: The room will have two (2) rear projectors that will display on a 232-inch custom screen. A permanent partition wall will be built for the screen, allowing the projector to reside in the area behind it, providing adequate darkness for its projection. This will negate the need for blackout curtains for the auditorium windows as visitors will be able to simultaneously enjoy a presentation and the views of the surrounding valley. The room will also feature video conferencing abilities including a camera, in-ceiling array microphone, and in-ceiling speakers. A new server rack will be placed in the existing mechanical closet to store all the shared networking equipment. Figure 9: Convention Center floorplan. 11/21 22 Convention Center Statement of Work: The room will be equipped with a single 232-inch FlexGlass Custom Screen and two (2) Sony 3LCD 9000 lumen projectors. A 10.1-inch wall-mounted touchscreen tablet will be installed for navigation and AirMedia® wireless conference technology will be utilized to connect sources to the projector. A 12x Optical Zoom with 80o horizontal field view camera and two (2) 24-inch square in-ceiling array microphones will be installed. A lapel microphone will and six (6) 2-way in-ceiling speakers will be installed for audio communication during classes and video conferencing. An appropriately sized commercial server rack will be installed to contain all the necessary networking equipment for the room and video conferencing. Deliverables for Convention Center: 1. NMT is responsible for building the partition wall on the widest part of the dais and providing adequate darkness for rear projection. 2. Vendor will create an opening in the partition wall and mount and frame the custom screen. 3. Procure and setup new 2 rear projection projectors in the area behind (south) of the partition wall. 4. Procure and mount new 6 in-ceiling speakers, 2 in-ceiling array microphones, 1 camera, and 1 touchscreen tablet. 5. Procure and setup the new components associated with wireless conference technology. 6. Procure video conferencing system software and connect room to video conferencing system. Deliverables for Convention Center Server Room: 1. Procure, set up, and connect appropriately sized commercial server rack in designated area as determined by ICASA System Administrators and Playas staff. Proposed area: Existing Mechanical closet. 2. Vendor, in consultation with ICASA System Administrators, will route fiber to shared Server Room. 11/21 23 ATTACHMENT A Federal Acquisition Regulation (FAR) Certifications (Return with Bid) Non-Collusion: In signing this bid we also certify that we have not directly or indirectly entered into any action in restraint of free competitive bidding. Anti-Kickback: (N.M.S.A. 13-1-191 & 198 and the Federal Acquisition Regulation (FAR) 52.203.7 Anti-Kickback Act of 1986). In signing this bid we certify that we have not offered, or have accepted any money, fee, commission, credit, gift, gratuity, thing of value, or compensation of any kind which was provided for the purpose of improperly obtaining, or as a reward for favorable treatment in connection with, any prime contract, or a subcontract relating to a prime contract. Debarment / Suspension Status: In signing this bid we certify that our company is not suspended, debarred, or ineligible from entering into contracts with the Executive Branch of the Federal Government, or in receipt of a notice or proposed debarment from any State Agency. The Vendor agrees to provide immediate notice to New Mexico Institute of Mining and Technology Purchasing Services in the event of being suspended, debarred or declared ineligible by any State Agency or Federal Agency, or upon receipt of a notice of proposed debarment that is received after the submission of the proposal, quote or bid but prior to award of the purchase order or contract. Signature: ___________________________________________________________________________ ______________________________________ __________________________________ Name Date ______________________________________ __________________________________ Title Company 11/21 24 ATTACHMENT B GOVERNMENT FLOW-DOWN PROVISIONS GOVERNMENT FLOW-DOWN PROVISIONS The resulting order is subcontracted under a U.S. Government Prime Contract, the applicable clauses listed below are incorporated into, and form a part, of the terms and conditions of the resulting order. In the event of any conflict between previously referenced terms and conditions and the Government Flow-Down Provisions, the Government Flow-Down Provisions take precedence. The clauses contained in the following paragraphs of the Federal Acquisition Regulations (FAR) are incorporated herein by reference. For purposes of this Purchase Order, in the following clauses, the term “contract” shall mean “this order”, the term “contractor” shall mean “Seller” and the term “Government” and “Contracting Officer” shall mean “New Mexico Institute of Mining and Technology (NMIMT) and the “Chief Procurement Officer” respectively. The following provisions of the FAR apply at the specified order dollar amounts: Title Applicability FAR Reference Equal Employment Opportunity All Orders 52.222-26 (Sept 2016) Debarment and Suspension All Orders 52.209-6 (Jun 2020) Rights in Data Alt IV All R&D Orders 52.227-14 (May 2014) Anti-Kickback Act Construction Over $2K 52.203-7 (Jun 2020) Limitations on Payments to Influence Orders exceeding $150K 52.203-12 (Jun 2020) Certain Federal Transactions Audit & Negotiations All Orders Over $100K 52-215-2 (Jun 2020) Alt II Davis Bacon Act Construction Over $2K 52.222-6 (Aug 2018) Contract Work Hours & Construction and Labor 52.222-4 (Mar 2018) Safety Standards Hour Contracts Over $2.5K E-Verification All Orders 52.222-54 (Oct 2015) Certification and Disclosure All Orders Over $150K 52.203-11 (Sept 2007) Regarding Payments to Influence Certain Transactions Patent Rights All Orders Ownership by the Contractor 52.227-11 (May2014) Ownership by the Government 52.227-13 (Dec 2007) Buy American Act All Orders over $3K 52.225-2 (May 2014) Contract Terms & Conditions, Commercial Items All Orders over $10K 52.212-4 (Oct 2018) Energy Efficiency in All Orders and Services with 52.223-15 (May 2020) Energy-Consuming Products Energy Consuming Products Contract Provisions for Non-Federal All Orders over $150K CFR200.236 Entity Contracts Under Federal Awards Small Business Subcontracting Plan All Orders over $700K 52.219-9 (June 2020) Subcontractor Certified Cost or Pricing All Orders over $750K 52.215-12 (June 2020) Requiring Certified Cost or Pricing Data All Orders over $750K 15.403-4 Disclosure and Consistency of Cost Acctg All Orders over $750K 52.230-3 (June 2020) Recovered Material Biobased products that use 52.223-1 (May 2012) USDA designated items Recovered Material Biobased products that do 52.223-2 (Sept 2013) not use USDA designated items Recovered Material EPA Designated items 52.223-4 (May 2008) except off the shelf Items less than $150K Recovered Material EPA Designated items 52.223-9 (May 2008) except off the shelf Items greater than $150K Recovered Material EPA-designated items 52.223-17 (Aug 2018) Service and Construction 11/21 25 ATTACHMENT C CAMPAIGN CONTRIBUTION DISCLOSURE FORM Pursuant to NMSA 1978, § 13-1-191.1 (2006), any person seeking to enter into a contract with any state agency or local public body for professional services, a design and build project delivery system, or the design and installation of measures the primary purpose of which is to conserve natural resources must file this form with that state agency or local public body. This form must be filed even if the contract qualifies as a small purchase or a sole source contract. The prospective contractor must disclose whether they, a family member or a representative of the prospective contractor has made a campaign contribution to an applicable public official of the state or a local public body during the two years prior to the date on which the contractor submits a proposal or, in the case of a sole source or small purchase contract, the two years prior to the date the contractor signs the contract, if the aggregate total of contributions given by the prospective contractor, a family member or a representative of the prospective contractor to the public official exceeds two hundred and fifty dollars ($250) over the two year period. Furthermore, the state agency or local public body shall void an executed contract or cancel a solicitation or proposed award for a proposed contract if: 1) a prospective contractor, a family member of the prospective contractor, or a representative of the prospective contractor gives a campaign contribution or other thing of value to an applicable public official or the applicable public official’s employees during the pendency of the procurement process or 2) a prospective contractor fails to submit a fully completed disclosure statement pursuant to the law. THIS FORM MUST BE FILED BY ANY PROSPECTIVE CONTRACTOR WHETHER OR NOT HE/SHE/IT, HIS/HER/ITS FAMILY MEMBER, OR REPRESENTATIVE HAS MADE ANY CONTRIBUTIONS SUBJECT TO DISCLOSURE. The following definitions apply: “Applicable public official” means a person elected to an office or a person appointed to complete a term of an elected office, who has the authority to award or influence the award of the contract for which the prospective contractor is submitting a competitive sealed proposal or who has the authority to negotiate a sole source or small purchase contract that may be awarded without submission of a sealed competitive proposal. “Campaign Contribution” means a gift, subscription, loan, advance or deposit of money or other thing of value, including the estimated value of an in-kind contribution, that is made to or received by an applicable public official or any person authorized to raise, collect or expend contributions on that official’s behalf for the purpose of electing the official to either statewide or local office. “Campaign Contribution” includes the payment of a debt incurred in an election campaign, but does not include the value of services provided without compensation or unreimbursed travel or other personal expenses of individuals who volunteer a portion or all of their time on behalf of a candidate or political committee, nor does it include the administrative or solicitation expenses of a political committee that are paid by an organization that sponsors the committee. “Family member” means spouse, father, mother, child, father-in-law, mother-in-law, daughter-in-law, or son-in-law. “Pendency of the procurement process” means the time period commencing with the public notice of the request for proposals and ending with the award of the contract or the cancellation of the request for proposals. “Person” means any corporation, partnership, individual, joint venture, association or any other private legal entity. “Prospective contractor” means a person who is subject to the competitive sealed proposal process set forth in the Procurement Code or is not required to submit a competitive sealed proposal because that person qualifies for a sole source or a small purchase contract. “Representative of a prospective contractor” means an officer or director of a corporation, a member, or manager of a limited liability corporation, a partner of a partnership or a trustee of a trust of the prospective contractor. 11/21 26 DISCLOSURE OF CONTRIBUTIONS: Contribution Made By: ________________________________________________________________________ Relation to Prospective Contractor: ______________________________________________________________ Name of Applicable Public Official: _______________________________________________________________ Date Contribution(s) Made: _____________________________________________________________________ Amount(s) of Contribution(s): ___________________________________________________________________ Nature of Contribution(s): ______________________________________________________________________ Purpose of Contribution(s): _____________________________________________________________________ (Attach extra pages if necessary) ________________________________________ ___________________________________ Signature Title (Position) ________________________ Date ─OR─ NO CONTRIBUTIONS IN THE AGGREGATE TOTAL OVER TWO HUNDRED FIFTY DOLLARS ($250) WERE MADE to an applicable public official by me, a family member, or representative. ________________________________________ ____________________________________ Signature Title (Position) ______________________________ Date

801 Leroy Place Socorro, NM 87801Location

Address: 801 Leroy Place Socorro, NM 87801

Country : United StatesState : New Mexico

You may also like

AV Service Equipment as needed

Due: 10 May, 2024 (in 6 days)Agency: Purchasing Department of University of Oklahoma

Request for Information PR/SERE AV Equipment

Due: 21 May, 2024 (in 16 days)Agency: DEPT OF DEFENSE

AV EQUIPMENT

Due: 24 Aug, 2024 (in 3 months)Agency: DRUG ENFORCEMENT ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.