RFPs
Notice to Vendors and Bidders:
Standard Terms and Conditions Applicable to All MCCS Contracts
The following standard contracting terms and conditions are incorporated and shall become a part of any final contract that will be awarded by any college or other operating unit of the Maine Community College System (collectively “MCCS”). These terms and conditions derive from the public nature and limited resources of the MCCS. MCCS DOES NOT AGREE TO:
- Provide any defense, hold harmless or indemnity;
- Waive any statutory or constitutional immunity;
- Apply the law of a state other than Maine;
- Procure types or amounts of insurance beyond those MCCS already maintains or waive any rights of subrogation;
- Add any entity as an additional insured to MCCS policies of insurance;
- Pay attorneys’ fees; costs, including collection costs; expenses or liquidated damages;
- Promise confidentiality in a manner contrary to Maine’s Freedom of Access Act;
- Permit an entity to change unilaterally any term or condition once the contract is signed;
- Automatic renewals for term(s) greater than month-to-month;
- Limitations on MCCS’ recovery of lawful damages incurred as a result of breach of the contract;
- Limitation of the time period under which claims can be made or actions brought arising from the contract;
- Vendor’s terms prevailing over MCCS’ standard terms and conditions, including addenda; and
- Unilateral modifications to the contract by the vendor.
By submitting a response to a Request for Proposal, bid or other offer to do business with MCCS, YOUR ENTITY UNDERSTANDS AND AGREES THAT:
- The above standard terms and conditions are thereby incorporated into any agreement entered into between MCCS and your entity; that such terms and condition shall control in the event of any conflict with such agreement; and that your entity will not propose or demand any contrary terms;
- The above standard terms and conditions will govern the interpretation of such agreement notwithstanding the expression of any other term and/or condition to the contrary;
- Your entity will not propose to any college or other operating unit of the MCCS any contractual documents of any kind that are not in at least 11-point black font on a white background and completely contained in one Word or PDF document, and that any references to terms and conditions, privacy policies or any other conditions referenced outside of the contract will not apply; and
- Your entity will identify at the time of submission which, if any, portion or your submitted materials are entitled to “trade secret” exemption from disclosure under Maine’s Freedom of Access Act; that failure to so identify will authorize MCCS to conclude that no portions are so exempt; and that your entity will defend, indemnify and hold harmless MCCS in any and all legal actions that seek to compel MCCS to disclose under Maine’s Freedom of Access Act some or all of your submitted materials and/or contract, if any, executed between MCCS and your entity.
NORTHERN MAINE COMMUNITY COLLEGE
REQUEST FOR PROPOSAL
Furnishings – Electrical Classroom Upgrades
Northern Maine Community College is currently seeking proposals for furnishings and accessories for the electrical classroom on our campus.
Proposals must detail a price per unit, extended price, lead time for each item, installation fee and a grand total. Substitutions of equivalents will not be accepted unless noted. The list of items, part numbers and quantities needed is below. Incomplete proposals will not be considered. Proposals must include installation.
QTY | Unit | Part # | Description |
30 | Each | H-4066BL | Deluxe Work Stool – Vinyl, Black |
30 | Each | H-1375WH | Casters for Office Chairs and Work Stools |
12 | Each | H-1138-SMAP | Industrial Packing Table – 72 x 36”, Maple Top |
12 | Each | H-8502 | Packing Table Leg Height Extenders – Set of 4 |
12 | Each | H-3660 | Packing Table Electric Top Shelf – 72” |
12 | Each | H-8181BL | Workbench Mat – 72 x 28”, Black |
Proposals will be reviewed and one vendor will be selected using the following criteria:
Factor | Weight |
Total proposed price | 60% |
Lead time | 30% |
Proposal Quality, Detail and Organization | 10% |
The proposal deadline in response to this RFP is 2:00 pm, May 26, 2023.
If you have any questions concerning this bid please direct them to Clayton Endy by email at ncendy@nmcc.edu or by phone at 768-2714. Bids can be e-mailed to ncendy@nmcc.edu or delivered.
The college reserves the right to reject any or all bids.
This RFP shall be referenced in, and considered part of, any final contract.
See attached Notice to Bidders.
Notice to Vendors and Bidders:
Standard Terms and Conditions Applicable to All MCCS Contracts
The following standard contracting terms and conditions are incorporated and shall become a part of any final contract that will be awarded by any college or other operating unit of the Maine Community College System (collectively “MCCS”). These terms and conditions derive from the public nature and limited resources of the MCCS. MCCS DOES NOT AGREE TO:
- Provide any defense, hold harmless or indemnity;
- Waive any statutory or constitutional immunity;
- Apply the law of a state other than Maine;
- Procure types or amounts of insurance beyond those MCCS already maintains or waive any rights of subrogation;
- Add any entity as an additional insured to MCCS policies of insurance;
- Pay attorneys’ fees, costs, expenses or liquidated damages;
- Promise confidentiality in a manner contrary to Maine’s Freedom of Access Act;
- Permit an entity to change unilaterally any term or condition once the contract is signed; and
- Automatic renewals for term(s) greater than month-to-month.
By submitting a response to a Request for Proposal, bid or other offer to do business with MCCS, YOUR ENTITY UNDERSTANDS AND AGREES THAT:
- The above standard terms and conditions are thereby incorporated into any agreement entered into between MCCS and your entity; that such terms and condition shall control in the event of any conflict with such agreement; and that your entity will not propose or demand any contrary terms;
- The above standard terms and conditions will govern the interpretation of such agreement notwithstanding the expression of any other term and/or condition to the contrary;
- Your entity will not propose to any college or other operating unit of the MCCS any contractual documents of any kind that are not in at least 11-point font and completely contained in one Word or PDF document, and that any references to terms and conditions, privacy policies or any other conditions referenced outside of the contract will not apply; and
- Your entity will identify at the time of submission which, if any, portion or your submitted materials are entitled to “trade secret” exemption from disclosure under Maine’s Freedom of Access Act; that failure to so identify will authorize MCCS to conclude that no portions are so exempt; and that your entity will defend, indemnify and hold harmless MCCS in any and all legal actions that seek to compel MCCS to disclose under Maine’s Freedom of Access Act some or all of your submitted materials and/or contract, if any, executed between MCCS and your entity.
• Completion of a hazardous materials assessment for Penobscot Hall including: an asbestos demolition impact survey; and completion of a potential hazardous material/hazardous waste and universal waste inventory;
• Development of a site-specific Hazardous Materials Remediation Project Manual including site specific hazardous materials remediation Specification Sections; and
• Providing Remediation Contractor bidding period services.
RFP Estimated Timeline:
1/25/2023 – Request for Proposals will be distributed.
2/10/2023 – Due date for any clarification questions.
2/10/2023 – Deadline for vendor initiated walk-through (3 business days notice required for scheduling)
2/15/2023 – Final date for proposal submittal, 2pm deadline.
2/17/2023 – Estimated date of vendor award.
Start date – upon completion of contract and 3 business days notice for residents
Proposals can be emailed to njedgeco@nmcc.edu or delivered/mailed to:
Northern Maine Community College
Attn: Environmental Consulting RFP
33 Edgemont Drive
Presque Isle, ME 04769
See Full RFP for additional requirements and details: Environmental Consulting RFP ECE Daycare Building 2023
See Q&R for Additional Details: Q&R Environmental Consulting RFP -02/15/2023
See Q&R 1 for Additional Details: Q&R-1 Environmental Consulting RFP – 02/16/2023
Northern Maine Community College
Two (2) Tandem Axle Semi Trucks
Request for Proposals
Northern Maine Community College is seeking proposals from dealers for two tandem axle semi-trucks. The trucks must be a 2017 or newer model. Additional truck specifications:
10 Speed Manual Transmission Painted White in ColorTruck/Trailer configurationExpected Gross Combination Weight 80,000 Air Slide Fifth Wheel Air Ride Cab Detroit Diesel Engine Engine Horsepower, Minimum of 375 Cab Mounted Fire Extinguisher Maintenance, Repair and Parts Manual |
Air Ride Suspension Conventional Day CabLeft Hand SteeringLocking Differentials Tires, 22.5 80% or better 4 Sets of Factory Keys |
Proposals must include general vehicle description including mileage, a complete list of equipment, warranty information, parts availability statement for the units, and other relevant vehicle information. Proposals must include photos of the interior (minimum of dash, doors, and seats, engine cab) and exterior (minimum of sides, front and rear) of the vehicle.
Delivery to campus in Presque Isle Maine is required. Proposals must detail any additional fees for vehicle delivery.
The College will not be purchasing additional warranty; any warranty offered must be included in the overall cost. NMCC is a tax exempt organization, documentation will be provided to the selected dealer.
Criteria for bid selection:
Factor | Weight |
Vehicle Price (including delivery fee) | 50% |
KBB to Vehicle Price Ratio | 20% |
Unit Specifications and Description | 10% |
Record of Past Performance, Repairs and Maintenance | 10% |
Physical Condition | 10% |
Dealers are invited to submit proposals on multiple vehicles that meet the College’s specifications.
Proposals must be received by Friday, April 18, 2023 at 4pm.
Vehicle delivery deadline: May 5, 2023.
If you have any questions concerning this bid please direct them to Clayton Endy at 768-2714. Bids can be faxed to 207-768-2831 or e-mailed to ncendy@nmcc.edu.
The college reserves the right to reject any or all bids.
This RFP shall be referenced in, and considered part of, any final contract.
See attached Notice to Bidders.
Notice to Vendors and Bidders:
Standard Terms and Conditions Applicable to All MCCS Contracts
The following standard contracting terms and conditions are incorporated and shall become a part of any final contract that will be awarded by any college or other operating unit of the Maine Community College System (collectively “MCCS”). These terms and conditions derive from the public nature and limited resources of the MCCS. MCCS DOES NOT AGREE TO:
- Provide any defense, hold harmless or indemnity;
- Waive any statutory or constitutional immunity;
- Apply the law of a state other than Maine;
- Procure types or amounts of insurance beyond those MCCS already maintains or waive any rights of subrogation;
- Add any entity as an additional insured to MCCS policies of insurance;
- Pay attorneys’ fees, costs, expenses or liquidated damages;
- Promise confidentiality in a manner contrary to Maine’s Freedom of Access Act;
- Permit an entity to change unilaterally any term or condition once the contract is signed; and
- Automatic renewals for term(s) greater than month-to-month.
By submitting a response to a Request for Proposal, bid or other offer to do business with MCCS, YOUR ENTITY UNDERSTANDS AND AGREES THAT:
- The above standard terms and conditions are thereby incorporated into any agreement entered into between MCCS and your entity; that such terms and condition shall control in the event of any conflict with such agreement; and that your entity will not propose or demand any contrary terms;
- The above standard terms and conditions will govern the interpretation of such agreement notwithstanding the expression of any other term and/or condition to the contrary;
- Your entity will not propose to any college or other operating unit of the MCCS any contractual documents of any kind that are not in at least 11-point font and completely contained in one Word or PDF document, and that any references to terms and conditions, privacy policies or any other conditions referenced outside of the contract will not apply; and
- Your entity will identify at the time of submission which, if any, portion or your submitted materials are entitled to “trade secret” exemption from disclosure under Maine’s Freedom of Access Act; that failure to so identify will authorize MCCS to conclude that no portions are so exempt; and that your entity will defend, indemnify and hold harmless MCCS in any and all legal actions that seek to compel MCCS to disclose under Maine’s Freedom of Access Act some or all of your submitted materials and/or contract, if any, executed between MCCS and your entity.
Northern Maine Community College
Northern Maine Community College wishes to procure architectural/engineering services for the GWO Wind Simulator project in Presque Isle, Maine. The purpose of this project is to install a wind turbine simulator structure for students to have a close to real life experience within a lab space. A necessary requirement for accreditation. The propose d simulator is to be install ed in one of our campus buildings or an addition if necessary. The proposed trainer to be purchased has a physical size of L 21 ft x W 19 ft x H 21 ft.
The scope of services will be to work with NMCC facilities management and wind power faculty to determine the best engineered solution for the location of the new trainer. This will include but not be limited to, field verification and documentation of existing conditions, design development, contract documents, bidding, and construction administration. The firm may be required to coordinate this work and/or additional work with other consultants contracted by Northern Maine Community College.
Interested firms should submit one paper copy and one electronic copy of a Letter of Interest with a Statement of Qualifications which includes the firm’s:
• Qualifications to undertake this project;
• Documented experience with budgets, estimating, and project cost control;
• List of projects that demonstrate the firm’s capabilities;
• List of recently completed work of similar type and size projects, with client contact information for each project;
• Profiles of key personnel who would be involved in the project;
• Statement of current workload and ability to absorb the project; and
• List of business references other than those listed above, including contact information.
The paper copy of the Letter of Interest and Statement of Qualifications should be sent to Lee Griffin, Manager of Facilities, 33 Edgemont Drive, Presque Isle, ME 04769 to be received not later than 2:00 PM on June 23, 2023. The electronic copy of the Letter of Interest and Statement of Qualifications should be sent as an attachment to an email addressed to lgriffin@nmcc.edu and BGS.Architect@Maine.gov so as to meet the deadline noted above.
Firms responding will be screened and interviewed based on qualifications only.
Project fees and specific design solutions for this project will not be discussed at the interview. Specific program information will not be available before the screening of qualification packages. The selection committee will rank all firms and negotiate fees with the highest ranked firm.
Architect-Engineer Procurement Process
The standard procurement process of Architect and Engineer design services for public improvements is a Qualification Based Selection (QBS) process per statute (Title 5, §1742 subsection 6), described briefly here.
1. The advertisement of this Request for Qualifications is the initial step in the process after the Agency assures that the project itself is approved and funded. A clear scope of services statement is an essential component of the advertisement.
2. Interested firms respond to the Request for Qualifications (RFQ) as described below, submitting the Letter of Interest and Statement of Qualifications to the Selection Committee.
3. The Selection Committee screens all submissions and invites the most qualified firms to interview for the project, typically three to five firms.
4. The Selection Committee interviews the firms. Second interviews may be scheduled. References are checked.
5. The Selection Committee ranks all of the interviewed firms. The Committee negotiates an agreement with the highest ranked firm based on the scope of professional services identified in the RFQ and interview.
6. A BGS Architect/Engineer Agreement is drafted.
7. The agreement must be approved before work commences.