RFPs

Request for Proposal - Notice to Bidders
The 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.

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:

  1. Provide any defense, hold harmless or indemnity;
  2. Waive any statutory or constitutional immunity;
  3. Apply the law of a state other than Maine;
  4. Procure types or amounts of insurance beyond those MCCS already maintains or waive any rights of subrogation;
  5. Add any entity as an additional insured to MCCS policies of insurance;
  6. Pay attorneys’ fees; costs, including collection costs; expenses or liquidated damages;
  7. Promise confidentiality in a manner contrary to Maine’s Freedom of Access Act;
  8. Permit an entity to change unilaterally any term or condition once the contract is signed;
  9. Automatic renewals for term(s) greater than month-to-month;
  10. Limitations on MCCS’ recovery of lawful damages incurred as a result of breach of the contract;
  11. Limitation of the time period under which claims can be made or actions brought arising from the contract;
  12. Vendor’s terms prevailing over MCCS’ standard terms and conditions, including addenda; and
  13. 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:

  1. 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;
  2. 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;
  3. 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
  4. 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.
Request for Proposal - Furnishings -- Electrical Classroom Upgrades

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:

  1. Provide any defense, hold harmless or indemnity;
  2. Waive any statutory or constitutional immunity;
  3. Apply the law of a state other than Maine;
  4. Procure types or amounts of insurance beyond those MCCS already maintains or waive any rights of subrogation;
  5. Add any entity as an additional insured to MCCS policies of insurance;
  6. Pay attorneys’ fees, costs, expenses or liquidated damages;
  7. Promise confidentiality in a manner contrary to Maine’s Freedom of Access Act;
  8. Permit an entity to change unilaterally any term or condition once the contract is signed; and
  9. 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:

 

  1. 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;
  2. 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;
  3. 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
  4. 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.
Request for Proposal - NMCC ECE Childcare Center

Renovation of Penobscot Hall, a former 2-story dormitory building, into a new Childcare Center. The project is made up of but not limited to exterior improvements and interior improvements including space reconfiguration, new interior walls, doors, windows, finishes, elevator, fire protection, mechanical, plumbing, electrical and other Work indicated in the Contract Documents.

The contract shall designate the Substantial Completion Date on or before 25 April 2025, and the Contract Final Completion Date on or before 23 May 2025.

1. Bids shall be submitted in sealed envelopes plainly marked “Bid for NMCC ECE Childcare Center” and addressed to the Bid Administrator:

Julie Edgecomb
Senior Administrative Coordinator
Northern Maine Community College
33 Edgemont Drive
Presque Isle, ME 04769

The envelope shall contain a completed Contractor Bid Form, plus bid security when required, to be received no later than 2:00:00 p.m. on October 6, 2023. Bid submissions will be opened and read aloud at the address shown above at the time and date noted above.

Any bid submitted after the noted time will not be considered a valid bid and will remain unopened. Any bid submitted by any other means will not be considered a valid bid.

2. The bid shall be submitted on the Contractor Bid Form (section 00 41 13) provided in the Bid Documents. The Owner reserves the right to accept or reject any or all bids as may best serve the interest of the Owner.

3.  Bid security is required on this project.

If noted above as required, the Bidder shall include a satisfactory Bid Bond (section 00 43 13) or a certified or cashier’s check for 5% of the bid amount with the completed bid form submitted to the Owner. The Bid Bond form is available on the BGS website.

4.  Performance and Payment Bonds are required on this project.

If noted above as required, or if any combination of Base Bid and Alternate Bids amounts selected in the award of the contract exceeds $125,000.00, the selected Contractor shall furnish a 100% contract Performance Bond (section 00 61 13.13) and a 100% contract Payment Bond (section 00 61 13.16) in the contract amount to cover the execution of the Work. Bond forms are available on the BGS website.

5.  Filed Sub-bids are not required on this project.

6.  There are no Pre-qualified General Contractors on this project.

If Pre-qualified General Contractors are identified for this project, the name of each company, with their city and state, are listed below.

7.  An on-site pre-bid conference will be conducted for this project.

If a pre-bid conference is scheduled, it is Optional for General Contractors and optional for Subcontractors and suppliers. Contractors who arrive late or leave early for a mandatory meeting may be prohibited from participating in this meeting and bidding. 10 AM on Wednesday, September 13, 2023 at the project site.

8.  Bid Documents – full sets only – will be available on or about August 28, 2023 and may be obtained “at a cost” from Print Bangor (207) 947-8049 and “at no cost” from:

WBRC Inc.

PO Box 1428

44 Central Street

Bangor, Maine 04402

Donna Allen, donna.allen@wbrcinc.com (207) 947-4511

Request for Proposal - Two (2) Tandem Axle Semi Trucks

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 375Cab Mounted Fire ExtinguisherMaintenance, Repair and Parts Manual
Air Ride Suspension
Conventional Day CabLeft Hand SteeringLocking DifferentialsTires, 22.5 80% or better
Power Locks
Power Windows
Power Mirrors (heated preferred)
Air Conditioning4 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:

  1. Provide any defense, hold harmless or indemnity;
  2. Waive any statutory or constitutional immunity;
  3. Apply the law of a state other than Maine;
  4. Procure types or amounts of insurance beyond those MCCS already maintains or waive any rights of subrogation;
  5. Add any entity as an additional insured to MCCS policies of insurance;
  6. Pay attorneys’ fees, costs, expenses or liquidated damages;
  7. Promise confidentiality in a manner contrary to Maine’s Freedom of Access Act;
  8. Permit an entity to change unilaterally any term or condition once the contract is signed; and
  9. 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:

 

  1. 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;
  2. 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;
  3. 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
  4. 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.
Request for Proposal - Monitoring, Fire Alarm Service/Maintenance

Northern Maine Community College
Monitoring, Fire Alarm Service/Maintenance
Request for Proposals

Northern Maine Community College is requesting proposals for fire alarm servicing and maintenance. The contract will be awarded for a 3-year term with possibility of extending for two one-year terms. The selected vendor shall provide the following:

• Provide “Life Safety” Central station monitoring for college buildings listed on the proposal sheets.

• Provide full alarm system service and maintenance program. The firm must provide a proposal that will meet or exceed the State Fire Marshall Office requirements, Testing, Inspection, Maintenance and Records Standards, all pertinent N.F.P.A. requirements and meeting all specifications enclosed in this RFP.

Proposers may choose to provide all services herein described or use qualified subcontractors for portions of the work. Proposers will be required to submit with their proposal a list of ALL subcontractors they intend to use. Throughout this proposal, the term “proposer” shall apply to the proposer them self or the subcontractor being used for that portion of work.

CENTRAL STATION MONITORING – Scope of Services/Specifications

• Furnish fire alarm system protection/notification for 24 hours a day, 365 days a year.
• Furnish and install necessary parts and supplies to bring existing equipment to operating standards of new equipment, where necessary.
• Provide and install dry contracts for connection to the Fire Alarm Control Panel, where necessary.
• An automatic phone line and Digital Alarm Communicator Transmitter (DACT) test must be performed every 24 hours to ensure that the equipment is working properly.
• Monitoring must be performed by a UL approved Central Station. All monitoring for all buildings must be done from one source location.
• The College will set a common password for all monitoring.
• The Central Station must be able to distinguish between a fire alarm system trouble, phone line trouble, DACT trouble, supervisory system trouble, and fire alarm.
• The DACT must dial the Central Station using a toll free or local phone number.
• Two dedicated (or one dedicated and one redundant) phone lines terminated with RJ31X jacks will be provided by Northern Maine Community College.
• For work needed that is not within the scope of this contract, the vendor will give a written work order proposal to the Manager of Facilities stating the work needed and all associated costs. NO work is to be done until approval by the College.
• System should accomplish the following:
o Immediate notification of the fire department and our designated personnel, to assure the fastest response time.
o Specific signal notification that pinpoints alarm origin to minimize loss and speed response.
o Instant access to customer premise and procedural information.
o State-of-the-art electronic technology monitored by expertly trained personnel.
o Customization to address Fire Alarm System and Trouble Conditions.

CENTRAL STATION MONITORING – Qualifications of Proposer
The proposer shall have a minimum of five (5) years monitoring experience in work similar in scope and magnitude to this project. A list of contracts held for the last five (5) years shall be submitted as part of this proposal. Failure to submit this proof with your proposal shall subject it to rejection.

CENTRAL STATION MONITORING – General Information
All employees will be trained persons directly employed and supervised by the Proposer. They shall be skilled in the care and maintenance of fire and security system monitoring and maintain them in a safe and proper operating condition at all times.

The College may add or delete buildings throughout the year. For buildings that are deleted, the contract will be decreased by the monthly monitoring rate for that site. For buildings added, the Manager of Facilities will negotiate rates with the successful proposer.

CENTRAL STATION MONITORING – Specific Submittals (if necessary)

• List of contract held, similar in scope, for the last five (5) years
• Three (3) letters of reference
• Proposal sheet(s).

FIRE ALARM SERVICE AND MAINTENANCE – Scope of Services/Specifications
The scope of work shall include: all supervision; the necessary labor; materials; tools; and test equipment to accomplish the following with regards to the covered system defined herein and identified as Building and Fire Alarm Information included in this document.

1. Price Proposal-Full fire alarm system service and maintenance program according to specifications contained within.
2. Alternate 1- Equipment listed in Building and Fire Alarm Information for complete annual service and periodic service rate as required:
a. test and inspection (To be completed before August 17th each year.);
b. cleaning, adjustments and calibration (To be completed before August 17th each year.);
c. reporting; and
d. documentation.

Proposer shall furnish supervision, test equipment, tools, material and labor to complete the work specified herein. No deviation from stated work is permitted. All site work and on-call work shall be performed by a qualified technician. For purposes of this proposal, a qualified technician is defined as licensed or certified by a nationally recognized organization and/or manufacturer training with three (3) years field experience in the listed fire alarm systems.

For equipment needing to be replaced, the successful proposer shall furnish a work order to the Manager of Facilities detailing the work/equipment needed. Only after approval of the work order shall the proposer begin work.

For purposes of this maintenance proposal, the following terms are considered to have the meaning described:

1. Acceptance: A finding of “acceptable” on the par of the Owner.
2. Testing: An affirmative action taken to verify and confirm the functional operation ability of all or part of a device, circuit or system.
3. Inspection: a visual evaluation of all or part of device, circuit, or system to verify or confirm that it appears to be functionally operable.
4. Maintenance: An affirmative action taken to assure that all or part of a device, circuit or system will function or continue to function, as intended, or to return same to such condition. Includes batteries for equipment as needed and cleaning.
5. Record: Any and all documents of activity related to the fire alarm system.

This proposal provides for complete maintenance and repair coverage including:

• Testing: Complete functional testing to be performed on 100% of the devices and circuits under all conditions (alarm, supervisory, open, ground, secondary power, etc.).
o Stray Voltage: Verify that unwanted voltages do not exist between installation conductors and ground, or between installation conductors.
o Ground Faults: Verify that all installation conductors test free of ground.

o Short Circuits: Verify that all installation conductors test free of ground.

o Loop Resistance: Sort each installation conductor pair. Measure and record the resistance of each circuit and verify that it does not exceed the manufacturer’s specified limits.

• Manual Stations: Operate per manufacturer’s instructions. “Open and ground.”
• Heat Detectors: Test mechanically and electrically only. “Open and ground.”
• Smoke Detectors: Test in place annually. Calibrated sensitivity testing must be within 0.25%/ft. of listed range.
• Flame, Fire, Gas and Other Detectors: “Open and ground.”
• Electric Detectors: Thermal link- operates electrically.
• Extinguishing System Interconnection: “Open and ground.”
• Coordinating with Elevator Maintenance Company for testing elevator/fire alarm.
• Coordinating with Fire Suppression Company for testing fire alarm connections with fire suppression systems in the Commons and Auto-body buildings.
• Supervisory Devices: Signal is distinct from trouble signal.
• Remote Annunciators: Verify that all FACP status changes transfer to remote panels.
• Indicating Appliances:
o Db level reading with alarm silenced under normal occupancy conditions at 5’ above floor level in areas that are occupied or may be occupied to verify audible alarm level is sufficient as per NFPA 72, 4-3.
o Initiate audible alarm.
o Verify voice clarity where applicable.
o Initiate general audible alarm. Induce “open” at initiating circuit interface for ground fault condition.
• Fire Alarm Control Panel (FACP):
o Lamps and LEDS: Illuminate.
o Verify fuse rating. Remove fuse to induce “trouble” condition.
o Primary Power: Interrupt secondary power supplies (batteries, etc.) to induce “trouble” condition (NFPA 72, 4-5).
o Secondary Power: Interrupt primary power supplies (circuit breaker, etc.) to induce “trouble” condition (NFPA 72, 4-5).
o Trouble Silencing Switch: Induce “trouble” condition and verify audible “trouble” signal (NFPA 72, 2-4.7.4, ’90).
o Zone Disconnect Switch: Activate each separately and verify that a “trouble” signal is received.
o Alarm Silencing Switch: Verify that the audible signal transfers to a visual indicator.
o Supervisory Signal Silencing Switch: Verify an audible signal is initiated which is visually and/or audibly distinctive from a “trouble” signal.

Testing shall be in accordance with NFPA standards and the State Fire Marshall. Reports of every test will be submitted to the Manager of Facilities within twenty-four (24) hours of the test.

FIRE ALARM – Qualifications
Proposers shall be competent and experienced in the field of fire alarm and have a minimum five (5) years prior experience in the design; installation and service of a variety of alarm systems. Proposers should have a current service contract of a similar nature. Proposers should have the ability to answer a service call within four (4) hours of receiving a call.

Vendors should be available for service/repair 24 hours per day, 365 days per year.

FIRE ALARM – General Information
Where, in the course of work, the contractor requires an outage of electrical service, contractor must request authorization for outage through the Manager of Facilities at least ten (10) working days in advance. The request shall state the anticipated duration of such outage. Written authorization must be obtained before proceeding. Due to the nature of this contract, emergency situations can be expected. In instances where the written authorization cannot be expected to apply, it is imperative that telephone contact is made with the Manager of Facilities at (207) 227-4937, or his representative, before any shutdown of service is accomplished.

Proposer is responsible for providing an MSDS statement on any chemical product to be used on the job. The MSDS statement will be reviewed and approved by the Manager of Facilities before any work can begin. Failure to comply with this provision will result in the project being immediately stopped and the contractor will be responsible for all costs associated with the stoppage. Additionally, the contractor will be responsible for all costs to the College resulting from the stoppage that is to include, but not limited to, medical bills of College employees adversely affected, relocation of staff and programs, etc.

The contractor shall not make any alterations to equipment, including control circuits, without prior written approval from the College.

Visual Inspection
Contractor shall identify and document the general condition of manual stations, heat detectors, smoke detectors, flame, fire, gas and other detectors, extinguishing system interconnections, supervisory devices, remote enunciators, indicating appliances, fire alarm control panel, signaling circuits and digital alarm communicator transmitters and any other equipment included in the scope of Work. Schematics and drawings, where available, will be provided by College.

Performance Conferences and Reports
At the end of each 90-day period, the contractor shall meet with the owner’s representative to review performance and schedule major testing/repairs contemplated during the next 90-day period. The contractor shall submit written performance reports at the end of each six (6) month period.

Checking In and Out
The contractor’s personnel shall notify the Manager of Facilities during normal working hours prior to commencing work, and check out after completing the work. This requirement applies to regular maintenance, repair, and on-call work.

Billing Procedure
Billing shall be rendered by the contractor for regular maintenance service and any owner-authorized extra work as prescribed in the proposal. It shall be itemized by building name and location, building number and purchase order number. Lump sum billing is not authorized. Contractor is responsible for all shipping and freight costs.

Addition or Deletion of Fire Alarm Systems
Systems of a comparable type may be added during the contract term at the same price(s) as those proposed. Deleted systems shall reduce the contract price at the same rate as originally included in the proposal. Modifications to existing systems will be the subject of negotiations between the proposer and Northern Maine Community College.

Record Keeping
Certificate of compliance must be completed and provided to the owner each time a fire alarm system is installed, serviced, tested, repaired, improved or inspected. This is in addition to documentation required elsewhere within the adopted standards.

Tagging
A Fire Alarm Service Tag must be affixed to the fire alarm control panel each time a system is inspected, tested, serviced, repaired, installed, etc.

Work Hours
All work shall be performed during regular working hours of regular working days, unless otherwise specified. Regular hours for the purpose of this proposal are Monday through Friday, 7:30 a.m. to 5:00 p.m., excluding holidays. Any regular time or overtime work, not otherwise included in the contract, shall be billed to the owner as an extra charge at the contractor’s bid labor rate. For evaluation purposes, the following estimated hours will be used:

a) 40 for all regular hours
b) 16 for all overtime, Sunday and Holidays.
The respondents may familiarize themselves with the building fire alarm system up request for walk-through. The proposer may inspect the condition of the equipment to be serviced and any other conditions affecting the work to be performed. This equipment is offered in an “as-is” condition. No claim shall be allowed for correction of deficiencies noticed to exist prior to award of contract.

The successful contractor, when authorized by the College, where such activity is not included in the basic contract, may make additional maintenance or repairs. Successful contractor shall supply any and all additional labor and materials at the contractor’s billing rate. NMCC is receptive to recommendations for additional service or improved methods deemed beneficial. For equipment needing to be replaced, the successful proposer shall furnish a work order to the Manager of Facilities detailing the work/equipment needed. Only after approval of the work order shall the proposer begin work.

FIRE ALARM – Specific Submittals

• List of contract held, similar in scope, for the last five (5) years
• Three (3) letters of reference
• Proposal price sheet(s).

SELECTION CRITERIA

Factor Weight
Total proposed price and billing rates 30%
Qualifications, Pertinence and/or quality of references 30%
Overall suitability to the NMCC’s needs 30%
Proposal completeness and readability 10%

Questions concerning this RFP must be sent via email to njedgeco@nmcc.edu, and courtesy copied to nlgriffi@nmcc.edu. All questions and responses will be posted on the College website at http://www.nmcc.edu/about-nmcc/news-info/rfps/. It will be the vendors’ responsibility to check this site for updates.

Bids are due to the College no later than August 24, 2023 at 2:00pm.

If you have questions concerning this request for proposals or wish to request a site visit, please contact Lee Griffin at 227-4937 or nlgriffi@nmcc.edu or Julie Edgecomb-Clark at 768-2760 or njedgeco@nmcc.edu. Vendor walk-throughs will be scheduled upon request, 48 hours notice is required.

Bids can be emailed to the address above, or sent to:

Northern Maine Community College
Attn: Julie Edgecomb-Clark
33 Edgemont Drive
Presque Isle, ME 04769

Request for Proposal deadline August 24, 2023
RFP Advertised August 11, 2023
Notice required for on-site walk-through 48 hours
Send questions and proposals to: njedgeco@nmcc.edu and courtesy copied to nlgriffi@nmcc.edu

Bids are due to the College no later than August 24, 2023 at 2:00pm.

Bids can be emailed to the address above, or sent to:

Northern Maine Community College
Attn: Julie Edgecomb-Clark
33 Edgemont Drive
Presque Isle, ME 04769

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

Fire Alarm Monitoring Q&R – 8/17/23

Fire Alarm Inspection Reports

 

Request for Proposal - Dynamic Positioning (DP) Simulator - Class B (DP2) with Instructor Station & Dynamic Positioning (DP) Simulator - Class C (DP1) - Classroom Setup for 8 workstations and instructor station - MMA, Bucksport CPMD Facility

REQUEST FOR PROPOSALS (RFP)

ISSUED BY

NORTHERN MAINE COMMUNITY COLLEGE & MAINE MARITIME ACADEMY

BUCKSPORT, MAINE

Date:  September 14, 2023

Overview:  Northern Maine Community College (NMCC), a two-year state supported college in Northern Maine and Maine Maritime Academy (MMA), a four-year state supported college on the coast of Maine, are requesting proposals for a new simulation system to support MMA’s Center for Professional Mariner Development (CPMD), located in Bucksport, Maine – specifications follow.

Specifications:

Fully integrated Dynamic Positioning simulation system including:

  • Dynamic Positioning (DP) simulator – Class B (DP2) with Instructor Station
  • Dynamic Positioning (DP) simulator – Class C (DP1)
    • Classroom setup of 8 workstations and instructor station

Proposals Must Include if applicable:

  • Must include quote for ongoing maintenance contract, split out by component.
  • Must detail cost of each component separately and note which components reply upon another component.
  • Maintenance contract must include yearly upgrades and at least one yearly product training visit for support staff as well as faculty.
  • Exercises programmed for DP Advanced and Refresher Courses, course materials, and instruction manual.
  • Exercises programmed for DP Basic, and instruction manuals.
  • DP simulator must be Nautical Institute (NI) certified.  Winning vendor will assist MMA in obtaining the necessary NI certification.
  • Assistance with Nautical Institute Accreditation audit
  • All simulators must be Coast Guard certified.

This RFP is for the MMA Bucksport CPMD Facility and is not meant to replace or augment the existing simulation systems in place at the Castine campus of MMA.

Proposal Submission: Proposals will be received until end of business (4 PM) Tuesday September 26, 2023 (local time).

Proposals can be emailed to the following addressnmiwilli@nmcc.edu.  Proposal must be noted “CPMD DP Simulator Proposal”.

NOTE:  NMCC and MMA personnel are not allowed to negotiate prices – your proposal must be your best price for consideration.

Any proposals received after this deadline will be rejected.

Contact:  Technical questions/requests for clarification must be submitted via email to Hildy Lowell at address:  hildy.lowell@mma.edu.  The deadline for questions is end of business (4 PM) Thursday, September 21, 2023 (local time).  Subject title of the email shall read: “CPMD DP Simulator RFP” Questions. Questions will be forwarded to the appropriate personnel on campus and then answers will be given to all prospective contractors.

 

Northern Maine Community College and Maine Maritime Academy reserve the right to accept or reject any and/or all proposals at its sole discretion.  NMCC is an EEO/AA Title IX, Section 504 employer

100% of the total costs of this purchase will be financed with Federal money.

 

Thank you for participating in this process.