COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
INVITATION TO BID (ITB)
FOR
VEHICLE FLEET PURCHASE
SOLICITATION NO.: 19-7522
KRISTOFER LOPEZ, PROCUREMENT STRATEGIST
PROCUREMENT SERVICES DIVISION
3295 TAMIAMI TRAIL EAST, BLDG C-2
NAPLES, FLORIDA 34112
TELEPHONE: (239) 252-8944
Kristofer.Lopez@colliercountyfl.gov (Email)
This solicitation document is prepared in a Microsoft Word format. Any alterations to this
document made by the Vendor may be grounds for rejection of proposal, cancellation of any
subsequent award, or any other legal remedies available to the Collier County Government.
SOLICITATION PUBLIC NOTICE
INVITATION TO BID (ITB) NUMBER:
19-7522
PROJECT TITLE:
Vehicle Fleet Purchase
LOCATION:
PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295
TAMIAMI TRAIL EAST, BLDG C
-2, NAPLES, FLORIDA 34112
DUE DATE:
DATE & TIME
PLACE OF BID OPENING:
PROCUREMENT SERVICES DIVISION
3295 TAMIAMI TRAIL EAST, BLDG C
-2
NAPLES, FL 34112
All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System:
https://www.bidsync.com/bidsync-cas/
INTRODUCTION
As requested by the Fleet Management Division (hereinafter, the “Division) the Collier County Board of County Commissioners
Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of
obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or
attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated.
The results of this solicitation may be used by other County departments once awarded according to the Board of County
Commissioners Procurement Ordinance.
The County seeks bids to facilitate purchases of new fleet vehicles for County operations. Vehicles covered under this bid are Ford
automobiles, vans, sport utility vehicles, cross-over vehicles, and light/medium-duty trucks up to 33,000 pounds GVWR. Purchases
of 50-80 vehicles are expected annually, however the County makes no commitment to any minimum or maximum quantity.
Although most light to medium-duty fleet vehicles will be purchased from this bid, the County reserves the right to purchase from
other government bids and/or government association bids, and to competitively bid specialty vehicles such as ambulances when
deemed in the best interests of the County.
TERM OF CONTRACT
The contract term, if an award(s) is/are made is intended to be for three (3) years with three (3) one-year renewals.
The percentage discount below dealer invoice that was bid and awarded shall remain firm for the duration of this contract.
Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure.
The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this
Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the
County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect.
AWARD CRITERIA
ITB award criteria are as follows:
¾ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the
solicitation.
¾ For the purposes of determining the winning bidder, the County will select the vendor with the highest discount as outlined
below:
x Highest “Percentage discount from total dealer invoice price
¾ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for
quoting, or other options that represents the best value to the County; however, it is the intent to:
x Identify a single awardee
¾ The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing
Card for the award of this solicitation.
DETAILED SCOPE OF WORK
All bidders must be a Ford Motor Company manufacturer-authorized dealership with full maintenance, warranty, and parts
capabilities. The successful bidder must provide warranty service on all Ford vehicles purchased by the County without regard to the
source of purchase and must provide service facilities or service capabilities convenient to Collier County operations. Convenient is
defined as service facilities located within ten miles of 2901 County Barn Road, Naples, Florida 34112 or provision of timely vehicle
pick-up and delivery services or provision of on-site maintenance services for warranty requirements. At least one of these capabilities
must be indicated on the bid schedule. To be considered a responsive bidder, a bidder MUST comply with one of the three
warranty scenarios listed on the Bid Schedule.
Due to the make-up of the current County fleet, parts inventory, tools, diagnostics, and training considerations, the Board of County
Commissioners has deemed Ford as the manufacturer of choice for small and medium-duty vehicles. Only Ford dealerships and
products will be considered on this bid.
The bid will be a percentage figure below total dealer invoice price, including model base price, factory installed options, and
destination freight charges, less any National, State, or local factory fleet incentives, or any additional dealer incentives. All special
additional equipment not factory installed, such as utility bodies, cranes, caution/emergency lights, bedliners, or other after-market
additions installed by a subcontractor shall be billed at dealer cost as shown on the subcontractor’s invoice. Copies of subcontractor
invoices will be provided to the County upon delivery of the vehicle. Prices for non-factory options installed by the dealer such as
window tinting, extra keys, or van shelving shall be indicated in the dealer quote for each specification. No further verification will be
required for dealer installed options.
Vehicle Purchases
Purchases of individual vehicles or groups of like vehicles shall be made from an awarded dealer that meets vehicle specifications
with the lowest net price after factory and dealer discounts. The County shall be the sole judge of accepting or denying any deviations
from specifications. Vehicle bid prices shall include all charges including delivery/transportation, dealer preparation, fuel, pollution
taxes/charges, and temporary registration fees.
Once a vehicle bid has been awarded, the County may purchase any number of vehicles with the same specifications, during the same
model year, from the same vehicle bid of the awarded dealer.
On occasions when the needs of the County are immediate or time critical, award may be made on the basis of availability rather than
lowest cost.
Vehicle Bid Procedures
The Collier County Fleet Management Division shall provide the dealer(s) with vehicle specifications and designate a time period for
bid response. Bid responses shall be made in the format provided by the Fleet Management Division along with a copy of a Vehicle
Order Confirmation Report or other confirming documentation provided to the Dealer by Ford Motor Company showing dealer
invoice prices and copies of any subcontractor bid proposals for any after-market additions. Subcontractor bid proposals shall be
listed in detail by item.
The Fleet Management Division will review all bid responses for specification compliance and bid prices to determine the awarded
dealer. Award results will be announced to all bidding dealers. A County purchase order shall be issued to the dealer as official
authority to order the awarded vehicle(s).
Delivery
Bidders shall have 120 days to deliver normal production vehicles and 150 days to deliver vehicles with dealer options or additional
equipment. If vehicles are not delivered within these time periods, the County shall have the option of canceling the purchase order
and awarding the bid to the next lowest bidder or to the bidder with the quickest availability.
All vehicles shall be cleaned, serviced (including all normal dealer preparations), and delivered to Collier County Fleet Management
at 2901 County Barn Road, Naples, Florida 34112. All after-market options shall be properly installed and operational per
specifications at delivery. Vehicles shall be delivered with the window sticker attached to the window or inside the vehicle when
window tinting is ordered. Unless otherwise informed by the Fleet Management Division, all vehicles will be titled to Collier County
Board of County Commissioners, 3299 Tamiami Trail East, Suite 700, Naples, Florida 34112; FEID 59-6000558; Tax Exemption
#85-8015966531C-1.
Vehicles shall be delivered with the following documents appropriately completed:
a. Manufacturer’s Certificate of Origin for a Vehicle
b. Application for Certificate of Title with/without Registration
c. Motor Vehicle Dealer Title Reassignment Supplement
d. Temporary registration and tag
e. Operator’s Manual
f. Warranty Certifications
g. Original Invoice to County
h. Factory issued dealer invoice
i. Subcontractor invoices for after-market additions
j. Weight certificate or affidavit showing total weight of delivered vehicle when a utility body or other significant
component has been added to a truck cab and chassis.
k. Secondary Manufacturer’s Certificate of Origin as required when major body units or systems are added to an
incomplete truck chassis.
VENDOR CHECKLIST
***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check
List):
The Solicitation Submittal has been signed.
The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached.
All applicable forms have been signed and included, along with licenses to complete the requirements of the project.
Any addenda have been signed and included.
Affidavit for Claiming Status as a Local Business, if applicable.
Division of Corporations - Florida Department of State http://dos.myflorida.com/sunbiz/ (If work performed in the State).
E-Verify/Immigration Affidavit (Memorandum of Understanding).
Kristofer Lopez, Procurement Strategist
Dan Croft, Director, Fleet Management
Bid Tabulation 19-7522
Invitations Sent: 11
Downloaded: 40
Submitted: 1
Tamiami Ford, Inc.
Description
Percentage
Highest Percentage Discount from total dealer invoice price
2.25%
To be considered a responsive bidder, a bidder MUST comply with one
of the three warranty scenarios listed.
Mark the selected
option
On-site at 2901 County Barn Rd, Naples FL 34112
By vehicle pick-up and delivery at 2901 County Barn Rd, Naples FL 34112
At a service facility within ten miles of 2901 County Barn Rd, Naples FL 34112
x
Attachment 2: Vendor's Check List Yes
Attachment 3: Bid Response Form Yes
Attachment 7: Insurance and Bonding Yes
Attachment 6: W9 Yes
Attachment 5: Immigration Affidavit Yes
Attachment 4: Local Vendor Preference Yes
Division of Corporations Yes
E-Verify Yes
Opended by: Viviana Giaramustas, Procurement Strategist
Witnessed by: Evelyn Colon, Procurement Strategist
Bid Tabulation 19-7522 Purchase of Fleet Vehicles
1 of 1