29
VENDORNET TRANSMISSION COVER LETTER DATE: April 19, 2007 When using Vendor Net, you may submit your bid through one of the following options: U.S. mail, hand-delivery, or fax. Refer to SUBMITTAL INSTRUCTIONS”. Regardless of the option used, your bid must be received and time stamped in by Purchasing, 900 Wood Rd, 2nd Floor Tallent Hall, Kenosha, WI 53144, prior to 2:00 PM on the bid due date to be considered on time. Bids not so stamped shall be considered late. Late bids shall be rejected . If you have any questions concerning these instructions, please contact the University of Wisconsin-Parkside Purchasing at (262) 595-2248. F7- 6/7/2022

11348_0.DOC

Embed Size (px)

DESCRIPTION

 

Citation preview

Page 1: 11348_0.DOC

VENDORNET TRANSMISSION COVER LETTER

DATE: April 19, 2007

When using Vendor Net, you may submit your bid through one of the following options: U.S. mail, hand-delivery, or fax. Refer to “SUBMITTAL INSTRUCTIONS”. Regardless of the option used, your bid must be received and time stamped in by Purchasing, 900 Wood Rd, 2nd Floor Tallent Hall, Kenosha, WI 53144, prior to 2:00 PM on the bid due date to be considered on time. Bids not so stamped shall be considered late. Late bids shall be rejected.

If you have any questions concerning these instructions, please contact the University of Wisconsin-Parkside Purchasing at (262) 595-2248.

F7- 4/10/2023

Page 2: 11348_0.DOC

SUBMITTAL INSTRUCTIONS

A completed bid response must be received and time stamped in by UW-Parkside Purchasing prior to the stated opening time to be considered. Bids not so stamped shall be considered late. Late bids shall be rejected. We have supplied you with a return label. Please fill in your vendor name on the return label to help us identify this transaction. Not using the pre-addressed label to submit your bid properly and clearly marked is subject to rejection. Please use one of the options below for return of your bid.

MAILING: Mailed bids must be received at Purchasing, 900 Wood Rd, 2nd Floor Tallent Hall, Kenosha, WI. 53144. Cut out and tape/glue return label on your return envelope.

HAND Hand-delivered bids may be done by vendor or third-party/courier service. Bids must be received DELIVERY: at Purchasing, 900 Wood Rd, 2nd Floor Tallent Hall, Kenosha, WI. 53144. Cut out and tape/glue

return label on your return envelope.

FAXING: Include return label with your fax transmission at (262) 595-2990 (AVAILABLE 24 HOURS A DAY).

The last page of the fax transmission must be completed prior to the bid opening due date and time.

RETURN ADDRESS LABEL:

OFFICIAL SEALEDNUMBER: _F7-1429DUE DATE: May 3, 2007 TIME: 2:00 PM CST/CDT

INSERTVENDOR NAME HERE: _      ADDRESS: ___________      _________      __________     

UNIVERSITY OF WISCONSIN-PARKSIDEPURCHASING 900 WOOD RD, 2ND FLOOR TALLENT HALLKENOSHA, WI 53144

F7- 4/10/2023

Page 3: 11348_0.DOC

State of WisconsinWis. Statutes s.16.75DOA-3070 (R08/2003)BIDS MUST BE SEALED AND ADDRESSED TO: Remove from bidder list for this commodity/service. (Return this page only.)AGENCY ADDRESS:

UNIVERSITY OF WISCONSIN-PARKSIDEPURCHASING 2ND FLOOOR TALLENT HALL900 WOOD RD.KENOSHA, WI 53144

Bid envelope must be sealed and plainly marked in lower corner with due date and Request for Bid # _F7- 1429 . Late bids will be rejected. Bids MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the bid is due. Bids dated and time stamped in another office will be rejected. Receipt of a bid by the mail system does not constitute receipt of a bid by the purchasing office. Any bid which is inadvertently opened as a result of not being properly and clearly marked is subject to rejection. Bids must be submitted separately, i.e., not included with sample packages or other bids. Bid openings are public unless otherwise specified. Records will be available for public inspection after issuance of the notice of intent to award or the award of the contract. Bidder should contact person named below for an appointment to view the bid record. Bids shall be firm for acceptance for sixty (60) days from date of bid opening, unless otherwise noted. The attached terms and conditions apply to any subsequent award.

REQUEST FOR BID

THIS IS NOT AN ORDER Bids MUST be in this office no later than

May 3, 2007 at 2:00PM CDTVendor name and address:

     

     

     

     

Name (Contact for further information)

ROBERT FINK

Phone

262/595-2248

Date

April 19, 2007Quote Price and Delivery FOB

Destination Fax bids are accepted Fax bids are not accepted

ItemNo.

QuantityAnd Unit

DescriptionPrice

Per Unit Total

1 Three years Master Lease for Desktop, Thin Client, and Laptop Computers.

Payment Terms Net 30 Delivery Time      We claim minority bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Bidder must be certified by the Wisconsin Department of Commerce. If you have questions concerning the certification process, contact the Wisconsin Department of Commerce, 5th Floor, 201 W. Washington Ave., Madison, Wisconsin 53702, (608) 267-9550. Does Not Apply to Printing Bids.

We are a work center certified under Wis. Stats. s. 16.752 employing persons with severe disabilities. Questions concerning the certification process should be addressed to the Work Center Program, State Bureau of Procurement, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53702, (608) 266-2605.

Wis. Stats. s. 16.754 directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. Materials covered in our bid were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the United States.

Yes No Unknown

In signing this bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid; that this bid has been independently arrived at without collusion with any other bidder, competitor or potential competitor; that this bid has not been knowingly disclosed prior to the opening of bids to any other bidder or competitor; that the above statement is accurate under penalty of perjury.

We will comply with all terms, conditions and specifications required by the state in this Request for Bid and all terms of our bid.

Name of Authorized Company Representative (Type or Print)

     

Title

     Phone (     )      

Fax (     )      Signature of Above Date

     

Federal Employer Identification No.

     

Social Security No. if SoleProprietor (Voluntary)

     

This form can be made available in accessible formats upon request to qualified individuals with disabilities.

F7- 4/10/2023

Page 4: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

TABLE OF CONTENTSSECTION SUBJECT

INTRODUCTION

PURPOSEPRESENT CONDITIONMINORITY BUSINESS PARTICIPATIONAFFIRMATIVE ACTIONWISCONSIN SALES AND USE TAX REGISTRATIONVENDORNETPARKINGSMOKE-FREE ENVIRONMENTPROMOTIONAL MATERIALSENERGY STAR

SPECIAL CONDITIONS OF BID

1. CLARIFICATIONS AND/OR REVISIONS THROUGH DESIGNATED CONTACT

2. DEFINITIONS

3. CONTRACT TERM

4. FOB DESTINATION, FREIGHT PREPAID AND ALLOWED

5. TIMELINESS OF DELIVERY

6. INVOICE PAYMENT

7. QUALIFICATIONS

8. SPECIFICATIONS OF ITEMS TO BE PROVIDED

9. SUBCONTRACTING

10. AUDIT

11. ADDITIONAL ITEMS

12. CONTRACT TERMINATION

13. METHOD OF BID

14. METHOD OF AWARD

15. MBE PREFERENCE

16. FIRM PRICING

17. PRICE DECREASES

18. TAXES

19. BID RESPONSE REQUIREMENMTS

20. BIDDER REESPONSE SHEET

21. GENERAL SPECIFICATIONS

22. ITEMIZED BID LIST

DESIGNATION OF CONFIDENTIAL AND PROPRIETARY INFORMATIONSTANDARD TERMS AND CONDITIONS

F7- 4/10/2023

Page 5: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

INTRODUCTION

PURPOSE:The University of Wisconsin-Parkside, hereinafter referred to as the University, through its Purchasing Department, hereinafter referred to as “Purchasing”, on behalf of Campus Technology Services, hereinafter referred to as “CTS” requests bids for the lease of computers.

Conditions of bid which include the word “must” or “shall” describe a mandatory requirement. All specifications are defined as mandatory minimum requirements unless otherwise stated. If no bidder is able to comply with a given specification, condition of bid or provide a specific product on the Itemized Bid List, Purchasing reserves the right to delete that specification, condition of bid or item.

See SPECIFICATIONS and/or ITEMIZED BID LIST for the minimum acceptable specifications for products desired. If you are bidding an alternate product, please provide complete specifications (performance features, and descriptive brochure or detail for the units you propose to furnish), clearly identified by manufacturer’s name, catalog and model number. See “Standard Terms and Conditions,” items 1, 2, 3, and 5.1.

Failure to meet a mandatory requirement will disqualify your bid.

Revisions to this bid may be made only by an official written amendment issued by Purchasing.

PRESENT CONDITION:University of Wisconsin-Parkside PC installation base is approximately 1260 units, 140 of which are MAC’s. The University is seeking to replace these units at an approximate rate of 420 units per year with PC’s obtained on a three year lease agreement. Several versions of PC’s will be utilized and are identified in the Bid Specifications as High-End, Mid-Range, Low-End, and Thin Client. Lap tops are also included as well as maintenance coverage, installation, and deployment The bulk of the computers will be ordered in one lot each year, however additional requirements may be necessary throughout the year.

PLEASE SEND TWO (2) COMPLETE SETS OF YOUR BID.

RETAIN A COPY OF YOUR BID RESPONSE FOR YOUR FILES.

MINORITY BUSINESS PARTICIPATIONThe University of Wisconsin-Parkside is committed to the promotion of minority business in the State’s purchasing program and a goal of placing five (5) percent of its total purchasing dollars with certified minority businesses. Authority for this program is found in Wisconsin Statutes 15.107(2), 16.75(4), and 16.755 and 560.036(2). The State of Wisconsin policy provides that minority owned business enterprises certified by the Wisconsin Department of Commerce, Bureau of Minority Development should have the maximum opportunity to participate in the performance of its contracts. Supplier is strongly urged to use due diligence to further this policy by awarding subcontracts to minority owned business enterprises or by using such enterprises to provide goods and services incidental to this agreement, with a goal of awarding at least 5% of the contract price to such enterprises.

The supplier/contractor shall furnish appropriate quarterly information about its effort to achieve this goal, including the identities of such enterprises certified by the Wisconsin Department of Commerce and their contract amount.

A listing of certified minority businesses, as well as the services and commodities they provide, is available from the Department of Administration, Office of the Minority Business Program, 608/267-7806. The listing is published on the Internet at: http://www.doa.state.wi.us/deo/mbe/minority_search.asp .

F7- 4/10/2023

Page 6: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

AFFIRMATIVE ACTION:As a State agency, the University requires contractors issued a purchase order exceeding $25,000.00 to provide an Affirmative Action Plan. Failure to comply appropriately with these requirements can lead to your company being banned from doing business with any agency of the State of Wisconsin. Additionally, failure to comply can result in termination of this contract, or withholding of payment. On the Bidder Response Sheet please provide the requested information.

For additional information see section 17.0 of the Standard Terms and Conditions. Some exceptions may apply, and instructions for completing a plan are available upon request.

WISCONSIN SALES AND USE TAX REGISTRATION:No award can be made to a vendor who is not in compliance with Sec. 77.66 of the Wisconsin State Statutes (vendornet.state.wi.us/vendornet/wocc/certtax.asp) relating to sales and use tax certification.

If you have not established a certification for Collection of Sale and Use Tax status with the Wisconsin Department of Revenue, the University and any other state agency can not issue any purchase orders to your firm. For additional information see http://www.dor.state.wi.us/html/vendlaw.html

VENDORNET: The State of Wisconsin has implemented a registration service on an internet system called “VendorNet” to enable vendors to receive notice of all official sealed bids/proposals (over $25,000.00) as solicited by all state agencies.

To obtain information on the state’s bidder registration, please visit the VendorNet Web site at http://vendornet.state.wi.us or call the VendorNet Information Center (1-800-482-7813). In the Madison area, please call 264-7898.

PARKING:University parking is very limited. Each Contractor and/or employee(s) shall make their own arrangements for parking through UW-Parkside Police Services in Tallent Hall, 900 Wood Rd, Kenosha, WI (608) 263-6666. No additional costs will be allowed for parking fees or violations. Unauthorized vehicles parking in University lots or loading docks without permits will be ticketed and or towed.

SMOKE-FREE ENVIRONMENT:All University buildings are smoke-free buildings. No smoking shall be permitted.

PROMOTIONAL MATERIALS:Contractor agrees to not use promotional or marketing material which states expressly or by fair implication that the University endorses either the Contractor or any sponsor of such material.

ENERGY STAR: The State encourages the use of equipment which meets the Environmental Protection Agency (EPA) Energy Star requirements. The Energy Star Program is a voluntary contract between an OEM and the EPA. It is not mandatorythat every device offered meet Energy Star requirements but the bulk of the product line should be energy efficient.

F7- 4/10/2023

Page 7: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

SPECIAL CONDITIONS OF BID - MANDATORY

1. CLARIFICATIONS AND/OR REVISIONS THROUGH DESIGNATED CONTACT:All communications and/or questions in regard to this request should be in writing and bidders are encouraged to FAX or e-mail written questions to the Purchasing Office. Verbal questions, when permitted, must be directed to Robert Fink at 262-595-2248.

If a Bidder discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFB, they have five (5) business days before the bid due date and time to notify, in writing, (Agent Name) at the address shown below of such error and request modification or clarification of the RFB document. All written questions will be responded to in writing and provided to all bidders.

Robert FinkUW-Parkside Purchasing

900 Wood RdKenosha, WI 53141

E-mail: [email protected] PHONE 262/595-2248 -- FAX 262/595-2990

If a Bidder fails to notify the Purchasing Office of an error in the RFB document which is known to the Bidder, or which must have reasonably been known to the Bidder, then the Bidder shall submit a bid response at the Bidder’s risk and if awarded a contract, shall not be entitled to additional compensation or time by reason of the error or its later correction.

In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFB, supplements or revisions will be provided to all recipients of this initial RFB.

2. DEFINITIONS The following definitions are used throughout the Special Conditions of Bid:

Bidder means a firm submitting a bid in response to this Request for BidContractor means successful vendor awarded the bid.Department means UW-Parkside Department of Campus Technical Services.Individual Lease means a 36 month lease for equipment awarded in the bid.Master Lease means the specifications, terms, and conditions under which the University and Contractor will enter into Individual Leases for equipment.MBE means Minority Business Enterprise.RFB means Request for Bid.State means State of Wisconsin.University means University of Wisconsin-Parkside.

3. CONTRACT TERM: The initial term of this Master Lease contract shall be from June 1, 2007 or the date of an award, through May 31, 2008; or shall be for one year after date of an award. This contract will be automatically renewed for two additional one-year terms with a contract end date of 05/31/10. The University reserves the right to extend beyond the Contract Term if deemed to be in the best interest of the University.

The University has the option to automatically extend this contract into its second and third years unless Purchasing is notified, in writing, by the Contractor; or notifies the Contractor, in writing, 90 calendar days prior to expiration of the initial and/or succeeding Contract term(s).

Contractor will honor all the terms and conditions of the contract for the entire 36 month period of any individual lease initiated during the life of this contract.

F7- 4/10/2023

Page 8: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

4. FOB DESTINATION, FREIGHT PREPAID AND ALLOWED: (vendor responsible for freight costs).Delivery will be made by common carrier or bidder's truck, with unloading to be performed by the carrier/bidder and carton(s) transported to the interior/ground floor or inside dock at D206 Greenquist Hall, 900 Wood Road, Kenosha, WI 53144. Bid prices must include all packing, freight, insurance charges and installation/operation manuals.

If bidding other than F.O.B. Destination, as stated, F.O.B. point and shipping charges must be identified on the Itemized Bid List. This cost will be added to the bid total for determining the award.

Failure to bid FOB DESTINATION, FREIGHT PREPAID AND ALLOWED in bid price or discount may disqualify your bid.

ON SITE SERVICE: In carrying out the scope of this Contract, the Contractor may be required to perform services on University property. Bidders cost must include all transportation and insurance charges.

The contractor is required to maintain insurance in compliance with "Standard Terms and Conditions 22.0 Insurance."

5. TIMELINESS OF DELIVERY:Delivery must be made 3-4 weeks ARO. Failure to accept this delivery requirement will disqualify your bid.Failure to meet this delivery date may result in cancellation of purchase order (award).

6. INVOICE PAYMENT:Payment will not be made until the product is determined to meet all specifications and has been accepted by the University of Wisconsin-Parkside.

7. QUALIFICATIONS:To be eligible for an award, you must be qualified and able to provide the following as required or your bid will be disqualified (respond on "Bidder Response Sheet".)

7.1 Bidders and awarded contractor must be the manufacturer or an authorized distributor or dealer authorized to sell and distribute the products offered.

7.2 The successful bidder must honor the product warranty.

7.3 All items bid shall be current production models.

7.4 Bidder must supply upon request a client list of three firms to which similar products have been provided during the past two year(s) to a comparable sized institution or company. If contacted, information received from those clients will be used to determine whether bidder meets QUALIFICATIONS.

7.5 Bidder must designate a person(s) to provide information on: Minority Business, Affirmative Action and Sales Representative.

7.6 Contractor must be able to report on an annual basis all items purchased against this Contract.

7.7 The Contractor shall maintain insurance levels as required in STANDARD TERMS AND CONDITIONS, SECTION 22.0. A certificate of insurance must be provided upon request.

The Contractor shall have added the “Board of Regents of the University of Wisconsin System, its officers, employees and agents” as an additional insured under the commercial general, automobile and Contractor’s liability policies on any insurance certificate provided.

F7- 4/10/2023

Page 9: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

8. SPECIFICATIONS OF ITEMS TO BE PROVIDED: See SPECIFICATIONS and/or ITEMIZED BID LIST for the minimum acceptable specifications for products desired.

UW-Parkside Bid Specifications may not be revised without an official written amendment issued by Purchasing.

Failure to provide product specifications and information for item(s) bid may disqualify your bid. The University will be the sole judge of equivalent acceptability between bidders response.

Bid response must be clearly identified by manufacturer and catalog/model/stock number and/or appropriate identification as requested on the Itemized Bid List. Adequate detailed specifications of the items being offered or bid must be included with your bid to insure that the item(s) being bid meets all specifications.

9. SUBCONTRACTING:9.1 Any Contract resulting from this bid shall not be, in whole or in part, subcontracted, assigned, or

otherwise transferred to any other Contractor without prior written approval by Purchasing.

9.2 The Contractor shall be directly responsible for any subcontractor's performance and work quality when used by the Contractor to carry out the scope of the job

9.3 Subcontractors must abide by all terms and conditions under this Contract.

9.4 If subcontractors are to be used, the Contractor must clearly explain their participation.

10. AUDIT:Contractor's records that pertain to this Contract shall be open for inspection and/or audit by the State and/or University upon request for a period of five years after each Contract year. Records subject to audit include job tickets, itemized materials slips and the detailed time records and rate of pay for any employee whose time is billed to the University for Services.

11. ADDITIONAL ITEMS:Additional related items may be added to this Contract at the discretion of Purchasing. Prices shall be in line with the Contract prices for like items.

F7- 4/10/2023

Page 10: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

12. CONTRACT TERMINATIONThis Contract may be terminated by either party for the following conditions:

12.1 After the initial term of the Contract, the University may terminate the Contract at any time, without cause, by providing 60 days written notice to the Contractor. If the Contract is so terminated, the University is liable only for payments for product or services provided or performed up to the date of the termination.

12.2 Shall either party fail to perform under the terms of this Contract; the aggrieved party may notify the other party in writing by mail of such failure and demand that the same be remedied within 10 calendar days. Should the defaulting party fail to remedy the same within said period, the other party shall then have the right to terminate this Contract immediately.

12.3 If at any time the contractor performance threatens the health and/or safety of the University, its staff, students or others who may be on campus, the University has the right to cancel and terminate the Contract without notice.

12.4 Failure to maintain the required Certificates of Insurance, Permits and Licenses shall be cause for Contract termination. If the Contractor fails to maintain and keep in force the insurance as provided in #22 of the University's Standard Terms and Conditions, the University has the right to cancel and terminate the Contract without notice.

12.5 If at any time a petition in bankruptcy shall be filed against the contractor and such petition is not dismissed within 90 calendar days, or if a receiver or trustee of contractor's property is appointed and such appointment is not vacated within 90 calendar days, the University has the right, in addition to any other rights of whatsoever nature that it may have at law or inequity, to terminate this Contract by giving 10 calendar days (*see agent note) notice in writing of such termination.

12.6 All notices of performance failure must be submitted in writing to:UW-Parkside Purchasing, 900 Wood Rd, Kenosha, WI 53144. Purchasing shall be final authority for all performance resolutions not resolved through the ordering department.

13. METHOD OF BID: Bidder must submit a thirty-six month lease annual unit price for the items specified and an hourly rate for the optional services. Prices listed should be in US dollars unless otherwise indicated.

14. METHOD OF AWARD:Award(s) shall be made on the basis of the lowest total life cycle cost which is judged to be in the best interest of the University. Life cycle cost formula may include but is not limited to equipment, lease, installation and asset reclamation, and maintenance coverage costs for the actual quantity and product mix of the units determined for the quantities required in the initial lot order. Prices listed should be in US dollars unless otherwise indicated. Bids that state the University shall guarantee a specific quantity or dollar amount will be disqualified.

An on-site trial period may be required for evaluation purposes. This is to be without expense or obligation to the University. If the University determines in good faith that the equipment demonstrated fails to function as described in the bidder's bid response (performance level) the equipment may be rejected and the bidder must remove the equipment at no cost to the University. Final payment shall not be made until the item is operating according to specifications and has been accepted by the University.

15. MBE PREFERENCE: Bids meeting mandatory requirements will be reviewed and scored against the stated criteria. Bid from certified Minority Business Enterprises may have points weighted by a factor of 1.00 to 1.05 to provide up to a five percent (5%) preference to these businesses.

F7- 4/10/2023

Page 11: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

16. FIRM PRICING:The unit annual lease cost, service cost, and maintenance cost must remain firm except for price decreases for the entire contract period.

17. PRICE DECREASES: The University may negotiate with the contractors for better terms and conditions at any time for the products and services on this contract.

18. TAXES:All property taxes incurred on lease machines during the entire lease period are the responsibility of the contractor to pay and not the university. Contractor may not submit invoices for Property Taxes for any leased machine on this contract.

19. BID RESPONSE REQUIREMENTS:In order for your bid to be considered, the following forms/information must be completed and submitted as part of your bid response. Please send two (2) complete sets of your bid. Failure to provide these forms/ information with your bid submittal may disqualify your bid.

1. Request for Bid Form (2copies)3. Specifications (Section 21)4. Bidder Response Sheet (including attachments as requested on Bidder Response Sheet) (Section 20)5. Itemized Bid List (Section 22)

F7- 4/10/2023

Page 12: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

20. BIDDER RESPONSE SHEET: Note: this form must be returned with your bid response. Numbers identified correspond to those sections shown in the special conditions of bid. Bidder may attach additional relevant information to their bid response; identify sections to which information applies.

YES NO

20.1 Minority Business Participation: Bidder understands that if they are awarded the contract, they agree to provide uponrequest, as required in Section XX, a Mbe Participation Semi-Annual Report of alldollars spent with all minority subcontractors?

20.2 FIRM PRICES:Do you agree to firm prices as stated?Do you agree with process and timeframe identified for accepting price increases?

20.3 Are you bidding all prices F.O.B. Destination, Freight Prepaid and Allowed?(Be sure to read Section 4. carefully)

20.4 Does price include service agreement for the term of the lease?

20.5 Are you bidding all prices On Site Service? (Be sure to read Section 4. carefully)

20.6 Have you included complete instructions for end of lease return?

20.7 Have third party lessors been identified and lease terms and processes been included?

20.8 Have you included a description of the value added services available?

20.9 Will you agree that all invoices will reflect prices established for products on this Contract for all orders placed even though the Contract number and/or correct pricesmay not be referenced on each order?

20.10 Bidder must designate a person(s) to provide information on: Minority Business, Affirmative Action and Sales Representative.

MINORITY BUSINESS Contact Name:      PHONE:      FAX:      E-MAIL:     

AFFIRMATIVE ACTION Contact Name:      

Address:                  

PHONE:      

SALES REPRESENTATIVE: Name:      Phone:       Fax:      

EMAIL:      WEBSITE:      

F7- 4/10/2023

Page 13: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

BIDDER RESPONSE SHEET Continued

The Bidder certifies by submission of the bid that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. ___________ (Initial)

I certify that the information I have provided in this bid is true and I understand that any false, misleading or missing information may disqualify the bid.

            Company Name (print or type) Bidder's name & title (print or type)

__________________________________________       Bidder's Signature Date

      e-mail address

F7- 4/10/2023

Page 14: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

21. GENERAL SPECIFICATIONS

The Lease shall be a Master Lease under which individual leases of equipment will be entered into between the University and the contractor throughout the term of the contract.Individual equipment leases under this contract shall be 36 month duration.Lease price must include shipping cost, maintenance fees, asset tagging/inventory, and UW-Parkside factory imaging. Lease price must include a three year parts and labor maintenance agreement with service on site, next business day response.Bid response must include a complete description of the contractor’s leasing process and terms.Third party leases must be identified in bid.Contractor must include in bid response options for buy-out or turn-in at end of lease.Vendor must include with bid response complete instructions for end of lease return including logistics, packaging requirements, etc. The University may contract for value added services under this contract and may include installation, deployment, and certified data destruction. Bid response should include an hourly rate and descriptions for available services.Vendor must provide custom factory integration services to the university on leased units:

Provide a Project Manager as primary point of contact to assign and manage Project ID and Description.Test software for compatibility with hardware.Install university custom built image on all units at factory.Load asset tag data and affix university inventory tag to units.Provide university with Asset Report (inventory) including Mfr Serial Numbers and university inventory numbers as requested.

Custom Imaging will include the following:Operating System: Microsoft XP SP2Language: EnglishAdministrator Log On Name: AdministratorAdministrator Password: – Case SensitiveService Tag or System:Image is not setup to run sysprep at boot:Change SID for each Machine:Unique computer name for each machine: UW-P Asset tag (Inventory Number)Computer Name: ( Asset Tag –eg:UWPXXXXXX )Asset labels Placement: Top front of machineCustom Setup Options: Machine Setup and Data Transfer

Systems must be Vista capable.There must be no partitions unless required for diagnostic utilities.

Partition 1-UtilitiesPartition 2-NTSF on the remainder of the drive.

F7- 4/10/2023

Page 15: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

Units leased under this contract will be identified as High End, Mid range, and Low End Desktops; LapTop, or Thin Client and must meet or exceed the following criteria:

21.1 MINIMUM SPECIFICATIONS FOR HIGH END DESK TOP – VISTA CAPABLE

Processor: Core 2 Duo E6300/1.86GHz,2M 1066FSBMemory: 1.0GB, Non-ECC,533MHz DDR2 2x512Video Card: 128MB ATI Radeon X1300 Graphics w/DVI and TV Out Full Height or EquivalentHard Drive: 80GB SATA 3.0Gb/s and 8MB DataBurst CacheFile System: NTFS File System, Factory InstallOperating System: Windows XP SP2, UW-Parkside ImageTBU: RoHS Compliant Lead Free Chassis and MotherboardDVD-ROM Drive: 16X DVD+/-RW SATA, Roxio Creator Media or EquivalentFloppy Drive: 3.5 inch, 1.44MB, Floppy DriveMonitor: 19’ Flat Panel with Height Adjustable Stand, 19.0 Inch VGA / DVISpeakers: Monitor attachable preferred or Stand aloneKeyboard: USB Keyboard, No Hot Keys, EnglishMouse: USB Premium Optical MouseDocumentation CD: Resource CD contains Diagnostics and Drivers for System

21.2 MINIMUM SPECIFICATIONS FOR MID RANGE DESKTOP – VISTA CAPABLEProcessor: Pentium D 820/2.80GHz, 2X1M, 800FSBMemory: 1.0GB, Non-ECC,533MHz DDR2 2x512Video Card: 128MB ATI Radeon X1300 Graphics w/DVI and TV Out Full Height or EquivalentHard Drive: 80GB SATA 3.0Gb/s and 8MB DataBurst CacheFile System: NTFS File System, Factory InstallOperating System: Windows XP SP2, UW-Parkside ImageTBU: RoHS Compliant Lead Free Chassis and MotherboardDVD-ROM Drive: 16X DVD-ROM SATA, Roxio Creator Media or EquivalentFloppy Drive: 3.5 inch, 1.44MB, Floppy DriveMonitor: 17’ Flat Panel with Height Adjustable Stand, 17.0 Inch VGA / DVISpeakers: Monitor attachable preferred or Stand aloneKeyboard: USB Keyboard, No Hot Keys, EnglishMouse: USB Premium Optical MouseDocumentation CD: Resource CD contains Diagnostics and Drivers for System

21.3 MINIMUM SPECIFICATIONS FOR LOW END DESKTOP – VISTA CAPABLEProcessor: Pentium D 820/2.80GHz, 2X1M, 800FSBMemory: 1.0GB, Non-ECC,533MHz DDR2 2x512Video Card: Integrated VideoHard Drive: 80GB SATA 3.0Gb/s and 8MB DataBurst CacheFile System: NTFS File System, Factory InstallOperating System: Windows XP SP2, UW-Parkside ImageTBU: RoHS Compliant Lead Free Chassis and MotherboardDVD-ROM Drive: 48X32 CDRW/DVD SATA Combo, Roxio Creator Media or EquivalentFloppy Drive: 3.5 inch, 1.44MB, Floppy DriveMonitor: 17’ Flat Panel with Height Adjustable Stand, 17.0 Inch VGA / DVISpeakers: NoneKeyboard: USB Keyboard, No Hot Keys, EnglishMouse: USB Premium Optical MouseDocumentation CD: Resource CD contains Diagnostics and Drivers for System

F7- 4/10/2023

Page 16: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

21.4 MINIMUM SPECIFICATIONS FOR THIN CLIENT

Manufacturer and model numbers of known acceptable items are listed below for information only. If bidding alternates, you must include detailed product specifications with your response. All manufactures of thin client terminals will be considered. Maxterm, Sun Microsystem, VXL, HP, Sun Ray, Wyse and IBM should meet or exceed the example below. UW-Parkside will be sole judge of equivalency and acceptability.

Example:WINTERM V90 Thin Client XPE 512L 256MB or Equivalent with Monitor Keyboard and Mouse

Windows XPe requires a minimum of 256MB of flash memory and 256MB of RAM on any thin deviceFeaturesMicrosoft Windows XP Embedded, Service Pack 2 Runs familiar Windows XP graphical user interface with firmware enhancements Local Windows XP interface, also displays desktops and applications via multiuser Windows NT and 2000 servers Enables embedding of customer- selected local 32-bit Windows applications Supports RDP 5.x, ICA 9.x, and SGD 4.x protocols with 15 resident terminal emulation options Support for latest Citrix ICA client (version 9.x), including digital dictation for ICA Includes built-in Microsoft Internet Explorer 6.0 Microsoft Media PlayerHigh-performance CPU; optional internal WiFi solution, optional smart card slot; CardBus/PCMCIA slot; plus serial, parallel, and USB ports. Range of mounting options via its monorail mounting system that allows the unit to be attached to a wall, desk, or in any space-constrained environment.Via C3 512MB Flash/256MB DDR RAMOther configurations (up to 2GB/1GB) available_ VGA-type video output (DB-15)_ Enhanced USB keyboard with PS/2 mouse port and Windows keys_ PS/2 mouse included_ Two serial ports_ One parallel port_ Three USB 2.0 ports (1 on front, 2 on back)_ CardBus/PCMCIA card slot_ Optional internal smart-card reader_ Optional internal 802.11b/g wireless solution_ 10/100 Base-T Fast Ethernet twisted pair (RJ-45)_ Optional internal 802.11b/g wireless solution_ Optional external USB or CardBus 802.11b/g wireless adapters_ VESA monitor support with Display Data Control (DDC) for automatic setting of resolution and refresh rate_ 16-bit/64K colors: _ 32-bit color: up to 1280x1024@100Hz up to 1280x1024@85Hz up to 1600x1200@85Hz up to 1600x1200@60Hz up to 1920x1440@60Hz up to 1920x1440@60Hz _ 24-bit/16.7M colors: up to 1280x1024@100Hz_ Output: 1/8-inch mini, full 16-bit stereo, 48KHz sample rate_ Input: 1/8-inch, 8-bit mini microphone 7.9 inches (201mm) 1.8 inches (46mm) 7.1 inches (180mm) 8 lbs. (3.6kg) Vertical foot (optional horizontal feet) Optional VESA mounting bracket Built-in Kensington security slot (cable sold separately) Worldwide auto-sensing 100-240v VAC, 50/60 Hz 17.2 Watts/hour average power usage with device connected to 1 keyboard, 1 PS/2 mouse, and 1 monitor German EKI-ITB 2000, ISO 9241-3/-8 cULus 60950, TÜV-GS, EN 60950 FCC Class B, CE, VCCI, C-Tick WEEE 47CFR Part 15, Subpart C (USA); RSS-210 (Canada); EN301 489-1 & - 17 (Europe); AS/NZS 4771 (Australia/New Zealand); Telec 2006 (Japan); MIC RRL (Korea); SRRC CMII (China) Three-year limited warrantySoftware: Windows XPe SP2_ Microsoft Windows XPe_ Microsoft Internet Explorer 6.0 resident: HTML, JavaScript, XML, Active X Sun JRE, Media Player, Citrix Web Interface_ RDP 5.2 resident_ Citrix ICA 8.0 resident_ Sun SGD 4.2 resident_ Terminal Services Advanced Client (TSAC)_ Ericom PowerTerm Host Access provides 30-plus terminal emulations_ Citrix Metaframe and Presentation Server

F7- 4/10/2023

Page 17: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

MINIMUM SPECIFICATIONS FOR THIN CLIENT (Continued)

_ Windows NT Server 4.0 Server, Terminal Server Edition_ Windows 2000 Server_ Windows 2003 Server_ User interface_ Boot from local flash_ Windows XP user interface languages: U.S. English, French, German, Spanish, Optional add-ons_ Keyboard language support: U.S. English (standard), French, German, Spanish, U.K. English, 40 other languages included_ TCP/IP, DNS, DHCP, PXE_ Remote management, configuration, and upgrades through Device Manager_ Send messages_ Complete image upgrade_ Wake terminal remotely (Wake-on LAN)_ Terminal configuration (IP information, name, etc)_ Remote screen shadowing of entire desktop_ Reporting_ Asset management_ SMS_ Altiris_ WPA/802.11a/b/g (with wireless adapter)_ IEEE 802.1X_ WPA-2, WEP, WPA wireless authentication_ Internal WiFi default encryptions: MD5, PAP, TLS_ PEAP-GTC wireless authentication protocol with optional Juniper Odyssey Client_ Supports PC-Card wireless adapters from: Cisco, D-Link, Netgear, US Robotics, Trendware_ CA eTrust Antivirus_ Adobe Acrobat Reader_ Adobe Flash Player_ Adobe Shockwave

F7- 4/10/2023

Page 18: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

21.5 MINIMUM SPECIFICATIONS FOR LAPTOPProcessor: Intel Core 2 Duo T5500, 1.66GHz, 667Mhz, 2ML2 Cache, Dual Core Monitor: 14.1 inch Wide Screen WXGA LCD* External Monitor: 19’Flat Panel VGA / DVI Adjustable StandMemory: 2.0GB, DDR2-667 SDRAM, 2 DIMM Keyboard: English Keyboard * External Keyboard: USB Enhanced Multimedia Keyboard with built-in 2-port USB Hub Hard Drive Controller: Standard Touchpad * External Mouse: USB Optical MouseVideo Card: Intel Integrated Graphics Media Accelerator 950 Hard Drive: 80GB Hard Drive 9.5MM, 7200RPMFloppy Disk Drive: No Floppy Drive Operating System: Windows XP Professional, SP2 with media, English, Factory Installed TBU: 90W AC Adapter CD-ROM or DVD-ROM Drive: 8X DVD+/-RW with Roxio Creator Digital Media or other equivalent media for DVD playbackInternal Wireless LAN (802.11)Intel® 3945 802.11a/g Dual-BandInternal Ethernet:10/100/1000 Gigabit7 Ethernet network interface adaptorInternal Modem:56K v924 ModemS-Video / Modem Cable:Modem Cable* External Docking: Simple connection that provides access to expansion ports including: VGA, DVI, S-Video, Parallel, Serial, PS/2 (x2), Headphone, S/PDIF, USB 2.0 (x4), RJ-11, RJ-45 Software: Intel Centrino Core Duo Processor Software Disk Two: Resource CD w/ Diagnostics and DriversFeature: 6-Cell/56 WHr Primary Battery Feature: Classic Nylon Carrying Case Service Warranty: Complete Care Accidental Damage Service, 4Yr Service: Hardware Warranty Plus Onsite Service, Next Business DayService: Next Business Day Parts and Labor On-Site Response, 4YrMisc: NTFS File System, Factory Install (420-3699)Misc: Quick Reference Guide for LaptopAsset Tags with UW-Parkside Inventory NumbersWINDOWS XP STICKER, OPTI/PWS/L (466-2909)Routing SKU UW-P Factory Image Image Installation with Maintenance

F7- 4/10/2023

Page 19: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

22. ITEMIZED BID LIST36 MONTH LEASE TERM- END OF LEASE-COST FOR

ITEM NO DESCRIPTION ANNUAL LEASE COST/UNIT OPTIONAL BUYOUT

1. High End Desk Top $      /unit $      /unit

Bidding Mfr.       Model #      .

2. Mid-Range Desk Top $      /unit $      /unit

Bidding Mfr.       Model #      .

3. Low End Desk Top $      /unit $      /unit

Bidding Mfr.       Model #      .

4. Thin Client $      /unit $      /unit

Bidding Mfr.       Model #      .

5. Laptop $      /unit $      /unit

Bidding Mfr.       Model #      .

6. Value added services (attach complete description) may be ordered at $     /hr.

F7- 4/10/2023

Page 20: 11348_0.DOC

UNIVERSITY OF WISCONSIN-PARKSIDE CONTRACT NO. F7-1429

23. DESIGNATION OF CONFIDENTIAL AND PROPRIETARY INFORMATION STATE OF WISCONSINDOA-3027 N(R01/98)

The attached material submitted in response to Bid/Proposal #F7-1429 includes proprietary and confidential information which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or is otherwise material that can be kept confidential under the Wisconsin Open Records Law. As such, we ask that certain pages, as indicated below, of this bid/proposal response be treated as confidential material and not be released without our written approval.

Prices always become public information when bids/proposals are opened, and therefore cannot be kept confidential.

Other information cannot be kept confidential unless it is a trade secret. Trade secret is defined in s. 134.90(1)(c), Wis. Stats. as follows: "Trade secret" means information, including a formula, pattern, compilation, program, device, method, technique or process to which all of the following apply: 1. The information derives independent economic value, actual or potential, from not being generally known to, and not being

readily ascertainable by proper means by, other persons who can obtain economic value from its disclosure or use.2. The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances.

We request that the following pages not be released

Section Page # Topic

____________________________________________________________________________________________________________________

____________________________________________________________________________________________________________________

____________________________________________________________________________________________________________________

____________________________________________________________________________________________________________________

IN THE EVENT THE DESIGNATION OF CONFIDENTIALITY OF THIS INFORMATION IS CHALLENGED, THE UNDERSIGNED HEREBY AGREES TO PROVIDE LEGAL COUNSEL OR OTHER NECESSARY ASSISTANCE TO DEFEND THE DESIGNATION OF CONFIDENTIALITY AND AGREES TO HOLD THE STATE HARMLESS FOR ANY COSTS OR DAMAGES ARISING OUT OF THE STATE'S AGREEING TO WITHHOLD THE MATERIALS.

Failure to include this form in the bid/proposal response may mean that all information provided as part of the bid/proposal response will be open to examination and copying. The state considers other markings of confidential in the bid/proposal document to be insufficient. The undersigned agrees to hold the state harmless for any damages arising out of the release of any materials unless they are specifically identified above.

Company Name ___________________________________________

Authorized Representative ___________________________________________Signature

Authorized Representative ___________________________________________Type or Print

Date ___________________________________________

F7- 4/10/2023