Active SLED Opportunity · NEW JERSEY · COUNTY OF OCEAN
AI Summary
County of Ocean seeks bids for supplying miscellaneous groceries, frozen foods, and kitchen supplies to Juvenile Services and Parks Department. Contract runs through April 14, 2027. Delivery within 3-5 business days. Electronic bid submission required by April 28, 2026, 11:00 AM.
The purpose of this bid package is to provide the County of Ocean with a Contractor who will supply the goods or services described and specified herein.
The County is accepting electronic bid submissions with Open Gov by following these instructions:
Sign up for a FREE account at https://procurement.opengov.com/portal/oceancounty
Once you have completed account registration, browse back to this page: County's OpenGov Electronic Bid Portal (https://procurement.opengov.com/portal/oceancounty/)
Click on the bid of interest, then click "Draft Response".
Follow the instructions to submit the electronic bid.
It is important to note that this process should be completed well in advance of the bid deadline / bid opening. DO NOT WAIT UNTIL THE LAST MINUTE. The County's electronic submission system will not allow electronic bids to be submitted once the deadline has passed, even if you've already started the process. The deadline is based on the countdown timer found on the OpenGov bid submission page.
The various categories listed herein are as follows:
SECTION I – CANNED VEGETABLES
SECTION II – CANNED FRUITS
SECTION III – CANNED SOUPS AND FISH
SECTION IV – CONCENTRATES AND OILS
SECTION V – BREAKFAST ITEMS, NUTS, PASTRIES AND SNACKS
SECTION VI – CEREALS
SECTION VII – MACARONI, MIXES AND RICE
SECTION VIII – BOTTLED WATER, COCOA, COFFEE, JUICE, SODA AND TEA
SECTION IX – CONDIMENTS, DRESSINGS, SAUCES, SEASONINGS AND SPICES
SECTION X – PAPER GOODS
SECTION XI – CLEANERS, DETERGENTS, SOAPS, GLOVES, AND KITCHEN ACCESSORIES
SECTION XII – FLOUR AND BAKING SUPPLIES
SECTION XIII – BREADS AND BREAD CRUMBS
SECTION XIV – FROZEN FOODS
SECTION XV – FROZEN DESSERTS
All bids will be opened publicly in the Administration Building, Room 119, 101 Hooper Avenue, Toms River, New Jersey, commencing at 11:00 am, prevailing time on Tuesday, April 28, 2026.
The contract shall be from date of award, through April 14, 2027, or until delivery is complete unless otherwise stated. The County reserves the right to extend the term of the contract pursuant to N.J.S.A. 40A:11-15.
Detailed specifications for this bid are located in the Vendor Questionnaire under the question labeled "Compliance Pages for MISCELLANEOUS GROCERIES, FROZEN FOODS AND KITCHEN SUPPLIES NO. III" .
The purpose of this bid package is to provide the County of Ocean with a Contractor who will supply the materials described and specified herein.
The contractor shall deliver items ordered under this contract within a standard delivery timeframe of three (3) to five (5) business days from receipt of a confirmed purchase order, unless otherwise specified.
This delivery timeframe reflects industry-standard grocery distribution practices and is intended to support the ongoing operational and nutritional needs of the Juvenile Services Department.
The contractor shall enter a delivery ARO (after receipt of order) on the pricing page for all items bid. Failure to do so may render the bid non-responsive for those items.
Bids must be submitted electronically through Ocean County's Procurement Portal by the date and time stipulated in the Notice to Bidders.
The County recognizes that availability, supply chain disruptions, or operational conditions may occasionally affect delivery schedules. In such instances, the contractor shall promptly notify the County of any anticipated delays and provide a revised delivery date.
Shortages, substitutions, or backorders shall not be shipped without prior County approval. If the County is unable to accept the revised delivery date, we reserve the right to cancel the order and procure the items from another source.
Bids may be reviewed at the bid opening and results will be made available online through the County's procurement portal once the bid meeting has concluded. Additionally, bid results are available in the Ocean County Purchasing Department on the day following the bid openings for any interested party that may wish to review them.
The County will not be responsible for late bids, and no bids will be accepted if received after the time stipulated in the notice to bidders.
The contractor may utilize third-party suppliers or distributors; however, the awarded contractor shall remain fully responsible for pricing, product quality, delivery ARO, and contract compliance. Payments for products shall be made directly to the awarded contractor and not to any third-party supplier. If third-party suppliers or distributors are utilized, the contractor shall disclose the name(s) of such third party(ies) in its bid response.
The County's obligation hereunder is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the County for payment of any money shall arise unless, and until funds are made available each year to the Ocean County Purchasing Agent.
Bids may be withdrawn from the bidder prior to the time fixed for opening. No right for withdrawal exists after the bid has been opened. Written request for withdrawal shall be signed by the bidder or proper corporate officers.
Bidders shall complete all documents and acknowledge all terms included with the bid package. All documents should be from this bid package and must not be dated or executed prior to the date of advertising. Failure to follow these instructions is cause for rejection.
NOTE: In order to access any DocuSign forms in this solicitation, you must first click "Draft Response".
Instructions on how to access the forms through DocuSign are available in the Attachments. Please note that in order to view the forms as a .pdf document, you must access DocuSign first. Once you access DocuSign, the option to download, save, print and complete the forms becomes available
Unless otherwise stated, the use of manufacturers' names and product numbers are for descriptive purposes, and establishing general quality levels only. They are not intended to be restrictive. Bidders are required to state exactly what they intend to furnish, otherwise it is fully understood that they shall furnish all items as stated.
The County reserves the right to reject all bids in accordance with N.J.S.A. 40A:11-13.2, to waive any informalities in the bid and to accept the lowest responsible bid in accordance with applicable law.
The materials and supplies called for herein, shall be the best of their grade and types, prepared according to the best available standards or accepted formulas, and thoroughly tested and subjected to rigid examinations and standardization. Items not meeting these requirements shall be replaced at no cost to the County upon due notice of deficiency.
In case of default by the bidder or contractor, the County of Ocean may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned thereby.
Manufacturer’s warranty shall apply.
The bidder, if awarded a contract, agrees to protect, defend and save harmless the County against any damage for payment for the use of any patented material process, article or device that may enter into the manufacture, construction or form a part of the work covered by either order or contract, and he further agrees to indemnify and save harmless the County from suits or actions of every nature and description brought against it, for, or on account of injuries or damages received or sustained by any party or parties by, or from any of the negligent acts of the contractor, his servants or agents.
It is to be understood by the bidder that this bid is submitted on the basis of specifications prepared by the County and the fact that any bidder is not familiar with these specifications or conditions will not be accepted as an excuse.
The manufacturer, make or exact models proposed as substitutes shall also be submitted on bidder's letterhead with any proposal contended to be "equivalent."
The bidder should indicate the number of days required for the delivery After Receipt of Order (A.R.O.). If not submitted with the bid proposal, the County reserves the right to request this information prior to the award of contract.
NO BID SECURITY
In the event services are terminated by contract expiration or by voluntary termination by either the Contractor or the County of Ocean, the Contractor shall continue all terms and conditions of said contract for a period not to exceed one (1) month at the County’s request.
A Bid Security in the form of a Bond, Cashier’s Check or Certified Check, made payable to the County of Ocean in the amount of ten percent (10%) of the total amount of the bid (but not in excess of $20,000.00) must accompany each proposal as a guarantee which may be forfeited and retained by the County in lieu of its other legal remedies if a successful bidder’s proposal is accepted by the County and he shall fail to execute and return to the County the required contract and bonds within twenty-one (21) days after the award of the contract by the County.
Unless otherwise indicated, a minimum of three (3) complete sets of manuals, for each model year, MUST be provided with the first vehicle/equipment delivery as follows (thumb drive, CD/DVD/USB format preferred, if available):
1) Operator’s Manual
2) Parts Book
3) Shop Service Manuals including wiring diagrams and trouble shooting guide
4) Hydraulic System Manual including parts book and service repair manual (if applicable)
These specifications intend to describe and govern the purchase of a new and unused MISCELLANEOUS GROCERIES, FROZEN FOODS AND KITCHEN SUPPLIES NO. III with all accessories as noted herein. The products shall conform to the highest quality of manufacturing and design standards. Any item or items not specifically mentioned herein, but which would be required to produce a complete working unit, shall be supplied by the vendor.
All compliance pages must be completed in full if required within the specifications. A general exception cannot be taken for any paragraph or item. Suppose a bidder is basing his proposal on equipment other than what is specified in these bid documents and wishes the equipment he proposes to be considered as an "approved equal". In that case, he shall submit on a separate sheet, in the exact format of the technical specifications contained herein, an item-by-item description of that which he proposes to substitute including all variations from or exceptions to the conditions and specifications of this bid. Failure to comply may result in the rejection of the bid.
NO PERFORMANCE BOND
Bidders must use the pricing proposal provided in the bid specifications. Failure to use the pricing proposal in the bid specifications shall be cause for rejection of the bid.
If there is a current contract in place for this bid, those results may be obtained by accessing our procurement portal at the below link:
https://procurement.opengov.com/portal/oceancounty
Once you have clicked the link, click "Advanced Search" to begin searching for the current opportunity.
If requested, training shall be provided by the successful bidder for operators and mechanics at a County location with instructional materials as needed.
Insert prices for furnishing all of the material and/or labor described or required. Prices shall be net, including any charges for packing, crating, containers, etc. and all transportation charges fully prepaid by the contractor F.O.B. destination and placement at locations specified by the County. No additional charges will be allowed for any transportation costs resulting from partial shipments made at the vendor's convenience when a single shipment is ordered.
All vehicles furnished must be protected to -20°F (-30°C) with permanent type anti-freeze and summer coolant.
Payments will be made upon the approval of vouchers submitted by the successful bidders in accordance with the requirements of the Board of Commissioners and subject to the Board of Commissioners customary procedures. The County will not pay interest or late fees regardless of language provided.
All air conditioning shall be factory installed, support system (cooling, electrical, etc.) shall be upgraded in accordance with factory recommendations.
All vehicles will be delivered with a minimum of one-half (½) tank of fuel. All other fluids will be filled in accordance with the manufacturer’s recommended levels.
In the event that there is a discrepancy between the unit prices and the extended totals, the unit prices shall prevail. In the event there is an error of the summation of the extended totals, the computation by the OWNER of the extended totals shall govern.
These specifications include all standard equipment provided for each vehicle unless specifically upgraded or deleted. In the event options are required, the contractor shall provide upgrading of all support systems affected, in accordance with factory recommendations.
Award will be made by Ocean County Board of Commissioners within sixty (60) days after receipt of bids.
The County of Ocean reserves the right to award at their discretion to any one of the tie bidders where it is most advantageous for the County to do so, pursuant to N.J.S.A. 40A:11-6.1.
Materials shall be of good commercial quality for the intended service and shall be produced by use of current manufacturing processes and treated to resist rust, corrosion and wear. The design of the mechanical member shall be such that the stress imposed through normal shock loads of maximum engine torque, shall not cause rupture or permanent deformation or undue wear on any member.
All repairs are to be performed at the location the vehicle is stationed or at a service center within the County. All requests for repairs must be responded to within 24 hours.
The County of Ocean is exempt from any State sales tax or Federal excise tax.
When offering an equivalent product, the bidder must clearly specify any variations from the stated specifications, regardless of how minor. The County will determine whether the proposed item meets or exceeds the specified product based on its quality, performance, and suitability for the intended use. Where equivalent equipment is offered, the County will determine if the proposed item is equal to or better than specified.
Bidder shall be prepared to give, prior to bid award, a complete demonstration of the equipment proposed at a County facility or a mutually agreed to location and time within the State of New Jersey. The equipment so demonstrated shall be complete as offered by the bidder.
Contractor shall be able to service all equipment proposed. The contractor shall maintain a service facility staffed with qualified service personnel and a working inventory of parts.
In addition to pricing, evaluation will include an assessment of quality, adherence to specifications, suitability for the County’s needs, delivery terms, and warranty provisions. If no deviations from the specifications are noted, the bid will be assumed to be fully compliant with the stated requirements.
All warranty paperwork will be supplied with each unit at the time of delivery and shall be in typed form. The warranty commences with the final inspection and acceptance of the unit by the County. The authorized Dealer's Warranty shall be for a minimum of one (1) year period from date of final inspection and acceptance by the County for parts and labor on chassis, engine, transmission and all optional equipment. The vendor shall furnish for each vehicle delivered, all of the manufacturer's standard warranty against defects in material, workmanship and design in said vehicles. This agreement shall cover all warranty work, minor warranty and service work at the successful bidder’s location. When requested by the Director of Vehicle Services, this agreement shall also cover all warranty work, minor warranty and service work at a County facility. The successful bidder will be responsible for vehicle transportation for all warranty repairs and recall work for the complete vehicle and installed equipment during the standard or extended warranty period, when applicable. The vehicle must be picked up within five (5) working days of notification that work is required, and returned to the County within seven (7) working days. Bidder shall have full service facility stocked with parts capable of performing all warranty and non-warranty repairs, to ensure efficient and economic maintenance of the vehicles and to reduce down time. In the case of any unnecessary delays in repairing vehicles with warranty work because of parts availability or service scheduling, the Director of Vehicle Services shall be notified and, if requested, a replacement vehicle shall be provided.
Bidders are encouraged to submit descriptive literature and technical specifications with their bid. If not submitted with the bid, the County reserves the right to request this information, prior to contract award.
The quantities shown on the pricing proposal are estimates only, and Ocean County will not guarantee any minimum purchase. The County reserves the right to decrease or omit quantities as needed over the course of the contract. The county will not consider any minimum requirements imposed on order quantities. The County also reserves the right to increase quantities to twenty (20) percent of the maximum quantities listed at the unit price bid, in accordance with N.J.A.C. 5:30-11.3. Note: Actual orders are placed upon receipt of a Purchase Order, on an as needed basis. The County will not be responsible to pay for any product that was not ordered through a Purchase Order.
Unless otherwise stated, the use of manufacturers' names and product numbers are for descriptive purposes, and establishing general quality levels only. They are not intended to be restrictive. Bidders are required to state exactly what they intend to furnish, otherwise it is fully understood that they shall furnish all items as stated.
Delivery of items shall only be made upon receipt of a Purchase Order issued by the Ocean County Department of Purchase, upon which delivery locations and needed quantities shall be indicated.
All contractors must comply with the provisions of New Jersey Statute Title 40A:11-18, when applicable.
The manufacturer, make and exact models proposed as substitutes shall also be submitted on bidder's letterhead with any proposal contended to be "equivalent". The vehicles, equipment and accessories shall be new. The bidder shall specify the specific model being bid in each class or type of vehicle.
In accordance with 7 CFR 210.21(d) and USDA Memo SP 38-2017, all food and food service products provided under this contract must be domestic. Products must be either 100% domestic or contain more than 51% domestic agricultural components by weight or volume. Exceptions are permitted only when the item is not available domestically in sufficient quantity/quality or when competitive pricing shows domestic products are significantly higher in cost. Any exception requests must be submitted in writing and approved by the SFA prior to purchase.
The County will review any request to roll over a contract to the next model year once the vehicle manufacturer’s cut-off date has passed, provided the vendor meets the same—or improved—specifications, terms, and conditions. Any pricing adjustments must be approved by the Purchasing Agent.
If the awarded bidder and the Vehicle Services Director agree to the roll-over, and the Purchasing Agent grants approval, the affected contract will be amended to reflect the latest model year information.
If the current model year changes mid contract, the vendor can submit a price adjustment request to the County for the next model year. Requests for price adjustments must include justification and documentation such as a notice of an increase in the manufacturer's price and/or an increase in the industry. Requests, including specifications and a revised price sheet, must be submitted to the Ocean County Purchasing Agent for review and approval. If approved, the revised specifications and price sheet will be posted on line for all future purchases for the new model year vehicle.
Additionally, if the awarded model vehicle is no longer available to order, the County reserves the right to purchase the same make and model vehicle (any year) from the awarded vendor from the lot, if available. Specifications and a price quote for these vehicles must be submitted to the Ocean County Purchasing Agent for review and approval before an order can be placed.
The bidder shall notify the County of Ocean Purchasing Department, c/o Jennifer Bowens, Purchasing Agent, P.O. Box 2191, Toms River, NJ 08754 in writing or by fax (732-288-7636) no less than thirty days prior to the factory cut-off date for any vehicle under contract. Successful bidder MUST provide written proof from manufacturer of factory cut-off dates and MUST confirm receipt of same by the County of Ocean Purchasing Department.
It is the intent of these specifications to describe and govern the purchase of new and unused motor vehicles equipment with any and all accessories as noted herein. The units shall conform to the highest quality of manufacturing and design standards. Any item or items not specifically mentioned herein, but which would be required to produce a complete working unit, shall be supplied by the vendor. All bidders must answer compliance questions in full. A general exception cannot be taken for any paragraph or item. If a bidder is basing his proposal on equipment other than what is specified in these bid documents and wishes the equipment he proposes to be considered as an "approved equal", he shall submit on a separate sheet, in the exact format of the technical specifications contained herein, an item by item description of that which he proposes to substitute including any and all variations from or exceptions to the conditions and specifications of this bid. Failure to comply may result in rejection of bid.
This agreement shall not be assigned without the written consent of the County of Ocean.
A minimum of six (6) sets of keys are required with each vehicle and piece of equipment ordered. This is a minimum requirement: if additional sets are required, it will be indicated in the detailed specification section.
By presenting a bid, contractor declares that he is aware of and, if required, will comply with the requirements of the "Underground Facility Protection Act (Public Law 1994, Chapter 118)" prior to commencing any intended excavation. The telephone number to call is 1-800-272-1000.
The bidder must comply with the provisions of "The Public Works Contractor Registration Act", if applicable.
• All named contractors must be registered with the Department of Labor and Workforce Development pursuant to the Public Works Contractor Registration Act at the time the proposal is received, or the proposal will be determined to be non-responsive.
• Any non-listed contractor must be registered with the Department of Labor and Workforce Development prior to physically starting work. It is the responsibility of the General Contractor to insure that all non-listed sub-contractors comply.
• Contractors are encouraged to submit their and all named sub-contractors’ Public Works Contractor Registration Certificates with the bid.
The price quoted shall include all options specified and all transportation charges fully prepaid to Ocean County Department of Vehicle Services, Chestnut Street, Toms River, New Jersey.
For Ford Vendors: The County of Ocean Fleet number is QB504.
The New Jersey Prevailing Wage Act (P.L. 1963, Chapter 150) and provisions of the State Labor Laws must be complied with by the successful bidder, if applicable. The current Prevailing Wage Rates can be found online at https://www.nj.gov/labor/wageandhour/prevailing-rates/public-works/currentprevailingwage.shtml
All Certified Payrolls for Public Works Projects must be submitted online via the New Jersey Wage Hub website which can be accessed through the following link: https://njwages.nj.gov/. Certified payrolls must be submitted within ten (10) days of the payment of wages for each pay period, both online via New Jersey Wage Hub and hard copy to the contracting unit.
The attention of the bidder is called to the provisions of N.J.S.A. 2A:44-143 which requires that the County of Ocean shall only accept performance and payment bonds from surety companies meeting the requirements of that statute. The bidder shall deliver with its bid a Consent of Surety. The Bidder's Surety Company shall complete the "Certificate of Surety Company" which bidder shall submit with its bid.
A detailed vehicle production plan must be provided and approved prior to the start of any upfitting. The production plan detail must include exact mounting locations and configurations for all components.
Pursuant to N.J.S.A. 52:32-44, Ocean County (“Contracting Agency”) is prohibited from entering into a contract with an entity unless the bidder/proposer/contractor, and each subcontractor that is required by law to be named in a bid/proposal/contract has a valid Business Registration Certificate on file with the Division of Revenue and Enterprise Services within the Department of the Treasury.
Prior to contract award or authorization, the contractor shall provide the Contracting Agency with its proof of business registration and that of any named subcontractor(s).
Subcontractors named in a bid or other proposal shall provide proof of business registration to the bidder, who in turn, shall provide it to the Contracting Agency prior to the time a contract, purchase order, or other contracting document is awarded or authorized.
During the course of contract performance:
(1) the contractor shall not enter into a contract with a subcontractor unless the subcontractor first provides the contractor with a valid proof of business registration.
(2) the contractor shall maintain and submit to the Contracting Agency a list of subcontractors and their addresses that may be updated from time to time.
(3) the contractor and any subcontractor providing goods or performing services under the contract, and each of their affiliates, shall collect and remit to the Director of the Division of Taxation in the Department of the Treasury, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property delivered into the State. Any questions in this regard can be directed to the Division of Taxation at (609)292-6400. Form NJ-REG can be filed online at http://www.state.nj.usreasury/revenue/busregcert.shtml.
Before final payment is made under the contract, the contractor shall submit to the Contracting Agency a complete and accurate list of all subcontractors used and their addresses.
Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a business registration as required, or that provides false business registration information, shall be liable for a penalty of $25 for each day of violation, not to exceed $50,000, for each proof of business registration not properly provided under a contract with a contracting agency.
Each vehicle must be delivered with a New Jersey motor vehicle new vehicle inspection sticker in place as prescribed by law. Each vehicle must also be delivered with a New Jersey Motor Vehicle Commission title, registration, and plates. (Temporary plates are not acceptable) Deliver with title issued as follows: 610 234 000 08754 0 Ocean, County of PO Box 2191, Admin. Bldg. Toms River, NJ 08754
Starting in January 2007, all business entities are advised of their responsibility to file an annual disclosure statement of political contributions with the New Jersey Election Law Enforcement Commission (ELEC) pursuant to N.J.S.A. 19:44A-20.27 if they receive contracts in excess of $50,000 from public entities in a calendar year. Business entities are responsible for determining if filing is necessary. Additional information on this requirement is available from ELEC at 888-313-3532 or at www.elec.state.nj.us.
Notwithstanding the delivery of the title, the County reserves the right to inspect the vehicles and reject them if non-conforming to the specifications.
Please be advised that when delivering vehicles and/or equipment to the County of Ocean the following procedure must be strictly adhered to:
1. Three (3) days prior to delivery, the successful contractor is required to contact Vehicle Services at (732) 349-4579 and speak with one of the service writers for an approved delivery date.
2. Two (2) days prior to the vehicle delivery the successful bidder will provide via Electronic Delivery (E-mail) a completed and accurate Vehicle Data Sheet and Parts Listing Sheet in a Word Document format for each vehicle being delivered.
3. The successful bidder will have a representative available, and if requested, present during the check-in process.
4. ALL manuals and related materials, as requested in the specifications, MUST be presented to appropriate County personnel at time of delivery of said vehicles /equipment.
5. ALL parts, if requested in the specifications (i.e. belts, filters, hoses, etc.), MUST be presented at time of delivery.
6. The successful contractor shall provide, upon delivery, a list of all supplies (filters, hoses, belts, etc.) needed for the periodic maintenance for the first year. This list shall be complete with part numbers.
7. The successful contractor shall provide, upon delivery, an “As Built” list of all installed equipment and part numbers to cover the vehicle chassis and body.
8. The successful contractor will also be responsible to fill out any and all paperwork needed by the County prior to vehicle delivery. This will assure proper data entry of each vehicle to aide in any future warranty issues.
9. A letter of assurance, on the awarded bidder’s company letter head, shall accompany each delivered vehicle, certifying that the vehicle meets or exceeds all specifications as ordered on the Purchase Order.
10. The vehicles furnished shall comply with all safety laws, rules and regulations of the State of New Jersey and with standards for automotive vehicles. A DOT (Department of Transportation) Safety Kit shall be delivered with each vehicle purchased and include a First Aid Kit, Fire Extinguisher, and Safety Triangles.
11. The vehicles, equipment and accessories shall be new and ready for immediate use upon delivery, all service and make-ready having been done prior to delivery. Any vehicle not in such condition will be rejected. All vehicles are to be delivered to the Ocean County Department of Vehicle Services, Chestnut Street, Toms River, New Jersey.
12. No advertising shall appear on any vehicle delivered under the terms of the contract. Further, the contractor will not affix the dealer name to the vehicle. Vehicles delivered to final destinations with dealer's advertising will be rejected.
13. No Vehicle will be accepted at the final delivery point without all supporting documentation and paperwork completed and delivered with the units, which include the vehicle title, warranty, odometer/engine hour statement (if applicable), specified manuals, any line set tickets, invoice and keys sets. No unit will be considered accepted until it has undergone final inspection.
14. All delivered vehicles must be clean both inside and outside. Manufacturer’s standard items, such as hubcaps, floor mats, jack and lug wrench or the like, shall be provided, installed, by the contractor prior to delivery.
The provisions of N.J.S.A. 52:25-24.2 apply to all forms of corporations and partnerships, including, but not limited to, limited partnerships, limited liability corporations, limited liability partnerships, and Subchapter S corporations.
Prior to presentation for inspection, it shall be the contractor’s responsibility to pre-inspect each vehicle. The vehicle must conform to the manufacturer’s “new vehicle prep” procedures, if any. The contractor will be required to submit a copy of any “new vehicle prep” procedures upon delivery of the vehicle. Each vehicle presented for inspection shall be accompanied by an inspection package including, but not limited to the following: purchase order, line set sheet (when available) and dealer’s pre-inspection prep checklist. The checklist will list the responsible prep mechanic and acknowledge that the vehicle conforms to delivery specifications and that all added equipment and accessories have been properly installed.
Reasons for rejection of units include, but are not limited to:
1. Grinding noise in the wheels (wheel bearings).
2. Improperly aligned wheels.
3. Damaged rims.
4. Any spare tire-rim not mounted on vehicle.
5. Leakage of oil.
6. Transmission leaking fluid at transmission cooler lines or transmission seals.
7. Leakage at rear end.
8. Leaking at radiator.
9. Fuel Leaks.
10. Restrictions in fuel system.
11. Leakage in any part of the exhaust system.
12. Excessively noisy brakes or excessive brake pedal travel.
13. Oil pan damage.
14. Inoperative windshield wipers.
15. Windshield washer not functioning properly.
16. Windshield washer bottle leaking.
17. Transmission malfunctions.
18. Lack of grease fittings in ball joints, U-joints, etc. if factory standard.
19. Horn blowing while driving or inoperative.
20. Gauges or dials missing/malfunctioning.
21. Vehicle pulls to one side.
22. Seatbelts not operating properly.
23. Keys not working properly.
24. Door locks inoperative.
25. Oil dipstick missing or rust on dipstick.
26. Appropriate new vehicle inspection sticker not furnished on windshield.
27. Lights – running, turn, backup, brake, side indicators, and indicator lights not working properly.
28. Lenses missing on interior/exterior light or water in lenses.
29. Any manufacturing deficiencies which permit water leakage into passenger compartment.
30. Windows not operating properly.
31. Vehicle not properly prepped in accordance with the manufacturer’s pre-delivery specifications.
32. Vehicle not configured with all equipment and items specified in the contract/purchase order.
33. Body dents, scratches and other defects.
34. Body paint defects.
35. Water leak through roof.
36. Any defects in equipment installation.
37. Electrical system problem.
38. Any defects in after-market components, such as truck body, snow plow, aerial platform, generator, winch, crane and lift-gate.
39. Improperly run wiring and hoses along the chassis.
Inspected units which do not comply with these or other requirements will be rejected. If a vehicle has been rejected, the contractor will be notified and the notification will indicate the reason for rejection. All rejected units will be corrected and the corrected unit(s) will be presented for re-inspection within seven (7) working days. The ordering Department may cancel the purchase order if the contractor fails to correct any problem, without incurring any cost or fee.
Pursuant to Public Law 2012, c. 25, any person or entity that is a successful bidder or proposer, or otherwise proposes to enter into or renew a contract, must complete the certification below to attest, under penalty of perjury, that neither the person or entity, nor any parent entity, subsidiary, or affiliate is identified on the State Department of Treasury's Chapter 25 list as a person or entity engaging in investment activities in Iran. The list is found on Treasury’s website at www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf.
The Chapter 25 list must be reviewed prior to completing the certification. If a vendor or contractor is found to be in violation of law, action may be taken as appropriate and as may provided by law, rule or contract, including but not limited to imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. Prior to contract award or authorization, the contractor shall provide the Contracting Agency with a completed Certification on Disclosure of Investment Activities in Iran.
Pursuant to N.J.S.A. 52:32-60.1, et seq. (L. 2022, c. 3) any person or entity (hereinafter “Vendor”) that seeks to enter into or renew a contract with a State agency for the provision of goods or services, or the purchase of bonds or other obligations, must complete the certification below indicating whether or not the Vendor is identified on the Office of Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, available here: https://sanctionssearch.ofac.treas.gov/. If the Department of the Treasury finds that a Vendor has made a certification in violation of the law, it shall take any action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party.
The contractor shall maintain primary insurance to protect against all claims under Workmen's Compensation, Comprehensive General Liability and Automobile. Except for Workmen’s Compensation, all coverage shall apply as primary coverage with respect to any other insurance or self-insurance program afforded to the County. There shall be no endorsement or modification of this coverage to make it excess over other available insurance/coverage; alternatively, if the CGL and umbrella, excess of reinsurance states that it is pro rata, it shall be endorsed to be primary with respect to the County. Primary Coverage shall be subject to approval for adequacy of protection as per the following limits:
Worker's Compensation
1. Limits according to Worker's compensation Laws of the State of New Jersey.
2. Contractor's Liability not less than $100,000.
Comprehensive General Liability
1. Bodily Injury - $500,000 per person; $1,000,000 per occurrence.
2. Property Damage - $1,000,000 per occurrence.
Comprehensive General Liability Details
Comprehensive Automobile Liability shall include the following:
Business auto liability insurance or its equivalent with a minimum limit of $1,000,000 per accident and including coverage for all of the following:
A. Liability arising out of the ownership, maintenance or use of any auto;
B. Auto non-ownership and hired car coverage.
C. Contractor's Worker's Compensation, Comprehensive General Liability and
D. Comprehensive Automobile Liability arising out of subcontractor's operations shall be identical as that listed above.
Proof of Insurance
Copies of each insurance certificate shall be furnished to the County when requested.
Upon contract award, when a Certificate of Insurance is required, it shall be provided to Ocean County listing the County as an additional insured, as follows:
County of Ocean, 101 Hooper Avenue, P.O. Box 2191, Toms River, NJ 08754-2191
** ATTENTION**
Responses received pursuant to this solicitation are subject to complete disclosure pursuant to the Open Public Records Act. Please note that disclosure includes any and all attachments and addenda supplementing the solicitation response. Accordingly, please do not include personal identifying information in any supplementary documents submitted with the solicitation response.
The County has established a "COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM" pursuant to N.J.S.A. 40a:11-1 et seq…
The IDENTIFIER for this system is:
CK-02-OC
This system allows local government contracting entities located within the geographical boundaries of the County to purchase goods and services awarded as a result of this bid proposal if it is extended by the low bidder.
Goods and services must be made available without substitution or deviation from specifications, size, features, quality, price or availability as herein set forth. It is understood that orders, if any, will be placed directly by contracting units, subject to the overall terms of the contract to be awarded by the County of Ocean.
The estimated quantities listed in this specification reflect only the needs of the agencies under the direct control of the Ocean County Board of Commissioners. If the vendor chooses to extend the resulting contract to all other contracting units, the quantities could be higher.
Please check (√ ) the YES or NO box in the Vendor Questionnaire to indicate whether or not you will extend contract prices to all contracting units.
I hereby confirm that I am logged into OpenGov using an account directly associated with the Business Name (and corresponding Tax ID number) as provided in all solicitation documentation. I fully understand that, if awarded a contract with Ocean County, the company information listed in the Contract Information Field will be used for the preparation of all contract documents. Failure to adhere to these requirements may result in the rejection of this bid.
Vendor will extend contract prices to "County Cooperative Contract Purchasing System" Participants as described in Instruction to Bidders .
Documents include:
FAILURE TO SUBMIT ANY OF THESE DOCUMENTS MAY BE CAUSE FOR REJECTION OF YOUR PROPOSAL.
All documents should be from this proposal package as forms change frequently and the most updated forms are provided in this specification. The forms must not be dated or executed prior to the date of advertising.
NOTE: For detailed instructions on how to complete the forms via DocuSign, please access the "Instructions for Completing Forms in DocuSign" document available in the Attachments.
Please note: The County's preferred method of submission is DocuSign.
DOCUSIGN WORKS BEST IN THE GOOGLE CHROME BROWSER
Should your company be awarded a contract with Ocean County, please provide the contact name, contact phone number and the physical mailing address where the contract documents should be mailed. (no email addresses, please!)
PHYSICAL HARD COPY BID SECURITY INSTRUCTIONS:
Upload a copy of your Bid Security. Bid Security shall be in the form of a cashier's check, certified check, or bid bond.
Original Hard-Copy Bid Security must be received by 11:00 am prevailing time on Tuesday, April 28, 2026 or your submission will be rejected.
BID BOND MUST BE LABELED WITH THE TITLE AND DATE THE BID IS DUE
EXAMPLE: BID BOND FOR MISCELLANEOUS GROCERIES, FROZEN FOODS AND KITCHEN SUPPLIES NO. III OPENING ON Tuesday, April 28, 2026
Original may be mailed or hand delivered to:
Clerk of the Board
Ocean County Administration Building
101 Hooper Avenue, Room 328
Toms River, NJ 08753
Bid Security may also be hand delivered at the public bid opening and may not be received after 11:00 am prevailing time on Tuesday, April 28, 2026.
The County is not responsible for late submissions and no consideration will be made for bid security received after the date and time stipulated in the Notice to Bidders even if you have completed your bid online.
If the original bid security is not received by the date and time stipulated in the Notice to Bidders, your submission will be rejected.
ELECTRONIC BID SECURITY INSTRUCTIONS:
If your company is using the electronic bond verification, please upload a digital copy of the confirmation of the filing of the electronic bond then proceed to Question #3, "Electronic Verification of Bid Security" to input your bond's serial number.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
Accompanying this Proposal is a guarantee payable to County of Ocean for 10% of the total bid, not to exceed $20,000, which the undersigned agrees is to be forfeited as liquidated damages, and not as a penalty, if contract is awarded to the undersigned and the undersigned shall fail to execute the contract or shall fail to furnish the Performance Bond and Payment Bond required, within the stipulated time, otherwise said check will be returned to the undersigned.
By Confirming, Bidder understands that Bid Security in the amount of 10% of the total bid not to exceed $20,000 must be received by the date and time stipulated in the Notice to Bidders and that failure to supply the Bid Security is automatic cause for rejection of the bid.
The County has accounts with two (2) online Bid Security programs: Surety2000 and Tinubu. Use of these platforms is fee-based and bidders can utilize either platform to obtain an electronically issued, verified and legal bid bond which can be used for bidding purposes. No bid bond can be created by the bonding agent on the site without the Surety agency being fully aware of that bond. Only agents appointed directly by the Surety agencies can issue bid bonds electronically.
To use Surety2000, please use this link to access the site: www.surety2000.com.
To use Tinubu, please use this link to access the site: www.tinubu.com/ebonding
You must complete all necessary steps to log in to the site and obtain the bid bond.
Bond Identifier:TBD
USE THIS CODE WHEN EXECUTING YOUR BID BOND.
Once an official bid bond is issued, use the space below to input your company's E-Bond Serial Number.
The number will look like this from Surety2000: SNJ5185268
The number will look like this from Tinubu: 1234-4567-7891-0123
This number will then be used at the bid opening to verify your company's bid bond.
If you are not using this method for Bid Security submission please write "N/A" in the field provided.
Please note that the County is not responsible for late submissions and no consideration will be made for bid security received after the date and time stipulated in the Notice to Bidders even if you have electronically submitted your bid on time.
If the original bid security is not able to be verified by the date and time stipulated in the Notice to Bidders, your submission will be rejected.
Within seven (7) days after receipt of the notification of intent to award the contract or receipt of the contract, whichever is sooner, a Contractor should present one of the following to the County of Ocean:
(a) An existing federally approved or sanctioned affirmative action program.
(b) A New Jersey Certificate of Employee Information Report Approval.
(c) If the Contractor cannot present "a" or "b", the Contractor is required to submit a completed Employee Information Report (Form AA302 for Goods and Services; Form AA201 for Construction). This form is available here.
QUESTIONS BELOW MUST BE ANSWERED BY ALL CONTRACTORS ON THE AFFIRMATIVE ACTION DOCUMENT:
1. Do you have a Federally approved or sanctioned Affirmative Action Program?
If yes, please upload a photocopy of such approval.
2. Do you have a State of New Jersey "Certificate of Employee Information Report" approval?
If yes, please upload a photocopy of such certificate.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
Please use this area to upload your company's BRC.
Use this link to verify your company's BRC:
https://www1.state.nj.us/TYTR_BRC/jsp/BRCLoginJsp.jsp
Please note that a BRC is not required at the time of bid submission but shall be required prior to the award of a contract.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
In order to conduct business with the County, your company must be built as a vendor in our financial system. Please download the below document, complete and upload.
Does the BIDDER comply with the #Mandatory Equal Employment Opportunity Statement?
Does the BIDDER comply with the #Americans with Disabilities Act Provisions?
All workers performing public works activities for subcontractors awarded contracts by an energy services company pursuant to this section shall be paid prevailing wages in accordance with the “New Jersey Prevailing Wage Act,” P.L.1963, c.150 (C.34:11-56.25 et seq.). All subcontractors shall comply with the provisions of "The Public Works Contractor Registration Act," P.L.1999, c.238 (C.34:11-56.48 et seq.). Only firms appropriately classified as contractors by the Division of Property Management and Construction shall be eligible to be awarded a contract as a subcontractor of an energy services company under this section for performing public works activities pursuant to regulations adopted by the Division of Property Management and Construction.
Bidder shall provide with their bid a copy of the Public Works Registration Certificate for all Public Works Bids.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
Before a contracting agency can award a contract for public work as defined in P.L. 2019, c.406, the contractor must provide a written certification to the contracting unit that neither the contractor nor the contractor’s affiliates are debarred by the federal government from contracting with a federal agency.
The term “affiliate” means any entity that directly, indirectly, or constructively controls the contractor, or any entity that the contractor directly, indirectly, or constructively controls, or is subject to the control of a common entity. The law considers an entity to be in control of another entity if it owns, directly or indirectly, more than 50% of the ownership.
Please complete the Certification of Non-Debarment form by clicking on the link. Make sure that the email you complete the form with matches the email of your vendor account.
NOTE: For detailed instructions on how to complete the forms via DocuSign, please access the "Instructions for Completing Forms in DocuSign" document available in the Attachments.
Please note: The County's preferred method of submission is DocuSign.
DOCUSIGN WORKS BEST IN THE GOOGLE CHROME BROWSER
As evidence of the bidder's qualifications, (s)he shall be required to submit with this bid proposal information requested on the Contractor's Data Sheet.
Please complete the form by clicking on the link. Make sure that the email you complete the form with matches the email of your vendor account.
Please download the below documents, complete, and upload.
Please submit Catalogs/Price Lists for items bid.
If mailing the Catalogs/Price Lists, please send to:
Purchasing Department
101 Hooper Ave., Room 224
Toms River, NJ 08753
If uploading Catalogs/Price Lists, please upload under the "ADDITIONAL VENDOR DOCUMENTATION" question of the Vendor Questionnaire. Please note that a digital copy or a PDF copy of Catalogs/Price Lists with fixed pricing are acceptable.
Links or Website Addresses to Online Catalogs, where pricing is subject to change is not acceptable and will not be considered.
DO NOT submit a copy of your bid along with your catalogs/price lists. The box or envelope containing the catalogs/price lists must be clearly labeled with the BID NAME ("MISCELLANEOUS GROCERIES, FROZEN FOODS AND KITCHEN SUPPLIES NO. III")/CATALOG/PRICE LIST and BID OPENING DATE ("Tuesday, April 28, 2026"). Submitting a copy of your bid with your catalog is cause for rejection of your bid.
Bidder understands that Catalogs/Price Lists are requested to be submitted as part of this bid package. Failure to supply the proper Catalogs/Price Lists as requested may be cause for rejection of the bid.
If uploading your Catalog/Price List, please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
Please submit Samples for certain BID ITEMS. Please check the specifications for items REQUIRING samples. Failure to submit samples for items requiring samples is cause for REJECTION of your bid.
Mail Samples, (MUST BE RECEIVED BEFORE Bid Opening:Tuesday, April 28, 2026,11:00 am) to:
Purchasing Department
101 Hooper Ave., Room 224
Toms River, NJ 08753
The package containing the Samples must indicate:
1. BID NAME: MISCELLANEOUS GROCERIES, FROZEN FOODS AND KITCHEN SUPPLIES NO. III/SAMPLES;
2. BID OPENING DATE: Tuesday, April 28, 2026/11:00 am;
3. IF SAMPLES ARE BEING MAILED ON YOUR BEHALF BY A 3RD PARTY, THE OUTSIDE OF THE PACKAGE MUST contain a label/note with YOUR Company Name, Bid Title, AND Item #’s. This will aid the Purchasing Department in identifying that samples were received by your company;
4. DO NOT include a copy of your bid with your Samples. Submitting a copy of your bid with your Samples is cause for REJECTION of your bid.
Instructions for the Samples inside the package:
1. Each Sample MUST BE LABELED with the ITEM Number they correspond to.
By answering this question, the bidder understands that if samples are required, they are to be provided in order for the bid to be considered.
Failure to supply the proper samples is cause for rejection of the bid.
Please supply all descriptive literature and warranty details for all items being bid as well as a list of all diagnostic tools and testing equipment, if applicable.
Please note, the only acceptable file forms are as follows:
Documents (doc, docx, rtf, txt, xls, xlsx, pdf)
Images (jpg, png, bmp, tif)
MECHANIC AND OPERATOR TRAINING
Training shall be provided by the successful bidder for operators and Mechanics at a County location with instructional materials as needed.
Mechanic training will be provided on site for shop mechanics and supervisors. Class size will not exceed twenty (20) total people. Separate training sessions may be required to accommodate the County’s two (2) shifts. Training will be conducted to include the following minimum material:
• Brake system component identification / diagnosis and service procedures
• Electrical system features / diagnosis / maintenance
• Air conditioning system diagnostic and service procedures
• Engine repair and maintenance to include specifications / components / sensor locations
• Emissions equipment to include exhaust after treatment / regeneration / warning system
• Internet based Service and Parts Manual usage
Operator training will be provided for a minimum of four (4) hours immediately following vehicle check in and acceptance. The training will cover familiarization of the truck chassis, installed equipment, and truck hydraulic system operation.
By confirming this question, bidder understands they shall comply with the Mechanic's Training set forth above.
Please complete the Plan and Equipment Questionnaire.
NOTE: For detailed instructions on how to complete the forms via DocuSign, please access the "Instructions for Completing Forms in DocuSign" document available in the Attachments.
Please note: The County's preferred method of submission is DocuSign.
DOCUSIGN WORKS BEST IN THE GOOGLE CHROME BROWSER
I have completed the four (4) page Plan and Equipment Questionnaire and included it in my submission.
Please upload your company's certificate of insurance.
Please add any additional documentation you wish to be considered here.
Bidders shall complete all documents and acknowledge all terms included with the bid package. All documents should be from this bid package as forms change frequently and the most updated forms are provided in this specification. The forms must not be dated or executed prior to the date of advertising. Failure to follow these instructions is cause for rejection.
By submitting a response to this solicitation, the Vendor understands and acknowledges that all required documents to this solicitation must be submitted and that failure to do so may be cause for rejection.
Bidder also understands that only one (1) bid submission shall be considered. Please DO NOT Submit a manual bid response. Submitting a manual response in addition to the electronic response is cause for rejection of your bid.
Choose which Terms and Conditions to use: Standard or Motor Vehicle
If this is a small vehicle - like a car, SUV or pickup - it may require upfitting.
Require a response about MECHANIC AND OPERATOR TRAINING
i.e. Garbage and Trash Removal, Hazardous Waste, Specialty Bids
Will vendor be asked to extend contract pricing to all contracting units?
What is the timeframe for how long the contract shall be in effect? Type in the timeframe below. Format shall be as follows, changing the term and dates as needed.
Example: for a one (1) year term, beginning July 1, 2025, and ending June 30, 2026.
When reviewing the bid before exporting to a word document, ensure the language is correct.
If the contract has a one (1) year extension available, use Option 2. If there is no available extension, use Option 1.
Submit Catalogs?
Samples?
Is this Public Works Contract?
Does this bid require a Contractor's Data Sheet?
Ensure vendors submit Descriptive Literature and Warranty Details.
Does the bid contain hourly rates?
If this bid requires the vendor to fill out the Plan and Equipment Questionnaire, click yes.
This will be required for any vendors needing to access the Ocean County Jail prior to bidding.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.