Active SLED Opportunity · ALASKA · CITY & BOROUGH OF JUNEAU
AI Summary
Term contract opportunity for embroidery and screen printing services for City and Borough of Juneau and Capital City Fire & Rescue. Services include custom logo application on apparel with batch processing. Contract runs July 2026 to June 2030 with option to renew. Pricing and delivery details specified.
INTENT: The intent of this quote is to establish a term contract to purchase embroidery and screen printing services to be used by the City and Borough of Juneau (CBJ), Capital City Fire & Rescue (CCFR). The term contract may be used by different separate subsections of the City and Borough of Juneau as needed. SUBMISSION INSTRUCTIONS: Timely responses are accepted via Electronic Submission at Public Purchase the CBJ’s eProcurement Provider, or via email to Purchasing@Juneau.gov *Late responses will not be accepted. To respond complete the free online registration. Registration is a two-step process; Use the Public Purchase ‘Help’ Menu Tab, Register early - Registration may take up to 24-hours to complete. Vendors who successfully register may submit a response by doing the following: Access the solicitation online at Public Purchase and complete pricing for the line item listed, or download the provided PDF forms, fill out all fields and upload to Public Purchase or email to Purchasing@Juneau.gov. Do not submit more than one pricing schedule. Download provided PDF Quote Schedule, and Equivalent/Variance & Signature Page, fill out all fields indicated, sign and upload to Public Purchase or email to Purchasing@juneau.gov . Use only the documents provided. Acknowledge the General Terms & Conditions (ATTACHMENT A), Vendors must acknowledge, or acknowledge with exceptions. Exceptions may not qualify for award. CONTACT, QUESTIONS & ADDENDA: CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this solicitation. Submit any questions to purchasing@juneau.gov . You can also utilize the “Ask Questions” link available on Public Purchase CBJ’s eProcurement platform. No oral interpretations will be made. Submit all questions in writing, noting issuing buyer, solicitation number and title. Requests must be received a minimum of three (3) business days prior to the solicitation deadline. Any changes to CBJ issued documents will be in the form of an addendum to the solicitation, and will be issued as promptly as possible to all plan holders. All such addenda will become part of the solicitation. CONTRACT PERIOD: The contract will be in effect from July 1, 2026 through June 30, 2027 with an automatic annual renewal period for three (3) additional years, with the final expiration date of June 30, 2030. Contractor or Vendor may provide written notice to terminate the contract without penalty providing the notice is given sixty (60) days prior to the upcoming renewal period. CONTRACT PRICE:Contract prices are to remain firm for the duration of the contract period including any automatic annual renewal or hold over periods unless a price adjustment is requested and agreed upon. CONTRACT ADMINISTRATOR: The contract administrator for this contract will be Brenwynne Grigg, Administrative Office for Capital City Fire and Rescue or upon notification, an alternative assigned designee. PRICE & F.O.B. POINT: Quote price is to include all related costs, including shipping and delivery to the final destination or FOB Point, Juneau Alaska. Shipping costs must be imbedded into the unit price. DELIVERY DATE: Delivery at the final destination is requested within (30) thirty calendar days after receipt of order (ARO). Indicate on the Signature Page, the number of calendar days required for delivery. QUANTITIES: CBJ anticipates issuing a purchase order for the quantities listed. Quantities listed are estimates and are being provided for bidding purposes only. The City does not guarantee any minimum or maximum orders. CONFORMS/VARIES: Bidders will offer item(s) which meet the Technical Specifications. If a bidder requests a variance to the specified item(s), it is the responsibility of the bidder to describe their proposed item/variance in detail on the attached Variance/Equivalent Page. Bidders will indicate the item and state what effect their variance will have. The Variance/Equivalent Page must be submitted with your bid. Failure to describe variances may be grounds to reject the bid as non-responsive. Note the following words provide parameters for what the city will allow on a variance: Minimum, No less than, At least, Maximum, No more than, Not to exceed, Must, Is required, Not acceptable, No substitute. City approved equivalent: When a specific brand/model and the words “or Approved Equivalent” are specified, the intent is to indicate and guarantee a quality or performance level, but not to limit offers of other brands/models. Consideration will be given to an equivalent, provided that the brand/model proposed is of the same general design and of equal substance, quality, function, and finish as the specified brand/model(s). If a bidder offers an equivalent, submit the Variance/Equivalent page with your bid and provide justification of how the brand/model offered meets or exceeds the quality or performance level of the brand/model specified. The City may request additional literature or information from the bidder. Information must be provided upon request. Failure of the bidder to provide requested Information within the specified time, or failure to justify the quality level of the brand/model offered will be grounds to reject the bid as non-responsive. The City is the sole judge of the quality and suitability of any offered equivalent. ACCEPTANCE & RETURNS: The City reserves the right to determine suitability of items offered. All goods or materials are subject to approval by the City. Any items rejected because of non-conformity of the terms and conditions or specifications of this contract, whether held by the City or returned, will be at the Contractor's risk and expense. REFERENCES: If the City is considering an equivalent, the bidder may be asked to provide references from clients currently using the brand/model being offered. Failure to produce acceptable references upon request may deem the brand/model offered unacceptable and the bid non-responsive. References may be a factor in determining the bidder’s ability to provide a quality product for the City. AWARD: Award will be made by Total Quote to the lowest responsive, responsible bidder meeting all requirements. SPECIFICATIONS: CCFR will request embroidery and screen printing services to occur in batches throughout the year as needed. Batch quantities will be greater than twenty-five (25) for requested services. Screen printing and embroidery will be performed in batches whenever possible. CCFR will need services on an individual basis as personal are hired or clothing is damaged before the batch replacement schedule. CCFR has provided logos for CCFR and CARES (EXHIBIT 1). CCFR will require logos on various sized ball caps, beanies and jackets. Name and rank will also need to be embroidered on all jackets. Screen printing will be required on T-shirts and hoodies. Vendors are requested to provide both white logo pricing, as well as full color pricing. FABRICATION: Materials used to provide these services must be free from damage. All stitching is to be straight and neat and free of blemishes. Screen printing if to be durable, neat and concise. Any cutting is to be neat and accurate. SEE THE ATTACHED PDF DOCUMENTS FOR COMPLETE INFORMATION
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.