Dallas Logo
File #: 21-1781    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 9/12/2021 In control: Office of Procurement Services
On agenda: 10/13/2021 Final action:
Title: Authorize a five-year service price agreement for repair, cleaning, and advanced inspection of structural and proximity protective firefighting gear for the Fire-Rescue Department - Lion Totalcare, Inc., lowest responsible bidder of two - Estimated amount of $3,307,568 - Financing: General Fund
Indexes: 100
Attachments: 1. Resolution, 2. Protest Letter, 3. Protest Response
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     October 13, 2021

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a five-year service price agreement for repair, cleaning, and advanced inspection of structural and proximity protective firefighting gear for the Fire-Rescue Department - Lion Totalcare, Inc., lowest responsible bidder of two - Estimated amount of $3,307,568 - Financing:  General Fund

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a service price agreement is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis according to annual budgetary appropriations. The estimated amount is intended as guidance rather than a cap on spending under the agreement, so that actual need combined with the amount budgeted will determine the amount spent under this agreement. 

 

This service price agreement will provide for the repair, cleaning, and advanced inspection of structural and proximity protective firefighting gear for the Fire-Rescue Department. The National Fire Protection Association (NFPA) establishes requirements for the selection, care, and maintenance of firefighting protective gear to reduce health and safety risks associated with contamination or damage.

 

Per NFPA Standard 1851, two advanced inspections and cleanings are required every 12 months in addition to any necessary repairs.  Currently there are 2,100 firefighters who utilize structural and proximity protective gear as a part of their day-to-day job function. Inspection, cleaning, and repair allows for longer lasting life of the gear, protects members while fighting fires, and maintains proper visibility for members while rendering aid.

 

As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used its procurement system to send out email notifications to vendors registered under relevant commodity codes.  To further increase competition, the Office of Procurement Services uses historical solicitation information, the Internet, and vendor contact information obtained from user departments to contact additional vendors. 

 

On November 10, 2015, the City Council authorized a living wage policy that requires contractors to pay their employees a “living wage” rate as established annually by the Massachusetts Institute of Technology Living Wage Calculator for Dallas County by Resolution No. 15-2141.  The current calculated living wage during the solicitation process of this contract is $12.38; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On May 28, 2014, City Council authorized a three-year service contract for cleaning and repair of structural and proximity protective gear for the Fire-Rescue department with Gear Cleaning Solutions, LLC by Resolution No. 14-0816.

 

FISCAL INFORMATION

 

Fund

FY 2022

FY 2023

Future Years

General Fund

$824,392.00

$824,392.00

$1,658,784.00

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Procurement Category

M/WBE Goal

M/WBE %

M/WBE $

$3,307,568.00

Other Services

N/A

N/A

N/A

The Business Inclusion and Development Policy does not apply to Other Service contracts.

Lion Totalcare, Inc. - Non-local; Workforce - 0.00% Local

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Low Bid

Recommended vendor is based on the lowest competitive quoted price, who is also technically and financially capable of performing and completing the contract, and otherwise meets all material specification requirements

 

Negotiations are not allowed

 

The Office of Procurement Services received the following bids from solicitation number BD21-00015972.  We opened them on April 16, 2021.  We recommend the City Council award this service price agreement in its entirety to the lowest responsive and responsible bidder.

 

*Denotes successful bidder

 

Bidders                                                                                    Address                                                                                    Amount

 

*Lion Totalcare, Inc.                      7200 Poe Avenue                                          $3,307,568.00

                     Suite 400

                     Dayton, OH  45414                       

 

Gear Cleaning Solutions, LLC                     9030 Viscount Row                                          $4,791,947.50**

                     Dallas, TX  75247

 

**The City has received a protest regarding this procurement which has been addressed.  Please find attached the vendor protest letter and the City's response.

 

OWNER

 

Lion Totalcare, Inc.

 

Mark Smith, President

Stephen Schwartz, Chief Executive Officer