I N V I T A T I O N T O B I D - Miami-Dade · 2016. 11. 10. · Veterinary & Pharmaceuticals...

50
BID NO.: 8073-1/20 OPENING: 2:00 P.M. Wednesday, October 13, 2010 MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID TITLE : VETERINARY & PHARMACEUTICALS SUPPLIES THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW : BID DEPOSIT AND PERFORMANCE BOND: .............. N/A CATALOGUE AND LISTS: .............................................. N/A CERTIFICATE OF COMPETENCY: .............................. SEE SECTION 2, PARAGRAPH 2.6.1. EQUIPMENT LIST: ........................................................... N/A EXPEDITED PURCHASING PROGRAM (EPP) N/A SMALL BUSINESS ENTERPRISE MEASURE: ............ SEE SECTION 2, PARAGRAPH 2.2 SAMPLES/INFORMATION SHEETS: ............................ N/A SECTION 3 MDHA: ........................................................ N/A SITE VISIT/AFFIDAVIT: ................................................. N/A USER ACCESS PROGRAM: ............................................ SEE SECTION 2, PARAGRAPH 2.21 WRITTEN WARRANTY: ................................................. N/A FOR INFORMATION CONTACT : Thelma L. Rodriguez at 305-375-4252, or [email protected] MIAMI-DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 4 1 41 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 4 1 41 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR BID NON-RESPONSIVE

Transcript of I N V I T A T I O N T O B I D - Miami-Dade · 2016. 11. 10. · Veterinary & Pharmaceuticals...

  • BID NO.: 8073-1/20

    OPENING: 2:00 P.M.

    Wednesday,

    October 13, 2010

    MIAMI-DADE COUNTY, FLORIDA

    I N V I T A T I O N

    T O B I D

    TITLE:

    VETERINARY & PHARMACEUTICALS SUPPLIES

    THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:

    BID DEPOSIT AND PERFORMANCE BOND: ....................... N/A

    CATALOGUE AND LISTS: ....................................................... N/A

    CERTIFICATE OF COMPETENCY: ....................................... SEE SECTION 2, PARAGRAPH 2.6.1.

    EQUIPMENT LIST: .................................................................... N/A

    EXPEDITED PURCHASING PROGRAM (EPP) N/A

    SMALL BUSINESS ENTERPRISE MEASURE: ..................... SEE SECTION 2, PARAGRAPH 2.2

    SAMPLES/INFORMATION SHEETS: ..................................... N/A

    SECTION 3 – MDHA: ................................................................. N/A

    SITE VISIT/AFFIDAVIT: .......................................................... N/A

    USER ACCESS PROGRAM: ..................................................... SEE SECTION 2, PARAGRAPH 2.21

    WRITTEN WARRANTY: .......................................................... N/A

    FOR INFORMATION CONTACT:

    Thelma L. Rodriguez at 305-375-4252, or [email protected]

    MIAMI-DADE COUNTY

    DEPARTMENT OF PROCUREMENT MANAGEMENT

    FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON

    PAGE 41 41 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR

    INELIGIBLE FOR LOCAL PREFERENCE

    FAILURE TO SIGN PAGE 41 41 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER

    YOUR BID NON-RESPONSIVE

  • MIAMI-DADE COUNTY, FLORIDA

    INVITATION TO BID

    Bid Number: 8073-1/20

    Title: Veterinary & Pharmaceuticals Supplies

    Sr. Procurement Contracting Agent: Thelma L Rodriguez

    Bids will be accepted until 2:00 p.m. on Wednesday, October 13, 2010

    Bids will be publicly opened. The County provides equal access and does not discriminate on

    the basis of disability in its programs or services. It is our policy to make all communication

    available to the public, including those who may be visually or hearing impaired. If you

    require information in a non-traditional format please call 305-375-5278.

    Instructions: The Clerk of the Board business hours are 8:00am to 4:30pm, Monday through

    Friday. Additionally, the Clerk of the Board is closed on holidays observed by the County.

    Each Bid submitted to the Clerk of the Board shall have the following information clearly

    marked on the face of the envelope: the Bidders name, return address, Bid number, opening

    date of the Bid and the title of the Bid. Included in the envelope shall be an original and two

    copies of the Bid Submittal, plus attachments if applicable. Failure to comply with this

    requirement may result in your Bid not being considered for award.

    All Bids received time and date stamped by the Clerk of the Board prior to the bid submittal

    deadline shall be accepted as timely submitted. The circumstances surrounding all bids

    received and time stamped by the Clerk of the Board after the bid submittal deadline will be

    evaluated by the Department of Procurement Management, in consultation with the County

    Attorney’s Office, to determine whether the bid will be accepted as timely.

    NOTICE TO ALL BIDDERS:

    FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON-RESPONSIVE.

    THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE REVIEW AND COMPLETION BY ANY VENDOR RESPONDING

    TO THIS SOLICITATION

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    SECTION 1

    GENERAL TERMS AND CONDITIONS

    Veterinary & Pharmaceuticals Supplies

    - I - Revised 12/1/09

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    SECTION 1

    GENERAL TERMS AND CONDITIONS

    Veterinary & Pharmaceuticals Supplies

    - II - Revised 12/1/09

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    SECTION 1

    GENERAL TERMS AND CONDITIONS

    Veterinary & Pharmaceuticals Supplies

    - III - Revised 12/1/09

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    SECTION 1

    GENERAL TERMS AND CONDITIONS

    Veterinary & Pharmaceuticals Supplies

    - IV - Revised 12/1/09

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    SECTION 1

    GENERAL TERMS AND CONDITIONS

    Veterinary & Pharmaceuticals Supplies

    - V - Revised 12/1/09

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    SECTION 1

    GENERAL TERMS AND CONDITIONS

    Veterinary & Pharmaceuticals Supplies

    - VI - Revised 12/1/09

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 7 - - Revised 12/1/09

    2.1 PURPOSE

    2.1.1 The purpose of this solicitation is to establish a contract for the purchase of veterinary

    medical supplies, pharmaceuticals supplies, miscellaneous items and emergency and

    other purchases for various County departments in conjunction with the County's

    needs on an as needed when needed basis.

    2.1.2 The groups under this contract are as follows:

    i) Group 1 – Pharmaceutical Supplies

    Animal pharmaceutical supplies, vaccines, medication, etc.

    ii) Group 2 – Medical Supplies

    Syringes, bandages, gloves, surgical equipment, etc.

    iii) Group 3 – Miscellaneous Items

    Cat litter, animal transportation carriers, etc.

    iv) Group 4 – Emergency Purchase and Other Items

    Emergency purchases, urgent care for animals, and miscellaneous services

    and products.

    2.2 SMALL BUSINESS CONTRACT MEASURES FOR SOLICITATIONS GREATER

    THAN $50,000 (Bid Preference)

    A Small Business Enterprise (SBE) bid preference applies to this solicitation. A ten (10%)

    percent bid preference shall apply to contracts valued up to $1 million and a five (5%)

    percent bid preference shall apply to contracts greater than $1 million. A SBE/Micro

    Business Enterprise must be certified by the Department of Procurement Management

    (DPM) for the type of goods and/or services the Enterprise provides in accordance with the

    applicable Commodity Code(s) for this solicitation. For certification information, contact the

    Department of Procurement Management at 305-375-CERT (2378) or access

    http://www.miamidade.gov/dpm/about_us_business_assistance.asp The SBE/Micro

    Business Enterprise must be certified by bid submission deadline, at contract award and for

    the duration of the contract to remain eligible for the preference.

    2.3 PRE-BID CONFERENCE

    Intentionally Omitted

    2.4 TERM OF CONTRACT: FIVE (5) YEARS

    This contract shall commence on the first calendar day of the month succeeding approval of

    the contract by the Board of County Commissioners, or designee, unless otherwise stipulated

    in the Notice of Award Letter which is distributed by the County's Department of

    http://www.miamidade.gov/dpm/about_us_business_assistance.asp

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 8 - - Revised 12/1/09

    Procurement Management, and contingent upon the completion and submittal of all required

    bid documents. The contract shall expire on the last day of the last month of the five (5) year

    term.

    2.5 OPTION TO RENEW FOR FIVE (5) ADDITIONAL YEARS (With Price

    Adjustments)

    2.5.1 The initial contract prices resultant from this solicitation shall prevail for one (1) year

    from the contract’s initial effective date. Prior to the one-year anniversary of that

    date, and for all subsequent years, inclusive of any exercised options to renew, the

    vendor shall have the opportunity to request a price adjustment. The vendor’s request

    for a price adjustment shall be based on the most recent annual change in the

    following pricing index: Producer Price Index (PPI), Commodity Code 32541,

    Pharmaceutical and Medicine Mfg, published by the Bureau of Labor Statistics.

    2.5.2 It is the vendor’s responsibility to request any pricing adjustment under this

    provision. For any adjustment to commence on the first day of any annual

    anniversary date of the contract award, the vendor’s request for adjustment should be

    submitted ninety (90) days prior to end of the then current anniversary date. The

    vendor adjustment request should not be in excess of the relevant pricing index

    change. If no adjustment request is received from the vendor, the County will assume

    that the vendor has agreed that there will be no pricing adjustments requested by the

    vendor for the next one-year period. Any adjustment request received after the

    commencement of a new one-year period may not be considered.

    2.5.3 The County reserves the right to negotiate lower pricing for the additional term(s)

    based on market research information or other factors that influence price. The

    County reserves the right to apply any reduction in pricing for the additional term(s)

    based on the downward movement of the applicable index.

    2.5.4 The County reserves the right to reject any price adjustments submitted by the vendor

    and/or to not exercise any otherwise available option period based on such price

    adjustments. Continuation of the contract beyond the initial period, and any option

    subsequently exercised, is a County prerogative, and not a right of the vendor. This

    prerogative will be exercised only when such continuation is clearly in the best

    interest of the County.

    2.5.5 Should the vendor decline the County’s right to exercise the option period, the

    County may consider the vendor in default which decision may affect that vendor’s

    eligibility for future contracts.

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 9 - - Revised 12/1/09

    2.6 METHOD OF AWARD: To Multiple Vendors By Group

    2.6.1 All bidders must submit a copy of their active State of Florida Department of Health,

    Division of Medical Quality Assurance License to distribute controlled substances in

    the State of Florida.

    2.6.2 Group 1 (Pharmaceutical Supplies); Group 2 (Medical Supplies); and Group 3

    (Miscellaneous Items):

    i) For Group 1 (Pharmaceutical Supplies); Group 2 (Medical Supplies); and Group 3

    (Miscellaneous Items); award of this contract will be made up to the lowest priced

    three (3) responsive, responsible vendors on a group-by-group basis. To be

    considered for award by group, the vendor shall offer prices for all items within a

    given group. The County will then select the vendors for award for each group by

    totaling either the unit prices for all of the items within each group, or if so structured,

    by totaling the extended pricing for each item within each group. If a vendor fails to

    submit an offer for all items within the group, its offer for that specific group may be

    rejected.

    ii) While the award will be made to multiple vendors by group to assure availability, the

    County intends to use the lowest priced vendor to meet its requirements or to use

    other sources as appropriate and in the County’s best interest. Award to multiple

    vendors is made for the convenience of the County and does not exempt the primary

    vendor from fulfilling its contractual obligations. Failure to perform as noted may

    result in the vendor being deemed in breach of contract. The County may terminate

    the contract for default and charge the vendor re-procurement costs, if applicable.

    2.6.3 Group 4 Emergency Purchases and Other Items (Prequalification):

    i) For Group 4 Emergency Purchases and Other Items (Prequalification), award

    of this contract will be made to all responsive, responsible vendors who meet

    the minimum qualifications set forth in this solicitation, and who request in

    their bid submittal to be included in the prequalification pool.

    ii) These vendors shall be deemed to be pre-qualified to participate in subsequent

    spot market purchases as required by the County on either an as-needed or on

    a periodic basis. When such spot market purchases are initiated, the pre-

    qualified vendors shall be invited to offer a fixed price for a specific

    individual purchase, or a specific purchasing period. The vendor then offering

    the lowest fixed price shall be awarded for the specific period or specific

    purchase. The award to one vendor for a specific period or individual action

    does not preclude the remaining pre-qualified vendors from submitting spot

    market offers for other specific purchases.

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 10 - - Revised 12/1/09

    iii) It shall be the sole prerogative of the County as to the number of vendors who

    will be initially included under this contract in Group 4. During the term of

    this contract, the County reserves the right to add or delete vendors to Group 4

    as it deems necessary in its best interests. If the County elects to add vendors,

    they must meet the same minimum qualifications established for the original

    competition.

    iv) Spot market pricing procedures may be initiated by either the using County

    department or by the Department of Procurement Management (DPM). In

    general, written spot market quotes will be gathered from at least four (4)

    vendors whenever possible.

    v) These emergency and other items will be added to the contract by securing

    competitive pricing via spot market quotes. The items will be added to the

    contract via Award sheet Addendum.

    2.6.4 Notwithstanding the aforementioned Methods of Award, the County, at its option,

    may avail itself of any or all of the provisions stated in Section 1, Paragraph 1.5,

    Award of Bid Solicitation.

    2.6.5 The County reserves the right to allow non-registered bidders who submit offers on

    this solicitation to be added to the contract upon submitting their current W-9 Form.

    Subsequently to being added to the contract, vendors should complete and submit the

    County’s vendor registration form.

    2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT

    If the vendor is awarded a contract under this solicitation, the prices proposed by the vendor

    shall remain fixed and firm during the term of contract.

    2.8 EXAMINATION OF COUNTY FACILITIES AND INSPECTION OF COUNTY

    EQUIPMENT Intentionally Omitted

    2.9 “EQUAL” PRODUCT CAN BE CONSIDERED UPON RECEIPT OF SPECIFIED

    DATA

    2.9.1 The manufacturer's name, brand name and/or model number information contained in

    this solicitation are being used for the sole purpose of establishing the minimum

    requirement of level of quality, standard of performance, and design and is in no way

    intended to prohibit the offer of another manufacturer's items of equal material unless

    otherwise indicated on the Bid Submission Form.

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 11 - - Revised 12/1/09

    2.9.2 This specific solicitation requires submission of the following documentation to

    enable County evaluation of “equal” products:

    i) X : Product Information Sheets

    ii) X : Product Samples Upon Specific Request

    iii) X : Product Labels

    2.9.3 If an “equal” product may be considered by the County in accordance with the Bid

    Submission Form, the unit shall be equal in quality and standards of performance to

    the item specified in the solicitation. Where an “or equal” item is offered, and

    product information sheets are required, the initial offer must be accompanied with

    two (2) complete sets of product information sheets (such as factory specifications,

    standard manufacturer information sheets, catalogues, and brochures), and if required,

    two (2) copies of performance test results of the unit offered as an equal. Also for

    product information submittals, all supporting documentation submitted by the

    offeror must in total meet the required specifications set forth in this solicitation.

    Where the standard product literature submitted with the offer provides information

    that does not comply with the specifications, the offeror shall state, in an official letter

    on corporate letterhead as part of their initial offer, the differences between the item

    they are specifically offering, and the equipment described by the standard product

    literature, to substantiate compliance to all of the specifications set forth in this

    solicitation. In such cases, any offer submitted with standard product literature but

    without the letter explaining compliance will result in the rejection of the offer for not

    meeting the solicitation specifications.

    2.9.4 If samples of all “or equal” items bid are required for evaluation, such items are to be

    provided at no cost to the County, and should be submitted with the initial offer, or at

    the time of specific request. Failure to meet this requirement may result in your offer

    being rejected.

    2.9.5 For “equal” products to be evaluated based on submission of product labels, the initial

    offer should be accompanied with labels indicating the specification and ingredients

    for each “equal” item offered. Failure to meet this requirement may result in your

    offer being rejected.

    2.9.6 The County shall be sole judge of equality, based on the best interests of the County,

    and its decision in this regard shall be final. Items labeled "No Substitute" on the

    County’s Bid Submission Form are the only products that will be accepted under this

    solicitation.

    2.10 LIQUIDATED DAMAGES

    Intentionally Omitted

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 12 - - Revised 12/1/09

    2.11 INDEMNIFICATION AND INSURANCE

    Intentionally Omitted

    2.12 BID GUARANTY

    Intentionally Omitted

    2.13 PERFORMANCE BOND

    Intentionally Omitted

    2.14 CERTIFICATIONS

    Refer to Section 2, Paragraph 2.6.1

    2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED

    PURCHASES

    2.15.1 The vendor(s) shall submit an invoice(s) to the County user department(s) after

    purchase has been completed, whether the specific item(s) were picked up by

    authorized County personnel or delivered to the site by the vendor. In addition to the

    general invoice requirements set forth below, the invoices shall reference the

    corresponding delivery ticket number or packing slip number that was signed by an

    authorized representative of the County user department at the time the items were

    delivered and accepted. Submittal of these periodic invoices shall not exceed thirty

    (30) calendar days from the delivery of the items. Under no circumstances shall the

    invoices be submitted to the County in advance of the delivery and acceptance of the

    items.

    2.15.2 All invoices shall contain the following basic information:

    i) Vendor Information:

    • The name of the business organization as specified on the contract

    between Miami-Dade County and vendor

    • Date of invoice

    • Invoice number

    • Vendor’s Federal Identification Number on file with Miami-Dade

    County

    ii) County Information:

    • Miami-Dade County Release Purchase Order or Small Purchase Order

    Number

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 13 - - Revised 12/1/09

    iii) Pricing Information:

    • Unit price of the goods, services or property provided

    • NDC number, UPC Code or other identifier

    • Extended total price of the goods, services or property

    • Applicable discounts

    iv) Goods or Services Provided per Contract:

    • Description

    • Quantity

    v) Delivery Information:

    • Delivery terms set forth within the Miami-Dade County Release

    Purchase Order

    • Location and date of delivery of goods, services or property

    vi) Failure to Comply:

    • Failure to submit invoices in the prescribed manner will delay payment.

    2.16 SHIPPING TERMS

    All bidders shall quote prices based on F.O.B. Destination (freight included) and shall hold

    title to the goods until such time as they are delivered to, and accepted by, an authorized

    County representative.

    2.17 DELIVERY REQUIREMENTS: DELIVERY SHALL BE FIVE (5) DAYS AFTER

    DATE OF ORDER

    2.17.1 The vendor shall make deliveries within five (5) calendar days after the date of the

    order. All deliveries shall be made in accordance with good commercial practice and

    all required delivery timeframes shall be adhered to by the vendor(s); except in such

    cases where the delivery will be delayed due to acts of nature, strikes, or other causes

    beyond the control of the vendor. In these cases, the vendor shall notify the County

    of the delays in advance of the original delivery date so that a revised delivery

    schedule can be appropriately considered by the County.

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 14 - - Revised 12/1/09

    2.17.2 Should the vendor to whom an order is awarded fail to deliver in the number of days

    stated above, the County reserves the right to cancel the order on a default basis after

    any back order period that has been specified in this contract has lapsed. If the order

    is so terminated, it is hereby understood and agreed that the County has the authority

    to purchase the goods elsewhere and to charge the incumbent vendor with any re-

    procurement costs. If the vendor fails to honor these re-procurement costs, the

    County may terminate the vendor from the contract for default.

    2.17.3 Certain County employees may be authorized in writing to pick-up materials under

    this contract. Vendors shall require presentation of this written authorization. The

    vendor shall maintain a copy of the authorization. If the vendor is in doubt about any

    aspect of material pick-up, vendor shall contact the appropriate user department to

    confirm the authorization.

    2.17.4 The County shall have the option to request that the vendor make expedited delivery

    (overnight) when available. The vendor must inform the County of the additional

    cost for the expedited delivery and receive authorization from the County to proceed

    to ship the product(s). The charge for expedited deliveries must be shown as a

    separate charge on the applicable invoice.

    2.18 BACK ORDERS MUST BE FILLED WITHIN FIVE (5) CALENDAR DAYS

    If the vendor cannot deliver an ordered item in accordance with the scheduled delivery date

    due to a current existing backorder of that item with the vendor’s manufacturer or distributor;

    the vendor shall insure that such back orders are filled within five (5) calendar days from the

    initial scheduled delivery date for the item. The vendor shall not invoice the County for back

    ordered items until such back orders are delivered and accepted by the County's authorized

    representative. It is understood and agreed that the County may, at its discretion, verbally

    cancel back orders after the grace period identified in this paragraph has lapsed, seek the

    items from another vendor, and charge the incumbent vendor under this contract for any

    directly associated re-procurement costs. If the vendor fails to honor these re-procurement

    costs, the County may terminate the vendor from the contract for default.

    2.19 WARRANTY REQUIREMENTS Intentionally Omitted

    2.20 CONTACT PERSONS:

    For any additional information regarding the terms and conditions of this solicitation and

    resultant contract, Contact: Thelma L. Rodriguez, at (305) 375-4252 or e-mail:

    [email protected].

    mailto:[email protected]

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 15 - - Revised 12/1/09

    2.21 COUNTY USER ACCESS PROGRAM (UAP) FEE

    2.21.1 USER ACCESS FEE

    i) Pursuant to Miami-Dade County Budget Ordinance No. 03-192, this contract

    is subject to a user access fee under the County User Access Program (UAP)

    in the amount of two percent (2%). All sales resulting from this contract, or

    any contract resulting from this solicitation and the utilization of the County

    contract price and the terms and conditions identified herein, are subject to the

    two percent (2%) UAP. This fee applies to all contract usage whether by

    County Departments or by any other governmental, quasi-governmental or

    not-for-profit entity.

    ii) The vendor providing goods or services under this contract shall invoice the

    contract price and shall accept as payment thereof the contract price less the

    2% UAP as full and complete payment for the goods and/or services specified

    on the invoice. The County shall retain the 2% UAP for use by the County to

    help defray the cost of the procurement program. Vendor participation in this

    invoice reduction portion of the UAP is mandatory.

    2.21.2 JOINT PURCHASE

    i) Only those entities that have been approved by the County for participation in

    the County’s Joint Purchase and Entity Revenue Sharing Agreement are

    eligible to utilize or receive Miami-Dade County contract pricing and terms

    and conditions. The County will provide to approved entities a UAP

    Participant Validation Number. The vendor must obtain the participation

    number from the entity prior to filling any order placed pursuant to this

    section. Vendor participation in this joint purchase portion of the UAP,

    however, is voluntary. The vendor shall notify the ordering entity, in writing,

    within 3 work days of receipt of an order, of a decision to decline the order.

    ii) For all ordering entities located outside the geographical boundaries of

    Miami-Dade County, the successful vendor shall be entitled to ship goods on

    an “FOB Destination, Prepaid and Charged Back” basis. This allowance shall

    only be made when expressly authorized by a representative of the ordering

    entity prior to shipping the goods.

    iii) Miami-Dade County shall have no liability to the vendor for the cost of any

    purchase made by an ordering entity under the UAP and shall not be deemed

    to be a party thereto. All orders shall be placed directly by the ordering entity

    with the vendor and shall be paid by the ordering entity less the 2% UAP.

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 16 - - Revised 12/1/09

    2.21.3 VENDOR COMPLIANCE

    If a vendor fails to comply with this section, that vendor may be considered in default

    by Miami-Dade County in accordance with Section 1, Paragraph 1.23 of this contract

    solicitation and the resulting contract.

    2.22 ALTERNATE BRAND NAMES FOR EACH ITEM MAY BE ALLOWABLE:

    Vendors may offer up to two (2) distinct product brand names for each item listed on the

    pricing form included in this solicitation; provided that (a) such offer is allowable in

    accordance with Paragraph 2.9 of this solicitation, and (b) the same price is offered for both

    brand names. If the County determines that both brand names are acceptable based on the

    quality standards, the County may, at its option, order either of the brand names made

    available through the offer. Conversely, the vendor may, at its option, deliver either of the

    brand names that have been accepted by the County. In those cases where this allowance is

    in conflict with the provisions of Paragraph 2.9 of this solicitation, the terms and conditions

    of Paragraph 2.9 shall prevail.

    2.23 IDENTIFICATION OF EACH ITEM

    Each item must be clearly identified on the bid submittal pages as to NDC or UPC number,

    dosage amount, packaging, size, and case weight, as requested, in order to be eligible for

    award. Use of terms such as, “As Spec” is unacceptable. Failure to provide this information

    with the offer may result in rejection of the offer.

    2.24 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING

    DELIVERY

    The successful bidder shall enclose a complete packing slip or delivery ticket with any items

    to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to

    the shipping carton(s) which contain the items and shall be made available to the County's

    authorized representative during delivery. The packing slip or delivery ticket shall include,

    at a minimum, the following information: purchase order number; date of order; a complete

    listing of items being delivered; and back-order quantities and estimated delivery of back-

    orders if applicable.

    2.25 PURCHASE OF OTHER ITEMS NOT LISTED WITHIN THIS SOLICITATION

    BASED ON PRICE QUOTES

    While the County has listed the major items within this solicitation which are utilized by

    County departments in conjunction with their operations, there may be similar items that

    must be purchased by the County during the term of this contract. Under these

    circumstances, a County representative will contact the vendors to obtain price quotes for the

    similar items. The County reserves the right to award these similar items to a contract

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 2

    Special Conditions

    Veterinary & Pharmaceuticals Supplies

    - - 17 - - Revised 12/1/09

    vendor, based on the lowest price quoted, or to acquire the items through a separate

    solicitation.

    2.26 TOXIC SUBSTANCES/Federal "Right to Know" Regulations

    2.26.1 The Federal "Right to Know" Regulation implemented by the Occupational Safety

    and Health Administration (OSHA) requires employers to inform their employees of

    any toxic substances to which they may be exposed in the workplace, and to provide

    training in safe handling practices and emergency procedures. It also requires

    notification to local fire departments of the location and characteristics of all toxic

    substances regularly present in the workplace.

    2.26.2 Accordingly, the vendor(s) performing under this contract shall be required to provide

    two (2) complete sets of Material Safety Data Sheets to each User Department

    utilizing the awarded products. This information should be provided at the time when

    the initial delivery is made, on a department by department basis.

    2.26.3 For additional information on the Federal Right to Know Regulation, contact OSHA

    at www.OSHA.gov or call (954) 424-0242.

    http://www.osha.gov/

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 3

    Technical Specifications

    Veterinary & Pharmaceuticals Supplies

    - - 18 - - Revised 12/1/09

    3.1 SCOPE

    3.1.1 To establish a contract for pharmaceutical supplies, medical supplies, miscellaneous

    items; and to establish a pool of prequalified vendors who may supply these items

    through subsequent spot market quotations, for several County departments.

    3.1.2 The County will provide Drug Enforcement Administration (DEA) Form No. 222 to

    all awarded vendors supplying controlled substances as required by law.

    3.2 DESCRIPTION OF SUPPLIES TO BE PURCHASED

    The items to be purchased on this contract include, but are not limited to the following:

    Items Descriptions

    1 A Errane isoflurane 250ml,

    2 A-C-D Solution 37.5ml

    3 A-C-D Solution 75ml

    4 Acepromazine Maleate 50 ml**

    5 Acepromazine Table 25 mg 500 ct

    6 Advantage for Cats over 10#

    7 Advantage for Cats under 10#

    8 Air-Scent

    9 Albuterol Sulfate 3ml

    10 Alcohol 32oz

    11 Amoxil 50mg/mi

    12 Anesthesia air canister

    13 Anti-Sedan Injection

    14 Apomorphine

    15 Atropine Sulfate 100ml

    16 Atropine Sulfate optoint 1/8oz

    17 Avid microchips (box of 25ct)

    18 Bandages non sterile conforming

    19 Baytril Injection

    20 Bladewash 18oz

    21 Blood Collection Set 40”

    22 Blood Glucose Monitor Kit

    23 Blood Set 105”

    24 Blood Set 64”

    25 Blood Set 78”

    26 Blood Set 80”

    27 Blood Set ext 30”

    28 Blood Set ext 40”

    29 Blood Set ext Y type

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 3

    Technical Specifications

    Veterinary & Pharmaceuticals Supplies

    - - 19 - - Revised 12/1/09

    30 Bordetella (Intratrac II : 50v)

    31 Bull Eyes Pill Gun

    32 Butorphanol Tartrate inj 10mg/ml

    (Burto Ject) 10ml

    33 Butorphanol Tartrate inj 50mg/ml

    (Burto ject) 50ml

    34 Butorphenol Pills 1 mg/tabs

    35 Butorphenol Pills 4 mg/tabs

    36 Cast Padding 2 inch

    37 Cast Padding 3 inch

    38 Cast Padding 4 inch

    39 Catgut 0

    40 Catgut 1

    41 Catgut 2

    42 Catgut 3

    43 Catgut 4

    44 Catgut Chrom 2

    45 Catgut Chromic 3

    46 Cefazolin 1 gm

    47 Centrifuge tubes 15cc (box of 100)

    48 Cephalexin 250mg/1000c

    49 Cephalexin 250mg/500c

    50 Cephalexin 500mg/cap

    51 Cestaject

    52 Charcoal Activated

    53 Chlorhexiderm flush 12fl oz.

    54 Chlorhexidine Scrub 1 gal.

    55 Chlorhexidine Solution 1 ga.

    56 Cimetidine inj. 300mg/2ml 8ml

    57 Clavamox 125mg/210t

    58 Clavamox 250mg/210t

    59 Clavamox 375mg/210t

    60 Clavamox 62.5mg/210t

    61 Clavamox Drops 62.5mg/1cc (generic)

    62 Cloth surgical tape 1”x10yds

    63 Collar 12”

    64 Combo Heartworm/w Ehrlichia test kit/30

    65 Conform Band 2 inch

    66 Conform Band 3 inch

    67 Conform Band 4 inch

    68 Cotton balls (bag of 500)

    69 Cotton Rolls

    70 Cotton Swabs

    71 Da2ppl 25x1

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 3

    Technical Specifications

    Veterinary & Pharmaceuticals Supplies

    - - 20 - - Revised 12/1/09

    72 Derm Caps (Fatty Acid Generic OK)

    73 Dexamethasone 100ml

    74 Dextrose 5% 1000ml

    75 Dextrose 50% 1000ml

    76 Diazepam 10ml

    77 Difil Lysing Solution 1/2gal

    78 Difil Test Dispenser

    79 Difil test filter membranes 50ct

    80 Dip Quick stain 600 ml #1

    81 Dip Quick stain 600 ml #2

    82 Dip Quick stain 600 ml #3

    83 Director Probe #6

    84 Disp. Biopsy Punch

    85 Domitor Injectable

    86 Dopram V inj. 20 ml

    87 Doxycycline Hyclate 100mg/500t

    88 Doxycycline Hyclate 50mg/50c

    89 Dry flotation med 1 gal

    90 Ear Cleaning Solution

    91 Elizabethan collars large (24in)

    92 Elizabethan collars medium (18in)

    93 Elizabethan collars small (15in)

    94 Endosorb Suspension

    95 Endotracheal tube # 3.0

    96 Endotracheal tube # 3.5

    97 Endotracheal tube # 4.0

    98 Endotracheal tube # 4.5

    99 Endotracheal tube # 5.0

    100 Endotracheal tube # 6.0

    101 Endotracheal tube # 7.0

    102 Endotracheal tube # 8.0

    103 Endotracheal tube # 9.0

    104 Endotracheal tube # 10.0

    105 Epinephrine 30 ml

    106 F/Air

    107 Fatal Plus 98 grams

    108 Fecal Analysis System

    109 Fel, Panleukopenia, Rhino&CaliciVK

    Chlamy 25x1 ml

    110 Feline Leuk/FIV Test Kit

    111 Flea & Tick Room Fogger 6oz

    112 Flea & Tick Spray 32fl oz.

    113 Fleakom

    114 Frontline Topspot for dogs 23 to 44 lb

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 3

    Technical Specifications

    Veterinary & Pharmaceuticals Supplies

    - - 21 - - Revised 12/1/09

    115 Frontline Topspot for dogs 45 to 88 lb

    116 Frontline Topspot for dogs 89 to 132 lb

    117 Frontline Topspot for dogs up to 22 lb

    118 Gauze Sponge N/S 3x3x12P 200

    119 Gauze Sponge N/S 4x4x12P 200

    120 Gentamax/Gentamycin 100 100ml

    121 Gloves 50ct 6 ½

    122 Gloves 50ct size 8 ½

    123 Gloves 50ct size 7 ½

    124 Gloves 50ct size 9

    125 Gloves exam size X-Large

    126 Gloves exam size Large

    127 Gloves powderfree 100ct med

    128 Gloves powderfree 50 Pair 7 ½

    129 Guaifenisen Injectable

    130 Guaifenisen Tablets

    131 Hand Rinse 7 oz

    132 Heartworm test kit 30ct

    133 Hemoclip 10med/large

    134 Heparin 30 ml

    135 Hydrocodone Bitartrate Syrup

    136 Hydrogen peroxide 16fl oz

    137 Immiticide 1 Box/.15 Bottles

    138 Instrument Bath

    139 Instrument Lubricant

    140 Instrument Wrap

    141 Intrafusor 14gx15g

    142 Intrafusor 17gx18g

    143 Ivomec 50ml

    144 Ketamine 10 ml

    145 Ketoprofen Injection

    146 King 2 inch

    147 King 3 inch

    148 King 4 inch

    149 Kool Lube 14oz

    150 Lactated Ringer 500ml

    151 Lidocaine Hydrochloride 2% 100ml

    152 Malaseb 8fl oz Shampoo

    153 Male Adapter Plug

    154 Medicine Plastic Bottle w/dropper Medium

    155 Medicine Plastic Bottle w/dropper Small (1oz)

    156 Medicine Vial 12 Dram

    157 Medicine Vial 16 Dram

    158 Metronidazole 250mg

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 3

    Technical Specifications

    Veterinary & Pharmaceuticals Supplies

    - - 22 - - Revised 12/1/09

    159 Metronidazole 500mg

    160 Micro cover glass 22x22/1oz

    161 Microscope

    162 Microscope slides 72pcs

    163 Miltex 8fl oz

    164 Miltex Spray Sets

    165 Mineral Oil

    166 Mita-clear 12x22ml

    167 Needle 20gx1/100ct

    168 Needle 22gx1/100ct

    169 Needle 25gx1/100ct

    170 Needle 25gx5/8

    171 Neo Poly Dex Opth Susp

    172 Normosol - R

    173 Normosol – w5%/Dex

    174 Oral/Nasal tube 3.0

    175 Oster Clipper

    176 Oster Cryotech Blades

    177 Oximetry Sensor

    178 Oxygen

    179 Oxygen (Emergency Equipment)

    180 Panacur Granules 1gm/81

    181 Panacur Granules 2gm/60

    182 Panacur Granules 4gm/42

    183 Panalog Cream

    184 Panalog Ointment

    185 Panalmycin

    186 Parvo Antigen Test Kit 30ct

    187 PDS II Suture #0

    188 PDS II Suture #2-0

    189 PDS II Suture #3-0

    190 PDS II Suture #4-0

    191 PDS II Suture #5-0

    192 Penicillin 100ml

    193 Penicillin G Benzathine/Procaine

    194 Penrose Drain 1”x5/8x18”

    195 Penrose Drain 11x4”3/4”8x18”

    196 Penrose Drain 3x4”1/2”x18”

    197 Pills Splitter

    198 Pills Tray

    199 Prednisone 5mg/1000 ct

    200 Prednisolone Opth. Ace 1% 5ml

    201 Primary IV set 15d/ml

    (Emergency Equipment)

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 3

    Technical Specifications

    Veterinary & Pharmaceuticals Supplies

    - - 23 - - Revised 12/1/09

    202 Primary IV set 60d/ml

    (Emergency Equipment)

    203 Primor Tablets 120mg

    204 Primor Tablets 480mg

    205 Primor Tablets 960mg

    206 Prolene Suture #0

    207 Prolene Suture #2-0

    208 Prolene Suture #3-0

    209 PropoFlo (Propofol)

    210 Pyrantel Pamoate Susp. 32fl oz

    211 Rabies (10X10ml)

    212 Reglan

    213 Rimadyl Injectable 50 mg/ml-

    20ml vials

    214 Scissors (Milatex)

    215 Scrub Gowns (Medium)

    216 Scrub Gowns (Large)

    217 Scrub Gowns (XXXL)

    218 Scrub Gowns (XL)

    219 Scrub Pants (L)

    220 Scrub Pants (Medium)

    221 Scrub Pants (Small)

    222 Scrub Pants (XXLe)

    223 Scrub Shirt (Large)

    224 Scrub Shirt (Small)

    225 Scrub Shirt (Medium)

    226 Scrub Shirt (XXL)

    227 Skin Staple Disposable 12ct

    228 Small Animals Feeding Tubes

    229 Sodium Bicarbonate

    230 Sodium Chloride 1000ml

    231 Sodium Chloride Flush Bottle

    232 Splint (Sam)

    233 Splint Carpal (Emergency Equipment)

    234 Splint Large (Emergency Equipment)

    235 Splint Medium (Emergency Equipment)

    236 Splint Small (Emergency Equipment)

    237 Sterile Water 240ml

    238 Sterilization Pouch

    239 Stool Rod (Medium)

    240 Stool Rod (Small)

    241 Sufadi Ved 12.5% Solution

    242 Sulfasalizine 500mg/500t

    243 Surflash IV Catheter 19gx1 ¼ 50ct

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 3

    Technical Specifications

    Veterinary & Pharmaceuticals Supplies

    - - 24 - - Revised 12/1/09

    244 Surflash IV Catheter 20gx1 50ct

    245 Surflash IV Catheter 22gx1 50ct

    246 Surflash IV Catheter 24gx3/4 50ct

    247 Surgeon’s Brush

    248 Surgical Drapes Box

    249 Surgical Hat (Female)

    250 Surgical Hat (Male)

    251 Surgical Masks 50ct

    252 Surgical Steel Blades 100ct #10

    253 Surgical Steel Blades 100ct #15

    254 Surgilube 4 1/4oz Flipcap

    255 Suture Braunamid 4

    256 Suture Braunamid 5

    257 Suture Clipper

    258 Syringe w/needle 1cc/100ct

    259 Syringe w/needle 30cc/100ct

    260 Syringe w/needle 3cc/100ct

    22g x3/4 (Nipro)

    261 Syringe w/no needle (Ecc. Leur)

    12cc/80ct

    262 Syringe w/no needle (Reg. Leur)

    10cc/100ct

    263 Syringe w/no needle 1cc/100ct

    264 Syringe w/no needle 5cc/100ct

    265 Tape (Autoclave Indicator)

    266 Telazol 5ml

    267 Temaril-P

    268 Terramycin Ointment 1/8 oz

    269 Tetracycline 250mg/1000ct

    270 Tetracycline 500mg/1000ct

    271 Thermometer

    272 Triple antibiotic 1lb

    273 Vetalog 100ml

    274 Vetbond 1fl oz

    275 Vetrap 2” (Teal)

    276 Vetrap 3”

    277 Vetrap 4:

    278 Vetropolycin 0 0 1/8oz

    279 Vicryl #2-0 36/Box J333H (TPR)

    280 Vicryl #2-0 36/Box J466H (CTG)

    281 Vicryl #3-0 36/Box J332H (TPR)

    282 Vicryl #3-0 36/Box J398H (CTG)

    283 Vicryl #4-0 36/Box J310H

    284 Vicryl #4-0 36/Box J397H

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Section 3

    Technical Specifications

    Veterinary & Pharmaceuticals Supplies

    - - 25 - - Revised 12/1/09

    285 Vicryl #6-01 doz J489G

    286 Vicryl #0 36/Box J334H

    287 Vicryl #0 36/Box J467H

    288 Xylazine 50ml

    289 Yobine 20ml

    290 Zymad Otic

    291 Dexasporing Opthl.

    Ointment (Generic)

    292 Esbilac Powder

    (Puppy Replacer) ¾ oz

    293 KMR Powder

    (Kitten Milk Replacer) ¾ oz

    294 Triple Antibiotic Opht Ointment

    w/Hydrocortisone

    295 Vitamin B complex Fort/100ml

    296 Vitamin B12 300mg/100ml

    297 Vitamin K Injection 10mg/ml 100ml

    298 Sodaline Granules

    299 Calcium Gluconate

    300 Pet Nursing Bottles (Puppy and Kitten)

    301 Furosemide Injection 50mg/50ml

    302 Nutri-Cal (Tubes) 4 1/4oz

    303 Tongue Depressors

    304 Bupernex 10,l

    305 Flea & Tick Shampoo (Safe for Puppies)

    306 Flea & Tick Shampoo (Safe for Kittens)

    307 Pet Carriers (Card-board)

    308 Disposable Kitty Litter Trays

    309 Animal I.D. Bands

    310 Ski-Rope Animal Leashes

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    - 26 - Revised 12/1/09

    OPENING: 2:00 P.M.

    Wednesday,

    October 13, 2010

    NOTE: Miami-Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax

    Exemption Certificate furnished upon request.

    Issued by:

    TLR

    DPM

    Date Issued: 9/24/10 This Bid Submittal Consists of Pages

    26 25 through 41 and Affidavits

    Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such

    other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the

    Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above

    stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the

    accompanying Bid Submittal Requirement.

    VETERINARY & PHARMACEUTICALS SUPPLIES A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids

    A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the

    contract by the successful bidder and Miami-Dade County

    DO NOT WRITE IN THIS SPACE

    ACCEPTED _____ HIGHER THAN LOW _____

    FIRM NAME: ______________________________

    NON-RESPONSIVE _____ NON-RESPONSIBLE _____

    DATE B.C.C. ___________ NO BID _____

    ITEM NOS. ACCEPTED

    _________________________________

    COMMODITY CODE: 875

    Procurement Agent: Thelma L. Rodriguez

    RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS.

    FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 41 OF THE BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL

    PREFERENCE.

    FAILURE TO SIGN PAGE 41 OF THE BID SUBMITTAL FORM, WILL RENDER YOUR BID NON-RESPONSIVE

    Submit Bid To:

    CLERK OF THE BOARD

    Stephen P. Clark Center

    111 NW 1st Street

    17th

    Floor, Suite 202

    Miami, Florida 33128-1983

    PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES,

    DELIVERED INMIAMI-DADE COUNTY, FLORIDA

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 27 - Revised 12/1/09

    NOTE: Please insert NDC or UPC number, as appropriate.

    Group No. 1- Pharmaceuticals Item No. Description Size NDC or UPC No.

    Est. Quantity Unit Cost Unit Total

    1 Acepromazine 10 mg 100 tabs 1 $ bottle $

    2 Aceprom. inj. 100 mg/ml 50 ml 1 $ bottle $

    3 Adequan 100mg/ml 5 ml- box/7 2 $ box $

    4 Amitriptyline 10 mg 100 tabs 1 $ bottle $

    5 Amitriptyline 75 mg 100 tabs 1 $ bottle $

    6 Antisedan 10 ml 10 $ bottle $

    7 Aspirin 325 mg 2 $ bottle $

    8 Clomicalm 5 mg 1 $ bottle $

    9 Dexa-sod-phos. 4 mg/ml 100 ml 3 $ bottle $

    10 Dexdomitor 10 ml 3 $ bottle $

    11 Dormosedan 10mg/ml 5 ml 4 $ bottle $

    12 Flumazenil .1 mg/ml 10 x 5 ml 1 $ box $

    13 Fluorouracil 50 mg/ml 10 x 10

    ml 1 $ box $

    14 Ibuprofen 400 mg 100 tabs 2 $ bottle $

    15 Lidocaine HCl 2% 100 ml 2 $ bottle $

    16 Methocarbamol 100mg/ml 10 ml 4 $ bottle $

    17 Naloxone 0.4 mg/ml 10 ml 25 $ bottle $

    18 Tolazoline - 100 mg/ml 100 ml 2 $ bottle $

    19 Xylaject 100 mg/ml 50 ml 2 $ bottle $

    20 Xylaject 20 mg/ml 20 ml 2 $ bottle $

    21 Yobine 1.5 mg/ml 20 ml 3 $ bottle $

    22 A 180 100 ml 2 $ bottle $

    23 Amiglyde V 250 mg/ml 48 ml 2 $ bottle $

    24 Amikacin E 250 mg/ml 48 ml 2 $ bottle $

    25 Amoxicillin 50 mg/ml -ped. oral 30 ml 2 $ bottle $

    26 Amoxicillin 250mg/50ml - oral 100 ml 2 $ bottle $

    27 Amoxicillin 50 mg/ml 500 tabs 2 $ bottle $

    28 Amoxicillin 500 mg 500 caps 2 $ bottle $

    29 Ampicillin inj. 2gm. 20ml x

    10 1 $ bottle $

    30 Baytril 100 - injectable 100 ml 4 $ each $

    31 Baytril 100 - injectable 250 ml 2 $ each $

    32 Baytril 22.7 100 tabs 2 $ bottle $

    33 Baytril 68 250 tabs 4 $ bottle $

    34 Baytril inj. 20 ml 30 $ each $

    35 Biosol liquid 1 $ each $

    36 Cefa drops 50 mg/ml 15 ml 2 $ bottle $

    37 Cefa-tabs 50 mg 1 $ bottle $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 28 - Revised 12/1/09

    38 Cefa-tabs 200 mg 1 $ bottle $

    39 Ceftiflex - ceftiofur 1 gm. 800 $ bottle $

    40 Cephalexin 250 mg 100 caps 1 $ bottle $

    41 Cephalexin 500 mg 100 caps 2 $ bottle $

    42 Cephalexin 500 mg 500 caps 2 $ bottle $

    43 Cestex 100 mg 25 tabs 2 $ bottle $

    44 Clavamox drops 15 ml 4 $ bottle $

    45 Clavamox 62.5 mg 210 tabs 1 $ bottle $

    46 Clavamox 250 mg 210 tabs 1 $ bottle $

    47 Diflucan (fluconazole) 50 mg 30 tabs 2 $ bottle $

    48 Doxycycline hyclate 100 mg 50 tabs 2 $ bottle $

    49 Doxycycline hyclate 100 mg 500 tabs 2 $ bottle $

    50 Ethambutol 400 mg 100 tabs 2 $ bottle $

    51 Fluconazole - 205 mg 60 caps 1 $ bottle $

    52 Gentamax 100 mg/ml 100 ml 2 $ bottle $

    53 Isoniazid 300 mg 100 tabs 1 $ bottle $

    54 Itraconazole 100 mg 30 caps 1 $ bottle $

    55 Lamisil/Terbinafine HCl 250 mg 100 tabs 2 $ bottle $

    56 Maxim-200 100 ml 2 $ bottle $

    57 Micotil 300 50 ml 2 $ bottle $

    58 Naxcel - ceftiofur pwdr.- 1 gm. box/ 12

    btls. 2 $ bottle $

    59 Neomycin sulfate 1 pint 2 $ bottle $

    60 Nuflor - florfenicol 100 ml 2 $ bottle $

    61 Nystatin - oral suspension 16 oz. 1 $ bottle $

    62 Orbax 22.7 250 tabs 1 $ bottle $

    63 Orbax 68 100 tabs 1 $ bottle $

    64 Penicillamine 40mg/ml 250 ml 1 $ bottle $

    65 Procaine Pen. - G 100 ml 2 $ bottle $

    66 Piperacillin - 2gm 10 vials 2 $ bottle $

    67 Polyflex 25 gm. 250 ml 1 $ bottle $

    68 Polyotic soluble powder 25 gm. 6.4 oz. 2 $ bottle $

    69 Simplicef - 200 mg,cefpodoxime 100 tabs 1 $ bottle $

    70 Sulfatrim oral susp. 16 oz. 1 $ bottle $

    71 Sulfatrim 400/80 mg 500 tabs 1 $ bottle $

    72 Sulfatrim 800/160 mg 100 tabs 1 $ bottle $

    73 Sulfatrim 800/160 mg 500 tabs 25 $ bottle $

    74 Sumycin 500 500 tabs 1 $ bottle $

    75 Tazicef - ceftazidine- 1 gm 25 x 20

    ml 100 $ bottle $

    76 Tetracycline HCl 500 mg 1000 caps 1 $ bottle $

    77 Tribrissin 48% 100 ml 1 $ bottle $

    78 Tylan soluble 100 gm. 2 $ bottle $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 29 - Revised 12/1/09

    79 Vetisulid powder 54 gm. 1 $ each $

    80 Vfend inj. 10 mg/ml 20 ml 2 $ each $

    81 Zeniquin - marbofloxacin 50 mg 100 tabs 2 $ bottle $

    82 Metacam (oral) 1.5 mg/ml 100 ml 141-213 (NADA) 3 $ bottle $

    83 Methocarbamol 100 mg/ml 10 ml 60977-150-71 4 $ bottle $

    84 Mobic - 15 mg 100 tabs N/A 1 $ bottle $

    85 Phenylbutazone 1gm. 100 tabs 57319-486-13 20 $ bottle $

    86 Prednisone 20 mg 100 tabs 0143-1477-01 2 $ bottle $

    87 Prednisone 5 mg 100 tabs 0603-5337-32 2 $ bottle $

    88 Prelon syrup 15mg/5ml 240 ml N/A 1 $ bottle $

    89 Rimadyl 100 mg N/A 1 $ bottle $

    90 Rimadyl 25 mg 60 tabs N/A 1 $ bottle $

    91 Temaril-P 2 mg 100 tabs 12-437 (NADA) 2 $ bottle $

    92 Tramodol HCl 50 mg 100 tabs 65162-627-10 1 $ bottle $

    93 Albon oral susp., 5% 473 ml 43-785 (NADA) 12 $ bottle $

    94 Anthelban V/pyrantel pam. 32 oz. 62337-415-32 12 $ bottle $

    95 Cestex 100mg 25 tabs 140-893 (NADA 2 $ bottle $

    96 Corid -oral sol'n 9.6% 1 gal. 1022-1736-03 2 $ bottle $

    97 Cydectin pour on 2.5 lt. 0856-2680-03 2 $ bottle $

    98 Dectomax 1% inj. 100 ml 141-061 (NADA) 4 $ bottle $

    99 Droncit 34 50 tabs 111-798 (NADA) 3 $ bottle $

    100 Droncit inj. 10 ml 111-607 (NADA) 3 $ bottle $

    101 Eprinex - Ivomec 1% 2.5 lt. N/A 2 $ bottle $

    102 Eqvalan paste 1.87% 6.08 gm 57319-556-41 75 $ bottle $

    103 Equimax iver/prazi 6.42 gm. N/A 1 $ bottle $

    104 Ivomec 1% 50 ml 128-409 (NADA) 5 $ bottle $

    105 Metronidazole 250 mg 100 tabs N/A 1 $ box $

    106 Metronidazole 500 mg 100 tabs 50111-334-01 1 $ box $

    107 Panacur , 100 mg/ml 1000 ml 104-494 (NADA) 12 $ bottle $

    108 Praziquantel N/A 1 $ bottle $

    109 Program 46-90 lb. 6 tabs 141-035 (NADA) 2 $ box $

    110 Safeguard .5% 10 lbs. 580215-A 2 $ box $

    111 Solitude feed thru fly 6 lb. 85-0752-21 2 $ box $

    112 Spartrix 50 tabs N/A 2 $ bottle $

    113 Strongid C2X 10 lbs. 79-0011-67 52 $ box $

    114 ACD solution 250 ml 8683-02 (NADA) 2 $ bottle $

    115 ACD solution 500 ml 8683-03 (NADA) 2 $ bottle $

    116 Atropine - inj. 10 ml 54925-063-10 4 $ bottle $

    117 Dextrose 5% 1000 ml 2B0064x 2 $ case $

    118 Dextrose 50% 500 ml 57319-543-07 8 $ bottle $

    119 Epenephrine 1:1000 30 ml 0548-9061-00 3 $ bottle $

    120 Heparin 1000 u/ml 10 ml 63323-540-11 7 $ bottle $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 30 - Revised 12/1/09

    121 Lactated ringers 1000 ml 0409-7953-09 3 $ case $

    122 Magnesium sulfate 50% 20 ml 0409-2168-03 3 $ bottle $

    123 Potassium chloride 10 ml 0409-2168-03 3 $ bottle $

    124 Saline .9% injectable 250 ml 11695-6401-2 10 $ bottle $

    125 Sodium bicarb. 100 ml 59051-9078-5 5 $ bottle $

    126 Sodium chloride .9% 1000 ml 0409-7983-09 3 $ case $

    127 Sodium chloride for irrigation 250 ml x

    24 0338-0048-02 2 $ case $

    128 Sterile water for inj. 50 ml 0517-3050-25 50 $ bottle $

    129 Ortho-tricycline .180 mg 28 tabs 1 $ bottle $

    130 Oxytocin 100 ml 1 $ bottle $

    131 Pepcid AC 30/box 1 $ bottle $

    132 Pepto- bismol 8 oz. 1 $ bottle $

    133 Rapinovet-propofol 5 x 20 ml 1 $ bottle $

    134 Seramune IV 250 ml 1 $ bottle $

    135 Sucralfate 1 gm. 100 tabs 1 $ bottle $

    136 Thyroxine L 0.2 mg 180 tabs 1 $ bottle $

    137 Ursodiol 300 mg 100 caps 1 $ bottle $

    138 Vasotec- 10 mg 90 tabs 1 $ bottle $

    139 Viokase - generic 12 oz. 1 $ bottle $

    140 Viralys 600 gm. 1 $ bottle $

    141 Vital E 300 250 ml 1 $ bottle $

    142 Vitamin A (fish oil) 100 caps 1 $ bottle $

    143 Vitamin AD 100 ml 1 $ bottle $

    144 Vitamin B complex 150 100 ml 1 $ bottle $

    145 Vitamin B-12 3000 mcg/ml 100 ml 1 $ bottle $

    146 Vitamin C inj. 100 ml 1 $ bottle $

    147 Vitamin C - 500 mg. 250 tabs 1 $ bottle $

    148 Vitamin E-SE 100 ml 1 $ bottle $

    149 Vitamin K-1 25 mg 60 caps 1 $ bottle $

    150 Acetylcystine 10 % 3 x 10 ml 0054-3027-02 1 $ bottle $

    151 Atropine O.O. 1/8 oz. X

    12 11695-1416-6 2 $ bottle $

    152 Atropine O.S. 61314-303-01 2 $ bottle $

    153 Artificial Tears O.O. 67914-760-02 8 $ bottle $

    154 Baci, neo, poly. O.O. x 12 17033-028-38 25 $ bottle $

    155 Erythromycin O.O. 3.5 gm. 11695-1422-6 1 $ bottle $

    156 Gentamicin sulf. O.O. 3.5 mg 0462-0044-38 15 $ bottle $

    157 Gentamicin sulf. O.S. 15 ml 11695-1436-6 10 $ bottle $

    158 Mydriacyl 1% O.S. 15 ml 0998-0355-15 1 $ bottle $

    159 Neo,poly B, dex. O.O. 1/8 oz. X

    12 11695-1436-6 10 $ bottle $

    160 Neo,poly B, dex. O.S. 5 ml 11695-1403-5 4 $ bottle $

    161 Phenylephrine HCl 2 ml N/A 1 $ bottle $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 31 - Revised 12/1/09

    162 Predforte 1% O.S. 15 ml 61314-637-05 1 $ bottle $

    163 Proparacaine HCl. .5% 15 ml 57319-434-23 2 $ bottle $

    164 Tacrolimus 0.03% O.O. 1/8 oz. N/A 1 $ bottle $

    165 Tobramycin O.S. 0.3% 5 ml N/A 1 $ box $

    166 Cephlovac EWT 20 ml 135-125 2 $ each $

    167 Duramune Max PC 1 cc X 10 16593A 2 $ each $

    168 Fel-O-Vax LV-K 10 ml 1673D 2 $ each $

    169 Fel-o-Vax PCT w/calici 10 ml 18363B 2 $ each $

    170 Imrab 3 10 ml X 5 N/A 2 $ each $

    171 Lepto 5 2 ml x 10 85-4475-07 1 $ box $

    172 Purevax Ferret Distemper 1 cc X 10 RM985R4 2 $ each $

    173 SupeTet w/ Havlogen 10 ml 69152 6 $ each $

    174 TB Mammalian 10 ml N/A 1 $ each $

    175 Tetanus Antitoxin 1500 u 2782J 1 $ box $

    176 Vision 7 w/ SPUR 50 ml 69131 1 $ each $

    177 West Nile Virus 10 ml 16666C 3 $ each $

    178 Acepromazine Maleate 50 ml** 1 $ bottle $

    179 Acepromazine Table 25 mg 500 ct 1 $ bottle $

    180 Amoxil 50mg/mi 200 $ each $

    181 Anti-Sedan Injection 240 $ each $

    182 Atropine Sulfate 100ml 12 $ each $

    183 Atropine Sulfate optoint 1/8oz 12 $ each $

    184 Baytril Injection 1 $ each $

    185 Bordetella (Intratrac II : 50v) 750 $ each $

    186 Butorphanol Tartrate inj 10mg/ml 1 $ each $

    187 Burto Ject) 10ml 1 $ each $

    188 Butorphanol Tartrate inj 10mg/ml (Burto ject) 50ml 80 $ each $

    189 Butorphenol Pills 1 mg/tabs 1 $ each $

    190 Butorphenol Pills 4 mg/tabs 1 $ each $

    191 Cefazolin 1 gm 80 $ each $

    192 Cephalexin 250mg/1000c 1 $ each $

    193 Cephalexin 250mg/500c 80 $ each $

    194 Cephalexin 500mg/cap 80 $ each $

    195 Cestaject 2 $ each $

    196 Chlorhexidine Solution 1 ga 100 $ each $

    197 Cimetidine inj. 300mg/2ml 8ml 1 $ each $

    198 Clavamox 125mg/210t 60 $ each $

    199 Clavamox 250mg/210t 60 $ each $

    200 Clavamox 375mg/210t 60 $ each $

    201 Clavamox 62.5mg/210t 60 $ each $

    202 Clavamox Drops 62.5mg/1cc (generic) 500 $ each $

    203 Da2ppl 25x1 1000 $ each $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 32 - Revised 12/1/09

    204 Derm Caps (Fatty Acid Generic OK) 1 $ each $

    205 Dexamethasone 100ml 200 $ each $

    206 Dextrose 5% 1000ml 1 $ each $

    207 Dextrose 50% 1000ml 1 $ each $

    208 Diazepam 10ml 6 $ each $

    209 Domitor Injectable 300 $ each $

    210 Dopram V inj. 20 ml 1 $ each $

    211 Doxycycline Hyclate 100mg/500t 200 $ each $

    212 Doxycycline Hyclate 50mg/50c 200 $ each $

    213 Epinephrine 30 ml 50 $ each $

    214 Fel, Panleukopenia, Rhino&CaliciVK Chlamy 25x1 ml 300 $ each $

    215 Gentamax/Gentamycin 100 100ml 24 $ each $

    216 Heparin 30 ml 100 $ each $

    217 Hydrocodone Bitartrate Syrup 1 $ each $

    218 Ivomec 50ml 100 $ each $

    219 Ketamine 10 ml 300 $ each $

    220 Ketoprofen Injection 1 $ each $

    221 Lidocaine Hydrochloride 2% 100ml 12 $ each $

    222 Metronidazole 250mg 25 $ each $

    223 Metronidazole 500mg 25 $ each $

    224 Panacur Granules 1gm/81 500 $ each $

    225 Panacur Granules 2gm/60 500 $ each $

    226 Panacur Granules 4gm/42 500 $ each $

    227 Panalog Cream 1 $ each $

    228 Panalog Ointment 1 $ each $

    229 Panalmycin 1 $ each $

    230 Penicillin 100ml 1 $ each $

    231 Penicillin G Benzathine/Procaine 100 $ each $

    232 Prednisone 5mg/1000 ct 1 $ each $

    233 Prednisolone Opth. Ace 1% 5ml 1 $ each $

    234 Primor Tablets 120mg 1 $ each $

    235 Primor Tablets 480mg 1 $ each $

    236 Primor Tablets 960mg 1 $ each $

    237 Pyrantel Pamoate Susp. 32fl oz 120 $ each $

    238 Rabies (10X10ml) 800 $ each $

    239 Reglan 1 $ each $

    240 Rimadyl Injectable 50 mg/ml- 20ml vials 600 $ each $

    241 Sodium Chloride 1000ml 1 $ each $

    242 Sufadi Ved 12.5% Solution 1 $ each $

    243 Sulfasalizine 500mg/500t 1 $ each $

    244 Telazol 5ml 1 $ each $

    245 Temaril-P 1 $ each $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 33 - Revised 12/1/09

    246 Terramycin Ointmesnt 1/8 oz 1 $ each $

    247 Tetracycline 250mg/1000ct 1 $ each $

    248 Tetracycline 500mg/1000ct 1 $ each $

    249 Triple antibiotic 1lb 1 $ each $

    250 Vetalog 100ml 1 $ each $

    251 Xylazine 50ml 100 $ each $

    252 Yobine 20ml 1 $ each $

    253 Zymad Otic 1 $ each $

    254 Dexasporing Opthl. 1 $ each $

    255 Ointmesnt (Generic) 1 $ each $

    256 Triple Antibiotic Opht Ointment w/Hydrocortisone 100 $ each $

    257 Vitamin B complex Fort/100ml 1 $ each $

    258 Vitamin B12 300mg/100ml 1 $ each $

    259 Vitamin K Injection 10mg/ml 100ml 1 $ each $

    260 Furosemide Injection 50mg/50ml 1 $ each $

    261 Bene Bac Pet Gel/15ml x 12 1 $ each $

    262 Biotin 100/20lb 1 $ each $

    263 Calcium Gluconate/10ml 1 $ each $

    264 Calnate 1069/500ml 1 $ each $

    265 Caroteniod complex 60 caps 1 $ each $

    266 Colostrum Plus/350gm 1 $ each $

    267 Cosequin 180 caps 1 $ each $

    268 Cosequin 1.54 lbs 1 $ each $

    269 Cosequin DS 120 caps 1 $ each $

    270 Cosequin Equine Powder/141GM 1 $ each $

    271 Epakitin/50gm 2400u 1 $ each $

    272 Glyco-flex II 120 Tablets 1 $ each $

    273 Glyco-flex II Equine 210 Scoops 1 $ each $

    274 lgG Oral Gel/30ml 1 $ each $

    275 Immuno-syn 2 lbs 1 $ each $

    276 Iron Dextran/100ml 1 $ each $

    277 Taurine 100 Tablets 1 $ each $

    278 Thiamine HCI 500mg/ml 100ml 1 $ each $

    279 Ursodiol/300mg 100 caps 1 $ each $

    280 Viokase-Ft Dodge 12oz 1 $ each $

    281 Viokase-Generic 12oz 1 $ each $

    282 Viralys/600gm 1 $ each $

    283 Vital E 300/250ml 1 $ each $

    284 Vitamin A (Fish Oil) 100 caps 1 $ each $

    285 Vitamin AD/100ml 1 $ each $

    286 Vitamin B Complex 150/100ml 1 $ each $

    287 Vitamin B-12 3000mcg/ml/100ml 1 $ each $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 34 - Revised 12/1/09

    288 Vitamin C Inj/100ml 1 $ each $

    289 Vitamin C 500 mg 250 Tablets 1 $ each $

    290 Vitamin E-SE/100ml 1 $ each $

    291 Vitamin K-1/25mg 60 caps 1 $ each $

    TOTAL FOR GROUP 1: TOTAL $

    Group No. 2-Medical Supplies Item No. Description Size NDC or UPC No.

    Est. Quantity Unit Cost Unit TOTAL

    292 Frontline topspot 22 lbs. 10 x 3 200 $ each $

    293 Heartgard Plus 25 - 50 lbs 10 x 6 1 $ each $

    294 Previcox surg. Kit 57 mg 10 x 3 1 $ kit $

    295 Praziquantel 1 $ each $

    296 Strongid C2X 10 lbs. 1 $ each $

    297 Apomorphine 12 $ each $

    298 Chlorhexidine Scrub 1 gal. 100 $ each $

    299 Chlorhexidine Solution 1 gal 100 $ each $

    300 Fluorescent strips 100/box 1 $ each $

    301 Apomorphine 12 $ each $

    302 Chlorhexiderm flush 12fl oz. 200 $ each $

    303 Chlorhexidine Scrub 1 gal. 200 $ each $

    304 Alcohol 32oz 750 $ each $

    305 Anesthesia air canister 12 $ each $

    306 Avid microchips (box of 25ct) 500 $ box $

    307 Bandages non sterile conforming 200 $ pack $

    308 Bladewash 18oz 24 $ each $

    309 Blood Collection Set 40” 4 $ each $

    310 Blood Glucose Monitor Kit 4 $ kit $

    311 Blood Set 105” 4 $ each $

    312 Blood Set 64” 4 $ each $

    313 Blood Set 78” 4 $ each $

    314 Blood Set 80” 4 $ each $

    315 Blood Set ext 30” 4 $ each $

    316 Blood Set ext 40” 4 $ each $

    317 Blood Set ext Y type 4 $ each $

    318 Bull Eyes Pill Gun 1 $ each $

    319 Cast Padding 2 inch 10 $ each $

    320 Cast Padding 3 inch 10 $ each $

    321 Cast Padding 4 inch 10 $ each $

    322 Catgut 0 1 $ box $

    323 Catgut 1 1 $ box $

    324 Catgut 2 1 $ box $

    325 Catgut 3 1 $ box $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 35 - Revised 12/1/09

    326 Catgut 4 1 $ box $

    327 Catgut Chrom 2 1 $ box $

    328 Catgut Chromic 3 1 $ box $

    329 Centrifuge tubes 15cc (box of 100) 4 $ box $

    330 Charcoal Activated 1 $ box $

    331 Cloth surgical tape 1”x10yds 40 $ roll $

    332 Collar 12” 1 $ each $

    333 Combo Heartworm/w Ehrlichia test kit/30 250 $ kit $

    334 Conform Band 2 inch 1 $ each $

    335 Conform Band 3 inch 1 $ each $

    336 Conform Band 4 inch 1 $ each $

    337 Cotton Rolls (large) 12 $ roll $

    338 Cotton Swabs (large) 12 $ box $

    339 Cotton Rolls (medium) 12 $ roll $

    340 Cotton Swabs (medium) 12 $ box $

    341 Difil Lysing Solution 1/2gal 1 $ each $

    342 Difil Test Dispenser 1 $ each $

    343 Dip Quick stain 600 ml #0 1 $ each $

    344 Dip Quick stain 600 ml #1 1 $ each $

    345 Dip Quick stain 600 ml #2 1 $ each $

    346 Dip Quick stain 600 ml #3 1 $ each $

    347 Director Probe #6 1 $ each $

    348 Disp. Biopsy Punch 1 $ each $

    349 Dry flotation med 1 gal 1 $ each $

    350 Ear Cleaning Solution 1 $ each $

    351 Elizabethan collars large (24in) 1 $ each $

    352 Elizabethan collars medium (18in) 1 $ each $

    353 Elizabethan collars small (15in) 1 $ each $

    354 Endosorb Suspension 1 $ each $

    355 Endotracheal tube # 3.0 24 $ each $

    356 Endotracheal tube # 3.5 24 $ each $

    357 Endotracheal tube # 4.0 24 $ each $

    358 Endotracheal tube # 4.5 24 $ each $

    359 Endotracheal tube # 5.0 24 $ each $

    360 Endotracheal tube # 6.0 24 $ each $

    361 Endotracheal tube # 7.0 24 $ each $

    362 Endotracheal tube # 8.0 24 $ each $

    363 Endotracheal tube # 9.0 24 $ each $

    364 Endotracheal tube # 10.0 24 $ each $

    365 F/Ait 1 $ each $

    366 Fatal Plus 98 grams 1 $ each $

    367 Fecal Analysis System 1 $ each $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 36 - Revised 12/1/09

    368 Feline Leuk/FIV Test Kit 1 $ kit $

    369 Flea & Tick Room Fogger 6oz 1 $ each $

    370 Flea & Tick Spray 32fl oz. 1 $ each $

    371 Fleakom 1 $ each $

    372 Gauze Sponge N/S 3x3x12P 200 120 $ each $

    373 Gauze Sponge N/S 4x4x12P 200 120 $ each $

    374 Gloves 50ct 6 ½ 100 $ box $

    375 Gloves 50ct size 8 ½ 100 $ box $

    376 Gloves 50ct size 7 ½ 100 $ box $

    377 Gloves 50ct size 9 100 $ box $

    378 Gloves exam size X-Large 500 $ box $

    379 Gloves exam size Large 500 $ box $

    380 Gloves powderfree 100ct med 200 $ box $

    381 Gloves powderfree 50 Pair 7 ½ 200 $ box $

    382 Guaifenisen Injectable 1 $ each $

    383 Guaifenisen Tablets 1 $ pack $

    384 Hand Rinse 7 oz 1 $ box $

    385 Heartworm test kit 30ct 1 $ kit $

    386 Hemoclip 10med/large 1 $ each $

    387 Hydrogen peroxide 16fl oz 1 $ box $

    388 Immiticide 1 Box/.15 Bottles 1 $ bottle $

    389 Instrument Bath 1 $ box $

    390 Instrument Lubricant 1 $ each $

    391 Instrument Wrap 1 $ each $

    392 Intrafusor 14gx15g 1 $ box $

    393 Intrafusor 17gx18g 1 $ box $

    394 King 2 inch 1 $ each $

    395 King 3 inch 1 $ each $

    396 King 4 inch 1 $ each $

    397 Kool Lube 14oz 1 $ each $

    398 Lactated Ringer 500ml 1 $ each $

    399 Malaseb 8fl oz Shampoo 1 $ box $

    400 Male Adapter Plug 1 $ each $

    401 Medicine Plstic Bottle w/dropper Medium 1 $ box $

    402 Medicine Plastic Bottle w/dropper Small (1oz) 1 $ box $

    403 Medicine Vial 12 Dram 1 $ box $

    404 Medicine Vial 16 Dram 1 $ box $

    405 Micro cover glass 22x22/1oz 1 $ box $

    406 Microscope 1 $ each $

    407 Microscope slides 72pcs 1 $ box $

    408 Miltex 8fl oz 1 $ each $

    409 Miltex Spray Sets 1 $ each $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 37 - Revised 12/1/09

    410 Mineral Oil 1 $ box $

    411 Mita-clear 12x22ml 1 $ each $

    412 Needle 20gx1/100ct 1 $ box $

    413 Needle 25gx1/100ct 1 $ box $

    414 Needle 25gx5/8 1 $ box $

    415 Neo Poly Dex Opth Susp 1 $ pack $

    416 Normosol – R 1 $ box $

    417 Normosol – w5%/Dex 1 $ box $

    418 Oral/Nasal tube 3.0 1 $ box $

    419 Oster Clipper 1 $ each $

    420 Oster Cryotech Blades 1 $ pack $

    421 Oximetry Sensor 1 $ pack $

    422 Oxygen 1 $ bottle $

    423 Oxygen (Emergency Equipment) 1 $ bottle $

    424 Parvo Antigen Test Kit 30ct 1 $ kit $

    425 PDS II Suture #0 4 $ pack $

    426 PDS II Suture #2-0 4 $ pack $

    427 PDS II Suture #3-0 4 $ pack $

    428 PDS II Suture #4-0 4 $ pack $

    429 PDS II Suture #5-0 4 $ pack $

    430 Penrose Drain 1”x5/8x18 1 $ each $

    431 Penrose Drain 11x4”3/4”8x18 1 $ each $

    432 Penrose Drain 3x4”1/2”x18 1 $ each $

    433 Pills Splitter 2 $ each $

    434 Pills Tray 2 $ each $

    435 Primary IV set 15d/ml 1 $ each $

    436 (Emergency Equipment) - large 1 $ kit $

    437 Primary IV set 60d/ml 1 $ each $

    438 (Emergency Equipment) - small 1 $ kit $

    439 Prolene Suture #0 4 $ pack $

    440 Prolene Suture #2-0 4 $ pack $

    441 Prolene Suture #3-0 4 $ pack $

    442 PropoFlo (Propofol) 6 $ box $

    443 Scissors (Milatex) 4 $ each $

    444 Scrub Gowns (Medium) 36 $ each $

    445 Scrub Gowns (Large) 36 $ each $

    446 Scrub Gowns (XXXL) 24 $ each $

    447 Scrub Gowns (XL) 36 $ each $

    448 Scrub Pants (L) 60 $ each $

    449 Scrub Pants (Medium) 60 $ each $

    450 Scrub Pants (Small) 60 $ each $

    451 Scrub Pants (XXL) 60 $ each $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 38 - Revised 12/1/09

    452 Scrub Shirt (Large) 60 $ each $

    453 Scrub Shirt (Small) 60 $ each $

    454 Scrub Shirt (Medium) 60 $ each $

    455 Scrub Shirt (XXL) 60 $ each $

    456 Skin Staple Disposable 12ct 24 $ box $

    457 Small Animals Feeding Tubes 24 $ box $

    458 Sodium Bicarbonate 4 $ box $

    459 Sodium Chloride Flush Bottle 4 $ box $

    460 Splint (Sam) 4 $ box $

    461 Splint Carpal (Emergency Equipment) 4 $ box $

    462 Splint Large (Emergency Equipment) 4 $ box $

    463 Splint Medium (Emergency Equipment) 4 $ box $

    464 Splint Small (Emergency Equipment) 4 $ box $

    465 Sterile Water 240ml 20 $ box $

    466 Sterilization Pouch 10 $ each $

    467 Stool Rod (Medium) 24 $ each $

    468 Stool Rod (Small) 24 $ each $

    469 Surflash IV Catheter 19gx1 ¼ 50ct 1 $ box $

    470 Surflash IV Catheter 20gx1 50ct 1 $ box $

    471 Surflash IV Catheter 22gx1 50ct 1 $ box $

    472 Surflash IV Catheter 24gx3/4 50ct 1 $ box $

    473 Surgeon’s Brush 4 $ each $

    474 Surgical Drapes Box 120 $ box $

    475 Surgical Hat (Female) 120 $ each $

    476 Surgical Hat (Male) 120 $ each $

    477 Surgical Masks 50ct 120 $ box $

    478 Surgical Steel Blades 100ct #10 12 $ box $

    479 Surgical Steel Blades 100ct #15 12 $ box $

    480 Surgilube 4 1/4oz Flipcap 120 $ each $

    481 Suture Braunamid 4 1 $ box $

    482 Suture Braunamid 5 1 $ box $

    483 Suture Clipper 1 $ box $

    484 Syringe w/needle 1cc/100ct 12 $ box $

    485 Syringe w/needle 30cc/100ct 12 $ box $

    486 Syringe w/needle 3cc/100ct 22g x3/4 (Nipro) 12 $ box $

    487 Syringe w/no needle (Ecc. Leur) 12cc/80ct 12 $ box $

    488 Syringe w/no needle (Reg. Leur) 10cc/100ct 12 $ box $

    489 Syringe w/no needle 1cc/100ct 12 $ box $

    490 Syringe w/no needle 5cc/100ct 12 $ box $

    491 Tape (Autoclave Indicator) 12 $ pack $

    492 Thermometer 4 $ each $

    493 Vetalog 100ml 1 $ box $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 39 - Revised 12/1/09

    494 Vetbond 1fl oz 1 $ box $

    495 Vetrap 2” (Teal) 1 $ box $

    496 Vetrap 3” 1 $ box $

    497 Vetrap 3 1 $ box $

    498 Vetrap 4 1 $ box $

    499 Vetropolycin 0 0 1/8oz 1 $ box $

    500 Vicryl #2-0 36/Box J333H (TPR) 2 $ box $

    501 Vicryl #2-0 36/Box J466H (CTG 2 $ box $

    502 Vicryl #3-0 36/Box J332H (TPR) 2 $ box $

    503 Vicryl #3-0 36/Box J398H (CTG) 2 $ box $

    504 Vicryl #4-0 36/Box J310H 2 $ box $

    505 Vicryl #4-0 36/Box J397H 2 $ box $

    506 Vicryl #6-01 doz J489G 2 $ box $

    507 Vicryl #0 36/Box J334H 2 $ box $

    508 Vicryl #0 36/Box J467H 2 $ box $

    509 Esbilac Powder 6 $ box $

    510 (Puppy Replacer) ¾ oz 2 $ box $

    511 KMR Powder 2 $ box $

    512 Kitten Milk Replacer) ¾ oz 2 $ box $

    513 Sodaline Granules 2 $ box $

    514 Calcium Gluconate 2 $ box $

    515 Pet Nursing Bottles (Puppy and Kitten) 4 $ bottle $

    516 Nutri-Cal (Tubes) 4 1/4oz 2 $ tube $

    517 Tongue Depressors 12 $ each $

    518 Bupernex 10,l 2 $ each $

    TOTAL FOR GROUP 2: TOTAL $

    Group No. 3 Miscellaneous Items

    Item No. Description Size NDC or UPC No.

    Est. Quantity Unit Cost Unit TOTAL

    519 A Errane isoflurane 250ml, 4 $ each $

    520 A-C-D Solution 37.5ml 4 $ each $

    521 A-C-D Solution 75ml 4 $ each $

    522 Albuterol Sulfate 3ml 4 $ each $

    523 Flea & Tick Shampoo (Safe for Puppies) 12 $ each $

    524 Flea & Tick Shampoo (Safe for Kittens) 12 $ each $

    525 Pet Carriers (Card-board) 12 $ each $

    526 Disposable Kitty Litter Trays 24 $ each $

    527 Animal I.D. Bands 120 $ each $

    528 Ski-Rope Animal Leashes 120 $ each $

    529 Bee Pollen Tablets/250 ct 24 $ each $

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 40 - Revised 12/1/09

    530 Cherry Syrup/16oz 24 $ each $

    531 Critical Care for Carnivores/70gm 24 $ each $

    532 Critical Care for Herbivores/141gm 24 $ each $

    533 Dexalyte 8X 1 lb 24 $ each $

    534 Electro-Dex 5 lbs 10 $ each $

    535 Ensure High Protein-Berry 48 cans 10 $ each $

    536 Ensure High Protein-Vanilla 48 cans 10 $ each $

    537 Ensure Plus 8oz x 24 cans 10 $ each $

    538 Esbilac-Liquid 8oz 10 $ each $

    539 Esbilac-Liquid 12.5 oz 10 $ each $

    540 Esbilac-Powder 12 oz 10 $ each $

    541 KMR 12 oz 10 $ each $

    542 Mega 80 Vitamin 60 Caps 24 $ each $

    543 Milk Thistle Herbs Vegicaps 150 caps 24 $ each $

    544 MultiMilk 4 lbs 24 $ each $

    545 Multi-Vitamin Drops/50ml 24 $ each $

    546 Nutrical 4.25 oz 24 $ each $

    547 Omega-3 Softgels 120 ct 24 $ each $

    548 Oralyte 5 lbs 24 $ each $

    549 Osteo-Form 1 lb 24 $ each $

    550 Portagen Powder 1 lb 24 $ each $

    551 Popylene Glycol 1 gal 24 $ each $

    552 Purina EN K-9 8 lb 36 $ each $

    553 Purina NF K-9 12.5 oz x 24 36 $ each $

    554 Purina NF K-9 8 lb 36 $ each $

    555 Purina NF Feline Diet 5.5 oz x 24 36 $ each $

    556 Purina UR Feline 8 lbs 36 $ each $

    557 Purina UR Feline 12 x 12.75 oz 36 $ each $

    558 Frontline Topspot for dogs 23 to 44 lb 24 $ each $

    559 Frontline Topspot for dogs 45 to 88 lb 24 $ each $

    560 Frontline Topspot for dogs 89 to 132 lb 24 $ each $

    561 Frontline Topspot for dogs up to 22 lb 24 $ each $

    TOTAL FOR GROUP 3: TOTAL $

    Group No. 4 Prequalification Pool

    Please include my company in the Prequalification Pool for Group 4

    (initial above)

    SECTION 4

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    - 41 - Revised 12/1/09

    BID SUBMITTAL FOR:

    VETERINARY AND PHARMACEUTICALS SUPPLIES

    ACKNOWLEDGEMENT OF ADDENDA

    INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES

    PART I:

    LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION

    WITH THIS BID

    Addendum #1, Dated

    Addendum #2, Dated

    Addendum #3, Dated

    Addendum #4, Dated

    Addendum #5, Dated

    Addendum #6, Dated

    Addendum #7, Dated

    Addendum #8, Dated

    PART II:

    NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID

    FIRM NAME:

    AUTHORIZED SIGNATURE: DATE:

    TITLE OF OFFICER:

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    42

    BID SUBMITTAL FORM

    Bid Title: Veterinary and Pharmaceutical Supplies By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami-Dade County Code. Any County employee or member of his or her immediate

    family seeking to contract with the County shall seek a conflict of interest opinion from the Miami-Dade County Ethics Commission prior to submittal of a Bid

    response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a

    statement in a form satisfactory to the Clerk disclosing the employee’s interest or the interest of his or her immediate family in the proposed contract and the

    nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County

    Commissioners, must be submitted with the response to the solicitation.

    In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate

    form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor.

    The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the

    same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges

    that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award.

    Pursuant to Miami-Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving

    funding from the County.

    Place a check mark here only if bidder has such conviction to disclose to comply with this requirement.

    LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a “local business” is a business located within the limits of Miami-Dade

    County (or Broward County in accordance with the Inter-local Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This

    may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

    Place a check mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor ineligible for Local Preference.

    LOCAL CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service-Disabled Veteran

    Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a service-disabled veteran business enterprise pursuant to Section 295.187 of the

    Florida Statutes.

    Place a check mark here only if affirming bidder is a Local Certified Service-Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal.

    COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program

    For the County’s information, the bidder is requested to indicate, at ‘A’ and ‘B’ below, its general interest in participating in the Joint Purchase Program of the

    County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor participation in the Joint Purchase portion of the UAP is voluntary, and the bidder’s expression of general interest at ‘A’ and ‘B’ below is for the County’s

    information only and shall not be binding on the bidder.

    A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi-governmental or not-for-profit entities located within the geographical boundaries of Miami-Dade County?

    Yes No

    B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi-governmental or not-for-profit entities located outside the geographical boundaries of Miami-Dade County?

    Yes No

    Firm Name:

    ________________________________________________________________________________________________________________

    Street Address:

    ________________________________________________________________________________________________________________

    Mailing Address (if different):

    ________________________________________________________________________________________________________________

    Telephone No. _______________________________ Fax No. _________________________

    Email Address: ________________________________________ FEIN No. __/__-__/__/__/__/__/__/__

    Prompt Payment Terms: _____% _____ days net _____days *“By signing this document the bidder agrees to all Terms

    (Please see paragraph 1.2 H of General Terms and Conditions) and Conditions of this Solicitation and the resulting Contract”

    Signature: ________________________________________________________________________(Signature of authorized agent)

    Print Name: _____________________________________ Title: ____________________________________________

    THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON-RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER.

  • APPENDIX

    AFFIDAVITS FORMAL BIDS

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    Page 1 of 4 Revised 11/20/08

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    Page 2 of 4 Revised 11/20/08

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20

    BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies

    Revised 11/20/08 Page 3 of 4

  • MIAMI-DADE COUNTY BID NO.: 8073-1/20 BID NO.: 8073-1/20

    Veterinary & Pharmaceuticals Supplies