Changes from the original RFP (K3174) are highlighted in yellow.
|
|
- Lydia Lang
- 8 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSALS LABORATORY INFORMATION MANAGEMENT SYSTEM (LIMS) SOLICITATION NO. K3415 ISSUE DATE: JUNE 22, 2015 Changes from the original RFP (K3174) are highlighted in yellow. 1. INTRODUCTION The Washington State Department of Labor & Industries (hereafter called L&I or the department) is RE ISSUING a Request for Proposals (RFP) to solicit responses from individuals or firms interested in contracting with L&I to provide a Laboratory Information Management System (LIMS) that will address the need for analytical data processing and storage. This RFP (K3415) replaces the original RFP (K3174). With the re issuing of the RFP the solicitation process will start over. This RFP was been revised to address questions submitted for the original RFP. 2. SCHEDULE EVENT DATES & TIME Issue Request for Proposals June 22, 2015 Question & Answer Period June 22, 2015 June 29, 2015 L&I anticipates posting Q&A by July 2, 2015 Complaint Period June 22, 2015 July 6, 2015 Due Date for Proposals July 12, 2015 by 11:59 pm local time in Olympia WA THE FOLLOWING DATES ARE ESTIMATES Conduct Evaluations Begin July 13, 2015 through July 21 Oral Presentations, including interviews and software demos Install software for hands on testing in the L&I environment (top bidders only). July 27, 2015 July 31, 2015 By August 10, 2015 L&I testing of software in L&I environment August 10, 2015 September 10,2015 Contract negotiation [with top bidder(s)] Notification to Successful and Unsuccessful Bidder(s) Debriefing Conferences, if requested Any time after completion of the Oral Presentations September 11, 2015, 2015 Through September 25, 2015 (10 working days after announcement of Apparent Successful Bidder) Execution of Contract September 26, 2015 Page 1 of 23 Printed: 6/24/2015
2 3. VENDOR REGISTRATION / WASHINGTON'S ELECTRONIC BUSINESS SOLUTION (WEBS) Washington's Electronic Business Solution (WEBS) is an Internet vendor registration and solicitation notification system. The system offers one online site where vendors can register to receive state government solicitation notifications. L&I shall utilize WEBS for all solicitation updates (e.g. addenda, amendments, posting, etc.). WEBS can be accessed at: Bidders must register in WEBS by the proposal Due Date. Failure to do so may result in the rejection of the Bidder's response. Bidders are encouraged to register as early as possible to ensure they have access to RFP updates. A Bidder will not receive a notification of the RFP or the updates prior to their registration. Bidders are strongly encouraged to download the original RFP from WEBS. Only Bidders who have downloaded the original RFP directly from WEBS prior to an amendment being issued will receive notification via WEBS of the amendment. Please select at least one of the following Commodity Codes when registering in WEBS Computer Systems, Laboratory Control Database Software Laboratory and Scientific Equipment and Supplies (Not Otherwise Classified) Laboratory Equipment and Accessories, Maintenance and Repair: For General and Analytical Research Use, Nuclear, Optical, Physical Laboratory Equipment and Accessories: Specialized, Biochemistry, Biology, Chemistry, etc., Maintenance and Repair Laboratory Equipment and Accessory Rental or Lease: For General and Analytical Research Use, Nuclear, Optical, Physical Laboratory Equipment and Accessories, Rental or Lease: Biochemistry, Biology, Environmental Science, etc. Page 2 of 23 Printed: 6/24/2015
3 SOLICITATION TABLE OF CONTENTS 1. INTRODUCTION SCHEDULE VENDOR REGISTRATION / WASHINGTON'S ELECTRONIC BUSINESS SOLUTION (WEBS)... 2 GENERAL INFORMATION DEFINITIONS BACKGROUND GOALS SYSTEM REQUIREMENTS PERIOD OF PERFORMANCE FUNDING... 5 SCOPE OF WORK SCOPE OF WORK THE CONTRACTOR WILL PERFORM LABORATORY EQUIPMENT:... 8 SOLICITATION PROCESS RFP COORDINATOR QUESTION AND ANSWER PERIOD COMPLAINT PROCESS (PRE PROPOSAL DUE DATE) RFP MODIFICATION SUBMISSION OF PROPOSAL FAILURE TO COMPLY ERRORS SINGLE RESPONSE MOST FAVORABLE TERMS REFERENCE CHECKS PERFORMANCE HISTORY FINAL SELECTION EVALUATION DEBRIEFING OF UNSUCCESSFUL BIDDERS AUTHORITY TO BIND THE DEPARTMENT OF LABOR AND INDUSTRIES PROTEST PROCESS (POST PROPOSAL DUE DATE) PREPARING AND SUBMITTING A PROPOSAL COMPLETING THE BIDDER S QUESTIONNAIRE PROPRIETARY INFORMATION & PUBLIC DISCLOSURE COST OF PREPARING PROPOSALS BIDDER S QUESTIONNAIRE QUALIFICATIONS, EXPERIENCE, COST RESPONSE Page 3 of 23 Printed: 6/24/2015
4 GENERAL INFORMATION 4. DEFINITIONS Bid: means an offer, proposal, or quote for goods or services in response to a solicitation issued for such goods or services by the department or an agency of Washington state government. Bidder: means an individual or entity who submits a bid, quotation, or proposal in response to a solicitation issued for such goods or services by the department or an agency of Washington state government. Contractor: means an individual or entity awarded a contract with the department or an agency to perform a service or provide goods. Certified Minority and Women Owned Business Enterprise (MWBE): means a minority or women owned business enterprise certified by the Office of Minority and Women's Business Enterprises of Washington State. L&I: means the state of Washington, Department of Labor and Industries. Vendor: Any business with an interest in this solicitation. Washington's Electronic Business Solution (WEBS): This is the state s enterprise vendor registration and bid notification system. Working Days: mean days that L&I is open for business (weekends, state holidays, closures for weather or other unexpected closures are excluded). 5. BACKGROUND The Washington State Department of Labor & Industries Industrial Hygiene Laboratory exists under the Division of Occupational Safety and Health (DOSH). The primary clients of the Laboratory are Industrial Hygienists within the agency s DOSH program throughout the State of Washington. The Laboratory s mission is to provide the highest quality analytical and technical services to the workplace safety and health Division programs in order to keep the workers of Washington State safe and working. The Laboratory strives to achieve this by accurately analyzing and reporting results of field samples; developing, implementing, and updating analytical methods; continuously monitoring laboratory performance for precision, accuracy, analytical sensitivity, and specificity through quality assurance evaluations; and maintaining national accreditation by the American Industrial Hygiene Association. 6. GOALS L&I is seeking a Laboratory Information Management System (LIMS) that will address the need for analytical data processing and storage. The DOSH laboratory is a small laboratory with a large scope of work processes that can be similar to an environmental laboratory. However, the needs of an Industrial Hygiene Laboratory are unique in that the primary form of sampling for worker exposure to hazardous chemicals is based on drawing a known air volume through a defined sampling media, analyzing the media for chemical content, and comparing the results per air volume to a Permissible Exposure Limit (PEL), typically expressed in milligrams per cubic meter (mg/m3) or parts per million (ppm). In addition, the laboratory analyzes bulk samples, such as particle characterizations, that necessitate the ability to report descriptive or narrative results. The Laboratory desires a system that can process the appropriate calculations and generate client reports of sample results within the framework of an easily accessible user interface. Page 4 of 23 Printed: 6/24/2015
5 The laboratory s current LIMS system is out of date and no longer compatible with the improved technology available for managing all aspects of sample data, including but not limited to, contacting clients, data transfer capabilities, flexible database connectivity, sample status queries and data driven status reports. The laboratory anticipates that minimal data migration will be required. 7. SYSTEM REQUIREMENTS Through business process analysis, the laboratory has put together a list of attributes in the Bidder s Questionnaire that are believed to meet the needs described above, however, recognizing that there have been technological advancements that the laboratory may be unaware of, bidders are encouraged to offer creative solutions that they feel will adequately address the needs and desires as stated. 8. PERIOD OF PERFORMANCE The period of performance of any contract resulting from this solicitation is tentatively scheduled to begin on or about September 26, 2015, and end on or about September 30, 2020, with possible amendments extending the contract. L&I reserves the right at its discretion, to extend the contract for up to three additional one year periods. 9. FUNDING L&I shall NOT be responsible for any additional costs or expenses incurred by the Contractor in the performance of work described in the Scope of Work, which include but are not limited to travel, lodging, meals, and other miscellaneous expenses otherwise incurred by the Contractor. Contractor may not request payment until software has been deemed operational and approved by L&I. Approval will not be unreasonably withheld. L&I shall authorize payment of 40% of the purchase price of the software at time of contract execution, 40% after 2 weeks if system is performing within reasonable expectations, and the remainder when deemed fully operational by L&I. Note: State law allows for up to 30 days to process payment upon authorization. Page 5 of 23 Printed: 6/24/2015
6 Page 6 of 23 Printed: 6/24/2015
7 SCOPE OF WORK The Bidder is encouraged to propose alternatives to the scope requirements as listed below if they believe there is a better way to achieve the project purpose. Alternatives and the Bidder's rationale for those alternatives must be clearly described in the Bidder s Questionnaire. 10. SCOPE OF WORK THE CONTRACTOR WILL PERFORM The contractor selected through this RFP will 1. Design, implement, configure, and provide software updates to the LIMS solution requested that meet the goals as specified by L&I. 2. Provide a copy of the Implementation Plan for the LIMS solution, including timeline, from installation until it becomes operational. Periodic status reports will be given to L&I s Contract Manager as installation and implementation take place. 3. Provide training, biannually or as needed, to implement the LIMS solution, and provide ongoing technical support within 24 hours of notification. The contractor will also handle software and any specialty hardware components related to the repair and maintenance of the LIMS solution. The contractor will provide software updates as available. 4. Ensure that the LIMS solution meets all the L&I security and network requirements. 5. Contractor will assess the impacts to the laboratory of installation and training for the proposed LIMS solution, including instrument down time (if any) and time to completion of instrument data transfer configuration for all current laboratory instruments. 6. Provide a data schema and relational diagram. This should include output paths and user fields. 7. Provide a detailed description of how they will interface the instruments to the system, and the means by which the user can interface new instruments. Page 7 of 23 Printed: 6/24/2015
8 11. LABORATORY EQUIPMENT: Below is a list of laboratory instruments L&I currently possesses and would like to interface: Instrument Type Manufacturer Model Number Software Version GC Agilent Tech 6890n GC Chemstation ver. A [1757] LC/TOF Agilent Tech 6200 series/6500 series MassHunter ver. B Build and OpenLab CDS C [35] HPLC Hewlett Packard 1100 series Chemstation A [1757] HPLC Hewlett Packard 1200 series OpenLab CDC C [41] HPLC Thermo Scientific Ulti Mate 3000 Chromeleon 7 ver GC/MS Agilent Tech 6890n MSD Chemstation ver. E GC/MS Agilent Tech 7890A UNITY by Markes Int. ver IC Dionex ICS 3000 Chromeleon 7 ver SR 14 [4527] IC Dionex ICS 5000 Chromeleon 7 ver ICP/MS Agilent Tech 7500 series G1834B ICP MS Chemstation ver ICP/OES Perkin Elmer ICP 2100 DV WIN LAB B2 ver XRD Bruker D4 Endeaver Topas 4.2 and Diff Plus XRD Commander FTIR Thermo Scientific 6700 OMNIX Balance Mettler In House software interface currently produces xml and writes to Access db This list may change over time as new equipment is acquired. The LIMS will not have to interface with nonlaboratory software systems such as accounting, ERP, GIS, etc. Page 8 of 23 Printed: 6/24/2015
9 SOLICITATION PROCESS 12. RFP COORDINATOR The RFP Coordinator (Coordinator) is the sole point of contact in L&I for this solicitation. Communications directed to parties other than the RFP Coordinator may result in disqualification of the Bidder. The Coordinator can be reached as follows: Teddi Carruth, RFP Coordinator Department of Labor & Industries PO Box Olympia, WA Phone: Do not submit proposals using this address, see Section 16, Submission of Proposal. 13. QUESTION AND ANSWER PERIOD Specific questions and/or suggestions concerning the solicitation shall be submitted during the question and answer period. Bidders may questions and/or suggestions to the RFP Coordinator. Questions will be accepted until the date set forth in the RFP Schedule. Early submission of questions is encouraged. The answer to any question which is given orally is to be considered tentative. Questions will be researched and the official answer posted on WEBS within a few days after the conclusion of the Question and Answer period, see RFP Schedule. This will assure accurate, consistent responses to all Bidders. Only the written responses will be considered official. 14. COMPLAINT PROCESS (PRE PROPOSAL DUE DATE) According to the Schedule on the cover page of this solicitation, vendors may submit a complaint, to the RFP Coordinator if s/he believes: 1) the solicitation unnecessarily restricts competition; 2) the solicitation evaluation or scoring process is unfair or flawed; or, 3) the solicitation requirements are inadequate or insufficient to prepare a response (bid). Complaints must be submitted in writing, clearly articulate the basis for the complaint, and must include a proposed remedy. Text of a complaint is limited to one 8 1/2 X 11 single sided page in 10 point font or larger. L&I will address valid complaints. Any changes to the solicitation as a result of a complaint will be documented as outlined in RFP Modification; otherwise, all other responses to complaints will be posted separately in WEBS. The department s solicitation may continue. The complaint may not be raised again during the protest period. No further administrative remedy or appeal is available. 15. RFP MODIFICATION L&I reserves the right to change the Schedule or issue amendments to the solicitation at any time. L&I also reserves the right to cancel or reissue the solicitation in whole or in part, and for any reason, at the sole discretion of L&I at any time prior to execution of a contract. In the event it becomes necessary to revise any part of the solicitation/rfp, addenda will be posted on WEBS and Bidders are responsible for checking WEBS for any addenda or changes to the RFP. 16. SUBMISSION OF PROPOSAL All proposals must arrive via attachment to an , forwarded to the following address: K3174ReIssued@LNI.WA.GOV. Page 9 of 23 Printed: 6/24/2015
10 Proposals must be received by 11:59 pm local time (Olympia, WA) on the proposal due date in the RFP Schedule. Bidders must identify their proposal submission by entering PROPOSAL to RFP #K3415) in the Subject line. Proposal attachments must be submitted in Microsoft Word or Excel software. Mailed or faxed proposals WILL NOT be accepted. Late proposals shall not be accepted and shall automatically be disqualified from further consideration. Delivery shall be at the Bidder s sole risk to assure delivery to the designated time and place. L&I does not take responsibility for any problems in the FAILURE TO COMPLY The Bidder is specifically notified that failure to comply with any part of the solicitation may result in rejection of the proposal as non responsive. Rejected, non responsive proposals will not be scored. Failure to respond to any portions of the Bidder s Questionnaire may result in rejection of the proposal as non responsive and the proposal will not be scored. Many sections of the solicitation use the word "should" or "may". The use of the words "should" or "may" are permissive, not mandatory, and are not intended to legally bind either party. 18. ERRORS L&I will not be liable for any errors in proposals. L&I reserves the right at its sole discretion, to make corrections or amendments due to minor administrative irregularities contained in any bid. 19. SINGLE RESPONSE A single proposal (e.g., receipt of a proposal from only one Bidder) to the solicitation may be deemed a failure of competition and, at the sole option of L&I, the solicitation may be canceled. Likewise, receipt of only one proposal may allow L&I to award a contract to that Bidder. 20. MOST FAVORABLE TERMS L&I reserves the right to make an award without further discussion of the proposal submitted; there will be no best and final offer procedure. [NOTE: An exception is that the RFP Coordinator may contact the Bidder for clarification of a portion of the bid.] Therefore, the proposal should be initially submitted on the most favorable terms the Bidder can offer. This RFP may become part of the Contract resulting from this solicitation. Contract negotiation may provide for the incorporation of some or all parts of the bid. It is understood that the proposal will become a part of the official file on this matter without obligation to L&I. 21. REFERENCE CHECKS L&I will check references of the top Bidders. L&I reserves the right to contact references not supplied by the Bidder and use the information obtained for evaluation. References may include, but are not limited to, other governmental organizations and internal L&I programs. It s at the bidder s discretion to offer references of their choosing. 22. PERFORMANCE HISTORY L&I reserves the right to consider the bidders performance history with L&I and other public entities. Page 10 of 23 Printed: 6/24/2015
11 23. FINAL SELECTION L&I reserves the right, at its sole discretion, to reject any or all responses without penalty and not to issue a contract as a result of this solicitation. L&I reserves the right to refrain from contracting with any Bidder. The issuance of this solicitation does not compel L&I to purchase. The final selection, if any, will be that response which, in the opinion of L&I, best meets the requirements set forth in this solicitation and is in the best interest of L&I and the state of Washington. 24. EVALUATION The evaluation process is designed to award the contract to the Bidder with the best combination of attributes based on an evaluation of the Bidder s responses to the questions in the Bidder's Questionnaire, including costs. EVALUATION TEAMS Evaluations will be performed under the direction of the Coordinator and other state staff designated solely by L&I who will determine which proposal is most responsive to the requirements stated in this solicitation. Bidders will not have personal contact with the evaluators outside of the Oral Presentations. EVALUATION PROCEDURES 1. The Coordinator will review proposals to determine responsiveness. Only responsive proposals will be forward to the evaluation team for review. 2. The evaluation team, which consists of a group internal stakeholders, will consider how well the response meets the needs of L&I as described in the Bidder s response to each question in the Bidder's Questionnaire. The evaluators will review each proposal from the perspective of the evaluator s individual area(s) of expertise and their program s needs and concerns. It is important that the proposal responses be clear and complete so that the evaluators can adequately understand all aspects of the response. 3. After reviews have been completed, the evaluation team will meet to discuss the merits of the proposals as well as the attributes of the bidders from their individual and/or program s perspectives. The discussion may also include a consideration of bidder performance history, to the extent known. The evaluation team will then vote to determine which bidders may be offered the opportunity of an interview. 4. The Coordinator will check references prior to offering an interview. Based on the result of the reference checks, the Coordinator may determine a bidder ineligible for an interview. 5. Bidders invited to participate in an interview will be offered the opportunity to deliver a presentation and then respond to questions from the evaluation team. Questions may be based on the bidder s proposal, including references, their presentation and their responses to questions during this interview (follow up questions). The Coordinator may continue the questioning until he/she believes the team has acquired enough information to vote on the selection of: a. an Apparent Successful Bidder or, Page 11 of 23 Printed: 6/24/2015
12 b. top bidders to be offered the opportunity to participate in a Proof of Concept testing. 6. Proof of Concept: L&I will need to test the products of the top bidders to determine the Apparent Successful Bidder. L&I will require the top bidders to provide as working Proof of Concept a full software package, including instrument data transfer configuration, for a period of 30 days. During this time period, the evaluation team will test the software s ability to meet the program s business needs and requirements, see Bidders Questionnaire, Question #9, Bidder s Proposal and System Attributes). During this time, L&I will also evaluate the contractor s responsiveness to questions and customer service abilities. Proof of concept would involve demonstration that the software can collect data generated by laboratory instruments. We are looking to see if the software can support most of our processes and requirements. 7. Contract Negotiation: L&I may begin the process of negotiating and finalizing a contract with one of more bidders at any time following the Oral Presentations. The progress toward reaching agreement on the contract terms & conditions and Scope of Work may be used in determining the award. L&I RESERVES THE RIGHT NOT TO BE LIMITED TO THE LOWEST COST BID SELECTION OF APPARENT SUCCESSFUL BIDDERS The evaluation teams will compare their findings and make a recommendation to L&I management regarding the Apparent Successful Bidder(s). 25. DEBRIEFING OF UNSUCCESSFUL BIDDERS Unsuccessful Bidders will be afforded a debriefing conference. The request for a debriefing conference must be received by L&I s RFP Coordinator within three (3) working days after the Bidder Notice of Award is ed by WEBS. Discussion will be limited to a critique of the requesting Bidder's response. Comparisons between proposals or evaluations of the other Bidder's responses will not be allowed. The debriefing conference must be held within five (5) working days after the Bidder Notice of Award is ed by WEBS. 26. AUTHORITY TO BIND THE DEPARTMENT OF LABOR AND INDUSTRIES The Director of the Department of Labor and Industries or his designees are the only individuals who may legally commit L&I to the expenditures of funds for a contract resulting from this solicitation. No cost chargeable to the proposed contract may be incurred before receipt of either a fully executed contract or specific, written authorization from the Director. 27. PROTEST PROCESS (POST PROPOSAL DUE DATE) Who may protest. A party may utilize these protest procedures if it (1) has submitted a bid, that is, the protester must have submitted a bid, and (2) has requested a debriefing conference within the required time period, and (3) received a debriefing conference. Limitations. Bidders protesting the award (selection of the Apparent Successful Bidder) must follow the procedures described below. The Bidder should include in its protest all issues it wishes to raise because a Bidder is limited to only one protest. Issues not raised in the initial protest shall not be considered. Protests that do not follow these procedures shall not be considered. This protest procedure constitutes the sole Page 12 of 23 Printed: 6/24/2015
13 administrative remedy available to Bidders under this procurement. Chapter RCW, Administrative Procedures Act (APA) does not apply to this procurement. Protest Review. Upon receipt of a protest, a protest review will be held by the Contracts Office to review the procurement process utilized. This is not a review of proposals submitted or the evaluation scores received. The review is to ensure agency policy and procedures were followed, all requirements were met and all Bidders were treated equally and fairly. See Allowable and Disallowed Issues below. If a protest may affect the interest of any Bidder, such Bidder/s may be given an opportunity to submit its view and any relevant information on the protest to the Contracts Office. The Contracts Office will consider the record and all facts available and issue a decision within ten (10) working days of receipt of the protest unless additional time is required, in which case the protesting party will be notified by the Contracts Office of the delay. The decision of the Contracts Office will be final and conclusive. Allowable Issues. Only protests setting out an issue of fact concerning the following subjects shall be considered: a) a matter of bias, discrimination, or conflict of interest on the part of an evaluator, b) errors in computing the scores, or c) non compliance with procedures described in the procurement document or agency protest process or DES requirements. Disallowed Issues. Protests not based on procedural matters will not be considered. Protests will be rejected as without merit if they attack such issues as: a) evaluator's professional judgment on the quality of a proposal, or b) L&I's assessments of its own needs or requirements. PROTEST PROCEDURE AND FORMAT Written Document. All protests must be in writing and signed by the protesting party or an authorized agent and submitted as set out in Protest Deadline For Receipt by L&I, below. Telegrams, FAXed documents, or similar transmittals will not be considered. Statement of Facts. The protest must state all facts and arguments about an allowable issue reasonably known by the protesting party at the time of the protest on which the protesting party is relying. Required Format. The protest must be set out in the following format: 1. IDENTITY OF THE PROTESTER. Name, address, phone number, FAX number, contact person. 2. IDENTITY OF SOLICITATION. Title of solicitation, date, and solicitation Coordinator. 3. ISSUE PROTESTED. State which of the allowable issues is being protested. 4. SPECIFIC FACTS AND CIRCUMSTANCES. Describe, with specificity and in chronological order, the exact facts and circumstances leading to the belief that a protestable issue occurred. Such statement must include, but is not limited to the following: a) Dates of documents, actions, etc.; and b) Names and titles of all involved parties; and c) Statements, activities, etc. of each involved party. Page 13 of 23 Printed: 6/24/2015
14 5. RESOLUTION REQUESTED. State the requested resolution of the protest. 6. ATTACHMENTS. List and include copies of all documents referenced in the protest. However, you do not need to send a copy of your proposal or this solicitation document. Submit To. All protests shall be addressed as follows: Contracts Office PROTEST Department of Labor & Industries PO Box Olympia, WA After announcing the Apparent Successful Bidder, L&I may offer a contract to the apparent successful Bidder. In the event of a timely protest, the Department may proceed further with the procurement but shall not execute the contract unless the protest is decided or until the head of the Department or a designee makes a written determination that the award of the contract without delay is necessary to protect substantial interests of the Department. PROTEST DEADLINE FOR RECEIPT BY L&I The written protest must be received by the Contracts Office no later than 5:00 p.m. local time in Olympia, Washington, five (5) working days following the scheduled debriefing conference with the unsuccessful Bidder. Page 14 of 23 Printed: 6/24/2015
15 PREPARING AND SUBMITTING A PROPOSAL 28. COMPLETING THE BIDDER S QUESTIONNAIRE You must respond to the solicitation requirements by completing and returning to L&I the Bidder s Questionnaire and by including additional pages as needed to respond to all information required. The entry field provided for Bidder Responses is not meant to reflect the amount of space L&I expects for a complete response. Bidders may expand those fields as necessary in order to allow for a complete response WHEN ATTACHING ADDITIONAL PAGES in response to requirements and/or questions: restate the number and requirement and/or question; and write the response immediately next to the restated requirement and/or question. Bidder Identification: The Bidder s name must be entered at the bottom (footer) of each page of the bid. Do not respond by referencing material presented elsewhere. The response provided immediately after the restatement of the requirement shall be considered complete and stands on its own merits. A response of "will comply" or "see above" or similar statement shall receive zero (0) points for scoring purposes. Failure to respond to any portions of the Bidder s Questionnaire may result in rejection of the proposal as non responsive and the proposal will not be scored. 29. PROPRIETARY INFORMATION & PUBLIC DISCLOSURE Any information contained in the proposal that the Bidder desires to claim as proprietary and exempt from disclosure under the provisions of RCW 42.56, must be clearly designated. The Bidder must cite the statute and briefly explain how it applies to the proprietary information supplied in the bid. The page and the particular exception/s from disclosure upon which the Bidder is making the claim must be identified. Each page claimed to be exempt from disclosure must be clearly identified by the word "confidential" printed on the lower right hand corner of the page. Marking the entire proposal as confidential will be neither accepted nor honored and may result in disclosure of the entire bid. The Bidder must be reasonable in designating information as confidential. Proposals shall be deemed public records as defined in RCW and RCW Confidentiality is available only to the limited extent allowed in state law. L&I can choose to disclose despite information being marked as confidential. 30. COST OF PREPARING PROPOSALS L&I is not liable for any costs incurred by Bidders in the preparation and presentation of proposals submitted in response to this solicitation. Page 15 of 23 Printed: 6/24/2015
16 Bidder s name: Page 16 of 23 Printed: 6/24/2015
17 1. Firm. Firm s Name BIDDER S QUESTIONNAIRE QUALIFICATIONS, EXPERIENCE, COST RESPONSE IDENTIFYING INFORMATION. Address City State Zip Phone FAX (if any) Internet Washington State UBI # Federal Tax ID # 2. Primary contact person. If different from above provide name, address, phone, fax, internet. Name Address City State Zip Phone FAX (if any) Internet 3. Principal Officer/s. List more than 2 as appropriate. Name Address City State Zip Phone FAX (if any) Internet Name Address City State Zip Phone FAX (if any) Internet Name Address City State Zip Phone FAX (if any) Internet 4. Legal Status of the Bidder: Corporation Partnership Sole proprietor other 5. Employee location. Do you have employees in Washington State? Yes No 6. Contract Termination for Default. Bidder s name: Page 17 of 23 Printed: 6/24/2015
18 Have you had a contract terminated for default in the last five years? Termination for default is defined as notice to stop performance which was delivered to the Bidder due to the Bidder's non performance or poor performance and the issue of performance was either not litigated due to inaction on the part of the Bidder; or litigated and determined that the Bidder was in default. Yes No If you had a contract terminated for default in this period submit full details including the other party's name, address, and the phone number. Present your position on the matter. L&I will evaluate the facts and may, at its sole discretion, reject the proposal on the grounds of its past experience. 7. Financial Viability/Stability: The Bidder must disclose any and all judgments, pending or expected litigation, or other real or potential financial reversals which might materially affect the viability or stability of the proposing organization; or warrant that no such condition is known to exist. This information is needed only from the subsidiary or division if there is a parent company. 8. Conflict Of Interest Information 8.1. As of the date of this Response: Are you or do you employ or have as a principal officer or member of your governing board, a current employee of the State of Washington? Yes No 8.2. Are you or do you employ or have as a principal officer or member of your governing board, a person who is a former employee of the State of Washington but worked for the state as an employee within the last two (2) years? Yes No 8.3. Are you, or do you employ or have as a principal officer or member of your governing board, a person who is a member of an agency board, commission, council, committee, or other similar group formed to advise the activities and management of state government related to the services requested in this RFP? Yes No If you answered yes to any of the questions above it is possible that under chapter RCW that person(s) may not be assigned to work on the contract awarded as a result of this solicitation. You can contact the RFP Coordinator for more information. Complete the following for each employee: Employee s name Agency/Board name Agency/Board contact person Employee s title Date left state employment Contact s phone Employee s name Agency/Board name Agency/Board contact person Employee s title Date left state employment Contact s phone Bidder s name: Page 18 of 23 Printed: 6/24/2015
19 9. Bidder s Proposal and System Attributes The evaluation team will consider responses to the requirements listed below to determine how well the bidder s proposed system meets the needs of L&I. The evaluators will review each response from the perspective of the evaluator s individual area(s) of expertise and their program s needs and concerns. It is important that the bidder s responses be clear and complete so that the evaluators can adequately understand all aspects of the response. Bidders are encouraged to provide their information so that it addresses system requirements in order as listed below. This list is not exhaustive. It is a list of possible attributes and not meant to be overly restrictive. All proposals that offer feasible solutions to the laboratory s LIMS needs will be considered. User friendliness of software solution is a priority. Bidders proposals should include a comprehensive description of how their system can meet and/or exceed L&I s goals. Proposals will be evaluated based on the merit and cost of the proposed solutions. Top bidders will be asked to provide a Proof of Concept and/or time limited access to full software capabilities to demonstrate applicability of their LIMS solution SERVER AND COMPATIBILITY The proposed system must: Be able to be installed on a localized in house server Have SQL compatibility. (The laboratory anticipates that minimal data migration will be required.) Alternatives will not be considered. Bidders are encouraged to offer alternatives to the following list of attributes, including attributes labeled as must haves, as long as the alternative meets or replaces the intended need FLEXIBILITY The proposed system should: Have the ability to define user fields that would be available for input and reporting Allow user to input user defined sample information Have the ability to define calculations and fields (Example. subtract blank result from sample results) Allow the user to define significant figures/rounding Have the ability to electronically record comments Accommodate reporting nonstandard sample types with varied parameters Edit user interface to remove or reposition unused proprietary fields 9.3. COMPATIBILITY The proposed system should: Be able to push and pull sample information from internal informational system (SQL) Bidder s name: Page 19 of 23 Printed: 6/24/2015
20 9.4. WORKFLOW The proposed system should: Have the ability to verify samples using a blind quality control process The proposed system must: Track a Sample through entire laboratory process Track all changes made (audit trail) Have a visual representation of Sample Location and Time in Lab Generate sample receipt record and make it available electronically for client Electronically generate and store Post Login Report Have ability to create view, edit, and cancel Chain of Custody form Have the ability for a Quality Assurance review Have the ability for a Supervisor/Peer review Have the ability to electronically return a batch/project to analyst for rework 9.5. PROCESS The proposed system should: Have visual time management/sample tracking capability (e.g. flagging, color coding, etc.) The proposed system must: Have ability to create, edit, and view Batch/Project process Allow for entering multiple samples without re entry of generic sample information Allow for multiple sample types (Air, QC, Bulk, Blank, etc.) Allow assigning one or multiple tests per sample Electronically create Batch/Project assignment to analyst (include one or more analyst and one or more tests) Electronically assign samples to one or multiple analysts during processing Allow sophisticated data querying 9.6. INSTRUMENT/SYSTEM INTERACTION The proposed system must: Electronically receive and store sample results from multiple instruments Have the ability to perform calculations on raw instrument data (blank subtraction, etc.) Allow the analyst to enter results manually Should store sample results Have the ability to electronically accept and display attachments 9.7. CUSTOMER SERVICE The contractor must be available to: Conduct user training twice a year or as needed on site or on line Conduct system administrator training twice a year or as needed Provide on site system repair support within 24 hours and completion within 72 hours Provide as needed timely and meaningful technical support (phone, , in person) 10. Risk Management Define risks you see as being significant to the success of this project, how you would propose to most effectively monitor and manage these risks including performance reporting of the risks to the department s contract manager. Bidder s name: Page 20 of 23 Printed: 6/24/2015
21 11. Outcomes And Performance Measurement: Define additional impacts/outcomes you propose to achieve as a result of the delivery of this system and services and how these outcomes would be monitored, measured and reported on to the department. Define any quality assurance measures you propose to use to monitor and report on the delivery of services provided. 12. Contract Cost Quote: Explanation of Costs. Breakdown and define the proposed costs for the following (provide yearly costs where appropriate): L&I shall pay 80% of the purchase price of the software at time of contract execution and the remainder when fully deemed operational by L&I. L&I shall authorize payment of 40% of the purchase price of the software at time of contract execution, 40% after 2 weeks if system is performing within reasonable expectations, and the remainder when deemed fully operational by L&I SOFTWARE/INSTALLATION/LICENSES, including initial user familiarization training: Total cost? $ How many consecutive users are included? (L&I expects to have 8+ concurrent users.) Cost per additional user license? Bidder may offer more than 1 option ADDITIONAL USER AND SYSTEM ADMINISTRATOR TRAINING: SERVICE CONTRACT EXTENSION (Same services as original warranty, including tech support, extended for total of 5 years.): Total cost? $ What is included? Will you charge for PROOF OF CONCEPT? YES NO If yes, list cost and explain here: Bidder s name: Page 21 of 23 Printed: 6/24/2015
22 12.5. OTHER: List and explain any additional costs, if applicable: 13. Contract Terms and Conditions: Submit a copy of your proposed contract terms and conditions. Proposed terms and conditions must be submitted covering each segment of the contract (e.g. software, installation, licensing, service and training). If required, submit terms and conditions for the Proof of Concept testing, which is expected to be a 30 day trial. Note: L&I reserves the right to negotiate contract costs, terms and conditions. Bidder s name: Page 22 of 23 Printed: 6/24/2015
23 CERTIFICATIONS & ASSURANCES I/we make the following certifications and assurances as a required element of the proposal to which this is a part, understanding that the truthfulness of the facts affirmed here and the continuing compliance with these requirements are conditions precedent to the award or continuation of related contract/s. I/we hereby authorize all references, employers (past and present), business and professional associates (past and present), and all governmental agencies and institutions (local, state, or federal) to release to L&I any information, files, or records required for the evaluation of this bid. The attached proposal is a firm offer for a period of 120 days following receipt, and it may be accepted by L&I without further negotiation (except where obviously required by a lack of certainty in key terms) at any time within the 120 day period. In the case of protest, the protester's proposal remains valid until the protest is resolved. I/we certify that the costs proposal to perform this contract do not exceed those charged any other client for the same services performed by the same individuals. The prices and/or cost data were determined independently, without consultation or communication for the purpose of restricting competition. However, I/we may freely join with other persons or organizations for the purpose of presenting a single bid. I/we understand that L&I will not reimburse me/us for any costs incurred in the preparation of this bid. All proposals become the property of L&I, and I/we claim no proprietary right to the ideas, writings, items or samples unless so stated in the bid. In preparing this bid, I/we have not been assisted by any current or former employee of the state of Washington whose duties relate or did relate to this proposal or prospective contract, and who was assisting in other than his or her official, public capacity. Neither does such person nor any member of his/her immediate family have any financial interest in the outcome of this bid. Unless otherwise required by law, the prices and/or cost data which have been submitted have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by him/her prior to opening, directly or indirectly to any other Bidder or to any competitor. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. I/we agree that submission of the attached proposal constitutes acceptance of all of the solicitation contents, including but not limited to, procedures, requirements, administrative instructions, and other terms and conditions. L&I reserves the right, at any time during the evaluation/award process, to initiate negotiations and establish a deadline for reaching an agreement. If agreement cannot be reached, L&I may terminate negotiations and remove my organization from further consideration, including selecting an alternate apparent successful Bidder. By submitting this proposal via an attachment, I the sender/bidder certify that I am authorized to submit a proposal on behalf of this Firm and the information submitted is accurate and true to the best of my knowledge. Bidder s name: Page 23 of 23 Printed: 6/24/2015
Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS)
1. SCHEDULE EVENT Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS) DATES & TIME Issue Solicitation April 27, 2015 Question & Answer Period April 27 May 4, 2015 Complaint Period Begins
More informationSTATE OF WASHINGTON, OFFICE OF THE SECRETARY OF STATE, ELECTIONS DIVISION REQUEST FOR PROPOSALS RFP NO. 14-13
STATE OF WASHINGTON, OFFICE OF THE SECRETARY OF STATE, ELECTIONS DIVISION REQUEST FOR PROPOSALS RFP NO. 14-13 PROJECT TITLE: ELECTIONS BUSINESS ANALYSIS & BUSINESS REQUIREMENTS PROPOSAL DUE DATE: December
More informationREQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3
More informationREQUEST FOR QUALIFICATIONS & QUOTATIONS RFQQ NO. 15-2200. PROPOSAL DUE DATE: January 8, 2016, 3:30 PM Local Time, Olympia, Washington, USA.
STATE OF WASHINGTON OFFICE OF FINANCIAL MANAGEMENT OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS & QUOTATIONS RFQQ NO. 15-2200 PROJECT TITLE: One Washington Project Management PROPOSAL DUE DATE: January
More informationREQUEST FOR QUOTATION (RFQ) Encryption Key Management Solution. Date Posted: May 27, 2015. Solicitation Number RFQ-2015-0527
REQUEST FOR QUOTATION (RFQ) Date Posted: May 27, 2015 Solicitation Number Bid Due Date and Time June 9, 2015 12PM Noon Pacific Time The RFQ Coordinator is the SOLE POINT OF CONTACT at WSDOT for this procurement.
More informationCity of Kenmore, Washington
City of Kenmore, Washington Financial Management Software System Request for Proposals Issued: November 2, 2015 Date Due: December 4, 2015 Time Due: 5:00 p.m. Pacific Standard Time Page 1 of 10 1. Introduction
More informationRequest for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078
Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School
More informationCDO WORKFORCE INVESTMENT BOARD. REPLACES CDO Workforce Investment Board Procurement Policy, dated 9/30/05
CDO WORKFORCE INVESTMENT BOARD POLICY #07-03: Local Procurement of Goods and Services DATE: November 14, 2007 APPLIES TO: Use of WIA Title I-B funds REPLACES CDO Workforce Investment Board Procurement
More informationREQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the New Jersey Building Authority Capital Budget Modeling and Advisory Services State Fiscal Years 2016, 2017 and 2018 Issued by the
More informationBid closing date December 21, 2013
REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission
More informationCity of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
More informationGALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
More informationState Health Benefit Plan Procurement Policy
State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services
More informationREQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503
More informationOSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com
More informationNEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
More informationRFP Milestones, Instructions, and Information
This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,
More informationCITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
More informationCITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
More informationREQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project
REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon
More informationState of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT
State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT The Washington State Department of Transportation (WSDOT) solicits interest
More informationREQUEST FOR INFORMATION No. AGO.RFI.001. ediscovery Tool. Issued: August 13, 2012. Responses Requested by: Friday, September 7, 2012
REQUEST FOR INFORMATION No. AGO.RFI.001 ediscovery Tool Issued: August 13, 2012 Responses Requested by: Friday, September 7, 2012 It is the intent of the Washington Attorney General s Office to issue a
More informationRequest for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15
S PRINGFIELD UTILITY BOARD Electric Service Center Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 Proposals Due: March 12, 2015 @ 2:00 pm Technical Questions RFP
More informationDelaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services
Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide
More informationREQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES Appointment to the NJ Tobacco Settlement Financing Corporation Credit Enhancement Transaction Winter 2014 Issued by the State of New Jersey Treasurer
More informationREQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the State of New Jersey Rating Agency Presentation Review/Analysis Summer 2016 Issued by the State of New Jersey Treasurer s Office
More informationRequest for Proposal for Software Development Services
Request for Proposal for Software Development Services Issued: February 1, 2013 Responses Due: February 18, 2013 (11:59 pm PST) Contact: Mark Perbix Director, Information Sharing Programs SEARCH mark.perbix@search.org
More informationRequest for Proposal Environmental Management Software
Request for Proposal Date Issued: November 4, 2010 Due Date: December 1, 2010 @ 2:00:00 p.m. (local time), Contact Information: Jeff Yanew Planning & Engineering Telephone: (780) 418-6615 Fax: (780) 458-1974
More informationCOUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670
COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this
More informationHACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP13-08. For. Integrated Marketing Communications Services
HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP13-08 For Integrated Marketing Communications Services Issued: Feb. 22, 2013 Deadline for Questions: Response to Questions:
More informationBelgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software
Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Prepared by Business Administration BELGRADE PUBLIC SCHOOLS INVITATION TO SUBMIT
More informationSTATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2011-12
STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2011-12 This RFP is available at the Office of Superintendent of Public Instruction
More informationREQUEST FOR PROPOSAL Procurement of Landscaping Services
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012
More informationINVITATION TO NEGOTIATE IT, EDMS and Website Services ISSUED February 6, 2015 RFP No. 15-1279
INVITATION TO NEGOTIATE IT, EDMS and Website Services ISSUED February 6, 2015 WorkNet Pinellas, Inc. d.b.a. CareerSource Pinellas is requesting proposals for the provision of information technology infrastructure
More informationREQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach
More informationCity of Mercer Island
City of Mercer Island MOBILE ASSET DATA COLLECTION: Pavement Condition Index Deflection Testing Sign Inventory Sign Retroreflectivity Contact Information: Leah Llamas, GIS Coordinator The City of Mercer
More informationRequest for Qualifications 2015-162
Kitsap County Human Services Department Request for Qualifications 2015-162 Architectural and Project Management Services - Kitsap County Work Release Facility Remodel Response Deadline: November 17, 2015
More informationE-RATE CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE # 2011-12
E-RATE CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE # 2011-12 March 12, 2012 Family Services of Grant County 1402 E. Craig Moses Lake, WA 98837 Family Services of Grant County 1 Cellular
More informationREQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services
STATE OF GEORGIA Georgia Southern University REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services For all questions about this RFP contact:, Issuing Officer RELEASED ON: DUE ON:, 1:00
More informationClosing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com
Request for Proposal (RFP) Online Registration System Contract for AAMDC s Convention Events Closing Date & Time: Friday, August 8, 2014 at 4:30 pm MDT One (1) electronic copy of response in Word or PDF
More informationRobla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
More informationHACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC
HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP14-04 For Website Content Development HACC Issued: Feb. 24, 2014 Deadline for Questions: Response to Questions: PROPOSAL
More informationRequest for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon
Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon () Request for Proposals TABLE OF CONTENTS SECTION 1 INTRODUCTION...
More informationNEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA ACTIVITY (All times are EST) Dated September 20, 2013
More informationSTATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2014-41
STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2014-41 PROJECT TITLE: Career and Technical Education (CTE) Administrative Internship
More informationWorkforce Solutions Brazos Valley Board P.O. Box 4128 Bryan, Texas 77805 (979) 595-2800 http://www.bvjobs.org/ Issue Date: May 2, 2013
REQUEST FOR PROPOSALS FOR Electronic Document Management System For the Workforce Solutions Brazos Valley Board Area Brazos, Burleson, Grimes, Leon, Madison, Robertson, and Washington Counties Issued by
More informationROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
More informationREQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES
REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES Issued by: City of Clewiston 115 W. Ventura Avenue Clewiston, Florida 33440 September 30, 2015 1 REQUEST FOR PROPOSALS FOR FINANCIAL AUDIT SERVICES
More informationSUMMER FOOD SERVICE PROGRAM Procurement Standards
OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION Child Nutrition Services Old Capitol Building, PO BOX 47200 OLYMPIA, WA 98504-7200 (360) 725-6200 TTY (360) 664-3631 SUMMER FOOD SERVICE PROGRAM Procurement
More informationREQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS
REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: SR-39-H-15 NSLC Contact:
More informationPIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for PRINT MANAGEMENT SYSTEM FOR PUBLIC COMPUTERS
PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (RFP) for PRINT MANAGEMENT SYSTEM FOR PUBLIC COMPUTERS TABLE OF CONTENTS Part 1: Introduction & RFP Timeline... 1 Part 2: General Instructions and Conditions;
More informationDOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007
DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS March 2007 CONTACT INFORMATION: This Vendor Guide is intended to be an informational only publication to assist the business community
More informationBUFFALO FISCAL STABILITY AUTHORITY REQUEST FOR PROPOSALS FOR INVESTMENT ADVISOR. August 6, 2015
BFSA Investment Advisor RFP BUFFALO FISCAL STABILITY AUTHORITY REQUEST FOR PROPOSALS FOR INVESTMENT ADVISOR Introduction and Project Description The Buffalo Fiscal Stability Authority ( BFSA or the Authority
More informationCITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
More informationRequest for Proposals IT INFRASTRUCTURE MODERNIZATION
Request for Proposals IT INFRASTRUCTURE MODERNIZATION Deadline to Submit Questions for Response: March 25, 2015 by 4:00 pm Deadline for Proposal Submissions: March 27, 2015 by 4:00 pm REQUEST FOR PROPOSALS
More informationSolicitation Information February 26, 2016
Solicitation Information February 26, 2016 RFP#7550347 TITLE: SEARCH FOR AFFORDABLE CARE ACT TAX REPORTING SOLUTION Submission Deadline: Monday, March 21, 2016 @ 11:30 AM (Eastern Time) Questions concerning
More informationAn organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.
85.36 Procurement (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will
More informationREQUEST FOR PROPOSAL NO. RFP09502 FOR WEBSITE REFRESH FOR SEATTLE PUBLIC SCHOOLS
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09502
More informationCHAPTER 11 APPEALS AND DISPUTES
CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public
More informationProposal Writing - A Cover Letter of Compliance
1.0 Submission Requirements: SECTION I INFORMATION & INSTRUCTIONS 1.1 The complete original proposal must be submitted in a sealed package and received in accordance with the instructions detailed in the
More informationRequest for Proposal Number M15-RFP-003. Vulnerability Assessment and Discovery Tool. Washington State Consolidated Technology Services
Request for Proposal Number M15-RFP-003 for Vulnerability Assessment and Discovery Tool by the Washington State Consolidated Technology Services Released July 8, 2014 i Table of Contents 1. INTRODUCTION...
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3
More information05 SB270/AP. Senate Bill 270 By: Senators Williams of the 19th, Whitehead, Sr. of the 24th and Kemp of the 46th A BILL TO BE ENTITLED AN ACT
Senate Bill 0 By: Senators Williams of the th, Whitehead, Sr. of the th and Kemp of the th AS PASSED A BILL TO BE ENTITLED AN ACT To amend Article of Chapter of Title of the Official Code of Georgia Annotated,
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary
More informationPurchasing a Business in Utah - RFP Approval Bid Process
REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS 1.0 GENERAL INFORMATION 1.1 Introduction. a. The Pennsylvania Convention Center Authority ( PCCA or the Authority ) is the entity responsible for the construction and operation of
More informationSUPERIOR COURT OF CALIFORNIA
SUPERIOR COURT OF CALIFORNIA COUNTY OF LOS ANGELES REQUEST FOR QUOTE (RFQ) FOR LUMENSION PATCH MANAGEMENT SOFTWARE LICENSE RENEWAL SERVICES RFQ NUMBER 2014-PR35074294 Table of Contents SECTION TITLE PAGE
More informationMARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
More informationRequest for Proposals For WORKFORCE DIVERSITY PARTICIPATION MONITORING SERVICES 400-420 CARRIE AVENUE PROJECT PHASE 1
Request for Proposals For WORKFORCE DIVERSITY PARTICIPATION MONITORING SERVICES 400-420 CARRIE AVENUE PROJECT PHASE 1 Proposals must be received no later than 4:00 p.m. CST APRIL 2, 2014 ABSOLUTELY NO
More informationREQUEST FOR QUOTES (RFQ)
REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck
More informationREQUEST FOR PROPOSAL Stakeholder Workshop Series Google Analytics and Trip Advisor
REQUEST FOR PROPOSAL Stakeholder Workshop Series Google Analytics and Trip Advisor Contents Introduction... 1 The RFP Process... 1 Project Timetable... 1 Proposal Submission Guidelines... 2 Restrictions
More informationPIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)
PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (RFP) for Telephone Service (Analog Phone Service) TABLE OF CONTENTS Part 1: Introduction & RFP Timeline... 1 Part 2: General Instructions and Conditions;
More informationUTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER
UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 PURPOSE Utah County is soliciting proposals from insurance brokers/consultants qualified to
More informationREQUEST FOR QUOTATIONS MEDICAL CODING AUDITING SERVICES 90-14-187-RFQ
MARICOPA COUNTY SPECIAL HEALTH CARE DISTRICT MARICOPA INTEGRATED HEALTH SYSTEM REQUEST FOR QUOTATIONS MEDICAL CODING AUDITING SERVICES 90-14-187-RFQ DATE OF ISSUE: MAY 5, 2014 DATE & TIME QUOTATIONS DUE:
More informationUNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES
UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: ucsnbidresponse@unocharterschools.org All communications should be addressed
More informationCenter Unified School District
8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D
More informationNYS Homes & Community Renewal
NYS Homes & Community Renewal Enterprise Content Management Consulting Services Request for Proposal RFP# 148052C 9/12/2012 Statement: NYS Homes & Community Renewal (HCR) is in need of an experienced,
More informationRFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
More informationRequest for Service. Business and Technical Consulting Services Senior Business Analyst OntarioMD EMR Physician Dashboard
Request for Service Business and Technical Consulting Services Senior Business Analyst OntarioMD EMR Physician Dashboard RFS Number: 2015-11 Issued: October 29, 2015 Closing Date: November 12, 2015 at
More informationRequest for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents
Request for Proposal For: CQ5 Java Developer ABA Information Systems April 11, 2013 Table of Contents Bid Timetable [2] 1.0 General Information [3] 2.0 Proposal Requirements [6] 3.0 Criteria for Selection
More informationLower Rio Grande Public Water Works Authority Request for Proposal Financial Management and Utility Billing Software.
Lower Rio Grande Public Water Works Authority Request for Proposal Financial Management and Utility Billing Software June 19, 2014 Proposals Deadline: 2:00 pm on Tuesday, July 22, 2014 Table of Contents
More informationREQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified
More informationHACC, Central Pennsylvania s Community College Harrisburg, Pa.
RFP15-03 Integrated Marketing Communications Services HACC, Central Pennsylvania s Community College Harrisburg, Pa. Request for Proposal RFP15 03 For Integrated Marketing Communications Services Issued:
More informationREQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation
925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:
More informationREQUEST FOR PROPOSAL Mobile Tours (Website) Development
REQUEST FOR PROPOSAL Mobile Tours (Website) Development Contents Introduction... 1 Proposal Submission Guidelines... 2 Executive Summary... 3 The Opportunity... 3 Objective... 3 Reports to: Director of
More informationSTATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station
More informationState of Iowa REQUEST FOR INFORMATION. RFI #1217005002 State of Iowa ERP System Maintenance, Upgrades and Services
State of Iowa REQUEST FOR INFORMATION RFI #1217005002 State of Iowa ERP System Maintenance, Upgrades and Services Section 1- Background and Objectives 1.1 Purpose The objective of this Request for Information
More informationREQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING
4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the
More informationRequest for Proposal For: Video Production and Live Streaming Services. ABA Section of Litigation August 14, 2013.
Request for Proposal For: Video Production and Live Streaming Services ABA Section of Litigation August 14, 2013 Table of Contents Bid Timetable [2] 1.0 General Information [3] 2.0 Proposal Requirements
More information24 CFR PART 85 85.36 Procurement. States. Procurement standards.
85.36 Procurement. (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will
More informationREQUEST FOR PROPOSALS: PAYROLL SERVICES
REQUEST FOR PROPOSALS: PAYROLL SERVICES Brookhaven Innovation Academy ( BIA ) is a public charter school located in Gwinnett County, Georgia and authorized by the Georgia State Charter Schools Commission
More informationInfrastructure Technical Support Services. Request for Proposal
Infrastructure Technical Support Services Request for Proposal 15 May 2015 ISAAC reserves the right to reject any and all proposals, with or without cause, and accept proposals that it considers most favourable
More informationRequest for Proposal Permitting Software
Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction
More informationRequest for Proposal RFP #201501. Printing & Mailing Services
Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date
More informationWashington State University (WSU) Energy Program
Request for Proposal No. 8388-GC22600 Temporary Professional Staffing Services Issued April 30, 2015 WASHINGTON STATE UNIVERSITY OVERVIEW Washington State University, (WSU) one of two research universities
More informationREQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO. 164514 Contact: Mr. Tom Brown, Senior Construction Project Manager Facilities Services,
More informationMaintenance Management Software
REQUEST FOR PROPOSALS Maintenance Management Software 5400 Ox Road Fairfax Station, Virginia 22039 www.novaparks.com June 18, 2015 NOTICE REQUEST FOR PROPOSALS Maintenance Management Software June 18,
More informationKennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order
Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937 Competitive Bid Request for Proposal This is Not an Order Transcription Services Date: June 14, 2016 Proposals Due On: June 27, 2016
More informationREQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 19, 2016
REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 19, 2016 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD NORTH SYRACUSE, NEW YORK
More informationIssue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain
More information