REQUEST FOR PROPOSAL (RFP) No USM

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP) No. 90939 - USM"

Transcription

1 REQUEST FOR PROPOSAL (RFP) No USM Technical and Management Consultants to Assist USM institutions with Consulting, Implementation and Maintenance of Enterprise Resource Planning (ERP) Systems with a primary emphasis on Oracle/PeopleSoft Software For Various campuses and facilities of the University System of Maryland (USM) and Other educational institutions in Maryland Issue Date: March 3, 2011 Pre-Proposal Conference: Not applicable, none to be held Deadline for Questions: Tuesday, March 15, 2011 Technical Proposal Due Date: Tuesday, March 22, 2011, 4:00 P.M. WARNING: Prospective vendors who have received this document from a source other than the Issuing Office should immediately contact the Issuing Office and provide their name and mailing address in order that amendments to the RFP or other communications can be sent to them. Any prospective vendors who fails to notify the Issuing Office with this information assumes complete responsibility in the event that they do not receive communications from the Issuing Office prior to the closing date.

2 SECTION 1. - INTRODUCTION TO THIS REQUEST FOR PROPOSAL SECTION 2. SPECIFICATIONS and REQUIREMENTS SECTION 3. PROPOSAL REQUIREMENTS SECTION 4. SECTION 5. EVALUATION AND SELECTION PROCEDURES INTENTIONALLY OMITTED SECTION 6. RFP TERMS AND CONDITIONS ATTACHMENT A: Technical Proposal Forms Proposal Affidavit Acknowledgement of Receipt of Addenda ATTACHMENT B: Mandatory Contract Terms and Conditions and Sample Contract ATTACHMENT C: Contract Affidavit ATTACHMENT D: Form for Price Proposals (Sample Only; only shortlisted firms will be requested to submit a Price Proposal ATTACHMENT E: Minority Business Enterprise Notice, Utilization Goal And Forms (Including Exhibits A, B, C, D and E) ATTACHMENT F: Electronic Funds Payment ATTACHMENT G: Living Wage Version 2011.final Page 2 of 87

3 SECTION 1 - INTRODUCTION TO THIS REQUEST FOR PROPOSAL 1.1. PURPOSE The purpose of this Request for Proposal (RFP) is to select from among competing proposals the optimum combination of price and functionality to meet the requirements outlined herein. Proposals will be independently evaluated and ranked considering all the specifications contained herein. Technical merit will have a greater weight than price ISSUING OFFICE The sole point of contact on behalf of the University System of Maryland (USM or University) for purposes of this RFP is the Issuing Office. The Issuing Office is: Valerie Rolandelli, C.P.M. AVP, Strategic Contracting Office of the CFO and COO University of Maryland University College 3501 University Blvd. East, Room ICC-3120 Adelphi, MD Telephone: (301) (effective March 7, 2011) vrolandelli@umuc.edu or Kendra Fray Business Analyst Telephone: kfray@umuc.edu 1.3. QUESTIONS AND INQUIRIES: All questions and inquiries regarding this procurement are to be directed to the individuals referenced with the Issuing Office above, in writing. All such questions and inquiries must be received by close of business on Friday, March 15, It is preferable that questions be submitted via to vrolandelli@umuc.edu and kfray@umuc.edu. Inquiries will receive a written reply. All questions will be answered in writing, in the form of an addendum to the RFP. Both questions and answers will be distributed, without identification of the inquirer(s), to all prospective contractors who are on record with the Procurement Officer as having received this RFP. No oral communications from the project team can be relied upon for proposal purposes PRE-PROPOSAL CONFERENCE. A Pre-Proposal Conference will not be held for this solicitation. Version 2011.final Page 3 of 87

4 1.5 REVISIONS OR AMENDMENTS TO THIS RFP The University reserves the right to amend this solicitation at any time prior to the proposal due date. If it does become necessary to amend any part of this solicitation, the Procurement Officer will furnish an addendum to all prospective offerors listed by the University as having received a copy of the RFP. All addenda will be identified as such. If necessary, the proposal due date may be extended. Offerors are required to acknowledge the receipt of all amendments, addenda, and clarifications issued by completing the Acknowledgement of Receipt of Addenda Form (see Attachment A) and including it with their proposal PROPOSAL CLOSING DATE/DUE DATE AND TIME An original plus six (6) copies (for a total of 7) and one (1) CD or flashdrive of the Technical Proposal must arrive at the Issuing Office by Tuesday, March 22, 2011 at 4:00 PM local time in order to be considered. Offerors are requested to clearly mark the "original" set of the Technical Proposal Price Proposals are not requested at this time. At the completion of the technical evaluation, price proposals will be requested of all firms in the Competitive Range (the short list ). An original and one (1) copy (for a total of 2) of the Price Proposal will be required (See Attachment D for sample Price Proposal form). The due date for Price Proposals will be sent to all firms in the Competitive Range, however it is anticipated that Price Proposals will be due on or about April 27, Firms that are considered not susceptible of receiving an award as a result of this RFP will be so notified. Offerors are requested to clearly mark the "original" set of the Price Proposal Offerors mailing proposals shall allow sufficient mail delivery time to insure timely receipt by the Issuing Office. Proposals or unsolicited amendments to proposals arriving after the due date and time will not be considered LATE PROPOSALS CANNOT BE ACCEPTED. Proposals are to be delivered to the University's Office of the COO and CFO, University of Maryland University College, 3501 University Blvd East, Inn and Conference Center (ICC), Room ICC-3120, Adelphi, MD The University recommends against use of mail or delivery services which will not guarantee delivery directly to Room ICC Proposals delivered to the campus central mail facility or to locations other than Room ICC-3120 will not be considered "received" by the University's Procurement Office until they arrive at Room ICC-3120 and are clocked in. The University will not waive delay in delivery resulting from need to transport a proposal from another campus location, or error or delay on the part of the carrier. Directions to UMUC can be found at the website If you are unfamiliar with the location of UMUC and/or Room ICC-3120 within the Inn and Conference Center and plan to hand deliver your proposal, it is strongly recommended that you take a trial run prior to the due date and time for proposals. Version 2011.final Page 4 of 87

5 1.7. PUBLIC INFORMATION ACT NOTICE: Contractors should give specific attention to the identification of those portions of their proposals that they deem to be confidential, proprietary information or trade secrets and provide any justification why such materials, upon request, should not be disclosed by the State under the Access to Public Records Act, State Government Article, Title 10, Subtitle 6, Annotated Code of Maryland. Contractors must clearly identify each and every section that is deemed to be confidential, proprietary or a trade secret (it is NOT sufficient to preface your proposal with a proprietary statement, or to use a page header or footer that arbitrarily marks all pages as confidential). Any individual section of the proposal that is not labeled as confidential with an accompanying statement concerning the rationale for its claimed confidentiality shall be considered public information RECEIPT OF PROPOSALS. Proposals will not be opened publicly; nor, can the identity of Offerors (individuals or entities) submitting proposals ( Offerors ) be disclosed prior to actual contract award MODIFICATION OR WITHDRAWAL OF OFFERS Proposals may be modified or withdrawn by written notice received at the Issuing Office before the proposal due date and time ORAL PRESENTATIONS Offerors may be required to make an oral presentation of their offer in order to clarify their proposals. If the University feels that such a presentation is needed, the Issuing Office will schedule a time and place for oral presentation. Each contractor should be prepared to discuss and substantiate any of the areas of the proposal submitted, as well as its own qualifications to furnish the specified products and services. Contractors are to submit a complete and comprehensive response to this solicitation and should not rely on the possibility of oral presentations for a further opportunity to present information requested in this RFP ECONOMY OF PREPARATION: Each proposal should be prepared simply and economically, providing a straightforward, concise description of the contractor's offer and capabilities to satisfy the requirements of this RFP. Emphasis should be on completeness and clarity of content INCURRED EXPENSES. Neither The University nor the State of Maryland is responsible for any expenses that Offerors may incur in preparing and submitting proposals or in making oral presentations of their proposals, if required BASIS FOR AWARD All proposals will be evaluated by an evaluation committee. The University may classify a proposal as "not reasonably susceptible for award" if it does not meet the requirements of this solicitation. The University may also determine that an offeror is "not responsible", i.e., does not Version 2011.final Page 5 of 87

6 have the capabilities in all respects to perform the work required. Should a proposal be found not reasonably susceptible for award, or if an offeror is found not responsible, the proposal will not be considered further and the Offeror will be notified accordingly. The committee will make a recommendation for award of this contract to the responsible offeror(s) whose proposal(s) is/are determined to be the most advantageous to the University, considering both technical and price factors as set forth in this RFP. Technical merit will have greater weight than price. An award made to an offeror pursuant to this solicitation is tentative and is final only after approval by the USM Board of Regents and the Maryland Board of Public Works, and after execution of the contract on behalf of the University LIVING WAGE REQUIREMENTS A solicitation for services under a State contract valued at $100,000 or more may be subject to Title 18, State Finance and Procurement (SFP) Article, Annotated Code of Maryland. Additional information regarding the State s Living Wage requirement is contained in this solicitation (see Appendix F entitled Living Wage Requirements for Service Contracts). If the Offeror fails to submit and complete the Affidavit of Agreement, the State may determine an Offeror to be not responsible. Contractors and Subcontractors subject to the Living Wage Law shall pay each covered employee at least $12.28 per hour, if State contract services valued at 50% or more of the total value of the contract are performed in the Tier 1 Area. If State contract services valued at 50% or more of the total contract value are performed in the Tier 2 Area, an Offeror shall pay each covered employee at least $9.23 per hour. The specific Living Wage rate is determined by whether a majority of services take place in a Tier 1 Area or Tier 2 Area of the State. The Tier 1 Area includes Montgomery, Prince George s, Howard, Anne Arundel, and Baltimore Counties, and Baltimore City. The Tier 2 Area includes any county in the State not included in the Tier 1 Area. In the event that the employees who perform the services are not located in the State, the head of the unit responsible for a State contract pursuant to (d) shall assign the tier based upon where the recipients of the services are located. The contract resulting from this solicitation will be deemed to be a Tier 1 contract or a Tier 2 contract depending on the location(s) from which the contractor provides 50% or more of the services. If the contractor provides 50% or more of the services from a location(s) in a Tier 1 jurisdiction(s) the contract will be a Tier 1 contract. If the contractor provides 50% or more of the services from a location(s) in a Tier 2 jurisdiction(s), the contract will be a Tier 2 contract. If the contractor provides more than 50% of the services from an out-of-state location, then the contract will be deemed to be a Tier 1 contract. The Offeror must identify in their Offer the location(s) from which services will be provided. Refer to Attachment G for further information. Version 2011.final Page 6 of 87

7 SECTION 2. SPECIFICATIONS and REQUIREMENTS 2.1. BACKGROUND: The University System of Maryland The University System of Maryland (USM), a public corporation and independent unit of the State of Maryland, is one of the State's most valuable assets and adds immeasurably to the quality of life in Maryland. The nation's 12th largest university system, the USM's network of 13 institutions enrolls nearly 130,000 students worldwide in 600 degree programs delivered in classrooms, laboratories, education centers, and online. The USM has a budget in excess of one billion dollars annually. The USM's nationally ranked programs, leading-edge research collaborations, and innovative business partnerships provide opportunities that support the USM mission and the goals of the USM Strategic Plan as they prepare students for both the promises and demands of the new century. For more information about the USM and its campuses see A principal mission of the University is development and education of its students. USM students are our primary customers and stakeholders PURPOSE AND SCOPE The purpose of this solicitation is to select multiple consulting firms capable of partnering with the University System of Maryland (USM) and its institutions/campuses to upgrade Enterprise Resource Planning (ERP) systems and to provide ongoing on-call services related to ERP systems. The primary, but not sole, emphasis is to implement and/or upgrade the Oracle/Peoplesoft Enterprise application software. However, the resulting contracts may also be used for adhoc consulting for a variety of technology organizational and system needs. In September 2000, ten of the eleven institutions within the USM licensed Peoplesoft administrative software and proceeded to implement that software in the core administrative functions for Human Resources, Financials, Student Administration, Contributor Relations, Grants Management and other significant areas. At this time, most of the ten institutions have met their implementation targets and are working with the software in production. However, the management of upgrades, implementation of additional software and integration of this software with other functions remain ongoing work at all ten institutions. This solicitation includes both long term partnering relationships for upgrades and for new implementations as well as limited, ad hoc consulting needs of short duration. The USM Institutions that have collaborated on this RFP are: Bowie State University (BSU) Coppin State University (CSU) Frostburg State University (FSU) Salisbury State University (SSU) Towson University (TU) University of Baltimore (UB) University of Maryland, Baltimore (UMB) University of Maryland, Batimore County (UMBC) University of Maryland Eastern Shore (UMES) Version 2011.final Page 7 of 87

8 University of Maryland University College (UMUC) University System of Maryland Office (USMO) Any campus or institution of the University System of Maryland (USM) may use the contracts awarded as a result of this RFP. (Note: The University of Maryland College Park (UMCP) is not a PeopleSoft ERP user, but may elect to utilize the resulting Master Contracts for other technical and functional consulting needs.) Participation by USM campuses and/or institutions in any PeopleSoft Implementation and consulting agreement is voluntary. USM institutions will not be required to procure IT consulting services exclusively from the selected vendor(s). The USM reserves the right to procure services from other sources when it is in the best interest of the USM and to do so without notice to vendor(s). The requirements of this solicitation represent the very diverse and complex needs of the USM. USM and its constituents will continue to modify and enhance its administration products. The awarded Contractors must be able to adapt to changing technology needs. The resulting Master Contracts may be modified at USM s sole discretion as technology needs and products evolve during the term of the contract INDEFINITE QUANTITY, INDEFINITE DELIVERY AWARD This Request For Proposals is intended to result in Master Contracts for indefinite quantity, indefinite delivery awards that will apply to all institutions using the contracts. The USM makes no guarantee that any specific amount of work or dollar commitment will be made after award of the contract. The USM reserves the right to make multiple awards and/or split awards as a result of this RFP. It is the USM s intent that several firms will be awarded indefinite delivery, indefinite quantity, contracts as a result of this RFP. Participating institutions will then award Task Order Contracts (TOC s) or issue purchase orders under the Master Contracts for specific scopes of works and/or projects as needs arise. Scopes of Work and/or Projects will be awarded on a task order by task order basis. Work may be done full time or part time, on a fixed fee basis, not-to-exceed fee basis, or Time and Materials Successful responding firms will be expected to be capable of supplying fully qualified individuals, typically with strong higher education experience, on relatively short notice from participating institutions Scope of Services The services required will include, but are not limited to, longer term partnering relationships for major implementations and/or upgrades including new module implementations for ERP Systems, primarily, but again not limited to, Oracle/PeopleSoft; and shorter term, adhoc engagements directed toward limited scope of work efforts for a variety of technological consulting needs. Responders to this solicitation may elect to respond for the entire scope of services, or for only a niche area of adhoc consulting (such as, but not limited to, IT Organization Consulting, IT Security Consulting, Functional User Technology Needs Assessments, etc.) Version 2011.final Page 8 of 87

9 Upgrades: Services will include long term (typically several months to one year or more) efforts to upgrade or enhance major components of the Oracle/Peoplesoft Enterprise ERP. Since all ten institutions have implemented PS in local environments, versions differ on each campus. All are on various version of 8.x and 9.x. See Exhibit A following this Section 2. Responders will provide consultants with significant experience in Oracle/PS Enterprise implementations and upgrades to assist current staff in completing the upgrade and enhancements with new technical/functionality of these and other modules. Responders may be asked to either provide on-site consultants or may propose the use of managed services (remote upgrade labs, hosting services, etc.) or any combination of these and other alternatives Managed Services: Services will be provided remotely such as upgrade labs, hosting services, legs/regs services, maintenance for unsupported products, etc Limited time, ad hoc consulting efforts: Services will focus on the shorter term (typically weeks to months) with specific contracts awarded. Scopes of Work (SOW) will typically be presented by the buying USM institution for isolated tasks of limited duration aimed at the resolution of one or more specified issues. These SOW s may cover either technical or functional areas. SOW s may cover processes that are part of a major upgrade or implementation or may deal with issues associated with other IT or functional user related areas, such as technology needs assessments, technology organization issues, training in technical and functional areas, etc. Tasks may range from purely technical to purely functional or a mixture of both. Task orders may be as short as a single day or may extend over months. Examples of a typical adhoc consulting effort might be: Provide a consultant for two weeks to assist on campus staff in the building of a particular PeopleSoft Student Admin/Campus Solutions data table. Provide specific help with database issues in either Oracle or MS SQL Server. Assist a functional unit on assessing its technology needs to improve its business processes; Conducting an assessment of the organizational structure of a technology or functional unit and making recommendations for service improvement to internal customers; 2.4 CONTRACT TERM The initial Master Contract term will be for a period of five years. The Contract term is expected to start in early July, 2011 and end June, Thereafter, the Contract may be extended, at the USM s sole option, on a month by month basis and/or annually for a cumulative total not to exceed an additional five (5) years. Any task order contract (TOC) or purchase order (PO) commencing during the term (or terms) of the Master Contract is to be completed under the terms and conditions of the Master Contract even if the TOC or PO extends beyond the term of the Master Contract term. Version 2011.final Page 9 of 87

10 2.5. PRICE INCREASES: It will be the responsibility of the contractor to request a price increase, if any, at least ninety (90) days prior to the end of each 12 month anniversary of the Contract Start Date. Any price increase not received by that time, will not be considered and pricing will remain as stated during the previous 12 month period. A price increase, if any, shall not exceed the Consumer Price Index ( CPI ) for All Urban Consumers as published by the US Department of Labor Statistics. For purposes of calculating the potential increase, the CPI to be used will be the index for twelve-month period ending at the previous calendar year. For example, if the contract term ends June 30, 2012, the price index for the twelve-month period ending December 2011 will be used. Statistics will be referenced as a cap for negotiable purposes only. The Contractor is not to assume that any price increase will be applied to yearly renewals. If a Contractor fails to request an increase in one year and does so in a subsequent year, increases will not be cumulative to include the year in which an increase was not requested General Scope of Work Firms will provide expert technical, functional and organizational consultants to work with USM Campuses and institution s in-house staff in accordance with the Task Order Request for Proposal (TORP) from the buying institution. Firms should have demonstrable knowledge and experience in higher education institutions IT applications, such as, but not limited to, Oracle PeopleSoft applications ( HRMS, Financials, Campus Solutions, Portal, CRM, UPK) processes and requirements. The specific tasks, required deliverables, and TORP process are described in detail below in Sections 2.9 and The USM staff is equipped to handle many systems management functions and applications development functions. However, the USM may choose to use the vendor s services for additional activities Participating Institutions Refer to Exhibit A following this Section 2 for a list of the USM institutions that have collaborated on this RFP. The table in this Exhibit shows the products and version that are currently being used at each institution. The USM does not guarantee that all institutions will make a contract or purchase order award after award of the RFP DEFINITIONS: Campus: Independent unit of the University System of Maryland. Contractor: An offeror that receives a Master Contract as a result of this RFP. Also see Master Contractor. ERP: Core application software for all administrative systems including but not limited to HR, Financials, Student administration, Grants Management, data warehousing, CRM and others. Institution: Organizational unit of the USM or other entity. Institution may be a USM campus, a research unit like the USM Center for Environmental Studies, a large but distinct unit Version 2011.final Page 10 of 87

11 of a campus (for example, UMES Department of Human Resources and IT department), a non- USM institution of higher education. Offeror: Responder. Person or firm that submits a Proposal in response to this RFP. Same as Master Contract: An Indefinite Delivery, Indefinite Quantity contract between the USM and a Master Contractor that set the terms and conditions of Contract agreements (like Task Order Contracts and Purchase Orders) but does not specify or guarantee any work or payment. Master Contractors are eligible to receive and/or compete for Task Orders or Scopes of Work. Master Contractor: Person or firm awarded a Master Contract as a result of this RFP. Master Contractors are eligible to receive or compete for Task Orders under the TORP process. Procurement Office: the Administrative office of each campus and/or Institution that is authorized to sign contracts on behalf of the Institution. Procurement Officer: Person authorized to sign contracts on behalf of the Institution. Responder: or Proposer. Person or firm that submits a Proposal in response to this RFP. Same as Offeror Task Order Request for Proposal (TORP). The process used to seek proposals for specific scopes of works or projects from awarded Master Contractor(s) that have been awarded Master Contracts under this RFP. Task Order or Task Order Contract: Written notice to a Master Contractor that has been awarded a specific scope of work or project under a Task Order Contract (TOC) or Purchase Order for work to be done under one or more Master Contracts that resulted from this RFP; The Task Order (TOC) authorizes the Master Contractor to perform work as specified in the Task Order Request for Proposal or Task Order Scope of Work. USM: University System of Maryland CONSULTING SERVICES REQUIRED The USM is seeking consulting partners, preferably with a minimum of 5 years experience in higher education technical and functional consulting, to provide ongoing on-call services related to ERP systems, such as, but not limited to Oracle/PeopleSoft Enterprise. The responders must be able to demonstrate significant levels of experience that will provide them with thorough grasp of both the applications and the higher education environment in which these applications are deployed. In addition to direct knowledge of the applications as they pertain to higher education, the responding firms must also evidence by their experiences a complete knowledge of process re-design, change management, web based services, enterprise wide project management, knowledge transfer techniques and training. Version 2011.final Page 11 of 87

12 Master Agreements will result from this solicitation with subsequent Task Order Agreements and/or Purchase Order agreements awarded on an Institution by Institution basis. Task Order Contracts or Purchase Order agreements will be awarded and signed by the Procurement Officer for each Institution Technical Requirements/Contractor s Obligations: Unless a specific Task Order Request states otherwise, the following Sections to are requirements of all engagements done under the resulting contracts. Specifics of each engagement may be altered by the Scope of Work and/or the USM Project Manager of the individual institution Project Review The Contractor shall meet with the University to fully understand the Scope of the Project and all other pertinent aspects of the project. The Contractor s staff is expected to be fully familiar with the scope documents. The Contractor shall become an integral part of the Project Team that will coordinate the development and progress of the project processes. The Contractor shall develop project procedures, in cooperation with the University, that will be used as a guide for the management and coordination of this project throughout the life of the project. Progress meetings will be held at an interval specified in the Scope of Work. These meetings are to be attended by the Contractor s Project Manager, and periodically by the Contractor s Project Executive to ensure that the prime contact person (Project Manager) and a back-up person are up-to-date at all times. In addition, the Contractor is expected to have its Functional Leads and Technical Leads and support personnel in attendance at select meetings based on the agenda items. There will be other special work sessions related to specific issues that are identified during the project, such as, but not limited to, internal work sessions related to a specific project matter with the University s Project Team to which the Contractor s Project Manager is expected to be in attendance. The intensity of such meetings will vary during the project. All proposing firms are to anticipate meetings weekly during the project. The Contractor s personnel are expected to review and be well versed in the Scope of Work; particularly, the Project Manager, Functional Experts, and Technical Lead. The Contractor is to have representatives at every meeting, presentation, etc. during the design phase; it is the University s expectation that this representative is the Project Manager (s). Version 2011.final Page 12 of 87

13 Business Process Engineering (BPE) related to the Application The Contractor shall, after a complete review of the current state of the application software and understanding of the intent of the University, provide business process recommendations to the University. All recommendations must be fully reviewed with the University and approved prior to implementation. The University views this as an ongoing process. The Contractor is expected, therefore, to be pro-active and participate on an ongoing basis relative to business processing ideas. BPE efforts shall result in an implementation design that is most effective long term operational costs relative to issues of business processing and best practices. The Contractor shall notify, in writing, the University upon observing any features in the design that appear to be ambiguous, confusing, conflicting or erroneous. The Contractor is to review with the University the format for tracking these BPE items at the onset of the project Schedule The Contractor shall utilize and maintain a University approved computer based software scheduling system (such as Microsoft Project), which will allow the Contractor to provide appropriately detailed phased schedules. The Contractor may also be asked to develop schedules related to project sequencing options. Scheduling software shall allow for integration of all aspects of the project processes and provide for coordination of all work to be performed. The scheduling software shall be capable of producing and coordinating logic developed network diagrams. Scheduling includes, but is not limited to, project activities and project resources. The scheduling software must define both of these in the schedule for the project. The schedule shall include a projection of all project phase activities to include Contractor staff and University staff (if applicable) loading throughout the phases of the project. It is intended that this schedule will be utilized throughout the project. The project schedule shall be sufficiently detailed to allow for a realistic projection of project activity sequences and durations. Updated schedules will be required at each progress meeting. The Contractor is to establish a detailed schedule for use during the project with the concurrence of the University. The Contractor is responsible to monitor this schedule during the project, insure that this schedule is maintained and advise the University of any deficiencies in adhering to this schedule by any party. The Contractor shall provide regular monitoring of the schedule as the project progresses, identify potential variances between scheduled and desired completion dates, review schedule for work not started or incomplete and take the action necessary to meet the required completion date. It is the Contractor s responsibility to meet the required project completion date(s) as noted in these solicitation documents. If the Contractor finds that action must be taken in order to meet Version 2011.final Page 13 of 87

14 this contractual responsibility, all costs associated with such action are the Contractor s responsibility within the fee unless a delay is attributable to the University. If the Contractor finds that the schedule has been impacted by an action or inaction on the part of the University, the Contractor must review the situation with the University and obtain a change order amendment for such work prior to taking any action which has a cost impact Project Control a. Project Staffing At the University s discretion, Contractor s staff may work remotely or be required to be onsite. -Unless stated otherwise in the University s SOW, the Contractor s representatives (either on-site and/or remote resources) shall manage the work of its own staff and any sub-contractors and coordinate the work with the activities and responsibilities of the University to complete the Project in accordance with the University's objectives. -The Contractor shall maintain a competent and adequate full-time staff approved by the University to coordinate and provide adequate direction of the work and to monitor progress of the Sub-Contractors on the Project at all times. -It is understood that the designated and approved Contractor representatives will remain on the job and in responsible charge as long as those persons remain employed by the Contractor, unless the University has reason to agree otherwise during the course of the project and a contract amendment is issued accordingly by the the University Procurement Office. The University may, at its sole discretion, request change of Contractor s personnel if deemed to be in the best interest of the Project. If such a request is made, Contractor is to work diligently in finding a suitable replacement in a timely manner. -Contractor must provide staffing at the University per the Scope Of Work. Travel (if required) by contractor s staff must be scheduled to accommodate the schedule mandated by the Scope Of Work, that is, contractor s personnel must plan their travel to allow for arrival at the University sufficiently early, and are not to leave the University until the time identified in the Scope Of Work, unless prior approval has been obtained from the University s Project Manager. b. Meetings The Contractor shall schedule and conduct regular weekly progress meetings, and as directed by the University, at which the University and other designated representatives, and the Contractor can discuss jointly such matters as progress, scheduling, and project-related problems. Version 2011.final Page 14 of 87

15 Agendas at these meetings are to include, but not be limited to, the development, review and updating of all phases of the project, including: Project Goals Roles and responsibilities of the Project Team Project Communications Plan Project Issues Tracking Procedure to include Issues Resolution Management Process and Project Plan and Milestones Project Schedule Project Plan Status Report Issues Tracking Log Quality Assurance Tasks/Testing Schedule Change Order Activity Risk Mitigation Plan -The Contractor shall distribute complete minutes of meetings to all attendees and others as directed by the University within three (3) days of such meetings (unless another interval is agreed to by the University). Representatives of the University may attend meetings and shall receive all notices and minutes of meetings. -The Contractor shall also conduct Executive Manager s meetings on a minimum of monthly or as requested by the University. The purpose of Executive Manager s meetings is to brief executive representatives of the University and the Contractor on the project s progress and issues. The monthly report (as defined in Reports below) is to be the basis for the discussion. The Executive Manager s meetings are to be attended by executive representatives of the University and the Contractor to discuss overall project matters and project procedures to insure that all parties are meeting their obligations to insure a successful project. The Contractor shall distribute complete minutes of Executive Manager s meetings to all attendees and others as directed by the University within three (3) days of such meetings (unless another interval is agreed to by the University.) c. Quality Assurance 1. The Contractor shall test the Work to guard the University against defects and deficiencies in the Work. He shall advise the University of any apparent variation and deviation from the intent of the Contract Documents and shall take the necessary action to correct such variations and deviations within the terms of the contract documents. The Contractor shall provide documentation of all quality assurance reports in a format agreed to by the University to the University Project Manager with the monthly report. 2. The University shall, in all cases, make final interpretation of the Contract Documents and rule on compliance of the Work. Version 2011.final Page 15 of 87

16 It is anticipated that personnel from the University Project Team will be involved in all testing, as well as review and approve all Test results. It is the responsibility of the Contractor to advise the University's Project Manager of scheduled tests with appropriate advance notice. d. Change in Scope 1. The University may make changes unilaterally, at any time, by written order (via a contract amendment) within the general scope of the work to be performed under the Contract. 2. The Contractor shall notify the University in writing with detailed cost supportive data if any apparent change in scope or design will require a change in the fee. 3. It is understood and agreed that refinement and detailing may be accomplished from time to time with respect to the project plan and specifications. No adjustment in the fee or the Scheduled Completion Date shall be made unless such refinement or detailing results in changes in the scope and/or design of the Project, as determined by the University. Nothing herein shall be construed to preclude the University from ordering minor changes in the Work not involving increases in cost, consistent with the intent of the Contract Documents. 4. No change order expenditures can be made against this contract without written approval by the University's designated representative via the issuance of a contract amendment to the contract by the University's Procurement Office. 5. Should a substantial scope change occur, the University would consider an equitable adjustment to the fee, based at the same hourly rates in the original fee proposal. Such consideration is the sole determination of the University. 6. For changes to the scope of the project, the request is to be submitted to the Institutional Project Manager. The University will review the Contractor s analysis and cost data and advise the Contractor of their findings. The University and Contractor shall reach mutual agreement on the nature of the subject change and upon the University's direction eliminate the circumstances of the change or negotiate a mutually agreed cost change to be made to the fee. e. Project Documents The Contractor shall maintain at the Project site, on a current basis, records of all necessary documents and revisions thereto which arise out of the contract or the Work. f. Contract Close Out 1. The Contractor is required to assign a staff person, at the appropriate time, to handle project close out activities, which includes preparation of all knowledge transfer Version 2011.final Page 16 of 87

17 g. Reports documents, record of customizations, training manuals and materials, maintenance items, lessons learned, etc. The Contractor is responsible for compliance with all Contract Close Out items per the Contract Documents. He shall obtain data from Sub Contractors and maintain a current set of records. 2. The Contractor is to work closely with the University Procurement Office to complete the procedures and schedule for Contract Close Out and the contractual obligations therein. 3. At the completion of the Project, and before final payment, the Contractor shall deliver all such records to the University. 1. In addition to the weekly progress meeting minutes, the Contractor shall provide to the University on a monthly basis or at the University's request, a written report inclusive of the items noted below. The report must be in a format acceptable to the University. 2. The monthly report by the Contractor is to include the items noted below. - Project Status: Overall summary of the project status to date for the Project inclusive of information on any Sub Contractors' Work and the percentage of completion for the Project. - Schedule: Revised project schedules with a summary statement as to the status of the Project. - Change Order: A summary statement as to the status of change orders for the Project inclusive of potential change orders, approved change order and rejected/voided change orders as well as change order, which require the University's immediate attention. - Deliverables: A summary statement as to the status of deliverables for the Project inclusive of items requiring the University s immediate attention. - Quality Assurance: A summary statement as to the status of quality control/testing for the Project including, but not limited to, number and type of tests performed, overall project quality to date, and recommendations. -Personnel Status Reports: A status report with Project Name, Purchase Order #, Status Report Start & End date, Consultant Name, Actual Task Hours for Reporting Period, Actual Amount of Task Charges for the period. Status Report hours and dollars are to be reconciled with the Invoice for the status period. Invoice for the status period is tracked against the budgeted amount for the Version 2011.final Page 17 of 87

18 project. This reporting assures compliance with USM & Legislative Audit requirements. Unless stated otherwise in a Task Order Contract, Consultants shall submit biweekly timesheets of the hours worked and bi-weekly status reports of work accomplished ot the USM Project Manager or his/her designee for approval and sign-off for billing approval. - Issues Log A summary of the project issues including description of the issue, party responsible for resolving the issue, status of the issue, impact on the project, recommendations for resolution, and deadline for key decisions. h. Separate Contracts Without invalidating the relationships with the Contractor, the University reserves the right to let other contracts in connection with the project, the work under which shall proceed simultaneously with the execution of the Contractor's work. The Contractor shall afford other separate contractors reasonable opportunity for the execution of their work and the Contractor shall take all reasonable action to coordinate his work with theirs. If the work performed by the separate contractor is defective or so performed as to prevent the Contractor from carrying out his work according to the plans and specifications, the Contractor shall immediately notify the University upon discovering such conditions. i. Functional Support: Functional support services will include but are not limited to supplying resources with expertise in system functionality as well as assistance and guidance in applying the University business rules to software upgrades. Support services in this category may also include: Fit-gap analysis related to the Implementation or Upgrade Analysis of customizations, development of customizations and retrofits Configuration Assistance in developing and automating test cases Test execution and evaluation Document preparation Knowledge transfer Data validation j. Technical Support: The Contractor will be expected to provide a full range of resources in support of the University s upgrade effort at a module and sub-module level. Services in this category will include but are not limited to: Application programming use of Oracle/PeopleSoft tools, Query, n/vision, SQL/SQR, Java, Crystal, Brio, XML Publisher, other report programs and COBOL; Prototyping and building scripts Table Set up and Loading Data mapping/conversion and migration Version 2011.final Page 18 of 87

19 Oracle database administration System testing and evaluation Standards and documentation creation; and Server configuration consulting Escalation Assistance k. Project Management Services: Services in this category will include but are not limited to the following: Collaboration with the University's project teams in the development and maintenance of a comprehensive upgrade plan and supplying project management tools and/or updating the Project Plan Template and other applicable project management tools to meet the University's specific needs. The Contractor will be expected to work with the University and conform to its methodology. Project-support services will include but are not limited to assistance in project schedule development, task identification, management, and tracking. Contractors will be expected to help project team leaders strategize, plan, conduct group meetings, and ensure effective team dynamics in execution of project plan steps. l. Training Services: Services in this category will include but are not limited to the following: Conduct training needs assessment (strategy, plan, processes, schedule, etc.) for project team and end users. Develop, document, update, and maintain course contents, (manuals, exercises, handouts, etc.). Developing training methodology DEFINITION OF PERSONNEL REQUIREMENTS a. Project Manager - Use their project management expertise and experience in conjunction with their fundamental understanding of the PeopleSoft Applications and PeopleTools to evaluate project task schedules and manage the overall implementation to successful completion for all modules and sub-modules. This position will manage and coordinate the other selected offerors. Each Institution may have one Campus Project Manager to coordinate the institutional implementation with the overall project management of the coalition efforts through the USM Project Director (Manager) b. Quality Assurance - Works with Database Administrators and Business Analysts to determine overall quality and testing plans for the project deliverables. c. System Administrators - Design, implement, and maintain security. Version 2011.final Page 19 of 87

20 d. System Architect - Use their fundamental understanding of the application, PeopleTools and available technologies to evaluate and design the technical solutions for the organization. e. Database Administrators - Manage the database by understanding how security is set up and the impact of system customizations, upgrades, and database maintenance. f. Business Analyst - Analyze strategic business requirements, map data from existing systems to PeopleSoft, and develop best business practices. g. Module Lead - Assures system design, conversion of data, customizations, development of interfaces, and upgrades are maintained across business processes. h. Programmer Analysts - Focus on conversion of data, system customization, development of interfaces and upgrades. Write queries and customize reports. i. Functional Lead Provides liaison to functional user community and provides understanding of functional business requirements j. Technical Lead Provides the technical skills required to implement, modify and operate software in support of functional requirements k. Upgrade Specialist has significant experience in the upgrade of software from old to new versions l. Upgrade Lab Technician -Can provide full service upgrade capability with minimal involvement by local technical staff, if so desired by institution. m. Trainer can train University staff in a variety of technical and functional areas n. Organizational Consultant has significant experience in providing a variety of organizational consulting services related to technical and functional units within a large organization or institution The USM expects its staff to play a very significant role in the implementation of the PeopleSoft modules and sub-modules. It is expected that the conversion of existing legacy data and development of interfaces to/from existing USM and State systems will be the responsibility of the USM staff. Offeror s expertise and guidance will be heavily relied upon in establishing, tracking, and successfully completing detailed tasks associated with upgrades and maintenance IMPLEMENTATION: Award of Projects: As a need arises in a participating institution, the University will be contact one of more of the Master Contractors using the following Task Order Request for Proposals process (TORP). Version 2011.final Page 20 of 87

21 As well, the University may designate any TORP as a Small Business Reserve TORP, whereby only those On-Call ERP/IT Contractors who are Small Businesses as defined by the State of Maryland will be asked to respond. Projects may be awarded on a task order by task order basis as a) fixed lump sum price; b) Not to exceed price; or c) time and material basis TORP Scope of Work and Proposals: The task order proposal process will be handled as follows: (1) The buying institution s applicable institutional staff will (i) prepare a written scope of work for the particular project inclusive (at a minimum) of: implementation time frame/schedule; scope of services required including hours of operation; and (ii) conduct a pre-proposal meeting, if applicable, with one or more of the awarded Contractors The Contractor or Contractors will provide to the University a Task Order Proposal for services for the specified project in accordance with the TORP issued by the applicable University institution. Proposals may be requested to include, but are not limited to, the following: a. Names of the ERP/IT Contracting firm's personnel who will staff the project inclusive of position and applicable background/resume and references. b. Project plan and approach to providing the services; c. A statement committing to the required time frame to complete the work in accordance with the University's scope d. Quoted 1) lump sum fee or 2) not-to-exceed price or 3) time and material (dependent on the requirements within the University's scope of services) with a breakdown by position, task hours for each, and billable hourly rate (ERP/IT firm are required to use the quoted hourly rates established and specified in their contract with the University.) and, e. A statement indicating the MBE percentage commitment for the project (Note: The contract has a 10% MBE goal.) Version 2011.final Page 21 of 87

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL # 90940 FOR COMPREHENSIVE CALL CENTER MANAGEMENT SERVICES

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL # 90940 FOR COMPREHENSIVE CALL CENTER MANAGEMENT SERVICES UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL # 90940 FOR COMPREHENSIVE CALL CENTER MANAGEMENT SERVICES ISSUE DATE: MARCH 15, 2011 SIGNIFICANT MILESTONES TIME: DATE Last Day for Questions

More information

Marketing Automation Tool

Marketing Automation Tool UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL 90999 for Marketing Automation Tool ISSUE DATE: 03-08-2012 SIGNIFICANT MILESTONES TIME: DATE Last Day for Questions 4 PM 03-21-2012 Proposal

More information

MARYLAND EDUCATIONAL ENTERPRISE CONSORTIUM (MEEC)

MARYLAND EDUCATIONAL ENTERPRISE CONSORTIUM (MEEC) MARYLAND EDUCATIONAL ENTERPRISE CONSORTIUM (MEEC) REQUEST FOR PROPOSAL # 91372 FOR INFORMATION TECHNOLOGY (IT) PROFESSIONAL CONSULTING SERVICES PRIMARILY ENTERPRISE RESOURCE PLANNING INCLUDING CLOUD BASED

More information

Request for Proposal Business & Financial Services Department

Request for Proposal Business & Financial Services Department Request for Proposal Business & Financial Services Department CONTRACT 5118 P Enterprise Project Management Solution Design and Implementation 1. Introduction 1.1 The City of Richmond (the City ) proposes

More information

LEARNING MANAGEMENT SYSTEMS (LMS) MASTER AGREEMENTS #90936 ORIENTATION MAY 17, 2012

LEARNING MANAGEMENT SYSTEMS (LMS) MASTER AGREEMENTS #90936 ORIENTATION MAY 17, 2012 LEARNING MANAGEMENT SYSTEMS (LMS) MASTER AGREEMENTS #90936 ORIENTATION MAY 17, 2012 Presenter: Valerie Rolandelli, AVP of Strategic Contracting, UMUC 301-985-7895 V alerie.rolandelli@umuc.edu Agenda Executive

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City 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 information

CITY 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. 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 information

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

More information

RFP-00118 ADDENDUM NO. 1

RFP-00118 ADDENDUM NO. 1 INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,

More information

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE IT QUALITY ASSURANCE TESTING SERVICES FOR UMUC S OFFICE OF INFORMATION TECHNOLOGY

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE IT QUALITY ASSURANCE TESTING SERVICES FOR UMUC S OFFICE OF INFORMATION TECHNOLOGY UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL #91295 FOR IT QUALITY ASSURANCE TESTING SERVICES FOR UMUC S OFFICE OF INFORMATION TECHNOLOGY ISSUE DATE: MARCH 27, 2015 IMPORTANT NOTE: Prospective

More information

City of Powell Request for Proposals for a Total Compensation Survey

City of Powell Request for Proposals for a Total Compensation Survey City of Powell Request for Proposals for a Total Compensation Survey Section I The City of Powell is soliciting proposals from qualified consulting firms, experienced in the development of a job evaluation

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

REQUEST FOR PROPOSAL

REQUEST 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 information

DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS

DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS Issue Date: July 10, 2015 RFP: LFCC-F-18161AE Title: Virginia Community College System Lord Fairfax Community College, Fauquier Campus Construct Academic

More information

REQUEST FOR PROPOSAL FOR ON-CALL INDUSTRIAL HYGIENE MONITORING AND ENVIRONMENTAL ASSESSMENT CONTRACTING UNIVERSITY OF MARYLAND, BALTIMORE COUNTY

REQUEST FOR PROPOSAL FOR ON-CALL INDUSTRIAL HYGIENE MONITORING AND ENVIRONMENTAL ASSESSMENT CONTRACTING UNIVERSITY OF MARYLAND, BALTIMORE COUNTY REQUEST FOR PROPOSAL FOR ON-CALL INDUSTRIAL HYGIENE MONITORING AND ENVIRONMENTAL ASSESSMENT CONTRACTING AT THE UNIVERSITY OF MARYLAND, BALTIMORE COUNTY RFP# BC-20761-R ISSUE DATE: September 22. 2011 PRE-PROPOSAL

More information

Audit Management Software Solution

Audit Management Software Solution 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of

More information

Prosecutorial Case Management System Maintenance/Enhancement Support Services. Request for Proposal: RFP # 7549208

Prosecutorial Case Management System Maintenance/Enhancement Support Services. Request for Proposal: RFP # 7549208 RFP # 7549208 Solicitation Information December 12, 2014 TITLE: Prosecutorial Case Management System Maintenance/Enhancement Support Services Submission Deadline: Wednesday, January 14, 2015 at 2:00 PM

More information

TOWN OF WARREN, RI REQUEST FOR PROPOSAL FOR PAYROLL SERVICES. DUE DATE: June 30, 2010

TOWN OF WARREN, RI REQUEST FOR PROPOSAL FOR PAYROLL SERVICES. DUE DATE: June 30, 2010 TOWN OF WARREN, RI REQUEST FOR PROPOSAL FOR PAYROLL SERVICES DUE DATE: June 30, 2010 1.0 GENERAL INFORMATION A. Definitions: The following words as used in this document shall have the meanings ascribed

More information

Infrastructure Technical Support Services. Request for Proposal

Infrastructure 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 information

REQUEST FOR PROPOSAL: GIS MANAGEMENT AND DESIGN SUPPORT: FOR UTILITY SERVICES OCTOBER 21, 2011 CITY OF ALEXANDRIA DIVISIONS OF FINANCE AND UTILITIES

REQUEST FOR PROPOSAL: GIS MANAGEMENT AND DESIGN SUPPORT: FOR UTILITY SERVICES OCTOBER 21, 2011 CITY OF ALEXANDRIA DIVISIONS OF FINANCE AND UTILITIES REQUEST FOR PROPOSAL: GIS MANAGEMENT AND DESIGN SUPPORT: FOR UTILITY SERVICES OCTOBER 21, 2011 CITY OF ALEXANDRIA DIVISIONS OF FINANCE AND UTILITIES Table of Contents 1 Introduction...2 1.1 Overview...

More information

State Health Benefit Plan Procurement Policy

State 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 information

All Shortlisted Proposers following the initial technical evaluation. RFP 91358 Document Management Solution Addendum #1 dated 10/29/2015

All Shortlisted Proposers following the initial technical evaluation. RFP 91358 Document Management Solution Addendum #1 dated 10/29/2015 DATE: October 29, 2015 TO: FROM: RE: All Shortlisted Proposers following the initial technical evaluation Valerie Rolandelli Associate Vice President 301-985-7895 RFP 91358 Document Management Solution

More information

Request for Proposal Environmental Management Software

Request 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 information

Enterprise Scheduler Rev. 0 Bid #24078582. Scope of Work

Enterprise Scheduler Rev. 0 Bid #24078582. Scope of Work Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of Work / Specifications IV. Terms and Conditions - Special V. Appendices to Scope of Work (if required) VI. Bidding Schedule

More information

Request for Proposals IT INFRASTRUCTURE MODERNIZATION

Request 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 information

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

UTAH 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 information

REQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM. SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET)

REQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM. SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET) REQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET) PRE-BID CONFERENCE: NO YES Mandatory: NO YES: Any vendor who

More information

GALVESTON 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 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 information

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:

Issue 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

MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET UCC and CPC MDOS Letters to FileNet PROJECT MANAGER STATEMENT OF WORK (SOW)

MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET UCC and CPC MDOS Letters to FileNet PROJECT MANAGER STATEMENT OF WORK (SOW) MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET UCC and CPC MDOS Letters to FileNet PROJECT MANAGER STATEMENT OF WORK (SOW) A Pre-Qualification Program was developed to provide a mechanism for

More information

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

CITY 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 information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST 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 information

REQUEST FOR PROPOSALS FOR SERVICES FOR THE IMPLEMENTATION OF STRATEGIC SOURCING CONCEPTS ISSUING OFFICE PENNSYLVANIA TURNPIKE COMMISSION

REQUEST FOR PROPOSALS FOR SERVICES FOR THE IMPLEMENTATION OF STRATEGIC SOURCING CONCEPTS ISSUING OFFICE PENNSYLVANIA TURNPIKE COMMISSION REQUEST FOR PROPOSALS FOR SERVICES FOR THE IMPLEMENTATION OF STRATEGIC SOURCING CONCEPTS ISSUING OFFICE PENNSYLVANIA TURNPIKE COMMISSION ADMINISTRATION DEPARTMENT RFP NUMBER 07-151-3592 DATE OF ISSUANCE

More information

CITY 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 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 information

Request for Resume (RFR) CATS+ Master Contract All Master Contract Provisions Apply. Section 1 General Information

Request for Resume (RFR) CATS+ Master Contract All Master Contract Provisions Apply. Section 1 General Information Section 1 General Information RFR Number: (Reference BPO Number) Functional Area (Enter One Only) F50B5400042 FA 2- Web and Internet Systems Labor Category/s A single support staff or support groups of

More information

RFP Milestones, Instructions, and Information

RFP 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 information

REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES

REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES July 25, 2012 I. INTRODUCTION The Corporation for Public Broadcasting (CPB) is interested in selecting an experienced firm specializing in benefit

More information

APPALCART REQUEST FOR PROPOSAL

APPALCART REQUEST FOR PROPOSAL APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight

More information

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive Jacobs Contract performance Tracking spreadsheet = Excellent 2 = Meets performance standards 1 = Improvement needed 0= Unsatisfactory Report for the time period: Annual report 210 Total average score 2.86

More information

MARYLAND EDUCATIONAL ENTERPRISE CONSORTIUM (MEEC)

MARYLAND EDUCATIONAL ENTERPRISE CONSORTIUM (MEEC) MARYLAND EDUCATIONAL ENTERPRISE CONSORTIUM (MEEC) REQUEST FOR PROPOSAL # 90809 HELP DESK SERVICES ISSUE DATE: May 15, 2009 ISSUING OFFICE: UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE 3501 University Boulevard

More information

REQUEST FOR PROPOSAL (RFP) BID# 7547367 UPGRADE EXISTING NEXTGEN ELECTRONIC MEDICAL RECORDS SYSTEM (EMR/EPM/EDR/KPM)

REQUEST FOR PROPOSAL (RFP) BID# 7547367 UPGRADE EXISTING NEXTGEN ELECTRONIC MEDICAL RECORDS SYSTEM (EMR/EPM/EDR/KPM) REQUEST FOR PROPOSAL (RFP) BID# 7547367 UPGRADE EXISTING NEXTGEN ELECTRONIC MEDICAL RECORDS SYSTEM (EMR/EPM/EDR/KPM) SUBMISSION DEADLINE: Wednesday, January 15, 2014 at 11:00 AM (ET) PRE-BID CONFERENCE:

More information

Request for Proposals

Request for Proposals Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from

More information

Request for Proposal Permitting Software

Request 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 information

Solicitation Information 10 May 2012

Solicitation Information 10 May 2012 Solicitation Information 10 May 2012 RFP # 7449715 Title: Service Desk Software Submission Deadline: 13 June 2012 @ 11:00 AM (Eastern Time) Questions concerning this solicitation must be received by the

More information

Request for Resumes (RFR) CATS II Master Contract. All Master Contract Provisions Apply

Request for Resumes (RFR) CATS II Master Contract. All Master Contract Provisions Apply Section 1 General Information RFR Number: (ADPICS PO Number) Functional Area (Enter One Only) N00B1400375 Functional Area 10 IT Management Consulting Services Position Title/s or Service Type/s (Short

More information

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE MUTLI-FACTOR STUDENT AUTHENTICATION PRODUCTS AND SERVICES

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE MUTLI-FACTOR STUDENT AUTHENTICATION PRODUCTS AND SERVICES UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL # 91029 FOR MUTLI-FACTOR STUDENT AUTHENTICATION PRODUCTS AND SERVICES ISSUE DATE: AUGUST 13, 2012 IMPORTANT NOTE: Prospective proposers who

More information

Consulting and Technical Services (CATS) Task Order Request for Proposals (TORFP)

Consulting and Technical Services (CATS) Task Order Request for Proposals (TORFP) Consulting and Technical Services (CATS) Task Order Request for Proposals (TORFP) DEPARTMENT OF INFORMATION TECHNLOGY CENTRAL COLLECTIONS UNIT S (CCU) COLUMBIA ULTIMATE BUSINESS SYSTEM (CUBS) MODERNIZATION

More information

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part

More information

HACC 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 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 information

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1.

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1. Request for Proposal Finance and Corporate Services Department 5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain 1. Introduction 1.1 The City of Richmond (the City

More information

Submission Deadline: 28 Dec 11 @ 11:30 AM (Eastern Time)

Submission Deadline: 28 Dec 11 @ 11:30 AM (Eastern Time) Letter of Interest # 7449271 Title: Single Sign-on Solution (RIDE) Solicitation Information 28 Nov 11 Submission Deadline: 28 Dec 11 @ 11:30 AM (Eastern Time) Pre-Submission Conference: No Questions concerning

More information

Chapter 15. Competitive Negotiation: Evaluating Proposals

Chapter 15. Competitive Negotiation: Evaluating Proposals Chapter 15. Competitive Negotiation: Evaluating Proposals Summary This chapter describes the steps to be taken in order to properly evaluate each proposal received in response to an RFP. Essential Information

More information

CONSULTING AND TECHNICAL SERVICES II (CATS II) ELECTRONIC DOCUMENT MANAGEMENT ANALYSIS PROJECT FOR ENTERPRISE COMPLAINT TRACKING SYSTEM (ECTS)

CONSULTING AND TECHNICAL SERVICES II (CATS II) ELECTRONIC DOCUMENT MANAGEMENT ANALYSIS PROJECT FOR ENTERPRISE COMPLAINT TRACKING SYSTEM (ECTS) CONSULTING AND TECHNICAL SERVICES II (CATS II) TASK ORDER REQUEST FOR PROPOSALS (TORFP) ELECTRONIC DOCUMENT MANAGEMENT ANALYSIS PROJECT FOR ENTERPRISE COMPLAINT TRACKING SYSTEM (ECTS) CATS II TORFP # D80B3400002

More information

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL # 90958 FOR RECRUITMENT PROCESS OUTSOURCING SERVICES

UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL # 90958 FOR RECRUITMENT PROCESS OUTSOURCING SERVICES UNIVERSITY OF MARYLAND UNIVERSITY COLLEGE REQUEST FOR PROPOSAL # 90958 FOR RECRUITMENT PROCESS OUTSOURCING SERVICES ISSUE DATE: SEPTEMBER 7, 2011 SIGNIFICANT MILESTONES TIME: DATE Last Day for Questions

More information

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com

Closing 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 information

CAP CONSULTING SERVICES AGREEMENT

CAP CONSULTING SERVICES AGREEMENT CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,

More information

Kuali Coeus and InfoEd Reporting Rev. 0 RFP #32772360. Scope of Work

Kuali Coeus and InfoEd Reporting Rev. 0 RFP #32772360. Scope of Work 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of Work / Specifications

More information

Request for Proposals

Request for Proposals Request for Proposals Title: RFP #: 2010-HR-001 Issue Date: January 4, 2010 Due Date/Time: January 28, 2010 2 p.m. Issuing Agency: Harnett County Human Resources Department 102 E. Front Street P.O. Box

More information

Enterprise Content Management Consultant

Enterprise Content Management Consultant Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December

More information

HACC 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 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 information

REQUEST FOR PROPOSAL NO. RFP09502 FOR WEBSITE REFRESH FOR SEATTLE PUBLIC SCHOOLS

REQUEST 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 information

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING

REQUEST 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 information

SEALED BID REQUEST FOR INFORMATION

SEALED BID REQUEST FOR INFORMATION Department of Buildings and General Services Purchasing & Contract Administration 10 Baldwin St. Agency of Administration Montpelier VT 05633 [phone] 802-828-2210 [Fax] 802-828-2222 www.bgs.state.vt.us

More information

Solicitation Information February 26, 2016

Solicitation 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 information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

Business Intelligence Data Analyst

Business Intelligence Data Analyst Business Intelligence Data Analyst REQUEST FOR QUOTATION Minority Business Enterprise (MBE) ONLY State Term Schedule Page 1 of 12 Table of Contents INTRODUCTION AND BACKGROUND...3 PURPOSE OF THE REQUEST

More information

State 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 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 information

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation

More information

CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE

CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE STATE OF IDAHO DEPARTMENT OF ADMINISTRATION DIVISION OF PURCHASING REVISED 01 01 14 Table of Contents I. Purpose... 1 II. Overview of Contract Management and

More information

TOWN OF STRATFORD PURCHASING DEPARTMENT STRATFORD, CONNECTICUT REQUEST FOR PROPOSAL. Subject: Payroll Processing Services for Stratford Library

TOWN OF STRATFORD PURCHASING DEPARTMENT STRATFORD, CONNECTICUT REQUEST FOR PROPOSAL. Subject: Payroll Processing Services for Stratford Library TOWN OF STRATFORD PURCHASING DEPARTMENT STRATFORD, CONNECTICUT REQUEST FOR PROPOSAL RFP No. 2014-027 Issued: March 24, 2014 Subject: Payroll Processing Services for Stratford Library The Town of Stratford

More information

REQUEST FOR PROPOSALS Technical Assistance - Networking Systems. April 26, 2013 LEGISLATIVE FINANCE COMMITTEE 325 DON GASPAR, SUITE 101

REQUEST FOR PROPOSALS Technical Assistance - Networking Systems. April 26, 2013 LEGISLATIVE FINANCE COMMITTEE 325 DON GASPAR, SUITE 101 REQUEST FOR PROPOSALS Technical Assistance - Networking Systems April 26, 2013 LEGISLATIVE FINANCE COMMITTEE 325 DON GASPAR, SUITE 101 SANTA FE, NEW MEXICO 87501 (505) 986-4550 I. INTRODUCTION A. BACKGROUND

More information

Request for Proposals

Request for Proposals Request for Proposals Procurement of a Utility Billing System Issue date: September 14, 2015 Owner: City of Evans 1100 37 th Street Evans, CO 80634 Page 1 of 12 Table of Contents I. Introduction 3 II.

More information

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION REQUEST FOR PROPOSALS RFP No. 14-01-11 Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION Proposals will be received on or before 2:00 pm local time Wednesday, February 19, 2014

More information

PART I GENERAL INFORMATION FOR VENDORS

PART I GENERAL INFORMATION FOR VENDORS PART I GENERAL INFORMATION FOR VENDORS I.1. Purpose This request for proposal (RFP) provides interested vendors with sufficient information to enable them to prepare and submit proposals for consideration

More information

MARKETING AND ADVERTISING SERVICES REQUEST FOR PROPOSAL # 91015 UMUC MARKETING AND ADVERTISING INFORMATIONAL BACKGROUND

MARKETING AND ADVERTISING SERVICES REQUEST FOR PROPOSAL # 91015 UMUC MARKETING AND ADVERTISING INFORMATIONAL BACKGROUND MARKETING AND ADVERTISING SERVICES REQUEST FOR PROPOSAL # 91015 UMUC MARKETING AND ADVERTISING INFORMATIONAL BACKGROUND July 10, 2012 1 1 Agenda I. Introduction/Solicitation Schedule/General Information

More information

TITLE 135 LEGISLATIVE RULE WEST VIRGINIA COUNCIL FOR COMMUNITY AND TECHNICAL COLLEGE EDUCATION

TITLE 135 LEGISLATIVE RULE WEST VIRGINIA COUNCIL FOR COMMUNITY AND TECHNICAL COLLEGE EDUCATION TITLE 135 LEGISLATIVE RULE WEST VIRGINIA COUNCIL FOR COMMUNITY AND TECHNICAL COLLEGE EDUCATION SERIES 35 CORRESPONDENCE, BUSINESS, OCCUPATIONAL, and TRADE SCHOOLS SECTION 1. GENERAL 1.1 Scope - Rule regarding

More information

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,

More information

CHAPTER 23. Contract Management and Administration

CHAPTER 23. Contract Management and Administration Date Issued: June 12, 2009 Date Last Revised: September 28, 2015 CHAPTER 23. Contract Management and Administration Table of Contents CHAPTER 23. Contract Management and Administration... 23-1 23.1 Policy...

More information

Senior Security Analyst

Senior Security Analyst Senior Security Analyst REQUEST FOR QUOTATION Minority Business Enterprise (MBE) ONLY State Term Schedule Page 1 of 13 Table of Contents INTRODUCTION AND BACKGROUND...3 PURPOSE OF THE REQUEST FOR QUOTATION...3

More information

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY I. Introduction SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Contract Lifecycle Management System and Services Issuance Date: September 10, 2015 Response Deadline: October 9, 2015

More information

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

REQUEST 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 information

HACC, Central Pennsylvania s Community College Harrisburg, Pa.

HACC, 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 information

Consulting and Technical Services (CATS) Task Order Request for Proposals (TORFP)

Consulting and Technical Services (CATS) Task Order Request for Proposals (TORFP) Consulting and Technical Services (CATS) Task Order Request for Proposals (TORFP) MARYLAND DEPARTMENT OF THE ENVIRONMENT OFFICE OF INFORMATION TECHNOLOGY WEB REVAMP PROJECT PROJECT MANAGEMENT SUPPORT SERVICES

More information

Request for Proposal. Contract Management Software

Request for Proposal. Contract Management Software Request for Proposal Contract Management Software Ogden City Information Technology Division RETURN TO: Ogden City Purchasing Agent 2549 Washington Blvd., Suite 510 Ogden, Utah 84401 Attn: Sandy Poll 1

More information

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration

More information

Document Management System Request for Proposals April 22, 2013

Document Management System Request for Proposals April 22, 2013 FINANCE DEPARTMENT Office (402) 562-4231 Fax (402) 563-1380 Document Management System Request for Proposals April 22, 2013 Overview: The City of Columbus, Nebraska (hereafter referred to as City ) is

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

Amendment 3: HRIS/Payroll only

Amendment 3: HRIS/Payroll only 0. December 8, 2014 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS for Enterprise Resource Planning (ERP) Services Amendment 3: HRIS/Payroll only

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Subject: Due Date/Time: Submit To: Financial Management & Utility Billing Software March 28, 201412:00 pm Eastern Standard Time Chris Wilson Village of Beverly Hills 18500 W

More information

Issue Date: June 22, 2011 Due Date: July 22, 2011 @ 4:00p.m.

Issue Date: June 22, 2011 Due Date: July 22, 2011 @ 4:00p.m. RFPFORPAYMENTPROCESSING SOLUTION IssueDate: June22,2011 DueDate: July22,2011@4:00p.m. Public Utility District No.1 of Cowlitz County Washington (Cowlitz PUD) REQUEST FOR PROPOSALS Payment Processing Solution

More information

March 26, 2013 ADDENDUM NO. 1. RFP #MWJ1304 PeopleSoft Campus Solutions Implementation Project Office of Information Technology

March 26, 2013 ADDENDUM NO. 1. RFP #MWJ1304 PeopleSoft Campus Solutions Implementation Project Office of Information Technology March 26, 2013 ADDENDUM NO. 1 RFP #MWJ1304 PeopleSoft Campus Solutions Implementation Project Office of Information Technology All proposals are due Monday, April 1, 2013, by 12:00 p.m. to: City Colleges

More information

UNO 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 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 information

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI - FUNCTIONAL CONSULTANT TO LEAD THE IMPLEMENTATION OF THE PURCHASE REQUISITION MODULE IN THE PEOPLESOFT 9.0 FINANCIALS AND SUPPLY CHAIN PRODUCT.

More information

PENELOPE SUPPORT SERVICE Athena Software Effective Date: May 13, 2015

PENELOPE SUPPORT SERVICE Athena Software Effective Date: May 13, 2015 PENELOPE SUPPORT SERVICE Athena Software Effective Date: May 13, 2015 This Agreement is provided in addition to the Order Form addendum which accompanies it and, governs the purchase and delivery of the

More information

Lawrence Livermore National Laboratory

Lawrence Livermore National Laboratory Lawrence Livermore National Laboratory Supply Chain Management Department Attention: To All Offerors June 16, 2016 Subject: Request for Proposal (RFP) Number B617524 Lawrence Livermore National Security,

More information

Policy Number: 3-803 Policy Name: Bidding and Source Selection Procedures

Policy Number: 3-803 Policy Name: Bidding and Source Selection Procedures Page 1 3-803 Bidding and Source Selection Procedures A. Definitions In ABOR Policies 3-803 (Bidding and Source Selection Procedures) and 3-804 (Professional Services and Construction Services Procurement):

More information

Request for Proposals for Purple Line Public-Private Partnership Transaction Advisor Maryland Economic Development Corporation April 26, 2013

Request for Proposals for Purple Line Public-Private Partnership Transaction Advisor Maryland Economic Development Corporation April 26, 2013 Request for Proposals for Purple Line Public-Private Partnership Transaction Advisor Maryland Economic Development Corporation April 26, 2013 Prospective offerors are invited to submit proposals in accordance

More information

Request for Proposals: Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System

Request for Proposals: Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System : Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System Issue Date: March 6, 2015 Due Date and Time: April 2, 2015 / 12:00 PM Eastern Time Receipt Location: Sussex County

More information

211 LA County. Technology Infrastructure Assessment. Request for Proposals. August 2012 Request for Proposals- 211 LA County 1

211 LA County. Technology Infrastructure Assessment. Request for Proposals. August 2012 Request for Proposals- 211 LA County 1 211 LA County Technology Infrastructure Assessment Request for Proposals August 2012 Request for Proposals- 211 LA County 1 1. General conditions and proposers directions 1.1. Overview 1.1.1. 211 LA County

More information

Implementation Consulting

Implementation Consulting Implementation Consulting Service Description Document August 2009 Table of Contents 1. Introduction...2 2. Eligibility and Prerequisite...2 3. Service Features and Deliverables...2 4. Customer Responsibilities...3

More information