Smithsonian Institution OCon 105 Request for Quote (RFQ)
|
|
|
- Daisy Evans
- 9 years ago
- Views:
Transcription
1 Smithsonian Institution Request for Quote: March 2014 National Museum of Natural History Smithsonian Institution OCon 105 Request for Quote (RFQ) Learning Program Assistance Services This Request for Quote (RFQ) is issued by the National Museum of Natural History, Smithsonian Institution (SI), for technical professional, non-personal services to provide learning program services in accordance with the Statement of Work (SOW). I. SUBMITTING YOUR QUOTE Price quotes may be hand-delivered or submitted by . Quotes are due by 5 p.m. on April 16, 2014, at: Smithsonian Institution National Museum of Natural History Office of Education and Outreach Constitution Avenue and 10 th Street, NW MRC 158 Washington, DC Attn: Rebecca Bray to: [email protected] You are hereby informed that mail via U.S. Postal Service to Smithsonian organizations is received at a central sorting and distribution unit and isn t date stamped received until actually received and opened at the street address listed above. It is advisable that quotes and documents included as part of quote packages be hand delivered or submitted via direct package delivery companies to the street address listed above. II. DESCRIPTION OF REQUIRED SERVICES The museum has a requirement for learning programs assistance. A firm-fixed price order will be delivered. The award will be for one year. III. EVALUATION The SI plans to award based on best value to the museum considering the following factors. The SI plans to award without discussions, however, does reserve the right to conduct discussions if later determined by the Contracting Officer to be necessary. All of the following factors are of equal importance. Evaluation factors are: A. Relevant Experience/Past Performance OCon 105, Request for Quote Sample Template for Services December 2012 (Rev.) Page 1 of 7 OCon&PPM:SAcqD
2 1. Relevant experience is that obtained within the past 3 years providing or performing services of similar size, scope, complexity and type of client that indicates your suitability for this project. Identify a minimum of three (3) projects, customers, time frames, contract dollar values, locations of contract performance, and complexity of work to facilitate determination of capabilities to perform the work required as cited in the statement of work. 2. Past Performance should be indicated by a list of current or previous contracts with names of points of contact and their current telephone numbers who can answer specific questions on quality, workmanship and scheduling. Provide contract periods of performance dates, dollar value, and brief description of the work performed. B. Qualifications/Technical Competence 1. Technical Information Bidders should have basic computer skills. 2. Product Samples - Product samples should be delivered with quotes and will not be accepted after the time specified for receipt of quotes. Product samples shall be submitted at no expense to the SI, and will be returned at the sender s request and expense. 3. Résumés Provide résumé or résumés of personnel that may be assigned to perform work under the anticipated award. IV. INSURANCE REQUIREMENTS Prospective contractors are required to have General Liability Insurance for $1,000,000. The SI must be listed as additional insured for the General Liability insurance. Proof of insurance must be submitted with quotes. Insurance coverage for individual contractors may be purchased through the Smithsonian Institution, usually for less than $100. V. DUNS NUMBER A DUNS number is a unique nine digit identification number available for each physical location of your business and is needed to register in the System for Award Management (SAM), formerly the Central Contractor Registration (CCR) system (see Section VI of this RFQ). DUNS numbers are provided through Dun and Bradstreet (D&B) at no charge when you contact D&B via toll free telephone call to , or on the internet at Non-U.S. (international) vendors may also contact D&B via at [email protected]. Indicate that you are requesting a DUNS number to assist with eligibility for U.S. Government contracts. New DUNS numbers for U.S. vendors will be active and available for SAM registration within 1-2 business days of request; international vendors DUNS will be active and available normally within 2-5 days of request. VI. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION (formerly CCR)
3 It is a requirement that current and prospective recipients of contract and purchase orders awarded by the SI must complete registration and maintain an active record in the System for Award Management (SAM). The SAM requires a one-time business registration, with annual updates, and allows vendors to control the accuracy of the business information they enter. The financial data you enter, which includes the electronic funds transfer (EFT) data collected by SAM, will assist the SI in paying your invoices and complying with the Federal Debt Collection Improvement Act of You may complete or update your information in SAM online at Questions regarding the process may be directed to the Federal Service Desk online at or via toll free call to There is no charge for registering in SAM. For vendors who were registered in CCR prior to July 30, 2012, this means: All information in CCR was transferred to SAM and available for viewing and updating on July 30, 2012; Vendors will not have to re-register in SAM if their CCR was active and valid on July 30, 2012, however, They will have to set up a SAM user ID. Once this is done, the vendors will have access to all their information and may edit it as needed, They may set up an ID when they are notified by the SAM that it is time to renew registration. Vendors who attempted to access their information by going to the current CCR website on and after July 30, 2012, should have been automatically redirected to SAM. For vendors who were not registered in CCR prior to July 30, 2012, this means: Vendors will need to obtain a DUNs number (see Part V. above) in order to register in SAM. Beginning on July 30, 2012, they must be directed to to complete registration in SAM. The registration process via SAM has been changed for SAM, and is reported to be streamlined and much easier than the CCR process. If yours is the acceptable price quote and you are selected for award, your organization's valid and active registration with SAM must be verifiable by SI staff administering this procurement prior to contract or purchase order award, and at the time any modifications or amendments to awards might be required. VII. LEGISLATIVE AND/OR ADMINISTRATIVE REQUIREMENTS A. Service Contract Act of 1965, as amended If services to be performed are covered by the Service Contract Act (SCA), as amended, the SCA shall apply to all work performed under the contract, purchase order, or GSA schedule task order to be issued. Individuals and companies submitting quotes are encouraged to verify the wages and fringe benefits determined by the U.S. Department of Labor to be payable for the Labor Category and in within the location
4 that work performance will occur as cited in the Statement of Work. The SCA wages and fringe benefits payable shall be part of the order award. Individuals and companies awarded a contract, purchase order or GSA schedule contract task order for SCA covered services are responsible, and required by law, to deliver to its employee(s) or post a notice of the required compensation in a prominent place at the worksite. The SCA provides authority to contracting agencies to withhold contract funds to reimburse underpaid employees, terminate the contract, hold the contractor liable for associated costs to the government, and debar from future government contracts for a period of three (3) years any persons or firms who have violated the SCA. The contracting officer awarding this order, or the Smithsonian Inspector General, may periodically require contractors to provide information that verifies compliance with the SCA for services provided under the awarded contracts, purchase orders or GSA schedule contract task orders. B. E-Verify If at award, or anytime during contract performance, the dollar amount of the contract award exceeds $150,000 or $5,000,000 under GSA Schedule, with a period of performance over 120 days, the successful bidder is required to register in the E-Verify System and verify that all individuals to be hired under the contract award are eligible for employment within the U.S. This requirement is not applicable to work that will be performed outside the U.S. or for Commercial Off the Shelf (COTS) items. E-Verify is an Internet-based system operated by the Department of Homeland Security (DHS), U.S. Citizenship and Immigration Services (USCIS). It allows employers to verify the employment eligibility of their employees, regardless of citizenship. For more information on e-verify and when, why and how to register and use the system please go to the USCIS site on the World Wide Web at: 543f6d1a/?vgnextoid=cb2a535e0869d110VgnVCM aRCRD &vgnextchannel=75bce2e vgnvcm arcrd. Executive Order and Homeland Security Policy Directive 12 (HSPD-12) C. Background Investigations If a contractor employee assigned to the SI under this contract will have an association with SI that will be greater than thirty (30) days, determined either at time of contract award or anytime during contract performance, and will need access to staff-only areas of SI controlled facilities and leased spaces, the employee shall be required to receive an SI Credential. Contractor employees who require an SI Credential shall be required to undergo and pass an appropriate background investigation and complete security awareness training before an SI Credential is issued. Employees whose associations with the SI will be less than 30 days shall not receive a background investigation or SI Credential, however, they must be escorted by Credentialed personnel at all times when
5 in staff-only areas of SI facilities. If relevant to this RFQ, a form OCon 520, Background Investigations and Credentials for Contractors Personnel, is included. The following actions shall be required to be completed by the SI Contracting Officer s Technical Representative (COTR) and successful vendor: 1. The COTR shall provide an OF-306, Declaration for Federal Employment form, for each of the Contractor s employees who will be assigned to the SI for 30 days or longer. The OF-306 forms must be completed by each person and returned by the Contractor to the COTR, or other designated SI employee, within ten (10) workdays from receipt of the forms by the Contractor. 2. For contractors to SI organizations outside the Washington DC and New York City areas, forms SF-87, Fingerprint Cards, shall be provided to the Contractor by the COTR or other designated SI employee. Each form SF-87 must be returned to the COTR, or other designated SI employee, within ten (10) workdays from receipt of the forms by the Contractor When necessary, the forms SF-87 shall be submitted by the Contractor with the OF-306. Homeland Security Policy Directive 12 (HSPD-12) VIII. INFORMATION TO BE SUBMITTED WITH QUOTES Quotes submitted must include the following information to be deemed responsive to this Request for Quote and accepted by the SI: A. Project Title B. Business name, address, telephone number, and DUNS number if you have one C. Business point of contact name, telephone number and address D. Pricing. E. Past Performance information should include the contract number, contact person with telephone number and/or for at least 3 recent relevant contracts for the same or similar goods and/or services. F. If services are subject to the requirements of the Service Contract Act provide with your quote: 1. U.S. Department of Labor wage determination hourly rate payable within the location of work performance 2. Health and Welfare hourly rate payable within the location of work performance 3. IFF hourly rate payable within the location of work performance 4. G & A hourly rate payable (e.g., markup, overhead, etc.) within the location of work performance
6 5. Vacation hourly rate payable within the location of work performance 6. Holiday hourly rate payable within the location of work performance H. If requested in the RFQ, provide résumés of personnel that may be assigned to perform work under the anticipated award. K. Cite the date through which pricing submitted is valid. ATTACHMENT(S): Statement of Work for Learning Programs Assistant Form SI-147A, Smithsonian Institution Purchase Order Terms and Conditions
REQUEST 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
H-1B Application Checklist (submit as cover page)
H-1B Application Checklist (submit as cover page) From OSU Hiring School or College Submit Export Control Certification OSU must certify that a license is or is not required from the U.S. Department of
DEPARTMENT OF HEALTH CARE FINANCE
DEPARTMENT OF HEALTH CARE FINANCE Dear Provider: Enclosed is the District of Columbia Medicaid provider enrollment application solely used for providers, who request to be considered for the Adult Substance
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
Creating a Network to Support the LGBT Community
Funding Opportunity Title: S-ND-POL-15-001 CFDA Number: 19.345 Department of State Bureau of Democracy, Human Rights and Labor Date Opened: 8/4/2015 Contact: Political Grant Applications Manager, U.S.
TABLE OF CONTENTS INTRODUCTION...
TABLE OF CONTENTS INTRODUCTION... 3 Company Enrollment... 3 User Registration... 5 Enrollment vs. Registration... 7 Verification Locations and Hiring Sites... 8 ENROLLMENT... 10 Enrollment Checklist...
COBRA ADMINISTRATIVE SERVICES AGREEMENT
COBRA ADMINISTRATIVE SERVICES AGREEMENT This Administrative Services Agreement ( Agreement ) is hereby made between Providence Health Plan ( Providence ) and the Employer ( Employer ) and applies to all
SECTION G CONTRACT ADMINISTRATION
SECTION G CONTRACT ADMINISTRATION G.1 AUTHORIZED USERS Only authorized users may place orders under the Basic Contract. In order to qualify as an authorized user, a duly warranted Contracting Officer (as
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a
International Programs International Scholar & Faculty Services E-3 INFORMATION Fees E-3 Eligibility
E-3 INFORMATION Departments wishing to hire an international employee should contact an International Faculty & Scholar Advisor at (ISFS) to determine which visa status best fits the position. If ISFS
Village of Nakusp RFQ 2016-1 Source Protection Plan
RFQ 2016-1 Source Protection Plan The is requesting quotations from qualified professional consultants or firms to undertake a Source Protection Plan for the Village s surface water sources (Halfway Creek,
REIMBURSEMENT MEMORANDUM OF AGREEMENT (STATE AND LOCAL GOVERNMENT ENTITY)
REIMBURSEMENT MEMORANDUM OF AGREEMENT (STATE AND LOCAL GOVERNMENT ENTITY) I. Parties This Memorandum of Agreement (MOA) and the attached USCIS SAVE Non-Federal Submission Form constitute the complete MOA
Optional Practical Training- STEM Extension Revised 4/2014
Optional Practical Training- STEM Extension Revised 4/2014 F-1 students in post-completion Optional Practical Training who earned a bachelor s, master s or doctoral degree in a science, technology, engineering
AFC Application Agreement
AFC Application Agreement Welcome, We at AFC Home Warranty would like to welcome you in advance to our newest network of service providers. At AFC Home Warranty take pride in our network and take serious
Accredited Continuing Medical Education and Continuing Education for Clinicians
Accredited Continuing Medical Education and Continuing Education for Clinicians REQUEST FOR PROPOSAL RFP # PCO-ACME&CEC2014 August 5, 2014 KEY DATES Request for Proposal Released August 5, 2014 Deadline
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board
$&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER)
Regular Session, 2001 $&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER) BY SENATOR SCHEDLER AN ACT To enact Part XXV of Chapter 1 of Title 22 of the Louisiana Revised Statutes
REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.
REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka Rd. Taylor, MI 48180
Commercial Liability Insurance Brokerage RFP
2014 Commercial Liability Insurance Brokerage RFP Closing Date: Contract Administrator: December 17 th, 2014, 3:30pm Eric C. Faulkner Telephone: 704-283-7583 x. 227 Facsimile: 704-283-1964 E-Mail Address:
REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based
REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based The Nebraska State College System (NSCS) PO Box 94605 1115 K Street, Suite 102 Lincoln NE, 68509-4605 Release Date: September
NORTHEAST KANSAS COMMUNITY ACTION PROGRAM, INC. PROPERTY, LIABILITY, UMBRELLA, VEHICLE, COMMERCIAL, WORKER S COMPENSATION, D&O/EPLI INSURANCE PLANS
NORTHEAST KANSAS COMMUNITY ACTION PROGRAM, INC. NEK-CAP, Inc. PO Box 380 Hiawatha, KS 66434 (785) 742-2222 Request for proposals for: PROPERTY, LIABILITY, UMBRELLA, VEHICLE, COMMERCIAL, WORKER S COMPENSATION,
Post-Completion Optional Practical Training (OPT) Online Workshop
Post-Completion Optional Practical Training (OPT) Online Workshop Introduction OPT Eligibility Application Timeline OPT Start and End Dates Application Process OPT Application OPT Employment Types 17-Month
All. The President may direct any Federal agency pursuant to the authorities in sections 402, 403, and 502 of the Stafford Act.
Coordinating Agency: Department of Homeland Security/Federal Emergency Management Agency (Stafford Act declarations) Cooperating Agencies: All Federal agency requesting Federal-to- Federal support (non-stafford
The General Assembly of the Commonwealth of Pennsylvania hereby enacts as follows: CHAPTER 1 PRELIMINARY PROVISIONS
PROFESSIONAL EMPLOYER ORGANIZATION ACT Act of Jul. 5, 2012, P.L. 946, No. 102 An Act Cl. 77 Providing for professional employer organizations. TABLE OF CONTENTS Chapter 1. Section 101. Section 102. Section
WEST CENTRAL BANK ONLINE BANKING AGREEMENT AND DISCLOSURE
WEST CENTRAL BANK ONLINE BANKING AGREEMENT AND DISCLOSURE This Online Banking Agreement and Disclosure ( Agreement ) describes your rights and obligations as a user of the Online Banking service or the
How To Manage A Corporation
Western Climate Initiative, Inc. Accounting Policies and Procedures Adopted May 8, 2013 WESTERN CLIMATE INITIATIVE, INC ACCOUNTING POLICIES AND PROCEDURES Adopted May 8, 2013 Table of Contents I. Introduction...
Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.
REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues
REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION
Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:
CONTRACT AGREEMENT THIS CONTRACT AGREEMENT IS BETWEEN ***************************************************************** FOR THE YUROK TRIBE
Contract # CONTRACT AGREEMENT THIS CONTRACT AGREEMENT IS BETWEEN (name of department) Yurok Tribe 190 Klamath Boulevard AND Klamath, California 95548 (707) 482-1350 *****************************************************************
POST AWARD CONTRACT MANAGEMENT
POST AWARD CONTRACT MANAGEMENT POST AWARD CONTRACT MANAGEMENT Overview of Types of Contracts and Award Methods Understanding the Contract Contents of the Contract Contract Performance Designating an agency
GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS
GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS HARRISBURG, PENNSYLVANIA MAY 2014 EDITION Guidelines for the DGS Small Business Reserve Program For Construction Contracts 1 General a.) Pursuant to
REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014
REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 RFP 140702 The Delaware City School District is seeking a vendor to provide occupational therapy to students with IEP s for the
REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.
REQUEST FOR PROPOSAL (RFP) FORM TITLE: Enter title here I. GENERAL INFORMATION Invitation to Bid. Utica College invites you to submit a proposal to brief description. If a contract results from this RFP,
Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.
Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline
Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval
ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents
Attachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
OWNER-BUILDER RESPONSIBILITY
CITY OF ALISO VIEJO BUILDING SERVICES DIVISION OWNER-BUILDER RESPONSIBILITY NOTICE TO PROPERTY OWNER Pursuant to California State Health and Safety Code Section 19825, we are providing you with an Owner-Builder
Honeywell Energy Services Group
Honeywell Energy Services Group Minnesota State Colleges and Universities Riverland Community College Guaranteed Energy Savings Program (GESP) Project Request for Qualifications (RFQ) Phase 3 Lighting
REQUEST FOR PROPOSALS For HEALTH INSURANCE BROKER SERVICES. FOR THE County of Baldwin, Alabama
REQUEST FOR PROPOSALS For HEALTH INSURANCE BROKER SERVICES FOR THE County of Baldwin, Alabama TO SELECT AN AGENT OF RECORD AND BROKER FOR HEALTH INSURANCE AND RELATED ANCILLARY PRODUCTS INVITATION Baldwin
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,
Request for Statements of Qualifications # 27676 for Electric Motor Repair
Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops
REQUEST FOR QUOTE VENDING MACHINE SERVICES RFQ-1
REQUEST FOR QUOTE VENDING MACHINE SERVICES 2011 RFQ-1 REQUEST FOR QUOTE VENDING MACHINE SERVICES The Township of Winslow is seeking sealed quotes for VENDING MACHINE SERVICES for the Township of Winslow.
By accepting this work engagement, consultant certifies that they are not currently working for any state or federal government agency.
Consultant Consultant SS No. (or Tax ID No.) Street Address City, State, Zip Employee Requiring Service Department Term of Agreement When to use this form: This standard agreement may be used for engaging
Types of OPT. Eligibility. OPT Start/End Dates. Optional Practical Training (OPT) Information F-1 Student
Office of International Affairs Optional Practical Training (OPT) Information F-1 Student Optional Practical Training (OPT) is a benefit available to F-1 students offering them temporary employment in
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information
NASA DESK GUIDE ON THE EMPLOYMENT OF NONCITIZENS
NASA DESK GUIDE ON THE EMPLOYMENT OF NONCITIZENS Agency Workforce Management and Development Division Office of Human Capital Management NASA Headquarters DG-08 August 2006 Table of Contents Page Section
SANGER BANK ONLINE BANKING AGREEMENT AND DISCLOSURE
SANGER BANK ONLINE BANKING AGREEMENT AND DISCLOSURE This Online Banking Agreement and Disclosure ("Agreement") describes your rights and obligations as a user of the Online Banking service or the Bill
City of San Jose Living Wage Policy (Resolution No. 68900)
City of San Jose Living Wage Policy (Resolution No. 68900) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN JOSE ADOPTING REVISIONS TO THE LIVING WAGE POLICY WHEREAS, it is beneficial to the health and welfare
NEW YORK CONTAINER TERMINAL TOLL REIMBURSEMENT PROGRAM AGREEMENT
NEW YORK CONTAINER TERMINAL TOLL REIMBURSEMENT PROGRAM AGREEMENT This New York Container Terminal Toll Reimbursement Program Agreement, as amended from time to time (this Agreement ), sets forth the terms
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
Request for Quotes (RFQ): Payroll Services and Support. CareerSource Citrus Levy Marion Internship & Work Experience Program
Request for Quotes (RFQ): Payroll Services and Support CareerSource Citrus Levy Marion Internship & Work Experience Program Overview and Scope of Work CareerSource Citrus Levy Marion (CareerSource CLM)
DISTRICT OF COLUMBIA COURTS OFFICE OF CONTRACTS AND PROCUREMENT. CLOSING DATE March 14, 2016, no later than 2:00 P.M.
DISTRICT OF COLUMBIA COURTS OFFICE OF CONTRACTS AND PROCUREMENT THE DISTRICT OF COLUMBIA COURTS IS SEEKING INFORMATION UNDER THIS REQUEST FOR INFORMATION (RFI) No. DCSC-16-RFI-0023 FOR AN DATE ISSUED:
**Incomplete vendor registration submissions will be discarded after 30 days.**
**Incomplete vendor registration submissions will be discarded after 30 days.** Procurement Services Department 130 Trinity Avenue, 4 th Floor Atlanta, GA 30303 Fax (404) 802-1506 Vendor Registration Form
HOUSE BILL No. 2087. By Committee on Insurance 1-26. AN ACT enacting the Kansas professional employer organization licensing
Session of 00 HOUSE BILL No. 0 By Committee on Insurance - 0 0 AN ACT enacting the Kansas professional employer organization licensing act. Be it enacted by the Legislature of the State of Kansas: Section.
VILLAGE OF ARLINGTON HEIGHTS
VILLAGE OF ARLINGTON HEIGHTS ENERGY EFFICIENCY & CONSERVATION BLOCK GRANT SMALL BUSINESS LOAN PROGRAM 0% INTEREST POLICY AND PROCEDURES Prepared by: Village of Arlington Heights Department of Planning
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy
I Filed My Claim What Happens Now?
State of Illinois Department of Employment Security I Filed My Claim What Happens Now? UI Finding Within 7-10 days of filing your claim you will receive a UI Finding in the mail (see sample below). Among
THE RETIREMENT SYSTEMS OF ALABAMA
THE RETIREMENT SYSTEMS OF ALABAMA I N V I T A T I O N T O B I D For: F5 Networks BIG-IP Security Hardware and Software Agency Contact: Edward Davis (334) 517-7130 Invitation to Bid No.: 15-006 Mandatory
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and
8.OFFER DUE DATE: 2:00pm September 18, 2008 12. PAYMENT DISCOUNT TERMS
TASK ORDER UNDER GENERAL SERVICES ADMINISTRATION (GSA) FEDERAL SUPPLY SCHEDULE CONTRACT 1.REQUISITION NUMBER PAGE 1 OF 19 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 7. FOR SOLICITATION INFORMATION CONTACT:
CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015
CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015 The City of Martinsville is seeking proposals from qualified contractors to provide Bill Printing
Staker Parson. Short Term Disability Income Protection Plan
Staker Parson Short Term Disability Income Protection Plan Effective Date: 01/01/2006 Contact Information Plan Administrator: Address and Telephone #: Claims Administrator: Address and Telephone #: Staker
Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:
Borough of Park Ridge Request for Qualifications From Insurance Agents or Firms Interested in Serving as Risk Manager Medical to the Borough of Park Ridge For the Period January 1, 2016 through December
FIRST COMMERCIAL BANK. First Commercial Bank Internet Banking Agreement and Disclosure
FIRST COMMERCIAL BANK First Commercial Bank Internet Banking Agreement and Disclosure This First Commercial Bank Internet Banking Agreement and Disclosure ("Agreement") describes your rights and obligations
QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.
COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors
Applies only to discounted stock rights exercised during 2006.
Part III Administrative, Procedural, and Miscellaneous Compliance Resolution Program for Employees Other than Corporate Insiders for Additional 2006 Taxes Arising Under 409A due to the Exercise of Stock
REFERRAL AGREEMENT. 2. Consultant agrees to pay Agent a referral fee based upon the following:
REFERRAL AGREEMENT THIS REFERRAL AGREEMENT ( Agreement ) is made this day of, 20 ( Effective Date ) by and between ( Agent ), a corporation having a principal office located at, and Metova Inc. ( Consultant
The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows:
AMENDMENT A to AIA B 141-1997 between the Owner, Colorado College, and Architect (Firm s name) with Standard Form of Architect s Services made as of (Contract date). PROJECT: (Project name) The numbering
Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho
Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho REQUEST FOR QUALIFICATIONS Independent School District No. 1, Lewiston, Idaho ( District ) is seeking responses from individuals
FEDERAL CONTRACTOR VETERANS EMPLOYMENT REPORT VETS-4212
FEDERAL CONTRACTOR VETERANS EMPLOYMENT REPORT VETS-4212 OMB NO: 1293-0005 Expires: 11/30/2017 Persons are not required to respond to this collection of information unless it displays a valid OMB number.
Request for Proposal. St. Andrew's Parish Parks & Playground Commission Bid Deadline: July 17, 2015 at 12 Noon
Request for Proposal For: High-Speed Internet Service MPLS Site to Site Network St. Andrew's Parish Parks & Playground Commission Bid Deadline: July 17, 2015 at 12 Noon Request for Proposal P a g e 2 Table
AMENDMENT NO. 1. OMB Circular A-1 23 Consulting Services. Wednesday, August 29,2012, no later than 1.00 pm EST
Anne B. Wicks Executive Officer DISTRICT OF COLUMBIA COURTS Administrative Services Division Office: Gallery Place 6 16 H Street NW, 6" Floor Washington, DC 2000 1 Mailing Address: 500 Indiana Avenue NW
CITY OF ALLIANCE REQUEST FOR QUOTES (RFQ) LAWN MOWING SERVICES
CITY OF ALLIANCE REQUEST FOR QUOTES (RFQ) I. Introduction: The City of Alliance is seeking a contractor(s) for lawn mowing services, and hereby requests sealed written quotes from contractors to perform
REQUEST FOR PROPOSAL TO PROVIDE PAYROLL PROCESSING SERVICES TO MEMBERS OF THE GEORGIA MUNICIPAL ASSOCIATION
REQUEST FOR PROPOSAL TO PROVIDE PAYROLL PROCESSING SERVICES TO MEMBERS OF THE GEORGIA MUNICIPAL ASSOCIATION ISSUED BY GEORGIA MUNICIPAL ASSOCIATION JULY 9, 2010 PROPOSALS SHALL BE SUBMITTED ON OR BEFORE
Guide to the Determination of Employee/Independent Contractor Status
Employee/Contractor Website Guide to the Determination of Employee/Independent Contractor Status Related Links: Introduction At times, services are provided to the University under arrangements other than
Solicitation 1210-014. Web Hosting Services for the Disaster Volunteer Network. State of California
Solicitation 1210-014 Web Hosting Services for the Disaster Volunteer Network State of California Oct 12, 2012 4:28:36 PM PDT p. 1 Bid 1210-014 Web Hosting Services for the Disaster Volunteer Network Bid
1. Delete Clause HQ G-2-0007 INVOICE INSTRUCTIONS and ADD the following two Clauses in full text to Section G:
Page 1 of 6 Purpose: The purpose of this modification is to revise invoice instructions in Section G and to incorporate FAR 52.204-99 and FAR 52.232-99 clauses in full text to Section I, and to reinstate
Retaining Wall Replacement at the Currituck County Veterans Memorial Park
CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the
To receive consideration, bids must be submitted in accordance to the following instructions:
CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as
greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants
Office of the Deputy Mayor for Planning and Economic Development Great Streets Initiative greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants Application Deadline:
