Please make sure to submit the below listed information to above mentioned address no later than May 10, 2016 to have Compound access:

Size: px
Start display at page:

Download "Please make sure to submit the below listed information to above mentioned email address no later than May 10, 2016 to have Compound access:"

Transcription

1 May 03, 2016 Extension Request for Proposal (RFP) No. Building Agribusiness Capacity in Marketing and Sales Dear Sir or Madam, Chemonics Afghanistan Limited Management and Implementation Services (hereinafter referred to as Chemonics ), under the Regional Agricultural Development Program (RADP-West), USAID Contract No. AID-306-C , is issuing a Request for Proposals (RFP) for Needs Assessment and Improvement of Capacity of Agribusiness Companies to Increase Commodity Sales. RADP-West is proposing to support agribusinesses to increase their business capacity and to improve the final processing and sale of commodities to increase their profitability. Many Afghan agribusinesses lack sufficient skills to operate effectively, which limits their sales potential. Some of these internal constraints limiting effective business operations are: a lack of financial management and oversight; limited experience with effective branding and marketing techniques; and poor inventory control and warehouse requirements, which leads to product loss and loss of revenue. The attached RFP contains all the necessary information for interested Offerors. The objective of the Regional Agricultural Development Program West (RADP-West) is to improve food and economic security for rural Afghans in Badghis, Farah, and Herat provinces. The focus will be on improving the productivity and profitability of targeted value chains in the wheat, high-value crop, and livestock sectors. This sustainable agricultural development program will support the consolidation of licit economies to fuel economic growth and provide alternatives to poppy cultivation. RADP-West will achieve its objective through a longer-term agricultural value chain approach designed to address sustainability as well as by supporting policy, legal and regulatory development. Chemonics realizes that Offerors may have additional questions after reading this RFP. Interested Offerors can submit their questions to Chemonics according to the instructions in I.8 of the RFP. If necessary, Chemonics will provide answers to all relevant questions received in an amendment that will be posted to ACBAR and ed directly to all interested Offerors who registered with subcontractproposals@radp-w.com. A pre-bid meeting will be conducted for Offerors at RADP-West offices in Herat on May 12, 2016 from 14:00.a.m. to 15:00 p.m. The meeting will include technical and contract representatives from RADP- West to discuss the details of the RFP and take questions from prospective Offerors. Please make sure to submit the below listed information to above mentioned address no later than May 10, 2016 to have Compound access: 1- Name of Visitor 2- National ID card 3- Phone No 4- Vehicle Information 5- Drive name and Tazkera Note: Electronic device such as camera, laptop, USB flash or hard disk, etc are not allowed to be carried in RADP-W offices. Base AFG.LPRT.FT.002, Rev.004, 4 November 2015

2 Page 2 of 64 This RFP does not obligate Chemonics to execute a subcontract nor does it commit Chemonics to pay any costs incurred in the preparation and submission of the proposals. Furthermore, Chemonics reserves the right to reject any and all offers, if such action is considered to be in the best interest of Chemonics. Sincerely, Subcontracts Team Regional Agricultural Development Program (RADP-West)

3 Page 3 of 64 Request for Proposals RFP # For the provision of Building Agribusiness Capacity in Marketing and Sales Contracting Entity: Regional Agricultural Development Program (RADP-West), Chemonics Afghanistan Limited Management and Implementation Services Sikandar Compound, Street 4, Phase 1, Industrial Park, Airport Road, Guzara District, Herat, Afghanistan Funded by: United States Agency for International Development (USAID) Funded under: Regional Agricultural Development Program (RADP-West) Prime Contract Number: AID-306-C ***** ETHICAL AND BUSINESS CONDUCT REQUIREMENTS ***** Chemonics is committed to integrity in procurement, and only selects suppliers based on objective business criteria such as price and technical merit. Chemonics expects suppliers to comply with our Standards of Business Conduct, available at Chemonics does not tolerate fraud, collusion among offerors, falsified proposals/bids, bribery, or kickbacks. Any firm or individual violating these standards will be disqualified from this procurement, barred from future procurement opportunities, and may be reported to both USAID and the Office of the Inspector General. Employees and agents of Chemonics are strictly prohibited from asking for or accepting any money, fee, commission, credit, gift, gratuity, object of value or compensation from current or potential vendors or suppliers in exchange for or as a reward for business. Employees and agents engaging in this conduct are subject to termination and will be reported to USAID and the Office of the Inspector General. In addition, Chemonics will inform USAID and the Office of the Inspector General of any supplier offers of money, fee, commission, credit, gift, and gratuity, object of value or compensation to obtain business. Offerors responding to this RFP must include the following as part of the proposal submission: Disclose any close, familial, or financial relationships with Chemonics or project staff. For example, if an offeror s cousin is employed by the project, the offeror must state this. Disclose any family or financial relationship with other offerors submitting proposals. For example, if the offeror s father owns a company that is submitting another proposal, the offeror must state this. Certify that the prices in the offer have been arrived at independently, without any consultation, communication, or agreement with any other offeror or competitor for the purpose of restricting competition. Certify that all information in the proposal and all supporting documentation are authentic and accurate. Certify understanding and agreement to Chemonics prohibitions against fraud, bribery and kickbacks. Please contact Steve Warnock Deputy Chief of Party, Operations RADP-West swarnock@radp-w.com with any questions or concerns regarding the above information or to report any potential violations. Potential violations may also be reported directly to Chemonics at to BusinessConduct@chemonics.com or by phone/skype at

4 Page 4 of 64 RFP Table of Contents List of Acronyms Section I Instructions to Offerors I.1 Introduction I.2 Offer Deadline I.3 Submission of Offers I.4 Requirements I.5 Source of Funding and Geographic Code I.6 Chronological List of Proposal Events I.7 Validity Period I.8 Evaluation and Basis for Award I.9 Negotiations I.10 Terms of Subcontract I.11 Privity Section II Background, Scope of Work, Deliverables, and Deliverables Schedule II.1. II.2. II.3. II.4. Background Scope of Work Deliverables Deliverables Schedule Section III Firm Fixed Price Subcontract (Terms and Clauses) Annex 1 Annex 2 Annex 3 Annex 4 Annex 5 Sample Proposal Cover Letter Guide to Creating Financial Proposal and Sample Budget Required Certifications DUNS and SAM Registration Guidance Proposal Review Check List

5 Page 5 of 64 List of Acronyms CFR CO COP COR CV FAR M&E NICRA NGO RFP SAF U.S. USAID USAID/Afghanistan USG VAT Code of Federal Regulations USAID Contracting Officer Chief of Party USAID Contracting Officer s Representative Curriculum Vitae Federal Acquisition Regulations Monitoring and Evaluation Negotiated Indirect Cost Rate Agreement Nongovernmental organization Request for Proposals Strategic Activities Fund United States U.S. Agency for International Development USAID Mission in Afghanistan U.S. Government Value Added Tax

6 Page 6 of 64 Section I. Instructions to Offerors I.1. Introduction Chemonics, the Buyer, acting on behalf of the U.S. Agency for International Development (USAID) and the Regional Agricultural Development Program (RADP-West), under contract number AID-306-C is soliciting offers from companies and organizations to submit proposals to RADP-West to build agribusinesses capacity in Afghanistan and improve marketing and sale of commodities with the aim of enhancing their profitability. The objective of the Regional Agricultural Development Program West (RADP-West) is to improve food and economic security for rural Afghans in Badghis, Farah, and Herat provinces. The focus will be on improving the productivity and profitability of targeted value chains in the wheat, high-value crop, and livestock sectors. This sustainable agricultural development program will support the consolidation of licit economies to fuel economic growth and provide alternatives to poppy cultivation. RADP-West will achieve its objective through a longer-term agricultural value chain approach designed to address sustainability as well as by supporting policy, legal and regulatory development. Chemonics will issue an award to one or more companies or organizations. The awards will be in the form of a firm fixed price subcontract (hereinafter referred to as the subcontract ). The successful Offerors shall be required to adhere to the statement of work and terms and conditions of the subcontract, which are incorporated in Section III herein. Offerors are invited to submit proposals in response to this RFP in accordance with Section I Instructions to Offerors, which will not be part of the subcontract. The instructions are intended to assist interested Offerors in the preparation of their offer. Any resulting subcontract will be guided by Sections II and III. This RFP does not obligate Chemonics to execute a subcontract nor does it commit Chemonics to pay any costs incurred in the preparation and submission of the proposals. Furthermore, Chemonics reserves the right to reject any and all offers, if such action is considered to be in the best interest of Chemonics. Unless otherwise stated, the periods named in the RFP shall be consecutive calendar days. Objective of the RFP: to enhance the capacity of 50 agribusinesses for improved processing, packaging, accounting, exporting and custom clearness, marketing strategy and campaign to increase sales and profitability. I.2. Offer Deadline Offerors shall submit their offers electronically only. ed offers must be received no later than by 17:00 p.m. on May 25, 2016 at the following address: Grants and Subcontracts Team subcontractproposals@radp-w.com Faxed offers will not be considered.

7 Page 7 of 64 Offerors are responsible for ensuring that their offers are received in accordance with the instructions stated herein. Late offers may be considered at the discretion of Chemonics. Chemonics cannot guarantee that late offers will be considered. I.3. Submission of Offers Proposals must be submitted electronically only. A. Instructions for the Submission of Electronic Copies Separate technical and cost proposals must be submitted by no later than the time and date specified in I.2. The proposals must be submitted to the point of contact designated in I.2. The Offeror must submit the proposal electronically with up to 3 attachments (5 MB limit) per compatible with MX Word, MS Excel, readable format, or Adobe Portable Document (PDF) format in a Microsoft XP environment. Offerors must not submit zipped files. Those pages requiring original manual signatures should be scanned and sent in PDF format as an attachment. The technical proposal and cost proposal must be kept separate from each other. Technical proposals must not make reference to pricing data in order that the technical evaluation may be made strictly on the basis of technical merit. I.4. Requirements To be determined responsive, an offer must include all of documents and sections included in I.4.A and I.4.B. A. General Requirements Chemonics anticipates issuing a subcontract to a company or organization, provided it is legally registered and recognized under the laws of the Government of the Islamic Republic of Afghanistan and is in compliance with all applicable civil, fiscal, and other applicable regulations. Such a company or organization could include a private firm, non-profit, civil society organization, or university. Companies and organizations that submit proposals in response to this RFP must meet the following requirements: (i) (i) (ii) Companies or organizations, whether for-profit or non-profit, must be legally registered under the laws of Government of the Islamic Republic of Afghanistan upon award of the subcontract. Companies or organizations, whether for-profit or non-profit, must have a DUNS number in order to receive a subaward. 1 Companies or organizations must have a local presence in Government of the Islamic Republic of 1 If offeror does not have a DUNS number and is unable to obtain one before proposal submission deadline, Offeror shall include statement in their cover letter as follows: Offeror certifies that should it be the successful offeror with whom a subcontract is negotiated, Offeror will obtain a DUNS number prior to receiving a subaward. Contact Dun & Bradstreet to obtain a number: Guidance on obtaining a DUNS number is included as Annex 4 of this RFP.

8 Afghanistan at the time the subcontract is signed. Building Agribusiness Capacity in Marketing and Sales Page 8 of 64 (iii) Firms operated as commercial companies or other organizations or enterprises (including Nonprofit organizations) in which foreign governments or their agents or agencies have a controlling interest are not eligible as suppliers of commodities and services. Offerors may present their proposals as a member of a partnership with other companies or organizations. In such cases, the subcontract will be awarded to the lead company in the partnership. The leading company shall be responsible for making all partnership arrangements, including but not limited to division of labor, invoicing, etc., with the other company (ies). A legally registered partnership is not necessary for these purposes; however the different organizations must be committed to work together in the fulfillment of the subcontract terms. B. Required Proposal Documents 1. Cover Letter The offeror s cover letter shall include the following information: i. Name of the company or organization ii. Type of company or organization iii. Address iv. Telephone v. Fax vi. vii. Full names of members of the Board of Directors and Legal Representative (as appropriate) and copies of Tazkera for all owners of the organization to facilitate vetting compliance in accordance with USAID Mission Order viii. Taxpayer Identification Number ix. DUNS Number x. Registered in SAM? Yes/No (circle one) xi. Official bank account information xii. Other required documents that shall be included as attachments to the cover letter: a) Copy of registration or incorporation in the public registry, or equivalent document from the government office where the offeror is registered. b) Copy of company tax registration, or equivalent document. c) Copy of trade license, or equivalent document. d) Evidence of Responsibility Statement, whereby the offeror certifies that it has sufficient financial, technical, and managerial resources to complete the activity described in the scope of work, or the ability to obtain such resources. This statement is required by the Federal Acquisition Regulations in A template is provided in Annex 3 Required Certifications. e) Applicable documents listed in I.4.A. A sample cover letter is provided in Annex 1 of this RFP. 2. Technical Proposal The technical proposal shall comprise the following parts:

9 Page 9 of 64 Part 1: Technical Approach, Methodology and Detailed Work Plan. This part shall be between 15 and 25 pages long, but may not exceed 15 pages, and should outline the proposed approach for achieving the scope of work in Section II. The technical approach should include the following: a) Proposed approach in the development, review, piloting and delivery of training curriculum and associated training materials including manuals, PowerPoints, handouts etc. b) The proposed course outline covering the objective of the training. c) The proposed course delivery methodology both practical and theory d) Proposed quality and quantity of coaching and mentoring for each target group e) Proposed methodology and approach for conducting agribusiness assessment f) Proposed approach for agribusiness and exporter linkage development programs g) Proposed mechanism to securing MoUs and Contracts between producers and buyers to ensure sales of agriculture products h) Proposed methodology in development of marketing campaign for 17 agribusiness exporters Part 2: Management, Key Personnel, and Staffing Plan. This part shall be between 2 and 5 pages long, but may not exceed 5 pages. CVs for key personnel may be included in an annex to the technical proposal and will not count against the page limit. Offerors shall propose staff for the following key personnel positions necessary for the implementation of the scope of work: Team Leader /Marketing Specialist - The individual should have a minimum of 3 years of marketing experience particularly in the agriculture sector; a bachelor degree from business or economic school is required a Master or a PhD in the same field of study is preferred. Business Specialist/Trainer - The individual should have a minimum of 3 years of business experience in marketing campaign and sales; at least 2 years of practical training experience in marketing; a business Bachelor s Degree is required a Master degree or a PhD is preferred. Financial Specialist/Trainer - The individual should have experience in basic accounting and practical training experience in one of the following topics: financial management/basic accounting;;at least 2 years of practical training experience in one of the above mentioned specialties; a Bachelor s Degree is required a Master degree or a PhD is preferred. International Trade/Export Specialist/Trainer - The individual should have experience with export of agriculture commodities including custom clearness; at least 2 years of practical training experience in one of the above mentioned specialties; a Bachelor s Degree is required a Master degree or a PhD is preferred. Agricultural Specialist/trainer- The individual should have experience in post-harvest including sorting, grading and packaging; at least 2 years of practical training experience in vegetable and fruit post handling: a Bachelor s Degree is required a Master degree or a PhD is preferred. For all above positions the candidates must have the ability to travel to RADP-West target provinces, districts, and selected villages, if needed, to deliver training - list of districts and villages is provided in Article II.2.2.

10 Page 10 of 64 Part 3: Corporate Capabilities, Experience, and Past Performance. This part shall be between 2 and 7 pages long, but may not exceed 7 pages. Part 3 must include a description of the company and organization, with appropriate reference to any parent company and subsidiaries. Offerors must include details demonstrating their experience and technical ability in implementing the technical approach/methodology and the detailed work plan. Additionally, offerors must include five past performance references of similar work (under contracts or subcontracts) previously implemented as well as contact information for the companies for which such work was completed. Contact information must include at a minimum: name of point of contact who can speak to the offeror s performance, name and address of the company for which the work was performed, description of the work performed, and and phone number of the point of contact. The Corporate Capabilities, Experience, and Past Performance should address the following: Company Background and Experience Does the company have experience relevant to the project Scope of Work? Does the offeror have experience in agribusiness training module development and delivery for the agribusiness sector Does the offeror have experience in delivery of structured coaching and mentoring? Does the offeror have experience in development linkage and marketing campaign for agribusiness and exporters? Does the offeror have experience in guiding and advising agribusiness and exporters in improvement of sorting, grading packaging, marketing and sales? Does the offeror have relevant past experience in the same geographic area? Chemonics reserves the right to check additional references not provided by an offeror. The sections of the technical proposal stated above must respond to the detailed information set out in Section II of this RFP, which provides the background, states the scope of work, describes the deliverables, and provides a deliverables schedule. 3. Cost Proposal The cost proposal is used to determine which proposals represent the best value and serves as a basis of negotiation before award of a subcontract. The price of the subcontract to be awarded will be an all-inclusive fixed price. No profit, fees, taxes, or additional costs can be added after award. Nevertheless, for the purpose of the proposal, offerors must provide a detailed budget showing major line items, e.g. salaries, allowances, travel costs, other direct costs, indirect rates, etc., as well as individual line items, e.g. salaries or rates for individuals, different types of allowances, rent, utilities, insurance, etc. Offers must show unit prices, quantities, and total price. All items, services, etc. must be clearly labeled and included in the total offered price. All cost information must be expressed in Afghan Afghanis. See Annex 2 for a sample cost structure. Offerors must assess and include in their total cost of proposal the Business Receipt Tax (BRT) or any other tax required by Afghanistan income tax law. Chemonics will not allow an awarded entity to add taxes (including BRT taxes) or any previously unanticipated costs to the budget after an award is made.

11 Page 11 of 64 Pursuant to Article 72 of the Afghanistan Income Tax Law, Chemonics is required to withhold taxes from the gross amounts payable to all Afghan subcontractors. In accordance with this requirement, should an award be made to a successful offeror and an agreement is successfully negotiated with that offeror, Chemonics will withhold two percent (2%) tax from the entity s gross invoices if the entity is in possession of an active business license issued by any of the following entities - the Ministry of Commerce and Industry, Afghanistan Investment Support Agency (AISA), Ministry of Information and Culture, Ministry of Education or Ministry of Public Health - at the time the awarded entity submits invoices for payment, and the invoices are successfully reviewed and approved by Chemonics. If the entity provides services contrary to approved by-laws or it does not possess a business license issued by any of the aforementioned public entities, but possesses licenses issued by other local or national government entities or municipalities, Chemonics will in this case withhold a seven percent (7%) fixed tax on the gross amount payable to the awarded entity, subject to Chemonics review and approval of the subcontractor s invoices. In either case, this tax is withheld by Chemonics from the gross amount payable to the awarded entity and subsequently remitted to the Ministry of Finance. Chemonics will maintain records of all of such remittances. Because RADP-W is a USAID funded project and is implemented under a bilateral agreement between the GIRoA and the U.S. Government, offerors must not include VAT and customs duties in their cost proposal. The cost proposal shall also include a budget narrative that explains the basis for the estimate of every cost element or line item. Supporting information must be provided in sufficient detail to allow for a complete analysis of each cost element or line item. Chemonics reserves the right to request additional cost information if the evaluation committee has concerns of the reasonableness, realism, or completeness of an offeror s proposed cost. If it is an offeror s regular practice to budget indirect rates, e.g. overhead, fringe, G&A, administrative, or other rate, Offerors must explain the rates and the rates base of application in the budget narrative. Chemonics reserves the right to request additional information to substantiate an Offeror s indirect rates. Under no circumstances may cost information be included in the technical proposal. No cost information or any prices, whether for deliverables or line items, may be included in the technical proposal. Cost information must only be shown in the cost proposal. I.5. Source of Funding, Authorized Geographic Code, and Source and Origin Any subcontract resulting from this RFP will be financed by USAID funding and will be subject to U.S. Government and USAID regulations. All goods and services offered in response to this RFP or supplied under any resulting award must meet USAID Geographic Code 937 in accordance with the United States Code of Federal Regulations (CFR), 22 CFR 228, available at: vol1-part228.pdf. The cooperating country for this RFP is Afghanistan. Offerors may not offer or supply any products, commodities or related services that are manufactured or assembled in, shipped from, transported through, or otherwise involving any of the following countries: Burma (Myanmar), Cuba, Iran, North Korea, (North) Sudan, Syria. Related services include incidental

12 Page 12 of 64 services pertaining to any/all aspects of this work to be performed under a resulting contract (including transportation, fuel, lodging, meals, and communications expenses). I.6. Chronological List of Proposal Events The following calendar summarizes important dates in the solicitation process. Offerors must strictly follow these deadlines. RFP published May 03, 2016 Deadline for written questions May 08, 2016 Answers provided to questions/clarifications May 10, 2016 Pre-bid meeting May 12, 2016 Proposal due date May 25, 2016 Subcontract award (estimated) June 30, 2016 The dates above may be modified at the sole discretion of Chemonics. Any changes will be published in an amendment to this RFP. Written Questions and Clarifications. All questions or clarifications regarding this RFP must be in writing and submitted to Subcontracts Team, at subcontractproposals@radp-w.com no later than 17:00 p.m. on May 08, Questions and requests for clarification, and the responses thereto, will be circulated to all RFP recipients who have indicated an interest in this RFP. Only written answers from Chemonics will be considered official and carry weight in the RFP process and subsequent evaluation. Any answers received outside the official channel, whether received verbally or in writing, from employees or representatives of Chemonics Afghanistan Limited Management and Implementation Services, the Regional Agricultural Development Program (RADP-W) project, or any other party, will not be considered official responses regarding this RFP. Proposal Submission Date. All proposals must be received by 17:00 pm, May 25, Late offers will be considered at the discretion of Chemonics. Oral Presentations. Chemonics reserves the option to have select offerors participate in oral presentations with the technical evaluation committee. Interviews may consist of oral presentations of offeror s proposed activities and approaches. Offerors should be prepared to give presentations to the technical evaluation committee at the RADP-W project office within 2 days of receiving notification. Subcontract Award (estimated). Chemonics will select the proposal that offers the best value based upon the evaluation criteria stated in this RFP. I.7. Validity Period Offeror s proposals must remain valid for 90 calendar days after the proposal deadline. I.8. Evaluation and Basis for Award An award will be made to the offeror whose proposal is determined to be responsive to this solicitation document, meets the eligibility criteria stated in this RFP, meets the technical, management/personnel, and corporate capability requirements, and is determined to represent the best value to Chemonics. Best value will be decided using the tradeoff process.

13 Page 13 of 64 This RFP will use the tradeoff process to determine best value. That means that each proposal will be evaluated and scored against the evaluation criteria and evaluation sub-criteria, which are stated in the table below. Cost proposals are not assigned points, but for overall evaluation purposes of this RFP, technical evaluation factors other than cost, when combined, are considered approximately equal to cost factors. If technical scores are determined to be equal or nearly equal, cost will become the determining factor. In evaluating proposals, Chemonics will use the following evaluation criteria and sub-criteria: Evaluation Criteria and Evaluation Sub-criteria Technical Approach, Methodology and Detailed Work Plan Technical know-how Does the proposal clearly explain, demonstrate understanding and respond to the objectives of the project, as stated in the introduction section of the Scope of Work? The technical approach should include the following: a) Proposed approach in the development, review, piloting and delivery of training curriculum and associated training materials including manuals, PowerPoints, handouts etc. b) The proposed course outline covering the objective of the training c) The proposed course delivery methodology both practical and theory d) Proposed quality and quantity of coaching and mentoring for each target group e) Proposed methodology and approach for conducting agribusiness assessment f) Proposed approach for agribusiness and exporter linkage development programs g) Proposed mechanism to securing MoUs and Contracts between producers and buyers to ensure sales of agriculture products h) Proposed methodology in development of marketing campaign for 17 agribusiness exporters Approach and Methodology Does the proposed program approach and detailed activities, fulfill the requirements of executing the Scope of Work effectively and efficiently? Timeliness Does the proposed implementation timeline meet RADP- West deadlines? Is the proposed timeframe realistic? Sector Knowledge Does the proposal demonstrate the offeror s knowledge related to the following technical sectors: Assessment of agribusiness processes and specific constraints identification Financial and Business Management training, including topics such as inventory tracking, and contract farmer management, sales Marketing development, export etc. Experience in conducting trainings and coaching in the above listed areas Experience with establishing business linkages between producer organizations and agribusinesses, and business linkages between Maximum Points 20 Points 10 Points 10 Points 10 Points

14 Page 14 of 64 exporters and international buyers Research and assessment skills Offeror demonstrates knowledge and connection with export market Offeror demonstrates knowledge of custom and export procedures Total Points Technical Approach Management, Key Personnel, and Staffing Plan Personnel Qualifications Do the proposed team members have necessary experience and capabilities to carry out the Scope of Work? Staffing Plan Does the proposed team have qualified staff to complete the task professionally and on time? Regional experience Does the proposed team have knowledge and experience in RADP-West districts. Total Points Management Corporate Capabilities, Experience and Past Performance Company Background and Experience Does the company have experience relevant to the project scope of work? Does the offeror have experience in agribusiness training module development and delivery for the agribusiness sector? Does the offeror have experience in delivery of structured coaching and mentoring? Does the offeror have experience in development linkage and marketing campaign for agribusiness and exporters? Does the offeror have experience in guiding and advising agribusiness and exporters in improvement of sorting, grading packaging, marketing and sales? Does the offeror have relevant past experience in the same geographic area? Total Points Past Performance Grand Total Scores 50 Points 15 Points 10 Points 5 Points 30 Points 20 Points 20 Points 100 Points Evaluation points will not be awarded for cost. Cost will primarily be evaluated for realism and reasonableness. If technical scores are determined to be nearly equal, cost will become the determining factor. This RFP utilizes the tradeoff process set forth in FAR Chemonics will award a subcontract to the offeror whose proposal represents the best value to Chemonics and the RADP-W project. Chemonics may award to a higher priced offeror if a determination is made that the higher technical evaluation of that offeror merits the additional cost/price.

15 Page 15 of 64 I.9. Negotiations Best offer proposals are requested. It is anticipated that a subcontract will be awarded solely on the basis of the original offers received. However, Chemonics reserves the right to conduct discussions, negotiations and/or request clarifications prior to awarding a subcontract. Furthermore, Chemonics reserves the right to conduct a competitive range and to limit the number of offerors in the competitive range to permit an efficient evaluation environment among the most highly-rated proposals. Highest-rated offerors, as determined by the technical evaluation committee, may be asked to submit their best prices or technical responses during a competitive range. At the sole discretion of Chemonics, offerors may be requested to conduct oral presentations. If deemed an opportunity, Chemonics reserves the right to make separate awards per component or to make no award at all. I.10. Terms of Subcontract This is a request for proposals only and in no way obligates Chemonics to award a subcontract. In the event of subcontract negotiations, any resulting subcontract will be subject to and governed by the terms and clauses detailed in Section III. Chemonics will use the template shown in section III to finalize the subcontract. Terms and clauses are not subject to negotiation. By submitting a proposal, offerors certify that they understand and agree to all of the terms and clauses contained in section III. I.11. Privity By submitting a response to this request for proposals, offerors understand that USAID is NOT a party to this solicitation.

16 Page 16 of 64 Section II Background, Scope of Work, Deliverables, and Deliverables Schedule II.1 Background RADP-West is a five-year project financed by USAID and implemented by Chemonics Afghanistan Limited Management and Implementation Services. The goal of the project is to improve food and economic security for rural Afghans in Herat, Badghis, and Farah Provinces. The overall objective of the program is to improve the productivity and profitability for targeted value chains in the wheat, high-value crop, and Livestock sectors. This sustainable agriculture program will support the consolidation of licit economies to fuel economic growth, including providing alternatives to poppy cultivation. RADP-West achieves its objectives through long term value chain approaches designed to address sustainability, as well as supporting the Afghan government in its ability to identify obstacles and adopt policies that enable open markets, support small farmers, uphold food safety and reduce environmental impact. Through this activity, RADP-West is proposing to support agribusinesses to increase their business capacity and to improve the final processing and sale of commodities to increase their profitability. Many Afghan agribusinesses lack sufficient skills to operate effectively, which limits their sales potential. Some of these internal constraints limiting effective business operations are: a lack of financial management and oversight; limited experience with effective branding and marketing techniques; and poor inventory control and warehouse requirements, which leads to product loss and loss of revenue. Additionally, many agribusinesses lack the necessary information and experience to effectively export their products to the international market. This impacts a wide variety of actors across the value chain, from producers that cannot sell their commodities, to the businesses who cannot meet sales targets. In particular, exporters face challenges with customs clearance and taxation, which limits their ability to export their commodities in a timely fashion. A lack of knowledge of freight, road, and sea transportation services limits their ability to ensure timely shipment and delivery of goods, resulting in high spoilage rates. Export markets require fresh products and therefore, the inability of exporters to address these challenges impact export revenues. Awareness of international food safety standards is another area in which Afghan businesses lack the required knowledge, which would allow them to compete in the export market. Furthermore, businesses lack international contacts and information needed to be competitive in the export markets, which undermines their profitability. Traders, exporters and processors have limited information on market demand, branding and marketing, packaging, labeling, and pricing. General Description In order to address this problem, RADP-West is undertaking an initiative which will assess the specific issues and constraints of 50 selected agribusinesses and provide technical assistance to improve business operations practices, efficiency and ability to increase sales and profitability. Of the 50 agribusinesses, 17 are specifically exporters requiring support to increase exports of locally produced Afghan products to the international market.

17 Page 17 of 64 II.2 Scope of Work The selected offeror will be supervised by the RADP-West Enabling Environment Team Lead and all activities will be carried out in coordination with RADP-West and Department of Agriculture, Irrigation, and Livestock (DAIL) representatives, as needed. The following statement of work includes a detailed description of the subcontract activity. However, offerors are welcome to propose innovative and unique activities, in addition to the activities outlined below, which will help achieve the outcome and objective of increased sales and profitability in 2016, for RADP-West identified agribusiness beneficiaries. The successful offeror will also facilitate increased linkages between producers and buyers, leading to the execution of new sales contracts to increase overall sales and profitability in In order to accomplish the objectives of this activity, the successful offeror will implement the following activities in support of RADP-West identified agribusiness beneficiaries: 1. Activities for all 50 RADP-West Agribusiness Beneficiaries: Assessment of current business processes and specific constraints identification for 50 RADP- West agribusiness beneficiaries. Provide training on business management topics including, but not limited to, financial management, inventory tracking, and contract farmer management, sales and any other topics identified, based on the assessment done to all 50 agribusinesses. Facilitate linkages between producer organizations and agribusinesses, to support new purchase contracts for quality commodities, from RADP-West program beneficiaries. 2. Specific Activities for 17 Exporter Agribusiness Beneficiaries: Provide training in export procedures, export market pricing and buyer contacts, commercial and regulatory formalities, registration procedures, shipment procedures including export clearance to 17 RADP-West exporter beneficiaries. Design and development of a marketing campaign for 17 exporters, to expand and accelerate their export of locally produced Afghan products to promote sales objectives. Provide marketing and demonstration sessions, that will include packaging and labeling, to 17 exporting companies. Facilitate linkages between exporters and international buyers, through buyers contacts with local representatives; support sales of locally produced Afghan products in the international market, through the execution of new sales contracts with international buyers The offeror will work with 50 agribusinesses, including 17 exporter companies, (A detailed list of all agribusiness beneficiaries will be provided by RADP-W to the successful offeror as part of the award) in RADP-West target Provinces and Districts which include: Herat: Guzara, Karukh, Injil, Kushk (Rabat Sangi), Pashtun Zarghan, Shindand

18 Page 18 of 64 Badghis: Muqur, Ab Kameri, Qala-I-Naw, Qadis Farah: Anar Dara, Farah, Pusht Rod. The specific commodities the offeror will support through this activity are outlined in the table below: RADP-W commodity table Herat Province Vegetables Fruits Nuts Wheat Herat (30 agribusinesses) Badghis (6 agribusinesses) Farah (14 agribusinesses) onions, tomatoes, cucumbers, eggplants, peppers, sweet peppers, celery, squash, carrots, cauliflower, cabbage, green beans tomatoes, eggplants, okra, cauliflower tomatoes, cucumbers, onions grapes, apples, peaches, apricots, plums Apples pomegranates, watermelons, jujubes almonds and pistachios pistachios, walnuts pistachios wheat wheat wheat ** A detailed list of agribusiness beneficiaries will be provided by RADP-W to the successful offeror as part of the award RADP-West may award one or more awards for the completion of this activity, depending on quantity of offers received and proposed activity plan for achieving objectives. The activity will be divided into the following phases over the course of approximately 8 months, from June through January 2017: Phase 1: Agribusiness Business Needs Assessments and Recommendations for Improvement The successful offeror will complete an Agribusiness Business Needs Assessments of 50 RADP-West beneficiary agribusinesses, in order to identify constraints and improve business operations procedures, The Agribusiness Business Needs Assessments will include but not limited to a review of the following items: Financial management/basic accounting principles and systems Annual, quarterly and monthly plans Inventory tracking system Identification of the business current suppliers and identifying gaps in post-harvest handling techniques Assessment of current collection point processes Assess of current sorting, labeling and packaging procedures Identify current business sales outlets and buyers. To establish a baseline for tracking increase in sales, the successful offeror will be required to report on each businesses current financial situation, including current profit, sales revenue, losses, and cash flow. Once initial assessments are completed, the successful offeror will provide RADP-West with a written report, 5-10 pages in length, of assessment findings, and outlining recommendations for operational

19 Page 19 of 64 improvements. RADP-West will provide the successful offeror with templates for completing the assessment reports. RADP-West will coordinate with the successful offeror on any direct support or assistance which may be needed for each agribusiness to improve operations. Support for agribusiness needs identified by the successful offeror may be provided by RADP-West to the agribusiness directly and should not be included as part of this subcontract activity. Phase 2: Implementation of Training Program for Agribusinesses to Support Business Operations Improvements As a result of the Agribusiness Business Needs Assessments, the successful offeror will develop a practical training program in order to address constraints and to improve business operations, product quality and volume of sales. The training program will be develop in coordination with the RADP-West technical teams, The program will include training topics,, number of trainees, and name of trainers, materials, methodology, expected results, time lines and venues. Practical business operations training topics should include, but are not limited to: Financial management/basic accounting training (4 day- each topic one day): o Cash Flow o Balance sheet o Sales tracking o Record keeping Marketing (4 day each topic one day) o Branding o Packaging o Hygiene certification o Expanding market reach and developing new national and international clients Logistics (2 day each topic one day) o Freight, road and sea services o Cold storage arrangements Inventory control (2 day) o Warehouse management o Basics of distribution o Control/prevent spoilage, in the case of perishable products. The above topics are preliminary topics and could be specified in greater detail, based on assessment needs discussions, and approval by RADP-W technical team. Specific to Exporters, the training program should include, but is not limited to, the following export training topics: Export Procedures and Commercial and Regulatory Formalities (2 day): o Registration procedures o Pre-shipment procedures o Shipment procedures, including export clearance o Taxation o Export market information, including pricing and buyer contacts.

20 Page 20 of 64 Agribusiness trainees will be divided into groups of up to 5 agribusinesses in targeted provinces, each agribusiness with 2 representatives in attendance during the training session. Training will be delivered on topics outlined above, over the course of 12 days, 2 additional days will be scheduled for export training for the 17 agribusiness beneficiaries. Each day s training should not be less than 5 hours. RADP-West will review and approve the successful offeror s training plan and implementation timeline, in advance of training commencing. The estimated number of training groups, trainees, and training days required, per District, for the business operations training, is outlined below: Province Number of Total Total Number Total Number Agribusinesses Number of Training of Training of Trainees Groups Days Herat Badghis Farah The estimated number of training groups, trainees, and training days required per Province for the 2 days export training is outlined below: Province Number of Total Total Number Total Number Agribusinesses Number of of Training of Training Trainees Groups Days Herat The successful offeror should prepare and conduct pre and post-training assessments to gauge participants level of knowledge and skills, before and after the delivery of training programs. Training materials should include: Curriculum, PowerPoint presentations, practical demonstrations and visual training materials, such as handouts and fliers. All training materials must be translated into Dari/Pashto. RADP-West will approve training materials. Training materials should be delivered to RADP-W Enabling Environment team, two (2) weeks prior to the start of training and the feedback forms The subcontract must use feedback form which will provide reflection regarding the training program quality, schedule, trainers capacity and presentation skills, as well as facility and logistics. RADP-West will provide the subcontract with the feedback form. Track training participants: The successful offeror will track each trainee s attendance at the end of each day of training for completion of the full training program. Selected participants will be key leaders of their organizations, responsible for business development and management services within their respective organizations. In case, the key leaders can t attend due to any valid reason, the organization will nominate relevant staff of to the training program who will work on the same area of expertise. The successful offeror or must track training participants using RADP-West provided templates, including trainee names, titles, training topic, location of training, signatures of attendees, photos, Copy of Tazkera and Tazkera # and other identifying information. The successful offeror will provide all logistical support for training, for up to 15 participants in each session, including provision of trainers, training materials, venue, transportation, refreshments, and other

21 Page 21 of 64 logistical considerations. It is anticipated that trainings will be held in each District capital as a central location, to ensure representatives from each company can easily attend the training sessions. Each training will be assessed as per the training plan, (provided to the Enabling Environment Team three (3) weeks prior to delivery of training, to be approved by RADP-West), in addition to trainer performance, adherence to schedule, and delivery method. Performance feedback will be provided by RADP-West to the successful offeror within a week of training delivery. Staffing and Qualifications of Proposed Trainers It is up to the offeror to develop a team of experts required to deliver trainings as outlined above. The offeror should propose trainers who have at least 3 years experience in marketing, agribusiness and private sector operations, including financial management, marketing, logistics, and export procedures. Proposed trainers should meet the following criteria: Team Leader /Marketing Specialist - The individual should have a minimum of 3 years of marketing experience particularly in the agriculture sector; a bachelor degree from business or economic school is required a Master or a PhD in the same field of study is preferred Business Specialist/Trainer - The individual should have a minimum of 3 years of business experience in marketing and sales; at least 2 years of practical training experience in marketing; a business Bachelor s Degree is required a Master degree or a PhD is preferred Financial Specialist/Trainer - The individual should have experience in basic accounting and practical training experience in one of the following topics: financial management/basic accounting;; at least 2 years of practical training experience in one of the above mentioned specialties; a Bachelor s Degree is required a Master degree or a PhD is preferred International Trade/Export Specialist/Trainer - The individual should have experience with export of agriculture commodities including custom clearness; at least 2 years practical training experience in one of the above mentioned specialties; a Bachelor s Degree is required a Master degree or a PhD is preferred Agricultural Specialist/trainer - The individual should have experience in post-harvest including sorting, grading and packaging; at least 2 years of practical training experience in vegetable and fruit post handling: a Bachelor s Degree is required a Master degree or a PhD is preferred For all above positions the candidates must have the ability to travel to RADP-West Target Provinces, Districts, and selected Villages, if needed, to deliver training - list of districts and villages is provided in Article II.2.2 These positions will be considered key personnel. The offer must make no diversion or replacement of key personnel without Chemonics concurrence and written consent. Before removing, replacing or diverting any of the listed or specified personnel, the offer must: (1) notify Chemonics reasonably in advance and; (2) submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on this award; and (3) receive written approval from Chemonics for the proposed personal change.

Page 1 of 49 RADP-S-2016-040-N. June 28, 2016. Request for Proposals # RADP-S-2016-040-N. Production of Radio Drama & Public Service Announcements

Page 1 of 49 RADP-S-2016-040-N. June 28, 2016. Request for Proposals # RADP-S-2016-040-N. Production of Radio Drama & Public Service Announcements Page 1 of 49 Request for Proposals # RADP-S-2016-040-N Dear Sir or Madam, June 28, 2016 Chemonics Afghanistan Limited Management and Implementation Services (hereinafter referred to as Chemonics ), under

More information

Regional Agricultural Development Program West (RADP-W) Annual Program Statement (APS) No. RADPW-APS-01

Regional Agricultural Development Program West (RADP-W) Annual Program Statement (APS) No. RADPW-APS-01 Regional Agricultural Development Program West (RADP-W) Annual Program Statement (APS) No. RADPW-APS-01 Issuance Date: June 10, 2015 The Regional Agricultural Development Program West (RADP-W) is seeking

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Issue Date: 09/16/2015 Deadline for Registration on Afghanbids.com: 09/20/2015 Closing Date for Proposals: 09/29/2015 Closing Time: 16:00 Kabul Time Discussion End Date: 09/22/2015

More information

REQUEST FOR PROPOSALS. November 13, 2015 6:00pm Eastern European Time. Time Zone. (EET) Zone

REQUEST FOR PROPOSALS. November 13, 2015 6:00pm Eastern European Time. Time Zone. (EET) Zone REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: #EURASIA2015BR07o Open

More information

1. Request for Proposal Services

1. Request for Proposal Services 1. Request for Proposal Services DAI, implementer of the USAID funded Women in the Economy (WIE), invites qualified vendors to submit proposals/bids to supply and deliver survey of Small and Medium Enterprises,

More information

REQUEST FOR PROPOSALS. February 9, 2016 close of business Mongolia Time

REQUEST FOR PROPOSALS. February 9, 2016 close of business Mongolia Time REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2015MG05o Open

More information

1. Request for Proposal Services

1. Request for Proposal Services 1. Request for Proposal Services DAI, implementer of the USAID funded Women in the Economy (WIE), invites qualified vendors to submit proposals/bids to supply and deliver/implement MBA Corps project, as

More information

Request for Proposals (RFP) Strategic Education Consulting Services December 2012 FILING DEADLINE: DECEMBER 21, 2012 (5 P.M. EST)

Request for Proposals (RFP) Strategic Education Consulting Services December 2012 FILING DEADLINE: DECEMBER 21, 2012 (5 P.M. EST) Request for Proposals (RFP) Strategic Education Consulting Services December 2012 FILING DEADLINE: DECEMBER 21, 2012 (5 P.M. EST) I. PROJECT OVERVIEW As a public media system leader, one of the Corporation

More information

Request for Proposals. Security Advisory Services for the International Executive Service Corps

Request for Proposals. Security Advisory Services for the International Executive Service Corps Request for Proposals Proposal Title: Bid Reference Number: Security Advisory Services for the International Executive Service Corps IESC Security Advisory Services Issue Date: January 21, 2015 Closing

More information

Request for Proposals

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

More information

Institute of International Education (IIE) 809 United Nations Plaza New York, NY 10017. Request for Proposal

Institute of International Education (IIE) 809 United Nations Plaza New York, NY 10017. Request for Proposal Institute of International Education (IIE) 809 United Nations Plaza New York, NY 10017 Request for Proposal Technical Assistance Services for Scholarships & Training for Egyptian Professionals (STEP) October

More information

CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis

CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis Deadline for response: May 8, 2013 5 p.m. EST RFP AT A GLANCE The Corporation for Public Broadcasting

More information

REQUEST FOR QUOTATIONS (RFQ) Drainage / Cleaning of Septic Well for CCI Kabul office

REQUEST FOR QUOTATIONS (RFQ) Drainage / Cleaning of Septic Well for CCI Kabul office REQUEST FOR QUOTATIONS (RFQ) Drainage / Cleaning of Septic Well for CCI Kabul office To From Subject : Offerors : Creative Associates International, Inc. Community Cohesion Initiative (CCI) : Request for

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

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station

More information

Request for Proposal Implementation Agents of Health Information Technology: Behavioral Health, Primary Care, and other Specialty Healthcare Providers

Request for Proposal Implementation Agents of Health Information Technology: Behavioral Health, Primary Care, and other Specialty Healthcare Providers Request for Proposal Implementation Agents of Health Information Technology: Behavioral Health, Primary Care, and other Specialty Healthcare Providers ISSUE DATE: April 26 th, 2013 RESPONSE DUE DATE: May

More information

EMPIRE STATE DEVELOPMENT

EMPIRE STATE DEVELOPMENT EMPIRE STATE DEVELOPMENT REQUEST FOR QUALIFICATIONS IN ORDER TO SELECT A GROUP OF UP TO 6 QUALIFIED FIRMS THAT WILL THEN BE ASKED TO SUBMIT A FORMAL PROPOSAL FOR NEW YORK STATE S $50MM TO $75MM ECONOMIC

More information

REQUEST FOR PROPOSALS. 403(b) Retirement Plan Investment Analysis and Consulting. July 2012

REQUEST FOR PROPOSALS. 403(b) Retirement Plan Investment Analysis and Consulting. July 2012 REQUEST FOR PROPOSALS 403(b) Retirement Plan Investment Analysis and Consulting July 2012 I. Investment Analysis and Consulting The Corporation for Public Broadcasting ( CPB ) is seeking proposals for

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

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

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

More information

Cost Analysis Key Components Guidance and Checklist

Cost Analysis Key Components Guidance and Checklist Cost Analysis Key Components Guidance and Checklist A Mandatory Reference for ADS Chapter 300 New Edition Date: 04/02/2013 Responsible Office: M File Name: 300mad_040213 COST ANALYSIS KEY COMPONENTS GUIDANCE

More information

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5]) PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.

More information

RHODE ISLAND INFRASTRUCTURE BANK. REQUEST FOR PROPOSAL (RFP) Executive Search Firm

RHODE ISLAND INFRASTRUCTURE BANK. REQUEST FOR PROPOSAL (RFP) Executive Search Firm RHODE ISLAND INFRASTRUCTURE BANK REQUEST FOR PROPOSAL (RFP) Executive Search Firm I. Description of Proposal The Rhode Island Infrastructure Bank (the Bank ) is issuing this Request for Proposals ( RFP

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

GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS

GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS Japan International Cooperation Agency (JICA) December 2006 (Amended December 2009) version 1.0 CONTENTS INTRODUCTION...

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

North American Development Bank. Model Bidding Document: Consultant Services

North American Development Bank. Model Bidding Document: Consultant Services North American Development Bank Model Bidding Document: Consultant Services MODEL DOCUMENTS Sample letter of invitation Outline for typical Terms of Reference Supplementary information for consultants

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

Creating a Network to Support the LGBT Community

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.

More information

Minnesota Farm to School Grant Program 2016

Minnesota Farm to School Grant Program 2016 Minnesota Farm to School Grant Program 2016 2016 Request for Proposals Contents Background 2 Program Goals 2 Eligible Applicants and Required Letters of Support 2 Eligible Projects 2 Cash Match and Ineligible

More information

December 10, 2010. Dear Interested Party:

December 10, 2010. Dear Interested Party: December 10, 2010 Dear Interested Party: The Florida Healthy Kids Corporation (the Corporation ) is a non-profit corporation created by the State of Florida with the mission of providing comprehensive

More information

Project Management Procedures

Project Management Procedures 1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive

More information

CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Moderated Online Focus Groups and Data Analysis

CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Moderated Online Focus Groups and Data Analysis CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Moderated Online Focus Groups and Data Analysis I. OVERVIEW The Corporation for Public Broadcasting ( CPB ) is seeking proposals to conduct moderated

More information

Fund for Public Health in New York 291 Broadway, 17th Floor, New York, NY 10007 Phone: (212) 266-7821 Fax: (212) 693-1856 www.fphny.

Fund for Public Health in New York 291 Broadway, 17th Floor, New York, NY 10007 Phone: (212) 266-7821 Fax: (212) 693-1856 www.fphny. Fund for Public Health in New York 291 Broadway, 17th Floor, New York, NY 10007 Phone: (212) 266-7821 Fax: (212) 693-1856 www.fphny.org Medical Billing and Coding Training Program Request for Proposals

More information

PROFESSIONAL AUDITING SERVICES REQUEST FOR PROPOSALS (RFP)

PROFESSIONAL AUDITING SERVICES REQUEST FOR PROPOSALS (RFP) PROFESSIONAL AUDITING SERVICES REQUEST FOR PROPOSALS (RFP) INTRODUCTION The Town of Westlock (hereinafter referred to as the Town ) invites qualified accounting firms to submit proposals to provide professional

More information

LEGAL SERVICES CORPORATION REQUEST FOR PROPOSAL FOR DEVELOPMENT OF E-LEARNING TRAINING COURSE

LEGAL SERVICES CORPORATION REQUEST FOR PROPOSAL FOR DEVELOPMENT OF E-LEARNING TRAINING COURSE LEGAL SERVICES CORPORATION REQUEST FOR PROPOSAL FOR DEVELOPMENT OF E-LEARNING TRAINING COURSE OCTOBER 14, 2015 INTRODUCTION Legal Services Corporation (LSC) invites your company to submit a proposal for

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

Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015

Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015 Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015 I. INTRODUCTION General Information Alaska Conservation Foundation, hereafter known as ACF, is requesting proposals

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 Casper, Wyoming. Request for Proposals. for. Food Service Point of Sale Solution

City of Casper, Wyoming. Request for Proposals. for. Food Service Point of Sale Solution City of Casper, Wyoming Request for Proposals for Food Service Point of Sale Solution The City of Casper, Wyoming (hereinafter referred to as City ) is seeking qualification statements and service proposals

More information

Purchasing a Business in Utah - RFP Approval Bid Process

Purchasing a Business in Utah - RFP Approval Bid Process REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for

More information

Request for Proposals. Communications and Marketing Station Support for American Graduate: Let s Make It Happen Initiative July 2013

Request for Proposals. Communications and Marketing Station Support for American Graduate: Let s Make It Happen Initiative July 2013 Request for Proposals Communications and Marketing Station Support for American Graduate: Let s Make It Happen Initiative July 2013 The Corporation for Public Broadcasting (CPB) is seeking to engage a

More information

Maintenance Management Software

Maintenance Management Software REQUEST FOR PROPOSALS Maintenance Management Software 5400 Ox Road Fairfax Station, Virginia 22039 www.novaparks.com June 18, 2015 NOTICE REQUEST FOR PROPOSALS Maintenance Management Software June 18,

More 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

WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board)

WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board) WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board) Workforce Innovation & Opportunity Act Website Maintenance, Updates, & SEO Hosting Request for Quotes (RFQ)

More information

Request for Proposals for Event Planner for the Humble Rodeo and BBQ Cook-off Event Proposal Request No. 16-001

Request for Proposals for Event Planner for the Humble Rodeo and BBQ Cook-off Event Proposal Request No. 16-001 Request for Proposals for Event Planner for the Humble Rodeo and BBQ Cook-off Event Proposal Request No. 1-001 Proposal Due Date: Friday, June 10, 201 3:00 pm (CST) Table of Contents Contents Section 1

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

CITY AND COUNTY OF DENVER

CITY AND COUNTY OF DENVER CITY AND COUNTY OF DENVER MICHAEL B. HANCOCK MAYOR HUMAN RIGHTS AND COMMUNITY PARTNERSHIPS Denver Office of Strategic Partnerships IN COOPERATION WITH DEPARTMENT OF GENERAL SERVICES Purchasing Division

More information

10/30/2015. Procurement Under the New Requirements. Why This Session Is Needed. Lesson Overview & Module Objectives. Changes to conflict of interest

10/30/2015. Procurement Under the New Requirements. Why This Session Is Needed. Lesson Overview & Module Objectives. Changes to conflict of interest Requirements Procurement under the New Requirements 1 1 Why This Session Is Needed New provisions in Uniform Guidance Changes to conflict of interest requirements in Uniform Guidance Distinctions between

More information

CONSULTANT AGREEMENT THIS AGREEMENT MADE THIS DAY OF A.D. BETWEEN: Client Name: (hereinafter referred to as the Client) OF THE FIRST PART -AND-

CONSULTANT AGREEMENT THIS AGREEMENT MADE THIS DAY OF A.D. BETWEEN: Client Name: (hereinafter referred to as the Client) OF THE FIRST PART -AND- CONSULTANT AGREEMENT THIS AGREEMENT MADE THIS DAY OF A.D. BETWEEN: Client Name: (hereinafter referred to as the Client) OF THE FIRST PART -AND- D.V. MANAGEMENT LTD. O/A KEYSTONE MARKETING SERVICES (hereinafter

More information

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716. Date: May 17, 2015

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716. Date: May 17, 2015 CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 Date: May 17, 2015 Request for Proposal # F150019592 Cost Allocation Services Questions concerning requirements of

More information

Request for Service. Business and Technical Consulting Services Senior Business Analyst OntarioMD EMR Physician Dashboard

Request for Service. Business and Technical Consulting Services Senior Business Analyst OntarioMD EMR Physician Dashboard Request for Service Business and Technical Consulting Services Senior Business Analyst OntarioMD EMR Physician Dashboard RFS Number: 2015-11 Issued: October 29, 2015 Closing Date: November 12, 2015 at

More information

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS Section I. Purpose The purpose of these Guidelines is to describe the methods and procedures governing the use, awarding,

More information

REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62

REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62 REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62 Submit proposals or inquiries to: Community Consolidated School District 62 Attention: Susan Shepard 777 E.

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

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL A. PURPOSE: The Collingswood Board of Education is seeking proposals from qualified respondents as follows: Board

More information

Firm Deadline: June 30, 2014 TIME: 5:00 PM US Eastern Time

Firm Deadline: June 30, 2014 TIME: 5:00 PM US Eastern Time REQUEST FOR PROPOSALS #03500 Combined Project Management & Microsoft Project Training for Selected EGPAF Country Offices In support of ELIZABETH GLASER PEDIATRIC AIDS FOUNDATION (EGPAF) 1140 Connecticut

More information

General Terms of Public Procurement in Service Contracts JYSE 2014 SERVICES

General Terms of Public Procurement in Service Contracts JYSE 2014 SERVICES General Terms of Public Procurement in Service Contracts January 2015 Contents Introduction...3 Issues to be observed in applying...5 General Terms of Public Procurement in Service Contracts ()...9 1 Definitions...9

More information

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the New Jersey Building Authority Capital Budget Modeling and Advisory Services State Fiscal Years 2016, 2017 and 2018 Issued by the

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL ISSUED: JUNE 21, 2016 PROPOSALS DUE: AUGUST 22, 2016 CITY OF RIVERSIDE

More information

SCRANTON, PA 18503 (570) 963-6800

SCRANTON, PA 18503 (570) 963-6800 REQUEST FOR PROPOSALS FOR GRANT WRITING SERVICES FOR ENVIRONMENTAL ASSESSMENTS OF BROWNFIELD SITES PROPOSAL FORMAT AND SCOPE OF SERVICES PROPOSALS TO BE SUBMITTED BY 10:00 AM, MONDAY, SEPTEMBER 29, 2014

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

Request for Proposal (RFP) for Services

Request for Proposal (RFP) for Services Ref: RFP 2015/106 Request for Proposal (RFP) for Services Catering Services for the 10 th Meeting of the GCF Board, Songdo, Korea RFP No. 2015/106 1 1. Background Catering Services for the 10 th Meeting

More information

REQUEST FOR QUOTE (RFQ)

REQUEST FOR QUOTE (RFQ) REQUEST FOR QUOTE (RFQ) Texas Guaranteed Student Loan Corporation (referred to herein as TG ) is a private, nonprofit corporation that promotes public access to higher education and student success in

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

MISSISSIPPI OCCUPATIONAL THERAPY ASSOCIATION BYLAWS

MISSISSIPPI OCCUPATIONAL THERAPY ASSOCIATION BYLAWS MISSISSIPPI OCCUPATIONAL THERAPY ASSOCIATION BYLAWS MSOTA P. O. Box 2188 Brandon, MS 39043 Phone: 601-853-9564 www.mississippiota.org mississippiota@gmail.com Revised by MSOTA Board 11/14/92 Finalized

More information

8.OFFER DUE DATE: 2:00pm September 18, 2008 12. PAYMENT DISCOUNT TERMS

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:

More information

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015 CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015 Request for Proposals #JD150021703 Insurance Agent /Broker of Record Services Questions concerning requirements

More information

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS A. PURPOSE: The Collingswood Board of Education is seeking proposals through the EUS procurement process

More information

Bid closing date December 21, 2013

Bid closing date December 21, 2013 REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission

More information

The Public Procurement Rules, 2064 (2007)

The Public Procurement Rules, 2064 (2007) The Public Procurement Rules, 2064 (2007) Date of Publication in Nepal Gazette: 2064-5-3 B.S. (20 August 2007 A.D.) Amendment 1.Public Procurement (First Amendment) Regulation, 2065 (2008) 2065-8-9 (24

More information

THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #515-16-146

THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #515-16-146 THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #515-16-146 The Board of Trustees of the Oklahoma Public Employees Retirement System (OPERS)

More information

USAID Procurement Procedures

USAID Procurement Procedures USAID Procurement Procedures Rabat, Morocco 25-27 May 2011 Objectives Understand how USAID defines procurement and how to comply with USAID s procurement regulations. Understand what you may and may not

More information

PARTNERSHIP AGREEMENT Between The U.S. Small Business Administration And The Commodity Futures Trading Commission

PARTNERSHIP AGREEMENT Between The U.S. Small Business Administration And The Commodity Futures Trading Commission PARTNERSHIP AGREEMENT Between The U.S. Small Business Administration And The Commodity Futures Trading Commission Sections 7(j) and 8(a) of the Small Business Act (the Act) (15 U.S.C. 636 (j) and 637(a))

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

RULES AND PROCEDURES FOR PROFESSIONAL SERVICE AGREEMENTS OTHER THAN THOSE ESTABLISHED BY ORDINANCE 64103 (REVISED NOVEMBER 16, 2004)

RULES AND PROCEDURES FOR PROFESSIONAL SERVICE AGREEMENTS OTHER THAN THOSE ESTABLISHED BY ORDINANCE 64103 (REVISED NOVEMBER 16, 2004) RULES AND PROCEDURES FOR PROFESSIONAL SERVICE AGREEMENTS OTHER THAN THOSE ESTABLISHED BY ORDINANCE 64103 (REVISED NOVEMBER 16, 2004) In accordance with Ordinance 64102 the following Rules and Procedures

More information

Customer. Strategy OMA Insurance

Customer. Strategy OMA Insurance Ontario Medical Association 150 Bloor Street West, Toronto, Ontario Request for Proposal Customer Experience Research and Strategy OMA Insurance TABLE OF CONTENTS 1 STATEMENT OF WORK...3 1.1 Purpose...

More information

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

More information

CENTRAL TEXAS COLLEGE DISTRICT REQUEST FOR PROPOSAL NO. RFP 14-012 APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM

CENTRAL TEXAS COLLEGE DISTRICT REQUEST FOR PROPOSAL NO. RFP 14-012 APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM REQUEST FOR PROPOSAL NO. RFP 14-012 APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM Central Texas College P.O. Box 1800 Killeen, TX 76540-1800 Telephone: 254.526.1203

More information

ULSTER COUNTY PURCHASING DEPARTMENT SUPPLIER HANDBOOK

ULSTER COUNTY PURCHASING DEPARTMENT SUPPLIER HANDBOOK ULSTER COUNTY PURCHASING DEPARTMENT SUPPLIER HANDBOOK Marc Rider Director of Purchasing 05/15 This handbook has been prepared to give firms an basic overview of government purchasing specifically as it

More information

Request for Proposal

Request for Proposal Request for Proposal Translation & Interpretation Services RFP Number: 13JAN2015_Translation & Interpretation Services Date Issued: January 13, 2015 Due Date: January 21, 2015 Procurement Contact: Jamie

More information

SOL-514-15-000003 - Rural Financial Services (RFS) QUESTIONS & ANSWERS DOCUMENT January 26, 2015

SOL-514-15-000003 - Rural Financial Services (RFS) QUESTIONS & ANSWERS DOCUMENT January 26, 2015 SOL-514-15-000003 - Rural Financial Services (RFS) QUESTIONS & ANSWERS DOCUMENT January 26, 2015 TECHNICAL 1. Are there any data available on the rates of loan repayments of financial intermediaries operating

More information

Strong Hubs for Afghan Hope and Resilience

Strong Hubs for Afghan Hope and Resilience RFP-SHAHAR-KAB-013 Strong Hubs for Afghan Hope and Resilience Request for Proposal (RFP) No. RFP-SHAHAR-KAB-013 Website design, development, hosting, and support Issue Date: 14 June 2016 WARNING: Prospective

More information

REQUEST FOR PROPOSALS. March 4, 2016, 17:00 pm Central European Time Closing Deadline:

REQUEST FOR PROPOSALS. March 4, 2016, 17:00 pm Central European Time Closing Deadline: REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: MENA2016T06o Open Date:

More information

SECTION G CONTRACT ADMINISTRATION DATA. The person named below is designated as the Contracting Officer's Representative (COR):

SECTION G CONTRACT ADMINISTRATION DATA. The person named below is designated as the Contracting Officer's Representative (COR): SECTION G CONTRACT ADMINISTRATION DATA 1. CONTRACTING OFFICER'S REPRESENTATIVE The person named below is designated as the Contracting Officer's Representative (COR): Tom Patterson Cartographer The Contracting

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

NEW YORK LIFE INSURANCE COMPANY BOARD OF DIRECTORS CORPORATE GOVERNANCE GUIDELINES

NEW YORK LIFE INSURANCE COMPANY BOARD OF DIRECTORS CORPORATE GOVERNANCE GUIDELINES NEW YORK LIFE INSURANCE COMPANY BOARD OF DIRECTORS CORPORATE GOVERNANCE GUIDELINES The New York Life Insurance Company Board of Directors (the Board of Directors or Board ) recognizes its responsibility

More information

Sub awards. Property Management

Sub awards. Property Management AURA Central Administrative Services (CAS) provides AURA Operating Centers funded by NSF with the business services defined herein. These services will be performed in accordance with federal and state

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

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. 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,

More information

EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES

EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES The Kenya Power & Lighting Co. Ltd. EXPRESSION OF INTEREST PROVISION OF TRAINING SERVICES TENDER NO. KPLC1/5BA/42U/01/11 LIST OF CONTENTS PART I INTRODUCTION PART II SUMMARY OF THE IN-HOUSE COURSES TO

More information

Detroit Land Bank Authority Request for Qualifications:

Detroit Land Bank Authority Request for Qualifications: Detroit Land Bank Authority Request for Qualifications: Organizations to serve as Homeownership Educators and Third Party Advisors during the Purchase and Rehab of Homes from the Detroit Land Bank Authority

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

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/036 Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas International Renewable Energy Agency Abu Dhabi, UAE November,

More information

Workforce Development Councils of Alabama Existing Industry Training Program - Guidelines -

Workforce Development Councils of Alabama Existing Industry Training Program - Guidelines - Workforce Development Councils of Alabama Existing Industry Training Program - Guidelines - The Department of Postsecondary Education (DPE) is seeking applications for projects to serve the training needs

More information

Prequalification Document for Procurement of Works

Prequalification Document for Procurement of Works STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement

More information

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents Request for Proposal For: CQ5 Java Developer ABA Information Systems April 11, 2013 Table of Contents Bid Timetable [2] 1.0 General Information [3] 2.0 Proposal Requirements [6] 3.0 Criteria for Selection

More 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