July 5, 2016 FAILURE TO RETURN THIS BID ADDENDUM IN ACCORDANCE WITH INSTRUCTIONS MAY SUBJECT YOUR BID TO REJECTION ON THE AFFECTED ITEM(S):

Size: px
Start display at page:

Download "July 5, 2016 FAILURE TO RETURN THIS BID ADDENDUM IN ACCORDANCE WITH INSTRUCTIONS MAY SUBJECT YOUR BID TO REJECTION ON THE AFFECTED ITEM(S):"

Transcription

1 STATE OF NORTH CAROLINA DEPARTMENT OF ADMINISTRATION OFFICE OF FISCAL MANAGEMENT IMPORTANT BID ADDENDUM July 5, 2016 FAILURE TO RETURN THIS BID ADDENDUM IN ACCORDANCE WITH INSTRUCTIONS MAY SUBJECT YOUR BID TO REJECTION ON THE AFFECTED ITEM(S): BID NUMBER: #13-MS TITLE: Business Development Supportive Services COMMODITY: DBE and HUB Consulting Including Technical Assistance PURCHASER: Meredith Swartz ADDENDUM NUMBER: 02 USING AGENCY: Office of Historically Underutilized Businesses OPENING DATE/TIME: July 15, 2:00PM ET INSTRUCTIONS: 1. Please make the following change(s) in the bid referenced above: A. REVISION OF SECTION 4.1 CONTRACT TERM B. REVISION OF SECTION 5.3 ITEM A. SITE VISITS C. QUESTIONS AND S 2. Check ONLY one of the following categories and return one properly executed copy of this addendum prior to bid opening time and date. Bid has already been submitted. Changes resulting from this addendum are as follows: Bid has already been submitted. NO CHANGES resulted from this addendum. Bid has NOT been submitted and ANY CHANGES resulting from this addendum are included in our bid. Execute Addendum: BIDDER: ADDRESS (CITY & STATE): AUTHORIZED SIGNATURE: DATE: NAME and TITLE (Print): DELIVERED BY US POSTAL SERVICE RFP NO. 13 MS Attn: Meredith Swartz NC Department of Administration Office of Fiscal Management (Purchasing Section) 1306 Mail Service Center Raleigh, NC DELIVERED BY ANY OTHER MEANS (Preferred) RFP NO. 13 MS Attn: Meredith Swartz NC Department of Administration Office of Fiscal Management (Purchasing Section) 116 West Jones Street, Room 2054 Raleigh, NC

2 BID NUMBER: 13-MS PAGE 2 A. REVISION OF SECTION 4.1 CONTRACT TERM The Contract shall have an initial term of one (1) year, beginning on the date of contract award (the Effective Date ). The Vendor shall begin work under the Contract within ten (10) business days of the Effective Date. At the end of the Contract s current term, the State shall have the option, in its sole discretion, to renew the Contract on the same terms and conditions for up to a total of two additional six-month terms. The State will give the Vendor written notice of its intent whether to exercise each option no later than thirty days before the end of the Contract s then-current term. In addition, the State reserves the right to extend a contract term for a period of up to 180 days in 90-day-or-less increments B. REVISION OF SECTION 5.3 ITEM A. SITE VISITS Conduct a minimum of three (3) site visits with each firm to assess and evaluate operations, capital needs, equipment needs, labor force demands, develop business plan and growth plan, and provide technical support. Should read: Conduct a minimum of three (3) site visits with each firm to assess and evaluate operations, capital needs, equipment needs, labor force demands, develop business plan and growth plan, and provide technical support. If a participating firm is determined to be ready, willing, able to bid on a minimum of three (3) projects monthly, Contract Manager will coordinate with vendor to determine an appropriate action plan. C. QUESTIONS AND S QUESTION NO. REFERENCE QUESTION QUESTION 1. RFP sec 4.1 Please confirm the contract time period is only for 6 months? Page #11 Please refer to Section A. of this Addendum No. 2. Initial term of this contract will be one (1) year with 2 optional additional six-month terms QUESTION 2. RFP sec 4.3 Page 11 Can weekly invoices be submitted under an approved circumstance, and if so what are the approved situations? Payment, consistent with Attachment C Pricing Proposal (Page 26 of 29), indicates each vendor payment (invoice) will be issued using the Unit price (Per Firm) rates after completion of all deliverables and required tasks are provided for each firm outlined in this Scope of Work. Vendor payments will be processed upon completion of all deliverables and required tasks. Vendor invoices should include only completed deliverables and tasks as described in Sections 5.3 and 6.3 (Appendix A). QUESTION 3. RFP sec 5.1 Page 14 The 200 firms that are selected by the HUB office are these firms certified HUB firms currently? All selected firms may not possess certification as a Historically Underutilized Business (HUB). The 200 firms selected as candidates for participation may include firms certified as Disadvantaged Business Enterprise businesses by the North Carolina Dept. of Transportation, Small Business Enterprises (SBE), Small Professional Service Firms, Historically Underutilized Business (HUB). QUESTION 4. RFP sec 5.1 What criteria will be used to select the 200 firms? Page 14 RESPONSE: The North Carolina Dept. of Administration, Office of Historically Underutilized Businesses will select target firms. Criteria included in the selection of firms may encompass the following: a) Firms performing high demand trades as defined within the vertical and horizontal industry; b) Firms performing trades found to have an underrepresentation of minority or women businesses; Responses to Bid Number 13-MS Business Development and Supportive Services RFP Page 2 c) Firms requesting assistance with business growth, business plans, financial management assistance, target training, etc.;

3 BID NUMBER: 13-MS PAGE 3 d) Firms performing trades projected to have high demands [ based on market forecast] within the upcoming two to four years; e) Firms committing to participate in a two-year business development program; f) Non-construction trades seeking assistance with business development; g) Non-prequalified firms seeking assistance in meeting prequalification requirements; and, h) Small businesses seeking business development assistance. QUESTION 5. RFP sec 5.2 Page 14 What is the current % of certified minority, women small disadvantage business (based in the state of NC) what is the baseline from which improvement will be gaged? The population referenced in Section 5.2 includes businesses certified by the State of North Carolina as Historically Underutilized Businesses (Minority and Woman Business owned), Disadvantaged Business Enterprises (Minority and Woman Business owned), Small Business Enterprise and Small Professional Service Firm(s). a. The North Carolina Department of Transportation reports 1,392 firms certified under the Small Business Enterprise Program with a North Carolina address. b. Total Certified HUB firms in North Carolina: 3,128 as of June 29, 2016 (2,002 of the 3,128 certified HUB firms indicate their respective firms are small businesses. Minority-owned HUB firms based in North Carolina: 1,622 Woman-owned HUB firms based in NC: 1,460 Disabled-owned HUB firms based in NC: 43 Socially and Economically Disadvantaged owned HUB firms based in NC: 3 Percent of registered vendors in IPS that identify as small businesses: 70% Percent of certified HUB vendors that identify as small businesses: 64% Percent of registered vendors in IPS that are certified HUBs: 18% Percent of businesses identifying themselves as small that are HUB firms: 16% Firms certified as Disadvantaged Business Enterprises with the NCDOT reporting NC addresses: 1,029 Firms certified as Disadvantaged Minority Business Enterprises with the NCDOT reporting NC addresses: 682 = 66% Firms certified as Disadvantaged Woman-Owned Business Enterprises with the NCDOT reporting NC addresses: 344 = 33% Firms certified as Small Business Enterprises with the NCDOT: 1,357 *Criteria utilized in the definition of Small Business Enterprises and or Small Businesses are not uniform. The US Small Business Administration, North Carolina Department of Transportation and the City of Charlotte include different definitions to certify firms as small businesses. The vendor will conduct an assessment of the firm. The vendor will analyze pre-assessment data findings and design a plan to support growth and development of each firm. Pre-assessment data will be utilized in the development of a business plan and a growth plan. Benchmark objectives will be established for each firm [inclusive of timelines for completion]. Vendor will describe specific action tasks to accomplish each objective, answering what will be done, how the objective will be achieved and who will support the firm toward achievement of each defined objective (See Section 5.3 Tasks, Page 14 of

4 BID NUMBER: 13-MS PAGE 4 29, and, Appendix A -Details of Monthly Progress Report, Page 18 of 29). The vendor will conduct a post-assessment of firm s growth and development using pre-assessment findings and benchmark objectives. QUESTION 6. RFP sec 5.2 Pre and Post assessments is this a duty of the state or the vendor to measure Item B Page outcomes? 14 QUESTION 7. RFP sec 5.3 Item C Page 14 QUESTION 8. RFP Sec 5.3 Item A Page 15 QUESTION 9. RFP sec 5.3 Item B QUESTION 10. RFP sec 5.3 Item B QUESTION 11. RFP sec 5.3 QUESTION 12. RFP sec 5.3 The state will evaluate deliverables for each participating firm as articulated in items A through G, Section 5.3 and Appendix A, Monthly Progress Reports. What is considered a good faith effort as it relates to getting a contractor certified, if they do not have the financial standings to gain certification? Item C, Section 5.2 on page 14 includes the following: assisting each firm to secure prequalification approval from the North Carolina Dept. of Transportation, public owners and contractors. Participating firms will hold certifications with the North Carolina Dept. of Transportation and/or the Office of Historically Underutilized Businesses. The vendor may determine financial viability is a contributing barrier to the success of the firm as pre-assessment analysis and examinations are conducted on the firm. The vendor will likely include such findings in the development and implementation of growth plan and business plan objectives. The Growth Plan developed by the vendor and the firm may address proposed action steps to promote increase financial sustainability, as such, realized deliverables/outcomes may include prequalification of the firm. If first visit provides near term status vendors operations and no changes are noted by client will there be a need for further site visits? Participating firm status and required follow-up will be assessed by the HUB Contract Manager. A comprehensive business plan consists of several elements is the intent of the RFP to only require elements 1 and 2 called out in this RFP? The intent of the RFP is to support each participating firm in the development of a comprehensive Business Plan. A comprehensive Business Plan should not be limited to the two items outlined in item B of Section 5.3; however, the scopes of work contained in Section 5.3 (items A through G) and Appendix A provide critical components essential to the development of a comprehensive Business Plan. 200 business plans in 6 months will be a larger under taking and will be highly dependent on the firm s ability to provided financial data and market aspirations etc. If a firm is not financially sounds having a high debt ratio or owner credit score below 700 that would not warrant a loan. Should a business plan be developed in this situation? The RFP requires development of a Business Plan and Growth Plan for each firm. Vendors will integrate assessment findings into action items. The Business Plan and Growth Plan should present a detailed road map to support the growth and sustainability of the firm. Reference Section A of this Addendum No. 2 Can specific DOT Training be accessed from the state? Are there modules than can be accessed to support the clients? The project owner does not exercise responsibility for identification of available training resources. The vendor is required to conduct a thorough assessment of the firm s knowledge, abilities, experience, business acumen, literacy level, etc. and develop appropriate responses, i.e. customized training, technical assistance to address target needs. Based on the pre assessment will participating firms be grouped into training sections. Prior to the start of the RFP if state conducts the Pre assessments? The pre-assessment will be implemented by the vendor as articulated in

5 BID NUMBER: 13-MS PAGE 5 Item A, Section 5.3, Page 14. Moreover, the 31-point action items outlined in Appendix A Detail of Monthly Progress Report, provide a framework for assessing firms and formulating appropriate training and technical support. These referenced deliverables [for each firm] should present a few foundational elements of your pre-assessments. The vendor will design the process or methodology proposed to support developmental objectives and performance outcomes. Please review Sections 5.4 and 5.5 () to secure further insight into vendor s responsibilities. QUESTION 13. RFP sec 5.3 QUESTION 14. RFP sec 5.3 QUESTION 15. RFP sec 5.3 Since the amount and scope of training cannot be defined at this point, can additional funds be acquired for project to facilitate the defined training scopes that are currently undefined? The number of classes, volume of participants in each class is currently unknown. Vendor might evaluate the extent to which a one size fits all training model will compliment desired outcome performance. Notably, the owner and the vendor will participate in a minimum of twelve meetings during which time the vendor will share findings, present recommendations and describe barriers (See Section 6.2). Vendor s Monthly Progress Reports (See Appendix A) will accord the opportunity for Vendor to discuss findings and offer recommendations related to diverse aspects of the scopes of work. Additionally, requisites outlined in the evaluation of the Technical Approach highlight previous experience and performance of similar services. Historical experience may provide some insight into projected costs. Can the training be de- scoped for this phase or more defined for this phase of the RFP? All items articulated in Section 5.3 must be included in the Vendor s proposal. Please review the introductory statement found in Section 5.3 Tasks on page 14: The awarded Vendor must complete each of these tasks for each firm identified by the Contracting Agency. Review Section 2.8, page 7 of 29, to evaluate requisites for Alternate Proposals. Will pre assessments be done prior to start of contract? and if so can results be shared, if vendor has to provide training based on pre assessment results. Conduct a minimum of three (3) site visits with each firm to assess and evaluate operations, capital needs, equipment needs, labor force demands, develop a business plan and growth plan, and provide technical support. Additionally, Appendix A (Monthly Progress Report) includes some elements found in the pre-assessment process. Items articulated in the Monthly Progress Report do not represent an exhaustive list of pre-assessment elements. The Vendor will conduct preassessment evaluations. QUESTION 16. RFP sec 5.3 Item E QUESTION 17. RFP sec 5.3 QUESTION 18. RFP sec Monthly progress report Should this section read -After firm becomes qualified to bid then support them submitting 3 bids per month? The firm has to determine that they want to execute on the project scope of work before bids are submitted. Firms selected to participate will likely seek opportunities to secure contracts. Target firms will have committed to participate in requisite training and support. Are there standard DOT vendor trainings that are offered online currently by the state of NC? The Vendor may explore current trainings available in the marketplace, however, Vendor is required to address item 7 in Section 5.5 of the Technical Approach. Consideration of items III (C) and (D) found in Appendix A/Progress Reports must be addressed as Vendor contemplates methodology proposed and ability to demonstrate performance outcomes and requisite deliverables. A 3 year business plan for 200 firms may not be a realistic objective. A more suitable goal would be to walk the clients through the key elements of the

6 BID NUMBER: 13-MS PAGE 6 Page 18 business plan and support as needed with coaching and let the companies Item II complete the business plan on their own time frame? This will vet out companies that are not truly committed and ready to receive contracts and make for a better outcome for the State of North Carolina. Is this an acceptable amendment to the RFP? No, Reference revisions in Sections A & B of this Addendum No. 2 and QUESTION 19. RFP sec 5.3 QUESTION 20. RFP sec 5.3 Item B the response to Question #5. Will the vendor have access to state training facilities in each of the stated DOT regions? The Vendor will have the responsibility to identify and secure accessible and safe training facilities. Will have all names and current data on the 200 selected firms be provided to the vendor at the start of the contract? If all are not provided to vendor at the same time how will 6 month time frame be altered? Section 5.5, item 9 of the Technical Approach include the following: QUESTION 21. RFP Section 2.3- RFP Schedule, Pg. 5 QUESTION 22. QUESTION 23. QUESTION 24. QUESTION 25. QUESTION 26. Section 3.1 Method of Award, p Description of all data expected to be provided by the Contracting Agency. Upon award the Vendor and the Contracting Agency will finalize any changes to the Vendor s technical approach to the project. the proposed time table for submission is not sufficient time to permit a thorough, qualitative response. Therefore, we respectfully request that the submission date be extended. Please reference Addendum No. 1 -Updated RFP Schedule posted June 29, 2016: Event Responsibility Date and Time Issue RFP State June 22, 2016 Deadline Submit Written Vendor June 27, 12:00PM ET Questions Provide Response to Questions State July 1, 2016 Submit Proposals Vendor July 15, 2:00PM ET Tentative Contract Award State September 1, 2016 Contract Effective Date State Upon Award Will expenses such as travel, lodging and mileage be included in our Cost Proposal? Projected expenses associated with travel, lodging and mileage will not be included in the Cost Proposal. What level of Business Plan Development for the client from the vendor? Is the winner of the bid expected to develop full business plan so that a firm can receive funding if provided to a bank or is the business plan more of a Strategic Plan? The Business Plan should be comprehensive. The Growth Plan will likely include well-defined strategies. Review Item A in Section 5.3 and Appendix A (Monthly Progress Report). What is the current state of the 200 businesses who will receive these services? Are the majority profitable or losing money? The majority of firms are not currently profitable. Vendors will conduct pre-assessments of each business to evaluate the current status of business operations. Please review Section 5.3 and Appendix A. Will Community College facilities be made available for the winner of the bid to hold workshops and seminars for the 200 selected businesses? Vendors must communicate and confirm with any 3 rd party resources The RFP states that the State reserves the right to make separate awards to different Vendors for one or more line items. Can vendors submit proposals limited to select line items (i.e. training) or must they submit proposals for all line items to be considered? Please review Section 5.3. The introductory statement includes the following: 5.3 TASKS The awarded Vendor must complete each of these tasks for each firm identified by the Contracting Agency.

7 BID NUMBER: 13-MS PAGE 7 QUESTION 27. Section 3.4 Evaluation Criteria, p.10 Please review Section 2.8 addressing Alternate Proposals. The RFP states that the proposal with the lowest cost will receive a score of 10 points. Should the lowest cost proposal receive the full total of 40 points instead of 10? Yes Revised Section 3.4 pg 10: Cost Evaluation Criteria: Maximum 40 total points The State will determine low cost by normalizing the scores as follows: The proposal with the lowest cost will receive a score of 40 points. All other competing proposals will be assigned a portion of the maximum score using the formula: QUESTION 28. Section 4.2 Pricing, p. 11 QUESTION 29. Section 4.5 Financial Stability, p points x the cost of the lowest cost proposal the cost of the cost proposal being evaluated The RFP states that Unit price (Per Firm) rates will be paid after completion of all deliverables and required tasks are provided for each firm. Can you please clarify if progress payments are allowed (based on interim deliverables outlined in vendor s project plan) or if all deliverables for a firm must be complete in order for vendor to receive payment for their work with the firm? All deliverables must be completed in order for a vendor to receive payment for their work with the firm. The RFP states that Each Vendor shall certify it is financially stable. If Vendor subcontracts with another firm, does the subcontractor need to provide this certification or the prime vendor only? Please review Section 4.10 entitled Vendor Representation, and Item 21 found under Attachment A/Instructions to Vendors: QUESTION 30. Section 4.8 Background Checks, p. 13 QUESTION 31. Section 5.1 General, p SUBCONTRACTING: Unless expressly prohibited, a Vendor may propose to subcontract portions of the work to identified subcontractor(s), provided that its proposal clearly describe what work it plans to subcontract and that Vendor includes in its proposal all information regarding employees, business experience, and other information for each proposed subcontractor that is required to be provided for Vendor itself. The RFP states that background checks may be required for any personnel or agent of the Vendor. Will the State or the Vendor bear the cost of the background check? Under what conditions will these checks be made and when will this requirement be decided? We would like to know if this additional cost needs to be added to our cost proposal. All costs associated background checks will be absorbed by the Vendor. The owner reserves the right to implement background checks at the owner s discretion. A determination related to performance of background checks will be made at the discretion of the owner. Are the firms selected by the Office of Historically Underutilized Businesses required (or incentivized in some way) to participate in this new Business Development, Training and Technical Support program? What contract obligation exists for the Vendor when a firm selected by the HUB office refuses to meet with the Vendor or participate in the program? If a replacement firm is provided, what is the turnaround time for the replacement process so that the Vendor can still meet the Contract requirement within 6 months? Firms selected by the owner will make a commitment to participate in all aspects of the project model. The Vendor will provide updated Progress

8 BID NUMBER: 13-MS PAGE 8 Reports outlining barriers and challenges. The Owner will work with the Vendor to responsively and expeditiously address identified barriers and challenges. Please review Section A. of this Addendum No. 2 addressing Contract Time Extension. QUESTION 32. QUESTION 33. Section 5.2.B Objectives and Goals, p. 14 Section 5.3 Tasks, p. 15 The RFP states that Pre-assessments and post-assessment evaluations will be implemented to measure performance outcomes. Is the Vendor responsible for creating and administering the pre-assessment and post-assessment instruments or is this activity being handled by the State? If the State is responsible for these two activities, what timeframe is planned to complete the pre-assessments? Will this work overlap with the assessment work and other activities of the Vendor? The Vendor is responsible for development of pre-assessment and post assessment tools/instruments. The Vendor shall integrate all relevant elements described in the Technical Approach, Tasks and Monthly Progress Reports in the design of pre/post assessments. Can any of the site visits, training, counseling, business planning or coaching be conducted virtually (i.e. phone, video conferencing, webinars, etc.) QUESTION 34. QUESTION 35. QUESTION 36. Section 5.3.B Tasks, p. 15 Section 5.3.C Tasks, p. 15 Section 5.3.D Tasks, p. 15 The owner has evaluated the value of remote approaches to service deliverables and determined that target firms may realize greater benefit through face-to-face service delivery. The owner could possibly provide remote service delivery absent solicitation of support from contract vendors, however, interviews with service recipients, previous service providers and industry representatives suggest direct, face-to-face support is most beneficial for the target demographic. Monthly Progress Reports, in conjunction with Owner/Vendor meetings, should provide opportunities to discuss both process outcomes and product outcomes/deliverables. Please review; Item III (F) under Progress Reports, Section 6.4, entitled Continuous Improvement; Section 6.5, entitled Contract Changes; and, Section 6.2, entitled Post Award Management Review Meetings. How will data collected on a firm s weaknesses in the areas of financial, managerial, technical and labor conditions be used? Who will have access to this information? Will the State provide any documented information/assurances on how this sensitive information will be used and who will have access? Responses to all questions will be protected and confidentiality documents will likely be included in documents requested by the Vendor. Please review Item 9 found in Section 5.5 of the RFP. The RFP states that the Vendor will be required to complete the Identification and accomplishment of predetermined outcome measures established for each firm participant. Will these predetermined outcome measures be developed by the State or by the Vendor? If developed by the State, are these outcome measures available now? If so, can they be shared? If not, what is the timeframe for the development of these outcome measures that will be used by Vendors? Predetermined outcome measures will likely be developed subsequent to implementation of pre-assessments. The Vendor may consider reviewing item A through G under Section 5.3 and articulated action items described in Appendix A/Progress Reports to guide or support development of outcome measures. The RFP mentions using pre-assessment findings and business growth development program goals and standards for all 200 targeted firms. Will the State or the Vendor be responsible for defining and conducting the preassessment and the business growth development program goals and standards? The Vendor is responsible for defining and conducting the pre-

9 BID NUMBER: 13-MS PAGE 9 assessment. The Vendor, in collaboration with the firm, is responsible for defining and conducting the Business Growth Plan goals and standards. The Vendor shall integrate descriptive performance action items as articulated in Section 5.3/Tasks, Appendix A/Monthly Progress Reports in the design, definition, development and implementation of the preassessment, Business Plan and Growth Plan for each firm. The Vendor must include relevant and applicable information in the Technical Approach (Section 5.5) of the proposal document where applicable. QUESTION 37. Section 5.3.E Tasks, p. 15 QUESTION 38. Section 5.6 Presentations, p. 16 If the targeted firm determines that they want to submit fewer than 3 bids per month or only wants to submit bids for one sector (i.e. private) versus another based on their business model and/or capacity, will the Vendor be penalized for not meeting this outcome measure? Review Items B (1) under Section 5.3/Tasks; and, Item F. Review Item II (D) found in Appendix A/Monthly Progress Reports. Vendor will likely evaluate the extent to which firm can access opportunities to secure prequalifications and demonstrate marketplace success [to the extent to that experience is not demonstrated]. Firms may not be able to obtain experience if firms do not secure contract awards. Contract awards may not be secured if firms fail to pursue bid opportunities. The RFP states that a demonstration will be performed at user s facility by Vendor if the State decides to require a presentation by the Vendor. Is the user in this instance the State? If presentations are required the State will contact the Vendor and set presentation date, time, and location at a State Facility in Raleigh, NC. Yes, the user is defined as the State. The Office of Historically Underutilized Businesses is a State agency and represents the state as the project owner. QUESTION 39. Section 5.7 Acceptance of Work, p. 16 The RFP states that in the event acceptance criteria for any work or deliverables is not described in contract documents or work orders., the State shall have the obligation to notify Vendor, in writing ten (10) calendar days following completion of such work or deliverable that it is not acceptable. Is it possible to receive assurances that documented acceptance criteria will be available to Vendor in advance of the work being done so that the Vendor does not suffer any undue burden/risk of performing work without a clear understanding of the State s expectations (i.e. acceptance criteria)? QUESTION 40. Section 5.10 Transition Assistance, p. 16 Please review Appendix A/Monthly Progress Reports, Item III (E): E. Description of work scope proposed for upcoming month including timelines for performance and completion. Vendor shall include a description of proposed work with the submission of Monthly Progress Reports. The Owner shall provide guidance regarding acceptable items aligned with contract deliverables, Technical Approach and Tasks. Additionally, please review Item 6 in Section 5.5 of the Technical Approach. If the State is conducting the post-assessments for firms, will Vendors be asked to participate in this process after the six month period? If so, is this postassessment activity included in the three month transition assistance? QUESTION 41. Section 6.2 Post Award Management Review Meetings, p. 16 The Vendor must perform post-assessment work items as a part of the deliverables. Post-assessment action items shall be aligned with preassessment findings and Growth Plan/Business Plan deliverables. Please review Section 6.3 entitled Progress Reports. The RFP states that the Vendor, at the request of the State, shall participate in up to twelve meetings with the State for Project Review meetings. If the Vendor is required to participate in approximately two meetings per month, will the location of the meetings be in Raleigh, NC? Will any be by phone (or online) instead of face-to-face?

10 BID NUMBER: 13-MS PAGE 10 The meetings will be conducted at least monthly and the State will exercise discretion in selection of the option to conduct meetings through alternative communication mediums. QUESTION 42. The RFP states that the State encourages the Vendor to identify opportunities Section 6.4 to reduce the total cost, consisting of various ideas to enhance business Continuous efficiencies Will the use of phone calls and online technologies (when Improvement, p. possible) be permitted for some (if not all) vendor meetings, trainings, coaching, 17 counseling, business planning, etc.? QUESTION 43. Section 4.2 Pricing Page 11 The owner has evaluated the value of remote approaches to service deliverables and determined that target firms may realize greater benefit through face-to-face service delivery. The owner could possibly provide remote service delivery absent solicitation of support from contract vendors, however, interviews with service recipients, previous service providers and industry representatives suggest direct, face-to-face support is most beneficial for the target demographic. Monthly Progress Reports, in conjunction with Owner/Vendor meetings, should provide opportunities to discuss both process outcomes and product outcomes/deliverables. Please review; Item III (F) under Progress Reports, Section 6.4, entitled Continuous Improvement; Section 6.5, entitled Contract Changes; and, Section 6.2, entitled Post Award Management Review Meetings. Pricing states Unit Price (per firm) rates will be paid after completion of all deliverables and required tasks are provided for each firm outlined in this Scope of Work. All 200 firms must be completed within 6 month contract term. Section 4.4 Payment Terms b.) The vendor will be paid net thirty (30) calendar days after the Vendor's invoice is approved by the State.1. Section 5.3 Tasks Explanation on 3 assessments required for each firm: Will there be one uniformed NC HUB approved assessment" provided for vendor distribution to firms or will the vendor(s) be responsible for creating and providing this assessment to firms? The Vendor is responsible for defining and conducting the preassessment. The Vendor, in collaboration with the firm, is responsible for defining and conducting the Business Growth Plan goals and standards. The Vendor shall integrate descriptive performance action items as articulated in Section 5.3/Tasks, Appendix A/Monthly Progress Reports in the design, definition, development and implementation of the preassessment, Business Plan and Growth Plan for each firm. The Vendor must include relevant and applicable information in the Technical Approach (Section 5.5) of the proposal document where applicable. The referenced RFP does not include three assessments. Vendors shall not distribute assessment tools to firms for completion by firm. Vendors shall administer assessments. See Appendix A/Monthly Progress Reports. Vendor is required to accurately address all items articulated in Items I, II and III. QUESTION 44. Section 5.1 General Page 14 QUESTION 45. Section 5.3 Tasks *Please review Section A of this Addendum No. 2 addressing Contract Performance Period. Is there a commitment from all 200 firms to participate? The project owner has identified target firms. Explanation on 3 assessments required for each firm: Will there be one uniformed "NCDOT BOWD approved assessment" provided for vendor distribution to firms or will the vendor(s) be responsible for creating and providing this assessment to firms? This RFP does not require 3 assessments. This RFP is not a NCDOT BOWD project.

11 BID NUMBER: 13-MS PAGE 11 The Vendor is responsible for defining and conducting the preassessment. The Vendor, in collaboration with the firm, is responsible for defining and conducting the Business Growth Plan goals and standards. The Vendor shall integrate descriptive performance action items as articulated in Section 5.3/Tasks, Appendix A/Monthly Progress Reports in the design, definition, development and implementation of the preassessment, Business Plan and Growth Plan for each firm. The Vendor must include relevant and applicable information in the Technical Approach (Section 5.5) of the proposal document where applicable. Vendors shall not distribute assessment tools to firms for completion by firm. Vendors shall administer assessments. See Appendix A/Monthly Progress Reports. Vendor is required to accurately address all items articulated in Items I, II and III. QUESTION 46. Section 6.2 Post Award Mgmt Review Meetings Page 16 QUESTION 47. RFP Section 2.5 Proposal Submittal, page 6 Will a meeting schedule be provided after contract award for these meetings? What would be the nature of these meetings? Are these onsite and/or conference bridge meeting A tentative meeting schedule will be coordinated with the selected Vendor. *Please review Section A. of this Addendum No. 2 addressing Contract Performance Change. The meetings will be conducted at least monthly and the State will exercise discretion in selection of the option to conduct meetings through alternative mediums. Sub section (a) suggest that vendors should submit proposals in separate sealed packages, and listed the items to submit as: 1. Technical Proposal, 2. Cost Proposal, and 3. One signed, original executed Technical Proposal and Cost Proposal [assumed to be in one package), 4. Five photocopies of originals... etc. However, in subsection (c) reference is made to 'electronic copies' - Disc One must contain the entire Technical Proposal, etc.; Disc Two must contain the entire Cost Cost Proposal... Based on the expectations of (a) and (c), should I understand that you expect the submission entirely in electronic media (Disc 1, 2, 3, etc) or a combination of electronic media and hard copies as suggested in (a). Please advise. Submit Technical proposals and Cost Proposals in separate sealed packages as follows: PACKAGE ONE: ONE Signed, Original Executed copy of TECHNICAL Proposal Five copies of original TECHNICAL Proposal Digital copy of TECHNICAL Proposal (If required for confidentiality) Digital Redacted copy of TECHNICAL Proposal PACKAGE TWO: ONE Signed, Original Executed copy of COST Proposal Five copies of original COST Proposal Digital copy of COST Proposal **ENSURE THAT EACH PACKAGE IS CLEARLY MARKED COST OR TECHNICAL WITH BID NUMBER 13-MS

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

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Department of Information Technology Request for Proposal #: ITS-009574 IT Strategic Communications Plan and Related Deliverables Date of Issue: November 18, 2015 Proposal Opening

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

ADDENDUM No. 1. This addendum incorporates the minutes from the pre-proposal conference held on December 21, 2015 at 1:30 p.m.

ADDENDUM No. 1. This addendum incorporates the minutes from the pre-proposal conference held on December 21, 2015 at 1:30 p.m. Howard Community College RFP: Campus Security Services Bid Number: 16P-004 RFP Opening Date: January 20, 2016 ADDENDUM No. 1 This addendum incorporates the minutes from the pre-proposal conference held

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information

North Carolina Department of Environmental Quality

North Carolina Department of Environmental Quality North Carolina Department of Environmental Quality Division of Mitigation Services Pat McCrory Governor Donald R. van der Vaart Secretary November 19, 2015 THIS ADDENDUM DOES NOT HAVE TO BE RETURNED WITH

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

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No. 2014-033 June 16, 2014

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No. 2014-033 June 16, 2014 Contents CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No. 2014-033 June 16, 2014 1 Insurance Product Broker PRICE PROPOSAL... 4 Introduction... 6 Scope

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Department of Commerce Request for Proposal #: RFP 43-1120-16 Development of Marketing Videos for the National Governor s Association Policy Academy, Aligning the Education and

More information

REQUEST FOR PROPOSALS

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

More information

Work Breakdown Structure Element Dictionary Construction

Work Breakdown Structure Element Dictionary Construction Initiation CON 5.1 Initiation encompasses deliverables associated with the development, implementation and control of the project s schedule, budget and scope, including the solicitation for a contractor

More information

DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007

DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS. March 2007 DOING BUSINESS WITH CHARLOTTE-MECKLENBURG SCHOOLS A GUIDE FOR VENDORS March 2007 CONTACT INFORMATION: This Vendor Guide is intended to be an informational only publication to assist the business community

More information

City of Greenville/Greenville Utilities Commission Minority and Women Business Enterprise Program

City of Greenville/Greenville Utilities Commission Minority and Women Business Enterprise Program City of Greenville/Greenville Utilities Commission Minority and Women Business Enterprise Program City of Greenville MWBE Guidelines for Professional Service Contracts $50,000 and above These instructions

More information

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES CITY OF RICHLAND HILLS, TEXAS REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Proposals will be received by the City of Richland Hills for Information Technology Support Services. Interested

More information

December 2014 Report No. 15-017. An Audit Report on The Telecommunications Managed Services Contract at the Health and Human Services Commission

December 2014 Report No. 15-017. An Audit Report on The Telecommunications Managed Services Contract at the Health and Human Services Commission John Keel, CPA State Auditor An Audit Report on The Telecommunications Managed Services Contract at the Health and Human Services Commission Report No. 15-017 An Audit Report on The Telecommunications

More information

OHIO DEPARTMENT OF YOUTH SERVICES REQUEST FOR PROPOSALS

OHIO DEPARTMENT OF YOUTH SERVICES REQUEST FOR PROPOSALS OHIO DEPARTMENT OF YOUTH SERVICES REQUEST FOR PROPOSALS ADDENDUM # 1 RFP NUMBER: DYS110104 ADDENDUM ISSUE DATE: September 3, 2010 Reference: MEDICAL TRANSCRIPTION SERVICES FOR ODYS This addendum is issued

More information

Procedure Manual. Title: Small Disadvantaged Business Program. A6Hx2-6.36 Page: Page 1 of 5. Policy Number: 6Hx2-6.36

Procedure Manual. Title: Small Disadvantaged Business Program. A6Hx2-6.36 Page: Page 1 of 5. Policy Number: 6Hx2-6.36 Page 1 of 5 I. Small Disadvantaged Business (SDB) Overall Participation. Broward College has established goals to assist the College in increasing overall SDB participation. The commodity/service classifications

More information

Detroit Land Bank Authority. Request for Proposals: Call Center Services

Detroit Land Bank Authority. Request for Proposals: Call Center Services Detroit Land Bank Authority Request for Proposals: Call Center Services RFP NUMBER: 05-18-001 DATE ISSUED: Request for Proposals Call Center Services Page 2 REQUEST FOR PROPOSALS CALL CENTER PROFESSIONALS

More information

REQUEST FOR QUALIFICATIONS AND PROPOSALS INSURANCE BROKER FOR PROPERTY, CASUALTY, FIDELITY AND OTHER INSURANCE

REQUEST FOR QUALIFICATIONS AND PROPOSALS INSURANCE BROKER FOR PROPERTY, CASUALTY, FIDELITY AND OTHER INSURANCE REQUEST FOR QUALIFICATIONS AND PROPOSALS INSURANCE BROKER FOR PROPERTY, CASUALTY, FIDELITY AND OTHER INSURANCE RESPONSES DUE: Friday, February 6, 2009, by 5:00 P.M. Central time Page 1 of 13 Section I:

More information

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

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

More information

REQUEST FOR PROPOSALS 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

Request for Proposal Name of Organization Title of work project

Request for Proposal Name of Organization Title of work project Request for Proposal Name of Organization Title of work project Introduction Insert brief introduction here. Background Insert background information here. Scope of Work Work Elements (those elements listed

More information

Tobacco Point of Sale Marketing Software, Training and Technical Assistance

Tobacco Point of Sale Marketing Software, Training and Technical Assistance Page 1 REQUEST FOR PROPOSALS RFP NUMBER: CSP907016 INDEX NUMBER: DOH119 UNSPSC CATEGORY: 85100000 The State of Ohio, through the Department of Administrative Services, Office of Procurement Services, for

More information

REQUEST FOR PROPOSALS/QUALIFICATIONS FOR. EMERGENCY HOME REPAIR PROGRAM ADMINISTRATOR Community Development Block Grant CITY OF DUNKIRK

REQUEST FOR PROPOSALS/QUALIFICATIONS FOR. EMERGENCY HOME REPAIR PROGRAM ADMINISTRATOR Community Development Block Grant CITY OF DUNKIRK REQUEST FOR PROPOSALS/QUALIFICATIONS FOR EMERGENCY HOME REPAIR PROGRAM ADMINISTRATOR Community Development Block Grant CITY OF DUNKIRK CITY OF DUNKIRK 342 CENTRAL AVENUE DUNKIRK, NEW YORK 14048 ATTN: OFFICE

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

City of Rolling Meadows

City of Rolling Meadows City of Rolling Meadows REQUEST FOR PROPOSALS Consulting Services for an Enterprise Resource Planning System including project management, needs assessment, RFP development, vendor selection and ERP implementation

More information

NOTICE REQUEST FOR PROPOSAL

NOTICE REQUEST FOR PROPOSAL NOTICE REQUEST FOR PROPOSAL Roof Maintenance April 8, 2016 Due May 20, 2016 Table of Contents INTRODUCTION...3 BACKGROUND...3 MISSION...3 LOCATIONS...3 INVITATION TO BID...4 SCHEDULE OF EVENTS...4 INQUIRIES...4

More information

The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects

The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects May 2002 1 of 15 The University of North Carolina Office of The President

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

REQUEST FOR PROPOSALS VOLUNTEER SECURITY VETTING SERVICES

REQUEST FOR PROPOSALS VOLUNTEER SECURITY VETTING SERVICES REQUEST FOR PROPOSALS VOLUNTEER SECURITY VETTING SERVICES 2016 Democratic National Convention Committee 430 South Capitol Street, SE Washington, DC 20003 202.863.8000 Philadelphia 2016 Host Committee 1900

More information

RFP-00118 ADDENDUM NO. 1

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

More information

NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA

NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA ACTIVITY (All times are EST) Dated September 20, 2013

More information

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

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

More information

City of Winooski. Request for Proposals Department of Public Works ASSET MANAGEMENT SOFTWARE, IMPLEMENTATION AND TRAINING

City of Winooski. Request for Proposals Department of Public Works ASSET MANAGEMENT SOFTWARE, IMPLEMENTATION AND TRAINING City of Winooski Request for Proposals Department of Public Works ASSET MANAGEMENT SOFTWARE, IMPLEMENTATION AND TRAINING Issued: February 29, 2016 Deadline for Submissions: 4:00 p.m., March 25, 2016 INTRODUCTION

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: RFP 15165003 PERIMETER AND LOBBY SECURITY PROPOSALS DUE: December 21, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev

More information

REQUEST FOR QUALIFICATIONS. For ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS. For ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS For ENGINEERING SERVICES For FY17/FY18 Fiscal Years Mecklenburg County Storm Water Services (MCSWS) Projects Mecklenburg County, North Carolina June 14, 2016 Submittal Deadline:

More information

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES CROOK COUNTY SCHOOL DISTRICT 471 NE Ochoco Plaza Drive Prineville, Crook County, Oregon, 97754 RFP TITLE: NEW K-5 ELEMENTARY SCHOOL Date Due: August 1, 2013

More information

District of Columbia Retirement Board (DCRB)

District of Columbia Retirement Board (DCRB) District of Columbia Retirement Board (DCRB) Request for Proposals for Employee Training Release Date: May 19, 2010 Eric Stanchfield, Executive Director 900 7 th Street, N.W. Second Floor, Washington,

More information

Request for Proposal For Internet Service

Request for Proposal For Internet Service Request for Proposal For Internet Service Issue Date: Monday May 16, 2016 Due Date and Time: Wednesday June 8, 2016, 3:00 PM Mountain Time Receipt Location: City of Cottonwood Heights City Recorder s Office

More information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY Exhibit 1 CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor or Subcontractor

More information

Enterprise Content Management Consultant

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

More information

Purchasing and Contracts Request for Proposal Procedure

Purchasing and Contracts Request for Proposal Procedure Purchasing and Contracts Request for Proposal Procedure F.P.02.PR.3 Request for Proposal Procedures..2 F.P.02.PR.3.1 Commitment to Supplier Diversity...2 F.P.02.PR.3.2 Process Overview... 2 F.P.02.PR.3.3

More information

Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS

Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS General Information: The work includes the construction of a new three story elementary

More information

Request for Proposal. Provision and maintenance of ACBDA s data storage, software and hardware requirements

Request for Proposal. Provision and maintenance of ACBDA s data storage, software and hardware requirements Request for Proposal Provision and maintenance of ACBDA s data storage, software and hardware requirements 30 th January 2015 TABLE OF CONTENTS 1 RFP PURPOSE... 4 2 BACKGROUND... 4 2.1 Office and Staffing

More information

2015 Ed u cation a l S e r i e s. Contracting & Purchasing

2015 Ed u cation a l S e r i e s. Contracting & Purchasing 2015 Ed u cation a l S e r i e s Contracting & Purchasing TxDOT Contracting and Purchasing INTRODUCTION Texas Department of Transportation (TxDOT) contracting activities are established and controlled

More information

REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based

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

More information

Supplier Information Booklet

Supplier Information Booklet Supplier Information Booklet Doing Business with GTCC s Purchasing Department GUILFORD TECHNICAL COMMUNITY COLLEGE Welcome to Guilford Technical Community College This booklet is intended to provide suppliers

More information

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

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

More information

REQUEST FOR PROPOSAL RFP #12-004. For the Provision of After Hours Answering Services. Proposal Due Date/Time: October 19, 2012 @ 4:00 p.m.

REQUEST FOR PROPOSAL RFP #12-004. For the Provision of After Hours Answering Services. Proposal Due Date/Time: October 19, 2012 @ 4:00 p.m. REQUEST FOR PROPOSAL RFP #12-004 For the Provision of After Hours Answering Services Proposal Due Date/Time: October 19, 2012 @ 4:00 p.m. Children s Aid Society of London and Middlesex 1680 Oxford Street

More information

REQUEST FOR PROPOSAL (RFP) FOR EMS MEDICAL BILLING AND COLLECTION FOR. DUPLIN COUNTY North Carolina PROPOSALS TO BE SUBMITTED TO:

REQUEST FOR PROPOSAL (RFP) FOR EMS MEDICAL BILLING AND COLLECTION FOR. DUPLIN COUNTY North Carolina PROPOSALS TO BE SUBMITTED TO: 1 REQUEST FOR PROPOSAL (RFP) FOR EMS MEDICAL BILLING AND COLLECTION FOR DUPLIN COUNTY North Carolina PROPOSALS TO BE SUBMITTED TO: Duplin County Health Department (Attention: Billie Jo Dunn) P O Box 948

More information

KANSAS DEPARTMENT OF HEALTH & ENVIRONMENT DIVISION OF ENVIRONMENT BUREAU OF WATER

KANSAS DEPARTMENT OF HEALTH & ENVIRONMENT DIVISION OF ENVIRONMENT BUREAU OF WATER Appendix E-1 Page 1 of 4 July 2008 KANSAS DEPARTMENT OF HEALTH & ENVIRONMENT DIVISION OF ENVIRONMENT BUREAU OF WATER KANSAS PUBLIC WATER SUPPLY LOAN FUND KANSAS WATER POLLUTION CONTROL REVLOVING LOAN FUND

More information

Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm

Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm Request for Proposal for Identity Theft Protection Services RFP No. 1521 Sealed Proposals will be received until April 2, 2015 at 3pm PROPOSALS ARE TO BE DELIVERED OR MAILED TO: Jessica Chavira TEXAS STATE

More information

TEHACHAPI VALLEY HEALTH DISTRICT (TVHD) Data Network and Unified Communication Systems

TEHACHAPI VALLEY HEALTH DISTRICT (TVHD) Data Network and Unified Communication Systems TEHACHAPI VALLEY HEALTH DISTRICT (TVHD) Data Network and Unified Communication Systems Request for Proposal April 28, 2016 Prepared for: TVHD & SHP Project Management 201 Continental Blvd. Suite 120 El

More information

Fayetteville Public Schools Request for Proposals

Fayetteville Public Schools Request for Proposals Fayetteville Public Schools Request for Proposals TITLE: DEPARTMENT: Employee Benefits Broker Services Human Resources ISSUE DATE: May 28, 2013 DUE DATE: 4:00 PM, June 11, 2013 ISSUING AGENCY: Fayetteville

More information

Final Audit Follow-up As of January 31, 2014

Final Audit Follow-up As of January 31, 2014 Final Audit Follow-up As of January 31, 2014 T. Bert Fletcher, CPA, CGMA City Auditor Compliance with the City s MBE Program Policy and Federal DBE Policy for Selected Capital Construction Projects (Report

More information

REQUEST FOR PROPOSALS FOR AS-NEEDED FEASIBILITY STUDIES AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSALS FOR AS-NEEDED FEASIBILITY STUDIES AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019 Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FOR AS-NEEDED FEASIBILITY STUDIES AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019 June 17, 2016 Deadline for proposals is no

More information

Commercial Liability Insurance Brokerage RFP

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:

More information

Merchant Account Services

Merchant Account Services COLORADO MOUNTAIN COLLEGE Request for Proposal Number #466-10 Merchant Account Services Due: July 31, 2010 at 4:00 PM Mountain Time COLORADO MOUNTAIN COLLEGE INVITATION TO BID #466-10 Merchant Account

More information

Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES. Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA

Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES. Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA Request for Proposal NORTEL TELEPHONE SYSTEM MAINTENANCE SERVICES Reference # 11162012RFP1ITD Luzerne County Information Technology Department LUZERNE COUNTY PENNSYLVANIA DUE DATE: 4:00 PM, Wednesday,

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

Request for Proposal Permitting Software

Request for Proposal Permitting Software Request for Proposal Permitting Software Date Issued: October 7, 2015 Proposals Due no later than: 2:00pm EST on November 10, 2015 Page 1 of 10 Revised 10/5/2015 TABLE OF CONTENTS Section I Introduction

More information

Request for Proposal. Credit (Purchasing) Card Services Program

Request for Proposal. Credit (Purchasing) Card Services Program The Corporation of the City of Elliot Lake 45 Hillside Drive North, Elliot Lake, Ontario P5A 1X5 Request for Proposal Credit (Purchasing) Card Services Program Date of Issue July 4, 2014 Proposal Submission

More information

Request for Proposal For: Video Production and Live Streaming Services. ABA Section of Litigation August 14, 2013.

Request for Proposal For: Video Production and Live Streaming Services. ABA Section of Litigation August 14, 2013. Request for Proposal For: Video Production and Live Streaming Services ABA Section of Litigation August 14, 2013 Table of Contents Bid Timetable [2] 1.0 General Information [3] 2.0 Proposal Requirements

More 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

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB

More information

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects

ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Pursuant to Revised Statute of Missouri Section 8.250(3), Ozarks Technical

More information

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. 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

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Central Piedmont Community College Request for Proposal #: 88-160011-BC Website Review Services Date of Issue: October 22, 2015 Proposal Opening Date: November 12, 2015 At 12:00PM

More information

REQUEST FOR QUOTES: Marketing Agency of Record

REQUEST FOR QUOTES: Marketing Agency of Record REQUEST FOR QUOTES: Marketing Agency of Record RELEASE DATE: March 5, 2012 DEADLINE FOR SUBMISSIONS: March 21, 2012 EE Request for Quotes Marketing Agency of Record March 5, 2012 i Contents BACKGROUND...

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

More information

Raleigh-Durham Airport Authority. Minority and Women-Owned Small Business Program

Raleigh-Durham Airport Authority. Minority and Women-Owned Small Business Program Raleigh-Durham Airport Authority Minority and Women-Owned Small Business Program Adopted October 2007 Revised April 2013 Policy Statement 4 Program Scope, Objectives and Initiatives 5 A. MWSB Program Scope

More information

Request for Proposal Managed IT Services 7 December 2009

Request for Proposal Managed IT Services 7 December 2009 Request for Proposal Managed IT Services 7 December 2009 BuzzBack, LLC 25 West 45 th Street Suite 202 New York, NY 10036 Table of Contents 1 Summary... 1 2 Proposal Guidelines and Requirements... 1 2.1

More information

City and County of San Francisco

City and County of San Francisco City and County of San Francisco Department of Human Resources REQUEST FOR QUOTES Workers Compensation Check Printing Services RFq# DHR2016-03 CONTACT: DHRContracts@sfgov.org Overview The City and County

More information

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified

More information

Cleveland County Emergency Medical Services. PO Box 1210. Shelby, NC 28151 704-484-4984. Request for Proposal. For. Debt Collection Agency Services

Cleveland County Emergency Medical Services. PO Box 1210. Shelby, NC 28151 704-484-4984. Request for Proposal. For. Debt Collection Agency Services Cleveland County Emergency Medical Services PO Box 1210 Shelby, NC 28151 704-484-4984 Request for Proposal For Debt Collection Agency Services Proposals Must Be Submitted by July 16, 2013 Issue Date: June

More information

Request for Proposal (RFP) 2015 Video Production Services

Request for Proposal (RFP) 2015 Video Production Services The Woodlands Township/The Woodlands Convention & Visitors Bureau Request for Proposal (RFP) 2015 Video Production Services The Woodlands, Texas SCOPE: The purpose of this Request for Proposal (RFP) is

More information

STATE OF OREGON COVER PAGE WORKERS COMPENSATION CLAIMS TRAINING DCBS-1457-15

STATE OF OREGON COVER PAGE WORKERS COMPENSATION CLAIMS TRAINING DCBS-1457-15 STATE OF OREGON COVER PAGE Department of Consumer and Business Services Workers Compensation Division WORKERS COMPENSATION CLAIMS TRAINING Request for Proposal (RFP) DCBS-1457-15 Date of Issue: February

More information

Request for Proposal For Qualitative Research to Increase Viewing Frequency and Loyalty

Request for Proposal For Qualitative Research to Increase Viewing Frequency and Loyalty Request for Proposal For Qualitative Research to Increase Viewing Frequency and Loyalty Corporation for Public Broadcasting is hereby announcing a Request for Proposal ( RFP ) entitled Enthusiastic & Open

More information

Request for Proposals for Microsoft Project Server 2013 Implementation

Request for Proposals for Microsoft Project Server 2013 Implementation Request for Proposals for Microsoft Project Server 2013 Implementation SOLICITATION SA005797 DUE APRIL 2, 2015 @ 11:00 A.M. Gary R. Cavin, CIO Deliver Proposals To: City of Columbus Purchasing Office 77

More information

R.F.P. Assembly of First Nations Health & Social Development Secretariat

R.F.P. Assembly of First Nations Health & Social Development Secretariat R.F.P. Assembly of First Nations Health & Social Development Secretariat National First Nations Health Policy Forum tentatively to be held November 7-9, 2011. Table of Contents 1. Contacts and Procedures

More information

CITY OF HIGH POINT. Minority-owned, Woman-owned, Disadvantaged-owned Outreach Plan and Guidelines

CITY OF HIGH POINT. Minority-owned, Woman-owned, Disadvantaged-owned Outreach Plan and Guidelines CITY OF HIGH POINT Minority-owned, Woman-owned, Disadvantaged-owned Outreach Plan and Guidelines Municipal Office Building 211 South Hamilton Street High Point, North Carolina OUTREACH PLAN AND GUIDELINES

More information

TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT

TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT TAHOE REGIONAL PLANNING AGENCY 128 Market Street P.O. Box 5310 Phone: (775) 588-4547 Stateline, NV 89449 Stateline, Nevada 89449-5310 Fax (775) 588-4527 www.trpa.org Email: trpa@trpa.org REQUEST FOR PROPOSAL

More information

Florida Division of Emergency Management ITB-DEM-14-15-023 Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD)

Florida Division of Emergency Management ITB-DEM-14-15-023 Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD) Florida Division of Emergency Management ITB-DEM-14-15-023 Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD) 1) How can the Division attempt to procure Disaster Recovery Services valued

More information

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID

More information

CITY OF OLYMPIA REQUEST FOR PROPOSAL COLLECTION AGENCY SERVICES

CITY OF OLYMPIA REQUEST FOR PROPOSAL COLLECTION AGENCY SERVICES CITY OF OLYMPIA REQUEST FOR PROPOSAL COLLECTION AGENCY SERVICES Proposal Issue Date... January 25, 2013 Proposal Submittal Due Date... February 22, 2013 REQUEST FOR PROPOSAL COLLECTION AGENCY SERVICES

More information

UNIVERSITY HOSPITAL POLICY

UNIVERSITY HOSPITAL POLICY UNIVERSITY HOSPITAL POLICY SUBJECT: PURCHASING SERVICES TITLE: PURCHASING PROCESS Responsible Executive: Executive Director, Supply Chain Management Responsible Office: Supply Chain Management CODING:

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

STATE OF ALASKA DEPARTMENT OF ENVIRONMENTAL CONSERVATION ALASKA CLEAN WATER FUND & ALASKA DRINKING WATER FUND

STATE OF ALASKA DEPARTMENT OF ENVIRONMENTAL CONSERVATION ALASKA CLEAN WATER FUND & ALASKA DRINKING WATER FUND STATE OF ALASKA DEPARTMENT OF ENVIRONMENTAL CONSERVATION ALASKA CLEAN WATER FUND & ALASKA DRINKING WATER FUND DISADVANTAGE BUSINESS ENTERPRISES OVERVIEW The loan recipient, consultant and contractor of

More information

Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016.

Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016. Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016 Table of Contents I. PROJECT DESCRIPTION AND BACKGROUND II. SCOPE OF SERVICES III. BENEFITS

More information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY EXHIBIT 1 TO ATTACHMENT CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor

More information

REQUEST FOR PROPOSAL (RFP) ELECTRONIC HEALTH RECORD SYSTEM (EHRS) ON DEMAND TECHNICAL SERVICES RFP #OPS14-004. September 29, 2014

REQUEST FOR PROPOSAL (RFP) ELECTRONIC HEALTH RECORD SYSTEM (EHRS) ON DEMAND TECHNICAL SERVICES RFP #OPS14-004. September 29, 2014 REQUEST FOR PROPOSAL (RFP) ELECTRONIC HEALTH RECORD SYSTEM (EHRS) ON DEMAND TECHNICAL SERVICES RFP #OPS14-004 September 29, 2014 QUESTIONS/STATEMENTS AND ANSWERS 1. Question(s)/Statement(s): Is this RFP

More information

CONTENTS OF BID. Each bid must include all of the following: A completed and signed Bid Form (the form is attached).

CONTENTS OF BID. Each bid must include all of the following: A completed and signed Bid Form (the form is attached). ISSUE DATE: March 31, 2016 Entertainment Venue Construction Project INVITATION TO BID BIDS DUE: INSTRUCTIONS: CONTACT INFO: 2:00 P.M. on May 6, 2016 (the Submission Deadline ) Submit one completed Bid

More information

Chapter 200 1999 EDITION. Disadvantaged, Minority, Women and Emerging Small Business Enterprises

Chapter 200 1999 EDITION. Disadvantaged, Minority, Women and Emerging Small Business Enterprises Chapter 200 1999 EDITION Disadvantaged, Minority, Women and Emerging Small Business Enterprises GENERAL PROVISIONS 200.005 Definitions for ORS 200.005 to 200.075 200.015 Legislative findings 200.025 Advocate

More information

CONNECTICUT LOTTERY CORPORATION REQUEST FOR PROPOSALS RE: LEGAL SERVICES RFP # CLC 201307

CONNECTICUT LOTTERY CORPORATION REQUEST FOR PROPOSALS RE: LEGAL SERVICES RFP # CLC 201307 CONNECTICUT LOTTERY CORPORATION REQUEST FOR PROPOSALS RE: LEGAL SERVICES RFP # CLC 201307 ISSUE DATE: SEPTEMBER 9, 2013 PROPOSAL DUE DATE: OCTOBER 10, 2013 BY 2:00 PM EASTERN TIME The Connecticut Lottery

More information

HACC, Central Pennsylvania s Community College Harrisburg, Pa.

HACC, Central Pennsylvania s Community College Harrisburg, Pa. RFP15-03 Integrated Marketing Communications Services HACC, Central Pennsylvania s Community College Harrisburg, Pa. Request for Proposal RFP15 03 For Integrated Marketing Communications Services Issued:

More information

City Manager EFFECTIVE DATE: SUPERCEDES NO: PAGE NO: OCTOBER, 2002 99-006 1

City Manager EFFECTIVE DATE: SUPERCEDES NO: PAGE NO: OCTOBER, 2002 99-006 1 OCTOBER, 2002 99-006 1 PURPOSE: SCOPE: DEFINITIONS: To establish policies and procedures for the selection of sources of supply. These policies and procedures described herein will cover the following

More information

Bidder questions and Agency answers for DHS RFP BPC-17-001

Bidder questions and Agency answers for DHS RFP BPC-17-001 November 10, 2015 Bidder questions and Agency answers for DHS RFP BPC-17-001 1. Regarding subcontractor status, and specifically, whether we (as Bidder) are required to identify each professional translator

More information

REQUEST FOR PROPOSAL FOR A CONFERENCE PLANNER FOR THE CANADIAN BIOETHICS SOCIETY

REQUEST FOR PROPOSAL FOR A CONFERENCE PLANNER FOR THE CANADIAN BIOETHICS SOCIETY REQUEST FOR PROPOSAL FOR A CONFERENCE PLANNER FOR THE CANADIAN BIOETHICS SOCIETY 1. Background History of the Canadian Bioethics Society (CBS) Created in 1988 from the fusion of the Canadian Society of

More information

PRE-PROPOSAL MEETING: October 5, 2011 AT 10:00 AM at the address below or by

PRE-PROPOSAL MEETING: October 5, 2011 AT 10:00 AM at the address below or by Request for Proposals Hosted Voice Over Internet Protocol (VOIP) Phone System PROPOSAL DUE DATE: FRIDAY, NOVEMBER 11, 2011 BY 4:00 PM Chester County Solid Waste Authority (CCSWA) HOSTED VOIP TELEPHONE

More information

GUILFORD TECHNICAL COMMUNITY COLLEGE COLLEGE PLAN TO INCREASE PARTICIPATION BY

GUILFORD TECHNICAL COMMUNITY COLLEGE COLLEGE PLAN TO INCREASE PARTICIPATION BY GUILFORD TECHNICAL COMMUNITY COLLEGE COLLEGE PLAN TO INCREASE PARTICIPATION BY HISTORICALLY UNDERUTILIZED BUSINESSES IN THE PROCUREMENT OF GOODS AND SERVICES --_ Revised February 2008 Approved: November

More information