Request for Proposal. Next Generation Firewall
|
|
|
- Claude Bridges
- 9 years ago
- Views:
Transcription
1 ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia Request for Proposal For October 16, 2013 RFP Number: Due Date: November 6, 2013 Time Due: 11:00 a.m. ET NIGP Commodity Code(s):
2 NOTICE TO PROPOSER: Atlanta Public Schools ADVERTISEMENT FOR REQUEST FOR PROPOSAL Atlanta Public Schools invites vendors to submit a proposal to provide a next generation firewall. Outstanding solicitations may be viewed at: Offerors should read the general terms and conditions at: If you are unable to download these documents, you may contact the assigned Procurement Officer: David Odom at (404) or [email protected]. Proposals shall be accepted in the Office of Procurement Services of the Atlanta Public Schools, 130 Trinity Ave. S.W., 4 th Floor Atlanta, Georgia up to 11:00 a.m. ET November 6, 2013 (as determined by the time stamp clock in the APS Department of Procurement Services). Proposals delivered prior to the proposal close date and time can be received during normal business hours (between 8:30 a.m. ET and 5:00 p.m. ET) only. Deliveries attempted by any method (including mail, express courier, or in person) before 8:30 a.m. ET or after 11:00 a.m. ET on the date due CANNOT be accepted; therefore, we suggest that you submit proposals well in advance of the date and time due. To ensure proper and timely routing of your proposal, packages shall be addressed to the attention of the assigned procurement officer indicated in the solicitation. ATLANTA PUBLIC SCHOOLS Randall Sellers Director, Procurement Services TENTATIVE TIMELINE October 16, 2013 Release RFP to the marketplace October 23, 2013 Deadline for written questions 11:00 a.m. ET October 25, 2013 Response to questions to be posted to the APS website November 6, 2013 RFP due in Procurement Services by 11:00 a.m. ET November 7, 2013 Administrative Review November 12, 2013 Evaluation December 2, 2013 Recommendations to the APS Board of Education. 2
3 TABLE OF CONTENTS Scope of Work pg. 4 Non Submittal Response Form pg. 16 Offeror Affirmation Form pg. 17 Offeror Information Form pg. 18 Joint Venture Affidavit pg. 19 Primary Vendor / Subcontractor Utilization pg. 22 Promise of Non-Discrimination pg. 23 Contractor Affidavit of Compliance under O.C.G.A (b) (1) pg. 24 Subcontractor Affidavit of Compliance under O.C.G.A (b) (3) pg. 25 Sub-subcontractor Affidavit of Compliance under O.C.G.A (b) (4) pg. 26 Affidavit of Exception pg. 27 Local Preference pg. 28 APS Network Diagram pg. 29 Solicitation Checklist pg. 30 Sealed Bid Label pg. 31 Technical Requirements Form Price Proposal Form separate Excel spreadsheet separate Excel spreadsheet 3
4 1.0 PURPOSE 1.1 The Atlanta Independent School System (hereinafter, Atlanta Public Schools or APS ) is requesting vendors to submit proposals to provide a next generation firewall. 1.2 In using this method for solicitation, we are requesting your best effort in seeking the best value for our requirements. To be eligible for consideration, sealed proposals shall be presented in accordance with the instructions of this solicitation and within the timeframe specified. It shall be the responsibility of the selected Offeror to meet all specifications and guidelines set forth herein. Atlanta Public Schools, at its discretion, determines the criteria and process whereby proposals are evaluated and awarded. No damages shall be recoverable by any challenger as a result of these determinations or decisions by Atlanta Public Schools. 2.0 CURRENT SITUATION 2.1 APS currently has 92 schools with 49,000 students and 8 remote locations with 7,600 employees. 2.2 Internet access is centrally served from the district office. 2.3 Each school and or remote site has a 100Mbps Wide Area Network (WAN) circuit, and all the remote sites are divided into two WAN clouds. 2.4 Each WAN cloud connects back to the district office via a 10 Gigabit WAN circuit. 2.5 The district office is connected to the Internet via two ISP service providers, one with 900 Mbps connection and the other with 500 Mbps connection. 2.6 A diagram of the APS network is provided on page 29 of this solicitation. 3.0 SCOPE OF WORK 3.1 The purpose of this solicitation is to solicit vendors for a Next Generation network solution that will assist Atlanta Public Schools with its defense in depth strategy. 3.2 The solution should include a next generation security device at the edge of the Atlanta Public Schools network. 3.3 In addition to being an edge security device, it needs to function as an Intrusion Protection/Intrusion Detection device and URL Filtering Device. 3.4 Additionally, it needs to be able to correctly classify all traffic and then determine source/destination and affect change to the stream if necessary. 3.5 The next generation firewall product must meet the following requirements: a. Ability to integrate with Microsoft AD/LDAP to associate traffic to user. b. To insure optimal performance for delay and jitter-sensitive applications, such as VOIP, High Definition video, and future real-time sensitive applications, the shall process all data for all active services as a single stream to minimize delay and jitter. c. To prevent evasive tactics used by modern hackers and malware, the shall be port agnostic and analyze all data on all ports all the time for applications identification. d. To reduce administrative costs, overhead, and human error, The shall simplify management by having a single tab for configuring policy for all running features, including application, user, and content id s. It shall be able to use all three identification methods in a single policy, to accept or deny traffic, packet shape, QOS, and Policy route traffic. 4
5 e. To maximize the granularity of security policies, the shall allow policy creation and enforcement based on any combination of date, time-of-day, ingress and egress hardware port, ingress and egress software port, application identification, user identification, and content identification. f. All required performance specifications shall be from published public sources from production environments with all required features and applications simultaneously active. g. To prevent evasive users and applications from bypassing security functions, all product functions for IPS, Threat Prevention, and Anti-Virus, shall not require specific software port and protocol combinations for detection, mitigation, or enforcement. h. To insure consistent costs for the lifetime of the project, all pricing shall be based solely on annual licensing for the hardware/services and bandwidth/throughput supplied by the quoted appliance. Per user or per object pricing for licenses will not be considered. i. The should include a Zero-Day threat prevention system that validates executable files passing through the firewall, and provides automatic cloud-based behavioral threat analysis of unknown executables, and automatic signature creation to block delivery for executable files that are deemed dangerous by the analysis system. j. Identify and control circumventors. k. Decrypt outbound and inbound SSL. l. Identify and control applications sharing the same connection. m. Provide application function control. n. Deal with unknown traffic by policy. o. Scan for viruses and malware in allowed collaborative applications. p. Enable the same application visibility and control for remote users. q. Deliver the same throughput and performance with application control active. r. Provide edge security to separate Local Area Network from Public Internet. s. Handle Intrusion Prevention/Intrusion Detection t. Handle URL Filtering u. Ability to handle multiple VPN sessions v. Ability to provide in-depth reporting w. Ability to limit or disable specific Applications, categories or traffic flows x. Provide real time threat prevention y. Minimum of 10 Gbps of throughput z. Ability to work with Standards based protocols aa. VoIP Compliant (Cisco) bb. H323 Compliant cc. H225 Compliant dd. Support for AAA protocol ee. Multi-cast Compliant ff. IPv4 and IPv6 compliant gg. Provide High Availability 3.6 Installation 1. Vendor will provide onsite (APS) installation and support. 2. The devices will be installed in Atlanta, GA. 3. Installation of devices must be completed by March 1, All costs related to the installation of the equipment (including all necessary materials, labor, etc.) will be the responsibility of the vendor. 3.7 Maintenance/Support a. Vendor must have the ability to provide 24/7 support. b. Vendor must be able to provide overnight hardware replacement services. 5
6 3.8 Training a. Vendor must provide forty (40) hours of training for four (4) APS staff members. 3.9 Warranty a. Vendor must be able to provide replacement hardware within 24 hours in case of a hardware failure. 4.0 GENERAL INFORMATION: 4.1 All communications regarding this solicitation must be with David Odom, the assigned Procurement Officer for the APS. 4.2 All questions or requests for clarification must be sent by to [email protected] 4.3 By submitting a response to this request, the offeror accepts the responsibility for downloading, reading and abiding by the terms and conditions set forth in the General Terms and Conditions found on the APS web site at: All addendums related to this solicitation will be posted on the APS website at Quick Links, Procurement, Outstanding Solicitations. It is the offeror s responsibility to check the APS website for any addendums, responses to offeror questions or other communications related to this solicitation. 4.5 Vendor is not required to submit proof of insurance with proposal but must submit within five (5) business days after receiving a letter of intent. The insurance requirements are included in section 7 of the General Terms and Conditions. 4.6 The ACORD certificate of insurance must list Atlanta Public Schools as the additional insured. 5.0 VENDOR REQUIREMENTS 5.1 APS policy requires that all contractors, consultants, or vendors providing services on APS premises be fingerprinted and submit to a criminal record check initiated by APS prior to providing services to APS. There is a fee of $44.25 per individual payable by money order associated with the background check. The payment of this fee is the sole responsibility of the contractor, consultant, vendor or the employing company. Any contract awarded pursuant to this solicitation is contingent upon compliance with this requirement and a satisfactory background check as determined by APS. 5.2 Use of Subcontractors a. If subcontractors will be used in the performance of this contract, vendor must complete and submit with its response the Primary Vendor/Subcontractor Utilization form. b. Vendor shall not assign any duties to perform services nor to provide goods to APS under this contract to a subcontractor that is not listed in vendor s response to this solicitation. c. If a subcontractor is removed from the contact at any time during the term, vendor must notify APS Procurement Services in writing with name of subcontractor, reason for removal and effective date. d. If vendor desires to add a subcontractor at any time during the term of the contract, vendor must submit to APS Procurement Services in writing the following information on the subcontractor; company name, address, telephone and fax number, service they will be providing and proposed effective date. Subcontractor may not begin providing service until approved by APS. e. Vendor is responsible for ensuring that all subcontractors who provide goods or services under this contract comply with the terms and conditions of the contract. f. Vendor shall give APS immediate notice in writing of any claim, action or suit filed against vendor by any subcontractor. 6
7 g. APS reserves the right to require that a subcontractor be removed from the contract. 5.3 Vendor must complete and submit with their proposal the applicable documentation related to Georgia House Bill 87 (commonly known as the Illegal Immigration Reform and Enforcement Act of 2011 ). 5.4 Information on Georgia House Bill 87 may be viewed on the APS web site at: Quick Links Procurement E-verify 5.5 Failure to provide the required Georgia House Bill 87 documentation may result in the offeror s response to the solicitation being deemed non-responsive and ineligible for evaluation. 5.6 The Atlanta Board of Education desires that the Atlanta Public Schools operate in the most ethical and conscientious manner possible. Employees are expected to not only avoid any direct conflict of interest but also to avoid even the appearance of impropriety. In an effort to comply with Board policy and to ensure that our relationship with vendors is above reproach, vendors are prohibited from giving any APS employee any gift, favor, loan, reward, political contribution, gratuity, entertainment, transportation, lodging, or meal except those of nominal value (less than $50.00), which must be disclosed to the immediate supervisor and the Department of Internal Auditing. Advertising items and instructional products that are widely distributed may be accepted. (Refer to Policy GAG and GAJB). 5.7 All contractors and vendors desiring to do business with the APS and/or to participate on APS contracts shall be required to comply with Board policy GAG, Staff Conflict of Interest. All vendors and contractors doing business with the APS shall provide all persons with equal opportunity without regard to race, color, sex, religion, national origin, marital status, sexual orientation, age, or disability. 5.8 Vendor must be an authorized reseller of the product they are proposing to APS. 6.0 SUBMISSION REQUIREMENTS 6.1 Proposals shall be submitted as follows: Section 6.12, Section 1, Company Qualifications and Experience and Section 6.12, Section 2, Methodology / Operations 1. The original (marked as such) documents and five (5) hard copies of all documents in a separate sealed envelope labeled Section 1 and Section All hard copies should be submitted on loose leaf paper. 3. All documents saved on three (3) CD-ROMs or Flash Drives. All CD-ROMs/Flash Drives should be labeled with the company name, bid name and bid number. All information on CD- ROMs/Flash Drives should be provided in a single PDF file format. Section 6.12, Section 3, Pricing (Price Proposal Form and supporting documentation) 1. The original (marked as such) bid form and three (3) hard copies of the price proposal form in a separate sealed envelope labeled pricing. 2. All hard copies should be submitted on loose leaf paper. 6.2 The following required documents must be submitted with your proposal: 1. Offeror affirmation form 2. Offeror information form 3. Joint venture affidavit (if this will not be a joint venture, check the appropriate box on the 7
8 form and return with your response) 4. Primary vendor / subcontractor utilization (if subcontractors will not be used, check the appropriate box on the form and return with your response) 5. Promise of non-discrimination 6. Contractor Affidavit of Compliance under O.C.G.A (b) (1), if applicable 7. Subcontractor Affidavit of Compliance under O.C.G.A (b) (3), if applicable. 8. Sub-subcontractor Affidavit of Compliance under O.C.G.A (b) (4), if applicable 9. Affidavit of Exception, if applicable. 10. Local Preference Form 11. Copy of Occupation Tax Registration Certificate, (if applicable, refer to section 9 Local Preference) 12. Copy of local or state business license or permit (if firm does not qualify for local preference) 13. Vendor agreement 14. Technical Requirements Form 15. Contract agreement and statement of work 6.3 The required documents should be submitted as follows: 1. The original (marked as such) document and three (3) hard copies of the document in a separate sealed envelope labeled required documents. 2. All hard copies should be submitted on loose leaf paper. 3. All documents saved on three (3) CD-ROMs. All CD-ROMs should be labeled with the company name, bid name and bid number. All information on CD-ROMs should be provided in a single PDF file format. 6.4 Proposals, in the format requested in 6.1, 6.2 and 6.3 shall be submitted together in a sealed package with the following information listed on the outside of the package: Full company name RFP name and number RFP due date and time Name of the assigned Procurement officer 6.5 No telephone, electronic or facsimile proposals will be accepted. 6.6 Any proposal received after the designated time and date due will not be considered by APS. 6.7 Proposals cannot be withdrawn after they are delivered to APS unless offeror makes a request in writing to the Director of Procurement Services prior to the time set for receiving bids, or unless the Director of Procurement Services fails to accept or reject the bids within one hundred and twenty (120) days after the date fixed for receiving said proposals. 6.8 Proposals which contain irregularities of any kind and/or do not comply fully with requirements stated in the solicitation documents may be rejected at the discretion of the Director of Procurement Services. APS shall not be liable for any costs associated or incurred by offeror in conjunction with preparation of solicitation responses. 6.9 APS reserves the right to waive any minor informality or error in the solicitation or offerors proposal which will not adversely affect competition By submitting a response the offeror certifies that this proposal is made without prior understanding, agreement or connection with any corporation, company or person submitting a bid for the same service and is in all respects fair and without collusion or fraud; that collusive pricing is understood to be a 8
9 violation of state and federal law and can result in fines, prison sentences and civil damage awards. It is further agreed that offeror agrees to abide by all conditions of the solicitation, notice of award and/or purchase order(s) of APS and that the person signing this bid is duly authorized to bid on behalf of the offeror Failure to provide the information listed in sections 6.1 and 6.2 may result in rejection of the proposal. If further information is required to demonstrate responsibility such as providing copies of licenses or permits (other than those mentioned in 6.2, certificates, etc., the offeror will be notified, in writing and given five (5) days from notification to supply such information Offeror shall submit the following information with the proposal. Offeror must reference each section as listed below. Section 1 Company Qualifications and Experience a. Provide a brief history of the company including the number of years in business providing the services specified in this solicitation. b. Provide a list of key staff expected to be assigned to this project and include their roles and responsibilities. c. Provide three (3) references from organizations/k-12 school districts similar to APS for which your company has provided a next generation firewall similar to the specifications of this solicitation. Provide the following information for each reference: Name and address of organization Name and title of primary contact with telephone number, fax number and address. Description of the services provided including dates Section 2 Methodology / Operations a. Application Visibility and Control 1. Many applications can evade detection using non-standard ports, port hopping, or by being configured to run on a different port. It is important to determine if the application identification mechanisms port-agnostic or are they dependent upon specific application ports. Are the signatures dependent on a specific port, or range of ports or are they applied automatically to all ports, all the time? 2. When traffic first hits the device, is it first classified based on port (this is port 80, therefore it is HTTP) or application (this is Gmail)? 3. Describe in detail how the device can accurately identify applications. Are signatures the only mechanism, or are other elements such as decoders, heuristics, and decryption used as a means of ensuring that all applications are identified? 4. What mechanisms are used to detect purposely evasive applications such as UltraSurf or encrypted P2P? 5. Is application identification actually performed in the firewall, or is it performed in a secondary process, after port-based classification? What are the three key advantages of the supported architectural approach? 6. Is application state tracked and if so, how is it utilized to ensure consistent control? Give three examples of how application state is used in policy control. 7. Is the identity of the application the basis of the firewall security policy, or is application control treated as a secondary policy element to manage? 8. How often is the application database updated, and is it a dynamic update or a system reboot upgrade? 9
10 9. Does the product support URL filtering? Describe the URL filtering database. Is the database located on the device or on another device? 10. Describe/list any other security functions that can leverage the application information collected, including drilldown details and user visibility features. b. Controlling Evasive Applications, SSL and SSH 1. Describe the process by which applications and protocols are identified on all, including nonstandard ports. 2. What mechanisms are used to identify purposely evasive applications such as UltraSurf or Tor? 3. Describe how the product can automatically identify a circumventer that is using a non-standard port. 4. What policy controls are available to selectively decrypt, inspect, and control applications that are using SSL? 5. Is bi-directional SSL identification, decryption, and inspection supported? 6. Is SSL decryption a standard feature, or at extra cost? And is a dedicated device required? 7. SSH is a commonly used tool for IT, support, and tech-savvy employees as a means of accessing remote devices. Is SSH control supported and if so, describe the depth of control. c. Policy-based Application Enablement 1. Describe how the application database hierarchy (flat, multilevel, other) exposes functions within the parent application for more granular enablement policies. 2. Is stateful inspection traffic classification performed separately, prior to application identification and if so, describe how, once an application is identified, the changes in application state are monitored, tracked and made use of within the policy. 3. Describe the levels of control that can be exerted over individual applications and their respective functions: a. allow; b. allow based on application, application function, category, subcategory, technology, or risk factor; c. allow based on schedule, user, group, port; d. allow and scan for viruses, application exploits, spyware, drive-by downloads; e. allow and shape; f. deny 4. Can port-based controls be implemented for all applications in the application database so that an administrator can for example, force Oracle database developers over a specific port or range of ports? 5. List all the enterprise repositories supported for user-based controls. Is an API available for custom or non-standard repository integration? 6. Describe how policy-based controls are implemented by users and groups for terminal services environments. d. Managing Unknown Applications 1. Provide specifics on how unknown traffic is identified, categorized and managed. 2. What, if any, actions can be taken on unknown traffic (allow, deny, inspect, shape, etc)? 3. Describe the recommended best practices for managing unknown application traffic. 4. Can custom application signatures be created? 5. What is the process for submitting requests for new or updated application signatures? 6. Once an application is submitted, what is the SLA turnaround time? 7. What mechanisms are available to determine if the unknown traffic is malicious code? e. Threat Prevention 1. How are threats prevented that are carried on non-standard ports? 10
11 2. Is application identification information integrated or shared with the threat prevention technologies? If so, describe the level of integration. 3. Describe which threat prevention disciplines (IPS, AV, etc.) are port-based as opposed to application-based. 4. Can the threat prevention engine scan inside of compressed content such as ZIP or GZIP? 5. Can the threat prevention engine scan within SSL encrypted content? 6. Describe the approach to controlling unknown vulnerabilities and unknown malware. 7. Describe the threat prevention research and development process. 8. List all threat discoveries over the last 12 months. f. Securing Remote Users 1. Provide a detailed description, including all necessary components, of the available options for securing remote users. 2. If a client component is included, how is it distributed? 3. Describe the sizing requirements. How many users can be supported simultaneously? 4. Is the product transparent to the client? 5. Describe how performance in ensured for geographically distributed users. 6. Describe how policy control over remote users is implemented (e.g., in the firewall policy, in a separate policy/device, other). 7. List all features and protections provided by the remote capabilities (SSL, application control, IPS, etc.) g. Management 1. Does device management require a separate server or device? 2. What management options are supported: CLI? Browser? Fat-client? Centralized Server? 3. What visibility tools, outside of the log viewer and reporting, are available to enable a clear picture of the application traffic traversing the network? a. Are the visibility tools included as part of the base functionality, or are they extra cost/added licenses? b. Are the visibility tools deployed on-box, or are they a separate device/appliance? 4. Provide a detailed description of the effort and steps required to begin seeing application traffic on the network. 5. Can the application policy controls, firewall policy controls, and threat prevention features all be enabled in a single rule in the firewall policy editor? 6. Describe the logging and reporting capabilities are they on-box and if so, what is the performance degradation when logging is enabled for specific applications such as Bit Torrent, SharePoint and MS-Exchange. a. Is full log analysis available on-box, or is it an extra cost/ added license/separate device? 7. Are reporting tools available to understand how the network is being used and to highlight changes in network usage? a. Are they an extra cost/added license/separate device? 8. Describe how management access is ensured when the device is under heavy traffic load. 9. Describe the relationship between individual device and centralized management of multiple devices. h. Performance 1. Is the product software-based, an OEM server, or a purpose-built appliance? 2. What has the actual performance result been in a test environment that is representative of the target network environment? 3. What is the rated throughput? 4. What is the throughput based on a real-world mix of traffic with application control enabled? 11
12 5. What is the throughput based on a real-world mix of traffic with application control enabled, and other security features enabled, such as URL filtering and Intrusion Prevention? 6. What is the throughput based on a real-world mix of traffic with all application control, user and threat prevention options enabled? i. Installation 1. Describe in detail your company s ability to provide system engineer support to assist APS with the setup/configuration of the initial Next Generation equipment. 2. Can your solution be deployed transparent to the network? Briefly explain the different deployment scenarios of how your solution can be positioned in the network. 3. Describe in general the installation and configuration process you would use should APS have you do the installation. j. Warranty 1. Describe in detail the warranty for the proposed equipment, including your company s replacement policy if the device fails (how long for replacement, additional cost for replacement device, etc.) k. Maintenance/Support 1. Describe the different types of maintenance/support plans provided for the equipment and software being proposed. Is there a discount for multi-year contracts? 2. Describe in detail how often regular software and firmware updates are made for the proposed equipment. Are these regular updates part of the maintenance plans described above? 3. Describe if direct manufacturer technical support is available, and if so provide the costs associated with this support. 4. Describe in detail your company s ability to provide onsite repair of the proposed Next Generation equipment and software available to APS. l. Training 1. Describe in detail your company s ability to provide onsite and/or online training available for the equipment and software. Provide what options are available to APS for the training (onsite, online, etc.) Section 3 - Pricing a. Provide pricing on the APS price proposal form which is a separate Excel spreadsheet. This form must be submitted in a separate sealed envelope labeled pricing. Vendor should include a brief narrative for each line item on the price proposal form. 7.0 EVALUATION 7.1 To be eligible for consideration, proposals shall be presented in accordance with the instructions of this solicitation and within the timeframe specified. It shall be the responsibility of the awarded vendor to meet all specifications and guidelines set forth herein. 7.2 An APS evaluation committee will evaluate each proposal properly submitted. APS, at its sole discretion, determines the criteria and process whereby proposals are evaluated and awarded. No damages shall be recoverable by any challenger as a result of the determinations or decisions by APS. 7.3 APS reserves the right during the evaluation process to contact offerors who submit proposals and request additional information or clarification necessary to complete the evaluation. 7.4 After the closing date and time, Procurement Services will conduct an administrative review of all proposals received to determine responsiveness. Proposals that are deemed to be responsive will be 12
13 submitted to the evaluation committee for review. Proposals that are deemed to be non-responsive will not be evaluated or considered for award. 7.5 Although proposals that do not contain pricing information will not be considered for an award, Atlanta Public Schools reserves the right to evaluate proposals on the non-price related criteria only. Proposals that do not meet at least 70% of the non-price criteria may not have price evaluated as a criterion. 7.6 APS will evaluate all proposals and reserves the right to develop a competitive range. The competitive range is defined as a group for competitive negotiation, as determined during the evaluation process, composed of only those proposals that are considered to have a reasonable chance of being selected for an award and who are, therefore, chosen for additional discussions and negotiations. Proposals not in the competitive range are given no further consideration. 7.7 The formula used to evaluate price is as follows: (Lowest price / price of proposal being evaluated) x points available for price = score 7.8 Proposals will be evaluated on the following criteria: Company qualifications and experience Methodology / operations Price 7.9 APS reserves the right to request a best and final offer (BAFO) from offerors during the evaluation process APS reserves the right to negotiate price and/or non-price terms and conditions with selected vendor(s) APS reserves the right to negotiate price and/or scope of work terms and conditions with selected vendor(s) APS reserves the right to negotiate terms and conditions, which may be necessary or appropriate to meet the needs of the district Negotiations may be: a. Concurrent which may be conducted concurrently with multiple offerors or; b. Exclusive which may be conducted with the offeror whose proposal is the overall highest rated Exceeding Available Funds In the event the pricing submitted by (a vendor or vendors) exceeds available funds, APS reserves the right to negotiate an adjustment of price with the (vendor or vendors.) 8.0 AWARD 8.1 Please be advised that it is the policy of the Atlanta Public Schools that all contracts be awarded without regard to the race, color, sex, religion, national origin, marital status, sexual orientation, age, or disability of the offeror. 8.2 This contract shall be for one (1) base term (of one year or less) with four (4) one-year options to renew at the sole discretion of the Superintendent of APS. The contract will be conditional upon the offeror s ability to comply with requirements set forth in the solicitation documents. 13
14 8.3 APS has selected as its owner s representative, the Information Technology Security Manager. Supervision of the contract will be performed by the owner s representative or his/her designee. 8.4 Offeror shall not provide goods or services until a purchase order has been issued by APS s Procurement Services Department. 8.5 The original and one (1) copy of itemized invoices must be submitted to: Atlanta Public Schools Accounts Payable Department P. O. Box 4659 Atlanta, GA Invoices a. Invoices must include the APS purchase order number and the ship to location where the goods and/or services were delivered that do not include this information will be returned to the vendor. b. Separate invoices are required for each purchase order. c. The accounts payable department may be contacted at Vendor Payment APS may make payments to vendors via one of the following: a. Automated Clearing House (ACH) b. Check c. Purchasing Card 8.8 At the end of each contract term, the awarded vendor may request a price re-determination. Price redetermination requests must be submitted to the Procurement Services Contract Administrator ninety (90) days prior to the contract term expiration date accompanied by justification of price re-determination. APS may, at its discretion: a. Accept the proposed price re-determination. b. Reject the proposed price re-determination. c. Suggest an alternative price re-determination. 8.9 If APS rejects a proposed price re-determination the awarded vendor may: a. Continue with the existing pricing. b. Suggest an alternative price re-determination. c. End the contract APS reserves the right to reject all proposals when such action is in the best interest of the district Awards will be posted on the APS website at: Quick Links Procurement Contracts Awarded 9.0 LOCAL PREFERENCE 9.1 In order to encourage and promote Atlanta Public Schools contracting opportunities with local businesses, formal solicitation processes may give preference to proposals and bids from local businesses based on the following rules. 9.2 Local preferences are prohibited when federal funds are the source of funding. 14
15 9.3 Local businesses that wish to receive preferential consideration shall submit a copy of their Occupation Tax Registration Certificate issued by Clayton, Cobb, DeKalb, Fulton or Gwinnett counties or by a city government located with the five-county metro area (e.g. Atlanta, Decatur, Marietta) covering the last 12 month period to certify qualification or the preference as part of each proposal or response CONTRACT 10.1 The vendor must guarantee that it has the full legal right to the materials, supplies, equipment, and other rights or titles (e.g. rights to licenses transfer or assign deliverables) necessary to execute this contract. The contract price shall, without exception, include compensation for all costs arising from licenses, patents, trademarks and copyrights that are in any way involved in the contract. It shall be the responsibility of the contractor to pay for all licensing and intellectual property costs, and APS must be held harmless from any such claims The offeror must submit a copy of the contract agreement and statement of work that APS will be asked to execute with the offeror s response to this solicitation. 15
16 NON-SUBMITTAL RESPONSE FORM RFP Name: RFP Number: NOTE TO VENDOR: If your company s response is a non-submittal, the Atlanta Public Schools is very interested in the reason for such response since APS desires to ensure that the procurement process is fair, non-restrictive and attracts maximum participation from interested companies. We therefore, appreciate your responses to this non-submittal response form. Please complete and fax this form to: (404) Please indicate your reason for responding with a non-submittal : Unable to meet the requirements for this solicitation. Unable to provide the goods or services specified in this solicitation Unable to meet time frame established for start and or completion of project. Received too late to submit a bid. Received on: Please remove our company s name from receiving similar type solicitations. Other (Please explain): Your response will be reviewed and placed in the solicitation file. Your input will assist APS in determining changes necessary to increase participation in the solicitation process. Company name Company address ( ) ( ) Company telephone number Company fax number Primary company contact address Authorized company official signature Title Date 16
17 Company Name: RFP Name: RFP Number: Atlanta Public Schools OFFEROR AFFIRMATION FORM (This form must be completed and returned with your response) After careful examination of the solicitation document in its entirety,, Next Generation Firewall, # and any addendum(s) issued, the undersigned proposes to satisfy all requirements in accordance with said documents. For consideration of this proposal, the undersigned hereby affirms that: 1. He/she is a duly authorized official of the offeror, 2. No changes were made to the original RFP document, 3. The proposal is being submitted on behalf of the offeror in accordance with any terms and conditions set forth in this document, 4. The offeror will accept any awards made to it as a result of the proposal submitted herein for a minimum of one hundred and twenty (120) calendar days following the date of submission, 5. The offeror will accept the terms and conditions set forth in the contract template attached hereto. If notified in writing by mail or delivery of the acceptance of the award, the undersigned agrees to furnish and deliver to the assigned Procurement officer within five (5) days of the request, a certificate of insurance indicating the coverages specified within this solicitation. A contract shall be established which will set forth the terms of this agreement. The contract shall be interpreted, construed and given effect in all respects according to the laws of the State of Georgia. Nondiscrimination in Employment: We, the supplier of goods, materials, equipment or services covered by this bid or contract, have not discriminated in the employment, in any way, against any person or persons, or refused to continue the employment of any person or persons on account of their race, color, sex, religion, national origin, marital status, sexual orientation, age, or disability. Respectfully submitted, Company Name Address Authorized Official Name Signature Title Date ( ) ( ) Business Telephone Number Fax Address The full names and addresses of persons and organizations interested in the foregoing Request for Bids as principals of the company are as follows: The legal name of the bidder is: 17
18 RFP Name: RFP Number: Full Company Legal Name: Street Address: City, State, Zip Code: Atlanta Public Schools OFFEROR INFORMATION FORM (This form must be completed and returned with your response) Contact Name for Solicitation: Title: Telephone: ( ) Fax: ( ) Contact Name for Contract: Title: Telephone: ( ) Fax: ( ) Contact Name for Purchase Order s: Title: Telephone: ( ) Fax: ( ) Purchase orders may be delivered via or fax. Please indicate your preferred delivery method and provide an address or fax number where they should be sent. Fax ( ) Company Web Site: State of Incorporation: Taxpayer Identification Number: Check one of the following: Independently owned and operated: An Affiliate or Division of: Company Name: Address: Does the company utilize an Affirmative Action Plan for Equal Employment Yes No Opportunity? Has the company implemented a compliance program in accordance with the Yes No Americans with Disabilities Act? Have any conditions or restrictions been placed on this proposal by the company Yes No that would cause it to be declared non-responsive? If recommended for award will company provide proof of insurance as required? Yes No Is the company currently debarred from doing business with any federal, state or Yes No local agency? If yes please provide details and submit on a separate sheet Has the company ever defaulted on a contract or been denied a contract due to Yes No non-ability to perform? If yes please provide details on a separate sheet. Does the company accept payment by credit card? Yes No Is the company registered as a vendor with Atlanta Public Schools? Yes No 18
19 JOINT VENTURE AFFIDAVIT (This form must be completed and returned with your response) Primary Vendor Name: If this will not be a joint venture, check this box: RFP Name: RFP Number: State of: County of: We, the undersigned, being duly sworn according to law, upon our respective oaths depose and say that: 1. The following named contractors/companies have entered into a joint venture for the purpose of carrying out all the provisions of the Contract for the above named solicitation: Joint Venture Company A Company Name Federal ID No. Address: City: State: Zip: Check all that apply: Sole Proprietorship Partnership Corporation N/A, other Joint Venture Company B Company Name Federal ID No. Address: City: State: Zip: Check all that apply: Sole Proprietorship Partnership Corporation N/A, other 2. The contractors/companies, under whose names we have affixed our respective signatures, have duly authorized and empowered us to execute this Joint Venture Statement in the name of and on behalf of such contractors for the purpose hereinbefore stated. Under the provision of such Joint Venture, the assets of each of the contractors named in Paragraph 1 hereof, and in case any contractor so named above is in partnership, the assets of the individual members of such partnership, will be available for the performance of such Joint Venture and liable therefore and for all obligations incurred in connection therewith. 19
20 JOINT VENTURE AFFIDAVIT This Joint Venture Statement is executed so that the named contractors/companies, as one organization, may under such joint venture, bid upon said contract, and be awarded the contract if they should become the successful bidder therefore, any bid, bond and agreement relating to joint venture and each and every contractor name herein, severally and jointly. Simultaneous with the execution of the contract, the contractors entering into this joint venture shall designate and appoint a project manager to act as their true and lawful agent with full power and authority to do and perform any and all acts or things necessary to carry out the work set forth in said contract. The Joint Venture shall be known as: Principal Office Address: City: State: Zip: Telephone: ( ) Fax: ( ) 3. On a separate sheet provide the following information and reference the section number: A. Describe the capital contributions by each joint venture and accounting therefore. B. Describe the financial controls of the joint venture. Will a separate cost center be established? Which joint venture company will be responsible for keeping the books? How will the expenses be reimbursed? What is the authority of each joint venture company to commit or obligate the other? C. Describe any ownership, options for ownership, or loans between the joint ventures. Identify terms thereof. D. Describe the estimated contract cash flow for each joint venture company.. E. How and by whom will the on-site work be supervised? F. How and by whom will the administrative office be supervised? G. Which joint venture company will be responsible for material purchases including the estimated cost thereof? How will the purchases be financed? H. Which joint venture company will provide equipment? What is the estimated cost thereof? How will the equipment be financed? I. Describe the experience and business qualifications of each joint venture company. J. Submit a copy of all joint venture agreements and evidence of authority to do business in the State of Georgia as well as locally, to include all necessary business licenses. 20
21 JOINT VENTURE AFFIDAVIT In connection with any work that these firms, as a joint venture, might be authorized to perform in connection with the above captioned contract, we each do hereby authorize representatives of the APS, Department of Procurement Services, Office of Contract Administration, to examine, from time to time, the books, records and files to the extent that such relate to this APS solicitation. We bind the contractors for whom we respectively execute this Joint Venture Statement in firm agreement with the APS, that each of the representations herein set forth is true. Subscribed and sworn before me this day of 20. (A) Name of Contractor/Company A My commission expires: By: (L.S.) Notary Public Print Name Subscribed and sworn before me this day of 20. (B) Name of Contractor/Company B My commission expires: By: (L.S.) Notary Public Print Name 21
22 PRIMARY VENDOR / SUBCONTRACTOR UTILIZATION (This form must be completed and returned with your response) RFP Name: RFP Number: Primary Vendor Name: If subcontractors will not be used check this box: List all subcontractors to be used during the performance of this contract. Submit additional forms if needed. Company Name: Street Address: City, State, Zip: Telephone: ( ) Fax: ( ) Primary Contact: Address: Services to be provided: Company Name: Street Address: City, State, Zip: Telephone: ( ) Fax: ( ) Primary Contact: Address: Services to be provided: Company Name: Street Address: City, State, Zip: Telephone: ( ) Fax: ( ) Primary Contact: Address: Services to be provided: 22
23 PROMISE OF NON-DISCRIMINATION (This form must be completed and returned with your response) In consideration of, and as condition precedent, the right and privilege to bid on construction projects and other procurement contracts of the APS, each potential vendor shall be required to submit to the APS Office of Contract Administration, a duly executed and attested Promise of Non-Discrimination, enforceable at law, which by agreement, affidavit or other written instrument acceptable to the General Counsel for APS, shall contain promises, averments and/or affirmations voluntarily made by the bidder. Know All Men by These Presents, that I/We, ( ) Authorized Company Representative Name(s) ( ) Authorized Company Representative Title(s) ( ) Name of Company (Hereinafter Company ), in consideration of the privilege to bid on contracts funded in whole or in part by Atlanta Independent School System (hereinafter, APS ), hereby consents, covenants and agrees as follows: (1) No person shall be excluded from participation in, denied the benefit of, or otherwise discriminated against on the basis of race, color, sex, religion, national origin, marital status, sexual orientation, age, or disability in connection with any bid submitted to APS, or the performance of any contract resulting there from; (2) That it is and shall be the policy of Company to provide equal opportunity to all business persons seeking to contract or otherwise interested in contracting with this Company, including those companies owned and controlled by racial minorities, cultural minorities and females: ( 3) That the promises of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption for so long as any contract between Company and APS remains in force and effect; (4) That the promises of non-discrimination as made and set forth herein shall and are hereby deemed to be made a part of, and incorporated by reference into, any contract or portion thereof which the Company may hereafter obtain with APS; and (5) That the failure of this company to satisfactorily discharge any of the promises of non-discrimination as made and set forth herein shall constitute a material breach of contract entitling the APS to declare the contract in default and to exercise any and all applicable rights and remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and/or forfeiture of compensation due and owing on a contract. Solicitation Name Solicitation Number Authorized Company Representative Name Authorized Company Representative Signature Date 23
24 Contractor Affidavit of Compliance under O.C.G.A (b) (l) By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of Atlanta Public Schools has registered with, is authorized to use and uses the federal work authorization program commonly known as E- Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A (b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Contractor Name of Project Atlanta Public Schools Name of Public Entity I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on, 20 in (city), (state). Signature of Authorized Officer or Agent Printed Name and Title of authorized Officer or Agent Subscribed and Sworn Before Me On This The Day Of, 20. Notary Public My Commission Expires: 24
25 Subcontractor Affidavit of Compliance under O.C.G.A (b) (3) By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under a contract with (name of contractor) on behalf of Atlanta Public Schools has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout the contract period and the undersigned subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the subcontractor with the information required by O.C.G.A (b). Additionally, the undersigned subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within five business days of receipt. If the undersigned subcontractor receives notice of receipt of an affidavit from any sub-subcontractor that has contracted with a sub-subcontractor to forward, within five business days of receipt, a copy of such notice to the contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Contractor Name of Project Atlanta Public Schools Name of Public Entity I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on, 20 in (city), (state). Signature of Authorized Officer or Agent Printed Name and Title of authorized Officer or Agent Subscribed and Sworn Before Me On This The Day Of, 20. Notary Public My Commission Expires: 25
26 Sub-subcontractor Affidavit o f C o m p l i a n c e under O.C.G.A (b) (4) By executing this affidavit, the undersigned sub-subcontractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under a contract for (name of subcontractor or sub-subcontractor with whom such sub-subcontractor has privity of contract) and (name of contractor) on behalf of Atlanta Public Schools has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A Furthermore, the undersigned sub-subcontractor will continue to use the federal work authorization program throughout the contract period and the undersigned subsubcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the sub- subcontractor with the information required by O.C.G.A (b). The undersigned sub-subcontractor shall submit, at the time of such contract, this affidavit to (name of subcontractor or subsubcontractor with whom such sub-subcontractor has privity of contract). Additionally, the undersigned sub-subcontractor will forward notice of the receipt of any affidavit from a subsubcontractor to (name of subcontractor or sub-subcontractor with whom such sub-subcontractor has privity of contract). Sub- subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Contractor Name of Project Atlanta Public Schools Name of Public Entity I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on, 20 in (city), (state). Signature of Authorized Officer or Agent Printed Name and Title of authorized Officer or Agent Subscribed and Sworn Before Me On This The Day Of, 20. Notary Public My Commission Expires: 26
27 Affidavit of Exception I attest that I am exempt from providing an Affidavit of Compliance to Atlanta Public Schools pursuant to O.C.G.A , as amended, for one of the following reasons: I am a sole proprietor with no employees, subcontractors or sub-subcontractors and I will not use employees, subcontractors or sub-contractors for any work performed for Atlanta Public Schools. *In order to be exempt from compliance under the above exception, in addition to this affidavit you must provide a copy of your State of Georgia driver s license. (Please see migration_status_7_26_11.pdf for a list of driver s licenses from alternative states that can be submitted in lieu of a Georgia driver s license.) My company/firm will render services to Atlanta Public Schools; however, the services will not be rendered in the State of Georgia. My company/firm will only provide goods to Atlanta Public Schools and will not render any physical services to Atlanta Public Schools. My company/firm will render services to Atlanta Public Schools, however my company/firm has ten (10) or fewer full-time employees. Vendor Name: Name of Project: I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on, 20 in (city), (state). Signature of Authorized Officer or Agent Printed Name and Title of authorized Officer or Agent Subscribed and Sworn Before Me On This The Day Of, 20. Notary Public My Commission Expires: 27
28 Local Preference In order to encourage and promote Atlanta Public Schools contracting opportunities with local businesses, formal solicitation processes may give preference to proposals and bids from local businesses based on the following rules. Local Area The chart below shows the counties and cities considered local for preference purposes. A business must have been registered in one of the below jurisdictions for at least 12 months to receive local preference. County Clayton Cobb DeKalb Fulton Gwinnett Cities Forest Park, Jonesboro, Lake City, Lovejoy, Morrow, Riverdale Acworth, Austell, Kennesaw, Mableton, Marietta, Powder Springs, Smyrna, Vinings Atlanta, Avondale Estates, Chamblee, Clarkston, Decatur, Doraville, Dunwoody, Lithonia, Pine Lake, Stone Mountain Atlanta, Alpharetta, Chattahoochee Hills, College Park, East Point, Fairburn, Hapeville, Johns Creek, Milton, Mountain Park, Palmetto, Roswell, Sandy Springs, Union City Berkeley Lake, Buford, Dacula, Duluth, Grayson, Lawrenceville, Lilburn, Loganville, Norcross, Snellville, Sugar Hill, Suwanee Certification Local businesses that wish to receive preferential consideration shall submit a copy of one or more valid Occupational Tax Registration Certificate(s) issued by Clayton, Cobb, DeKalb, Fulton or Gwinnett counties or by a city government located within the five-county metro area (e.g. Atlanta, Decatur, Marietta) covering the last 12 month period to certify qualification for the preference as part of each proposal or response. Procedures for local preference Request for Proposals (RFP) If a local business meets the quality standards established for the RFP process, the local business shall be awarded five (5) additional points in the total evaluation. The evaluation and scoring of all proposals shall be conducted in accordance with departmental procedures issued by the Chief Financial Officer or his/her designee. Invitations to Bid (ITB) In general, price is the deciding factor in APS invitation to bid processes. In cases when two or more responses offer the same price to the district, local preference will be used as a tiebreaker. In order to qualify for local preference based on the requirements listed above, you must submit with your proposal a copy of your Occupational Tax Registration Certificate. Company Name: Company Qualifies for Local Preference: Yes No Occupational Tax Registration Certificate issued by: County: or City: 28
29 APS Network Diagram 29
30 SOLICITATION CHECKLIST (This form must be completed and returned with your response) RFP Name: RFP Number: The following items must be completed and submitted with your response. Note: only return pages on which your company has included a response. 1. Reviewed addendum(s) posted to the APS website (if applicable). 2. The original and five (5) hard copies of the proposal. 3. The proposal on three (3) CD-ROMs or Flash Drives. All information on CD-ROMs/Flash Drives should be protected or in PDF file format. 4. The original and three (3) hard copies of the required documents and all required documents on three (3) CD-ROMs/Flash Drives. All information on CD-ROM s/flash Drives should be protected or in PDF file format. 5. Offeror affirmation form. 6. Price proposal form. 7. Offeror information form. 8. Joint venture affidavit form 9. Primary vendor / subcontractor utilization form. 10. Promise of non-discrimination form 11. Promise of non-discrimination Contractor Affidavit of Compliance under O.C.G.A (b) (1), if applicable 12. Subcontractor Affidavit of Compliance under O.C.G.A (b) (3), if applicable. 13. Sub-subcontractor Affidavit of Compliance under O.C.G.A (b) (4), if applicable 14. Affidavit of Exception, if applicable 15. Local Preference Form 16. Occupation Tax Registration Certificate, (if applicable, refer to section 9 Local Preference) 17. Copy of local or state business license or permit (if firm does not qualify for local preference) 18. Vendor agreement 19. Review and accept the General Terms and Conditions 20. Attach label to sealed bid package. 21. Technical Requirements Form 22. Contract agreement and statement of work How did you hear about this solicitation? APS Website Georgia Procurement Registry Other (please list) Company Name Signature of Authorized Company Representative Date 30
31 PLEASE CUT LABEL AND SECURELY TAPE TO THE FRONT OF SEALED BID PACKAGE. ATLANTA PUBLIC SCHOOLS PROCUREMENT SERVICES DEPARTMENT 130 TRINITY AVENUE, SW 4 th FLOOR ATLANTA, GEORGIA Company Name: Bid Name: Bid Number: Due Date: ***Please tape this return 1abel on your sealed bid*** 31
ATLANTA PUBLIC SCHOOLS
Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT
Request for Qualifications. Roofing and Waterproofing Consulting Services
Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 30, 2014 RFQ Number: 112014-03 Due Date: November 20, 2014 Time Due: 11:00 a.m. ET
Request for Proposal. Applicant Tracking System
ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia 30303 Request for Proposal For April 17, 2015 RFP Number: 050715-01 Due Date: May 7, 2015 Time Due: 11:00
Request for Proposal. Virtual Desktop Computing Solution
Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia 30303 Request for Proposal For October 4, 2012 RFP Number: 102912-01 Due Date: 10/29/12 Time Due: 11:00 a.m. ET NIGP Commodity
ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)
REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0
ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia 30303. Request for Proposal
Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia 30303 Request for Proposal For Servers, Data Center Infrastructure Components, Data Center Software, Installation September 28,
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription
Request for Proposal. E-Rate Eligible Internet Service and Session Initiated Protocol (SIP) Trunking via Telx
Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia 30303 Request for Proposal For E-Rate Eligible Internet Service and Session Initiated Protocol (SIP) Trunking via Telx October
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information
PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS 2012-2013 SCHOOL YEAR
PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS 2012-2013 SCHOOL YEAR PREFACE Technical contact for this Quote: Mark Stout Chief of Police Putnam City Campus Police
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March
**Incomplete vendor registration submissions will be discarded after 30 days.**
**Incomplete vendor registration submissions will be discarded after 30 days.** Procurement Services Department 130 Trinity Avenue, 4 th Floor Atlanta, GA 30303 Fax (404) 802-1506 Vendor Registration Form
REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES
REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES DEVELOPMENT AUTHORITY OF FULTON COUNTY 141 PRYOR STREET S.W., SUITE 1031 ATLANTA, GEORGIA 30303 DATE RE-ISSUED JANUARY 21, 2014 RESPONSES DUE
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
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing
Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078
Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School
Request for Proposals. Pest Control Services
Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia 30303 Request for Proposals For January 27, 2014 RFP Number: 021414-01 Due Date: February 14, 2014 Time Due: 11:00 a.m. ET NIGP
REQUEST FOR PROPOSAL Procurement of Landscaping Services
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012
Request For Proposal AlienVault SIEM Solution CONTRACT # 1069 08/20/2015 LATE PROPOSALS WILL NOT BE ACCEPTED
Request For Proposal AlienVault SIEM Solution CONTRACT # 1069 08/20/2015 LATE PROPOSALS WILL NOT BE ACCEPTED Table of Contents Page No. 1. General Provisions a. Scope of Services... 1 b. Qualifications
BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and
KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the
BUYING AGENCY AGREEMENT
THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred
Proposal Writing - A Cover Letter of Compliance
1.0 Submission Requirements: SECTION I INFORMATION & INSTRUCTIONS 1.1 The complete original proposal must be submitted in a sealed package and received in accordance with the instructions detailed in the
TROUP COUNTY COMPREHENSIVE HIGH SCHOOL
TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB
Commonwealth of Kentucky, hereinafter referred to at the University or as the First Party, and
Rev. 2/11 UNIVERSITY OF KENTUCKY STANDARD CONTRACT FOR PERSONAL SERVICES THIS CONTRACT is made and entered into this day of, 20, by and between UNIVERSITY OF KENTUCKY, (Agency) Personal Service Contract
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
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
BOROUGH OF KENILWORTH
BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS
How To Write A Pnetration Testing Rfp
REQUEST FOR SUBMITTAL OF PROPOSALS FOR PENETRATION TESTING SERVICES FOR BOONE COUNTY FAMILY RESOURCES IN COLUMBIA, MISSOURI SEPTEMBER 22, 2014 SUBMISSION DEADLINE FRIDAY, OCTOBER 17, 2014 @ 3:00 PM CDT
Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;
Introduction TOWN OF GUTTENBERG REQUEST FOR PROPOSALS FROM COMPUTER SOFTWARE FIRMS INTERESTED IN PROVIDING SOFTWARE SUPPORT SERVICES TO THE TOWN OF GUTTENBERG FOR THE PERIOD OF JANUARY 1, 2016 TO DECEMBER
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
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
Retaining Wall Replacement at the Currituck County Veterans Memorial Park
CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
ATLANTA COMMERCIAL BOARD OF REALTORS, INC. EXCLUSIVE LISTING AGREEMENT FOR SALE OF REAL PROPERTY
ATLANTA COMMERCIAL BOARD OF REALTORS, INC. EXCLUSIVE LISTING AGREEMENT FOR SALE OF REAL PROPERTY THIS EXCLUSIVE LISTING AGREEMENT (this Agreement ), dated, is made and entered into by and between as owner
Tax Credit Consultant
Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 Request for Proposals Tax Credit Consultant Proposals due by 2:00 PM on March 26,
RFP SW - 032916 SWP. ADVERTISEMENT for SURVEYING and CIVIL ENGINEERING SERVICES for STORM WATER IMPROVEMENT PROJECTS
RFP SW - 032916 SWP ADVERTISEMENT for SURVEYING and CIVIL ENGINEERING SERVICES for STORM WATER IMPROVEMENT PROJECTS The City of College Park is accepting Sealed Proposals from qualified civil engineering
Request for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology [email protected]
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
Western Virginia Water Authority. Roanoke, Virginia
Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE
FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE
THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,
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,
AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer:
AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT Name of Offeror/Proposer: Address: Contracting Agency/Owner: Contract (Project) Title
N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")
N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
SAMPLE REQUEST FOR PROPOSALS TEMPLATE
SAMPLE REQUEST FOR PROPOSALS TEMPLATE Request for Proposals (RFP) For: [Title of RFP Project] Note: This sample is for a fabrication type of RFP. [RFP ID #] Issued: [Date] Submission deadline: [Time/Date]
PROPOSAL FOR RISK MANAGEMENT CONSULTANT
PROPOSAL FOR RISK MANAGEMENT CONSULTANT Wantage Township is seeking proposals through the fair and open process as set forth in the State of New Jersey s Pay to Play legislation for the position of Risk
APPALCART REQUEST FOR PROPOSAL
APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight
SOLICITATION QUOTATION BLANKET ORDER
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION BLANKET ORDER Contact Information: Oakland County Purchasing Division Building
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
E-RATE CONSULTING AGREEMENT
E-RATE CONSULTING AGREEMENT This E-Rate Consulting Agreement is made and entered into on this _6th_ day of August 2012 between the Harrisburg School District (the District ) and Julie Tritt-Schell (the
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
REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB
Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE
Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL
REQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: [email protected] REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
REQUEST FOR QUOTES (RFQ)
REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck
REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES
BOROUGH OF ROSELLE REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE Contract Term January 1, 2013 through December 31, 2015 SUBMISSION DEADLINE DECEMBER 27, 2012 10:00 A.M.
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J. 07833 Phone: (908) 475-5118Fax: 908-475-1141
KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J. 07833 Phone: (908) 475-5118Fax: 908-475-1141 REQUEST FOR QUALIFICATIONS FOR SCHOOL DISTRICT RISK MANAGEMENT CONSULTANT Notice
REQUEST FOR PROPOSALS
PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon
SEALED BID SOLICITATION QUOTATION
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION Contact Information: Oakland County Purchasing Division Building 41 West
INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET
INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET I. The requesting department should complete the following Independent Contractor Consulting Agreement ( Agreement
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,
Employee Performance Appraisal Software
REQUEST FOR PROPOSALS Employee Performance Appraisal Software 5400 Ox Road Fairfax Station, Virginia 22039 June 18 th, 2014 NOTICE REQUEST FOR PROPOSALS Employee Performance Appraisal Software June 18
REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES
CITY OF LINDEN REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 9:30 AM November 13, 2014 10:00 a.m.
STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School
Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
REQUEST FOR QUOTATION Quote #30-452-1808 CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)
Purchasing Division 211 West Oakley Street Flint, Michigan 48503 Ph: 810.767.4920 Fax: 810.767.4405 Quotations will be received by the Purchasing Division of Genesee County Road Commission, until 1:45
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School
TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016
TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016 NOTICE IS HEREBY GIVEN that sealed submissions will be received
REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT
REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT The County of Cumberland, a county of the fourth class, is accepting proposals from qualified firms to provide telephone services
CITY OF TYBEE ISLAND RFP #2015-673 THE CITY OF TYBEE ISLAND IS ISSUING THIS REQUEST FOR PROPOSAL FOR FURNISHING THE SERVICES DESCRIBED HEREIN:
MAYOR Jason Buelterman CITY COUNCIL Wanda Doyle, Mayor Pro Tem Barry Brown Rob Callahan Bill Garbett Monty Parks Paul Wolff CITY OF TYBEE ISLAND RFP #2015-673 CITY MANAGER Diane Schleicher CITY CLERK Janet
Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
COUNTY OF UNION, NEW JERSEY
CITY OF ELIZABETH COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS FINANCIAL ADVISORARY SERVICES Contract Term 2017 State Fiscal Year (Ending June 30, 2017) SUBMISSION DEADLINE 11:00 A.M. MAY 12,
