Request for Proposal #7984. Marketing Promotions and Point-of-Sale Services. November 18, 2013

Size: px
Start display at page:

Download "Request for Proposal #7984. Marketing Promotions and Point-of-Sale Services. November 18, 2013"

Transcription

1 Request for Proposal #7984 Marketing Promotions and Point-of-Sale Services November 18, 2013 CALIFORNIA LOTTERY 700 NORTH 10TH STREET SACRAMENTO, CA 95811

2 TABLE OF CONTENTS Page I. GENERAL INFORMATION A. Purpose... 1 B. Background... 1 C. Opportunity... 1 D. The Challenge... 2 E. Minimum Qualifications... 2 F. Issuing Office and Agency-Initiated Contact... 3 G. Projected Timetable... 3 H. Examination of All Requirements... 4 I. Amendments to the RFP... 4 J. Intent to Bid and Future Communication... 4 K. Written Questions... 4 L. Player Direct Architecture Conference... 5 M. Joint Proposal... 5 N. Proposal Consideration... 5 O. Proposals are Public Records... 6 P. Conditions of Submission... 6 Q. Rejection of Responses... 6 R. Nonmaterial Deviation... 6 S. Contract Execution... 6 T. Hiring of Lottery Personnel... 7 U. Governing Law and Regulations... 7 V. Verbal Communication... 7 II. PROPOSAL REQUIREMENTS A. Phase I Submittals Transmittal Letter Agency Profile (DVD) Agency Capabilities (Written Format) Agency Case Histories (DVD and Written Format) Attachment 1, Agency Fact Sheet Attachment 2, Résumé Form, and Agency s Lottery Account Team (Written Format) Attachment 3, Certification Attachment 4, Guaranty Attachment 5, DVBE Participation Attachment 6, Small Business Participation Attachment 7, Major Contractor Disclosure B. Phase I Evaluation Process C. Phase II Finalists Competition Finalist Briefing Finalist Work Session Finalist Work Assignment Presentations Finalist Request for Staff Plan and Compensation Proposal 14 D. Phase II Evaluation i

3 III. PROPOSAL EVALUATION PROCESS A. Ratings B. Best Value Analysis IV. NOTICE OF INTENT TO AWARD V. PROPOSAL PACKAGING AND DELIVERY EXHIBITS Exhibit A Scope of Services Exhibit B Draft Contract Terms and Conditions Exhibit C California Lottery Act - Disclosures Exhibit D Cost Audit Guidelines Exhibit E Quality Assurance Plan Exhibit F California Lottery District Offices & Distribution Centers ATTACHMENTS Attachment 1 Agency Fact Sheet Attachment 2 Résumé Form Attachment 3 Certification Attachment 4 Guaranty Attachment 5 DVBE Participation Attachment 6 Small and Microbusiness Participation Attachment 7 Major Contractor Disclosure Attachment 8 & 8A Staff Plan and Compensation Proposal Worksheet ii

4 I. GENERAL INFORMATION A. Purpose The California Lottery (Lottery) is inviting proposals from qualified agencies to provide marketing promotions and point-of-sale (POS) services that include: strategic planning; recommending, developing, designing, and providing promotional programs and opportunities; producing consumer collateral and permanent POS materials for all Lottery products; developing and supporting digital content and applications; providing fulfillment services; and providing research services. The overall objective of this request for proposal (RFP) is to identify the agency that can best deliver an integrated and holistic approach to Lottery marketing in order to maximize net revenues. The Lottery will consider proposals from partnerships and joint ventures. The initial contract term is four years, with the option to extend for up to three years under the same terms and conditions. For additional information about the Lottery, please visit the Lottery s website at B. Background The Lottery began in 1985 as a way to generate supplemental funding for public education. From its inception to date the Lottery has generated more than $70 billion in sales and contributed over $27 billion in funding for California schools. Retailers who sell lottery tickets have received over $4.6 billion in compensation, and an estimated $36 billion has been won by lucky lottery players. The Lottery currently employs over 750 people statewide and has nine district offices. There are two distribution centers, one located in West Sacramento and one in Rancho Cucamonga. The Lottery s current retailer network base is over 21,500. The successful agency will work with Lottery staff and other contractors to produce a cohesive consumer marketing program. The agency may work in cooperation with contractors that provide Scratchers tickets and related services, communication and advertising services in general market, African-American, Asian, and Hispanic markets, the Lottery s online 2 nd Chance program, and future programs such as consumer loyalty/rewards. Currently the Lottery executes 8-10 statewide collateral POS campaigns per year. C. The Opportunity The Lottery seeks to identify a strategic agency capable of helping it approach the consumer in a fresh, new way and addressing the following critical business strategy questions: 1. How can the Lottery increase sales? 2. Where should the Lottery take its brand and messaging? 3. How should the Lottery engage new players and re-engage lapsed players? 4. How can the Lottery effectively address its audience and broaden its player base? RFP # Marketing and POS Services

5 5. How can the Lottery ensure consumers are talking about and engaging with the Lottery so it becomes a part of their social experience? D. The Challenge As technology has changed consumer behavior and marketing realities, the promotional and advertising landscape has also dramatically changed. Perhaps the greatest change has come in the last two years. The Lottery is reviewing its business strategy to ensure it has the best products available to maximize player engagement and gaming revenue growth. Critical roles for the successful agency will be understanding player motivation and helping the Lottery to better differentiate and position its games and brands. The agency must be able to combine rigorous and insightful account planning and strategic development with brilliant creative solutions that drive sales and are highly visible in today s cluttered retail environment. The Lottery expects the successful agency to function as a true partner and lead the way to meaningful strategy and communications solutions that drive brand and product demand. Finally, the Lottery is interested in increasing player engagement opportunities, harnessing the role that web marketing and digital devices play in the lives of its consumers, and executing direct consumer promotional programs. E. Minimum Qualifications This RFP is open to all agencies and joint ventures that at the time Phase I submittals are due: 1. Have a minimum of five years experience as legal business entities designing and implementing marketing promotions and producing consumer collateral and permanent POS materials at levels comparable to those described in Exhibit A, Scope of Services; 2. Have a minimum of 50 employees and at least $12 million in annual billings; 3. Have an office in California; 4. Are licensed to do business in California; and 5. Provide the mandatory documentation required by RFP Section II. A., Phase I Submittals. RFP # Marketing and POS Services

6 F. Issuing Office and Agency-Initiated Contact This RFP is issued by the Lottery s Contract Development Services office. Issuance of this RFP does not constitute a commitment by the Lottery to award any contract. The issuing office is the sole point of contact relative to this RFP. Any and all communication pertaining to this RFP must be directed to: California Lottery Contract Development Services Attn: Susana Sanchez 700 North 10th Street, Sacramento, CA ssanchez@calottery.com Phone: (916) FAX: (916) TDD: (916) No contact regarding this RFP is allowed between bidding agencies and members of the Lottery evaluation team, Lottery Commissioners, or Lottery staff with the exception of the Lottery contact person named above. Any such contact may disqualify a bidding agency from further consideration. Requests for clarification by agencies will be allowed provided that such requests are made through the above contact. G. Projected Timetable The following projected timetable is set forth for informational and planning purposes. The dates may change. Action Date Time RFP Issued November 18, 2013 Intent to Bid and Written Questions Due December 2, :00 p.m. Player Direct Architecture Conference (Optional) TBD Proposal Due January 6, :00 p.m. Identification of Finalists Mid-January 2014 Finalists Briefing Finalists Work Assignment Presentations TBD TBD Identification of Apparent Successful Agency March 2014 Commission Approval to Award Contract to Successful Agency TBD Projected Contract Effective Date July 1, 2014 RFP # Marketing and POS Services

7 H. Examination of All Requirements Bidding agencies should thoroughly examine this document and become fully aware of the scope of services required. Proposals must be based solely on the information and materials contained in this RFP, any amendments or other subsequent written materials issued by the Lottery, and any answers the Lottery provides in response to agencies requests for clarification. Agencies are to disregard any other information, including draft material they may have received, newspaper advertisements or articles they may have read, and oral representations made. If a bidding agency discovers an error in this RFP and fails to notify the Lottery, the agency submits a proposal at its own risk. If awarded the contract, the agency will not be entitled to additional compensation or time by reason of the error or its later correction. The Lottery in its discretion may refuse to accept a proposal for failure to furnish all required information or follow the format specified in this RFP. I. Amendments to the RFP The Lottery may cancel or amend this RFP at any time. The Lottery will post a notice to the Lottery s website if the amendment or cancellation occurs prior to the due date for Phase I submittals. The Lottery will directly notify agencies who submitted Phase I submittals if the amendment or cancellation occurs after the due date for Phase I submittals, and Finalists exclusively if the amendment or cancellation occurs after Finalists have been identified. All notices, amendments, and/or cancellations will also be posted on the Lottery s website ( J. Intent to Bid and Future Communication Agencies must submit a written Intent to Bid (via fax, or US mail) to the Lottery by the date and time specified in the projected timetable if they wish to receive further direct communications regarding this RFP. If an Intent to Bid is not filed a proposal may still be submitted; however, any further RFP-related communications issued by the Lottery will only be sent to agencies that have an Intent to Bid on file. All agencies may, however, continue to access communications and amendments issued by the Lottery regarding this solicitation on the Lottery s website at under Vendor Opportunities. After the proposal due date, direct communications will be sent only to those agencies that have submitted a proposal. After Finalists have been identified, direct communications will only be sent to Finalists. K. Written Questions Questions regarding this RFP must be submitted in writing via fax, , or U.S. mail to the Lottery contact person specified above no later than the date and time specified for written questions in the projected timetable. It is the sole responsibility of the interested party to verify receipt of questions submitted. Responses to all questions submitted will be provided to each agency that filed an Intent to Bid. Responses will also be available on the Lottery s website. The Lottery may in its sole discretion respond to questions received after the specified time. RFP # Marketing and POS Services

8 L. Player Direct Architecture Conference As part of the Lottery s Digital Program Strategy, the Lottery has recently introduced a new Player Direct Architecture (PDA) platform that provides secure, effective communications and interactions with Lottery players, ensuring the best experience possible. The PDA provides player management capabilities that include single sign-on and a centralized player data repository. In addition, it provides capabilities for managing 2 nd chance submissions and promotional draws. These capabilities are provided to 3 rd parties through a set of standard Application Programming Interface (APIs) for easy and secure integration with the PDA. Plans are underway to further expand the PDA in order to provide even broader and deeper access to Lottery functionality from 3 rd party digital channels and applications. As a potential 3 rd party vendor that may be responsible for providing digital services or applications that will harness the PDA, the Lottery may invite all bidding agencies to an optional conference that will provide a detailed overview of the current PDA and roadmap. This is a non-mandatory conference and bidding agencies will not be evaluated based on their participation in the conference or on any PDA knowledge they may obtain during the conference. The Lottery will notify agencies that have filed an intent to bid for this RFP of the scheduled date and time once established. All agencies may, however, verify the conference date and time, by visiting the Lottery s website at under Vendor Opportunities and clicking on the corresponding RFP #7984, Marketing Promotions and Point-of-Sale Services. M. Joint Proposal If the contract for marketing promotions and POS services (Contract) is awarded to two or more independent entities that offered a single, joint proposal, the Contract will be deemed one indivisible Contract. Each entity will be jointly and severally liable for the performance of the entire Contract. The joint entities must designate in writing a single individual authorized to represent all joint venturers in all matters relating to the Contract. NOTE: If a joint proposal is submitted, at least one of the bidding agencies must meet all minimum qualifications listed in Section I, Minimum Qualifications. N. Proposal Consideration By submitting a proposal, each bidding agency agrees that: 1. The Lottery is not liable for any costs it incurred in preparing or submitting a proposal in response to this RFP; 2. Its proposal constitutes the agency s binding offer to the Lottery; and 3. Its proposal is irrevocable for 180 calendar days from the date proposals are due. RFP # Marketing and POS Services

9 O. Proposals are Public Records Pursuant to the California Public Records Act, California Government Code 6250 et seq, except for Attachment 7, Major Contractor Disclosures, all data, materials, information, and documents submitted to the Lottery by a bidding agency may be incorporated into a publicly-available contract and may otherwise be subject to disclosure upon request by competitors and members of the public. The Lottery will process all Public Records Act requests in accordance with the laws of the State of California. A bidding agency s labeling of any proposal materials as confidential or otherwise exempt from disclosure is not binding on the Lottery, and the Lottery will not be liable to the agency or to any other person or entity for disclosing any portion of the agency s proposal as required by law. P. Conditions of Submission Proposals and presentations in response to this RFP must be submitted with the most favorable terms the bidding agency can offer. After an agency submits a proposal to the Lottery, the proposal cannot be replaced, changed or modified in any way except as specified in this RFP or in response to a subsequent amendment to this RFP or a written request for clarification from the Lottery. An agency will be allowed to withdraw its proposal provided that such withdrawal is actually received by the Lottery prior to the deadline for final submission. Requests to withdraw must be submitted in the same manner as proposals. Q. Rejection of Responses The Lottery reserves the right to reject any response that is conditional or incomplete or contains any material deviations. Any provisions of this document which are identified as requirements are mandatory. In the interest of promoting competition, the Lottery may allow a bidding agency to correct a deficiency related to any requirement upon the Lottery s written request. If all agencies fail to meet a mandatory requirement, the Lottery may choose to continue evaluation of the proposals and select the response which most closely meets the requirements specified in the RFP. R. Nonmaterial Deviation The Lottery may waive any nonmaterial deviation in a proposal. The Lottery s waiver of a nonmaterial deviation does not modify the RFP requirements or excuse the successful agency from full compliance with the Contract s requirements. S. Contract Execution The Lottery Director will make the final determination of Contract award, subject to Commission approval. In making this determination, the Director will be assisted by an evaluation team. The Lottery may cancel any or all elements of a procurement or rescind an announced award at any time prior to contract execution. RFP # Marketing and POS Services

10 T. Hiring of Lottery Personnel At all times during the proposal evaluation period and continuing through to Contract award or rejection of all proposals, agencies are prohibited from officially or unofficially making any employment offer or proposing any business arrangement whatsoever to any person involved in the evaluation of proposals. Any agency making such an offer or proposition will be disqualified from further consideration. U. Governing Law and Regulations The Lottery s governing law and regulations, including its Procedures for Procurement of Goods and Services, are available on the Lottery s website ( It is the bidding agency s responsibility to be familiar with applicable laws and regulations. V. Verbal Communication Any verbal communication with a Lottery employee concerning this RFP is not binding on the Lottery and will in no way alter a specification, term, or condition of this RFP or resulting Contract. II. PROPOSAL SUBMITTAL REQUIREMENTS All proposals and other requested documents must be organized in the same order and with the same lettering/numbering format as shown in the following subsections; submitted in a 3-ring binder, on 8 ½ x 11 inch paper, printed on one side only, using at least 12 point size font, consecutively numbered with sections clearly marked or labeled; and provided on a compact disc (CD) compatible with Microsoft Office 2010 Suite and Adobe Acrobat Reader X (v10.1.7). Bidding agencies must provide the Lottery with as much information as necessary for the Lottery to adequately evaluate their proposals. At a minimum, proposals must be fully responsive to the specific requirements stated in this RFP. Agencies must identify any requirements of this RFP they cannot satisfy. Clarification may be requested from bidding agencies about any component of their proposal during any phase of the evaluation process. RFP # Marketing and POS Services

11 A. Phase I Submittals With the exception of Attachment 5, Disabled Veteran Business Enterprise Participation and Attachment 6, Small Business and Microbusiness Participation, all documents required in this section must be submitted. Failure to submit the required documentation may, at the Lottery s discretion, result in disqualification of an agency. If all bidding agencies fail to meet one or more of the requirements, the Lottery may choose to continue evaluating the proposals. 1. Transmittal Letter 2. Agency Profile (DVD) 3. Agency Capabilities (Written Format) 4. Two Agency Case Histories (DVD and Written Format) 5. Attachment 1, Agency Fact Sheet 6. Attachment 2, Résumé Form, and Agency s Lottery Account Team (Written Format) 7. Attachment 3, Certification 8. Attachment 4, Guaranty 9. Attachment 5, Disabled Veteran Business Enterprise Participation (If Applicable) 10. Attachment 6, Small Business and Microbusiness Participation (If Applicable) 11. Attachment 7, Major Contractor Disclosures 1. Transmittal Letter Each bidding agency must submit a cover letter indicating that it is responding to this RFP and that all of the RFP requirements have been met. The letter must be signed by the representative identified in Attachment 3, Certification, as legally authorized to bind the bidding agency. If agencies are submitting a joint proposal, all of the information required for each of the entities comprising the joint venture must be submitted with the proposal. The transmittal letter must state the name of the representative who is legally authorized to bind the joint venture and must be accompanied by proof of authorization from each entity (e.g., by-laws, minutes or resolution of board of directors of corporation or association, written trust instrument, partnership agreement). If a bidding agency is not submitting a joint proposal, it must provide a written statement to that effect. Bidding agencies must disclose whether they consulted with others in the preparation of their proposal. If others were consulted, they must identify those with whom they consulted and provide contact information. Any change or addition to those consulted while this RFP is pending must be reported to the Lottery. Failure to do so may result in a decreased rating or rejection of a bidding agency s proposal. The Lottery may contact consultants. Under no circumstances may an agency submitting or considering the submittal of a proposal consult with a competitor agency. If the bidding agency did not consult with others in the preparation of its proposal, it must provide a written statement to that effect. The bidding agency must also disclose any potential, actual or apparent conflicts of interest that may exist between any current client and the Lottery. Because of the complexities involved in defining conflicts of interest, the Lottery will make a final determination as to whether a disqualifying conflict exists. If there are no known conflicts, the agency must provide a written statement to that effect. RFP # Marketing and POS Services

12 Evaluation Criteria for Phase 1, submittal #1: Transmittal Letter Pass/Fail 2. Agency Profile (DVD Format) Each bidding agency must submit an agency profile on DVD, not to exceed eight minutes in length, at the time of proposal submission. Think of this as a story about each agency as illustrated by its work. Context helps the Lottery assess each agency s relevant work and experience. The profile should address agency positioning, vision, and philosophy, and answer the following questions: a. How does the bidding agency differ from the agencies with whom it usually competes? b. What vision does it have for the future? c. Where does the agency expect to be five years from now? d. What overall philosophy or credo does it operate by? e. What are the agency s particular strengths? f. How does the agency see its clients role in the strategic and creative development process? 3. Agency Capabilities (Written Format) Each bidding agency must provide a written description (five pages maximum) of its capabilities in the following areas: a. Strategic thinking and planning, long term and short term; b. Development and execution of creative programs in a cost-efficient manner (including a description of its work process and any particular practices employed that help it produce consistently effective campaigns); c. Quality assurance of deliverables; d. Management of integrated campaigns; e. Account services (including budget/cost management and invoicing); f. Distribution services (including examples demonstrating the ability to deliver to a number of warehouses and retail distribution points); g. Storage, kitting (repacking of goods), distribution and order fulfillment; h. Development and production timelines (schedule in working days) from placement of order to receipt at final destination; i. Telemarketing and prize fulfillment capabilities; j. Experiential/event planning, execution and management; k. Secure digital/online/social media programs and assets (development, programming, execution, management, and integration with the overall marketing campaign); l. Insights and research on emerging trends and implementation of marketing campaigns (including merchandising practices and resources, shopper and retailer-based marketing); and m. Performance and measurement analytics. RFP # Marketing and POS Services

13 4. Agency Case Histories (DVD and Written Format) Two Agency Marketing Campaign Case Histories Bidding agencies must provide two marketing campaign case histories from the office submitting the proposal, preferably developed by staff that would be assigned to the Lottery account, describing fully-integrated campaigns that were developed and produced within the past three years and that included employment of point-ofsale, promotional/experiential, and digital extensions to address specific marketing challenges or opportunities. Especially relevant are campaigns for products sold in convenience, liquor, grocery, or drug stores, or gas stations. The succinct description must be included in both a DVD and a written format, not to exceed two pages per case history. For each case history, bidding agencies are to include: a. Name of client and product; b. Dates of the campaign; c. Identification of each member of the creative team that developed the project/campaign; d. Description of campaign elements including budget; e. Statement of overall marketing objective and strategy; f. Description of implementation strategy and why this strategy was selected; g. Description of strategic concept, identification of promotion implementation problems and the opportunities explored; h. A range of promotional strategies and executions (e.g., tie-in partnerships, POS applications, consumer purchase incentives, retail trade incentives, digital, online, social media and experiential events); and i. Description of actual results and campaign evaluation. 5. Attachment 1, Agency Fact Sheet Attachment 1, Agency Fact Sheet must be completed by each bidding agency and included in its Phase I submittal package. If bidding agencies are submitting a joint proposal, each agency comprising the joint venture must complete and submit a separate Attachment 1, Agency Fact Sheet. 6. Attachment 2, Résumé Form and Agency s Lottery Account Team Personnel (Written Format) Each bidding agency must describe how it will staff the Lottery s account so that the Lottery s specific needs are met. Since the Lottery will be comparing the relative staff quality offered by the various agencies, it is advantageous to identify as many staff members as possible and explain why each is the best for the position. Less consideration will be given when positions are proposed to be filled by to be determined. Each agency is to provide the following: a. An organizational chart indicating reporting relationships of staff to be assigned to the Lottery account; RFP # Marketing and POS Services

14 b. A written narrative (two pages maximum) explaining how its proposed account team will best meet the Lottery s needs. Identify the team members and how the team will produce the best results due to its unique combination of personnel and their levels of experience. Describe staff positions, functions, areas of responsibility, and the proposed location of staff; and c. A résumé must be submitted for each proposed team member using Attachment 2, Résumé Form. The form may be duplicated but must follow the same format. Evaluation Criteria for Phase 1 submittals: #2 Agency Profile, #3 Agency Capabilities, #4 Two Agency Case Histories, #5 Attachment 1, Agency Fact Sheet and #6 Attachment 2, Résumé Form, and Agency s Lottery Account Team Rated (listed in order of importance) 1) Depth of qualifications and experience of the team to be assigned to the Lottery account; 2) Caliber of strategic thinking, clarity, and completeness of description and communication of the opportunity, and execution details; 3) Quality of demonstrated experience in creativity and innovation; 4) Quality of demonstrated capabilities with innovative integrated marketing that drive sales; 5) Quality of demonstrated capabilities for POS merchandising, promotions, digital, social media, and experiential/event marketing; 6) Clarity of agency s vision and philosophy; 7) Relevant experience with gaming, entertainment and/or low-cost consumer goods; and 8) Ability to retain existing accounts while acquiring new accounts. 7. Attachment 3, Certification Attachment 3, Certification must be completed by each bidding agency and included in its Phase I submittal package. Evaluation Criteria for Phase 1, submittal #7: Attachment 3, Certification Pass/Fail 8. Attachment 4, Guaranty Attachment 4, Guaranty must be completed by each bidding agency and included in its Phase I submittal package. Evaluation Criteria for Phase 1, submittal #8: Attachment 4, Guaranty Pass/Fail RFP # Marketing and POS Services

15 9. Attachment 5, Disabled Veteran Business Enterprise (DVBE) Participation Optional Submittal The Lottery has established a new DVBE program. Please read this section carefully. The Lottery recognizes disabled veterans for their service by establishing a Disabled Veteran Business Enterprise (DVBE) Participation Program. The program is intended to further veterans participation in Lottery contracting, promote competition and encourage greater economic opportunity. The Lottery has established participation goals for DVBEs, as defined in Military and Veterans Code, of at least 3% of overall dollars expended for Lottery contracts annually. The Lottery determines whether to include DVBE participation requirements in specific solicitations based on the availability of contracting or subcontracting opportunities within the scope of services of the particular contract. While the Lottery has not established a DVBE participation requirement for this solicitation, in order to encourage DVBE participation, the Lottery has applied a DVBE incentive. Please see Attachment 5, Disabled Veteran Business Enterprise (DVBE) for further information and instructions. Attachment 5, Disabled Veteran Business Enterprise (DVBE), is optional. If provided, it will be considered during Phase II. 10. Attachment 6, Small Business and Microbusiness Program Participation Optional Submittal Based upon the nature of the goods and services to be utilized under this solicitation (as outlined in the Scope of Services, Exhibit A), the Lottery has set a Small and Microbusiness Participation goal of 25% for utilization of small or microbusinesses as subcontractors under the contract resulting from this solicitation. The Lottery encourages small business participation. An agency who qualifies as a small or microbusiness has met this participation goal by virtue of their small business status. For bid evaluation purposes, where there is at least one non-small business Agency subcontracting at least 25% of its bid amount to one or more small businesses, the Lottery will calculate the preference by computing an amount not to exceed 5% from the lowest, responsible bid of a non-small business Agency that is not subcontracting to a small business. The preference amount will be deducted from the bids of the non-small business Agency s subcontracting at least 25% of their bid amounts to small businesses. For bid evaluation purposes, where there is at least one small business Agency, the Lottery will calculate the preference by computing an amount not to exceed 5% from the lowest, responsible bid of a non-small business Agency that is not a small business. The preference amount will be deducted from the small business bid amount. During the Contract term, the Agency s SBP compliance will be calculated based on the Agency s completed work as verified by an audit of Agency s invoices and Agency s payments to designated subcontractors. RFP # Marketing and POS Services

16 Small and Microbusiness Participation (Attachment 6) if applicable must be completed by the Bidder at the time of proposal submission and included in its proposal package. Attachment 6, Small and Microbusiness Participation form, is optional. provided, it will be considered during Phase II. If 11.Attachment 7, Major Contractor Disclosure Attachment 7, Major Contractor Disclosure must be completed by each bidding agency and included in its Phase I submittal package. Bidding agencies are required to disclose certain information pursuant to California Government Code section Any individual or entity in an agency s organizational chain and any of the agency s subcontractors may also be required to disclose similar information. The Lottery may refuse to enter into a contract based on the results of these disclosures. In addition, in order to ensure integrity, security, and honesty in its operations the Lottery will conduct a thorough background check. This may include fingerprinting and a review of financial information. The Lottery may disqualify any bidding agency if its related entities or their directors, officers, employees, or owners refuse to participate. The successful agency will be required to notify the Lottery in advance of the identity of potential subcontractors and may be required to periodically update disclosure requirements. Note: The information provided in Attachment 7 is confidential and not subject to disclosure under the California Public Records Act. Evaluation Criteria for Phase 1, submittal #11: Attachment 7, Major Contractor Disclosures Pass/Fail B. Phase I Evaluation Process The Agency Fact Sheet, Agency Profile, Capabilities, Agency Case Histories, Lottery Account Team Personnel and Résumé Forms will be reviewed and evaluated by the Lottery evaluation team using the rating chart shown in Section III. After review and evaluation of the Phase I rated submittals, those agencies receiving a minimum overall rating of exceeds will advance to Phase II as Finalists. Agencies receiving a minimum of meets may, at the discretion of the Lottery evaluation team, be advanced to the Finalist phase. C. Phase II Finalists Competition The Lottery will contact Finalists to schedule a group briefing day, individual Finalist work sessions, and Finalist presentations. At that time, the Lottery will also provide the following: Finalist work assignment (Finalist agencies will be asked to complete and present a strategic, creative, and integrated work assignment); RFP # Marketing and POS Services

17 Key Marketing Deliverables for preparation of Staff Plan and Compensation Proposal (Attachment 8 and 8A); Finalist evaluation criteria; and Finalist instructions. At least two business days before the group briefing session, Finalists will be required to submit a list of questions they wish to discuss. The Lottery will have final approval over the group briefing agenda. 1. Finalist Briefings Approximately one week after announcement of the Finalists, the Lottery will hold a group briefing at Lottery Headquarters to respond to Finalists questions, followed by one-on-one briefing sessions with each Finalist. The Lottery will not provide input about specific creative strategies. Finalists will not be evaluated at these briefings. 2. Finalist Work Sessions The Finalist work sessions will include a face-to-face meeting between the Lottery evaluation team and each Finalist at the Finalists offices. These meetings will be scheduled by the Lottery. The objective of the work sessions is to meet with the people that manage each Finalist agency and the specific team members that would lead the Lottery account in order to assess the depth of each Finalist s resources, measure its strategic smarts, and evaluate the intensity of its interest and its level of commitment to the Lottery s business. At the work sessions the Lottery will check on each Finalist s progress in addressing the work assignment. Finalists may present their planned approach to developing an integrated campaign solution to the challenge provided in the work assignment. The Lottery evaluation team will provide feedback on the presentation. 3. Finalist Work Assignment Presentations Finalists will present the strategic, creative, and integrated solutions they have developed in response to the work assignment s call for an integrated marketing campaign to include POS, promotions with extensions such as digital/social media, and experiential events. Presentations will be scheduled by the Lottery and will be conducted at each Finalist s offices in front of the Lottery evaluation team. Presentations must include both a written narrative and an oral presentation. Written copies of the entire presentation must also be provided to Lottery evaluation team. 4. Finalist Request for Staff Plan and Compensation Proposal Each Finalist will receive a packet outlining Key Marketing Deliverables (to be used for bidding purposes only) for the Lottery account. The packet will include instructions for organizing the proposed staff plan and corresponding compensation proposal. The objective of this portion of the Finalist Phase is to evaluate each agency s staff and compensation proposal on both a stand-alone and comparative basis to facilitate an agency-to-agency evaluation. RFP # Marketing and POS Services

18 D. Phase II Evaluation Finalists work assignments will be reviewed and evaluated by the Lottery evaluation team using the rating chart provided in Section III. The Staff Plan and Compensation Proposal (Attachments 8 and 8A) will be assessed by the Lottery evaluation team after the Finalists presentations are completed. DVBE, Small and Microbusiness Participation forms, if submitted will also be considered in this Phase. III. PROPOSAL EVALUATION PROCESS A. Ratings The Lottery will conduct a fair and impartial evaluation of proposals received in response to this RFP. Proposals will be evaluated in comparison with other submitted proposals. Clarification may be requested from bidding agencies about any component of their proposal during any phase of the evaluation process. Rated submittals will be evaluated using the following ratings: Rating Superior Significantly Exceeds Exceeds Meets Meets with Exceptions Does Not Meet Definition Proposal exceptionally exceeds performance or capability requirements; proposal demonstrates extraordinary strengths that will more than significantly benefit the Lottery. Proposal significantly exceeds performance or capability requirements; proposal demonstrates exceptional strengths that will significantly benefit the Lottery. Proposal exceeds performance or capability requirements; proposal has one or more strengths that will benefit the Lottery. Meets specified minimum performance or capability requirements necessary for acceptable contract performance. Proposal demonstrates weak performance or capability standards necessary for minimum contract performance; proposal has one or more weaknesses that offset any strengths. Fails to meet specified minimum performance or capability requirements. Proposals with an unacceptable rating are not awardable. B. Best Value Analysis For the purposes of this RFP, the best value proposal will be the proposal that provides the most overall value to the Lottery and is the most likely to result in a contract that supports the Lottery s mandate to maximize supplemental funding to public education while ensuring integrity, security, honesty, and fairness in the operation and administration of the Lottery. In accordance with the best value principle, the Lottery may award a contract based on the proposals as submitted or establish a competitive range among Finalists and hold discussions with each Finalist in the range with the intent of allowing each the opportunity to revise its proposal only in those specific areas identified by the Lottery. Those areas may include but are not limited to price, technical capabilities, and level of service to be provided. RFP # Marketing and POS Services

19 IV. NOTICE OF INTENT TO AWARD The apparent successful agency will be issued a Notice of Intent to Award. Within 14 days of the notice of intent, the agency must prepare and provide to the Lottery the following documents: A. Business Continuity and Disaster Recovery Plan The apparent successful agency must submit a Business Continuity and Disaster Recovery Plan for Lottery approval. Each plan must cover a minimum of four topic areas: (1) summarization of strategy for managing disaster situations; (2) distinct management and staff assignment of responsibilities immediately following a disaster and continuing through the period of re-establishment of normal operations; (3) prioritization for the recovery of critical applications; and (4) operational procedures documented in a systematic fashion that will allow recovery to be achieved in a timely and orderly way. The plan must be adapted to suit the Lottery s needs. B. Security Plan A Security Plan must be provided by the successful agency per the requirements set forth in Exhibit B, Contract Terms and Conditions. V. PROPOSAL PACKAGING AND DELIVERY All proposals must be received by the Lottery no later than Monday, January 6, 2014, 3:00 p.m. Fax or electronic transmissions will not be accepted. Mail or deliver all proposals to: California State Lottery Contract Development Services 700 North 10th Street Sacramento, CA Attention: SUSANA SANCHEZ Response to RFP #7984 DO NOT OPEN IN MAILROOM Postmark date will not constitute timely delivery. Proposals received after the above date and time will not be considered. Bidding agencies are solely responsible for ensuring timely receipt of their proposals. The original proposal must be marked "Original" and have original signatures. Any RFP attachment and/or form that requires a signature must be signed in ink (preferably in a color other than black) by a person who is authorized to bind the bidding agency. RFP # Marketing and POS Services

20 Responses must be submitted in a sealed package addressed as above and clearly identifying the bidding agency. Within the sealed package, the bidding agency must include two separately labeled and sealed packages clearly identifying the contents and the bidding agency s name and address: Package 1 must contain one copy of the following Phase I submittals on CD and one original and five paper copies of: Transmittal Letter Attachment 3, Certification Attachment 4, Guaranty Attachment 5, DVBE Participation Attachment (if applicable) Attachment 6, Small Business Participation (if applicable) Attachment 7, Major Contractor Disclosures Package 2 1) Must contain one copy of the following Phase I submittals on CD and one original and five paper copies of: Attachment 1, Agency Fact Sheet Attachment 2, Résumé Form and Agency s Lottery Account Team Agency Capabilities Two Agency Case Histories 2) Must contain three copies of the following Phase I submittals on a DVD using a menu format: Agency Profile Two Agency Case Histories Package 3 must contain one original and one copy of Attachment 7, Major Contractor Disclosures. Package 4 must contain one original and one copy of Attachment 5, Disabled Veteran Business Enterprise Participation and Attachment 6, Small and Microbusiness Participation (if applicable). RFP # Marketing and POS Services

21 Exhibit A SCOPE OF SERVICES The marketing promotions and point-of-sale agency (Contractor) must provide all services required for California Lottery (Lottery) marketing, promotions, and point-of-sale (POS) initiatives, as outlined herein. The Contractor must maintain and demonstrate a keen understanding of the Lottery s products and the creative insight necessary to produce consistently superior quality work and ensure a positive, engaging consumer experience. The Contractor is expected to provide an all-inclusive, 360 degree point of view when providing services, beginning with strategic support and continuing through execution of Lottery programs. The Contractor may also be required to provide additional services that are within the general scope of this contract (Contract). 1. MANAGEMENT AND PLANNING The Contractor must provide strategic counseling, planning, and creative executions as new target markets are identified and products and programs are developed. The Contractor must incorporate industry trend analyses and insights on emerging trends, targeted markets, brand positioning, past performance metrics, and Lottery goals to present fresh and captivating concepts. The Contractor shares responsibility for planning, coordinating, and executing specific portions of the Lottery s short and long-term promotion strategy, merchandising, and collateral POS programs. Additionally, the Contractor is required to provide assistance with long-range plans and specialized programs as requested by the Lottery. 2. RESEARCH The Contractor must manage and conduct consumer insight research, concept testing, trade channel research, and shopper marketing research to provide insights for the promotion of Lottery products and the development of POS materials. The Contractor must analyze research results, present findings to Lottery, and, when necessary, solicit and evaluate competitive bids for research projects. The Contractor is expected to develop, maintain, and share knowledge of merchandising trends, issues, and opportunities used by other high-volume consumer product providers and other lotteries across various retail trade styles. The Contractor must provide expertise on all types of POS and retail merchandising materials related to purchase, placement, and sales-effectiveness. The Contractor is required to provide performance metrics of programs implemented. Periodically, the Contractor must conduct retailer research to develop an understanding of how Lottery products are merchandised at retail and to gain consumer insights in terms of motivating purchase. Research modalities may include traditional research methods, mystery shopper surveys at selected retailers, and participation in ride-alongs with Lottery staff. 3. CREATIVE The Contractor must provide expertise and support in the design, development, and execution of creative assets. Creative support in areas such as direct marketing, interactive, digital media, event support advertising, free-standing inserts, and direct mail services may be required. RFP # Marketing and POS Services

22 4. NON-MEDIA CREATIVE The Contractor is responsible for managing the procurement of POS materials and for securing installation services for various POS components. The Contractor must also provide campaign conceptualization to placement, order fulfillment, name logo design for products, and sponsorship services. 5. COLLATERAL POINT-OF-SALE a. The Contractor must design, develop, produce, procure, and deliver collateral POS materials, including retail communications and in-store and exterior merchandising materials. Installation services may be requested for specific collateral POS projects. Installations may require tracking and reporting. The Contractor may also be required to deliver specific completed materials to designated locations as shown in Exhibit F, California Lottery District Office & Distribution Centers. b. The Contractor may be required to produce specialty premium items including hats, cups, shirts, and similar items. c. Upon direction from the Lottery, the Contractor must arrange for and manage translation services for some collateral materials. Lottery collateral materials are produced in English, Spanish, Korean, Cantonese, Mandarin, Vietnamese, and Arabic. d. All deliverables provided by the Contractor must comply with California and federal accessibility laws. 6. PERMANENT POINT-OF-SALE a. The Contractor must design, develop, produce, procure, and deliver permanent POS materials, including ticket dispensers, play slip holders, ticket in-counter units, interior and exterior signage, product displays, brochure holders, and wireless electronic signage at Lottery distribution centers and/or retail locations. Installation services may be required for specific permanent POS projects. Installations may require tracking and reporting. The Contractor may also be required to deliver specific completed materials to designated locations as shown in Exhibit F, California Lottery District Offices & Distribution Centers. b. All deliverables provided by the Contractor must comply with California and federal accessibility laws. 7. MEDIA The Contractor may be required to purchase non-traditional media placements such as instore chain accounts digital advertising, supermarkets carts signage, and similar retailbased media. The Contractor must also provide a post-buy analysis of all media buys. The Contractor must directly contract with media brokers to execute all media plans in various trade channels. 8. PROMOTIONS a. The Contractor must develop, maintain, and provide innovative, state-of-the-art promotion and merchandising services and must provide the Lottery with: promotional RFP # Marketing and POS Services

23 implementation insights; promotional software; digital assets, copy, and programs; direct player engagement opportunities such as loyalty programs; promotional tie-in opportunities with high-volume consumer products; social media promotions; and management services for all promotions. Promotions include but are not limited to contests, prizes, retailer incentives, cross-promotions, partner identification and negotiations, and newsletters. Experiential marketing events, tradeshows, and exhibits are areas in which the Contractor is expected to strategize, design and execute with the utmost efficiency and cost-effective expertise, engaging consumers and potential consumers. The Contractor is responsible for the design, development, and maintenance of Lottery website features, assets, and copy supporting promotions and events. b. The Contractor may be required to identify tie-in partners and negotiate tie-in promotions and programs on behalf of the Lottery. Media may also be placed by the Contractor. c. The Contractor may be required to provide promotional elements, staff resources and training to support Lottery events (e.g. street teams ). d. The Contractor must provide cost-effective services to adapt and modify Lottery-owned vehicles so they engage the consumer, are compliant with California and federal accessibility laws and are able to provide self-contained walk-through experiential events on wheels. e. The Contractor must plan, design, and execute short and long-term promotional campaigns to help the Lottery achieve goals and grow playership. f. The Contractor must provide summaries and recaps of events and promotions upon request. g. The Contractor is responsible for compliance with California and federal accessibility laws for all promotional and event activities for which it provides services and the Contractor must procure all insurance required for such activities. 9. DIGITAL AND ONLINE SERVICES a. The Contractor may be required to design, develop, and maintain creative digital content and applications to support the Lottery s marketing and promotional efforts. The Contractor must be prepared to provide: Website design, development, implementation, and maintenance; Rich internet applications such as web-based tutorials and casual games (i.e. play for fun ); Mobile application and/or content design, development, and maintenance; E-blasts, including digital newsletters; Development of digital assets, copy, and programs; Collection and transfer of consumer interaction data; and Annual digital and online service planning. RFP # Marketing and POS Services

All Interested Parties and Prospective Bidders. RE: Request for Proposal #50046 Communication Effectiveness Tracking Study Services

All Interested Parties and Prospective Bidders. RE: Request for Proposal #50046 Communication Effectiveness Tracking Study Services October 12, 2015 All Interested Parties and Prospective Bidders RE: Request for Proposal #50046 Communication Effectiveness Tracking Study Services The California Lottery (Lottery) is inviting proposals

More information

Request for Proposal #50019

Request for Proposal #50019 Request for Proposal #50019 Learning Management System and Implementation Services June 17, 2014 California Lottery 700 North 10th Street Sacramento, CA 95811 TABLE OF CONTENTS Page I. GENERAL INFORMATION

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

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

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

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

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

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

More information

City of Powell Request for Proposals for a Total Compensation Survey

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

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Bid Event Number: EVT0001204 Date Mailed: February 9, 2012 Closing Date: March 15, 2012, 2:00 PM Procurement Officer: Constance S Schuessler Telephone: 785-296-1171 E-Mail Address:

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

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

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

More information

REQUEST FOR PROPOSAL MARKETING, COMMUNICATIONS & DESIGN SUPPORT

REQUEST FOR PROPOSAL MARKETING, COMMUNICATIONS & DESIGN SUPPORT REQUEST FOR PROPOSAL MARKETING, COMMUNICATIONS & DESIGN SUPPORT July 28, 2015 INTRODUCTION Brand USA is a public- private not for profit organization created by the Travel Promotion Act of 2009. The mission

More information

Request for Proposal For Fund Developer

Request for Proposal For Fund Developer Request for Proposal For Fund Developer City of Riverside Development Department August 11, 2008 The City of Riverside is currently seeking proposals from qualified organizations/individuals that can raise

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

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

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

More information

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

CITY OF HIGHLAND PARK

CITY OF HIGHLAND PARK REQUEST FOR PROPOSALS CONSULTING SERVICES FOR THE PROCUREMENT OF AN ELECTRONIC DOCUMENT MANAGEMENT SYSTEM CITY OF HIGHLAND PARK PLEASE COMPLETE ATTACHMENT 1 RFP ACKNOWLEDGEMENT FORM AND RETURN TO THE CITY

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

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

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 PURPOSE Utah County is soliciting proposals from insurance brokers/consultants qualified to

More information

HELP-NEW MEXICO, INC. REQUEST FOR PROPOSAL FOR DATABASE REPORTING SYSTEM

HELP-NEW MEXICO, INC. REQUEST FOR PROPOSAL FOR DATABASE REPORTING SYSTEM HELP-NEW MEXICO, INC. REQUEST FOR PROPOSAL FOR DATABASE REPORTING SYSTEM Introduction: HELP-New Mexico, Inc. (HELP-NM or Agency), is a Federal and State funded non-profit organization providing child care,

More information

Request for Proposal: Graphic Design Services for the Town of Okotoks

Request for Proposal: Graphic Design Services for the Town of Okotoks Request for Proposal: Graphic Design Services for the Town of Okotoks Town Contact: Jon Begg, Communications Manager Town of Okotoks P.O. Box 20, Stn. Main 5 Elizabeth Street Okotoks AB T1S 1K1 BACKGROUND

More information

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

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

More information

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 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

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by

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

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services STATE OF GEORGIA Georgia Southern University REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services For all questions about this RFP contact:, Issuing Officer RELEASED ON: DUE ON:, 1:00

More information

Request for Proposals For Financial Advisor Services

Request for Proposals For Financial Advisor Services Request for Proposals For Financial Advisor Services Finance Department Contents Section I Introduction 2 Section II Description of Village 2 Section III Debt Financing Plans 3 Section IV Scope of Services

More information

COLLEGE OF WESTERN IDAHO. Request for Proposal WEBSITE REDESIGN SERVICES. Due: November 8, 2010 At 5:00 p.m. Deliver to:

COLLEGE OF WESTERN IDAHO. Request for Proposal WEBSITE REDESIGN SERVICES. Due: November 8, 2010 At 5:00 p.m. Deliver to: COLLEGE OF WESTERN IDAHO Request for Proposal WEBSITE REDESIGN SERVICES Due: November 8, 2010 At 5:00 p.m. Deliver to: College of Western Idaho Attn: Jennifer Couch RFP-Website Redesign Services 6056 Birch

More information

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

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

More information

REQUEST FOR QUALIFICATIONS: PRINTING AND COPYING SERVICES

REQUEST FOR QUALIFICATIONS: PRINTING AND COPYING SERVICES Lower Manhattan Development Corporation 1 Liberty Plaza, 20 th floor New York, NY 10006 Tel: (212) 962.2300 Fax: (212) 962.2431 REQUEST FOR QUALIFICATIONS: PRINTING AND COPYING SERVICES Lower Manhattan

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

GENESEE HEALTH SYSTEM REQUEST FOR INFORMATION BUSINESS INTELLIGENCE & ANALYTICS WITH DASHBOARD REPORTING ISSUED: JANUARY 17, 2016

GENESEE HEALTH SYSTEM REQUEST FOR INFORMATION BUSINESS INTELLIGENCE & ANALYTICS WITH DASHBOARD REPORTING ISSUED: JANUARY 17, 2016 GENESEE HEALTH SYSTEM REQUEST FOR INFORMATION BUSINESS INTELLIGENCE & ANALYTICS WITH DASHBOARD REPORTING ISSUED: JANUARY 17, 2016 TABLE OF CONTENTS I. PURPOSE AND SPECIFICATIONS II. III. IV. RESPONDENT

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

California Health Benefit Exchange HBEX 24: Project Management Oversight, Small Business Health Options Program (SHOP)

California Health Benefit Exchange HBEX 24: Project Management Oversight, Small Business Health Options Program (SHOP) California Health Benefit Exchange HBEX 24: Project Management Oversight, Small Business Health Options Program (SHOP) April 9, 2013 Table of Contents 1. INTRODUCTION... 3 1.1 Overview... 3 1.2 Key Dates...

More information

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: ucsnbidresponse@unocharterschools.org All communications should be addressed

More information

REQUEST FOR PROPOSALS ADVERTISING SERVICES

REQUEST FOR PROPOSALS ADVERTISING SERVICES LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ADVERTISING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire

More information

Request for Proposal RFP 2014-20: Advertising & Marketing Campaign

Request for Proposal RFP 2014-20: Advertising & Marketing Campaign Request for Proposal RFP 2014-20: Advertising & Marketing Campaign California Health Benefit Exchange Covered California March 5, 2015 California Health Benefit Exchange Covered California 1601 Exposition

More information

Lawrence Livermore National Laboratory

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

More information

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

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

More information

REQUEST FOR PROPOSAL 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: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR. DESIGN of Two Parking Garages:

REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR. DESIGN of Two Parking Garages: REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR DESIGN of Two Parking Garages: 1. Expansion of Existing Bexar County Parking Garage (approx. 500 spaces) 2.

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

Debt Collection Services

Debt Collection Services NORTHWEST RURAL EMERGENCY MEDICAL SERVICES ASSOCIATION, INC. 29530 QUINN ROAD TOMBALL, TX 77375 281-351-8272 REQUEST FOR PROPOSALS For Debt Collection Services for Northwest EMS Proposals are due by 3:00

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

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,

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -

More information

California Health Benefit Exchange (Covered California) RFP 2014-41: Business Process Management Support July 17, 2015

California Health Benefit Exchange (Covered California) RFP 2014-41: Business Process Management Support July 17, 2015 California Health Benefit Exchange (Covered California) RFP 2014-41: Business Process Management Support July 17, 2015 RFP 2014-41: Business Process Management Support Page 1 Table of Contents 1. INTRODUCTION...

More information

Human Services Department Active Directory & Exchange Upgrade. Request for Proposals (RFP)

Human Services Department Active Directory & Exchange Upgrade. Request for Proposals (RFP) COUNTY OF SONOMA Human Services Department Active Directory & Exchange Upgrade Request for Proposals (RFP) The County of Sonoma is pleased to invite you to respond to a Request for Proposal for Human Services

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

SUPERIOR COURT OF CALIFORNIA

SUPERIOR COURT OF CALIFORNIA SUPERIOR COURT OF CALIFORNIA COUNTY OF LOS ANGELES REQUEST FOR QUOTE (RFQ) FOR LUMENSION PATCH MANAGEMENT SOFTWARE LICENSE RENEWAL SERVICES RFQ NUMBER 2014-PR35074294 Table of Contents SECTION TITLE PAGE

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3

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

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES INTRODUCTION The City of Winchester (City) is requesting Proposals for Insurance Brokerage Services relating to Property, General Liability, Public Officials Liability, Law Enforcement, Fleet, and Worker

More information

REQUEST FOR PROPOSAL Employee Benefits Brokerage and Consulting Services SIATech, Inc.

REQUEST FOR PROPOSAL Employee Benefits Brokerage and Consulting Services SIATech, Inc. REQUEST FOR PROPOSAL Employee Benefits Brokerage and Consulting Services SIATech, Inc. I. Invitation SIATech is seeking a benefits brokerage/consulting firm to perform the full range of services related

More information

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon

More information

Request for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition

Request for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org Request for Proposal No. RFP02658

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

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

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com Request for Proposal (RFP) Online Registration System Contract for AAMDC s Convention Events Closing Date & Time: Friday, August 8, 2014 at 4:30 pm MDT One (1) electronic copy of response in Word or PDF

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

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

More information

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description. REQUEST FOR PROPOSAL (RFP) FORM TITLE: Enter title here I. GENERAL INFORMATION Invitation to Bid. Utica College invites you to submit a proposal to brief description. If a contract results from this RFP,

More information

Solicitation 1210-014. Web Hosting Services for the Disaster Volunteer Network. State of California

Solicitation 1210-014. Web Hosting Services for the Disaster Volunteer Network. State of California Solicitation 1210-014 Web Hosting Services for the Disaster Volunteer Network State of California Oct 12, 2012 4:28:36 PM PDT p. 1 Bid 1210-014 Web Hosting Services for the Disaster Volunteer Network Bid

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

Project Management Consulting Services Request for Qualification No. 09COE0001

Project Management Consulting Services Request for Qualification No. 09COE0001 FNEH Centre of Excellence Society Request for Qualifications Project Management Consulting Services Request for Qualification No. 09COE0001 Issue date: Friday December 19, 2008 Closing location: MAIL or

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS Carmel Unified School District ( District ) hereby invites qualified telecommunication specialists to submit proposals ( Proposals )

More information

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

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation 925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:

More information

Request for Proposal No. 2055. Replacement of (12) existing package AC Units at the Golden West College Administration Building

Request for Proposal No. 2055. Replacement of (12) existing package AC Units at the Golden West College Administration Building Request for Proposal No. 2055 Replacement of (12) existing package AC Units at the Golden West College Administration Building I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL 1.0 GENERAL 1.1 Introduction Pursuant to its statutory regulatory responsibilities contained in the Official Code of Georgia Annotated (O.C.G.A.), Section 46, the Public Service Commission

More information

Creative Residencies Program Sponsored Projects Listen In

Creative Residencies Program Sponsored Projects Listen In REQUEST FOR PROPOSALS For Real Estate Consulting Services HARVESTWORKS, a registered 501 (c) (3) non-profit organization in the state of New York, seeks proposals to provide consulting services relating

More information

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES REQUEST FOR QUALIFICATIONS GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES NEW DINING HALL MONTANA STATE UNIVERSITY Bozeman, Montana PPA NO. 15-0103 Campus Planning, Design & Construction Plew Building

More information

Request for Proposal (RFP) 15003 Open-End Contract for Media Buying Service

Request for Proposal (RFP) 15003 Open-End Contract for Media Buying Service Request for Proposal (RFP) 15003 Open-End Contract for Media Buying Service Section 1 Service Required The (Commission) is seeking proposals from advertising agencies or communication companies to work

More information

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

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

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

ADDENDUM NUMBER TWO (2) TO THE REQUEST FOR PROPOSAL (RFP) FOR FINANCIAL PLANNER POOL, RFP NUMBER 2P200815.

ADDENDUM NUMBER TWO (2) TO THE REQUEST FOR PROPOSAL (RFP) FOR FINANCIAL PLANNER POOL, RFP NUMBER 2P200815. March 27, 2009 California State Teachers Retirement System Vikki Eszlinger, Contract Services 7667 Folsom Boulevard, MS #30 Sacramento, CA 95826-2614 (916) 229-4111 FAX (916) 229-3881 contractservices@calstrs.com

More information

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February

More information

RFP Milestones, Instructions, and Information

RFP Milestones, Instructions, and Information This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,

More information

CREATIVE SERVICES. REQUEST FOR PROPOSAL September 9, 2015 RFP ID01-15

CREATIVE SERVICES. REQUEST FOR PROPOSAL September 9, 2015 RFP ID01-15 CREATIVE SERVICES REQUEST FOR PROPOSAL September 9, 2015 RFP ID01-15 TABLE OF CONTENTS SECTION 1 GENERAL INFORMATION 1.1 LOTTERY MISSION & VISION.............................................. 1 1.2 RFP

More information

Request for Proposals

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

More information

REQUEST FOR 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

Richardson Independent School District Purchasing Department 970 Security Row Richardson, Texas 75081

Richardson Independent School District Purchasing Department 970 Security Row Richardson, Texas 75081 Richardson Independent School District (RISD) is seeking sealed bids for the purchase of PROMOTIONAL PRODUCTS AND DISTRICT APPAREL (NON-UNIFORM) defined as: items to include, but are not limited to; customized

More information

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 Request for Proposals PROFESSIONAL INFORMATION TECHNOLOGY SERVICES For 2013 2015 HAVEN SOCIETY CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 CLOSING DATE AND TIME DATE: FEBRUARY 28, 2013 3 PM

More information

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200 Planning Request for Proposal Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200 Let Date: November 6, 2015 Bid Deadline: November 19, 2015 02:00 PM Deliver

More information

ABOUT THE GREATER MIAMI CONVENTION & VISITORS BUREAU

ABOUT THE GREATER MIAMI CONVENTION & VISITORS BUREAU ABOUT THE GREATER MIAMI CONVENTION & VISITORS BUREAU The Greater Miami Convention & Visitors Bureau (GMCVB), a 501 c (6) organization, creates marketing that inspires visitors, meetings and convention

More information

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

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

More information

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM 8-21-14 RFP STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM DATE: October 1, 2015 RFP # 40100-04815 IS AMENDED AS FOLLOWS: 1. This

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

Request for Qualifications

Request for Qualifications Request for Qualifications The Long Island Convention & Visitors Bureau and Sports Commission (LICVB) will receive proposals from businesses, corporations, partnerships, and other legal entities for the

More information

City of Mercer Island

City of Mercer Island City of Mercer Island MOBILE ASSET DATA COLLECTION: Pavement Condition Index Deflection Testing Sign Inventory Sign Retroreflectivity Contact Information: Leah Llamas, GIS Coordinator The City of Mercer

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to

More information

Workforce Solutions Brazos Valley Board P.O. Box 4128 Bryan, Texas 77805 (979) 595-2800 http://www.bvjobs.org/ Issue Date: May 2, 2013

Workforce Solutions Brazos Valley Board P.O. Box 4128 Bryan, Texas 77805 (979) 595-2800 http://www.bvjobs.org/ Issue Date: May 2, 2013 REQUEST FOR PROPOSALS FOR Electronic Document Management System For the Workforce Solutions Brazos Valley Board Area Brazos, Burleson, Grimes, Leon, Madison, Robertson, and Washington Counties Issued by

More information

REQUEST FOR PROPOSALS Art Storage and Handling Services

REQUEST FOR PROPOSALS Art Storage and Handling Services LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS Art Storage and Handling Services The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation

More information

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

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING 4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the

More information

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement

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

Document Management System Request for Proposals April 22, 2013

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

More information

REQUEST FOR PROPOSALS FOR 529 College Savings Plan Accounting and Operational Controls Assessment, and Advisory Services RFP # 30901-21313

REQUEST FOR PROPOSALS FOR 529 College Savings Plan Accounting and Operational Controls Assessment, and Advisory Services RFP # 30901-21313 STATE OF TENNESSEE Treasury Department REQUEST FOR PROPOSALS FOR 529 College Savings Plan Accounting and Operational Controls Assessment, and Advisory Services RFP # 30901-21313 RFP CONTENTS SECTIONS:

More information