Solicitation Electronic Telephone System Trainer. designation: Public. State of California

Size: px
Start display at page:

Download "Solicitation 1505-026. Electronic Telephone System Trainer. designation: Public. State of California"

Transcription

1 5 Solicitation Electronic Telephone System Trainer designation: Public State of California 6/2/2015 2:53 PM p. 1 6

2 Electronic Telephone System Trainer 5 Number Title Electronic Telephone System Trainer Start Date Jun 2, :52:47 PM PDT End Date Jun 16, :00:00 PM PDT Question & Answer End Date Jun 9, :00:00 PM PDT Contact Andrea Minning Associate Materials Analyst ANDREA.MINNING@DGS.CA.GOV Contract Duration Contract Renewal Prices Good for One Time Purchase Not Applicable 30 days Standard Disclaimer Comments The State of California advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or other state department links for modifications to bid documents. The State of California is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk. The information published and/or responded to on these websites is public information. Confidential questions/issues/concerns should be directed to the contact on the ad. The Department of General Services, Procurement Division, One Time Acquisitions Unit is facilitating this purchase on behalf of the California Department of Corrections and Rehabilitation (CDCR) for thirty-two (32) Electronic Telephone Trainers. KEY ACTION DATES Invitation For Bid (IFB) Release June 2, 2015 Last day to submit questions June 9, 2015 Invitation For Bid (IFB) Due June 16, 2015 Item Response Form Item Quantity Unit Price Delivery Location Imported Item Lot: Electronic Telephone System Trainer 32 each State of California Headquarter Sacramento 1515 S Street, 410S Sacramento CA Qty 32 Description Electronic Telephone System Trainer 6 6/2/2015 2:53 PM p. 2

3 IMPORTANT NOTICE TO ALL BIDDERS Solicitation No This solicitation/acquisition is being conducted under Public Contract Code 12125, et seq., the Alternative Protest Process. Submission of a bid constitutes consent of the bidder for participation in the Alternative Protest Process. Any protests filed in relation to the proposed contract award shall be conducted under the procedures in this document for the Alternative Protest Process. Any bidder wishing to protest the proposed award of this solicitation must submit a written Notice of Intent to Protest (facsimile acceptable) to the Coordinator before the close of business on the last day of the protest period, which will be established in the Notice of Intent to Award. Failure to submit a timely, written Notice of Intent to Protest waives the bidder s right to protest. Alternative Protest Process Coordinator/Dispute Resolution Department of General Services Procurement Division Purchasing Authority Management Section 707 Third Street, 2 nd Floor South West Sacramento, CA Voice: 916 / Fax: 916 / /2/2015 Page 2:53 1 of PM 12 DGS Solicitation Document p. 3

4 DUE DATE June 16, 2015 STATE OF CALIFORNIA STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Invitation For Bid Responses must be delivered to the Procurement Division before 2:00 PM on the Due Date SUPPLIER NAME AND ADDRESS SOLICITATION NO. DATE DELIVERY DATE Page /2/2015 As Specified 1 of 12 PURCHASE ESTIMATE NO. AGENCY BILLING CODE AGENCY PURCHASE EST NO NAME (PRINT): TITLE: F.O.B. DESTINATION UNLESS BID STATES OTHERWISE % CASH DISCOUNT FOR PAYMENT WITHIN DAYS SEE REQUIRED PAYMENT DATE OF THE GENERAL PROVISIONS PARAGRAPH 30. SHIP TO: See Cost Worksheet and Delivery Locations, Attachment #2 ARE YOU CLAIMING PREFERENCE AS A CALIFORNIA CERTIFIED SMALL BUSINESS? YES NO MANUFACTURER? YES NO ARE YOU A NON-SMALL BUSINESS CLAIMING AT LEAST 25% SMALL BUSINESS SUBCONTRACTOR PREFERENCE? YES NO SIGNATURE DATE FOR FURTHER INFORMATION, CONTACT: SECTION ET SEQ. OF THE CALIFORNIA GOVERNMENT CODE Procurement Official: Andrea Minning ADDRESS: Phone: Andrea.Minning@dgs.ca.gov TELEPHONE NUMBER: FAX NUMBER: Return To: DGS/PROCUREMENT DIVISION FEDERAL EMPLOYER IDENTIFICATION NUMBER RD ST., 2 ND Floor (95605) P.O. BOX W. SACRAMENTO, CA REQUIRES THAT A 5% PREFERENCE BE GIVEN TO BIDDERS WHO QUALIFY AS A SMALL BUSINESS OR BIDDERS WHO QUALIFY AS A NON- SMALL BUSINESS CLAIMING AT LEAST 25% CALIFORNIA CERTIFIED SMALL BUSINESS PARTICIPATION. FOR REQUIREMENTS SEE TITLE 2, CALIFORNIA CODE OF REGULATIONS, SECTION 1896, ET SEQ. THE REQUIREMENTS FOR NONPROFIT VETERAN SERVICE AGENCIES QUALIFYING AS A SMALL BUSINESS ARE CONTAINED IN SECTION ET SEQ. OF THE MILITARY AND VETERANS CODE. Bidder offers and agrees if this response is accepted within 45 calendar days from the date of opening to furnish all of the items upon which prices are quoted, at the prices set opposite each item, delivered at the designated point(s) by the method of delivery and within the times specified above and subject to the attached General Provisions. DECLARATIONS UNDER PENALTY OF PERJURY: By signing above, with inclusion of the date of signature, the above signed bidder DECLARES UNDER PENALTY OF PERJURY under the laws of the State of California as follows: (1) (STATEMENT OF COMPLIANCE). The above signed has complied with the non-discrimination program requirements of Government Code and Title 2, California Administrative Code Section 8103, and such declaration is true and correct. (2) the National Labor Relations Board declaration set forth in Paragraph 43 of the General Provisions is true and correct. (3) If a claim is made for the small business preference, the information set forth within is true and correct. The Department of General Services, Procurement Division, One Time Acquisitions Unit is facilitating this purchase on behalf of the California Department of Corrections and Rehabilitation (CDCR) for thirty-two (32) Electronic Telephone Trainers. KEY ACTION DATES Invitation For Bid (IFB) Release June 2, 2015 Last day to submit questions June 9, 2015 Invitation For Bid (IFB) Due June 16, 2015 METHOD OF AWARD This solicitation shall be awarded on an "All or None" basis to the lowest responsive and responsible bidder meeting all administrative and technical requirements, terms, and conditions of this solicitation. RESPONSIVE BIDDER A supplier who is responsive submits a bid response compliant with the solicitation requirements and indicates performance without material deviation from the terms and conditions of the proposed contract. 6/2/2015 Page 2:53 2 of PM 12 DGS Solicitation Document p. 4

5 RESPONSIBLE BIDDER A supplier who is responsible and submits a responsive bid is one who clearly indicates compliance without material deviation from the solicitation s terms and conditions and who possesses the experience, facilities, reputation, financial resources and other factors existing at the time of contract award. ADDITIONAL TERMS AND CONDITIONS The state objects to and will not evaluate or consider any additional terms or conditions submitted by a bidder. This applies to any language appearing in documents attached as part of the bidder s response. In signing and submitting a bid, the bidder agrees that any additional terms and conditions whether submitted intentionally or inadvertently, shall have no force or effect. Bids with terms and conditions attached may be subject to rejection. QUESTIONS REGARDING THE IFB Bidders requiring clarification of the intent or content of this IFB or on procedural matters regarding the competitive IFB process may request clarification by submitting questions by the date(s) identified in the key action dates or two days prior to the bid due date (if no key action dates), to the Procurement Official identified in this IFB. If a Bidder submits a question after the scheduled date(s), the State will attempt to answer the question but does not guarantee that the answer will be prior to the bid due date. Note: Questions are to be submitted and answers will be provided via the e-procurement system located at REQUEST TO CHANGE REQUIREMENTS OF THE IFB Bidders may request to change requirements of the IFB if the Bidder believes that one or more of the IFB requirements is onerous, unfair, or imposes unnecessary constraints on the Bidder in proposing less costly or alternate solutions. The Bidder shall submit recommended change(s) and facts substantiating the recommended change by the date(s) identified in the key action dates or two days prior to the bid due date (if no key action dates), in an or envelope clearly marked Request to Change Requirements of the IFB to the Procurement Official identified in this IFB. ATTACHMENTS The following documents are attached, or attached by reference, and part of this solicitation: 1. Specification ( ) for Electronic Telephone System Trainer of two (2) pages, dated May 19, Cost Worksheet of three (3) pages 3. CDCR Special Terms and Conditions of four (4) pages 4. Bidder s Instructions (GSPD-451) of three (3) pages, dated 11/09/2011** 5. General Provisions (GSPD-401) of seven (7) pages, dated 06/08/2010** 6. Bidder Declaration Form (GSPD REV 08/09) of two (2) pages 7. California Disabled Veteran Business Enterprise (DVBE) Bid Incentive Instructions of three (3) pages, dated 09/03/09 8. Disabled Veteran Enterprise Declarations (Std. 843) of one (1) page, dated 05/2006 (if applicable)** 9. Postconsumer Content Certification Form (CIWMB 74) of two (2) pages, dated 4/ Darfur Contracting Act Certification of one (1) page 11. Payee Data Record (STD. 204), of two (2) pages** TACPA Preference Forms** Alternative Protest Process Regulations of ten (10) pages ** These documents are incorporated by reference and located at the link provided. Please note that items #2, #6, #8 (if applicable), #9, #10 AND #11 MUST be returned with the bid or the bid may be rejected. 6/2/2015 Page 2:53 3 of PM 12 DGS Solicitation Document p. 5

6 ALTERNATIVE PROTEST PROCESS This solicitation/acquisition is being conducted under the provisions of the Alternative Protest Process (Public Contract Code Section 12125, et seq.) By submitting a bid or proposal to this solicitation, the bidder consents to participation in the Alternative Protest Process, and agrees that all protests of the proposed award shall be resolved by binding arbitration pursuant to the California Code of Regulations, Title 1, Division 2, Chapter 5. The link to the regulations is: A Notice of Intent to Award for this solicitation will be publicly posted in the Procurement Division reception area and sent via facsimile to any bidder who submits a written request for notice and provided a facsimile number. During the protest period, any participating bidder may protest the proposed award on the following grounds: 1. For major information technology acquisitions that there was a violation of the solicitation procedure(s) and that the protesting bidder s bid should have been selected; or 2. For any other acquisition that the protesting bidder s bid or proposal should have been selected in accordance with the selection criteria in the solicitation document. A written Notice of Intent to Protest the proposed award of this solicitation must be received (facsimile acceptable) by the Coordinator before the close of business 5 p.m. PST/PDT on the 1 st working day after issuing the notice of intent, as specified in the solicitation. Failure to submit a timely, written Notice of Intent to Protest waives bidder s right to protest. Bidder is to send the notice of protest to: Alternative Protest Process Coordinator/Dispute Resolution Department of General Services Procurement Division Purchasing Authority Management Section 707 Third Street, 2nd Floor South West Sacramento, CA Fax: 916 / Within seven (7) working days after the last day to submit a Notice of Intent to Protest, the Coordinator must receive from the protesting bidder the complete protest filing including the signed, written detailed statement of protest including exhibits, filing fee and deposit or small business certification as applicable. Untimely submission of the complete protest filing waives the bidder s right to protest. Protest bond requirement: bond amount for this Alternative Protest Process shall be ten percent (10%) of the contract amount as specified in the solicitation. See California Code of Regulations, Title 1, Section DELIVERY Delivery is to be completed in full within one hundred and twenty (120) calendar days After Receipt of Purchase Order. Supplier shall deliver the specified equipment to all CDCR destination sites detailed in Cost Worksheet and Delivery Locations, Attachment #2. Note: In accordance with paragraph 15 of the General Provisions entitled Delivery, the contractor shall strictly adhere to the delivery terms and completion schedule as specified in this solicitation. Failure to comply with the delivery requirements, as stated, may be considered a breach of contract and subject the contractor to General Provisions 26, entitled Rights and Remedies of the State for Default. WARRANTY Electronic Telephone System Trainers shall be warranted against defects in materials, workmanship of all component parts through normal use for a minimum period of one (1) year from the date of acceptance by the State. Normal use is defined as per the application for which the trainers were designed. PRICES Prices shall be submitted both electronically and hard copy on Cost Worksheet. Prices are to be entered into BIDSYNC for electronic submission and Cost Worksheet shall be included with hard copy bid submission. Pricing shall be all inclusive. Only the prices/charges submitted in the bid response shall be accepted and included in the awarded contract. For the purpose of this bid, only bids quoted F.O.B. Destination, Freight Prepaid, will be accepted. No charge for delivery, drayage, express, parcel post, packing, cartage, insurance, license fees, permits, cost of bonds, or for any other purpose will be paid by the State unless expressly included and itemized in the Contract. International shipments will be Delivered Duty Paid (DDP). Import Costs, duties, 6/2/2015 Page 2:53 4 of PM 12 DGS Solicitation Document p. 6

7 taxes, value added tax or any other transportation or customs costs will not be paid by the State unless expressly included and itemized in the Contract. Sales tax is not to be included on the bid or in the bid pricing. If awarded this bid, sales tax should be added at time of invoicing. The sales tax rate applied should be based on the rate of the area where the product is to be delivered, unless the deliverable is a vehicle, in which case the sales tax rate applied should be based on the rate where the vehicle will be registered with the California Dept. of Motor Vehicles (DMV). DESCRIPTIVE LITERATURE Bidders are required to forward complete descriptive literature with the bid and are to note their brand name and catalog or model number on the bid. Descriptive literature shall be annotated to specify the applicable page, brand, model and item(s). At the State s option prior to award, bidders may be required to submit additional written clarifying information. FAILURE TO SUBMIT DESCRIPTIVE LITERATURE MAY RESULT IN YOUR BID BEING CONSIDERED NON-RESPONSIVE AND NOT ACCEPTED. OPERATION MANUALS Supplier shall provide two (2) copies of necessary functional manuals, adjustment manuals, schematic diagrams and parts catalogues. Supplier may substitute an electronic manual in lieu of hard copy manual. Parts for equipment are to be available for each model and available for purchase by the State at no greater cost than published list prices. MANUALS ARE TO BE IN THE ENGLISH LANGUAGE. TRAINING The supplier shall provide a minimum of five (5) consecutive days forty (40) hour training session to a maximum of thirty-five (35) participants at a central location in the state of California for training that is designed for Career Technical Education training. The training facility shall include a shop area for trainer demonstration and a classroom for theory training. The training will cover the components of each Electronic Telephone System Trainer and their purpose and importance in the trainer s overall system design. Training will occur Monday through Friday, except State holidays, for eight (8) hours a day between the hours of 7:00 a.m. and 6:00 p.m., PST. The training schedule will be coordinated with and approved by the CDCR/OCE Coordinator. Training shall include, but is not limited to, the following: A minimum of three (3) subject matter experts/engineers who can provide and assist participants on the use of the products. Demonstration and training on the use of all the manuals, aides or workbooks associated with the Electronic Telephone System Trainers. Demonstration on the use of each Electronic Telephone System Trainer, classroom theory on each trainer, and the trainer s use in the career field. Time for each participant to individually operate the Electronic Telephone System Trainer to practice the use of the trainer (hands on activities). A certificate of training for each participant stating participant is trained in the use of the system and is a certified Train the Trainer for the system. FACTORY AUTHORIZED DISTRIBUTOR REQUIREMENT The supplier must be either the manufacturer or a Factory Authorized Distributor/Dealer for the manufacturer. The manufacturer shall have experience in the design and fabrication of the training equipment equivalent to those specified in bid specification Only bids submitted by a manufacturer or an "Authorized Distributor/Dealer" will be accepted. An "Authorized Distributor/Dealer" is a supplier who is normally and regularly engaged in the business of selling the products of the manufacturer. To qualify as an Authorized Distributor/Dealer", a supplier must have technical expertise in the product line(s) being offered for sale, employ individuals who are knowledgeable in/with the products, maintain an inventory of finished product and/or spare parts, and offer technical assistance and repair capabilities. All "Authorized Distributors/Dealers" must provide substantially the same level of service. "Authorized Distributors/Dealers" must either be listed on the manufacturer's website OR submit a signed agreement or other documentation from the manufacturer indicating its status as "factory authorized". A "one-time agreement" is not acceptable. Please provide the manufacturer website address here: 6/2/2015 Page 2:53 5 of PM 12 DGS Solicitation Document p. 7

8 CALIFORNIA SELLER S PERMIT Bidders must provide their California retailer s seller s permit or certification of registration and, if applicable, the permit or certification of all participating affiliates, issued by California s State Board of Equalization (BOE), pursuant to all requirements as set forth in Sections 6487, 7101 and Sections , , of the Revenue and Taxation Code, and Section of the Public Contract code. In order to expedite the process of verifying the validity of the permit, provide the BOE permit number in the space provided below (or attach a copy of the permit with your bid.) For instructions on how to obtain a California Sellers Permit number or register to do business in the State of California, visit the Board of Equalization website at Retailer s Seller s Permit Number: POSTCONSUMER-CONTENT CERTIFICATION State agencies are required to report purchases in many product categories. In order to comply with those requirements, bidders are required to complete and return the attached Postconsumer-Content Certification form (CIWMB 74) with their bid response. BIDDER DECLARATION FORM All bidders must complete the Bidder Declaration Form GSPD and include it with the bid response. When completing the declaration, bidders must identify all subcontractors proposed for participation in the contract; this includes equipment manufacturers, equipment distributors and resellers. A subcontractor is any person, firm, corporation, or organization contracting to perform any part of the prime s contract. Bidders awarded a contract are contractually obligated to use the subcontractors for the corresponding work identified unless the State agrees to a substitution and it is incorporated by amendment to the contract. If claiming the non-small business subcontractor preference, the form must list all the California small businesses with which you commit to subcontract in an amount of at least twenty-five percent (25%) of the net bid price. All certified small businesses must perform a commercially useful function in the performance of the contract as defined in Government Code Section (d)(4). DARFUR CONTRACTING ACT CERTIFICATION Effective January 1, 2009, all Invitations for Bids (IFB) or Requests for Proposals (RFP) for goods or services must address the requirements of the Darfur Contracting Act of 2008 (Act). (Public Contract Code sections 10475, et seq.; Stats. 2008, Ch. 272). The Act was passed by the California Legislature and signed into law by the Governor to preclude State agencies generally from contracting with scrutinized companies that do business in the African nation of Sudan (of which the Darfur region is a part), for the reasons described in Public Contract Code section A scrutinized company is a company doing business in Sudan as defined in Public Contract Code section Scrutinized companies are ineligible to, and cannot, bid on or submit a proposal for a contract with a State agency for goods or services. (Public Contract Code section 10477(a)). Therefore, Public Contract Code section (a) requires a company that currently has (or within the previous three years has had) business activities or other operations outside of the United States to certify that it is not a scrutinized company when it submits a bid or proposal to a State agency. (See # 1 on the Attachment). A scrutinized company may still, however, submit a bid or proposal for a contract with a State agency for goods or services if the company first obtains permission from the Department of General Services (DGS) according to the criteria set forth in Public Contract Code section 10477(b). (See # 2 on the Attachment). PAYEE DATA RECORD Bidders shall complete and sign the Payee Data Record (STD. 204) and submit with IFB submittal. An electronic version of this form can be found at: PROHIBITION ON TAX DELINQUENTS BIDDING (AB 1424) Public Contract Code section provides that a state agency shall not enter into any contract for goods or services with a contractor whose name appears on either list of the 500 largest tax delinquencies pursuant to Section 7063 or of the Revenue and Taxation Code. This section applies to contracts executed on or after July 1, The Franchise Tax Board (FTB) and the California Board of Equalization (BOE) will post and periodically update lists of the 500 largest tax delinquencies on their websites as 6/2/2015 Page 2:53 6 of PM 12 DGS Solicitation Document p. 8

9 required by law. Starting on July 1, 2012 prior to executing contracts state agencies must check the FTB and BOE lists to ensure the proposed awardee/supplier is not on either list. If the proposed awardee is on either list the bid may be considered non-responsive. CHANGE ORDERS Any Purchase Order resulting from this bid may be amended, modified, or terminated at any time by mutual agreement of the parties in writing. Change orders amending, modifying or terminating the Purchase Order, including any modifications of the compensation payable, may be issued only by the Department of General Services State Procurement Officer. All such change orders shall be in writing and issued only upon written concurrence of the supplier. Termination, as that term is used in this section, does not include termination for default of the supplier. CALIFORNIA CERTIFIED SMALL BUSINESS AND PREFERENCE(S) INFORMATION SMALL BUSINESS PREFERENCES AND CERTIFICATION Bidders claiming the small business preference must be certified by California as a small business or must commit to subcontract at least twenty-five percent (25%) of the net bid price with one or more California certified small businesses. Small Business Nonprofit Veteran Services Agencies (SB/NVSA) prime bidders meeting requirements specified in the Military and Veterans Code Section et seq. and obtaining a California certification as a small business are eligible for the five percent (5%) small business preference. If applicable, claim the preference in the box on the right hand side of the first page of this solicitation. Completed certification applications and required support documents must be submitted to the Office of Small Business and DVBE Services (OSDS) no later than 5:00 p.m. on the bid due date and the OSDS must be able to approve the application as submitted. Questions regarding certification should be directed to the OSDS at (916) SMALL BUSINESS REGULATIONS The Small Business regulations, located in the California Code of Regulations (Title 2, Division 2, Chapter 3, Subchapter 8, Section 1896 et seq.), concerning the application and calculation of the small business preference, small business certification, responsibilities of small business, department certification, and appeals are revised, effective 9/09/04. The new regulations can be viewed at Access the regulations by clicking on the Small Business Regulations in the right sidebar. For those without internet access, a copy of the regulations can be obtained by calling the Office of Small Business and DVBE Services (OSDS) at (916) SMALL BUSINESS PARTICIPATION REPORTING REQUIREMENTS Per Government Code 14841, if a contract/purchase order is awarded from this solicitation with a commitment from the prime bidder to achieve small business participation, the contractor must within sixty (60) days of receiving final payment under this agreement (or within such other time period as may be specified elsewhere in this agreement) report to the awarding department the actual percentage of small business participation achieved. NON-SMALL BUSINESS SUBCONTRACTOR PREFERENCE A five percent (5%) bid preference is available to a non-small business claiming twenty-five percent (25%) California Certified small business subcontractor participation. If applicable, claim the preference in the box on the right hand side of the first page of this solicitation. If claiming the non-small business subcontractor preference, the bid response must include a list of the small business(es) with which you commit to subcontract in an amount of at least twenty-five percent (25%) of the net bid price with one of more California certified small businesses. Each listed certified small business must perform a commercially useful function in the performance of the contract as defined in Government Code Section 14837(d)(4). The required list of California certified small business subcontracts must be attached to the bid response and must include the following: 1) subcontractor name, 2) address, 3) phone number, 4) a description of the work to be performed and/or products supplied, 5) and the dollar amount or percentage of the net bid price (as specified in the solicitation) per subcontractor. Bidders claiming the five percent (5%) preference must commit to subcontract at least twenty-five percent (25%) of the net bid price with one or more California certified small businesses. Completed certification applications and required support documents must submitted to the Office of Small Business and DVBE Services (OSDS) no later than 5:00 p.m. on the bid due date, and the OSDS must be able to approve the application as submitted. Questions regarding certification should be directed to the OSDS at (916) /2/2015 Page 2:53 7 of PM 12 DGS Solicitation Document p. 9

10 TACPA CONTRACT PREFERENCE This solicitation contains the Target Area Contract Preference Act (TACPA) preference request forms. Please carefully review the forms and requirements. If applying for this preference, bidders must submit the preference request forms listed in the Attachments section of this document. Denial of TACPA preference requests is not a basis for rejection of the bid. The State as part of its evaluation process reserves the right to verify, validate, and clarify all information contained in the bid. This may include, but is not limited to, information from bidders, manufacturers, subcontractors and any other sources available at the time of bid evaluation. Bidder refusal to agree to and/or comply with these terms, or failure to provide additional supporting information at the State s request may result in the denial of the preference requested. Contracts awarded with applied preference will be monitored throughout the life of the contract for compliance with statutory, regulatory, and contractual requirements. The State will take appropriate corrective action and apply sanctions as necessary to enforce the preference program. Any questions regarding TACPA preference should be directed to the Department of General Services, Procurement Division at (916) TACPA Preference Request (STD 830): Bidder s Summary of Contract Activities and Labor Hours: Manufacturer s Summary of Contract Activities and Labor Hours: 6/2/2015 Page 2:53 8 of PM 12 DGS Solicitation Document p. 10

11 DISABLED VETERAN BUSINESS ENTERPRISE INCENTIVE INFORMATION DVBE PARTICIPATION REQUIREMENTS The Department elects to waive the DVBE program requirements in this solicitation, but opts to include the DVBE Incentive. To be considered for the incentive, bidders must complete and return the Bidder Declaration GSPD (08/09), the DVBE Declarations, STD. 843 (5/2006), and signed, written confirmation (described below). The California DVBE Bid Incentive Instructions (09/03/09) include information about the DVBE incentive. Supplier agrees to provide verification, in a form agreed to by the state, that DVBE subcontractor participation under this agreement is in compliance with the goals specified at the time of award of contract/purchase order, or with any subsequent amendment. DVBE COMPLIANCE AND VERIFICATION Written Confirmation: A written confirmation from each DVBE subcontractor identified on the Bidder Declaration must be provided. The written confirmation must include the solicitation number and be signed by the Bidder and DVBE subcontractor(s). The written confirmation shall include but is not limited to the DVBE scope of work, work to be performed by the DVBE, term of intended subcontract with the DVBE, anticipated dates the DVBE will perform required work, rate and conditions of payment and total amount to be paid to the DVBE. Failure to submit signed confirmations shall render the bid non-responsive. If further verification is necessary, the state will obtain additional information to verify compliance with the above requirements. Disabled Veteran Business Enterprise Declarations (Std. 843): Per the Military and Veterans Code Section 999.2, this form must be completed and signed by all disabled veteran owner(s) and disabled veteran manager(s) when a DVBE contractor or subcontractor will provide materials, suppliers, services or equipment. The completed form should be included with the bid response. Should the form not be included with the IFB, contact the State contracting official or obtain a copy online from the Department of General Services, Procurement Division, Office of Small Business and DVBE Services (OSDS) website at At the State s option prior to award, bidders may be required to submit additional written clarifying information. Failure to submit the requested written information as specified may be grounds for bid rejection. DVBE PARTICIPATION REPORTING REQUIREMENTS If a contract/purchase order is awarded from this solicitation with a commitment from the prime bidder to achieve disabled veteran business enterprise (DVBE) participation, pursuant to Military and Veterans Code Section 999.5, the prime contractor must within sixty (60) days of receiving final payment under this agreement (or within such other time period as may be specified elsewhere in this agreement) certify the information contained in the Prime Contractor s DVBE Subcontracting Report (Rev. April 2014) * The state reserves the right to verify all of the above information. Any person or entity that knowingly provides false information shall be subject to a civil penalty for each violation as stated in Military and Veterans Code Section 999.5(d). *This form should be provided by and returned to the ordering agency by the prime contractor. It is the prime contractor s responsibility to ensure the form is received, completed and returned within the stated time frame. DVBE SUBCONTRACTOR SUBSTITUTION The supplier understand and agrees that should award of this contract be based in part on their commitment to use the Disabled Veteran business Enterprise (DVBE) subcontractor(s) identified in their bid offer, per Military and Veterans Code section (e), a DVBE subcontractor may only be replaced by another DVBE subcontractor and must be approved by the Department of General Services (DGS). Changes to the scope of work that impact the DVBE subcontractor(s) identified in the bid or offer and approved DVBE substitutions will be documented by contract amendment. Failure of Contractor to seek substitution and adhere to the DVBE participation level identified in the bid or offer may be cause for contract termination, recovery of damages under rights and remedies due to the State, and penalties as outlined in M&VC section 999.9; Public Contract Code (PCC) section /2/2015 Page 2:53 9 of PM 12 DGS Solicitation Document p. 11

12 SPECIFICATION COMPLIANCE The bidder must indicate below if the product or products offered on this bid complies in all respects with the attached specifications. YES NO* If the bidder has indicated that the product offered does not comply in all respects with the attached specifications, he is to list below, in detail, any and all deviations. *If the product does not comply you may request modifications, revisions or possible alternatives to be reviewed PRIOR to the bid submission date by submitting your request to the Procurement Official. Any deviations listed below may cause your bid to be deemed non-compliant. LIST DEVIATIONS: 6/2/2015 Page 2:53 10 of PM12 DGS Solicitation Document p. 12

13 RESPONSE CHECKLIST The following checklist identifies the applicable items that must be completed and returned in order to be evaluated for award: Signed State of California DGS Procurement Division - solicitation document (with all fill-in spaces completed) Cost Worksheet of three (3) pages Bidder Declaration Form (GSPD REV 08/09) of two (2) pages Disabled Veteran Enterprise Declarations (Std. 843) of one (1) page, dated 05/2006 (if applicable) DVBE signed, written certification (if applicable) Postconsumer Content Certification Form (CIWMB 74) of two (2) pages, dated 4/2007 Darfur Contracting Act Certification Payee Data Record (Std. 204) Descriptive Literature Seller Permit Information Electronic BIDSYNC Submission Failure to return any of these items with your bid response may result in your bid being considered non-responsive. The following items must be returned with the bid response only if your intention is to claim the applicable bidder preference, if you are not claiming the preference you are not obligated to fill out and/or return any of the following forms. Target Area Contract Preference Act (TACPA), request form (Std. 830). Manufacturer s Summary, form (DGS/PD 525) for goods only. Bidder s Summary, form (DGS/PD 526) for goods and services. Note: The State makes no warranty that the checklist is a full and comprehensive listing of every requirement specified in the IFB. Checking off the items on the checklist does not establish your firm s intent nor does it constitute responsiveness to the requirement(s). The checklist is only a tool to assist participating bidders in compiling their final bid response. Bidders are encouraged to carefully read the entire IFB. The need to verify all documentation and responses prior to the submission of final bids cannot be over emphasized. 6/2/2015 Page 2:53 11 of PM12 DGS Solicitation Document p. 13

14 BID SUBMISSION INSTRUCTIONS This document is intended to assist bidders with standard instructions for how and where to submit a bid. The state makes no warranty that following these instructions will ensure a compliant submission. Bidders are required to carefully read the solicitation document and adhere to any other submission requirements. If there is a question regarding how to submit a bid, contact the Procurement Official listed on the first page of the solicitation document for assistance. Bidders are required to submit a complete Paper Bid and Electronic Bid Price (via Bidsync) by the due date and time identified in this solicitation. Award Note: In order to receive an award, Bidder must register their company with BidSync and must be in Locked status. Locked status requires all requested company information must be entered, especially the company Federal ID Number (FEIN). In case of a delay in the processing time, do not wait until the bid due date to verify company status. PAPER BID SUBMISSION For evaluation purposes, the paper bid shall be complete and include all of the required bid submittals in order to be deemed responsive to the bid requirements. Please make sure that you have included either pricing worksheet, if applicable or screen prints of the pricing pages from BIDSYNC included in your paper bid. If the paper bid response is incomplete and/or includes discrepancies, you may be deemed non-responsive and subject to the rejection process. States Own Bid Form: Only bids quoted on the State's own bid form will be considered. Bids submitted referencing supplier attachments which include legal terms and conditions that conflict with the State's General Provisions shall be considered nonresponsive and such bids may be rejected. Unless otherwise stated in the bid document, please DO NOT submit bids in binders or using plastic combs. Submission Methods: Bidder may submit their paper bid using the following methods unless stated otherwise in the bid documents. Identify all mailed/couriered/hand-delivered bid packages by clearly writing on the outside of the envelope the Invitation for Bid Number (Ex: IFB # ). POSTAL MAIL COURIER (FED EX/UPS/ETC.) OR HAND DELIVER DGS Procurement Division Attn: Bid Opening Official, 2 ND Floor P.O. Box DGS Procurement Division Attn: Bid Opening Official rd Street, 2 nd Floor West Sacramento, Ca West Sacramento, Ca BID/IFB #: BID/IFB #: FACSIMILE (FAX) Faxed bids will be considered for the solicitation only if they are sent to (916) Bids sent to any other fax number will not be considered. Only pages of the faxed bid received prior to the bid opening time specified in the solicitation will be considered the complete bid. Please be advised that there is a heavy demand placed on the fax machine receiving bids and the State assumes no responsibility if a supplier cannot transmit their bid via fax or if the entire bid is not received prior to the bid opening time. bid submissions are NOT accepted. ELECTRONIC BID PRICE SUBMISSION Bidders must use the BidSync system to submit an electronic bid price only. Include screen prints of the pricing pages with the hard copy paper bid submission unless otherwise directed within this solicitation. If you need assistance and/or have trouble submitting an electronic bid price, please contact a BidSync representative at (801) /2/2015 Page 2:53 12 of PM12 DGS Solicitation Document p. 14

15 STATE OF CALIFORNIA Bid Specifications Electronic Telephone System Trainer 1. GENERAL 1.1. INTRODUCTION The California Department of Corrections and Rehabilitation (CDCR) is procuring Electronic Telephone System Trainers to train personnel on the operation, installation, maintenance, and repair of electronic key telephone systems. Training topics shall include but not be limited to: Telephone system and network technology Telephone system and network components, e.g. key telephone systems, analog telephone sets, digital telephone sets, etc. Troubleshooting techniques and methodology Test equipment Wiring installation and repair The trainers will physically duplicate the customer premise portion of an electronic key telephone system network and will include, but not be limited to the following components: Electronic key telephone system Electronic telephone sets Punch down blocks Modular telephone jacks 2. PRODUCT REQUIREMENTS 2.1. ELECTRONIC TELEPHONE SYSTEM TRAINER Trainer shall have a commercial grade, painted steel frame Trainer shall be floor-standing with wheels. At least two wheels shall be lockable Trainer shall be one physically contiguous unit Trainer shall be capable of being wheeled through a 36 W by 84 H doorway without any disassembly or modifications to the trainer Components shall include but not be limited to electronic key telephone system, punch down blocks, modular telephone outlets, analog telephone sets, and digital telephone sets Training provided through software simulation only is not acceptable Any computer system shall be integrated into the trainer. Computer systems separate from the trainer are not acceptable Electronic key telephone system shall be processor based and shall include switching Wong, N. Page 1 of 2 May 19, 2015 PE Electronic Telephone System Trainer 6/2/2015 2:53 PM p. 15

16 circuitry, telephone set line cards, power supply, etc Electronic key telephone system, punch down blocks, wiring guide spools, and modular telephone outlets shall be mounted onto the body of the trainer Minimum two (2) analog telephone sets shall be supplied Minimum two (2) digital telephone sets shall be supplied. Digital telephone sets shall operate with the supplied electronic key telephone system Minimum ten (10) modular telephone outlets shall be installed Minimum two (2) 25-pair split type 66 punch down blocks and minimum two (2) type 110 punch down blocks shall be installed to simulate the customer premise inside wiring between the electronic key telephone system and the modular telephone outlets All wiring and cables shall be pre-installed and all cross connects made to connect all modular telephone outlets to the electronic key telephone system Minimum eight (8) instructor-activated switched faults. The following faults shall be capable of being inserted: Opens Shorts Reversals Ground noise Cross wired Missed connections Trainer shall operate on 120 VAC, 60 Hz The following items shall be included with the trainer and shall have been manufactured for telecommunications industry standard use: Punch down tools for type 66 and type 110 punch down blocks Cable splicing tools Tone and probe kit Digital multimeter Single twisted pair, 24 AWG copper cross connect wire for type 66 punch down block, 1000 foot spool 24 AWG, 4-pair, CAT 3 communication riser cable, 1000 foot spool 100 bridging clips for type 66 punch down block Tool box Telephone line cord with open fault Telephone line cord with short fault Electronic key telephone system documentation including programming manual Operating manual for the trainer Wong, N Page 2 of 2 May 19, 2015 PE Electronic Telephone System Trainer 6/2/2015 2:53 PM p. 16

17 IFB # Attachment #2 COST WORKSHEET AND DELIVERY LOCATIONS Line Item 1 Description: Electronic Telephone System Trainers Total Quantity = 32 To be delivered in the following quantities to the following locations. NOTE: INCLUDE ALL COSTS INCLUDING SHIPPING IN YOUR UNIT PRICE Qty Ship To: Proposed Brand and Model Unit Price Extended Price (unit price x quantity + shipping) 2 Avenal State Prison Rod Braly x6853 #1 Kings Way Avenal, CA Calipatria State Prison Anthony Sigala x Blair Road Calipatria, CA CA Correctional Center Richard Tice x Center Road Susanville, CA CA Correctional Institution Patricia Medved x Hwy 202 Tehachapi, CA California City Principal, Education Unit Virginia Boulevard California City, CA Central CA Women's Facility Ovidio Gonzalez x Road 22 Chowchilla, CA Centinela State Prison Stephanie Caffarella x Brown Road Imperial, CA CA Institution for Men Genevie Candelaria Central Avenue Chino, CA CA Institution for Women Les Johnson x Chino-Corona Road Corona, CA Page 1 of 3 6/2/2015 2:53 PM p. 17

18 IFB # Attachment #2 COST WORKSHEET AND DELIVERY LOCATIONS 1 CA Men's Colony Robert Green Highway 1 San Luis Obispo, CA CA State Prison-Corcoran Bernice Van Klaveren x King Avenue Corcoran, CA CA Rehabilitation Center Mike Weaver th Street and Western Norco, CA Correctional Training Facility Gerald Athley Highway 101 North Soledad, CA Chuckawalla Valley State Prison Tina Redway x Wiley's Well Road Blythe, CA Folsom State Prison Dawn Adams Prison Road Repressa, CA Ironwood State Prison Julia Dogonyaro x Wiley's Well Road Blythe, CA Kern Valley State Prison Stacey Hoffman West Cecil Avenue Delano, CA CA State Prison-LA County Leda Medearis x th Street, West Lancaster, CA Mule Creek State Prison Russ Harris x Highway 104 Ione, CA Pelican Bay State Prison Valarie Anderson x Lake Earl Drive Crescent City, CA Page 2 of 3 6/2/2015 2:53 PM p. 18

19 IFB # Attachment #2 COST WORKSHEET AND DELIVERY LOCATIONS 1 Pleasant Valley State Prison Cheryl Lopez West Jayne Avenue Coalinga, CA Richard J. Donovan Correctional Facility Kathy Balakian x Alta Road San Diego, CA CA State Prison-Solano Kenya Williams x Peabody Road Vacaville, CA CA Substance Abuse Treatment Facility Wayne Tilley x Quebec Avenue Corcoran, CA Sierra Conservation Center Debra Haworth x O'Byrnes Ferry Road Jamestown, CA San Quentin State Prison Anthony Beebe #1 Main Street San Quentin, CA Valley State Prison for Women Zack Patrick x Avenue 24 Chowchilla, CA Wasco State Prison Matthew Koop Scofield Avenue Wasco, CA Total Cost (including shipping): Page 3 of 3 6/2/2015 2:53 PM p. 19

20 IFB # Attachment #3 CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION SPECIAL TERMS AND CONDITIONS 1. Clothing Restrictions While on institution grounds, contractor and all its agents, employees, and/or representatives shall be professionally and appropriately dressed in clothing distinct from that worn by inmates at the institution. Specifically, blue denim pants and blue chambray shirts, orange/red/yellow/white/chartreuse jumpsuits and/or yellow rainwear shall not be worn onto institution grounds, as this is inmate attire. The contractor should contact the institution regarding clothing restrictions prior to requiring access to the institution to assure the contractor and their employees are in compliance. 2. Tobacco-Free Environment Pursuant to Penal Code Section , the use of tobacco products by any person on the grounds of any institution or facility under the jurisdiction of CDCR is prohibited. 3. Prison Rape Elimination Policy CDCR is committed to providing a safe, humane, secure environment, free from sexual misconduct. This will be accomplished by maintaining a program to ensure education/prevention, detection, response, investigation and tracking of sexual misconduct and to address successful community re-entry of the victim. CDCR shall maintain a zero tolerance for sexual misconduct in its institutions, community correctional facilities, conservation camps and for all offenders under its jurisdiction. All sexual misconduct is strictly prohibited. As a contractor with CDCR, you and your staff are expected to ensure compliance with this policy as described in Department Operations Manual, Chapter 5, Article Security Regulations a. Unless otherwise directed by the entrance gate officer and/or Contract Manager, the contractor, contractor s employees and subcontractors shall enter the institution through the main entrance gate and park private and nonessential vehicles in the designated visitor s parking lot. Contractor, contractor s employees and subcontractors shall remove the keys from the ignition when outside the vehicle and all unattended vehicles shall be locked and secured while on institution grounds. b. Any State- and contractor-owned equipment used by the contractor for the provision of contract services, shall be rendered temporarily inoperative by the Contractor when not in use, by locking or other means unless specified otherwise. c. In order to maintain institution safety and security, periodic fire prevention inspections and site searches may become necessary and contractor must furnish keys to institutional authorities to access all locked areas on the worksite. The State shall in no way be responsible for contractor s loss due to fire. d. Due to security procedures, the contractor, contractor s employees and subcontractors Page 1 of 4 6/2/2015 2:53 PM p. 20

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

Solicitation ISD14-0101. CA DMV Headquarters Executone Maintenance and MAC Services. Bid designation: Public. State of California

Solicitation ISD14-0101. CA DMV Headquarters Executone Maintenance and MAC Services. Bid designation: Public. State of California 5 Solicitation ISD14-0101 CA DMV Headquarters Executone Maintenance and MAC Services Bid designation: Public 1/16/2015 2:51 PM p. 1 6 CA DMV Headquarters Executone Maintenance and MAC Services 5 Bid Number

More information

CALIFORNIA CORRECTIONAL HEALTH CARE SERVICES CAREER EXECUTIVE ASSIGNMENT EXAMINATION ANNOUNCEMENT

CALIFORNIA CORRECTIONAL HEALTH CARE SERVICES CAREER EXECUTIVE ASSIGNMENT EXAMINATION ANNOUNCEMENT CALIFORNIA CORRECTIONAL HEALTH CARE SERVICES - Bulletin ID: 08062015_7 Page 1 of 7 CALIFORNIA CORRECTIONAL HEALTH CARE SERVICES CAREER EXECUTIVE ASSIGNMENT EXAMINATION ANNOUNCEMENT The State of California

More information

Solicitation 420-1614/1621. Kofax Software Transfer, Upgrade, & Maintenance. Bid designation: Public. State of California

Solicitation 420-1614/1621. Kofax Software Transfer, Upgrade, & Maintenance. Bid designation: Public. State of California 5 Solicitation 420-1614/1621 Kofax Software Transfer, Upgrade, & Maintenance Bid designation: Public State of California 2/12/2015 4:50 PM p. 1 6 Kofax Software Transfer, Upgrade, & Maintenance 5 Bid Number

More information

Solicitation 14-850. RFQ ITS for Disaster Recovery Warm-Site Services. Bid designation: Public. State of California

Solicitation 14-850. RFQ ITS for Disaster Recovery Warm-Site Services. Bid designation: Public. State of California 5 Solicitation 14-850 RFQ ITS for Disaster Recovery Warm-Site Services Bid designation: Public State of California 5/19/2015 2:12 PM p. 1 6 RFQ ITS for Disaster Recovery Warm-Site Services 5 Bid Number

More information

Solicitation 15-64083. Digital Signage and Media Player Project. Bid designation: Public. State of California

Solicitation 15-64083. Digital Signage and Media Player Project. Bid designation: Public. State of California 5 Solicitation 15-64083 Bid designation: Public State of California 5/22/2015 1:38 PM p. 1 6 5 Bid Number 15-64083 Bid Title Bid Start Date May 22, 2015 12:36:50 PM PDT Bid End Date Jun 10, 2015 4:00:00

More information

Solicitation 5000000240. OffSite Tape Storage, Retrieval & Secure Destruct Sevices. Bid designation: Public. State of California

Solicitation 5000000240. OffSite Tape Storage, Retrieval & Secure Destruct Sevices. Bid designation: Public. State of California 5 Solicitation 5000000240 OffSite Tape Storage, Retrieval & Secure Destruct Sevices Bid designation: Public State of California 9/29/2014 2:27 PM p. 1 6 OffSite Tape Storage, Retrieval & Secure Destruct

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

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

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

More information

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and

More information

CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) REQUEST FOR OFFER

CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) REQUEST FOR OFFER STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION EDMUND G. BROWN, JR., GOVERNOR ENTERPRISE INFORMATION SERVICES POLICY, PLANNING, PROJECT MANAGEMENT AND IT ACQUISITIONS Information Technology

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

More information

Solicitation Q38834. External Vulnerability Scan & Web Application Vulnerability Scanning Services. Weber State University

Solicitation Q38834. External Vulnerability Scan & Web Application Vulnerability Scanning Services. Weber State University Solicitation Q38834 External Vulnerability Scan & Web Application Vulnerability Scanning Services Weber State University Mar 22, 2011 8:35:12 AM MDT p. 1 External Vulnerability Scan & Web Application Vulnerability

More information

Department of Purchasing & Contract Compliance

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

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

Department of Purchasing & Contract Compliance

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

More information

THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement

THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement Disabled Veteran Business Enterprise (DVBE) Participation Requirement I. STATEMENT OF DVBE PARTICIPATION GOAL REQUIREMENT State law requires that state agencies make efforts to achieve a goal of three

More information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

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

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

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 QUOTATION FOR INFORMATION TECHNOLOGY SERVICES

REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES QUOTATION/BID DUE DATE: February 11, 2011, no later than 2:00 p.m. PT STATE OF CALIFORNIA REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES Responses must be delivered to the California Franchise

More information

REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES

REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES QUOTATION/BID DUE DATE: February 11, 2011, no later than 2:00 p.m. PT STATE OF CALIFORNIA REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES Responses must be delivered to the California Franchise

More information

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

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

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TxDOT 9628622 INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION This specification is a product of the Texas

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

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING We appreciate your interest in doing business with the City of Wichita. We want to assure you of our interest in seeing

More information

BUYING AGENCY AGREEMENT

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided

More information

REQUEST FOR PROPOSALS

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

More information

REQUEST FOR 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

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

HOW TO DO BUSINESS WITH THE STATE OF ALASKA State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:

More information

PITTSBURG UNIFIED SCHOOL DISTRICT

PITTSBURG UNIFIED SCHOOL DISTRICT PITTSBURG UNIFIED SCHOOL DISTRICT New Construction and Modernization Projects PRE-QUALIFICATION PROGRAM QUESTIONNAIRE FOR PROJECTS $20 MILLION AND OVER TABLE OF CONTENTS PAGE NO. GENERAL INFORMATION.......i

More information

Center Unified School District

Center Unified School District 8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D

More information

How To Do Business With Omaha Public Schools

How To Do Business With Omaha Public Schools O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet

More information

ARTICLE 1.1. GENERAL PROVISIONS

ARTICLE 1.1. GENERAL PROVISIONS ARTICLE 1.1. GENERAL PROVISIONS Rule 1. Parole Board 220 IAC 1.1-1-1 Parole board membership (Repealed) Sec. 1. (Repealed by Parole Board; filed Jun 15, 1987, 2:45 pm: 10 IR 2496) 220 IAC 1.1-1-2 Definitions

More information

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,

More information

THE RETIREMENT SYSTEMS OF ALABAMA

THE RETIREMENT SYSTEMS OF ALABAMA THE RETIREMENT SYSTEMS OF ALABAMA I N V I T A T I O N T O B I D For: F5 Networks BIG-IP Security Hardware and Software Agency Contact: Edward Davis (334) 517-7130 Invitation to Bid No.: 15-006 Mandatory

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

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM

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:

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The

More information

REQUEST FOR PROPOSAL windows,sliding glass door repair and replacement contractors

REQUEST FOR PROPOSAL windows,sliding glass door repair and replacement contractors REQUEST FOR PROPOSAL windows,sliding glass door repair and replacement contractors TABLE OF CONTENTS INTRODUCTION AND BACKGROUND... 3 Purpose Of The Request For Proposal window repair and replacement contractors...

More information

CERTIFICATE OF REHAB. & PARDON INSTRUCTION FORMS PACKET

CERTIFICATE OF REHAB. & PARDON INSTRUCTION FORMS PACKET CERTIFICATE OF REHAB. & PARDON INSTRUCTION FORMS PACKET PKG-016 SUPERIOR COURT OF CALIFORNIA, COUNTY OF SAN DIEGO CENTRAL DIVISION, 220 W. BROADWAY, SAN DIEGO, CA 92101-3814 EAST COUNTY DIVISION, 250 E.

More information

REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP # 032612

REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP # 032612 REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP # 032612 The Park City School District is soliciting RFP s from qualified professional firms with the intention

More information

LEGISLATURE OF NEBRASKA ONE HUNDRED FOURTH LEGISLATURE FIRST SESSION LEGISLATIVE BILL 16

LEGISLATURE OF NEBRASKA ONE HUNDRED FOURTH LEGISLATURE FIRST SESSION LEGISLATIVE BILL 16 LB LB LEGISLATURE OF NEBRASKA ONE HUNDRED FOURTH LEGISLATURE FIRST SESSION LEGISLATIVE BILL Introduced by Krist, 0. Read first time January 0, Committee: Government, Military and Veterans Affairs A BILL

More information

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015 I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction

More information

Department of Purchasing & Contract Compliance

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

More information

Judicial Council of California

Judicial Council of California Judicial Council of California Finance Division 455 Golden Gate Avenue San Francisco, CA 94102-3660 Telephone 415 865 7960 Fax 415 865 4325 TDD 415 865 4272 RONALD M. GEORGE Chief Justice of California

More information

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and

More information

DEFERRED LOAN CLOSING COST ASSISTANCE GRANT AND MORTGAGE CREDIT CERTIFICATE PROGRAMS LENDER PARTICIPATION AGREEMENT

DEFERRED LOAN CLOSING COST ASSISTANCE GRANT AND MORTGAGE CREDIT CERTIFICATE PROGRAMS LENDER PARTICIPATION AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this day of, 20, by and between the San Diego Housing Commission, a public agency, ( SDHC ), and a ( Lender ). RECITALS A. SDHC has implemented a Closing

More information

Request for Proposals

Request for Proposals City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street

More information

May 29, 2012 Solicitation of quotations

May 29, 2012 Solicitation of quotations RE CI OFN AL ADMINISTRATIVE CORPORATION JOSEPH P. BORT M ETROCENTER 101 EIGHTH STREET OAKLAND, CA 94607-4700 510/817.5700 TDDITTY 51 W81 7-5769 FAX 510/817.5848 vtetrnxiiitan Transportation (omnitssion

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS JUDICIAL COUNCIL OF CALIFORNIA REGARDING: PROPOSALS TO PROVIDE STATEWIDE TRANSLATION SERVICES RFP: CFCC-02-16-LV PROPOSALS DUE: APRIL 7, 2016 NO LATER THAN APRIL 7, 2016 3:00 P.M.

More information

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon. COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors

More information

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract

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 Proposal (RFP) for Contract Management

Request for Proposal (RFP) for Contract Management Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department

More information

Policy Number: 3-803 Policy Name: Bidding and Source Selection Procedures

Policy Number: 3-803 Policy Name: Bidding and Source Selection Procedures Page 1 3-803 Bidding and Source Selection Procedures A. Definitions In ABOR Policies 3-803 (Bidding and Source Selection Procedures) and 3-804 (Professional Services and Construction Services Procurement):

More information

IFB 2015-0009 BID SPECIFICATIONS. For COURTHOUSE SECURITY

IFB 2015-0009 BID SPECIFICATIONS. For COURTHOUSE SECURITY IFB 2015-0009 BID SPECIFICATIONS For COURTHOUSE SECURITY April 2015 Facilities Management Division 12A Gateway Circle Hilton Head Island, SC 29926 843-342-4581 TOWN OF HILTON HEAD ISLAND INVITATION FOR

More information

2015 Medical Rate Comparison

2015 Medical Rate Comparison 2015 Medical Rate Comparison 2015 Medical Rates with Employer Contribution Rate Member Monthly Cost HMO and PPO Plans Employee Only Employee + 1 Family CCPOA Medical Plan Member Contribution *Must be

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

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Prepared by Business Administration BELGRADE PUBLIC SCHOOLS INVITATION TO SUBMIT

More information

Sierra County Request for Quotation Print and Radio Advertising Solicitation Number 2015-03- 002 (Small Purchase)

Sierra County Request for Quotation Print and Radio Advertising Solicitation Number 2015-03- 002 (Small Purchase) Sierra County Request for Quotation Print and Radio Advertising Solicitation Number 2015-03- 002 (Small Purchase) Notice is hereby given that the County of Sierra, New Mexico, will receive quotations for

More information

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 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

More information

Solicitation BF-6739 5109567/180437. Install Security System, Med Surge II. Bid designation: Public. State of California

Solicitation BF-6739 5109567/180437. Install Security System, Med Surge II. Bid designation: Public. State of California Solicitation BF-6739 Bid designation: Public State of California 1/10/2014 3:44 PM p. 1 Bid Number BF-6739 Bid Title Bid Start Date Jan 10, 2014 2:42:59 PM PST Bid End Date Feb 6, 2014 1:30:00 PM PST Question

More information

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project) OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE (Project) PART I GENERAL TERMS AND CONDITIONS 1. REQUIREMENTS 1.1. Pricing will be per unit shown and charges will be totaled in the extension

More information

AGREEMENT between OKLAHOMA HEALTH CARE AUTHORITY AND HEALTH PROVIDER FOR MENTAL HEALTH CASE MANAGEMENT SERVICES FOR PERSONS OVER AGE 21 WITNESSETH:

AGREEMENT between OKLAHOMA HEALTH CARE AUTHORITY AND HEALTH PROVIDER FOR MENTAL HEALTH CASE MANAGEMENT SERVICES FOR PERSONS OVER AGE 21 WITNESSETH: AGREEMENT between OKLAHOMA HEALTH CARE AUTHORITY AND HEALTH PROVIDER FOR MENTAL HEALTH CASE MANAGEMENT SERVICES FOR PERSONS OVER AGE 21 WITNESSETH: Based upon the following recitals, the Oklahoma Health

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 PROPOSALS FOR FINANCIAL ADVISORY SERVICES

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

More information

Department of Purchasing & Contract Compliance

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

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

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

Invitation to Bid (ITB) ITB15000677

Invitation to Bid (ITB) ITB15000677 Invitation to Bid (ITB) ITB15000677 ORACLE EXADATA STORAGE SERVER SUPPORT IDAHO DEPARTMENT OF HEALTH & WELFARE INFORMATION & TECHNOLOGY SERVICES DIVISION Date of Issuance: 05/21/2015 TABLE OF CONTENTS

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

Biohazardous and Pharmaceutical Waste Disposal Services

Biohazardous and Pharmaceutical Waste Disposal Services California Department of Mental Health, Metropolitan State Hospital Page 1 of 37 M e t r o p o l i t a n S t a t e H o s p i t a l 11401 South Bloomfield Avenue, Norwalk, CA 90650 (562) 651-3118 INVITATION

More information

16 LC 34 4725 A BILL TO BE ENTITLED AN ACT

16 LC 34 4725 A BILL TO BE ENTITLED AN ACT House Bill 712 By: Representatives Bruce of the 61 st, Smyre of the 135 th, Marin of the 96 th, Dukes of the 154 th, Dawkins-Haigler of the 91 st, and others A BILL TO BE ENTITLED AN ACT 1 2 3 4 5 6 7

More information

Solicitation HD149060. Software-as-a-Service for Transcription. Bid designation: Public. State of California

Solicitation HD149060. Software-as-a-Service for Transcription. Bid designation: Public. State of California 5 Solicitation HD149060 Software-as-a-Service for Transcription Bid designation: Public State of California 1/22/2015 4:46 PM p. 1 6 Software-as-a-Service for Transcription 5 Bid Number Bid Title HD149060

More information

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM Mark A. Cowart Chief Information Officer DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer

More information

IEC Electronics Terms and Conditions

IEC Electronics Terms and Conditions IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in

More information

California Health Benefit Exchange (Covered California) RFP 2015-07: Small Business Outreach, Education & Marketing.

California Health Benefit Exchange (Covered California) RFP 2015-07: Small Business Outreach, Education & Marketing. California Health Benefit Exchange (Covered California) RFP 2015-07: Small Business Outreach, Education & Marketing September 9, 2015 Table of Contents 1. INTRODUCTION... 4 1.1 Overview... 4 1.2 Key Action

More information

GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS

GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS HARRISBURG, PENNSYLVANIA MAY 2014 EDITION Guidelines for the DGS Small Business Reserve Program For Construction Contracts 1 General a.) Pursuant to

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

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

A Vendor s Guide to Purchasing Policies and Procedures

A Vendor s Guide to Purchasing Policies and Procedures A Vendor s Guide to Purchasing Policies and Procedures San Jose Unified School District 855 Lenzen Ave. San Jose, CA 95126 Phone (408) 535-6000 Fax (408) 535-2312 http://www.sjusd.org Superintendent Vincent

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

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

More information

Request for Quotation For Information Technology Services

Request for Quotation For Information Technology Services Request for Quotation For Information Technology Services QUOTE DUE DATE:08/21/2013 QUOTE OPENING:08/23/2013 Quotes must be delivered to Secretary of State s Office before 4:00PM on the due date Supplier

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

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

More information

Lower Rio Grande Public Water Works Authority Request for Proposal Financial Management and Utility Billing Software.

Lower Rio Grande Public Water Works Authority Request for Proposal Financial Management and Utility Billing Software. Lower Rio Grande Public Water Works Authority Request for Proposal Financial Management and Utility Billing Software June 19, 2014 Proposals Deadline: 2:00 pm on Tuesday, July 22, 2014 Table of Contents

More information

STATEWIDE SB/DVBE ADVOCATE TOOLKIT. Chapter V

STATEWIDE SB/DVBE ADVOCATE TOOLKIT. Chapter V STATEWIDE SB/DVBE ADVOCATE TOOLKIT Small Business Program Chapter V February 2012 CHAPTER V SMALL BUSINESS PROGRAM CALIFORNIA BUSINESSES AND THE SMALL BUSINESS PROGRAM Thriving California small businesses

More information

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

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

More information

Document A312 TM SURETY. (Name, legal status and principal place of business)

Document A312 TM SURETY. (Name, legal status and principal place of business) Performance Bond Document A312 TM 2010 CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT Date: Amount: $ Description: (Name and location) Uninterruptible

More information

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award. 85.36 Procurement (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will

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

Four County Transit Server Voice Broadcast Bid Request

Four County Transit Server Voice Broadcast Bid Request Four County Transit Server Voice Broadcast Bid Request AASC/Four County Transit is accepting bids for voice broadcast auto dialer software. Price should include all shipping and handling charges, as applicable.

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information