Website Redesign and CMS Implementation

Size: px
Start display at page:

Download "Website Redesign and CMS Implementation"

Transcription

1 Website Redesign and CMS Implementation REQUEST FOR QUOTATION AND QUALIFICATIONS RFP NO: WS PROPOSAL DUE DATE: February 27, 2015, 5:00 PM Pacific Time Only ed responses will be accepted. Faxed responses will not be accepted. ESTIMATED TIME PERIOD FOR CONTRACT: 03/1/ /31/2015 The UW reserves the right to extend the contract at the sole discretion of the UW. VENDOR ELIGIBILITY: This procurement is open to those Vendors that satisfy the minimum qualifications stated herein and that are available for work in Washington State. CONTENTS OF THE REQUEST FOR QUOTATION & QUALIFICATIONS: 1. Introduction 2. General Information for Vendors 3. Proposal Contents 4. Evaluation and Contract Award 5. RFP Exhibits A. Certifications and Assurances B. Model Contract with Terms and Conditions

2 TABLE OF CONTENTS TABLE OF CONTENTS Introduction General Information for Vendors Proposal Contents Evaluation and Contract Award RFP Exhibits PROFESSIONAL SERVICES AND STAFFING APPENDIX A

3 1. INTRODUCTION 1.1 PURPOSE University of Washington Educational Outreach ("UWEO ) is initiating this Request for Proposal (RFP) to solicit proposals from Vendors interested in participating on a project to assist with a website redesign and implementation of a new content management system (CMS). 1.2 ABOUT UWEO AND UWPCE For more than a century, the mission of University of Washington Educational Outreach has been to provide broad access to the UW and to expand UW educational programs by serving the needs of diverse, global communities of learners. Today, UW Educational Outreach administers a wide range of fee-based, selfsustaining programs, making the incredible resources of the university available to nearly 50,000 students each year. Within UWEO, UW Professional & Continuing Education ( UWPCE ) offers 130 certificates, 60 graduate and undergraduate degrees and hundreds of courses, all designed with the needs of busy adults in mind. Professionals take these programs to gain the advanced expertise needed for employment, a career change, career advancement or simply the development of personal interests. UWEO information systems use the Microsoft technology stack, including Windows Server, Internet Information Services (IIS),.NET Framework, SQL Server, Dynamics AX and Dynamics CRM. More information about UWEO and UWPCE is available in 2013 UWEO annual report. 1.3 ABOUT OUR WEBSITES The UW Professional & Continuing Education website ( serves as the main portal for continuing education programs at the UW. Comprising about 5,700 pages, the site was last redesigned in April Since that time, there have been significant changes to parts of the site, but the overall look and feel has remained the same. The UWPCE site includes detailed descriptions of certificate programs and individual courses. Degree program pages are not currently hosted on the site; instead, the organization has employed a strategy of creating microsites for degree programs and linking to them from the UWPCE site. Besides academic program content, the site includes resources and policies for current students, articles on career tips and industry trends and information about UWPCE itself. About 70 percent of visitors say their primary reason for visiting the site is to get information about UW academic programs or courses, according to our website survey. The following table provides examples of some typical content types on the UWPCE site. Note this is not a comprehensive list of content types. Content type What it is Example Program listing page Program listing page (UW Online) A way to browse all of our degree programs, certificate programs, or courses; uses an expand/collapse control A way to browse our online degree programs, certificate programs, or courses Certificate Programs Online Master s Degree Programs 3

4 Certificate master page Certificate instance page Course master page Course instance page (certificate course) Course instance page (standalone course) Landing page Career Insights article Student Resources detail page Blank Template (empty page) Non branded landing page Evergreen content about a certificate program; not about a specific offering An offering of a certificate program at a specific place and time Evergreen content about a course; not about a specific offering An offering of a course at a specific time and place, offered as part of a certificate program An offering of a course at a specific time and place, NOT offered as part of a certificate program Page promoting particular PCE certificate programs, criteria for inclusion vary Article about career tips or trends, promoted by our monthly newsletter Resources for current PCE students about registration, costs, and policies Manly used in iframe and popup windows Used for inbound marketing landing pages Certificate in Data Visualization Certificate in Data Visualization, Bellevue/Winter 2015 Data Visualization Strategies Certificate in Data Visualization, Bellevue/Winter 2015 Oceanography of the Pacific Northwest (OCEAN 101) New Certificates launching in 2014 & 2015 The Mother of Reinvention: Returning to Work After a Parenting Break Fees, Aid & Payment CMS PROJECT HISTORY Concurrent with the 2010 redesign of the PCE website, UWEO implemented the Ektron content management system (version 8.0.2). The initial implementation, which was handled internally, did not follow best practices and has been problematic in a number of ways. At a high level, processes required to manage and maintain the website are often complex, inefficient and time-consuming. Some examples: Content folder structure is disorganized and hard to navigate for content authors. The CMS is not integrated with our internal database (EOS) of courses and programs, so program and course information must be keyed in manually, making it more prone to error. EOS is a large application that supports almost all of the business functions in UWEO in some fashion, from Registration to Academic Programs and Finance. It is written in classic ASP and JavaScript and runs on a SQL Server database. The website is not closely integrated with our CRM (Microsoft Dynamics CRM), although there is minimal integration. Content metadata and attributes are often duplicated across the system. For example, the academic quarter in which a program starts must be entered in seven different places in order to display everywhere it is needed on the website. 4

5 Due to the implementation, we cannot use significant core functionality in Ektron, such as PageBuilder (Ektron s drag-and-drop page creation system) and depend on developers more heavily. It s difficult to accurately preview a page without publishing it. Custom code has been written in various languages to support website features, making any Ektron upgrade more difficult. More than 20 microsites are currently manually authored in HTML and managed outside of any CMS, resulting in a dependency on developers for simple changes. In 2013, UWEO hired a consultant to perform an assessment of the existing content management system. Three options were considered: (1) keep the system as is with no changes to software or business processes; (2) upgrade Ektron to the latest version and fix the implementation problems while keeping the same website design (a redesign would follow later); and (3) redesign the website and, at the same time, either upgrade Ektron or switch to a different CMS (however, only WordPress and Drupal were considered). Option 2, upgrading and reimplementing Ektron, was recommended. In early 2014 UWEO selected a vendor to perform the Ektron reimplementation. The vendor was hired specifically for its expertise with Ektron. After discovery and documentation of business requirements, the vendor conducted audits of the CMS configuration, website code base, and website technical architecture, and assessed the feasibility of EOS integration and CRM integration. As the project moved through the planning phases, however, new concerns were raised internally about Ektron itself including usability, extensibility, performance, and reliability and whether UWEO would be better served by an alternative.net-based CMS. After a period of reevaluation, UWEO decided to suspend the Ektron reimplementation project and evaluate other.net-based content management systems. In addition, UWEO decided to combine the CMS migration and the PCE website redesign into a single project. UWEO is currently considering Kentico and possibly others as.net CMSes, and expects to make a decision on its choice of CMS concurrent with the evaluation of proposals from this RFP. 1.5 WEBSITE VISION AND GOALS The PCE website is the most important system that supports the marketing of UWEO's programs. As such, it is critical that visitors to the site find it highly useable and useful for what they want to accomplish, and that the site reflects UWEO s mission and brand strategy. In addition, UWEO staff should be able to efficiently manage and maintain the site. PCE website vision statement TBD In support of that vision, the UWPCE website has the following goals: Customer Goals Find degrees, certificate programs, and courses that match my interests, schedule and budget Search for programs and courses by the criteria that matter to me (e.g., area of study, keyword, program type, location, start quarter, learning format, meeting schedule) Decide whether a program or course is right for me based on criteria that matter to me (e.g., curriculum, format, instructors, requirements, cost, schedule, and career outcomes) 5

6 Apply for admission to the program or course Register and pay for courses I ve been admitted to (not currently supported) Find student resources, policies or support for a program or course I m enrolled in Get career tips and learn about career trends Find free online courses offered by the UW Stay in touch with UWPCE so I can learn about new programs, events and career info Manage my preferences Contact customer service Business Goals Attract prospective students to the website and build awareness of UWPCE Ensure that pages and content are optimized for search Drive traffic to the site through a variety of marketing channels (SEM, , referrals, social media, print) Improve lead generation Communicate our brand story (UWPCE, UW Online, UW) consistently across the site; build trust in the brand through the quality of the user experience, visual design and content Inspire website visitors to further their education through UWPCE programs Communicate the academic quality, career value of UWPCE programs and courses Improve conversion of website visitors from prospective students to applicants Enable students to apply to programs and courses easily Ensure that content on the website is timely, accurate, engaging and understandable Allow customers to engage with the website no matter what kind of device they re using (desktop, tablet, mobile) Maximize the efficiency of website management/maintenance for UWEO staff 1.6 PROJECT OBJECTIVES AND SCOPE OF WORK This project involves engaging a vendor to redesign the UWPCE website ( and migrate from the Ektron content management system to a new CMS (to be selected). Project objectives and tasks are listed below, along with whether primary responsibility lies with the vendor or UWEO. Even if primary responsibility for the objective is assigned to the vendor, it is assumed that UWEO resources will contribute to, review and approve decisions related to these objectives. 6

7 1.6.1 VISUAL DESIGN, INFORMATION ARCHITECTURE & USER EXPERIENCE Goal Vendor responsibility UWEO responsibility Review and revise information architecture Develop new content models for programs and courses Currently, specific offerings (instance) of certificate programs and courses have their own pages. Our new strategy is to consolidate the master and instance content onto the same page to improve usability and reduce maintenance costs. Redesign the UWPCE website using current UW branding and website as a starting point to adapt for our goals and audience Design elements to be based on recent updates to the UW brand, including typography, color palette, graphics, logo positioning, photography, etc. Develop iconography system, mimicking UW iconography, and adaptable from web to print Adhere to UW and UWPCE brand guidelines Responsive design friendly to desktop, tablet and mobile devices Develop layouts and responsive design templates for each identified content type, to include: PCE home page Degree page (does not exist on current site) Certificate page Course page UW Online section home page UW Online Why Choose page UW Online listing pages UW Online free online courses page Career Insights section home page Career Insights article page/blog post Student Resources home page Student Resources information page About section home page Landing page for seasonal/topical program listings Flexible templates for content authors to create new pages Develop a robust site search that supports search filters/ facets for multiple criteria (e.g., area of study, keyword, program type, location, start quarter, learning format, meeting schedule) Develop a strategy for metadata, tags and/or taxonomy 7

8 1.6.2 CONTENT MIGRATION Goal Conduct content inventory and audit Determine which content should be migrated, revised and retired Migrate content Migrate all site pages (as identified by the content audit) into new templates. Restructure content into separate modules as needed to support CMS editing model. Define what content should become shared content. Reg fee, phone numbers. Vendor responsibility UWEO responsibility TECHNICAL IMPLEMENTATION Goal Install the latest production version of selected CMS currently under evaluation into a Microsoft stack environment Define and implement improved approaches for delivering features currently accomplished through custom code Integrate the CMS with EOS Create a fault-tolerant connector between the CMS and the EOS database to allow selected course and program details that appear on the website to be sourced from the database rather than manually entered Assure responsive web page loading performance for all site pages Establish multisite infrastructure to support the future migration of websites currently built outside a CMS Configure development, staging and production environments Integrate the CMS with Active Directory Port current CRM integration, including signup forms Port custom Google Analytics and tracking scripts Port site alert feature Allows a site administrator to create a global message that appears at the top of every page on the site Install and enable social media sharing widgets Site must pass google mobile friendly test ( Vendor responsibility UWEO responsibility 8

9 1.6.4 BUSINESS PROCESSES Goal Assess and define workflows for creating and publishing content Assess management/automation of workflows and business processes using the CMS or a separate task management tool Define improved content and asset folder structures within the CMS Ensure content, media and other assets in the CMS can be located and managed efficiently Train CMS users in best practices for using the product Train UWEO developers in best practices for maintaining the website using the chosen platform. Training must encompass both direct knowledge transfer and contributions through participation in design, development and approval of technical deliverables. Vendor responsibility UWEO responsibility 1.7 DELIVERABLES The project is expected to be executed in two or more phases to enable incremental planning with greater accuracy and execution with less risk. The initial phase of the project will include detailed discovery and planning for the subsequent phase or phases. Implementation may be divided into multiple phases to enable better transition planning, minimize impact to users, accommodate resource and time constraints, and to control project cost and risks. Expected deliverables from the first phase of the project include: 9 Business Requirements Document Determines how to optimize CMS folder structures for improved publishing processes, workflows and content delivery to the website Assesses current content publishing templates and determines ways to improve use of CMS templating procedures Provides guidance on how to improve processes for content publishing, including optimizing CMS workflows Assessment of EOS/CMS integration feasibility and advisability with guidance on implementation approach Assess CRM/CMS integration (the preference center) and provide guidance on implementation approach. Functional Specification Will contain the definition for each template, widget, and additional item within the scope of work which includes the business logic of how each new element should function. A more technical portion will be included to contain documentation detailing the proposed frontend CMS design of folder structure, menu structure, taxonomy structure, templates, and metadata. Technical CMS Migration Plan Determines CMS platform installation requirements Documents steps for installing CMS platform Content Migration Plan Identification of the content to be migrated Assess the extent to which content migration can be automated

10 Plans for migration of existing content to the new implementation of CMS Provides guidance on determining content migration strategy for existing content to new CMS implementation Prioritizes content into phases Expected deliverables from the subsequent phases of the project include: Wireframes Draft and final wireframes for each template type Visual Comps Draft and final visual comps for each template type Graphics and iconography Website images and graphics Iconography plan Functional prototypes Prototypes for certain key templates (TBD) for usability testing CMS Training Materials Provides both technical and non-technical user training for new CMS implementation Production implementation of selected CMS latest version, including: Page templates based on approved visual comps The new version tested and available in production, staging, test, dev and developer workstations ready for use by UWEO. Automated data migration completed (across all levels production, staging, test, dev) Improved folder structures Modified or rewritten custom code as needed to support UWEO requirements Confirmed web page performance meeting industry accepted measures Workflows implemented to automate content entry, editing and publishing steps Groups, roles and permissions defined in the CMS work area to support implemented workflows and best practices. Scheduled and on demand synchronization from staging to production functions Documentation for: Content folder structure and intended use Groups, roles and permissions. Workflows and usage Page templates and usage Metadata and usage Taxonomies and usage Coding modules Widgets (if used) and usage Others to be determined 1.8 MINIMUM QUALIFICATIONS Minimum Vendor qualifications include: 10 Licensed to do business in the State of Washington or provide a commitment that it will become licensed in Washington within thirty (30) calendar days of being selected as the Apparent Successful Vendor. 5+ years experience with site redesign projects and CMS implementations, including experience with implementation of Kentico and other.net-based CMSes. Vendor must demonstrate implementation record and customers served. If selected as a finalist, Vendor to provide 5 year financial pro-forma statements including income statement and balance sheet. Additional preferred Vendor qualifications include:

11 Experience with migrating websites from Ektron CMS 1.9 FUNDING Any contract awarded as a result of this procurement is contingent upon receipt of funding PERIOD OF PERFORMANCE The period of performance of any contract resulting from this RFP is tentatively scheduled to begin on or about 02/15/2015 and to end on 12/31/2015. Amendments extending the period of performance, if any, shall be at the sole discretion of the UW CONTRACTING WITH CURRENT OR FORMER STATE EMPLOYEES Specific restrictions apply to contracting with current or former state employees pursuant to RCW of the Revised Code of Washington. Vendors should familiarize themselves with the requirements prior to submitting a proposal that includes current or former state employees DEFINITIONS Definitions for the purposes of this RFP include: Apparent Successful Vendor The Vendor selected as the entity to perform the anticipated services, subject to completion of contract negotiations and execution of a written contract. Vendor(s) Individual or company interested in the RFP that may or does submit a proposal in order to attain a contract with the Agency. Response(s) or Proposal(s) A formal offer submitted in response to this solicitation. Proposer(s) - Individual or company that submits a proposal in order to attain a contract with the UW. Request for Proposal (RFP) Formal solicitation document in which a particular product and/or service is identified by the UW. The purpose of an RFP is to permit the Vendor community to submit proposals for consideration by the UW ADA The Agency complies with the Americans with Disabilities Act (ADA). 11

12 2. GENERAL INFORMATION FOR VENDORS 2.1 RFP COORDINATOR The RFP Coordinator is the sole point of contact in the UW for this procurement. All communication between the Vendor and the UW upon release of this RFP shall be with the RFP Coordinator, as follows: Steve Ebling Purchasing Services Any other communication will be considered unofficial and non-binding on the UW. Vendors are to rely on written statements issued by the RFP Coordinator. Communication directed to parties other than the RFP Coordinator may result in disqualification of the Vendor. 2.2 ESTIMATED SCHEDULE OF ACTIVITIES Activity Due Date Due Time RFP Released February 2, :00 PM Written Questions Due from Vendors February 20, :00 PM Written Answers Due to Vendors Questions February 23, 2015 Vendor Responses Due February 27, :00 PM Evaluate Responses Mid-March, 2015 Conduct Oral Interviews with Finalists, if required March 2015 Announce Apparent Successful Vendor and Send Notification via to Unsuccessful Vendors Mid-March 2015 Contract Negotiations Complete Late March 2015 Contract Execution End March 2015 The Agency reserves the right to revise the above schedule. 2.3 PROPRIETARY INFORMATION/PUBLIC DISCLOSURE UW is subject to RCW (Public Records Act). All Vendor Responses and any subsequent Contract will be public records as defined in RCW The Vendor must clearly specify any specific information that it claims is confidential or proprietary. Marking of the entire Response or entire sections as proprietary will not be honored. UW will not accept Responses where pricing is marked as proprietary. All Responses received will remain confidential until the Contract, if any, resulting from this RFP is signed by UW and the Apparent Successful Vendor; thereafter, the Responses will be deemed public records. To the extent consistent with RCW 42.56, UW will maintain the confidentiality of all information marked confidential or proprietary. If a request is made to view the Vendor s information, UW will notify the Vendor of the request and the date that such records will be released unless the Vendor obtains a court order enjoining that disclosure. If the Vendor fails to obtain the court order enjoining disclosure, UW will release the requested information on the date specified. 12

13 2.4 REVISIONS TO THE RFP UW reserves the right to change the acquisition schedule or cancel the RFP at any time. UW reserves the right to make corrections or amendments due to errors identified in the RFP by UW or a Vendor. Any changes will be date and time stamped and attached to, and made a part of, the RFP. All changes must be coordinated in writing with, authorized by, and made by the RFP Coordinator. All RFP corrections and amendments will be posted to Vendors are responsible for checking the website for this information. UW will not send corrections and amendments to Vendors. 2.5 MINORITY & WOMEN-OWNED BUSINESS PARTICIPATION In accordance with RCW 39.19, the state of Washington encourages participation in all of its contracts by firms certified by the Office of Minority and Women s Business Enterprises (OMWBE). Participation may be either on a direct basis in response to this solicitation or on a subcontractor basis. However, no preference will be included in the evaluation of proposals, no minimum level of MWBE participation shall be required as a condition for receiving an award and Proposals will not be rejected or considered non-responsive on that basis. The established annual procurement participation goals for MBE is 3% and for WBE, 3%, for this type of project. These goals are voluntary. For information on certified firms, Vendors may contact OMWBE at or ACCEPTANCE PERIOD Proposals must provide 120 days for acceptance by Agency from the due date for receipt of Proposals. 2.7 RESPONSIVENESS All Proposals will be reviewed by the RFP Coordinator to determine compliance with administrative requirements and instructions specified in this RFP. The Vendor is specifically notified that failure to comply with any part of the RFP may result in rejection of the Proposal as non-responsive. The UW also reserves the right at its sole discretion to waive minor administrative irregularities. 2.8 MOST FAVORABLE TERMS The Agency reserves the right to make an award without further discussion of the Proposal submitted. Therefore, the Proposal should be submitted on the most favorable terms which the Vendor can propose. There will be no best and final offer procedure. The Agency reserves the right to contact a Vendor for clarification of its Proposal. This solicitation document and the Proposal will be incorporated into any contract resulting from this RFP. 2.9 CONTRACT AND TERMS & CONDITIONS The Apparent Successful Vendor will be expected to enter into a contract which is substantially the same as the Model Contract with Terms and Conditions attached as Exhibit B. In no event is a Vendor to submit its own standard contract terms and conditions in response to this solicitation. The Vendor may submit exceptions as allowed in the Certifications and Assurances form, Exhibit A to this solicitation. All exceptions to the contract terms and conditions must be submitted as an attachment to Exhibit A. The Agency will review requested exceptions and accept or reject the same at its sole discretion COSTS TO PROPOSE 13

14 The UW will not be liable for any costs incurred by the Vendor in preparation of a Proposal submitted in response to this RFP, in conduct of a presentation, or any other activities related to responding to this RFP NO OBLIGATION TO CONTRACT This RFP does not obligate the UW to contract for services specified herein REJECTION OF PROPOSALS The UW reserves the right at its sole discretion to reject any and all Proposals received without penalty and not to issue a contract as a result of this RFP NO COSTS CHARGEABLE No costs or charges under the proposed contract may be incurred before the contract is fully executed ELECTRONIC PAYMENT The University of Washington prefers to utilize electronic payment in its transactions. The successful Vendor will be provided a form to complete to authorize such payment method INSURANCE COVERAGE The Apparent Successful Vendor will be required to obtain insurance to protect UW should there be any claims, suits, actions, costs, or damages or expenses arising from any negligent or intentional act or omission of the Vendors or its subcontractor(s), or their agents, while performing work under the terms of any contract resulting from this solicitation. Vendors will find a complete description of the specific insurance requirements in the proposed contract terms in Exhibit C VENDOR QUESTIONS Each Vendor may submit questions regarding this RFP until the date and time specified in Section 2.2. Questions must be submitted by to the RFP Coordinator. An official written UW answer will be provided for Vendor questions received by this deadline and posted at The Vendor that submitted the question will not be identified. Verbal answers to questions will be considered unofficial and non-binding. Only written answers posted to the website will be considered official and binding. 14

15 3. PROPOSAL CONTENTS Proposals must be written in English and submitted via to the RFP Coordinator in the order noted below: Letter of Submittal, including signed Certifications and Assurances (Exhibit B); 2. Technical Proposal; 3. Management Proposal; and, 4. Cost Proposal. Proposals must provide information in the same order as presented in this document with the same headings. This will not only be helpful to the evaluators of the Proposal, but will assist the Vendor in preparing a thorough Response. Items marked Mandatory must be included as part of the Proposal for the Proposal to be considered responsive; however, these items are not scored. Items marked Scored are those that are awarded points as part of the evaluation conducted by the evaluation team. 3.1 LETTER OF SUBMITTAL (MANDATORY) The Letter of Submittal and the attached Certifications and Assurances form (Exhibit A) must be signed and dated by a person authorized to legally bind the Vendor to a contractual relationship, e.g., the President or Executive Director if a corporation, the managing partner if a partnership, or the proprietor if a sole proprietorship. Along with introductory remarks, the Letter of Submittal is to include the following information about the Vendor and any proposed subcontractors: 1. Name, address, principal place of business, telephone number, fax number and address of legal entity or individual with whom contract would be written. 2. Name, address, and telephone number of each principal officer (President, Vice President, Treasurer, Chair of the Board of Directors, etc.). 3. Legal status of the Vendor (sole proprietorship, partnership, corporation, etc.) and the year the entity was organized to do business as the entity now substantially exists. 4. Federal Employer Tax Identification number or Social Security number and the Washington Uniform Business Identification (UBI) number issued by the state of Washington Department of Revenue. If the Vendor does not have a UBI number, the Vendor must state that it will become licensed in Washington within thirty (30) calendar days of being selected as the Apparently Successful Vendor. 5. Location of the facility from which the Vendor would operate. 6. Identify any state employees or former state employees employed or on the firm s governing board as of the date of the Proposal. Include their position and responsibilities within the Vendor s organization. If following a review of this information, it is determined by the Agency that a conflict of interest exists, the Vendor may be disqualified from further consideration for the award of a contract. 3.2 TECHNICAL PROPOSAL (SCORED) The Technical Proposal must contain a comprehensive description of services including the following elements: A. Project Approach/Methodology Include a complete description of the Consultant s proposed approach and methodology for the project. This section should convey Consultant s understanding of the proposed project. B. Preliminary Work Plan Include a preliminary work plan that details project requirements and the proposed tasks, services, activities, etc. necessary to accomplish the scope of the project defined in this RFP. This section of the technical proposal must contain sufficient detail to convey to members of the evaluation team the Consultant s knowledge of the subjects and skills necessary to successfully complete

16 the project. Include any required involvement of AGENCY staff. The Consultant may also present any creative approaches that might be appropriate and may provide any pertinent supporting documentation. C. Project Schedule Include a project schedule indicating when the elements of the work will be completed. Project schedule must ensure that any deliverables requested are met. D. Outcomes and Performance Measurement Describe the impacts/outcomes the Consultants propose to achieve as a result of the delivery of these services including how these outcomes would be monitored, measured and reported to the state agency. E. Risks The Consultant must identify potential risks that are considered significant to the success of the project. Include how the Consultant would propose to effectively monitor and manage these risks, including reporting of risks to the AGENCY S contract manager. F. Deliverables Fully describe deliverables to be submitted under the proposed contract. Deliverables must support the requirements set forth in Section 1.6, Objectives and Scope of Work. G. Staffing Fully describe the proposed project team that will be assigned to the project and include resumes/cvs for those staff. 3.3 MANAGEMENT PROPOSAL A. Experience of the Vendor (SCORED) 1. Indicate the experience the Vendor has in the areas outlined in Section 1.6 Scope of Work. 2. Indicate the experience the Vendor has in meeting or exceeding the minimum vendor qualifications outlined in Section 1.8, Minimum Qualifications, including experience with Kentico and other.netbased CMSes. 3. Indicate other relevant experience that indicates the qualifications of the Vendor for the performance of the potential contract. 4. Describe your staffing methodology are staff typically full time, temporary contractors, or off-shore? B. Related Information (MANDATORY) 1. If the Vendor or any subcontractor contracted with the University of Washington during the past 24 months, indicate the name of the UW Department, the contract number and project description and/or other information available to identify the contract. 2. If the Vendor s staff or subcontractor s staff was an employee of the University of Washington during the past 24 months, or is currently a University of Washington employee, identify the individual by name, the UW Department previously or currently employed by, job title or position held and separation date. 3. If the Vendor has had a contract terminated for default in the last five (5) years, describe such incident. Termination for default is defined as notice to stop performance due to the Vendor s non-performance or poor performance and the issue of performance was either (a) not litigated due to inaction on the part of the Proposer, or (b) litigated and such litigation determined that the Proposer was in default. Submit full details of the terms for default including the other party's name, address, and phone number. Present the Vendor s position on the matter. The Agency will evaluate the facts and may, at its sole discretion, reject the proposal on the grounds of the past experience. If no such termination for default has been experienced by the Vendor in the past five (5) years, so indicate. C. References (SCORED for finalists only) The Agency is seeking a Vendor with the attributes of a high-quality service provider. Customer references will be evaluated based upon the Vendor s demonstrated ability to meet customer s business and technology needs, provide quality staffing, quickly resolve problems, deliver agreed-upon services, and ensure overall customer satisfaction. 16

17 The Vendor must provide at least three (3) relevant references, with at least one from a higher education institution. The vendor should provide contact information including company, contact name and title, address, , and phone number. Please also describe briefly the type of work being done for the client and the duration of the overall relationship. Vendors must contact their three (3) references and authorize them to provide confirmation of the quotation to Agency representatives. The references must be available by phone during the evaluation process. The Agency may, at its option, contact other sources for reference information. D. OMWBE Certification (OPTIONAL AND NOT SCORED) Include proof of certification issued by the Washington State Office of Minority and Womens Business Enterprises (OMWBE) if certified minority-owned firm and/or women-owned firm(s) will be participating on this project. For information: COST PROPOSAL A. Identification of Costs (SCORED) The evaluation process is designed to award this procurement not necessarily to the Vendor of least cost, but rather to the Vendor whose Proposal best meets the requirements of this RFP. All costs must be stated in U.S. dollars for performing the services necessary to accomplish the objectives stated in Section 1.3. Vendor must identify hourly rates for each role anticipated under any resulting Contract. Vendors should also identify any additional costs, such as travel or per diem charges, or any administrative overhead charged in addition to hourly rates that would be changed under any resulting contract, and include an estimate of those costs in your RFP response. Please base any travel or other charges on your proposed project plan. Additionally, Vendors may propose a separate rate to cover periods when working remotely. The possible periods of remote work will be mutually agreed upon by Vendor and UW during an engagement. When scoring the cost proposal, the University will consider the hourly rates bid, the Vendor s proposed project plan, the estimated vendor travel/per diem costs, and any UW contributions to the project to arrive at a total project cost. The University reserves the right to adjust these costs based on any subsequent vendor clarifications or modifications of the Vendor s proposed project plan. The University acknowledges that the scope of the project may be difficult to determine without a detailed review of the existing website and the underlying coding. In order to minimize the potential uncertainty, the University intends to take the following approach to the RFP award and associated project costs: Phase 1: Discovery The University will select top-ranked vendors for vendor presentations and an initial mutual discovery session. Based on this initial preliminary discovery, the University expects that the vendor will provide a preliminary estimate of the number of hours needed for the project. This estimate of hours, plus the associated hourly rates bid and a travel estimate, will be used to award points for the Cost section of the proposal. Phase 2: Award of Contract and Detailed Scoping The University anticipates awarding the contract to the successful vendor and engaging that vendor in a more detailed scoping study, which may include a deeper review of code and a more extensive scoping effort. The University anticipates that this effort will be conducted by the vendor on a time and materials basis using the rates bid in the Vendor response. Expected deliverables from this effort will be as mutually agreed, but will, at a minimum, include a detailed project plan and project budget. Phase 3: Implementation Following the detailed scoping phase, the successful vendor will be expected to complete the project within the agreed-to project plan and budget. 17

18 Vendors are required to collect and pay Washington State taxes as applicable. B. Computation The score for the cost proposal will be computed by dividing the lowest cost bid received by the Vendor s total cost. The resultant number will then be multiplied by the maximum possible points for the Cost Proposal section. Note that references and the cost proposal will be scored for finalist vendors only. C. Change Orders During this project, UW or the Vendor may suggest changes that were not possible to identify during the procurement or contract negotiations process. It is expected that the collaborative approach to this project will accommodate such changes in a cost-neutral manner and change orders will not be required. However, if change orders are required, a formal time and materials, deliverables-based amendment to the Contract will be executed. Change orders will also contain a statement of work, specific deliverables and not-to-exceed pricing. The Vendor will have the burden of proof in justifying any change order requests. All change orders will be developed using a standard form and process defined by UW. 4. EVALUATION AND CONTRACT AWARD 4.1 EVALUATION PROCEDURE Responsive Proposals will be evaluated strictly in accordance with the requirements stated in this solicitation and any addenda issued. The evaluation of Proposals shall be accomplished by an evaluation team(s), to be designated by the UW, which will determine the ranking of the Proposals. The UW, at its sole discretion, may elect to select the top-scoring firms as finalists for an oral presentation. The RFP Coordinator may contact the Vendor for clarification of any portion of the Vendor s Proposal. 4.2 EVALUATION WEIGHTING AND SCORING The following weighting and points have been assigned to the Proposal for evaluation purposes: Technical Proposal 40% Project Approach/Methodology Quality of Work Plan Project Schedule (maximum) Project Deliverables Management Proposal 40% Experience of the Vendor References (evaluated for finalists only) Cost Proposal 20% TOTAL 40 points 20 points (maximum) 10 points (maximum) 5 points (maximum) 5 points (maximum) 40 points 25 points (maximum) 15 points (maximum) 20 points 100 POINTS 4.3 ORAL PRESENTATIONS /DISCOVERY REQUIRED 18

19 After evaluating the written Proposals UW will schedule oral presentations and a preliminary discovery effort by finalist vendors. The RFP Coordinator will contact the top-scoring Vendors from the written evaluation to schedule a date, time, and location for the presentations and the discovery process. For non-local finalist vendors, this presentation or discovery process may be conducted virtually. Commitments made by the Vendor at the oral interview, if any, will be considered binding. The score from the oral presentation, scoring of finalist vendor references, and the resulting preliminary project plan and budget will determine the Apparent Successful Vendor. 4.4 NOTIFICATION TO PROPOSERS The Agency will notify the Apparent Successful Vendor of their selection in writing upon completion of the evaluation process. Individuals or firms whose Proposals were not selected will be notified separately by or facsimile. 4.5 OPTIONAL DEBRIEFING OF UNSUCCESSFUL PROPOSERS Proposers who submitted an unsuccessful Response may request an optional debriefing conference to discuss the evaluation of their Response. The request must be sent via to the RFP Coordinator within three business days of the announcement of the Apparent Successful Vendor. The requested debriefing conference must occur on or before the fourth business day following the announcement of the Apparent Successful Vendor. The optional debriefing will not include any comparison between the Response and any other Responses submitted. However, UW will discuss the factors considered in the evaluation of the Response and address questions and concerns about the Proposer s performance with regard to the solicitation requirements. Debriefing conferences may be conducted in person or by phone and will be scheduled for a maximum of one (1) hour. 4.6 PROTEST PROCEDURE Solicitation Complaint and Protest Procedures are available at: 19

20 5. RFP EXHIBITS Exhibit A Exhibit B Certifications and Assurances Model Contract including Terms and Conditions 20

21 5.1 EXHIBIT A CERTIFICATIONS AND ASSURANCES We make the following certifications and assurances as a required element of the Response, to which it is attached, affirming the truthfulness of the facts declared here and acknowledging that the continuing compliance with these statements and all requirements of the RFP are conditions precedent to the award or continuation of the resulting Contract. The prices in this Response have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered. The prices in this Response have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before Contract award unless otherwise required by law. No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. However, we may freely join with other persons or organizations for the purpose of presenting a single proposal or bid. The attached Response is a firm offer for a period of one hundred twenty (120) days following the Response due date specified in the RFP, and it may be accepted by UW without further negotiation (except where obviously required by lack of certainty in key terms) at any time within 120-day period. In the case of protest, our Response will remain valid for 150 days or until the protest is resolved, whichever is later. In preparing this Response, we have not been assisted by any current or former employee of the state of Washington whose duties relate (or did relate) to the UW's solicitation, or prospective Contract, and who was assisting in other than his or her official, public capacity. Neither does such a person nor any member of his or her immediate family have any financial interest in the outcome of this Response. (Any exceptions to these assurances are described in full detail on a separate page and attached to this document.) We understand that the UW will not reimburse us for any costs incurred in the preparation of this Response. All Responses become the property of the UW, and we claim no proprietary right to the ideas, writings, items or samples unless so stated in the Response. Submission of the attached Response constitutes an acceptance of the evaluation criteria and an agreement to abide by the procedures and all other administrative requirements described in the solicitation document. We understand that any Contract awarded, as a result of this Response will incorporate all the solicitation requirements. Submission of a Response and execution of this Certifications and Assurances document certify our willingness to comply with the Contract terms and conditions appearing in Exhibit C, or substantially similar terms, if selected as a Vendor. It is further understood that our standard contract will not be considered as a replacement for the terms and conditions appearing in Exhibit C of this solicitation. We (circle one) are / are not submitting proposed Contract exceptions. If Contract exceptions are being submitted, I/we have attached them to this form. On behalf of the Vendor submitting this Response, my name below attests to the accuracy of the above statement. We are submitting a scanned signature of this form with our Response. Proposer Signature Proposer Company Name Title Date 21

22 5.2 EXHIBIT B MODEL CONTRACT CONTRACT NO. UW-XX-XXXX BETWEEN UNIVERSITY OF WASHINGTON AND VENDOR NOTE: THIS DOES NOT NEED TO BE COMPLETED & SUBMITTED WITH YOUR PROPOSAL This Contract is made and entered into by and between the University of Washington, hereinafter referred to as UW or "Agency", and the below named firm, hereinafter referred to as Vendor, (Vendor Name) (Address) (City, State Zip) Phone: Federal ID No.: WA State UBI No.: PURPOSE [PURPOSE] SCOPE OF WORK The Vendor will provide services, and otherwise do all things necessary for or incidental to the performance of work, as included in the Vendor s Proposal dated attached as Appendix C, and the Agency s Request for Proposal attached as Appendix B. Appendix A contains the General Terms and Conditions governing work to be performed under this Contract, the nature of the working relationship between the Agency and the Vendor, and specific obligations of both parties. PERIOD OF PERFORMANCE Subject to other Contract provisions, the period of performance under this Contract will be from DATE or date of execution, whichever is later, through DATE, unless sooner terminated or extended as provided herein. COMPENSATION AND PAYMENT Agency shall pay an amount not to exceed XXX dollars ($XX,XXX) for the performance of all things necessary for or incidental to the performance of work. BILLING PROCEDURES AND PAYMENT Agency will pay Vendor upon receipt of properly completed invoices, which shall be submitted to the Project Manager not more often than monthly. The invoices shall describe and document to the Agency's satisfaction a description of the work performed, the progress of the project, and fees. 22

23 Payment shall be considered timely if made by the Agency within thirty (30) days after receipt of properly completed invoices. Payment shall be sent to the address designated by the Vendor. The Agency may, in its sole discretion, terminate the Contract or withhold payments claimed by the Vendor for services rendered if the Vendor fails to satisfactorily comply with any term or condition of this Contract. No payments in advance or in anticipation of services or supplies to be provided under this Contract shall be made by the Agency. CONTRACT MANAGEMENT The Contract Manager for each of the parties shall be the contact person for all communications and billings regarding the performance of this Contract. Vendor Contract Manager Enter Contract Manager's Name Enter Name of VENDOR Enter VENDOR Address Enter City, State & Zip Code Phone : ( ) Fax: ( ) address: Agency Contract Manager Enter Contract Manager's Name University of Washington Enter AGENCY Address Enter City, State & Zip Code Phone: ( ) Fax: ( ) address: PROFESSIONAL SERVICES AND STAFFING 5.3 PROFESSIONAL SERVICES. UNLESS EXPRESSLY SET FORTH OTHERWISE IN ANY STATEMENT OF WORK ( SOW ) HERETO, VENDOR PROVIDES ITS SERVICES TO AGENCY ON A TIME AND MATERIALS BASIS. ACCORDINGLY, VENDOR WILL USE COMMERCIALLY REASONABLE EFFORTS TO FULFILL ITS RESPONSIBILITIES AND PERFORM ITS PROFESSIONAL SERVICES WITHIN THE TIME PERIOD, AND FOR THE ESTIMATED FEES DESCRIBED IN ANY SOW TO THIS CONTRACT, PROVIDED THAT AGENCY FULFILLS ITS RESPONSIBILITIES IN CONNECTION WITH THIS CONTRACT. IF VENDOR CANNOT COMPLETE ITS TASKS AS ASSIGNED WITHIN THE COST ESTIMATE IN ANY SOW, IT SHALL IMMEDIATELY NOTIFY PURCHASER. THE ESTIMATED BUDGETED HOURS OR COST ESTIMATE MAY THEN BE ADJUSTED ACCORDINGLY, AT AGENCY'S SOLE OPTION; PROVIDED THAT VENDOR WILL NOT BE DEEMED TO BE IN BREACH OF THIS AGREEMENT IF AGENCY ELECTS NOT TO AUTHORIZE ADDITIONAL TIME OR BUDGET HEREUNDER OR ANY SOW HERETO. TO THE EXTENT THAT THE COST INCREASE IS DUE TO VENDOR'S NEGLIGENCE OR MISCONDUCT, VENDOR WILL COMPLETE THE TASK WITHIN THE TASK BUDGET AT ITS SOLE RISK AND EXPENSE. IF AGENCY FAILS TO FULFILL ITS RESPONSIBILITIES IN CONNECTION WITH THE IMPLEMENTATION OF THE SOFTWARE, AND SHOULD SUCH FAILURE REQUIRE VENDOR TO PERFORM ADDITIONAL TASKS, VENDOR SHALL GIVE PRIOR WRITTEN NOTICE TO AGENCY, AND AGENCY SHALL PAY FOR SUCH ADDITIONAL SERVICES IN ACCORDANCE WITH THE TERMS OF THAT SOW. IN ADDITION, IN THE EVENT AGENCY REQUESTS VENDOR TO PERFORM ADDITIONAL TASKS BEYOND THOSE DESCRIBED IN CONTRACT IT SHALL DO SO IN WRITING AND SHALL PAY FOR SUCH ADDITIONAL SERVICES AS THE PARTIES SHALL AGREE AT SUCH TIME OR AT THE HOURLY RATES THEN IN EFFECT IN THE CONTRACT. 5.4 VENDOR S PROJECT REPORTS SHALL DESCRIBE, WITHOUT LIMITATION, ANY ASPECT OF THE PROJECT OR PROFESSIONAL SERVICES THAT ARE DELAYED OR INCREMENTALLY OVER BUDGET, AND THE REASONS THEREFOR. 5.5 STAFFING. VENDOR'S PROJECT MANAGER AND OTHER ASSIGNED VENDOR PROJECT TEAM STAFF WILL BE QUALIFIED AND EXPERIENCED AND WILL BE SUBJECT TO AGENCYS REASONABLE APPROVAL; PROVIDED THAT VENDOR WILL NOT BE LIABLE FOR ANY DELAY UNDER AN SOW DUE TO 23

STATE OF WASHINGTON, OFFICE OF THE SECRETARY OF STATE, ELECTIONS DIVISION REQUEST FOR PROPOSALS RFP NO. 14-13

STATE OF WASHINGTON, OFFICE OF THE SECRETARY OF STATE, ELECTIONS DIVISION REQUEST FOR PROPOSALS RFP NO. 14-13 STATE OF WASHINGTON, OFFICE OF THE SECRETARY OF STATE, ELECTIONS DIVISION REQUEST FOR PROPOSALS RFP NO. 14-13 PROJECT TITLE: ELECTIONS BUSINESS ANALYSIS & BUSINESS REQUIREMENTS PROPOSAL DUE DATE: December

More information

REQUEST FOR QUALIFICATIONS & QUOTATIONS RFQQ NO. 15-2200. PROPOSAL DUE DATE: January 8, 2016, 3:30 PM Local Time, Olympia, Washington, USA.

REQUEST FOR QUALIFICATIONS & QUOTATIONS RFQQ NO. 15-2200. PROPOSAL DUE DATE: January 8, 2016, 3:30 PM Local Time, Olympia, Washington, USA. STATE OF WASHINGTON OFFICE OF FINANCIAL MANAGEMENT OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS & QUOTATIONS RFQQ NO. 15-2200 PROJECT TITLE: One Washington Project Management PROPOSAL DUE DATE: January

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: 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

STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2011-12

STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2011-12 STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2011-12 This RFP is available at the Office of Superintendent of Public Instruction

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

Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS)

Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS) 1. SCHEDULE EVENT Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS) DATES & TIME Issue Solicitation April 27, 2015 Question & Answer Period April 27 May 4, 2015 Complaint Period Begins

More information

STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2014-41

STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2014-41 STATE OF WASHINGTON OFFICE OF SUPERINTENDENT OF PUBLIC INSTRUCTION OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS (RFP) RFP NO. 2014-41 PROJECT TITLE: Career and Technical Education (CTE) Administrative Internship

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

REQUEST FOR PROPOSAL NO. RFP09502 FOR WEBSITE REFRESH FOR SEATTLE PUBLIC SCHOOLS

REQUEST FOR PROPOSAL NO. RFP09502 FOR WEBSITE REFRESH FOR SEATTLE PUBLIC SCHOOLS 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. RFP09502

More information

State Health Benefit Plan Procurement Policy

State Health Benefit Plan Procurement Policy State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services

More information

Request for Proposal Permitting Software

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

More information

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

REQUEST FOR QUOTATION (RFQ) Encryption Key Management Solution. Date Posted: May 27, 2015. Solicitation Number RFQ-2015-0527

REQUEST FOR QUOTATION (RFQ) Encryption Key Management Solution. Date Posted: May 27, 2015. Solicitation Number RFQ-2015-0527 REQUEST FOR QUOTATION (RFQ) Date Posted: May 27, 2015 Solicitation Number Bid Due Date and Time June 9, 2015 12PM Noon Pacific Time The RFQ Coordinator is the SOLE POINT OF CONTACT at WSDOT for this procurement.

More information

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

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address. Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline

More information

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

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

More information

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

Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015

Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015 Request for Proposals (RFP) Communications Services September 17, 2015 PURPOSE Opportunity Inc. of Hampton Roads (OppInc.) seeks a communications consultant (the Consultant) to provide Communications Services

More information

Washington State University (WSU) Energy Program

Washington State University (WSU) Energy Program Request for Proposal No. 8388-GC22600 Temporary Professional Staffing Services Issued April 30, 2015 WASHINGTON STATE UNIVERSITY OVERVIEW Washington State University, (WSU) one of two research universities

More information

City of Kenmore, Washington

City of Kenmore, Washington City of Kenmore, Washington Financial Management Software System Request for Proposals Issued: November 2, 2015 Date Due: December 4, 2015 Time Due: 5:00 p.m. Pacific Standard Time Page 1 of 10 1. Introduction

More information

REQUEST FOR PROPOSALS RFP NO. 2015-003

REQUEST FOR PROPOSALS RFP NO. 2015-003 STATE OF WASHINGTON Washington Department of Veterans Affairs (DVA) OLYMPIA, WASHINGTON REQUEST FOR PROPOSALS RFP NO. 2015-003 PROJECT TITLE: Electronic Medical Record Services (EMR) PROPOSAL DUE DATE:

More information

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP14-04 For Website Content Development HACC Issued: Feb. 24, 2014 Deadline for Questions: Response to Questions: PROPOSAL

More information

CITY OF SHORELINE REQUEST FOR PROPOSAL RFP 7910. SharePoint Consulting Submit No Later Than February 11, 2015 4:00 p.m. Exactly Pacific Local Time

CITY OF SHORELINE REQUEST FOR PROPOSAL RFP 7910. SharePoint Consulting Submit No Later Than February 11, 2015 4:00 p.m. Exactly Pacific Local Time CITY OF SHORELINE REQUEST FOR PROPOSAL RFP 7910 SharePoint Consulting Submit No Later Than February 11, 2015 4:00 p.m. Exactly Pacific Local Time The City of Shoreline, Washington is soliciting proposals

More information

Request for Proposal Business & Financial Services Department

Request for Proposal Business & Financial Services Department Request for Proposal Business & Financial Services Department CONTRACT 5118 P Enterprise Project Management Solution Design and Implementation 1. Introduction 1.1 The City of Richmond (the City ) proposes

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI - FUNCTIONAL CONSULTANT TO LEAD THE IMPLEMENTATION OF THE PURCHASE REQUISITION MODULE IN THE PEOPLESOFT 9.0 FINANCIALS AND SUPPLY CHAIN PRODUCT.

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Customer Relationship Management Software RFP/15/082

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Customer Relationship Management Software RFP/15/082 INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Proposals for Customer Relationship Management Software RFP/15/082 February 6, 2015 Table of Contents 1 INTRODUCTION... 3 1.1 Purpose...

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

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) STATE OF WASHINGTON OFFICE OF FINANCIAL MANAGEMENT REQUEST FOR PROPOSALS (RFP) RFP NO. 16-400 PROJECT TITLE: Quality Assurance for the Washington All Payer Health Care Claims Database (WA-APCD) Implementation

More information

TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT

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

More information

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL No. A-932 Agency Website Re-design and Maintenance February 1, 2016 Western Riverside Council of Governments 4080 Lemon Street, 3 rd Floor, MS-1032 Riverside, CA 92501 (951) 955-7985

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

Request for Proposal Brand USA Human Resources Information System December 2015

Request for Proposal Brand USA Human Resources Information System December 2015 Request for Proposal Brand USA Human Resources Information System December 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 WEB SITE DESIGN, DEVELOPMENT & HOSTING December 19, 2013 Table of Contents 1. Summary... 2 2. Proposal Guidelines and Requirements... 2 3. Contract Terms... 2 4. Purpose, Description

More information

COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS

COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS Disaster Resiliency Program Cowlitz-Lewis Economic Development District (CLEDD) INVITATION Cowlitz-Wahkiakum Council of Governments, hereby

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

Request for Proposal Environmental Management Software

Request for Proposal Environmental Management Software Request for Proposal Date Issued: November 4, 2010 Due Date: December 1, 2010 @ 2:00:00 p.m. (local time), Contact Information: Jeff Yanew Planning & Engineering Telephone: (780) 418-6615 Fax: (780) 458-1974

More information

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP13-08. For. Integrated Marketing Communications Services

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP13-08. For. Integrated Marketing Communications Services HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP13-08 For Integrated Marketing Communications Services Issued: Feb. 22, 2013 Deadline for Questions: Response to Questions:

More information

Request for Qualifications 2015-162

Request for Qualifications 2015-162 Kitsap County Human Services Department Request for Qualifications 2015-162 Architectural and Project Management Services - Kitsap County Work Release Facility Remodel Response Deadline: November 17, 2015

More information

MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES

MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES MASTER SERVICES AGREEMENT This Master Services Agreement (the Agreement ) shall govern the provision of services to the undersigned client (the

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

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 Number M15-RFP-003. Vulnerability Assessment and Discovery Tool. Washington State Consolidated Technology Services

Request for Proposal Number M15-RFP-003. Vulnerability Assessment and Discovery Tool. Washington State Consolidated Technology Services Request for Proposal Number M15-RFP-003 for Vulnerability Assessment and Discovery Tool by the Washington State Consolidated Technology Services Released July 8, 2014 i Table of Contents 1. INTRODUCTION...

More information

Independent IT Quality Assurance (QA) Services for Project and Portfolio Management Information System (PROMIS)

Independent IT Quality Assurance (QA) Services for Project and Portfolio Management Information System (PROMIS) P.O. Box 3529 Portland, Oregon 97208 REQUEST FOR PROPOSALS Independent IT Quality Assurance (QA) Services for Project and Portfolio Management Information System (PROMIS) SOLICITATION NUMBER 2015-6338

More information

Department of Resources and Economic Development Marketing and Advertising Agency Services Request for Proposals

Department of Resources and Economic Development Marketing and Advertising Agency Services Request for Proposals STATE OF NEW HAMPSHIRE DEPARTMENT of RESOURCES and ECONOMIC DEVELOPMENT DIVISION of TRAVEL and TOURISM DEVELOPMENT 172 Pembroke Road P.O. Box 1856 Concord, New Hampshire 03302-1856 Jeffrey J. Rose Commissioner

More information

Accredited Continuing Medical Education and Continuing Education for Clinicians

Accredited Continuing Medical Education and Continuing Education for Clinicians Accredited Continuing Medical Education and Continuing Education for Clinicians REQUEST FOR PROPOSAL RFP # PCO-ACME&CEC2014 August 5, 2014 KEY DATES Request for Proposal Released August 5, 2014 Deadline

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

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

Enterprise Content Management Consultant

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

More information

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

Request for Proposal (RFP) TITLE: ediscovery Tool. Proposal Due Date & Time February 8, 2013 at 5:00 PM. Please return proposals to: Mail to:

Request for Proposal (RFP) TITLE: ediscovery Tool. Proposal Due Date & Time February 8, 2013 at 5:00 PM. Please return proposals to: Mail to: Request for Proposal: ediscovery Tool Attorney General s Office STATE OF WASHINGTON Request for Proposal (RFP) TITLE: ediscovery Tool RFP Number AGO.PSC.011 Proposal Due Date & Time February 8, 2013 at

More information

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

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

Request for Information. From. Web Design and Development Agencies. Release Date: May 20, 2014

Request for Information. From. Web Design and Development Agencies. Release Date: May 20, 2014 Request for Information From Web Design and Development Agencies Release Date: May 20, 2014 Submission Deadline: June 9, 2014 INTRODUCTION Statement of Purpose Ontario s Highlands Tourism Organization

More information

Request for Proposal Digital Asset Management October 24, 2014

Request for Proposal Digital Asset Management October 24, 2014 Request for Proposal Digital Asset Management October 24, 2014 INTRODUCTION Brand USA is a public-private not for profit organization created by the Travel Promotion Act of 2009. The mission of Brand USA

More information

Request for Proposals (RFP) 02515 Satellite Phone Equipment and Services

Request for Proposals (RFP) 02515 Satellite Phone Equipment and Services Request for Proposals (RFP) 02515 Satellite Phone Equipment and Services The Washington State Department of Enterprise Services, Master Contracts and Consulting Unit (DES), issues this Request for Proposals

More information

Request for Proposals IT INFRASTRUCTURE MODERNIZATION

Request for Proposals IT INFRASTRUCTURE MODERNIZATION Request for Proposals IT INFRASTRUCTURE MODERNIZATION Deadline to Submit Questions for Response: March 25, 2015 by 4:00 pm Deadline for Proposal Submissions: March 27, 2015 by 4:00 pm REQUEST FOR PROPOSALS

More information

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

NYS Homes & Community Renewal

NYS Homes & Community Renewal NYS Homes & Community Renewal Enterprise Content Management Consulting Services Request for Proposal RFP# 148052C 9/12/2012 Statement: NYS Homes & Community Renewal (HCR) is in need of an experienced,

More information

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT

State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT The Washington State Department of Transportation (WSDOT) solicits interest

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

III. Services Required The following details the services to be provided to the Town of North Haven in the area of information services:

III. Services Required The following details the services to be provided to the Town of North Haven in the area of information services: TOWN OF NORTH HAVEN REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY NETWORK SUPPORT SERVICES Issue Date: March 7, 2016 Due Date: 10:00 AM, Monday, March 28, 2016 I. Introduction The Town of North Haven is

More information

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,

More information

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon () Request for Proposals TABLE OF CONTENTS SECTION 1 INTRODUCTION...

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL CITY OF MUKILTEO 11930 Cyrus Way Mukilteo, Washington 98275 425-263-8030 www.ci.mukilteo.wa.us REQUEST FOR PROPOSAL IT SERVICES ACQUISTION SCHEDULE The Acquisition Schedule is as follows, with all times

More information

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for PRINT MANAGEMENT SYSTEM FOR PUBLIC COMPUTERS

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for PRINT MANAGEMENT SYSTEM FOR PUBLIC COMPUTERS PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (RFP) for PRINT MANAGEMENT SYSTEM FOR PUBLIC COMPUTERS TABLE OF CONTENTS Part 1: Introduction & RFP Timeline... 1 Part 2: General Instructions and Conditions;

More information

REQUEST FOR QUOTATIONS MEDICAL CODING AUDITING SERVICES 90-14-187-RFQ

REQUEST FOR QUOTATIONS MEDICAL CODING AUDITING SERVICES 90-14-187-RFQ MARICOPA COUNTY SPECIAL HEALTH CARE DISTRICT MARICOPA INTEGRATED HEALTH SYSTEM REQUEST FOR QUOTATIONS MEDICAL CODING AUDITING SERVICES 90-14-187-RFQ DATE OF ISSUE: MAY 5, 2014 DATE & TIME QUOTATIONS DUE:

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 Software Development Services

Request for Proposal for Software Development Services Request for Proposal for Software Development Services Issued: February 1, 2013 Responses Due: February 18, 2013 (11:59 pm PST) Contact: Mark Perbix Director, Information Sharing Programs SEARCH mark.perbix@search.org

More information

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service) PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (RFP) for Telephone Service (Analog Phone Service) TABLE OF CONTENTS Part 1: Introduction & RFP Timeline... 1 Part 2: General Instructions and Conditions;

More information

Prepared by: OIC OF SOUTH FLORIDA. May 2013

Prepared by: OIC OF SOUTH FLORIDA. May 2013 OIC OF SOUTH FLORIDA REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Proposals will be received by OIC of South Florida for Information Technology Support Services. Interested vendors should

More information

Puget Sound Regional Council

Puget Sound Regional Council PSRC Request for Qualifications for On-Call Services for Communication and Public Involvement Consultant Services Solicited by the Released: September 15, 2009 Submissions Due: 4:00pm, October 6, 2009

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

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

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

REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES

REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES July 25, 2012 I. INTRODUCTION The Corporation for Public Broadcasting (CPB) is interested in selecting an experienced firm specializing in benefit

More information

CHAPTER 11 APPEALS AND DISPUTES

CHAPTER 11 APPEALS AND DISPUTES CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public

More information

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

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

More information

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

Request for Proposal (RFP) (P15071011008) City of Sacramento Call Center Software

Request for Proposal (RFP) (P15071011008) City of Sacramento Call Center Software Request for Proposal (RFP) (P15071011008) City of Sacramento Call Center Software RFP Submittals Due: February 13, 2015 by 5:00 p.m. (PST) (Submit electronically, in PDF format) via the City of Sacramento's

More information

RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT rhanneman@mccneb.edu PLEASE READ CAREFULLY!

RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT rhanneman@mccneb.edu PLEASE READ CAREFULLY! RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT rhanneman@mccneb.edu OPENING DATE AND TIME January 29, 2015 2:00pm local RETURN ALL PROPOSALS TO: METROPOLITAN COMMUNITY COLLEGE ATTN

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:

More information

Request for Proposal REQUEST FOR PROPOSAL. Website Development and Design for www.thebrandusa.com

Request for Proposal REQUEST FOR PROPOSAL. Website Development and Design for www.thebrandusa.com Request for Proposal REQUEST FOR PROPOSAL Website Development and Design for www.thebrandusa.com April 6, 2015 Request for Proposal INTRODUCTION Brand USA is a public-private not for profit organization

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 TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT The County of Cumberland, a county of the fourth class, is accepting proposals from qualified firms to provide telephone services

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

SMARSH WEBSITE & HOSTING REPRESENTATIVE TERMS & CONDITIONS

SMARSH WEBSITE & HOSTING REPRESENTATIVE TERMS & CONDITIONS SMARSH WEBSITE & HOSTING REPRESENTATIVE TERMS & CONDITIONS This Webhosting & Services Terms and Conditions ( Terms ) are effective as of the date of execution of the Order Form, as defined in Section 1,

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

Request for Proposals for Business Intelligence Development Services

Request for Proposals for Business Intelligence Development Services Request for Proposals for Business Intelligence Development Services Issued: October 22, 2013 Responses Due: November 15, 2013 Anticipated Project Start Date: December 1, 2013 Contact: Scott Came, Executive

More information

SOLICITATION INFORMATION JANUARY 13, 2015 TITLE: INTEGRATED CIVIL DIVISION CASE MANAGEMENT SYSTEM

SOLICITATION INFORMATION JANUARY 13, 2015 TITLE: INTEGRATED CIVIL DIVISION CASE MANAGEMENT SYSTEM SOLICITATION INFORMATION JANUARY 13, 2015 RFP# 7549264 TITLE: INTEGRATED CIVIL DIVISION CASE MANAGEMENT SYSTEM SUBMISSION DEADLINE: FEBRUARY 11, 2015 AT 2:30 PM (ET) QUESTIONS CONCERNING THIS SOLICITATION

More information

Request for Proposals

Request for Proposals Request for Proposals Procurement of a Utility Billing System Issue date: September 14, 2015 Owner: City of Evans 1100 37 th Street Evans, CO 80634 Page 1 of 12 Table of Contents I. Introduction 3 II.

More information

REQUEST FOR PROPOSAL-INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSAL-INFORMATION TECHNOLOGY SUPPORT SERVICES Isothermal Planning & Development Commission (IPDC) REQUEST FOR PROPOSAL-INFORMATION TECHNOLOGY SUPPORT SERVICES Proposals will be received by the IPDC for Information Technology Support Services. Interested

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

APPALCART REQUEST FOR PROPOSAL

APPALCART REQUEST FOR PROPOSAL APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight

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

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

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

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

REQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM. SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET)

REQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM. SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET) REQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET) PRE-BID CONFERENCE: NO YES Mandatory: NO YES: Any vendor who

More information