Scope Statement for N. C. Department of State Treasurer. Information Technology Division. Disaster Recovery Plan

Size: px
Start display at page:

Download "Scope Statement for N. C. Department of State Treasurer. Information Technology Division. Disaster Recovery Plan"

Transcription

1 AUTHORIZATION TO AWARD: JUNE 6, 2002 VENDOR: KEANE INCORPORATED Scope Statement for N. C. Department of State Treasurer Disaster Recovery Plan BCRS Contract Attachment #5 #ITS March 7, 2002

2 Table of Contents A. Scope Statement Purpose... 3 B. Description of Business Functions... 3 C. Scope/Objective... 3 D. Disaster Recovery Plan Requirements... 3 E. Project Methodology and Approach... 6 F. Response Requirements... 6 G. Vendor Proposal Costs... 7 H. Vendor Qualifications... 7 I. Proposal Presentation and Content... 7 J. Length of Contract... 8 K. Contract Change Procedures... 8 L. Evaluation Criteria... 8 M. Administrative Items... 9 N. Execution of Scope Statement... 9 Page 2

3 Department/Agency: North Carolina Department of State Treasurer (NCDST/ITD) Issue Date: March 7, 2002 Short Description: Due Date for Scope Statement Responses: BCRS Umbrella Contract Manager: Project Sponsor: Project Manager: Deadline for Vendor Questions: DST/IT Disaster Recovery Plan March 28, 2002, 2:00 p.m. Joan Mize, N.C. Statewide IT Procurement Office Bill Golden, CIO, NCDST/ITD Frank Godwin, Computer Operations Manager NCDST/ITD March 15, 2002, 4:00 p.m. Send questions to the address listed above no later than the date and time specified. Questions will not be accepted by telephone. All questions will be answered and submitted to vendors by 5:00 p.m. on March 20, 2002, or soon thereafter. A. Scope Statement Purpose The purpose of this scope statement is to solicit proposals to procure the services of a firm for the development of a Disaster Recovery Plan for the North Carolina Department of State Treasurer,, (NCDST/ITD). NCDST/ITD currently has a designated Hot-Site established, including mobile remote services, with IBM located at Sterling Forest, NY. This facility will be the focal point of recovery of NCDST/ITD Computer Operations and is to be inclusive to the subject proposed plan for the first six (6) weeks of a declaration of an event. Thereafter, extension of the primary Hot-Site will be opted and/or plans for an alternate site is to be addressed in the subject plan. B. Description of Business Functions NCDST/ITD supports critical computer applications that are provided on diverse distributed platforms for the NCDST. NCDST/ITD operates an enterprise server as well as many other client-based LAN/WAN server class machines and Imaging technology applications and associated equipment. C. Scope/Objective Create a Disaster Recovery Plan that in the event, due to various reasons, the Albemarle Building and/or the NCDST/ITD Operations Center becomes inaccessible, the objective of the proposed plan is to re-establish a Computer Operations Center. The subject center will be reestablished at the designated hot site and/or alternate, and provide electronic communication and access to the distributive computing environment, with full service level and some acceptable reduced processing capacity to ensure NCDST/ITD customers can proceed with the required daily operational functions of the NCDST. D. Disaster Recovery Plan Requirements The proposed Disaster Recovery Plan, as a minimum, shall include components to address recovery of all aspects of the mainframe enterprise server, the client-based applications/systems including LAN/WAN, Imaging technology and overall all services provided by NCDST/ITD. Services and equipment located and available at the hot-site to be considered critical by NCDST/ITD and to the continued operation of the IT Division in support of the North Carolina Department of State Treasurer are specified below. Page 3

4 EQUIPMENT: Client-Server-Based Equipment: Quantity / Machine Model / Product / Units / Product Description ================================================== DASD Gigabytes: 941.2GB IBM Provided Equipment: 13 CPQML570A BASE Compaq Server ML570A P3-700 Item: Compaq Proliant ML570 Server Includes: PCI Architecture (6 Slots) 1 700MHZ Pentium III XEON Processor 512MB Memory GB SCSI Hard Drive 3.5" Diskette Drive CD-ROM Drive 1 NC3134 Dual 10/100MB PCI Ethernet Adapter 1 IBM 16/4 Token Ring PCI Adapter 1 Dual Wide-Ultra2 SCSI Adapter 1 Smart Array 4200 RAID Controller 1 Adaptec 2940UW SCSI Adapter 8 CPQML570A MEM1 Add'l CPQML570A 512MB Memory 20 CPQML570A PRC1 Add'l CPQML570A P3-700 Proc. Network Lines: 1 LINE 000 Analog Dial Line Non-IBM Equipment: 1 SURESTORE 1200 HP Surestore 1200EX Optical 6 drives, 238 slots, 5.2GB Platters, GB Capacity A BASE EMC Symmetrix Storage Unit Includes: 3Gb Cache, GB drives, 289.6GB raw (unprotected) storage A DISK 72.4GB storage increment Includes: GB drives, 72.4GB raw (unprotected) storage SF ESC 2 Port ESCON Channel Director Includes 2 ports of ESCON Channel Host Connectivity SF FSCS 4 Port FW SCSI Chnl Director Includes: 4 ports of SCSI FW Differential Host Connectivity SF USCS 4 Port Ultra SCSI Chnl Dir Includes: 4 Ports of Ultra SCSI Differential Host Connectivity 1 EXABYTE 690D Exabyte 690D Library TP Drive 5 QUDLT Quantum DLT Ext 35/70GB TpDr. Enterprise Server Mainframe Environment: Quantity / Machine / Model / Product / Units / Product Description ================================================== IBM Equipment: Parallel Enterprise Server This CPU will be supported on an ES/ or 9672 processor STOR MBS 9672 Main Stor - 1st 9672 Available on G5 or older 9672 processors Tape Reel Unit 1600/6250 BPI Includes: /002 Control Unit per /006 Page 4

5 X40 Tape Cartridge Unit E-Series Includes: /A10 Control Unit per /X40 Each unit of X40 contains (4) 36-Track Drives Printer LPM L Local Terminal Control Unit H10 Operator Console NWAYS Multiaccess Connector Includes: NWAYS 8-Slot Multiaccess Connector With: 200Mhz System Card 128MB System Memory / Port Ethernet Adapter / Port ESCON Adapter / Port V.35/V.36 Adapter OSA2 DUAL 9672 Eth/TR Adapter 8 PCWS-550 BASE P3-550 Desktop With Wkspace Item: PC Desktop With Workspace, Phone, Chair, LAN Connectivity (token ring/ethernet), & Power For Office Equipment Includes: ISA/PCI Architecture Pentium III 550mhz Processor 64MB Memory, 100Mhz Bus 13.5 GB IDE Hard Drive 32 X CD-ROM 17" Color Monitor, Keyboard and Mouse Serial and Parallel Port 10/100 Ethernet and Token Ring Adapter Included Retirement Imaging System: 2 each: Pentium III 833 MHz, Dual Processors, 1GB RAM, 1 Dual channel RAID Controller, 2 x 9GB (RAID 1) for Operating System, 3 x 36GB (RAID 5) for data storage, Windows 2000 Advance Server 3 each: Pentium III 833 MHz, Single Processor, 1GB RAM, 1 Dual channel RAID Controller, 2 x 9GB (RAID 1) for Operating System, 3 x 36GB (RAID 5) for data storage, Windows 2000 Advance Server 1 each: HP 2400MX Optical Jukebox. Note: One of the dual Pentium machines must have an Ultra Wide SCSI adapter for connection to the jukebox. SERVICES: NCDST/ITD requires the vendor to provide, as a minimum but not limited to, a disaster recovery plan that provides the following functions (including plan components): 1. All critical business functions identified and inclusive to the plan. 2. Perform an evaluation and identification to reflect the risks and impacts involved with the plan including, but not limited to, a procedure to identify NCDST/ITD s organizational and operational risks that have the potential to affect the ability of NCDST/ITD to meet its mission. A method to evaluate the potential geopolitical, financial and physical impact of threats and vulnerabilities in relation to current and proposed safeguards and countermeasures. A process to assess the sensitivity and criticality of NCDST/ITD s data, systems and supporting assets of NCDST/ITD s mission-critical operations; 3. All key activities addressed and prioritized. 4. Recovery time objectives identified for each critical function/system/processes. 5. Each critical function is to be tied back to a supporting application or IT system. 6. Procedures for replacing critical equipment. Page 5

6 7. Procedural directions for shifting telecommunications links to the alternate site(s). 8. Procedural directions on emergency procurement procedures including travel and lodging for staff members. 9. Procedural directions for conducting damage assessment. 10. Procedural directions for transferring critical functions to the designated alternate site. 11. Procedural directions for contacting vendors, delivery services, and postal services to ensure delivery at the alternate site. 12. Description and procedures on the control and how the Plan will be maintained, exercised/tested, reviewed, and updated to ensure it is current and accurate and per established industry standards and guidelines. 13. Procedures associated with establishing a crisis management center and associated operational procedures. 14. Procedural coordination with local emergency services as applicable. 15. Procedures on declaration of event and procedural instructions and specific details on activating and deactivating the alternate site with checklist and call out mechanisms. 16. Procedures and controls for pre-staged equipment and supplies. 17. Proceduralize controlled methodology for listing of critical staff emergency team members, vendors, other state and local emergency response agencies/entities and their alternates with contact numbers, etc. 18. Methodology for communicating with non-essential staff and remote locations with options. 19. Proposed Recovery Leadership Team training methodology with proposed refresher/recertification training and proposed schedule. Identify via a training matrix, whom within NCDST, should attend as a minimum in the plan and what training is required. 20. Identify all back-up media required by system for recovery of the same. 21. Identify all documents, forms, preprinted forms as warrants required to support business functions. 22. Procedural mechanism for activation of the mobile recovery site with seats. E. Project Methodology and Approach The vendor shall describe the approach to developing the Disaster Recovery Plan including systematic specifics of how the approach will be implemented. This will include: 1. A method to identify NCDST/ITD s manual and automated business processes, including related applications, platforms, connectivity, departmental interdependencies and recovery time objectives; 2. A method for addressing media relations and overall communications with NCDST/ITD staff; 3. A technique to develop multiple recovery strategies that will provide the foundation for Business Continuity/Recovery Plan development that will support NCDST/ITD s continued revenue stream; 4. A process for developing recovery strategies for the critical business processes that incorporates existing IT recovery strategies; 5. A process to develop provisions within the Business Continuity/Recovery Plan that will provide scaleable organizational and operational recovery, including emergency management of NCDST/ITD s internal and external associates; and, 6. A process for Business Continuity/Recovery Plan maintenance and training, for key members for all associated recovery teams. F. Response Requirements 1. Review and Acceptance The Vendor will provide information to define procedures that will ensure NCDST/ITD s evaluation and approval of project deliverables before final delivery. Procedures should include details defining final deliverable acceptance or non-approval and deliverable resubmission, if necessary. 2. Project Staffing The vendor will identify all project staff members, including roles, responsibilities, and areas of industry expertise. Page 6

7 3. Change Control Management The vendor will provide procedures that will be used to manage any changes in project scope, tasking, level of effort, deliverables, or approach. 4. References The vendor will supply as a minimum three, (3), references of past-completed similar projects within the past 2 years addressing disaster recovery plan development and implementation. These references shall include company name, contact personnel, contact phone number, address and U.S. postal service mailing address. G. Vendor Proposal Costs Vendor services must be priced to include and show all estimated related travel and associated living costs for staff to be inclusive with proposal. Costs must cover all requirements set forth in this document, unless otherwise noted. All services must be priced independently. H. Vendor Qualifications Qualifications to be addressed and included are the vendor s company background, size, resources, and details of the vendor s corporate experience relevant to the proposed contract. The proposal as a minimum shall include: 1. Date that vendor s services were established. 2. Ownership (i.e.; public company, partnership. subsidiary, etc.). 3. Total number of full time employees. 4. Client bases served. 5. Annual growth over the past five years. 6. Primary and specialty services offered by the vendor. 7. Vendor Certifications (i.e.; ISO9000, Subject Matter Expertise, DR, etc.). 8. Business Partners from past and current DR initiatives and identify any proposed in this submittal. 9. Executive summary detailing experience developing Recovery Plans within State or Federal government IT environments. 10. Vendor has a formal Disaster Recovery Methodology. 11. Vendor adheres to the industry best practices endorsed by the Disaster Recovery Institute International (DRII). 12. Staff proposed as the vendor team have all received the DRII Certified Business Continuity Professional (CBCP) designation. 13. Vendor has experience working with a multitude of Recovery services vendors (IBM, SunGard, Strohl, etc.) and is aware of the variety of recovery strategies available. 14. Vendor has a number of years of experience as an organization in developing Disaster Recovery Plans specifically within State and Federal government environments. 15. Any software products proposed must be compatible to the NCDST/ITD environment. I. Proposal Presentation and Content Proposal shall be formatted and structured as follows: 1. Executive overview of vendor and background including requirements as set forth in section H.) (Limit 1 page) 2. Proposal (Plan itself w/requirement matrix as referenced in section J.) (Limit 7 pages) 3. Project Methodology Approach (Limit 2 pages) 4. Vendor Team Staffing table (Limit 1/2 page) 5. Proposal Cost Schedule (Limit 1 page) 6. References ( Limit 1/2 page) NOTE: The State requires proposal not to exceed 12 pages total, front to back, including attachments/addendums, etc. Page 7

8 J. Length of Contract Responses must be submitted for a contract term not to exceed 60 calendar days with the option to renew for an additional 10 calendar days. This contract will begin when an award is made. K. Contract Change Procedures Consistent with Section VIII (A)(13) of the BCRS Convenience Contract, the State may amend this Scope Statement, the terms and conditions incorporated herein, attachments issued pursuant to this Scope Statement, or any action dates set forth herein when such amendments: (i) further the State s need or requirements for business continuity and recovery specialty areas, (ii) may be required to incorporate applicable state or federal statutory or regulatory changes, (iii) may be required to incorporate changes or enhancements under applicable industry standards, or (iv) are deemed advantageous by the State to further the purpose of this Scope Statement. Future amendments may address other similar changes and requirements that will be defined as a part of the amendment. The State and eligible Offerors shall mutually agree upon amendments to this contract in writing. Eligible Offerors will be notified in writing when the contract has been amended and will be allowed seven (7) calendar days from the issue date of the written notification to accept or reject the amendment in writing. A signature is required. The effective date of any amendment shall be as agreed upon by both parties from the date of notification. If an eligible Offeror rejects an amendment, the State shall have the option to cancel the contract with that Offeror for cause upon the earlier of (i) three (3) days after receipt of the Offeror s rejection, or (ii) seven (7) days from the issue date of the amendment. If an eligible Offeror fails to respond in writing to a notification of amendment to this scope statement, said eligible Offeror shall be issued a notification for termination for convenience to be effective within seven (7) days of the amendment s effective date. Scope statements in process shall be subject to the terms of the amended contract on the effective date of amendment. L. Evaluation Criteria The selection criteria will be based on the best value concept rather than on lowest cost. Source selection will be in accordance with the trade-off method as described in the North Carolina Administrative Code, Title 9, Chapter 06B For this scope statement, the evaluation criteria shall be: Item # Criteria Description Completely Supported Partially Supported Not Supported % Weight D DISASTER RECOVERY PLAN 45 (Requirements including Components/Deliverables) E Project Methodology and Approach 15 F Response Requirements 10 G Vendor Proposal Costs 20 H Vendor Qualifications 5 I Proposal Presentation and Content 5 Page 8

9 The NCDST/ITD evaluation committee may request written clarifications of any offer received. However, the State may, at its sole discretion, refuse to accept in full or partially the response to a clarification request given by any vendor. Vendor is cautioned that the evaluators are not required to request clarification, nor is the State required to conduct negotiations; therefore, all offers should be complete and reflect the most favorable terms. The State may, at its sole discretion, conduct negotiations with one or more vendors after the bid opening. Any aspect of a vendor s bid, including price, may be subject to negotiation. The State may request vendors to revise either or both their technical and price responses for resubmission during negotiations. This request, if made, may be made in the form of requesting a Best and Final Offer setting forth the result of the negotiations. Final ranking of responses and award of the contract will be made after the State reviews all bids and completes its evaluation, or if negotiations are conducted, after all rounds of Best and Final Offers have concluded. Award will be made to the vendor providing the best overall value to NCDST. The State reserves the right to reject any bid failing to meet the required evaluation criteria. M. Administrative Items Important: Two (2) hardcopy originals and four (4) copies of your response, signed by an authorized officer of the corporation, shall be submitted. In addition, an electronic version of your response is required in PDF format either on floppy disk or CD ROM. Response should be placed in a sealed package and clearly labeled with your company name and NCDST/ITD No. ITS on the outside of the package. All responses are due in-house at NCDST/ITD by 2:00 p.m. on Thursday, March 28, 2002, at the following physical address: Attn: Frank Godwin, Operations/Disaster Recovery Manager North Carolina Department of State Treasurer 325 N. Salisbury Street Room 367B Raleigh NC Responses received after 2:00 p.m. on March 28, 2002, will not be accepted. U.S. Postal Service Date Stamp does not constitute receipt in house at NCDST offices. N. Execution of Scope Statement Responding vendors must include the signed Execution of Scope Statement form provided on the following page. Page 9

10 By signing below, the Offeror certifies that: EXECUTION OF SCOPE STATEMENT An authorized representative of the Offeror signed this scope statement response. This scope statement response was not derived through any acts of collusion as stated in NCGS The Offeror agrees to all the mandatory terms and conditions and agrees to pay the 2% administrative fee to ITS per Section I, Paragraph B, of the ITS Business Continuity and Recovery Services Contract. Therefore in compliance with the foregoing Scope Statement and subject to all terms and conditions of the ITS Business Continuity and Recovery Services Contract, including all exhibits, the undersigned offers and agrees to furnish the services set forth in the Scope Statement if the Scope Statement Response is accepted by the State. Failure to execute/sign scope statement prior to submittal shall render it invalid. Late bids are not acceptable. OFFEROR: FEDERAL ID OR SOCIAL SECURITY NO.: STREET ADDRESS: P.O. BOX: ZIP FOR P.O. BOX: CITY, STATE & ZIP: TELEPHONE NUMBER: ( ) FAX NUMBER ( ) TYPE OR PRINT NAME & TITLE OF PERSON SIGNING: TOLL FREE TELEPHONE NUMBER: ( ) AUTHORIZED SIGNATURE: DATE: Acceptance by Agency is contingent upon ITS approval of the Agency s recommendation of award. This contract award was approved by ITS on, 20, as indicated by attached certification letter from ITS. ACCEPTANCE OF SCOPE STATEMENT RESPONSE If any or all parts of this scope are accepted, an authorized representative of Contracting Agency shall affix their signature hereto and this document along with the provisions of the Umbrella Contract shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful offeror(s). FOR CONTRACTING AGENCY USE ONLY Offer accepted this day of, 20, as indicated on attached certification or purchase order, by (Authorized representative of Contracting Agency). Page 10

Scope Statement for DST IT Disaster Recovery Services

Scope Statement for DST IT Disaster Recovery Services Scope Statement Administrative Services Division Information Technology Section AUTHORIZATION TO AWARD 3/23/01 VENDOR: IBM BUSINESS CONTINUITY AND RECOVERY SERVICES Scope Statement for DST IT Disaster

More information

Scope Statement for North Carolina State University. Administrative Computing Services. Disaster Recovery Services

Scope Statement for North Carolina State University. Administrative Computing Services. Disaster Recovery Services Authorization to Award to Vendor: Inflow Group, Inc. February 18, 2002 Scope Statement for North Carolina State University Disaster Recovery Services BCRS Contract Attachment #3 #ITS-000826 December 14,

More information

Scope Statement for Business Recovery Services. BCRS Contract Attachment #1 #ITS-000317

Scope Statement for Business Recovery Services. BCRS Contract Attachment #1 #ITS-000317 Scope Statement State of North Carolina Office of Information Technology Services AWARDED VENDOR: SUNGARD RECOVERY SERVICES, INC. 6/18/2001 Scope Statement for Business Recovery Services BCRS Contract

More information

H ARDWARE C ONSIDERATIONS

H ARDWARE C ONSIDERATIONS H ARDWARE C ONSIDERATIONS for Sidewinder 5 firewall software Compaq ProLiant ML370 G2 This document provides information on specific system hardware required for running Sidewinder firewall software on

More information

DO NOT REMOVE ANY PAGES FROM THIS REQUEST FOR QUOTATION DOCUMENT. FAILURE TO RETURN ALL PAGES WITH YOUR REQUEST FOR QUOTATION MAY INVALIDATE YOUR BID.

DO NOT REMOVE ANY PAGES FROM THIS REQUEST FOR QUOTATION DOCUMENT. FAILURE TO RETURN ALL PAGES WITH YOUR REQUEST FOR QUOTATION MAY INVALIDATE YOUR BID. Page 1 of 10 April 7, 2015 Name of Firm or Individual Address City Province Postal Code Telephone No. Fax No. Name of Person Signing for Firm (Please Print) Position of Person Signing for Firm DO NOT REMOVE

More information

Request for Proposal - Business Telephone System

Request for Proposal - Business Telephone System Request for Proposal - Business Telephone System Return Bid No Later Than: August 1 at 10:00 am Return Bid To: Town of Weaverville PO Box 338 Weaverville, NC 28787 Attn: Michael Boaz Description: Purchase,

More information

How To Move From Iseries To Iseries Content Manager On A Microsoft Computer (For A Non-Profit)

How To Move From Iseries To Iseries Content Manager On A Microsoft Computer (For A Non-Profit) Enterprise Content Management Request For Information Issue Date: October 18, 2013 Table of Contents Request for Information: Purpose, Scope, and Objectives 4 Louisiana State Employees Retirement System

More information

Request for Proposals

Request for Proposals Request for Proposals Title: RFP #: 2010-HR-001 Issue Date: January 4, 2010 Due Date/Time: January 28, 2010 2 p.m. Issuing Agency: Harnett County Human Resources Department 102 E. Front Street P.O. Box

More information

Response to Bidder Questions and Amendment 2 to Request for Proposal 11 01 Disaster Recovery Services

Response to Bidder Questions and Amendment 2 to Request for Proposal 11 01 Disaster Recovery Services STATE OF NEW YORK DEPARTMENT OF TAXATION AND FINANCE Office of Budget & Management Analysis Bureau of Fiscal Services Building 9, Room 234 W.A. Harriman Campus Albany, NY 12227 Eric Mostert, Chief Financial

More information

JKL Bahweting School. Request for Proposal. VDI Servers

JKL Bahweting School. Request for Proposal. VDI Servers JKL Bahweting School Request for Proposal VDI Servers Theresa Kallstrom School Superintendent Date: March 15, 2013 Prepared by: Matt Patzwald Technology Specialist 1.0 GENERAL INFORMATION 1.1 Scope of

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

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

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

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

More information

REQUEST FOR PROPOSALS (RFP) FOR BUSINESS CONTINUITY AND DISASTER RECOVERY PLANNING CONSULTANT

REQUEST FOR PROPOSALS (RFP) FOR BUSINESS CONTINUITY AND DISASTER RECOVERY PLANNING CONSULTANT REQUEST FOR PROPOSALS (RFP) FOR BUSINESS CONTINUITY AND DISASTER RECOVERY PLANNING CONSULTANT Issue Date: August 15, 2014 Written Question Deadline: September 5, 2014 Proposal Deadline: September 26, 2014,

More information

Scope Statement for. The State of North Carolina Active Directory Migration. Tracking No. TECH-002065. Scope Statement Canceled per Agency Request

Scope Statement for. The State of North Carolina Active Directory Migration. Tracking No. TECH-002065. Scope Statement Canceled per Agency Request Scope Statement Canceled per Agency Request 12/6/2004 Scope Statement for The State of North Carolina Active Directory Migration August 6, 2004 Tracking No. TECH-002065 Prepared by: Information Technology

More information

C. La Plata County is exempt from all state taxation including state sales and use tax.

C. La Plata County is exempt from all state taxation including state sales and use tax. Informal Bid (Request for Quotes) Drupal Hosting and Development Service Project Number 12-062-2201 Let Date: August 17, 2012 Bid Deadline: 2:00 p.m. August 30, 2012 I. Administrative Information A. La

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

Fayetteville Public Schools Request for Proposals (RFP) Susan Norton Contract Authority susan.norton@fayar.net

Fayetteville Public Schools Request for Proposals (RFP) Susan Norton Contract Authority susan.norton@fayar.net Fayetteville Public Schools Request for Proposals (RFP) Title: Department: District Cellular Smartphone Technology Issue Date: January 21st, 2014 Due Date: 4:00 PM, February 19 th, 2014 Issuing Agency:

More information

HP Smart Array 5i Plus Controller and Battery Backed Write Cache (BBWC) Enabler

HP Smart Array 5i Plus Controller and Battery Backed Write Cache (BBWC) Enabler Overview HP Smart Array 5i Plus Controller and Battery Backed Write Cache (BBWC) Enabler Models Smart Array 5i Plus Controller and BBWC Enabler bundled Option Kit (for ProLiant DL380 G2, ProLiant DL380

More information

Alabama State Port Authority

Alabama State Port Authority DISASTER RECOVERY HOTSITE REQUEST FOR PROPOSAL Alabama State Port Authority Issued April 27, 2010 Alabama State Port Authority Table of Contents 1.0 OVERVIEW... 1 1.1 INTRODUCTION... 1 1.2 SCHEDULE OF

More information

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

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

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

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

Issue Date: June 22, 2011 Due Date: July 22, 2011 @ 4:00p.m.

Issue Date: June 22, 2011 Due Date: July 22, 2011 @ 4:00p.m. RFPFORPAYMENTPROCESSING SOLUTION IssueDate: June22,2011 DueDate: July22,2011@4:00p.m. Public Utility District No.1 of Cowlitz County Washington (Cowlitz PUD) REQUEST FOR PROPOSALS Payment Processing Solution

More information

REQUEST FOR PROPOSALS Technical Assistance - Networking Systems. April 26, 2013 LEGISLATIVE FINANCE COMMITTEE 325 DON GASPAR, SUITE 101

REQUEST FOR PROPOSALS Technical Assistance - Networking Systems. April 26, 2013 LEGISLATIVE FINANCE COMMITTEE 325 DON GASPAR, SUITE 101 REQUEST FOR PROPOSALS Technical Assistance - Networking Systems April 26, 2013 LEGISLATIVE FINANCE COMMITTEE 325 DON GASPAR, SUITE 101 SANTA FE, NEW MEXICO 87501 (505) 986-4550 I. INTRODUCTION A. BACKGROUND

More information

Minimum Hardware Specifications Upgrades

Minimum Hardware Specifications Upgrades Minimum Hardware Specifications Upgrades http://www.varian.com/hardwarespecs ARIA for Medical Oncology, & ARIA for Radiation Oncology Version 13.0 1 ARIA Version 13.0 Minimum Hardware Specifications Minimum:

More information

REQUEST FOR PROPOSAL (RFP) FOR SERVER VIRTUALIZATION HARDWARE, SOFTWARE AND IMPLEMENTATION

REQUEST FOR PROPOSAL (RFP) FOR SERVER VIRTUALIZATION HARDWARE, SOFTWARE AND IMPLEMENTATION REQUEST FOR PROPOSAL (RFP) FOR SERVER VIRTUALIZATION HARDWARE, SOFTWARE AND IMPLEMENTATION RFP Circulation Date: February 20 th, 2009 Proposal Submission Deadline: March 13 th, 2009 1 Table of Contents

More information

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services Detroit Land Bank Authority Request for Qualifications: As Needed Legal Services RFQ NUMBER: 02-09-2015 DATE ISSUED: Request for Qualifications As Needed Legal Services Page 2 REQUEST FOR QUALIFICATIONS

More information

REQUEST FOR INFORMATION

REQUEST FOR INFORMATION REQUEST FOR INFORMATION DISASTER RECOVERY AND BUSINESS CONTINUITY/EMERGENCY PLANNING CONSULTING SERVICES (PC854) Issue Date: October 7, 2015 Responses Due: November 13, 2015 @ 2PM PST Issued by: Housing

More information

Annex 1: Hardware and Software Details

Annex 1: Hardware and Software Details Annex : Hardware and Software Details Hardware Equipment: The figure below highlights in more details the relation and connectivity between the Portal different environments. The number adjacent to each

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

CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015

CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015 CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015 The City of Martinsville is seeking proposals from qualified contractors to provide Bill Printing

More information

MedInformatix System Requirements

MedInformatix System Requirements MedInformatix System Requirements Acentec, Inc. A MedInformatix installation requires a workstation for each user who will access the system and a central server to store and process the data. A large

More information

Tender for Deployment of Service Desk

Tender for Deployment of Service Desk SECURITIES AND EXCHANGE COMMISSION OF PAKISTAN NIC Building, 63-Jinnah Avenue, Islamabad ******** Tender for Deployment of Service Desk Sealed tenders are invited from reputed Call center operators and/or

More information

RRC STAFF OPINION PERIODIC REVIEW AND EXPIRATION OF EXISTING RULES REPORT

RRC STAFF OPINION PERIODIC REVIEW AND EXPIRATION OF EXISTING RULES REPORT RRC STAFF OPINION PERIODIC REVIEW AND EXPIRATION OF EXISTING RULES REPORT PLEASE NOTE: THIS COMMUNICATION IS EITHER 1) ONLY THE RECOMMENDATION OF AN RRC STAFF ATTORNEY AS TO ACTION THAT THE ATTORNEY BELIEVES

More information

H ARDWARE C ONSIDERATIONS

H ARDWARE C ONSIDERATIONS H ARDWARE C ONSIDERATIONS for Sidewinder 5 firewall software Dell Precision 530 This document provides information on specific system hardware required for running Sidewinder firewall software on a Dell

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 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

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

Bid 02-122 Tape Drives, Servers & Network Storage

Bid 02-122 Tape Drives, Servers & Network Storage e 1650-Tape Backup Bid 02-122 Tape Drives, Servers & Network Storage Marketing QA Systems Texas Procurement Avnet Direct, Inc. Product Number Bid Bid Bid Bid HP e 1650 Base, P, 1.26 GHz w/512k Cache Single

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 PROPOSALS

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

More information

ROCKINGHAM COUNTY GOVERNMENTAL CENTER Purchasing Office

ROCKINGHAM COUNTY GOVERNMENTAL CENTER Purchasing Office ROCKINGHAM COUNTY GOVERNMENTAL CENTER Purchasing Office Rockingham County Government REQUEST FOR PROPOSALS INSURANCE BROKERS / CONSULTANTS RFP #15-07 Rockingham County Government is seeking bidders from

More information

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

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

More information

Small Industries Development Bank of India Request for Proposal (RfP) For Purchase of Intel Servers for Various Locations

Small Industries Development Bank of India Request for Proposal (RfP) For Purchase of Intel Servers for Various Locations Small Industries Development Bank of India Request for Proposal (RfP) For Purchase of Intel Servers for Various Locations Tender : 400/2011/702/BYO/ISD dated February 25, 2011 PRE-BID CLARIFICATIONS Placed

More information

HP ProLiant Essentials Performance Management Pack 3.0 Support Matrix

HP ProLiant Essentials Performance Management Pack 3.0 Support Matrix HP ProLiant Essentials Performance Management Pack 3.0 Support Matrix ProLiant Essentials Performance Management Pack (PMP) is a software solution that detects and analyzes hardware performance issues

More information

Chapter 5 Busses, Ports and Connecting Peripherals

Chapter 5 Busses, Ports and Connecting Peripherals Chapter 5 Busses, Ports and Connecting Peripherals 1 The Bus bus - groups of wires on a circuit board that carry information (bits - on s and off s) between computer components on a circuit board or within

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

Solicitation Information 10 May 2012

Solicitation Information 10 May 2012 Solicitation Information 10 May 2012 RFP # 7449715 Title: Service Desk Software Submission Deadline: 13 June 2012 @ 11:00 AM (Eastern Time) Questions concerning this solicitation must be received by the

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

When EP terminates the use of Hosting CC OG, EP is required to erase the content of CC OG application at its own cost.

When EP terminates the use of Hosting CC OG, EP is required to erase the content of CC OG application at its own cost. Explanatory Note 1 (Hosting CC OG - For Trading) Section A Notes to the Application a. China Connect Open Gateway (CC OG) : CC OG is a hardware and software component operated by the Exchange Participant,

More information

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator scarroll@cityofconway.com 843 248 1760 LEC Security Camera System

More information

SAN TECHNICAL - DETAILS/ SPECIFICATIONS

SAN TECHNICAL - DETAILS/ SPECIFICATIONS SAN TECHNICAL - DETAILS/ SPECIFICATIONS Technical Details / Specifications for 25 -TB Usable capacity SAN Solution Item 1) SAN STORAGE HARDWARE : One No. S.N. Features Description Technical Compliance

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

Increasing Server Storage and Capacity: Upgrading the Smart Array 3200 Controller to the Smart Array 4200 Controller

Increasing Server Storage and Capacity: Upgrading the Smart Array 3200 Controller to the Smart Array 4200 Controller White Paper September 1999 Prepared by Storage Products Division Compaq Computer Corporation Contents Upgrading to the Smart Array 4200 Controller Increases Performance and Capacity...3 Steps for Upgrading

More information

JOLIET JUNIOR COLLEGE REQUEST FOR PROPOSAL PC & LAPTOP PURCHASE PROGRAM RFP

JOLIET JUNIOR COLLEGE REQUEST FOR PROPOSAL PC & LAPTOP PURCHASE PROGRAM RFP JOLIET JUNIOR COLLEGE REQUEST FOR PROPOSAL PC & LAPTOP PURCHASE PROGRAM Proposal Due Date: 03/20/2008 @ 2:00 P.M. CDT Please direct bid questions to: jmitchel@jjc.edu Questions will be compiled and answers

More information

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

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

More information

CITY OF 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

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

Section A Notes to the Application

Section A Notes to the Application Explanatory Note 1 (Hosting OG/BSS - For Normal Trading) Section A Notes to the Application a. Hosting OG Server Hardware Configuration and Software Package : Hosting OG will support both standard and

More information

Penobscot County IT Department Technology Modernization: Server and Storage Virtualization

Penobscot County IT Department Technology Modernization: Server and Storage Virtualization Penobscot County IT Department Technology Modernization: and Storage Virtualization RFP NO. 20150501IT 85 Hammond Street Bangor, ME. 04401 p. 207-561-6177 f. 207-561-6179 support@penobscot-county.net www.penobscot-county.net

More information

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 Page 1 of 9 REQUEST FOR PROPOSAL (RFP) Issue Date: Tuesday, February 19, 2013

More information

1 OPPORTUNITY SUMMARY

1 OPPORTUNITY SUMMARY REQUEST FOR PROPOSALS: MANAGED SERVICES FOR INFRASTRUCTURE AND IT SUPPORT SERVICES Posting Date: Thursday, January 7, 2016 Due Date: Friday, February 5, 2016 1 OPPORTUNITY SUMMARY The Massachusetts Clean

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

Implementing Offline Digital Video Storage using XenData Software

Implementing Offline Digital Video Storage using XenData Software using XenData Software XenData software manages data tape drives, optionally combined with a tape library, on a Windows Server 2003 platform to create an attractive offline storage solution for professional

More information

PUTNAM CITY SCHOOLS Information Technology Services 5401 NW 40th Oklahoma City, OK 73122

PUTNAM CITY SCHOOLS Information Technology Services 5401 NW 40th Oklahoma City, OK 73122 Information Technology Services 5401 NW 40th Oklahoma City, OK 73122 Request for Proposal for CELLULAR SERVICE Date of release November 10, 2011 Due Date December 9, 2011 12:00 p.m. PREFACE This request

More information

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05. March 7 th, 2013

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05. March 7 th, 2013 PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05 March 7 th, 2013 Page 1 of 8 Issue Date: March 7, 2013 REQUEST FOR PROPOSAL (RFP) RFP# HR-13-05 Title: Medical

More information

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431) REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0

More information

QuickSpecs. HP Smart Array 5312 Controller. Overview

QuickSpecs. HP Smart Array 5312 Controller. Overview Overview Models 238633-B21 238633-291 (Japan) Feature List: High Performance PCI-X Architecture High Capacity Two Ultra 3 SCSI channels support up to 28 drives Modular battery-backed cache design 128 MB

More information

Computer Setup (F10) Utility Guide Evo Desktop Family Evo Workstation Family

Computer Setup (F10) Utility Guide Evo Desktop Family Evo Workstation Family b Computer Setup (F10) Utility Guide Evo Desktop Family Evo Workstation Family Document Part Number: 215867-004 May 2002 This guide provides instructions on how to use Computer Setup. This tool is used

More information

HARDWARE AND SOFTWARE REQUIREMENTS

HARDWARE AND SOFTWARE REQUIREMENTS HARDWARE AND SOFTWARE REQUIREMENTS WINDOWS SPECIFICATIONS File Server Pentium 4 64 - Bit Dual Core, 3.2 GHZ or better (dual/quad Xeon processors recommended) 4GB of RAM or better Two 72GB or better fast

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

FLORIDA KEYS COMMUNITY COLLEGE REQUEST FOR PROPOSAL RFP # 2015-001 FOR: BANKING, MERCHANT, AND INVESTMENT SERVICES

FLORIDA KEYS COMMUNITY COLLEGE REQUEST FOR PROPOSAL RFP # 2015-001 FOR: BANKING, MERCHANT, AND INVESTMENT SERVICES FLORIDA KEYS COMMUNITY COLLEGE REQUEST FOR PROPOSAL RFP # 2015-001 FOR: BANKING, MERCHANT, AND INVESTMENT SERVICES Scope and specifications of the Proposal: It is the intent of Florida Keys Community College

More information

Printed: 8/1/02 Page 1 of 1

Printed: 8/1/02 Page 1 of 1 August 2, 2002 Dear Contractor: The Office of Information Technology, acting on behalf of the City of Oakland, invites you to submit a proposal to provide an. The attached Request for Proposal (RFP) describes

More information

E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service

E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service Original RFP posted on our Webpage (www.cintitechacademy.com) DUE DATE: January 17,

More information

Table of Contents General Policy for service provided by the CLAS Linux Support team... 2

Table of Contents General Policy for service provided by the CLAS Linux Support team... 2 Table of Contents General Policy for service provided by the CLAS Linux Support team... 2 Overview... 2 Defined Support... 2 Support... 2 Operating Systems... 2 Support Restrictions... 3 Software Support...

More information

Chesapeake Bay Foundation 6 Herndon Ave. Annapolis, MD 21403 1

Chesapeake Bay Foundation 6 Herndon Ave. Annapolis, MD 21403 1 Request for Proposals: Direct Mail Campaign Support ORGANIZATIONAL INFORMATION Name: Address: Contact: ISSUE DATE April 2, 2013 Chesapeake Bay Foundation, Inc 6 Herndon Ave. Annapolis, MD 21403 Danielle

More information

IBM TotalStorage Network Attached Storage 100

IBM TotalStorage Network Attached Storage 100 1U low-profile IBM NAS solution for central management of remote and distributed locations IBM TotalStorage Network Attached Storage 100 Model R12 Ease of use and ease of management Web-browser interface

More information

Minimum Hardware Specifications Upgrades

Minimum Hardware Specifications Upgrades Minimum Hardware Specifications Upgrades http://www.varian.com/hardwarespecs Eclipse TM treatment planning system Hardware V 11.0 1 TPS Version 11.0 Minimum Hardware Specifications [DELL OS supported upgrade

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY (IT) DISASTER RECOVERY PLAN DEVELOPMENT WAUPACA COUNTY INFORMATION SYSTEMS DEPARTMENT 811 HARDING STREET WAUPACA, WI 54981 PART I GENERAL A. Background The Waupaca

More information

REQUEST FOR PROPOSAL (RFP) BID# 7497393 RFI - IMPLEMENTATION OF ONLINE PAYROLL REMITTANCES

REQUEST FOR PROPOSAL (RFP) BID# 7497393 RFI - IMPLEMENTATION OF ONLINE PAYROLL REMITTANCES REQUEST FOR PROPOSAL (RFP) BID# 7497393 RFI - IMPLEMENTATION OF ONLINE PAYROLL REMITTANCES SUBMISSION DEADLINE: Friday, September 20, 2013 at 11:30 AM (ET) PRE-BID CONFERENCE: NO YES Mandatory: NO YES:

More information

Request for Proposal No. CCAD2015-01 TECHNICAL/IT Services REQUEST FOR PROPOSAL FOR TECHNICAL/IT SERVICES CESAR CHAVEZ ACADEMY DENVER

Request for Proposal No. CCAD2015-01 TECHNICAL/IT Services REQUEST FOR PROPOSAL FOR TECHNICAL/IT SERVICES CESAR CHAVEZ ACADEMY DENVER REQUEST FOR PROPOSAL FOR TECHNICAL/IT SERVICES Request for Proposal No. CCAD2015-01 Date of Issue: December 18, 2015 RETURN TO: Kamini Patel, Executive Director/Principal 3752 Tennyson Street Denver, Colorado

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

Meridian 1 Meridian 1 Attendant PC LAN Interface Installation Guide

Meridian 1 Meridian 1 Attendant PC LAN Interface Installation Guide Meridian 1 Meridian 1 Attendant PC LAN Interface Installation Guide Document Number: P0874391 Document Release: Standard 1.00 Date: November 1997 Year Publish FCC TM 1997 All rights reserved Printed in

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

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

Running FileMaker Pro 5.0v3 on Windows 2000 Terminal Services

Running FileMaker Pro 5.0v3 on Windows 2000 Terminal Services Running FileMaker Pro 5.0v3 on Windows 2000 Terminal Services 2000 FileMaker, Inc. All Rights Reserved. FileMaker, Inc. 5201 Patrick Henry Drive Santa Clara, California 95054 www.filemaker.com FileMaker

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

E-Business Technologies

E-Business Technologies E-Business Technologies Craig Van Slyke and France Bélanger John Wiley & Sons, Inc. Slides by Fred Niederman 7-1 Client/Server Technologies for E-Business Chapter 7 7-2 Key Ideas E-commerce applications

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

Models Smart Array 6402A/128 Controller 3X-KZPEC-BF Smart Array 6404A/256 two 2 channel Controllers

Models Smart Array 6402A/128 Controller 3X-KZPEC-BF Smart Array 6404A/256 two 2 channel Controllers Overview The SA6400A is a high-performance Ultra320, PCI-X array controller. It provides maximum performance, flexibility, and reliable data protection for HP OpenVMS AlphaServers through its unique modular

More information

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

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

More information

DEKALB COUNTY GOVERNMENT

DEKALB COUNTY GOVERNMENT DEKALB COUNTY GOVERNMENT PROJECT MANUAL FOR CO-LOCATION SERVICES FOR DATA PROJECT JUNE 15, 2011 TABLE OF CONTENTS Advertisement for Bids 3 General Requirements 4 Request for Proposal 5 Bidder s Proposal

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

Voice over IP (VoIP) Telecommunications Solution REQUEST-FOR-PROPOSAL

Voice over IP (VoIP) Telecommunications Solution REQUEST-FOR-PROPOSAL RFP 2014-2 Clinic Locations: 15774 State Street, Hillman, MI 49746 11899 Michigan 32, Atlanta, MI 49709 205 S Bradley Hwy, Rogers City, MI 49779 21258 Michigan 68 Hwy, Onaway, MI 49765 4549 Michigan 33,

More information

BACKUP SECURITY GUIDELINE

BACKUP SECURITY GUIDELINE Section: Information Security Revised: December 2004 Guideline: Description: Backup Security Guidelines: are recommended processes, models, or actions to assist with implementing procedures with respect

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

Request for Quote. 2015 Michigan Works! Conference Photography. Due Date: June 1, 2015. Inquiries and Quotes Should Be Directed To:

Request for Quote. 2015 Michigan Works! Conference Photography. Due Date: June 1, 2015. Inquiries and Quotes Should Be Directed To: Request for Quote 2015 Michigan Works! Conference Photography Due Date: June 1, 2015 Inquiries and Quotes Should Be Directed To: Anisa Mazuca Executive Coordinator mazucaa@michiganworks.org BACKGROUND

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