INSTRUCTIONS TO OFFERORS
|
|
|
- Geraldine Jenkins
- 10 years ago
- Views:
Transcription
1 INSTRUCTIONS TO OFFERORS Date To: CIO-SP3 Qualified Offerors From: US Technology Agency Subject: Request for Proposal (RFP) Project No , IT Enterprise-Wide Systems Support The Agency is issuing this competitive solicitation under the NITAAC CIO-SP3 GWAC program to qualified contract holders for the purpose of entering into a Task Order under the CIO-SP3 GWAC. The Agency will conduct this acquisition using Subpart under the Federal Acquisition Regulation. This requirement is for the US Technology Agency. If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions. Offerors are required to submit both a written technical quote and a price quote to Government officials for the purposes of assuring that the prospective Contractor is fully cognizant of the scope of this contract and has the capability to complete all Statement of Work (SOW) requirements. QUESTIONS If you have questions regarding this requirement, please submit your inquiries immediately via e-gos but no later than January 1, 2012, 5 PM Eastern Standard Time. Questions with the Government s responses will be posted to e-gos. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. SUBMISSION REQUIREMENTS Proposals must be submitted electronically via e-gos on or before the RFP closing date of January 14, 2012, 5 PM Eastern Standard Time. Your offer MUST cite your CIO-SP3 Contract Number in your proposal submission. TECHNICAL PROPOSAL (Volume 1a) Offerors shall provide a technical quote that includes the following three general areas: A. Management Approach and Technical Capabilities, B. Personnel Qualifications, and C. Organizational Experience (1) Discussion of the background, objectives, and work requirements of the statement of work as analyzed by the offeror, (2) Discussion of proposed methods and techniques for completing each task, (3) Discussion which supports how each task will be evaluated for full performance and acceptability of work from the offeror's viewpoint, 1 of 6
2 (4) Discussion of any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution, and (5) Discussion on major logistical considerations. The Offeror must define their management and technical approach that satisfies the requirements defined in this document. Please include a (1) staffing plan and (2) resumes for key personnel and (3) a description of your current personnel resources for this, which addresses their capabilities and experience relating to the attached Statement of Work. At a minimum, this section of the quote must include: Organizational Structure (Org chart and resource headcount required to support the requirement) Identification of roles and specify responsibilities for each role Definition of the primary skill set required for each role Description of resource planning processes and procedures to support the changing needs of the environment Description and definition of management methods and processes for all types of support activities Description of resource training, skills development and certification approach Description of management and status reporting approaches Resumes and letters of commitment are required for all proposed staff. Resumes should be limited to three pages and must include the proposed labor category for the individual. PAST PERFORMANCE (Volume 1b) The Offeror shall identify three (3) contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in this Statement of Work. Include the following information: Project title Description of the project Contract number Contract amount Government Agency/Organization COTR s name, address, and phone number Contracting Officer s name, address, and phone number Contract and, if applicable, task order number Current status, e.g., completed and/or if in progress, start and estimated completion dates Dollar value and type of contract Name of company being referenced SOW paragraphs that the reference applies to Key personnel (please highlight those individuals who worked on the relevant project(s) and are also being proposed for this effort.) A brief narrative of why you deem the reference to be relevant to this effort The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor s past performance as it relates to the probability of success of the required effort. 2 of 6
3 PRICING PROPOSAL (Volume 2) Your cost quote shall be a separate volume from your technical quote. The cost quote is to be submitted as a Cost Plus Fixed Fee proposal. Offerors must demonstrate that they have an accounting system that is adequate for determining costs at the time of time the task order is award. This is an accounting system that the Defense Contract Audit Agency (DCAA), the Defense Contract Management Agency (DCMA), or any federal civilian audit agency of an accounting system has audited and determined adequate for determining costs applicable to this contract in accordance with FAR (a)(1). Your cost proposal will include use of the your most recent Defense Contract Audit Agency (DCAA)- approved provisional indirect billing and actual rates for both direct and indirect costs, or if a your firm does not have DCAA-approved rates, indirect rates shall be derived in accordance with FAR Part 31. Price proposals shall include the following: 1) A cost buildup by proposed labor category: Unburdened Rate + Fringe Rate + Overhead Rate + G&A Rate = Burdened Rate + Fee = Fully Burdened Rate 2) An estimated price for each task (per year of effort), tasks organized into the proposed organization structure. 3) All other costs and the reductions or rebates offered. ESTIMATED LEVEL OF EFFORT (optional, include if desired): The following is a level of effort estimate. This is only an estimate. Offerors are advised to carefully review the requirement in deriving the level of effort they believe necessary in providing their best value proposal. You are not bound to quote these labor categories or quantities, rather you are expected to provide your best solution citing the labor mix and quantity required to accomplish the tasks. Labor Category Base Period Option 1 - Option 2 - Option 3 - Option 4 - Project Manager Web Software Developer Business Analyst Computer Systems Analyst Computer Security Specialist Communications Network Manager Help Desk Manager/Specialist Database Management/Specialist Cloud Specialist PAGE LIMITS 25 pages for the Technical Proposal (excluding Appendices and Resumes) 5 pages for Past Performance 25 Pages for Pricing Proposal 3 of 6
4 FORMATTING Page size 8.5 by 11 inches with 1 inch margins. Paragraphs single spaced. Minimum font size/style 10 point Times New Roman font for Text, 9 point font in the Arial family for Tables, and 8 point font in the Arial family for Graphics. Tables and graphics may be landscape; all other text must be portrait. If the offeror uses a different format (font size, margin, etc.), the government reserves the right to adjust the proposal to fit the parameters of the format as stated in the RFP, and if this results in the proposal exceeding the page limitations in any one area, the government will not consider those excess pages. EVALUATION Quotes will be reviewed and evaluated in accordance with the evaluation criteria identified below: The first three technical factors: A. Management Approach and Technical Capabilities, B. Personnel Qualifications, and C. Organizational Experience are in descending order of importance / of equal importance and when combined are more important than Past Performance. Past Performance is as important as Price. Sub-factors listed under each factor are of equal importance to each other. TECHNICAL PROPOSAL (Volume 1a) A. Management Approach and Technical Capabilities 1. Understanding of the work, including creativity and thoroughness shown in understanding the objectives of the SOW and specific tasks, and planned execution of the project. 2. Evidence of specific methods and techniques for completing each discrete task, to include such items as quality assurance, and customer-service as detailed in the Quality Assurance Plan. 3. Ability to address anticipated potential problem areas, and creativity and feasibility of solutions to problems and future integration of new processes and technology enhancements. 4. Degree to which the offerors quote demonstrates an understanding of logistics, schedule, and any other miscellaneous issues in which the Government should be aware. 5. Quality and effectiveness of the allocation of personnel and resources. B. Personnel Qualifications 1. The currency, quality and depth of experience of individual personnel in working on similar projects. Similar projects must convey similarity in topic, dollar value, workload, duration, and complexity. 2. Quality and depth of education and experience on other projects which may not be similar enough to include in response to B.1. (Immediately above) but may be relevant. 4 of 6
5 3. The currency, quality and depth of how the Project Director will supervise and coordinate the workforce. C. Organizational Experience 1. Evidence that the organization has current capabilities; and for assuring performance of this requirement. Evidence of supporting subcontractors, consultants and business partners will be considered. 2. Appropriate mix and balance of education and training of team members. D. Past Performance PAST PERFORMANCE (Volume 1b) 1. The organizations history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget. 2. The quality of cooperation (with each other) of key individuals within your organization, and quality of cooperation and performance between your organization and its clients. 3. The organization s specific past performance on prior similar efforts specified within this SOW. E. Price/Cost PRICE PROPOSAL (Volume 2) Technical Factors are more important than cost or price. Selection of the firm to perform this task order will be based on the Government s assessment of the best overall value. PERIOD OF PERFORMANCE: The resulting award will have a Base Period beginning at the time of award and ending twelve (12) Months after award. The award will also include four (4) option periods of 12 months each, which may be unilaterally exercised by the Government. CONTRACT AWARD Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFP, provides an overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost. In the event quotes are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror. 5 of 6
6 AVAILABILITY OF FUNDS Option periods are subject to availability of funds. Sincerely, NAME TITLE 6 of 6
TOPIC 12 CONTRACT COST AND PRICE ANALYSIS
CONTRACT AUDIT GUIDE FRAMEWORK TOPIC 12 CONTRACT COST AND PRICE ANALYSIS Objective To determine whether the agency effectively conducts cost or price analysis to arrive at fair and reasonable prices for
PART V PROPOSAL REQUIREMENTS
PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 40 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section
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
DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000
DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000 Enterprise Services Solutions Directorate [Insert date, but DO NOT ISSUE on Friday
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,
MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services. www.cdrfg.com
MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services www.cdrfg.com CDR Fundraising Group 2015 This sample RFP is made available by the CDR Fundraising Group as a public service.
Project Procurement Management
Project Procurement Management Outline Introduction Plan Purchases and Acquisitions Plan Contracting Request Seller Responses Select Sellers Contract Administration Contract Closure Introduction Procurement
Preaward Survey of Prospective Contractor Accounting System Checklist
PRE-AWARD SURVEY (SF 1408) OF PROSPECTIVE CONTRACTOR ACCOUNTING SYSTEM Date: XX/XX/201X Company Name, Contract Number, and Full Address: Commercial and Government Agency (CAGE) Code Number: (found at http://www.dlis.dla.mil/cage_welcome.asp)
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security 1. PURPOSE This memorandum sets forth an understanding of contract audit coverage and related audit
STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers
STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers Answers to questions submitted, but not included in this set of Q&As,will be provided in a subsequent posting of Q&As in the near future. As the
CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis
CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis Deadline for response: May 8, 2013 5 p.m. EST RFP AT A GLANCE The Corporation for Public Broadcasting
SOL-514-15-000003 - Rural Financial Services (RFS) QUESTIONS & ANSWERS DOCUMENT January 26, 2015
SOL-514-15-000003 - Rural Financial Services (RFS) QUESTIONS & ANSWERS DOCUMENT January 26, 2015 TECHNICAL 1. Are there any data available on the rates of loan repayments of financial intermediaries operating
Basic Financial Requirements for Government Contracting
Basic Financial Requirements for Government Contracting 2014 National SBIR/STTR Conference The views expressed in this presentation are DCAA's views and not necessarily the views of other DoD organizations
COST PLUS AWARD FEE CONTRACT ADMINISTRATION DESKGUIDE
COST PLUS AWARD FEE CONTRACT ADMINISTRATION DESKGUIDE 1. Introduction. This Guide does not cover all aspects of administering a cost plus award fee (CPAF) contract. As all of the Directorates of Contracting
Accounting System Requirements
Accounting System Requirements Further information is available in the Information for Contractors Manual under Enclosure 2 The views expressed in this presentation are DCAA's views and not necessarily
REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office
REQUEST FOR PROPOSALS (RFP) - Construction Management Services From: Germantown School District Project: Germantown School District Addition & Renovations to Rockfield Elementary School N132 W18473 Rockfield
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security
MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security 1. PURPOSE This memorandum sets forth an understanding of contract audit coverage and related audit
Request for Proposals: Digital/Internet Literacy Training for Federal Stimulus Grant
Request for Proposals: Digital/Internet Literacy Training for Federal Stimulus Grant Issue Date: August 26, 2013 Project Title: Digital/Internet Literacy Training for Federal Stimulus Grant Issuing Agency:
How to Develop a FAR-Compliant Cost or Price Proposal
How to Develop a FAR-Compliant Cost or Price Proposal May 21, 2014 Presenter: Paul H. Calabrese Rubino & Company, CPAs & Consultants Senior Manager Tel: 301-214-4137 [email protected] www.linkedin.com/in/pcalabrese
RFP-00118 ADDENDUM NO. 1
INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,
U.S. DEPARTMENT OF THE INTERIOR. Ordering Guide. Microsoft SharePoint Support Services BPA
U.S. DEPARTMENT OF THE INTERIOR Ordering Guide Microsoft SharePoint Support Services BPA U.S. Fish & Wildlife Service Division of Contracting and Facilities Management 4401 North Fairfax Drive, MS 7118-43
Request for Proposals #2010-010. Information Technology Sector Expert Team
Indianapolis Private Industry Council Inc. Request for Proposals #2010-010 Information Technology Sector Expert Team RFP Issue Date: August 12, 2010 Proposal Due Date: September 2, 2010 4:00 PM EST IPIC,
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
Request for Proposal For Document Management System
Request for Proposal For Document Management System June 13, 2014 1708 East Arlington Blvd. Greenville, NC 27858-5872 This solicitation should not be interpreted as a contract (implicit, explicit, or implied),
AGENDA FOR LUNCH SEMINAR WITH FMI AUGUST 28, 2008 12:30 PM INTRODUCTION TO GOVERNMENT CONTRACTING
AGENDA FOR LUNCH SEMINAR WITH FMI AUGUST 28, 2008 12:30 PM INTRODUCTION TO GOVERNMENT CONTRACTING 1. NICRA - What is a NICRA? - Who has a NICRA? - Do I need a NICRA? - How do I get a NICRA? 2. INDIRECT
Introduction and DCAA Overview
Introduction and DCAA Overview Industry Engagement Session 10/29/2015 The views expressed in this presentation are DCAA's views and not necessarily the views of other DoD organizations DCAA 1965-2015:
Enterprise Scheduler Rev. 0 Bid #24078582. Scope of Work
Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of Work / Specifications IV. Terms and Conditions - Special V. Appendices to Scope of Work (if required) VI. Bidding Schedule
Environmental Quality Management, Inc.
United States Government Accountability Office Washington, DC 20548 Decision Comptroller General of the United States DOCUMENT FOR PUBLIC RELEASE The decision issued on the date below was subject to a
TORFQ # ITS-EPA-III-RFQ-10-0009 SERVICE DESK/EPA CALL CENTER AMENDMENT #1
TORFQ # ITS-EPA-III-RFQ-10-0009 SERVICE DESK/EPA CALL CENTER AMENDMENT #1 April 15, 2010 Dear ITS-EPA II BPA Holder: This amendment is issued to: 1) amend various aspects of the RFQ 2) Incorporate wage
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
Accounting System Requirements
Basic Financial Requirements for Government Contracting The views expressed in this presentation are DCAA's views and not necessarily the views of other DoD organizations Accounting System Requirements
Request for Proposals. Security Advisory Services for the International Executive Service Corps
Request for Proposals Proposal Title: Bid Reference Number: Security Advisory Services for the International Executive Service Corps IESC Security Advisory Services Issue Date: January 21, 2015 Closing
Quick Guide to Cost and Price Analysis for HUD Grantees and Funding Recipients
Quick Guide to Cost and Price Analysis for HUD Grantees and Funding Recipients Who is this guide for? This guide is for all HUD grantees and funding recipients that contract for services and/or supplies
How To Find A Vendor For Parcc, Inc.
1 Cover Page Date: January 28, 2015 Customer Name: Parcc, Inc. Vendor Name: 2 Section 1: Background, Purpose, and Scope Parcc, Inc. is a separate education policy nonprofit organization. Parcc, Inc. is
REQUEST FOR PROPOSALS Middlebury Business Development Fund Digital Marketing Tool / Video Middlebury, VT Date of Issue May 9, 2014
REQUEST FOR PROPOSALS Digital Marketing Tool / Video Middlebury, VT Date of Issue May 9, 2014 SUMMARY The Town of Middlebury, Vermont, seeks the services of a qualified consultant to produce a digital
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.
RFP No. 1-15-C017 OFFICE OF TECHNOLOGY INFORMATION SYSTEMS AND INFRASTRUCTURE PENETRATION TEST
RFP No. 1-15-C017 OFFICE OF TECHNOLOGY INFORMATION SYSTEMS AND INFRASTRUCTURE PENETRATION TEST Questions and Answers Notice: Questions may have been edited for clarity and relevance. 1. How many desktops,
DCAA Our Role. Laura Cloyd-Hall, CPA, MBA John D. Mollohan II, CPA, CFE. Page 1. DCAA 1965-2015: Celebrating 50 Years of Excellence
DCAA Our Role Laura Cloyd-Hall, CPA, MBA John D. Mollohan II, CPA, CFE DCAA 1965-2015: Celebrating 50 Years of Excellence Page 1 Topics About DCAA Typical DCAA Audits for Small Businesses Basic Roles of
NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY FY06.1 SUBMISSION OF PROPOSALS
NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY FY06.1 SUBMISSION OF PROPOSALS GENERAL INFORMATION The mission of the National Geospatial-Intelligence Agency (NGA) is to provide timely, relevant, and accurate
BIDDER S DATA SHEETS (FORMS TO BE COMPLETED BY BIDDER)
BIDDER S DATA SHEETS (FORMS TO BE COMPLETED BY BIDDER) The bidder should fully complete and submit the following Bidder s. Failure to satisfactorily complete and submit the Bidder s may result in a determination
Community Mediation Mini-grant Program
1 Program Overview The JAMS Foundation and the National Association for Community Mediation (NAFCM) are pleased to announce the Community Mediation Mini-Grant Program ( Program ). The purpose of the Program
Presented by: Laura Davis, President Strategic Consulting Solutions, Inc. PDS Consulting Solutions, LLC November 12, 2015
Presented by: Laura Davis, President Strategic Consulting Solutions, Inc. PDS Consulting Solutions, LLC November 12, 2015 Agenda Introductions RFP Process Types of Costs Pricing of Direct Costs Pricing
Provisional Billing Rates. Beth Citeroni Acquisition Cost/Price Analyst
Provisional Billing Rates Beth Citeroni Acquisition Cost/Price Analyst Definition FAR 42.701 Provisional rate or billing rate is an established temporary indirect rate applicable to a specified period
Truth in Negotiations Act (TINA) Essentials
Truth in Negotiations Act (TINA) Essentials Brent Calhoon, CPA and Jamie Sybert Date: June 5, 2012 Time: 12pm - 1:30pm Eastern Discussion Topics Introductions Truth in Negotiations Act (TINA) Background
Innovation in K-8 Mathematics and/or K-12 Computer Science/Coding Professional Learning Grants
Innovation in K-8 Mathematics and/or K-12 Computer Science/Coding Professional Learning Grants A NNO U N C E M E N T AND A P P L I C AT I O N I N S T RUC T I O N S F Y 1 6 Governor s Office of Student
REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES. The Battery Conservancy
REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES The Battery Conservancy Issue Date: March 23, 2012 Responses Due: April 20, 2012 Introduction The Battery Conservancy ( TBC ) is a 501(c)(3) not-for-profit
PRE-PROPOSAL CONFERENCE
PRE-PROPOSAL CONFERENCE RFP 1-16-C013 Supplier Diversity Management System (SDMS) November 5, 2015 Disclaimer The information contained in this presentation is for informational purposes only In the event
Surviving a DCAA. Audit. Nicole Mitchell, CPA Director Aronson LLC. March 29, 2011
Surviving a DCAA Incurred Cost Submission Audit Nicole Mitchell, CPA Director Aronson LLC March 29, 2011 2011 All Rights Reserved 805 King Farm Boulevard Suite 300 Rockville, Maryland 20850 301.231.6200
Audit Management Software Solution
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of
Kuali Coeus and InfoEd Reporting Rev. 0 RFP #32772360. Scope of Work
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of Work / Specifications
REQUEST FOR QUALIFICATIONS PLANNING, DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES FOR THE NEW COUNTY DETENTION CENTER
REQUEST FOR QUALIFICATIONS PLANNING, DESIGN AND CONSTRUCTION ARCHITECTURAL SERVICES FOR THE NEW COUNTY DETENTION CENTER MIAMI COUNTY DETENTION CENTER 118 S. Pearl Paola, Kansas 66071 RESPONSE DEADLINE:
Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City
Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup
Best Practices: Writing Minimum Qualifications
Best Practices: Writing Minimum Qualifications What are they? Minimum Qualifications describe the baseline set of knowledge, skills, experience and abilities that must be possessed by the Offeror (company)
DEFENSE CONTRACT AUDIT AGENCY DEPARTMENT OF DEFENSE 8725 JOHN J. KINGMAN ROAD, SUITE 2135 FORT BELVOIR, VA 22060-6219
DEFENSE CONTRACT AUDIT AGENCY DEPARTMENT OF DEFENSE 8725 JOHN J. KINGMAN ROAD, SUITE 2135 FORT BELVOIR, VA 22060-6219 IN REPLY REFER TO PSP 730.8.B.1/2010-003 February 18, 2011 11-PSP-003(R) MEMORANDUM
DCAA and the Small Business Innovative Research (SBIR) Program
Defense Contract Audit Agency (DCAA) DCAA and the Small Business Innovative Research (SBIR) Program Judice Smith and Chang Ford DCAA/Financial Liaison Advisors NAVAIR 2010 Small Business Aviation Technology
APPENDIX 6 TECHNICAL UNDERSTANDING - FORMATS AND EXAMPLES
APPENDIX 6 TECHNICAL UNDERSTANDING - FORMATS AND EXAMPLES The following is the format(s) and example(s) for the Volume I - Technical Approach sections: A. TECHNICAL UNDERSTANDING/APPROACH The offeror shall
CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)
Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB
8.OFFER DUE DATE: 2:00pm September 18, 2008 12. PAYMENT DISCOUNT TERMS
TASK ORDER UNDER GENERAL SERVICES ADMINISTRATION (GSA) FEDERAL SUPPLY SCHEDULE CONTRACT 1.REQUISITION NUMBER PAGE 1 OF 19 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 7. FOR SOLICITATION INFORMATION CONTACT:
Accounting System. Page 1 of 9
Page 1 of 9 Accounting System In support of program management and Earned Value Management, the accounting system must be able to relate costs incurred to work accomplished. Not all accounting systems
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation
TOWN OF SILVERTHORNE, COLORADO RFP for Independent Professional Auditing Services
Nature of Services Required A. General The Town is soliciting the services of qualified firms of certified public accountants to audit its financial statements for the fiscal year ending December 31, 2011,
AF Life Cycle Management Center
AF Life Cycle Management Center Subcontract Pricing Shannon Prince AFLCMC/PZF Wright-Patterson AFB 24 March 2014 Overview Intro to Subcontracts Pertinent Thresholds PCO & Prime Responsibilities Prime Analysis
1. Regarding section 1.6 (Page 7), what level of support (onsite or remote) is required?
Responses to questions in reference to the Governor s Office of Storm Recovery Managed Information Technology Network and Application Development Support Services Request for Proposal dated June 17, 2014
REQUEST FOR QUALIFICATIONS
A. Instructions for the Request of Qualifications 1. Interested professional services are invited to submit one (1) comprehensive Statement of Qualifications (SOQ) by responding to the items below. Responses
DELCO Home Health Care Fund Grant Application
DELCO Home Health Care Fund Grant Application Before completing the grant application, be sure to: Read all instructions thoroughly before beginning. Be strategic make sure your goals, objectives and amount
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
Contract Compliance and the Federal Acquisition Regulation (FAR)
Contract Compliance and the Federal Acquisition Regulation (FAR) ORA CERTIFICATE PROGRAM (MODULE 11) 27 MAY 2015 Learning Objectives Participants will learn about the history of the Federal Acquisition
Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.
SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Professional Insurance Brokerage Services RFP Date: October 25, 2013 Response Deadline: November 14, 2013 I. Introduction The Southern
Source Selection Plan Guidance and Template
Source Selection Plan Guidance and Template A Mandatory Reference for ADS Chapter 300 New Edition Date: 04/02/2013 Responsible Office: M File Name: 300mae_040213 SOURCE SELECTION PLAN GUIDANCE AND TEMPLATE
Department of Defense MANUAL. Procedures for Ensuring the Accessibility of Electronic and Information Technology (E&IT) Procured by DoD Organizations
Department of Defense MANUAL NUMBER 8400.01-M June 3, 2011 ASD(NII)/DoD CIO SUBJECT: Procedures for Ensuring the Accessibility of Electronic and Information Technology (E&IT) Procured by DoD Organizations
Data and Safety Monitoring Board (DSMB)
Data and Safety Monitoring Board (DSMB) REQUEST FOR QUOTE RFQ # PCO-DSMB2014 August 12, 2014 KEY DATES Request for Quote Released August 12, 2014 Deadline for Questions August 18, 2014 Deadline for Quotes
Ensure Compliance For Government Contractors
Ensure Compliance For Government Contractors Topics Overview NeoSystems Corp 2009-2012 ENSURE COMPLIANCE FOR GOVERNMENT CONTRACTORS TABLE OF CONTENTS V15C Learning Objectives... 4 Introduction... 5 Government
NCMA MEETING PREPARING FOR A DCAA PRICE PROPOSAL AUDIT JUNE 8, 2011
NCMA MEETING 1 PREPARING FOR A DCAA PRICE PROPOSAL AUDIT JUNE 8, 2011 Denise M. Hunt DCAA LM Mt. Laurel Resident Office Forward Pricing Technical Specialist DCAA OVERVIEW AND PRICE PROPOSAL AUDIT PROCESS
Small Business Innovation Research (SBIR) & Small Business Technology Transfer (STTR)
Small Business Innovation Research (SBIR) & Small Business Technology Transfer (STTR) Phase II Proposal Instructions DARPA Small Business Programs Office August 4, 2015 [email protected] Approved for Public
Government Contracting and Earned Value Management (EVM)
Government Contracting and Earned Value Management (EVM) Ida Davis, EVP, PMP, MBA Earned Value Manager DynPort Vaccine Company LLC, A CSC Company Note: This presentation is the property of DynPort Vaccine
