IT Professional Technical Services Master Contract Program T#:902TS
|
|
|
- Lora Chandler
- 10 years ago
- Views:
Transcription
1 IT Professional Technical Services Master Contract Program T#:902TS Statement of Work (SOW) For Technology Services Issued By Minnesota State Retirement System Project Title: System, Network and Operational Penetration Testing Service Categories: Architecture Planning & Assessment Security; or Architecture Planning & Assessment Technical Business Need Seeking a vendor to evaluate security of system and network by simulating an attack from malicious outsiders and insiders Actively analyze the system for vulnerabilities that could result in poor or improper system configuration Identify hardware flaws and operational weaknesses Validation of network architecture and system security Documentation of the testing process, assisting MSRS in defining a preventative plan to prevent future attacks to the enterprise environment Goal The goal of this Statement of Work is to evaluate and select an experienced vendor in architecture planning and assessment, specializing in security and technical assessment to provide a robust penetration test(s) with documented outcomes and recommendations to ensure a secure system. MSRS and the vendor will mutually agree upon which actionable items fall within the confines of this contract. Project Deliverables At a minimum, MSRS requires a work plan consisting of: 1. Meeting with staff to understand network architecture and system 2. Providing project time line within 10 days of contract execution 3. Documenting valuation process 4. Documenting flaws, strengths, weaknesses or vulnerabilities found 5. Documenting recommendations for change MSRS System Penetration SOW
2 6. Meeting with MSRS management and staff to present findings. If necessary, include Board of Directors and Legislative Auditor representatives to discuss findings. 7. Optionally provide requirements & cost for a second penetration test. Responder may add additional deliverables that add value to the project. Any deliverables added, must be priced separately from the deliverables listed above. Project Milestones and Schedule Deadline for Questions August 23, :00 PM Anticipated Posted Response to Questions August 26, :00 PM Proposals due August 29, :00 PM Anticipated proposal evaluation & decision September 3, 2013 Project start date September 17, 2013 Project end date June 30, 2014 Project Environment (State Resources) Staff descriptions: a. There are two high level and three mid-level IS staff involved with the project. b. Project Manager is Bryan Smalley, CISO. c. Organizational structure of the project: Dave Bergstrom, MSRS Executive Director, Bryan Smalley, CISO and Jye Meier, Network Supervisor, Jason Stoeke, Server Architect. System Environment: a. General. The MSRS network infrastructure supports 90-plus employees located in our central office at 60 Empire Drive in St. Paul, and four satellite offices; one in Mankato, Detroit Lakes, Duluth and St. Cloud. Each satellite office runs through an Enterprise WAN and is occupied by less than five employees. One of the satellite locations houses a replicated system. b. Network. The network architecture consists of multi-vendor, best of breed solutions. The design goal was to protect against a single point of failure and utilize redundant equipment to be located at a secondary site. For the purpose of the validation, all equipment is located at the St. Paul office. Agency Project Requirements Validation requirements include: All internal penetration testing will be conducted onsite at the St. Paul office, Empire Drive. External penetration testing can be conducted offsite. Any hardware or software recommendations will be covered under a separate contract and by another vendor. Any work requiring downtime of system equipment will not be done during standard business hours of 7:00AM 5:00 PM. Compliance with Statewide Project Management Methodology ( bin/portal/mn/jsp/content.do?contentid= &contenttype=editorial&template=&id=- 8484&subchannel= &sc2=null&programid= &agency=OT/) is required. Responsibilities Expected of the Selected Vendor Work-plan with milestones must be submitted Vendor staffing will be approved by MSRS MSRS System Penetration SOW
3 Perform penetration tests on network system including, firewalls, routers, servers, desktops, software, VoIP, wireless systems and load balancers Provide actionable recommendations for closing any open or otherwise insecure configurations and any other outstanding issues Identify system strengths and weaknesses with respect to both security and performance Work with MSRS staff to resolve problematic audit findings if within the contract Assess the magnitude of potential business and operational impacts of successful attacks Test the ability of network defenders to successfully detect and respond to the attacks If warranted, provide evidence to support increased investments in security personnel and technology Provide additional requirements and recommendations as necessary Document finding details for presentation to IS/IT team, MSRS Management and if necessary, the MSRS Board of Directors and OLA staff Conduct follow-up meetings with MSRS Project Team and MSRS Management. Review testing and acceptance criteria with MSRS team Identify time required by MSRS staff assisting with project Required Skills Required minimum qualifications are: Master Contract resource type(s)/ categories include Architecture Planning & Assessment Security; or Architecture Planning & Assessment Technical. Project staffing requires five years demonstrated experience with architecture (one person) and security (one person) or combined experience. Desired Skills Skills in the following are desired: Ubuntu/Redhat Linux, Microsoft Windows Active Directory Exchange LAMP Cisco VoIP and VPN Extreme Networking PaloAlto Firewalls A10 Load Balancers Network Instruments and Compuware Monitoring Certified Ethical Hacker Questions Any questions regarding this Statement of Work should be submitted via by 12:00 PM on August 23, 2013 to: Sue Willinger MSRS Contract Administration Questions and answers will be posted on the Office of Enterprise Technology website on August 26, 2013, at 12:00 PM. See SOW Evaluation Process All responses received by the deadline will be evaluated by the MSRS Selection Committee. The Selection Committee will individually evaluate and score proposals based on established criteria MSRS System Penetration SOW
4 and best value to MSRS. Any proposal that does not fall within a competitive range at the end of this phase will be excluded from further evaluation. The evaluation consists of a two part process: 1. Administrative. Pass/Fail based on Attachment A criteria. This checklist will be used for the initial Administrative Evaluation. The items on this list must be included in the SOW response. Any single failure of an item removes the RFP response from further evaluation. 2. Professional/Technical Services. If the Administrative evaluation was successfully passed, the Services evaluation will be completed. This includes evaluating the proposal submitted and may include a face to face interview. Professional/Technical Services a. Expressed understanding of project objectives. 5% b. Deliverables and work plan 30% c. Company qualifications/experience; Proposed personnel 35% experience; References d. Cost detail 30% Percentage The Selection Committee will identify areas, if any, requiring further clarification. MSRS will notify responders if it has a question or if any issues exist requiring clarification and firms must then respond in writing within a specified timeframe. The cost proposal will not be opened by the Selection Committee until after the qualifications points are awarded. A 100-point scale will be used to create the final evaluation recommendation. Statement of Work does not obligate the state to award a work order or complete the assignment, and the state reserves the right to cancel the solicitation if it is considered to be in its best interest. The Agency reserves the right to reject any and all proposals. Response Requirements Responses submitted to this Statement of Work must contain certain necessary information essential to understanding and evaluating the proposals as indicated in the Project Deliverables and Responsibilities Expected of the Vendor sections. The intent is not to limit the content of the response. Responders may propose additional tasks or activities if they will substantially improve the services desired by MSRS. The emphasis should be on the vendor s ability to satisfy the requirements of the Statement of Work. Information submitted in the response must be current, complete, and accurate. Misrepresentation of the response data will be grounds for rejection of the response or cancellation of the Work Order (if one has been awarded), and legal remedies may be sought. MSRS assumes no liability for payment of expenses incurred in the preparation and submission of the response. All materials submitted in response to this Statement of Work will become the property of MSRS. Materials received will be considered PUBLIC information and will be open to public inspection in accordance with the Minnesota Statutes Chapter 13, the Minnesota Data Practices Act, after the Work Order has been executed. Proposal Submission Instructions No or fax proposals will be accepted. All proposals must be received no later than 3:00 p.m., CT, August 29, Late responses will not be considered. Any questions and all responses must be delivered to: MSRS System Penetration SOW
5 Sue Willinger, Contract Administration MSRS 60 Empire Drive, Suite 300 St. Paul, MN To facilitate the Evaluation Team's review of proposal, firms must submit: 1. Submit one (1) original hard copy of response. a. Clearly mark envelope as Original Copy with company name. b. Include Transmittal Letter signed in ink by authorized member of the company in the original copy only. c. Provide a detailed statement of understanding of the project objectives. d. Provide a detailed proposed work plan. i. Indicate the expected level of MSRS participation in the project. Detail cost allowances/estimated MSRS expense for this participation. ii. Provide a description of the deliverables to be provided to MSRS. e. Provide an outline of the company qualifications/experience. i. Include a list of personnel who will provide the service, detailing their training and work experience. ii. Provide three references for similar work your company has provided. 1. All references must include contact information and be able to discuss applicable product and service offerings with MSRS. No references will be contacted without prior notification to the respondent. f. Indicate any Conflict of Interest. i. Provide a list of all entities with which responder has a relationship that create, or appear to create, a conflict of interest with the work that is contemplated in this request for proposal. This list should indicate the name of the entity, the relationship and a discussion of the conflict. 1. If there is no conflict of interest, you must indicate No conflict of interest. ii. Warrant that to the best of respondent s knowledge and belief, there are no relevant facts or circumstances which could give rise to organizational conflicts of interest. g. Required form links: i. Affidavit of non-collusion ii. Veteran-Owned/Service Disabled Veteran-Owned Preference Form (Optional) 2. Submit four (4) copies of original. a. Only one original ink signed authorized company signature is required. The Transmittal page may be photo-copied for these copies. b. No costing information may be communicated in the primary RFP response document. c. All cost information must be sealed separately in the single Cost Proposal envelope. d. There is no need to copy required state forms. (Contained within Original section above.) 3. Cost Proposal Respondents must ensure that all cost information is restricted to the Cost Proposal document and electronic copy (see #4). MSRS System Penetration SOW
6 a. Provide one original and four (4) copies of the cost proposal in a separately sealed envelope clearly marked on the outside Cost Proposal along with your vendor name. For purposes of completing the cost proposal, the state does not make regular payments based upon the passage of time; it only pays for services performed or work delivered after it is accomplished satisfactorily. b. Vendor must provide expiration date of cost proposal. The expiration date must be valid 90 days from the contract execution date. c. Provide a breakdown of tasks and professional services including hourly rates for services. d. Identify the level of MSRS participation in the contract, as well as any other services to be provided by the department, and details of cost allowances for this participation. 4. Submit one electronic copy via CD of response complete with all information included in the original and cost proposals. General Requirements Proposal Contents By submission of a proposal, Responder warrants that the information provided is true, correct and reliable for purposes of evaluation for potential award of a this work order. The submission of inaccurate or misleading information may be grounds for disqualification from the award as well as subject the responder to suspension or debarment proceedings as well as other remedies available by law. Indemnification In the performance of this contract by Contractor, or Contractor s agents or employees, the contractor must indemnify, save, and hold harmless the State, its agents, and employees, from any claims or causes of action, including attorney s fees incurred by the state, to the extent caused by Contractor s: 1) Intentional, willful, or negligent acts or omissions; or 2) Actions that give rise to strict liability; or 3) Breach of contract or warranty. The indemnification obligations of this section do not apply in the event the claim or cause of action is the result of the State s sole negligence. This clause will not be construed to bar any legal remedies the Contractor may have for the State s failure to fulfill its obligation under this contract. Disposition of Responses All materials submitted in response to this SOW will become property of the State and will become public record in accordance with Minnesota Statutes, section , after the evaluation process is completed. Pursuant to the statute, completion of the evaluation process occurs when the government entity has completed negotiating the contract with the selected vendor. If the Responder submits information in response to this SOW that it believes to be trade secret materials, as defined by the Minnesota Government Data Practices Act, Minn. Stat , the Responder must: clearly mark all trade secret materials in its response at the time the response is submitted, include a statement with its response justifying the trade secret designation for each item, and defend any action seeking release of the materials it believes to be trade secret, and indemnify and hold harmless the State, its agents and employees, from any judgments or damages awarded against the State in favor of the party requesting the materials, and any and all costs connected with that defense. This indemnification survives the State s award of a contract. In submitting a response to this RFP, the Responder agrees that this indemnification survives as long as the trade secret materials are in possession of the State. MSRS System Penetration SOW
7 The State will not consider the prices submitted by the Responder to be proprietary or trade secret materials. Conflicts of Interest Responder must provide a list of all entities with which it has relationships that create, or appear to create, a conflict of interest with the work that is contemplated in this request for proposals. The list should indicate the name of the entity, the relationship, and a discussion of the conflict. The responder warrants that, to the best of its knowledge and belief, and except as otherwise disclosed, there are no relevant facts or circumstances which could give rise to organizational conflicts of interest. An organizational conflict of interest exists when, because of existing or planned activities or because of relationships with other persons, a vendor is unable or potentially unable to render impartial assistance or advice to the State, or the vendor s objectivity in performing the contract work is or might be otherwise impaired, or the vendor has an unfair competitive advantage. The responder agrees that, if after award, an organizational conflict of interest is discovered, an immediate and full disclosure in writing must be made to the Assistant Director of the Department of Administration s Materials Management Division ( MMD ) which must include a description of the action which the contractor has taken or proposes to take to avoid or mitigate such conflicts. If an organization conflict of interest is determined to exist, the State may, at its discretion, cancel the contract. In the event the responder was aware of an organizational conflict of interest prior to the award of the contract and did not disclose the conflict to MMD, the State may terminate the contract for default. The provisions of this clause must be included in all subcontracts for work to be performed similar to the service provided by the prime contractor, and the terms contract, contractor, and contracting officer modified appropriately to preserve the State s rights. IT Accessibility Standards Responses to this solicitation must comply with the Minnesota IT Accessibility Standards effective September 1, 2010, which entails, in part, the Web Content Accessibility Guidelines (WCAG) 2.0 (Level AA) and Section 508 Subparts A-D which can be viewed at: Nonvisual Access Standards Nonvisual access standards require: 1) The effective interactive control and use of the technology, including the operating system, applications programs, prompts, and format of the data presented, are readily achievable by nonvisual means; 2) That the nonvisual access technology must be compatible with information technology used by other individuals with whom the blind or visually impaired individual must interact; 3) That nonvisual access technology must be integrated into networks used to share communications among employees, program participants, and the public; and 4) That the nonvisual access technology must have the capability of providing equivalent access by nonvisual means to telecommunications or other interconnected network services used by persons who are not blind or visually impaired. Preference to Targeted Group and Economically Disadvantaged Business and Individuals In accordance with Minnesota Rules, part , subpart B and Minnesota Rules, part , certified Targeted Group Businesses and individuals submitting proposals as prime contractors will receive a six percent preference in the evaluation of their proposal, and certified Economically Disadvantaged Businesses and individuals submitting proposals as prime MSRS System Penetration SOW
8 contractors will receive a six percent preference in the evaluation of their proposal. Eligible TG businesses must be currently certified by the Materials Management Division prior to the solicitation opening date and time. For information regarding certification, contact the Materials Management Helpline at , or you may reach the Helpline by at [email protected]. For TTY/TDD communications, contact the Helpline through the Minnesota Relay Services at Veteran-Owned Preference In accordance with Minn. Stat. 16C.16, subd. 6a, (a) Except when mandated by the federal government as a condition of receiving federal funds, the commissioner shall award up to a six percent preference on state procurement to certified small businesses that are majorityowned and operated by: (1) recently separated veterans who have served in active military service, at any time on or after September 11, 2001, and who have been discharged under honorable conditions from active service, as indicated by the person's United States Department of Defense form DD-214 or by the commissioner of veterans affairs; (2) veterans with service-connected disabilities, as determined at any time by the United States Department of Veterans Affairs; or (3) any other veteran-owned small businesses certified under section 16C.19, paragraph (d). In accordance with Minn. Stat. 16C.19 (d), a veteran-owned small business, the principal place of business of which is in Minnesota, is certified if it has been verified by the United States Department of Veterans Affairs as being either a veteran-owned small business or a service disabled veteran-owned small business, in accordance with Public Law and Code of Federal Regulations, title 38, part 74. To receive a preference the veteran-owned small business must meet the statutory requirements above by the solicitation opening date and time. If you are claiming the veteran-owned preference, attach documentation, sign and return the Veteran-Owned Preference Form with your response to the solicitation. Only eligible veteran-owned small businesses that meet the statutory requirements and provide adequate documentation will be given the preference. Foreign Outsourcing of Work Prohibited All services under this contract shall be performed within the borders of the United States. All storage and processing of information shall be performed within the borders of the United States. This provision also applies to work performed by subcontractors at all tiers. MSRS System Penetration SOW
9 Attachment A - ADMINISTRATIVE EVALUATION Description Response delivered prior to deadline Conflict of interest, or lack thereof, indicated Pass/Fail MSRS System Penetration SOW
10 Attachment B - State Work Order Language STATE OF MINNESOTA IT Professional Technical Services Master Contract Program Work Order This work order is between the State of Minnesota, acting through its ("State") and ("Contractor"). This work order is issued under the authority of Master Contract T-Number 902TS, Contract Number, and is subject to all provisions of the master contract which is incorporated by reference. Work Order 1 Term of Work Order 1.1 Effective date:, or the date the State obtains all required signatures under Minn. Stat. 16C.05, subd. 2, whichever is later. The Contractor must not begin work under this work order until it is fully executed and the Contractor has been notified by the State s Authorized Representative to begin the work. 1.2 Expiration date:, or until all obligations have been satisfactorily fulfilled, whichever occurs first. 2 Contractor s Duties The Contractor, who is not a state employee, will: [Thorough Description of Tasks/Duties] 3 Consideration and Payment 3.1 Consideration. The State will pay for all services performed by the Contractor under this work order as follows: A. Compensation. The Contractor will be paid as follows: [For example; Resource Type hourly rate] Travel Expenses. Reimbursement for travel and subsistence expenses actually and necessarily incurred by the Contractor as a result of this work order will not exceed $. Total Obligation. The total obligation of the State for all compensation and reimbursements to the Contractor under this work order will not exceed $. 3.2 Invoices. The State will promptly pay the Contractor after the Contractor presents an itemized invoice for the services actually performed and the State's Authorized Representative accepts the invoiced services. Invoices must be submitted timely and according to the following schedule: 4 Authorized Representatives The State's Authorized Representative is [NAME, TITLE, ADDRESS, TELEPHONE NUMBER], or his/her successor. The State's Authorized Representative will certify acceptance on each invoice submitted for payment. The Contractor's Authorized Representative is. If the Contractor s Authorized Representative changes at any time during this work order, the Authorized Representative must immediately notify the State. 5 Nonvisual Access Standards Nonvisual access standards require: 5.1 The effective interactive control and use of the technology, including the operating system, applications programs, prompts, and format of the data presented, are readily achievable by nonvisual means; MSRS System Penetration SOW
11 5.2 That the nonvisual access technology must be compatible with information technology used by other individuals with whom the blind or visually impaired individual must interact; 5.3 That nonvisual access technology must be integrated into networks used to share communications among employees, program participants, and the public; and 5.4 That the nonvisual access technology must have the capability of providing equivalent access by nonvisual means to telecommunications or other interconnected network services used by persons who are not blind or visually impaired. 6. Indemnification In the performance of this contract by Contractor, or Contractor s agents or employees, the contractor must indemnify, save, and hold harmless the State, its agents, and employees, from any claims or causes of action, including attorney s fees incurred by the state, to the extent caused by Contractor s: 1) Intentional, willful, or negligent acts or omissions; or 2) Actions that give rise to strict liability; or 3) Breach of contract or warranty. The indemnification obligations of this section do not apply in the event the claim or cause of action is the result of the State s sole negligence. This clause will not be construed to bar any legal remedies the Contractor may have for the State s failure to fulfill its obligation under this contract. 1. STATE ENCUMBRANCE VERIFICATION 3. STATE AGENCY Individual certifies that funds have been encumbered as Stat. required by Minn. Stat. 16A.15 and 16C.05. Individual certifies the applicable provisions of Minn. 16C.08, subdivisions 2 and 3 are reaffirmed. Signed: By: (with delegated authority) Date: Title: SWIFT Contract ID PO #: Date: 2. CONTRACTOR The Contractor certifies that the appropriate person(s) have executed the contract on behalf of the Contractor as required by applicable articles or bylaws. By: Title: Date: MSRS System Penetration SOW
IT Professional Technical Services Master Contract Program T#:902TS
Service Categories: IT Professional Technical Services Master Contract Program T#:902TS Statement of Work (SOW) For Technology Services Issued By Minnesota IT Services (MN.IT Services) Project Title: DHS
Multifamily Cost Estimator Contractor
INFORMAL SOLICITATION Minnesota Housing Finance Agency Multifamily Cost Estimator Contractor Description of Project Minnesota Housing Finance Agency (Minnesota Housing), a mortgagee authorized to submit
IT Professional Technical Services Master Contract. Statement of Work (SOW) For Technology Services Issued by
IT Professional Technical Services Master Contract Statement of Work (SOW) For Technology Services Issued by Minnesota Department of Transportation (Mn/DOT) Project Title: Service Categories: Data Management
STATE OF MINNESOTA GRANT CONTRACT
STATE OF MINNESOTA GRANT CONTRACT This grant contract is between the State of Minnesota, acting through its Department of Labor and Industry, Apprenticeship Unit ("State") and [FULL NAME AND ADDRESS OF
Statement of Work (SOW) For Technology Services Issued By Minnesota Office of the State Auditor
Business Need Statement of Work (SOW) For Technology Services Issued By Minnesota Office of the State Auditor Project Title: 2012-2013 Network Upgrade and Maintenance *Network (Data, Video, Voice) - LAN/
Update of the Minnesota Public Drainage Manual
Update of the Minnesota Public Drainage Manual Request for Proposal February 3, 2014 TABLE OF CONTENTS 1. OVERVIEW OF RFP 2. RFP NEED AND PURPOSE 3. OUTLINE OF ANTICIPATED PROJECT ACTIVITIES 4. PROPOSAL
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL #74849 ROOF REPAIRS Department of Facilities Management Planning and Construction Minnesota State University, Mankato Facilities Purchasing Office Request for Proposal Roof Repairs
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
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
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
Request for Proposals Contact Center Overflow Vendor
Request for Proposals Contact Center Overflow Vendor Project Overview MNsure is seeking a contact center overflow vendor to assist in providing Call Center services to include, but not restricted to: facilities;
REQUEST FOR PROPOSAL (RFP) FOR GRANTS MANAGEMENT SOFTWARE, LICENSING, INSTALLATION, TRAINING AND SUPPORT. for
REQUEST FOR PROPOSAL (RFP) FOR GRANTS MANAGEMENT SOFTWARE, LICENSING, INSTALLATION, TRAINING AND SUPPORT for Iron Range Resources & Rehabilitation Board October 23, 2015 Page 1 of 46 TABLE OF CONTENTS
CAP CONSULTING SERVICES AGREEMENT
CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,
ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and
ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect
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
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
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
NPSA GENERAL PROVISIONS
NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee
UNIVERSITY PHYSICIANS OF BROOKLYN HIPAA BUSINESS ASSOCIATE AGREEMENT CONTRACT NO(S):
UNIVERSITY PHYSICIANS OF BROOKLYN HIPAA BUSINESS ASSOCIATE AGREEMENT CONTRACT NO(S): THIS AGREEMENT is made by and between UNIVERSITY PHYSICIANS OF BROOKLYN, INC., located at 450 Clarkson Ave., Brooklyn,
Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted
Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,
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
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,
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,
PsyBar, LLC 6600 France Avenue South, Suite 640 Edina, MN 55435 Telephone: (952) 285-9000 Facsimile: (952) 848-1798
PsyBar, LLC 6600 France Avenue South, Suite 640 Edina, MN 55435 Telephone: (952) 285-9000 Facsimile: (952) 848-1798 Updated 12/8/15 PSYBAR, L. L. C. INDEPENDENT CONTRACTOR AGREEMENT PsyBar attempts to
WATERFRONT COMMISSION OF NEW YORK HARBOR An Instrumentality of the States of New York and New Jersey. Request for Proposal
WATERFRONT COMMISSION OF NEW YORK HARBOR An Instrumentality of the States of New York and New Jersey Request for Proposal Group 77017 - Comprehensive Telecommunication Services (Statewide) Classification
City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals
Introduction The City is seeking proposals from local non-profit organizations that provide technical assistance services to small businesses and microenterprises located in Minneapolis. The total funding
AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES
COUNTY OF SONOMA AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES FOR THE CHARLES M. SCHULZ SONOMA COUNTY AIRPORT Request for Proposals (RFP) The County of Sonoma, Charles M. Schulz Sonoma County
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
REQUEST FOR PROPOSALS (RFP) FOR RECORDKEEPING MODERNIZATION PROJECT MANAGEMENT OVERSIGHT
REQUEST FOR PROPOSALS (RFP) FOR RECORDKEEPING MODERNIZATION PROJECT MANAGEMENT OVERSIGHT Issue Date: January 5, 2015 Proposal Deadline: Monday, February 2, 2015, 4 p.m. ET Written Question Deadline Monday,
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
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
Flexible Circuits Inc. Purchase Order Standard Terms and Conditions
Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract
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: [email protected] REQUEST FOR PROPOSAL
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
DATA SECURITY AGREEMENT. Addendum # to Contract #
DATA SECURITY AGREEMENT Addendum # to Contract # This Data Security Agreement (Agreement) is incorporated in and attached to that certain Agreement titled/numbered and dated (Contract) by and between the
VA Authorized Agent Agreement
VA Authorized Agent Agreement This VA Authorized Agent Agreement (the Agreement ), entered into this day of, 20 (the Effective Date ) by and between Data Mortgage Inc., d/b/a Essex Mortgage ( Lender )
MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS
MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State
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
Infrastructure Technical Support Services. Request for Proposal
Infrastructure Technical Support Services Request for Proposal 15 May 2015 ISAAC reserves the right to reject any and all proposals, with or without cause, and accept proposals that it considers most favourable
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 [email protected]
LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014
LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 SEEKING: EXECUTIVE SEARCH SERVICES FOR PRINCIPAL INVESTMENT OFFICER POSITION Contact Person: John Nogales Director
MINNESOTA STATE COLLEGES AND UNIVERSITIES
MINNESOTA STATE COLLEGES AND UNIVERSITIES System Office REQUEST FOR PROPOSAL (RFP) FOR Online Registration System for Continuing Education and Customized Training Due Date: September 30, 2015 at 3:00 P.M.
BUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the AGREEMENT ) is entered into this (the "Effective Date"), between Delta Dental of Tennessee ( Covered Entity ) and ( Business Associate
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS
BENTON COUNTY PERSONAL SERVICES CONTRACT
BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.
GRANT REQUEST FOR PROPOSAL. Issued By. Minnesota Board of Pharmacy
GRANT REQUEST FOR PROPOSAL Issued By Minnesota Board of Pharmacy Project Title: Integration of Access to the MN Prescription Monitoring Program Database into the Clinical Workflow via the Electronic Medical
Lake County, Oregon Request for Proposal VoIP Telephone Communications System
Lake County, Oregon Request for Proposal VoIP Telephone Communications System Issue Date: April 5, 2012 Due Date: 5 p.m. (Pacific Standard Time), May 11, 2012 REQUEST FOR PROPOSALS Notice is hereby given
Enclosure. Dear Vendor,
Dear Vendor, As you may be aware, the Omnibus Rule was finalized on January 25, 2013 and took effect on March 26, 2013. Under the Health Insurance Portability & Accountability Act (HIPAA) and the Omnibus
EASTERN KENTUCKY UNIVERSITY Serving Kentuckians Since 1906 Office of Finance & Administration Commonwealth 1410
EASTERN KENTUCKY UNIVERSITY Serving Kentuckians Since 1906 Office of Finance & Administration Commonwealth 1410 Division of Capital Construction 521 Lancaster Avenue & Project Administration Richmond,
M E M O R A N D U M. DATE: September 1, 2009. Prospective Vendors. Russell Guindon, Senior Deputy Fiscal Analyst Fiscal Analysis Division
M E M O R A N D U M DATE: September 1, 2009 TO: FROM: SUBJECT: Prospective Vendors Russell Guindon, Senior Deputy Fiscal Analyst Fiscal Analysis Division Request for Proposal Senate Concurrent Resolution
ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals
ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum
Louisiana State University System
PM-36: Attachment 4 Business Associate Contract Addendum On this day of, 20, the undersigned, [Name of Covered Entity] ("Covered Entity") and [Name of Business Associate] ("Business Associate") have entered
Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)
Best-Value Procurement Manual MnDOT Office of Construction and Innovative Contracting (OCIC) March, 2012 Table of Contents July 29, 2010 1 Preface... 1 1.1 Purpose of Manual... 1 1.2 What is Best Value
PROFESSIONAL/CONSULTING SERVICES AGREEMENT
This SERVICES AGREEMENT ( Agreement ) is entered into by and between the undersigned, ( Contractor ), (Social Security Number or Federal I.D. No.), located at and Texas Southern University ( TSU ), an
Request for Proposal RFP #201501. Printing & Mailing Services
Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date
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
TOWN OF HARRISON NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL
TOWN OF HARRISON NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL Project Name: MUNICIPAL AUDIT SERVICES RFP Due By: August 13, 2015, 2:00 P.M. RFP Submitted By: 1 REQUEST FOR PROPOSAL (RFP) ADVERTISEMENT
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
Business Associate Agreement
Business Associate Agreement This Business Associate Agreement (this Agreement ) is entered into as of _September 23_, 2013, (the Effective Date ) by and between Denise T. Nguyen, DDS, PC ( Dental Practice
City of University City. Request for Proposal (RFP)
City of University City, Missouri Request for Proposal (RFP) For Data Storage, Backup, and Disaster Recovery Issue Date: July 1, 2013 Issued By: Inquiries: Proposals Due: City of University City 6801 Delmar
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
Infinedi HIPAA Business Associate Agreement RECITALS SAMPLE
Infinedi HIPAA Business Associate Agreement This Business Associate Agreement ( Agreement ) is entered into this day of, 20 between ( Company ) and Infinedi, LLC, a Limited Liability Corporation, ( Contractor
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
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
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
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
INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to.
Parties You, your, and yours refer to INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Services Provided We
