Request for Qualifications. For Mobile Technology to enable. Job Placement and Retention Services. Due April 20, 2015
|
|
|
- Angela Craig
- 10 years ago
- Views:
Transcription
1 Request for Qualifications For Mobile Technology to enable Job Placement and Retention Services Due April 20, 2015
2 Request for Qualifications for Mobile Technology to enable Job Placement and Retention Services 1. CUSTOMER DETAILS a) Client: San Francisco Goodwill b) Contact: Maureen Sedonaen c) Phone: d) e) Mailing Address: 1500 Mission St. SF, CA f) Physical Address: Same g) Project: Retention AP 2. OBJECTIVE Deliver a new mobile application for Job Placement and Retention Services 3. SCOPE OF WORK a) Build mobile application b) Fit within GW security guidelines & network infrastructure c) Provide post-implementation application support d) Application must integrate with existing web/data services. 4. DELIVERABLES a) Project deliverables shall include: (1) Document the list of services required by the business unit in order to execute on the tracking System. (2) Document the mobile application workflow based on the business processes and use cases. (3) Convene Stakeholders (Including TSF Alumni and Program Participants) for insights, relevance and predictive factors for high levels of engagement and use (4) Validate the mobile application business requirements (5) Develop the mobile application based on: (a) the mobile information services (b) business processes (c) user requirements (d) Minimum Viable Product (MVP) (6) The mobile application should also include but not be limited to the following features and functionality: (a) Messaging to Cohort/Participants (b) Ability to poll cohort/participants regarding employment status (c) Ability to message groups of cohorts based on search criteria (eg, graduated Page 2
3 before a certain date, age range, location) (d) Administrative back end features 1. List, edit, & add users (e) Integrate with existing databases and APIs (f) Provide post implementation application support for 12 months. SFGW will pay for actual hours used, up to 200 hours. (g) Create wireframes (h) Deliver source code to SFGW for review on a frequent and regular basis (i) Determine data required for input & output (j) Develop software distribution plan, to SFGW s specifications, in conjunction with IT staff (k) Additional work to be determined by SFGW as needed, to be billed at the standard rate Deliverables will not necessarily be required in the order listed above, and some may be completed concurrently or using agile methodology, at SFGW's discretion. 5. ASSUMPTIONS AND LOGISTICS a) The application developer(s) will deliver a functional beta version no later than 10 weeks after gathering requirements (as described above). b) The application developer(s) will be available to speak directly with SFGW staff and will be available to meet in person on a regular basis c) The vendor will submit both the compiled application, and the source code for review, on a frequent and regular basis d) SFGW will own the source code and the finished product e) The application developer(s) will use open source software development kits, libraries, &c. wherever possible. The developer will notify SFGW of all open source licensing requirements. The developer will also notify SFGW of any proprietary SDKs, libraries, &c. used in developing the mobile app, and any applicable software licensing restrictions. 6. MINIMUM QUALIFICATIONS Submitter must demonstrate the following minimal qualifications: a) Prior experience writing native mobile applications for ios and Android, responsive mobile optimized web applications, and using multiple mobile messaging technologies including SMS, MMS, and Push notification. b) At least 3 year experience delivering mobile apps of similar complexity to large organizations and/or governmental organizations Page 3
4 c) 3 client references to verify experience, work product, & expertise on projects within the past 5 years d) Must provide code samples to be evaluated for quality and readability e) Certification regarding Debarment and Suspension (1) The Submitter must certify that to the best of his or her knowledge that s/he is not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal government. 7. SUBMISSION CRITERIA a) Submitter should deliver a detailed proposal that provides high level architectural design and implementation methodologies and strategies, as well as work products and cost, expressed in number of hours for each task, an hourly rate, and a not to exceed amount for the travel and expenses. (1) SFGW prefers local resources to minimize the project cost. If Submitter plans to use out-of-area resources, include a not to exceed estimated amount for Travel as part of this proposal. Selected Contractor will be reimbursed for travel expenses based on receipts submitted for actual expenses. Contractor travel expenses must meet the Federal per-diem GSA (General Services Administration) CONUS rates for San Francisco County. Current federal per diem rates can be confirmed on the Internet : b) Submission criteria for the RFQ: (1) Detailed Project Plan (2) Project Schedule to complete (3) QA plan (4) Formal process for change requests c) Deviation (1) Any proposal may be rejected if it is conditional, incomplete, or deviates from specifications stated in this RFQ. Minor deviations may be waived at the discretion of SFGW d) Cancellation (1) The procurement process for this RFQ may be delayed, suspended, or canceled if SFGW determines that such action is necessary e) Submitter should note agreement of the following payment terms: (1) Billing shall correspond to agreed-upon deliverables between SFO and contractor. (2) SFGW will generate progressive payments for this engagement based on Page 4
5 acceptance of agreed-upon deliverables. (3) SFGW s approval of consultant timesheet does not constitute acceptance of work performed. SFGW acceptance of work performed shall be payment of submitted billing for specified deliverable. 8. RESPONSE DEADLINE a) Questions must be submitted via at [email protected] with copy to [email protected] by 3:00pm PST on Weds, April 15,2015 b) All responses are due to the client via at [email protected] with copy to [email protected] by 3:00 pm PST on Monday, 4/22/2015. c) SFGW will notify the successful bidder by 5:00pm PST on Monday, 4/27/15. The successful bidder must meet the Minimum Qualifications and the Submission Criteria combined with the most beneficial pricing terms. d) SFGW reserves the right to reject any and all submissions at its sole discretion Page 5
6 CERTIFICATIONS REGARDING DEBARMENT AND SUSPENSION A. Contractor certifies to the best of its knowledge and belief, that neither it nor its principals: 1. Are listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with Executive Orders and 12689, "Debarment and Suspension,'' which contain List includes the names of parties debarred, suspended, or otherwise excluded by agencies, and the names of contractors declared ineligible under statutory or regulatory authority other than Executive Order 12549; 2. Have, within a three-year period preceding the effective date of this Agreement, been convicted or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are presently indicted or otherwise criminally or civilly charged by a government entity (Federal, State or Local) with commission of any of the offenses enumerated in subsection (a)(2), above; and, 4. Have, within a three-year period preceding the effective date of this Agreement, had one or more public transactions (Federal, State or local) terminated for cause or default; or 5. Are otherwise presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency. Contractor acknowledges that this certification of eligibility to receive federal funds is a material terms of the Agreement. Cancellation The procurement process for this RFQ or any of its component areas or modules may be delayed, suspended, or canceled if the Contracting Agency determines that such action is in their best interest. Deviations I also have a clause around deviations so that if someone submits something that has something minor wrong with it, we have the ability to accept and score the proposal anyway. Totally up to you if you want to put it in yours I m always mindful of potential protests to the process. 1. Any proposal may be rejected if it is conditional, incomplete, or deviates from specifications stated in this RFQ. Minor deviations may be waived at the discretion of the City. Page 6
CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS
U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS
SMART. This proposal must be returned by: December 22, 2011 2:00pm
SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quote of your net price for services described herein for SMART transportation. The
Request for Proposal (RFP) for Contract Management
Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department
STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT
STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT 201405744 - Off-Site Electronic Media Storage and Transport RFP NUMBER AND TITLE: Services RFP AMENDMENT NUMBER: #1 Amendments and Submitted Questions & Answers
AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **
AGREEMENT FOR CONSULTING SERVICES () Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** THIS AGREEMENT is made and entered into as of this day of, 20 (the Effective Date ) by and between
HACKENSACK UNIVERSITY MEDICAL CENTER Research Department Policies and Procedures Manual
Policy Name: Research Grant Submissions Process HACKENSACK UNIVERSITY MEDICAL CENTER Research Department Policies and Procedures Manual Policy #: SPO_003 Effective Date: 01/01/2009 Page 1 of 9 GENERAL
REQUEST FOR PROPOSAL FOR NONPROFIT FUND ACCOUNTING SOFTWARE RFQ# EW 06/23-16/17
REQUEST FOR PROPOSAL FOR NONPROFIT FUND ACCOUNTING SOFTWARE RFQ# EW 06/23-16/17 Contact: Experience Works [email protected] 1 SECTION I: INTRODUCTION Experience Works, Inc., (EW) (formerly
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
IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services
IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified
Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.
Event Details RFB-Q151071A Buy RFx 1 Event Description Provide as specified. Please visit the Port Authority's website (www.portauthority.org), click on the ebusiness tab (located in the upper right hand
FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #
FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # This Cost Reimbursable Subaward Agreement is entered into in order to specify the terms and conditions under which Florida Atlantic University,
MIT LINCOLN LABORATORY REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL (JUNE 2014)
The MIT Lincoln Laboratory preferred method of verifying annual representations and certifications is through an on-line U.S. government website, which is available at https://ww.sam.gov We request that
LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER
LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER To develop mixed income affordable residential dwelling units 1.0 INTRODUCTION The Lawrence-Douglas
ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE
Page 1of 12 SUPPLIER RFQ# P/N# ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE FORM $25,000 $100,000 $650,000 1. Cost Accounting Standards and Notices X 2. Certification Regarding Responsibility Matters X
Supplier Representations and Certifications
Instructions: Please fill out the form in its entirety and return to W.W. Williams. A copy of your certificate of insurance should be sent to [email protected]. Supplier Representations and Certifications
NOTICE TO ARCHITECTS
Contract Services/Rm. A-10 1140 W. Mission Rd. San Marcos, CA 92069-1487 Phone: (760) 744-1150 x2697 FAX: (760) 761-3548 REQUEST FOR QUALIFICATIONS RFQ #: 200-16 DISTRICT MASTER ARCHITECT NOTICE TO ARCHITECTS
Request for Proposal for Permit Tracking Software
Kittitas County Board of Commissioners 205 W 5 th Avenue Suite 108 Ellensburg WA 98926 (509) 962 7508 Request for Proposal for Permit Tracking Software RFP#: KCIT 14 1 Closing Date: September 30, 2014,
REQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT
Douglas County School District Learn today. Lead tomorrow. Purchasing and Contracting REQUEST FOR PROPOSAL FOR Date of Issue: May 2, 2014 Proposal Closing Date: May 22, 2014, at 2:00 p.m. Proposal to be
Northern New Mexico College HUMAN RESOURCES POLICY
Northern New Mexico College HUMAN RESOURCES POLICY Subject: Substance Abuse File Reference: 3.3 Date Approved By Board of Regents: Replaces Policy Approved On: Purpose: September 21, 1990 Policy: Procedures:
BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and
KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the
DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO
Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD
NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE)
ANL-70A (November 30, 2015) REPRESENTATIONS AND CERTIFICATIONS THE OFFEROR/BIDDER REPRESENTS AND CERTIFIES THAT: (check or complete all applicable sections) 1.A. NAME AND LOCATION OF BUSINESS ORGANIZATION
CITY OF KYLE, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. 2012-01-PM FINANCIAL ADVISORY SERVICES DUE DATE: AUGUST 27, 2012 AT 10:00 A.M.
CITY OF KYLE, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. 2012-01-PM FINANCIAL ADVISORY SERVICES DUE DATE: AUGUST 27, 2012 AT 10:00 A.M. (CST) ISSUED BY: City of Kyle, Texas Financial Services Department
RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081
RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR PROPOSAL FOR GENERAL LIABILITY, SCHOOL LEADERS ERRORS & OMISSIONS, AND AUTO LIABILITY INSURANCE RFP #1281
Duluth Transit Authority
REQUEST for BIDS FOR ASSISTANCE CALLS SERVICES, ALARM MONITORING SERVICES January 6, 2016 2402 W. Michigan St Duluth, MN 55806 (218) 623-4316 fax: (218) 722-4428 email: [email protected] Bid # 041-16-0304.1
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
REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC
SRR-PPS-2009-00012 REV. 0 REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SECTION A, APPLICABLE TO ALL OFFERS...2 1. Certification and Agreement...2 2. Authorized Negotiators...2 3. Type
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
REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT
REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT The County of Cumberland, a county of the fourth class, is accepting proposals from qualified firms to provide telephone services
New WMHS Construction Management Firm
New WMHS Construction Management Firm RFQ Schedule November 5, 2013 Board Meeting Approval to Advertise and use revised RFQ Week December 9, 2013 Ad runs in local papers (Thursday Dec. 12 th ) Week December
REQUEST FOR QUALIFICATIONS:
CITY AND COUNTY OF SAN FRANCISCO OFFICE OF CIVIC ENGAGEMENT & IMMIGRANT AFFAIRS REQUEST FOR QUALIFICATIONS: DOCUMENT TRANSLATION AND WEBSITE LOCALIZATION SERVICES I N F O R M A T I O N P A C K E T # 2
How To Design An Affordable Housing Rehabilitation Project
REQUEST FOR QUALIFICATIONS AFFORDABLE HOUSING ARCHITECTURAL SERVICES APPARTMENT REHABILITATION 205/207 5TH ST. HUNTINGDON, PA ISSUE DATE MARCH 5, 2014 RESPONSE DATE MARCH 25, 2014 PROJECT SITE VISIT MARCH
Ohio Department of Job & Family Services (ODJFS) Bureau of Child Care Policy & Operational Support
Ohio Department of Job & Family Services (ODJFS) Bureau of Child Care Policy & Operational Support Provider Technical Assistance Letter 1-2014 JFS 01144 Provider Agreement and JFS 01150 Rate Information
REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION
Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:
Association of Monterey Bay Area Governments. Request for Proposals. for. Demographic Forecasting Services
Association of Monterey Bay Area Governments Request for Proposals for Demographic Forecasting Services Not to Exceed $20,000 Issued: July 15, 2015 Questions Due: July 31, 2015 Deadline (received by AMBAG):
RFP Milestones, Instructions, and Information
This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,
CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT. A. Legal name of the Disclosing Party submitting this EDS. Include d/b/a/ if applicable:
SECTION I -- GENERAL INFORMATION CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT A. Legal name of the Disclosing Party submitting this EDS. Include d/b/a/ if applicable: Check ONE of the following
NBT Bank Personal and Business Mobile Banking Terms and Conditions
This NBT Bank Mobile Banking terms and conditions will apply if you use a mobile device to access our Mobile Banking service. When you use NBT Bank s Mobile Banking service, you will remain subject to
APPLICANT PROPOSAL For Non-Emergency Medical Transportation (NEMT) Coordination Services
1 APPLICANT PROPOSAL For Non-Emergency Medical Transportation (NEMT) Coordination Services INSTRUCTIONS: If you want to be considered to provide services in response to the Request for Proposals for NEMT
REQUEST FOR PROPOSALS SKAGIT COUNTY JAIL SUBSTANCE ABUSE TREATMENT PROGRAM
REQUEST FOR PROPOSALS SKAGIT COUNTY JAIL SUBSTANCE ABUSE TREATMENT PROGRAM Skagit County Community Services is accepting proposals for providing treatment services from Division of Behavioral Health and
2015 REQUEST FOR PROPOSAL (RFP) For Marketing Services
2015 REQUEST FOR PROPOSAL (RFP) For Marketing Services RFP Issue Date: March 11, 2015 Issuing Agency: Iowa Economic Development Authority Bid Proposal Due Date: April 15, 2015 Section 1 Introduction 1.1
** Please e-mail your quote response to: [email protected]
NORTH CAROLINA STATE UNIVERSITY Purchasing Department Campus Box 7212 Admin. I, 2721 Sullivan Drive, Suite 1100 Raleigh, NC 27695-7212 Phone (919) 515-2171 FAX (919) 515-3511 Date: 10/5/2015 VENDOR NAME
Cherokee Nation www.cherokee.org
Cherokee Nation www.cherokee.org REQUEST FOR PROPOSAL (RFP) CONSULTING SERVICES SOFTWARE UPGRADE Acquisition Management On Behalf Of Information Technology Services Shelly McClain Acquisition Management
Request for Proposals RFP No. 14-12
Request for Proposals RFP No. 14-12 The Gadsden County Board of County Commissioners is seeking sealed proposals from vendors who desire to lease dental equipment owned by the County. Proposals will be
(1) Partner/Party Name. TIN, EIN, or SSN. DUNS # Percentage of Ownership: (2) Partner/Party Name: TIN, EIN or SSN: DUNS # Percentage of ownership:
RED+F QUALIFICATION QUESTIONNAIRE INFORMATION TO BE FURNISHED BY A CONTRACTOR (Note: The term Contractor also refers to Consultants.) All questions on this questionnaire must be answered; do not leave
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
State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT
State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT The Washington State Department of Transportation (WSDOT) solicits interest
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
REQUEST FOR PROPOSAL Claims EDI Service Provider Authorization Solicitation # PR12028
REQUEST FOR PROPOSAL Claims EDI Service Provider Authorization Solicitation # PR12028 PURPOSE OF REQUEST FOR PROPOSAL (RFP) The purpose of this request for proposal is to enter into an authorization contract
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:
Final Procurement Contract and Vendor Rules Arkansas Health Insurance Marketplace
Final Procurement Contract and Vendor Rules Arkansas Health Insurance Marketplace Preface: The Purpose of these Rules is to establish the policies and procedures for vendors doing business with the Arkansas
AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION LUMP SUM) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE
AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION LUMP SUM) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway
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
CITY COMMISSION LARGO, FLORIDA REQUEST FOR QUALIFICATIONS (RFQ) FOR DATA CENTER DESIGN SERVICES. RFQ #: 11-Q-375 DATE: July 8, 2011
CITY COMMISSION LARGO, FLORIDA REQUEST FOR QUALIFICATIONS (RFQ) FOR DATA CENTER DESIGN SERVICES RFQ #: 11-Q-375 DATE: July 8, 2011 The City of Largo is accepting "Statements of Qualifications" (SOQ) from
CHAPTER 267. BE IT ENACTED by the Senate and General Assembly of the State of New Jersey:
CHAPTER 267 AN ACT concerning third party administrators of health benefits plans and third party billing services and supplementing Title 17B of the New Jersey Statutes. BE IT ENACTED by the Senate and
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
Medical Cannabis Program Software Application
STATE PURCHASING DIVISION OF THE GENERAL SERVICES DEPARTMENT AND STATE OF NEW MEXICO DEPARTMENT OF HEALTH REQUEST FOR PROPOSALS (RFP) Medical Cannabis Program Software Application RFP# 40-665-14-21558
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
Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software
Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Prepared by Business Administration BELGRADE PUBLIC SCHOOLS INVITATION TO SUBMIT
Requirements for Qualifications Package Submittals
Florida Keys Aqueduct Authority 1100 Kennedy Drive Key West, Florida 33040 January 2015 Request for Qualifications FKAA-RFQ-0002-15 Hydrogeological Services Requirements for Qualifications Package Submittals
REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER NUCLEAR SOLUTIONS, LLC
REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER NUCLEAR SOLUTIONS, LLC SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3. Type of Business
REQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES
REQUEST FOR PROPOSALS FOR DISASTER MANAGEMENT DEBRIS MONITORING SERVICES PURPOSE: Duplin County is soliciting sealed proposals to provide Disaster Management Debris Monitoring Services. INSTRUCTIONS TO
CHAPTER 11 APPEALS AND DISPUTES
CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public
COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1
CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 THIS CONTRACT is made and entered into this 16 th day of April, 2013, by and between the COUNTY OF MARIN, hereinafter
12-15-08 DRAFT 2009FL-0004/018
1 HEALTH REFORM - HEALTH INSURANCE 2 COVERAGE IN STATE CONTRACTS 3 2009 GENERAL SESSION 4 STATE OF UTAH 5 6 LONG TITLE 7 General Description: 8 This bill requires certain state entities to require a contractor
CENTRAL TEXAS COLLEGE DISTRICT REQUEST FOR PROPOSAL NO. RFP 14-012 APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM
REQUEST FOR PROPOSAL NO. RFP 14-012 APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM Central Texas College P.O. Box 1800 Killeen, TX 76540-1800 Telephone: 254.526.1203
