Scope Statement for North Carolina State University. Administrative Computing Services. Disaster Recovery Services
|
|
|
- Hannah Waters
- 10 years ago
- Views:
Transcription
1 Authorization to Award to Vendor: Inflow Group, Inc. February 18, 2002 Scope Statement for North Carolina State University Disaster Recovery Services BCRS Contract Attachment #3 #ITS December 14, 2001
2 Table of Contents A. Scope Statement Purpose...3 B. Description of Business Functions... 3 C. Scope/Objectives... 3 D. Recovery Requirements... 4 E. Security Requirements... 6 F. Testing Requirements... 6 G. Length of Contract... 6 H. Contract Change Procedures... 6 I. Vendor Proposal Costs... 7 J. Additional Vendor Qualifications... 7 K. Additional Contractual Terms... 7 L. Evaluation Criteria... 8 M. Administrative Items... 8 N. Execution of Scope Statement... 9 Page 2
3 Department/Agency: North Carolina State University Issue Date: December 14, 2001 Short Description: Due Date for Scope Statement Responses: January 3, 2002 Umbrella Contract Manager: Project Sponsor: Project Manager: NCSU Disaster Recovery Services Joan Mize, BCRS Contract Manager Katina Williams Jessica Dalton Deadline for Vendor Questions: December 19, 2001 Send questions to the address listed above. All questions will be answered and submitted to vendors by December 21, 2001, or soon thereafter. A. Scope Statement Purpose The purpose of this scope statement is to solicit proposals to procure recovery services for a cohost facility to be located within a 30 to 45 minute drive of 2620 Hillsborough Street (Hillsborough Building). The facility will be used by the University to recover the Centralized Computing and Communication distributed infrastructure in the event these services are disrupted. (ACS) has completed a project to assess and document the recovery requirements. These requirements have been consolidated and are represented in this scope statement. B. Description of Business Functions ACS supports critical administrative computer applications that are distributed on diverse distributed platforms on the NC State campus. ACS operates an enterprise server as well as many other server class machines. C. Scope/Objectives If the Hillsborough Building becomes inaccessible, the following procedures will take place for the purpose of restoring electronic communication and access to the distributive computing environment with a reduced processing capacity: C.1 An alternate data center such as co-hosted facility will provide cabinets and floor space for NC State to recover the administrative distributed environment for daily and on-demand recovery needs. C.2 Cabinets (described in D.1.2) will be available for NC State to use for: Disaster Recovery Regular periodic update of the backup system Housing servers and support equipment that will be used to recover the Human Resources and Financial applications with service provided at a reduced level. Housing of auxiliary servers for restoration of additional identified applications. C.3 Auxiliary servers will be leased and brought to the facility during a declaration to restore additional identified applications. Page 3
4 C.4 Work area with network connectivity to the enterprise applications for at least 10 workstations will be available at the recovery facility for use during a declaration. C.5 Communication to campus will be provided by a dedicated connection to NC State's network backbone at an NC State designated location. At the time of a declaration, supplemental Internet connection will be provided by the co-host facility. D. Recovery Requirements D.1 NC State University requires the Vendor to provide a data center to provide support including, but not limited to, the following: D.1.1 Vendor must specify location of primary facility and alternate facility, if primary facility becomes unavailable. Both facilities must meet all requirements. D.1.2 Accommodations for at least six (6) adjacent fully enclosed cabinets that are at least 84 inches in height, 36 inches deep, and 2 feet wide, with three (3) 120VP1 20AMP powered AC Circuits. D.1.3 Communication services for a NMLI100MHD pipe connecting the primary facility to the NC State University campus. D.1.4 Power to the circuits for the remaining three (3) cabinets in the event of a declaration. D.1.5 On demand, Internet access and availability of network connections for at least 10 workstations for use by campus staff in the event of a declaration or test. Location of the workstations will include chair and workspace accommodations for each workstation. D.1.6 Fire detection and suppression system. D.1.7 Security system and security staff with 24/7 coverage. D.1.8 Environmental support equipment including power, HVAC, chillers, UPS, and/or diesel generators. D.1.9 Redundant capabilities for the environmental support equipment. D.1.10 On-site technical staff capable of performing documented procedures. D.1.11 Amenities such as restrooms and break rooms. D.2 NC State University requires the following documentation from the Vendor: D.2.1 Maintenance procedures for environmental equipment and hardware. D.2.2 Shipping and receiving procedures. D.2.3 Problem notification procedures. D.2.4 Procedures on security measures at the primary facility (entrance/exit of building; securing equipment shipment) D.2.5 Procedure for informing NC State personnel of proposed equipment changes or upgrades to the facility. D.3 NC State University requires the following facility access requirements: D.3.1 NC State University and/or the NC State Auditor s Office will have the right to audit the primary or alternate facility. D.3.2 Access to the primary facility must be available seven days a week and 24 hours a day for NC State University staff and immediate access to the alternate facility if the primary facility becomes unavailable. D.3.3 No vendor is allowed greater access rights than NC State University. Page 4
5 D.3.4 A right of first refusal on spaces adjacent to NC State equipment when it becomes available. D.3.5 Ability to return space that is no longer needed without penalty. D.3.6 NC State University may not be pre-empted by another subscriber for access to the facility. D.4 NC State University requires the following regarding the location of the facility: D.4.1 In the event of a disaster, it is anticipated that University employees will require reasonable access to the main campus and the recovery site. These employees will need to travel to and from the primary recovery site from locations on the main campus. Therefore, evaluations shall reflect NC State's preference for a primary facility within a thirty (30) to forty-five (45) minute drive of the NC State University main campus located in Raleigh, NC. D.4.2 The alternate facility must be within an 8-hour drive of NC State University main campus. D.4.3 The primary and alternate facility must be located within five (5) miles of public and private interconnects. D.4.4 A work area for designated NC State University technical staff must be provided at the primary and alternate facility during setup, maintenance, testing, and declaration. D.5 NC State University requires the Vendor to have the following for the network: D.5.1 Internal backbone network that has sufficient capacity to dedicate bandwidth of at least 100 MB or higher to NC State University. D.5.2 A dedicated circuit would at minimum need to be 45 Mbps (DS-3) or 100 Mbps NMLI. A backup Internet connection tunnel (preferably encrypted) would serve as a failover. D.5.3 Sufficient bandwidth on the vendor's network will have to be available in the event of the failure of the primary circuit. D.5.4 A diagram of the Vendor's backbone and routing characteristics including failover response time and alternate routing. D.5.5 Monthly reports of bandwidth usage, network and heartbeat availability. Immediate notification if NC State exceeds contracted bandwidth capacity. D.5.6 Vendor staff support in setting up and connecting the network without additional charges. D.5.7 Vendor support with the installation of cabling at the co-location facility. D.5.8 Formal documented procedures for requesting upgrades. D.5.9 Documented usage charges. D.5.10 Documented process on how the vendor minimizes network downtime. D.5.11 List of standard carriers. D.5.12 Staffed or on-call network specialist to support NC State University personnel. D.5.13 List Points of Presence. D.5.14 Ability to handle emerging technologies. D.5.15 Description on how vendor can/will re-route customer's network and communications to the primary or alternate sites. D.6 NC State University requires the following information on the Vendor s corporate background and experience: D.6.1 Date Established. D.6.2 Proof of a minimum of three (3) years' experience providing co-location services to entities similar in nature and scope to the NC State University environment. Page 5
6 D.6.3 Ownership (public company, partnership, subsidiary, etc). D.6.4 Federal Tax Identification number. D.6.5 Total number of full-time employees and customers at the primary facility. D.6.6 Annual Audit Process. D.6.7 An overview of the Vendor s capabilities to support the following platforms: Large Systems, Midrange/Distributed systems, Network recovery, Work area recovery, Client Server recovery, and Open systems. D.6.8 Validated statement that the Vendor has not declared bankruptcy within the last 3 years. D.6.9 Audited balance sheet for the most recent year or other evidence of financial stability. (Income tax returns are not acceptable as evidence of financial stability.) E. Security Requirements Vendor must be, and remain, compliant with all state and federal regulations for processing information, including but not limited to IRS 1075, HIPAA (Health Information Portability and Accountability Act), and any future regulations imposed upon ACS, or by ACS pursuant to future statutory or regulatory requirements. U.S. Department of Defense level C2 security is preferred. Response must specify all security and facility protection measures that are in place in each proposed recovery site. Compliance with federal or state statutory and regulatory requirements shall be determined by the State at its sole discretion. The Vendor must have the ability to provide data encryption between the Point of Presence at NC State University and the recovery center. Encryption standards may be subject to federal or state statutory and regulatory requirements, and shall be determined by the State at its sole discretion. F. Testing Requirements Offeror must allow NC State University technical staff to test equipment and recovery of applications as often as desired at no additional cost. G. Length of Contract Responses must be submitted for a contract term of two (2) years with the option to renew for two (2) additional one (1)- year terms. This contract will begin when an award is made. H. Contract Change Procedures Consistent with Section VIII (A)(13) and Section X of the BCBRS Convenience Contract, the State may amend this Scope Statement, the terms and conditions incorporated herein, attachments issued pursuant to this Scope Statement, or any action dates set forth herein when such amendments: (i) further the State s need or requirements for business continuity and recovery specialty areas, (ii) (ii) may be required to incorporate applicable state or federal statutory or regulatory changes, (iii) (iii) may be required to incorporate changes or enhancements under applicable industry (iv) standards, or (iv) are deemed advantageous by the State to further the purpose of this Scope Statement. Future amendments may address other similar changes and requirements that will be defined as a part of the amendment. Page 6
7 The State and eligible Offerors shall mutually agree upon amendments to this contract in writing. Eligible Offerors will be notified in writing when the contract has been amended and will be allowed sixty (60) calendar days from the issue date of the written notification to accept or reject the amendment in writing. A signature is required. The effective date of any amendment shall be sixty (60) days from the date of notification. If an eligible Offeror rejects an amendment, the State shall cancel the contract with that Offeror for cause upon the earlier of (i) 30 days after receipt of the Offeror s rejection, or (ii) ninety (90) days from the issue date of the amendment. If an eligible Offeror fails to respond in writing to a notification of amendment to this scope statement, said eligible Offeror shall be issued a notification for termination for convenience to be effective within (30) days of the amendment s effective date. Scope statements in process shall be subject to the terms of the amended contract on the effective date of amendment. I. Vendor Proposal Costs Each piece of equipment or service must be priced independently. Costs must cover all requirements set forth in this document, unless otherwise noted. All costs for items listed in Section D must be presented using the following table format: Item Quantity Requested by ACS Quantity Primary Site # of Current Subscriptions for Item Max # of Subscriptions Allowed for Item Total Cost J. Additional Vendor Qualifications Mandatory Qualifications include: Ability to meet all recovery requirements included in Section D of this document, excluding those specifically stated as optional or preferable. Compliance with all security requirements as described in Section E of this document, excluding those specifically stated as optional or preferable. Failure to meet these qualifications in the judgement of the evaluators will disqualify the vendor. K. Additional Contractual Terms When data communication is established between North Carolina and the primary hotsite facility, and during a declaration, NC State is directed to the alternate facility, the vendor will bear the cost of re-routing communications. Additionally, the ACS team must be physically located in the same location for testing and in the event of a declaration. All equipment and services must be priced independently, allowing NC State the ability to modify individually by line item as needed. Due to the constantly changing technical environment at NC State, it is expected that the detailed technical requirements contained in this document may change between the issue date Page 7
8 and when the contract is awarded. The changes are not expected to be material, however the awarded vendor is expected to include the changes when the initial contract is established. L. Evaluation Criteria The selection criteria will be based on the best value concept rather than on lowest cost.. Source selection will be in accordance with the trade-off method as described in the North Carolina Administrative Code, Title 9, Chapter 06B For this scope statement, the evaluation criteria shall be: Criteria # Criteria Description Percentag e Weight 1 Ability to meet requirements as stated in Section D 25% (excluding D.4.1-3) 2 Ability to meet requirements as stated in Section E 25% 3 Location of facility from ACS Data Center (D.4.1-3) 30% 4 Total contract cost over two (2) years 20% The evaluation committee may request written clarifications of any offer received. However, the State may, at its sole discretion, refuse to accept in full or partially the response to a clarification request given by any vendor. Vendor is cautioned that the evaluators are not required to request clarification, nor is the State required to conduct negotiations; therefore, all offers should be complete and reflect the most favorable terms. The State may, at its sole discretion, conduct negotiations with one or more offerors after the bid opening. Any aspect of a vendor s bid, including price, may be subject to negotiation. The State may request Vendors to revise either or both their technical and price responses for resubmission during negotiations. This request, if made, may be made in the form of requesting a Best and Final Offer setting forth the result of the negotiations. Final ranking of responses and award of the contract will be made after the State reviews all bids and completes its evaluation, or if negotiations are conducted, after all rounds of Best and Final Offers have concluded. Award will be made to the vendor providing the best overall value to the University. The State reserves the right to reject any bid failing to meet the required evaluation criteria. Note: Those vendors who do not satisfy the Vendor Qualifications specified in Section I will not be considered in the evaluation process. M. Administrative Items Important: One (1) hardcopy original and four (4) copies of your response, signed by an authorized officer of the corporation shall be submitted. In addition, an electronic version of your response is required in PDF format. Response should be clearly labeled as a "Response to the NCSU Administrative Computing Services No. ITS " Page 8
9 All responses are due by 2:00 p.m., Thursday, January 3, 2002, to the following address: Attn: Jessica Dalton Purchasing Agent North Carolina State University Purchasing Department 40 Pullen Road, Campus Box 7212 Room 206 Alumni Bldg Raleigh NC Responses received after 2:00 p.m. on January 3, 2002, will not be considered for award. N. Execution of Scope Statement Responding vendors must include the signed Execution of Scope Statement form provided on the following page. Page 9
10 EXECUTION OF SCOPE STATEMENT By signing below, the Offeror certifies that: An authorized representative of the Offeror signed this scope statement response. This scope statement response was not derived through any acts of collusion as stated in NCGS The Offeror agrees to all the mandatory terms and conditions and agrees to pay the 2% administrative fee to ITS per Section I, Paragraph B, of the ITS Business Continuity and Recovery Services Contract. Therefore in compliance with the foregoing Scope Statement and subject to all terms and conditions of the ITS Business Continuity and Recovery Services Contract, including all exhibits, the undersigned offers and agrees to furnish the services set forth in the Scope Statement if the Scope Statement Response is accepted by the State. Failure to execute/sign scope statement prior to submittal shall render it invalid. Late bids are not acceptable. OFFEROR: FEDERAL ID OR SOCIAL SECURITY NO.: STREET ADDRESS: P.O. BOX: ZIP FOR P.O. BOX: CITY, STATE & ZIP: TELEPHONE NUMBER: ( ) FAX NUMBER ( ) TYPE OR PRINT NAME & TITLE OF PERSON SIGNING: TOLL FREE TELEPHONE NUMBER: ( ) AUTHORIZED SIGNATURE: DATE: Acceptance by Agency is contingent upon ITS approval of the Agency s recommendation of award. This contract award was approved by ITS on, 20, as indicated by attached certification letter from ITS. ACCEPTANCE OF SCOPE STATEMENT RESPONSE If any or all parts of this scope are accepted, an authorized representative of Contracting Agency shall affix their signature hereto and this document along with the provisions of the Umbrella Contract shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful offeror(s). FOR CONTRACTING AGENCY USE ONLY Offer accepted this day of, 20, as indicated on attached certification or purchase order, by (Authorized representative of Contracting Agency). Page 10
Scope Statement for DST IT Disaster Recovery Services
Scope Statement Administrative Services Division Information Technology Section AUTHORIZATION TO AWARD 3/23/01 VENDOR: IBM BUSINESS CONTINUITY AND RECOVERY SERVICES Scope Statement for DST IT Disaster
Request for Proposals
Request for Proposals Title: RFP #: 2010-HR-001 Issue Date: January 4, 2010 Due Date/Time: January 28, 2010 2 p.m. Issuing Agency: Harnett County Human Resources Department 102 E. Front Street P.O. Box
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,
REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)
REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0
BID SPECIFICATION PACKAGE
REQUEST FOR PROPOSALS: E-RATE TELEPHONE SYSTEM & COMPLETE INTERNAL CONNECTIONS BID SPECIFICATION PACKAGE FOR: HOUSTON GATEWAY ACADEMY, INC. REQUEST FOR PROPOSAL Telephone System for Houston Gateway Academy,
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
Cleveland County Emergency Medical Services. PO Box 1210. Shelby, NC 28151 704-484-4984. Request for Proposal. For. Debt Collection Agency Services
Cleveland County Emergency Medical Services PO Box 1210 Shelby, NC 28151 704-484-4984 Request for Proposal For Debt Collection Agency Services Proposals Must Be Submitted by July 16, 2013 Issue Date: June
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,
C. La Plata County is exempt from all state taxation including state sales and use tax.
Informal Bid (Request for Quotes) Drupal Hosting and Development Service Project Number 12-062-2201 Let Date: August 17, 2012 Bid Deadline: 2:00 p.m. August 30, 2012 I. Administrative Information A. La
CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015
CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015 The City of Martinsville is seeking proposals from qualified contractors to provide Bill Printing
1 OPPORTUNITY SUMMARY
REQUEST FOR PROPOSALS: MANAGED SERVICES FOR INFRASTRUCTURE AND IT SUPPORT SERVICES Posting Date: Thursday, January 7, 2016 Due Date: Friday, February 5, 2016 1 OPPORTUNITY SUMMARY The Massachusetts Clean
COUNTY OF TANEY, MISSOURI
COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March
CITY OF MILTON REQUEST FOR PROPOSAL #09-001-ITS
CITY OF MILTON REQUEST FOR PROPOSAL #09-001-ITS to provide INFORMATION TECHNOLOGY SUPPORT SERVICES Issued: November 2, 2009 Submit completed application to: City of Milton 1000 Laurel Street Milton, WA
Solicitation 1210-014. Web Hosting Services for the Disaster Volunteer Network. State of California
Solicitation 1210-014 Web Hosting Services for the Disaster Volunteer Network State of California Oct 12, 2012 4:28:36 PM PDT p. 1 Bid 1210-014 Web Hosting Services for the Disaster Volunteer Network Bid
Region 7 Education Service Center Request for Proposal (RFP) For Data Center services
Region 7 Education Service Center Request for Proposal (RFP) For Data Center services Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply
REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services
STATE OF GEORGIA Georgia Southern University REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services For all questions about this RFP contact:, Issuing Officer RELEASED ON: DUE ON:, 1:00
Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services
Detroit Land Bank Authority Request for Qualifications: As Needed Legal Services RFQ NUMBER: 02-09-2015 DATE ISSUED: Request for Qualifications As Needed Legal Services Page 2 REQUEST FOR QUALIFICATIONS
Fayetteville Public Schools Request for Proposals (RFP) Susan Norton Contract Authority [email protected]
Fayetteville Public Schools Request for Proposals (RFP) Title: Department: District Cellular Smartphone Technology Issue Date: January 21st, 2014 Due Date: 4:00 PM, February 19 th, 2014 Issuing Agency:
Request for Proposal - Business Telephone System
Request for Proposal - Business Telephone System Return Bid No Later Than: August 1 at 10:00 am Return Bid To: Town of Weaverville PO Box 338 Weaverville, NC 28787 Attn: Michael Boaz Description: Purchase,
1 OPPORTUNITY SUMMARY
REQUEST FOR PROPOSALS: SOFTWARE IMPLEMENTATION PROJECT MANAGEMENT SERVICES Posting Date: Wednesday, September 23, 2015 Due Date: Tuesday, October 13, 2015 1 OPPORTUNITY SUMMARY The Massachusetts Clean
Relocation Services Request for Proposal
SCOPE OF WORK The University of South Carolina (University) is seeking proposals from qualified entities to provide comprehensive relocation services to interested faculty and staff being employed on any
Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
Re: Specialized Educational Services Request for Proposal #15-06-4493RFP. Notice to Proposers
Purchasing Department Kristine Johnston, Director of Purchasing July 1, 2015 Re: Specialized Educational Services Request for Proposal #15-06-4493RFP Notice to Proposers Proposals for Specialized Educational
ROCKINGHAM COUNTY GOVERNMENTAL CENTER Purchasing Office
ROCKINGHAM COUNTY GOVERNMENTAL CENTER Purchasing Office Rockingham County Government REQUEST FOR PROPOSALS INSURANCE BROKERS / CONSULTANTS RFP #15-07 Rockingham County Government is seeking bidders from
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.
LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the New Jersey Building Authority Capital Budget Modeling and Advisory Services State Fiscal Years 2016, 2017 and 2018 Issued by the
Invitation to Bid (ITB) ITB15000677
Invitation to Bid (ITB) ITB15000677 ORACLE EXADATA STORAGE SERVER SUPPORT IDAHO DEPARTMENT OF HEALTH & WELFARE INFORMATION & TECHNOLOGY SERVICES DIVISION Date of Issuance: 05/21/2015 TABLE OF CONTENTS
PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS
PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST
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,
ATLANTA PUBLIC SCHOOLS
Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified
Orange County Schools 200 East King Street. Hillsborough, NC 27278. Request for Proposals
Orange County Schools 200 East King Street Hillsborough, NC 27278 Request for Proposals EQUIPMENT AND INSTALLATION OF REPLACING DISTRICT-WIDE VOICE-OVER-IP PHONE SYSTEM 1. GENERAL DESCRIPTION 1.1 Orange
Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014
Department of Exceptional Learning Request for Proposal (RFP) Occupational and Physical Therapy Deadline for Submission: August 25, 2014 Notices to Companies/Firms Copies of RFP can be printed from our
City of Union, Missouri Request for Proposal Audit Services
City of Union, Missouri Request for Proposal Audit Services The City of Union is seeking proposals for qualified firms of certified public accountants to audit the City s financial statements for the fiscal
PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)
PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (RFP) for Telephone Service (Analog Phone Service) TABLE OF CONTENTS Part 1: Introduction & RFP Timeline... 1 Part 2: General Instructions and Conditions;
APPLICATION FOR THE E911 RURAL COUNTY GRANT PROGRAM
APPLICATION FOR THE E911 RURAL COUNTY GRANT PROGRAM W Form 1A, incorporated by reference in Florida Administrative Code Rule 60FF1-5.002 Rural County Grants, E911 Rural County Grant Application, effective
REQUEST FOR PROPOSAL
CITY OF MUKILTEO 11930 Cyrus Way Mukilteo, Washington 98275 425-263-8030 www.ci.mukilteo.wa.us REQUEST FOR PROPOSAL IT SERVICES ACQUISTION SCHEDULE The Acquisition Schedule is as follows, with all times
SAMPLE REQUEST FOR PROPOSALS TEMPLATE
SAMPLE REQUEST FOR PROPOSALS TEMPLATE Request for Proposals (RFP) For: [Title of RFP Project] Note: This sample is for a fabrication type of RFP. [RFP ID #] Issued: [Date] Submission deadline: [Time/Date]
QSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
Town of Maiden. Request for Proposals For Sign Replacement Project
Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina
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
REQUEST FOR PROPOSAL IN NETWORK State Funded Psychosocial Rehabilitation In Cumberland County RFP # 2015-103 June 23, 2015
REQUEST FOR PROPOSAL IN NETWORK State Funded Psychosocial Rehabilitation In Cumberland County RFP # 2015-103 June 23, 2015 NOTE: Alliance reserves the right to modify this RFP to correct any errors or
Request for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology [email protected]
REQUEST FOR PROPOSAL-INFORMATION TECHNOLOGY SUPPORT SERVICES
Isothermal Planning & Development Commission (IPDC) REQUEST FOR PROPOSAL-INFORMATION TECHNOLOGY SUPPORT SERVICES Proposals will be received by the IPDC for Information Technology Support Services. Interested
Request for Proposal Managed IT Services 7 December 2009
Request for Proposal Managed IT Services 7 December 2009 BuzzBack, LLC 25 West 45 th Street Suite 202 New York, NY 10036 Table of Contents 1 Summary... 1 2 Proposal Guidelines and Requirements... 1 2.1
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
OSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]
Scope Statement for Business Recovery Services. BCRS Contract Attachment #1 #ITS-000317
Scope Statement State of North Carolina Office of Information Technology Services AWARDED VENDOR: SUNGARD RECOVERY SERVICES, INC. 6/18/2001 Scope Statement for Business Recovery Services BCRS Contract
Request for Proposals for Solar Renewable Energy Certificates RFP #1012 March 7, 2012
Request for Proposals for Solar RFP #1012 March 7, 2012 1.0 INTRODUCTION GreenCo Solutions, Inc. (GreenCo) is seeking proposals for (RECs) from qualified solar resources. The purpose of this Request for
Detroit Land Bank Authority. Request for Proposals: Call Center Services
Detroit Land Bank Authority Request for Proposals: Call Center Services RFP NUMBER: 05-18-001 DATE ISSUED: Request for Proposals Call Center Services Page 2 REQUEST FOR PROPOSALS CALL CENTER PROFESSIONALS
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The
Employee Performance Appraisal Software
REQUEST FOR PROPOSALS Employee Performance Appraisal Software 5400 Ox Road Fairfax Station, Virginia 22039 June 18 th, 2014 NOTICE REQUEST FOR PROPOSALS Employee Performance Appraisal Software June 18
Debt Collection Services
NORTHWEST RURAL EMERGENCY MEDICAL SERVICES ASSOCIATION, INC. 29530 QUINN ROAD TOMBALL, TX 77375 281-351-8272 REQUEST FOR PROPOSALS For Debt Collection Services for Northwest EMS Proposals are due by 3:00
FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR
FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR A New High School Competition Gym RFP No. 052015-036 PROPOSALS ARE DUE 10:00
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS 1.0 GENERAL INFORMATION 1.1 Introduction. a. The Pennsylvania Convention Center Authority ( PCCA or the Authority ) is the entity responsible for the construction and operation of
Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm
Request for Proposal for Identity Theft Protection Services RFP No. 1521 Sealed Proposals will be received until April 2, 2015 at 3pm PROPOSALS ARE TO BE DELIVERED OR MAILED TO: Jessica Chavira TEXAS STATE
Commercial Liability Insurance Brokerage RFP
2014 Commercial Liability Insurance Brokerage RFP Closing Date: Contract Administrator: December 17 th, 2014, 3:30pm Eric C. Faulkner Telephone: 704-283-7583 x. 227 Facsimile: 704-283-1964 E-Mail Address:
Solicitation 14-850. RFQ ITS for Disaster Recovery Warm-Site Services. Bid designation: Public. State of California
5 Solicitation 14-850 RFQ ITS for Disaster Recovery Warm-Site Services Bid designation: Public State of California 5/19/2015 2:12 PM p. 1 6 RFQ ITS for Disaster Recovery Warm-Site Services 5 Bid Number
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION
TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TxDOT 9628622 INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION This specification is a product of the Texas
Merchant Account Services
COLORADO MOUNTAIN COLLEGE Request for Proposal Number #466-10 Merchant Account Services Due: July 31, 2010 at 4:00 PM Mountain Time COLORADO MOUNTAIN COLLEGE INVITATION TO BID #466-10 Merchant Account
REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
NOTICE TO CONTRACTORS
(ISP rfp.doc) REQUEST FOR PROPOSAL #B600912 for an Internet Service Provider (ISP) for the Campus Community, Alumni, and Friends of Clarion University of Pennsylvania a member of The Pennsylvania State
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA ACTIVITY (All times are EST) Dated September 20, 2013
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013
COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 Page 1 of 9 REQUEST FOR PROPOSAL (RFP) Issue Date: Tuesday, February 19, 2013
KIPP MEMPHIS COLLEGIATE SCHOOLS
KIPP MEMPHIS COLLEGIATE SCHOOLS Request for Proposal T2016 101 This is a request for internet connectivity for our Regional School System. KIPP MEMPHIS COLLEGIATE SCHOOLS 2 Request for Proposal Template
Prepared by: OIC OF SOUTH FLORIDA. May 2013
OIC OF SOUTH FLORIDA REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Proposals will be received by OIC of South Florida for Information Technology Support Services. Interested vendors should
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.
Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION
REQUEST FOR PROPOSALS RFP No. 14-01-11 Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION Proposals will be received on or before 2:00 pm local time Wednesday, February 19, 2014
REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES
CITY OF RICHLAND HILLS, TEXAS REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Proposals will be received by the City of Richland Hills for Information Technology Support Services. Interested
COLLEGE OF WESTERN IDAHO. Request for Proposal WEBSITE REDESIGN SERVICES. Due: November 8, 2010 At 5:00 p.m. Deliver to:
COLLEGE OF WESTERN IDAHO Request for Proposal WEBSITE REDESIGN SERVICES Due: November 8, 2010 At 5:00 p.m. Deliver to: College of Western Idaho Attn: Jennifer Couch RFP-Website Redesign Services 6056 Birch
STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM
8-21-14 RFP STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM DATE: October 1, 2015 RFP # 40100-04815 IS AMENDED AS FOLLOWS: 1. This
Data Center Colocation - SLA
1 General Overview This is a Service Level Agreement ( SLA ) between and Data Center Colocation to document: The technology services Data Center Colocation provides to the customer The targets for response
Request for Proposal Business & Financial Services Department
Request for Proposal Business & Financial Services Department CONTRACT 5118 P Enterprise Project Management Solution Design and Implementation 1. Introduction 1.1 The City of Richmond (the City ) proposes
REQUEST FOR PROPOSAL E-RATE Funding Year 2015 HOSTED VOICE OVER IP (VOIP) for Tunica County School District
REQUEST FOR PROPOSAL E-RATE Funding Year 2015 HOSTED VOICE OVER IP (VOIP) for Tunica County School District Tunica County School District Technology Department 744 School Street P. O. Box 758 Tunica, MS
REQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: [email protected] REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
REQUEST FOR PROPOSAL BACKUP SOLUTION PUTNAM PUBLIC SCHOOLS PUTNAM, CONNECTICUT OWNER: ADMINISTRATIVE OFFICES PUTNAM, CONNECTICUT 06260 OWNER CONTACT:
REQUEST FOR PROPOSAL PUTNAM PUBLIC SCHOOLS 126 CHURCH STREET PUTNAM, CONNECTICUT OWNER: PUTNAM PUBLIC SCHOOLS ADMINISTRATIVE OFFICES 126 CHURCH STREET PUTNAM, CONNECTICUT 06260 OWNER CONTACT: NANCY T.
APPLICATION FOR THE E911 RURAL COUNTY GRANT PROGRAM
APPLICATION FOR THE E911 RURAL COUNTY GRANT PROGRAM W Form 1A, incorporated by reference in Florida Administrative Code Rule 60FF1-5.002 Rural County Grants, E911 Rural County Grant Application, effective
High Speed Internet Deployment In the Back of the Yards Neighborhood
High Speed Internet Deployment In the Back of the Yards Neighborhood For Back of the Yards Neighborhood Council 1 P a g e Table of Contents 1 General Invitation to Respond... 4 2 General Terms and Conditions...
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
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
Limited Agency/Company Agreement
Effective, this Agreement is entered into by and between Safepoint MGA, LLC and Safepoint Insurance Company Inc., hereinafter referred to as Company, and hereinafter referred to as Agent. It being the
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
Supplier IT Security Guide
Revision Date: 28 November 2012 TABLE OF CONTENT 1. INTRODUCTION... 3 2. PURPOSE... 3 3. GENERAL ACCESS REQUIREMENTS... 3 4. SECURITY RULES FOR SUPPLIER WORKPLACES AT AN INFINEON LOCATION... 3 5. DATA
Hosted VoIP RFP. Throughout this document, the word System refers to The Jackson Hinds Library System
Hosted VoIP RFP Throughout this document, the word System refers to The Jackson Hinds Library System Subject RFP-For a 3 year contract with the option for a 2 year voluntary extension, the System desires
