Solicitation RFQ ITS for Disaster Recovery Warm-Site Services. Bid designation: Public. State of California

Size: px
Start display at page:

Download "Solicitation 14-850. RFQ ITS for Disaster Recovery Warm-Site Services. Bid designation: Public. State of California"

Transcription

1 5 Solicitation RFQ ITS for Disaster Recovery Warm-Site Services Bid designation: Public State of California 5/19/2015 2:12 PM p. 1 6

2 RFQ ITS for Disaster Recovery Warm-Site Services 5 Bid Number Bid Title RFQ ITS for Disaster Recovery Warm-Site Services Expected Expenditure $252, (This price is expected - not guaranteed) Bid Start Date May 19, :10:27 PM PDT Bid End Date Jun 10, :00:00 PM PDT Question & Answer End Date May 27, :00:00 PM PDT Bid Contact Andrea Sutton asutton@arb.ca.gov Standard Disclaimer The State of California advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or other state department links for modifications to bid documents. The State of California is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk. The information published and/or responded to on these websites is public information. Confidential questions/issues/concerns should be directed to the contact on the ad. Description Please see the attached RFQ ITS for all requirements. 5/19/2015 2:12 PM p. 2 6

3 STATE OF CALIFORNIA Request For Quotation For Information Technology Services QUOTE DUE DATE: June 10, 2015 By 1:00 PM PST Quotes must be delivered to Air Resources Board by 1:00PM PST on the due date Supplier name and address: SOLICITATION NO. REV. # DATE _RFQ _5/19/2015_ Contact: Phone: Fax: For further information contact: Andrea Sutton asutton@arb.ca.gov Ship To: (see below or bid document) ARE YOU CLAIMING PREFERENCE AS A SMALL BUSINESS: YES NO IF YES, MANUFACTURER? YES NO ARE YOU A NON-SMALL BUSINESS CLAIMING AT LEAST 25% SMALL BUSINESS SUBCONTRACTOR PREFERENCE? YES NO Name (Print): Title: Signature: Date: Federal Employer Identification Number: Return bid to: Contract Services Section Attn: Andrea Sutton I Street, 20th Floor Sacramento, CA Bids must be hand delivered or sent by mail (e.g., USPS, UPS, FEDEX, DHL). Responses received via any other method will be deemed non-responsive and rejected. SECTION ET SEQ. OF THE CALIFORNIA GOVERNMENT CODE REQUIRES THAT A 5% PREFERENCE BE GIVEN TO BIDDERS WHO QUALIFY AS A SMALL BUSINESS AS A NON-SMALL BUSINESS CLAIMINIG AT LEAST 25% CALIFORNIA CERTIFIED SMALL BUSINESS PARTICIPATION FOR REQUIREMENTS SEE TITLE 2, CALIFORNIA CODE OF REGULATIONS SECTION 1896 ET SEQ. THE REQUIREMENTS FOR NONPROFIT VETERAN SERVICE AGENCIES QUALIFYING AS A SMALL BUSINESS ARE CONTAINED IN SECTION ET SEQ. OF THE MILITARY AND VETERANS CODE. Bidder offers and agrees if this response is accepted within 45 calendar days following the date the response is due to furnish all the items upon which prices are quoted, at the prices set opposite each item, delivered at the designated point(s) by the method of delivery and within the times specified and subject to the attached General Provisions. DECLARATIONS UNDER PENALTY OF PERJURY; By signing above, with inclusion of the date of signature, the above signed bidder DECLARES UNDER PENALTY OF PERJURY under the laws of the State of California as follows: (1) (STATEMENT OF COMPLIANCE). The above signed as complied with the non-discrimination program requirements of Government Code and Title 2, California Administrative Code Section 8103, and such declaration is true and correct. (2) The National Labor Relations Board declaration set forth in Paragraph 48 of the General Provisions is true and correct. (3) If a claim is made for the Small Business or Disabled Veterans Business preference, the information set forth within is true and correct. DESCRIPTION The purpose of this Request for Quote for Information Technology (IT) Services is to provide Disaster Recovery Warm-Site services for the California (ARB). The following are incorporated as part of this Request for Quote for IT Services: Bidder Instructions (GSPD-451) General Provisions Information Technology (GSPD-401IT) 5/19/2015 2:12 PM p. 3

4 Page 2 of 2 Table of Contents I. General Information... 1 A. Purpose... 1 B. Availability... 2 C. Period of Performance... 2 D. Key Action Dates... 2 E. Written Questions... 2 F. RFQ-ITS Response Guidelines... 3 G. Responsible Bidder... 3 H. RFQ-ITS Responses... 3 I. Award of Agreement... 3 J. Protests... 4 K. RFQ-ITS Response Content... 4 II. Evaluation Information... 8 A. Evaluation Process... 8 B. Evaluation Criteria... 8 III. Technical and Business Requirements... 9 A. Business Requirements... 9 B. Technical Requirements IV. Statement of Work A. Overview B. Service Delivery C. Contractor Tasks and Responsibilities D. Deliverables E. Acceptance Criteria F. Amount G. Amendments H. ARB Responsibilities I. Travel J. Evaluation of the Contractor K. Confidentiality L. Conflict of Interest ATTACHMENT 2 COST WORKSHEET... 1 ATTACHMENT 3 CUSTOMER EXPERIENCE REFERENCES... 1 ATTACHMENT 4 PAYEE DATA RECORD (STD 204)... 1 ATTACHMENT 5 BIDDER DECLARATION /19/2015 2:12 PM p. 4

5 Page 1 of 19 Disaster Recovery Warm-Site Services You are invited to review and respond to this Request for Quote for IT Services (RFQ-ITS) entitled Disaster Recovery Warm-Site Services. In submitting your quote, you must comply with the instructions found herein. The services required are delineated in the Statement of Work. Please read the enclosed document carefully. Quotes must be received no later than the date and time specified on the face of this RFQ-ITS and in Section I.D. Key Action Dates. I. General Information A. Purpose The State of California (ARB) requires the services of a Contractor to provide Disaster Recovery (DR) Warm Site Services, including: 1. Warm-site certified Tier 3 facility with ARB s equipment and configurations 2. One-time setup to receive shipped equipment, provide cabinet space, internet connectivity, power, and support initial hardware installation and configuration 3. Monthly warm-site co-location services, including 24x7x365 physical and remote network access for ARB staff and limited remote hands presence Currently, ARB hosts and supports more than 90 mission-critical and public-facing business applications and databases at the California Department of Technology Data Center in Rancho Cordova, California. These systems are typically custom-built and developed specifically to meet ARB business needs, and to serve and deliver air quality information to ARB stakeholders and to the general public. Additionally, ARB s public and internal websites serve more than 400,000 pages, files, and images of content to ARB staff, stakeholders, and the public, and act as portals to ARB applications. ARB s public website is accessed 2-4 million times per month by more than 180,000 persons. Content is managed by more than 300 ARB staff. ARB also utilizes a public List Server to manage hundreds of program-specific mailing lists and more than 100,000 subscribers. Although the Department of Technology Data Center is a Tier 3 facility, ARB s public-facing and mission-critical applications and databases could become unavailable in case of a natural or manmade disaster. ARB therefore requires a suitable DR site for storing backups, archives, and reconstituting its most critical systems in case of an extended outage. Unlike ARB s headquarters and laboratory facilities, this DR site must not be dependent on the State s backbone network for accessibility to the public and other ARB stakeholders. ARB s DR site must be located more than fifty (50) miles but less than one hundred and fifty (150) miles one way from ARB s headquarters in downtown Sacramento. ARB staff will require 24x7x365 remote access as well as physical access to install or upgrade servers, and ARB may conduct Recovery Exercise/Testing on an annual basis. Currently, there is no other service provider supporting these services for the Air Resources Board. The total amount of funds allocated for this service cannot exceed $252,500 over a five (5) year contract period. 5/19/2015 2:12 PM p. 5

6 Page 2 of 19 B. Availability The selected bidder must be able to meet the requirements of this RFQ-ITS and be ready to begin the required services within ten (10) business days of the Agreement award date specified in Section I.D. Key Action Dates. C. Period of Performance The term of this Agreement begins on the date as indicated on the Standard Agreement for IT Goods/Services (STD213) through June 24, 2018 with the option for the State to extend the term for up to two (2) one-year terms at the rates specified in Attachment 2 (Cost Sheet) that includes optional costs for optional extensions to the contract. The period of performance must be changed by a written Amendment to the Agreement, if ARB exercises its option to extend services. The Contractor shall not be authorized to deliver or commence performance of services as described in this Statement of Work (SOW) until written approval has been obtained from all entities. No delivery or performance of service may commence prior to the execution of the Agreement. D. Key Action Dates Listed below are the key action dates and times by which the actions must be taken or completed. If the State finds it necessary to change any of these dates, it will be accomplished via an addendum to this RFQ-ITS. EVENT DATE Release of RFQ-ITS May 19, 2015 Last Date/Time to Submit Questions (via ) May 27, 2015 at 1:00PM PST Question and Answers Addendum Posted (via ) May 29, 2015 Submission of Quotes (date and time) June 10, 2015 at 1:00PM PST Review of Quotation Submissions Begins June 11, 2015 Site Visits Projected to Begin, if needed June 15-16, 2015 Intent to Award June 18, 2015 Estimated Contract Start Date June 25, 2015 All dates after the Submission of Quotes (date and time) are approximate and may be changed if needed to allow the State additional time for evaluation and contract execution. E. Written Questions All questions regarding the content of this RFQ-ITS must be submitted in writing by to the ARB contact named on the cover page of this RFQ-ITS and must be received by the Key Action Date identified above. Questions not submitted in writing via by the Key Action Date for submission of written questions shall be answered at the State s option. When the State has completed its review of the questions, all of the questions and answers will be distributed via to all bidders or posted on BidSync for bidders to review. 5/19/2015 2:12 PM p. 6

7 Page 3 of 19 F. RFQ-ITS Response Guidelines This RFQ-ITS and the Contractor s quote in response to this document will be made a part of the contract. Responses to this RFQ-ITS must contain all data/information requested and must conform to the format described in this RFQ-ITS. It is the Contractor s responsibility to provide all required data and any other information deemed necessary for the State s evaluation team to determine and verify the Contractor s ability to perform the tasks and activities defined in the Contractor s Statement of Work. All bids must be submitted under sealed cover and either hand delivered or mailed/shipped via common carrier to the ARB contact specified on the Cover Page of this RFQ-ITS by the date and time shown in Section I.D. Key Action Dates. The envelopes must be plainly marked with the RFQ number and title, must show the Bidder s firm s name and address, and must be marked with "DO NOT OPEN. Facsimile machine (fax) bids or delivery via any other method will not be accepted. The bidder is solely responsible for ensuring that the full bid is received by the State in accordance with the solicitation requirements prior to the date and time specified in the solicitation and at the place specified. The State shall not be responsible for any delays in mail or by common carriers or by transmission errors or delays or by misdelivery. WHEN SUBMITTING YOUR RESPONSE TO THIS RFQ-ITS, PLEASE SUBMIT 4 COPIES. G. Responsible Bidder ARB may require bidder(s) to submit evidence of their qualifications at such times and under conditions, as it may deem necessary. The question of whether a particular bidder is a responsible bidder may involve an evaluation of the bidder s experience, type of facility, expertise or financial resources regarding the particular items requested by the pertinent solicitation. If a bidder has been determined to be non-responsible, the bid shall be rejected. H. RFQ-ITS Responses RFQ-ITS responses that reference a bidder s own terms and conditions or provisions will be considered non-responsive. I. Award of Agreement Award of Agreement, if made, will be in accordance with the RFQ-ITS Evaluation information specified in Section II, to a responsible bidder whose bid complies with all the requirements of the RFQ-ITS documents and addenda thereto, except for such immaterial defects as may be waived by the State. ARB reserves the right to determine the successful bidder on the basis of lowest cost and the right to modify or cancel in whole or in part this RFQ-ITS. Written notification of ARB s intent to award will be made to all responding bidders. If a bidder, having submitted a bid, can show that its bid, instead of the bid selected by ARB, should be selected for Agreement award, the bidder will be allowed five (5) working days to submit a protest to the Intent to Award, according to the instructions contained in the paragraph titled Protests of this RFQ-ITS. 5/19/2015 2:12 PM p. 7

8 Page 4 of 19 J. Protests Any bidder s issues regarding solicitation requirements must be resolved (or attempts to resolve them must have been made) before a protest may be submitted according to the procedure below. These issues will first be resolved by the contact for the solicitation. If the issues result in a protest, the protest will be submitted to the Department of General Services (DGS) Procurement Division Deputy Director to hear and resolve issues and whose decision will be final. If a bidder has submitted a bid that it believes to be totally responsive to the requirements of the RFQ-ITS and to be the bid that should have been selected according to the evaluation procedure in the solicitation section on Evaluation, and the bidder believes the State has incorrectly selected another bidder for award, the bidder may submit a protest of the selection as described below. Protests regarding selection of the successful supplier will be heard and resolved by the Victim Compensation and Government Claims Board whose decision will be final. All protests of award must be made in writing, signed by an individual authorized to bind the bidder contractually and financially, and contain a statement of the reason(s) for protest; citing the law, rule, regulation or procedure on which the protest is based. The protester must provide facts and evidence to support the claim. Protests must be mailed or delivered to both parties listed below: Deputy Director Procurement Division Contracts Section Manager 707 Third Street, Second Floor South 1001 I Street, 20 th Floor West Sacramento, CA Sacramento, CA Facsimile #: (916) Facsimile #: (916) All protests to the RFQ-ITS or protests concerning the evaluation, recommendation, or other aspects of the selection process must be received by the DGS Procurement Division Deputy Director as promptly as possible, but not later than the date of Intent to Award specified in Section I.D. Key Action Dates. Certified or registered mail must be used unless delivered in person, in which case the protester should obtain a receipt of delivery. K. RFQ-ITS Response Content The following documents must be submitted in the RFQ-ITS response. 1. Cover Page Attachment 1 Bidder must complete and attach the cover page of this RFQ-ITS and include it as Attachment 1 2. Cost Worksheet Attachment 2 Bidder must complete the Attachment 2 - Cost Worksheet that identifies all costs for the tasks described in the Statement of Work, including one-time costs (Part A), base contract recurring monthly costs for three (3) years (Part B), and optional costs extensions (Part C). Optional extension costs would be in effect should the State exercise its option to extend the term of the contract for up to two (2) one-year terms. 5/19/2015 2:12 PM p. 8

9 3. Customer Experience References Attachment 3 Page 5 of 19 The bidder must submit a minimum of three (3) references to validate experience providing hosting services for projects with similar scope, schedule and resources to this project. The bidder shall complete the Customer Experience Reference Form, Attachment 3, listing each reference. The descriptions of these projects must be detailed and comprehensive enough to permit the State to assess the similarity of those projects to the work anticipated in the award of the contract resulting from this procurement. The State may contact customer references any time during the State s review process following Submission of Quotes to validate the information provided by the bidder and to determine the customer s overall satisfaction with the services provided. Therefore, it may prove beneficial to the bidder to contact its referenced customers to ensure their contact information provided on the Customer Experience Reference Form is up-to-date and that the reference will be available during the period of time that the State will be validating references. 4. Payee Data Record Attachment 4 The bidder must submit a completed Payee Data Record, STD. Form Bidder Declaration Attachment 5 The bidder must complete Attachment 5 the Bidder Declaration GSPD and include it with the bid response. When completing the declaration, Bidders must identify all subcontractors proposed for participation in the Agreement. Bidders awarded an Agreement are contractually obligated to use the subcontractors for the corresponding work identified unless the State agrees to a substitution and it is incorporated by amendment to the Agreement. Bidders who have been certified by California as a Disabled Veteran Business Enterprise (DVBE) (or who are bidding rental equipment and have obtained the participation of subcontractors certified by California as a DVBE) should also submit a completed form(s) STD. 843 (Disabled Veteran Business Enterprise Declaration). All disabled veteran owners and disabled veteran managers of the DVBE(s) must sign the form(s). Should the form not be included with the solicitation, contact the State contracting official or obtain a copy online from the Department of General Services Procurement Division, Office of Small Business and DVBE Services (OSDS) website at The completed form should be included with the bid response. 6. TACPA If any of these acts apply complete the appropriate form and attach it to your response. The TACPA preference will be granted for this procurement. Bidders wishing to take advantage of this preference will need to review the following website and submit the appropriate response with the bid: Bidders wishing to take advantage of these preferences are required to submit the following applications/forms: TACPA (Std. 830) Manufacturer Summary of Contract Activities and Labor Hours (DGS/PD 525) 5/19/2015 2:12 PM p. 9

10 Page 6 of 19 Bidder s Summary of Contract Activities and Labor Hours (DGS/PD 526) If you qualify for more than one bidding preference (TACPA, Small Business), the maximum preference allowed by law is 15% or $100, DVBE Participation The State DVBE Program Participation requirement has been waived for this solicitation, but the DVBE incentive option does apply. 8. Small Business Regulations The Small Business regulations, located in the California Code of Regulations (Title 2, Division 2, Chapter 3, Subchapter 8, Section 1896 et. seq.), concerning the application and calculation of the small business preference, small business certification, responsibilities of small business, department certification, and appeals are revised, effective 09/09/04. More information about small business contracts can be viewed at the Office of Small Business and DVBE Services (OSDS) website at For those without Internet access, a copy of the regulations and other information can be obtained by calling OSDS at (916) Non-Small Business Subcontractor Preference A 5% bid preference is now available to a non-small business claiming 25% California certified small business subcontractor participation. If applicable, claim the preference in the box on the right hand side of the first page of this solicitation. 10. Small Business Nonprofit Veteran Service Agencies (SB/NVSA) SB/NVSA prime bidders meeting requirements specified in the Military and Veterans Code Section et seq. and obtaining a California certification as a small business are eligible for the 5% small business preference. If applicable, claim the preference in the box on the right hand side of the first page of this solicitation. 11. Attachment With Quote Required if Claiming the Small Business Preference All bidders must complete and include the Bidder Declaration form GSPD If claiming the non-small business subcontractor preference, the form must list all of the California certified small businesses with which you commit to subcontract in an amount of at least twenty-give percent (25%) of the net bid price. All certified small businesses must perform a commercially useful function in the performance of the contract as defined in Government Code Section 14837(d)(4) Small Business Certification Bidders claiming the small business preference must be certified by California as a small business or must commit to subcontract at least 25% of the net bid price with one or more California certified small businesses. Completed certification applications and required support documents must be submitted to the Office of Small Business and DVBE Services (OSDS) no later than 5:00 p.m. on the bid due date, and the OSDS must be able to approve the application as submitted. 5/19/2015 2:12 PM p. 10

11 Page 7 of 19 Small business nonprofit veteran service agencies (SB/NVSA) claiming the small business preference must possess certification by California prior to the day and time bids are due. Questions regarding certification should be directed to the OSDS at (916) Declaration Forms All bidders must complete the Bidder Declaration GSPD and include it with the bid response. When completing the declaration, bidders must identify all subcontractors proposed for participation in the contract. Bidders awarded a contract are contractually obligated to use the subcontractors for the corresponding work identified unless the State agrees to a substitution and it is incorporated by amendment to the contract. Bidders who have been certified by California as a DVBE (or who are bidding rental equipment and have obtained the participation of subcontractors certified by California as a DVBE) must also submit a completed form(s) STD. 843 (Disabled Veteran Business Enterprise Declaration). All disabled veteran owners and disabled veteran managers of the DVBE(s) must sign the form(s). Should the form not be included with the solicitation, contact the State contracting official or obtain a copy online from the Department of General Services Procurement Division, Office of Small Business and DVBE Services (OSDS) website at The completed form should be included with the bid response. 14. Clarifying Information At the State s option prior to award, bidders may be required to submit additional written clarifying information. Failure to submit the required written information as specified may be grounds for bid rejection. 5/19/2015 2:12 PM p. 11

12 Page 8 of 19 II. Evaluation Information A. Evaluation Process Each RFQ-ITS response will be checked for the presence of requirement information in conformance with the submission requirements of this RFQ-ITS. The department will evaluate each RFQ-ITS response to determine its responsiveness to the requirements. Award if made will be to the responsible and responsive bidder with the lowest total cost. B. Evaluation Criteria The overall responsiveness of each RFQ-ITS response is based on the complete response from the bidder to the RFQ-ITS requirements, including the statement of work for the project. The following three sub-sections and criteria will be reviewed by the State s evaluation team. 1. Administrative Requirements (Pass/Fail) 1. Cover Page (Attachment 1) 2. Cost Worksheet (Attachment 2) 3. Customer Experience Reference Form (Attachment 3) 4. Payee Data Record (STD 204) (Attachment 4) 5. Bidder Declaration (GSPD ) (Attachment 5) REQUIREMENT YES NO N/A 6. Target Area Contract Preference Act, Local Agency Military Base Recovery Area and Enterprise Zone Act Preferences (if applicable) 7. DVBE Declaration (STD. 843) (if applicable) 8. Mandatory Requirements (Technical and Business) 9. Statement of Work 2. Technical and Business Requirements (Pass/Fail) All mandatory Technical and Business Requirements must be answered Yes. Any No response to a requirement, or if any requirement response is left blank, will result in the bid being considered non-responsive and will be grounds for bid rejection. In addition, ARB may verify that technical requirements are met via a site visit. 3. Cost The Contractor will be evaluated on the total extended cost, including one-time cost, monthly recurring cost for the contracted term, and cost for optional extension years. 5/19/2015 2:12 PM p. 12

13 Page 9 of 19 III. Technical and Business Requirements Bidders must meet and adhere to all of the Technical and Business requirements included in this RFQ-ITS. All Technical and Business requirements are Mandatory and scored on a pass/fail basis. 1. : Bidders must enter a Yes or a No indicating their ability to meet each of the requirements. All mandatory requirements must indicate Yes to be considered responsive. 2. : Bidders who wish to include additional comments to support a requirement can do so; otherwise, the area may be left blank. 3. CONTRACTOR S SUPPLEMENTAL DESCRIPTION OF SERVICES: Bidders who wish to include a description of services to support the mandatory requirements of this RFQ- ITS can do so; however, the State will evaluate to ensure there is no conflict with the State s Terms and Conditions or modification to the mandatory requirements. Any conflict may cause your bid response to be deemed nonresponsive. Acceptance of Contractor Supplemental Description of Services is at the State s sole discretion. NOTE TO BIDDER: Use ARB s form as provided in this section. DO NOT RE-TYPE THIS SECTION. If additional space is required for the response to a particular requirement, state See Attached in the Comments area and attach a new sheet immediately following the page with the requirement number, bid page number, and the required description. A. Business Requirements 1. The Bidder must be able to meet the requirements of this RFQ-ITS and be ready to begin work within ten (10) business days of the Agreement start date as specified in the Key Action Dates. 5/19/2015 2:12 PM p. 13

14 Page 10 of The Bidder shall be required to provide 24 hours per day, 7 days per week, and 365 days per year (27x7x365) physical security of the warm-site facility by the use of card access control, or equivalent, controlling access to the facility itself as well as to computer areas within the facility. The site must be protected by on-site security guards with both inside and outside active patrols, and by video surveillance with offsite logging and storage. The facility must be equipped with fire, smoke, water detection, and automatic alarm systems. 3. The Bidder s warm-site facility must be located more than fifty (50) miles one way, but less than one hundred and fifty (150) miles from ARB s headquarters in downtown Sacramento. 4. The Bidder shall be required to provide warm-site facility monitoring and management, including power, temperature, and humidity. Temperature above floor maintained at 72 ± 6 with humidity at 50% ± 5%. 5/19/2015 2:12 PM p. 14

15 Page 11 of The Bidder s warm-site facility must be available and network accessible 24 hours per day, seven (7) days per week, and 365 days per year (24x7x365). 6. The Bidder s warm-site facility and applicable computer areas must be physically accessible to designated ARB staff 24 hours per day, seven (7) days per week, 365 days per year (24x7x365). 7. The Bidder shall notify the ARB Agreement Project Manager in writing at least 90 business days prior to any period of scheduled facility or service unavailability. 5/19/2015 2:12 PM p. 15

16 Page 12 of Bidder must provide a single point of contact to coordinate support activities. 9. The Bidder, upon request, shall provide a minimum of two (2) copies of all documentation describing operational procedures of the warm-site facility relating to ARB s services. 10. The Bidder must provide secure receipt of ARB-owned equipment shipments, including: a. Verify and account for all containers shipped by ARB to contractor b. Log receipt of containers and confirm inventory of contents c. Log the handling and loading of media from container contents d. Log and confirm inventory of contents e. Notify ARB Agreement Project Manager in the event of a missing container 5/19/2015 2:12 PM p. 16

17 Page 13 of The Bidder must be able to provide remote hands and eyes presence using qualified IT personnel (as opposed to already on-site security guards that are not accredited IT professionals); e.g., for equipment power on/off. B. Technical Requirements 1. Bidder s warm-site facility must be tier 3 certified, including the following: a % Availability Guarantee b. UPS in an N+1 configuration c. Generators in an N+1 configuration d. Waterproof conduit with waterproof connectors e. Cooling in an N+1 configuration f. Dry pipe fire suppression system with Very Early Smoke Detection Apparatus (VESDA) 2. Bidder s warm-site facility must provide standard height cabinets providing 48 RU server space. 5/19/2015 2:12 PM p. 17

18 Page 14 of Bidder s warm-site facility must provide internet connectivity at 100 Mbps with a minimum of 150% bursting overage via multiple carriers, and a minimum of 16 IP addresses. 4. Bidder s warm-site facility must provide fully conditioned uninterruptable power at 208v 30 Amp, 4.8KW, with primary and redundant sources up to 125W per sq. ft., and local emergency generators. 5. Bidder s warm-site facility must have Leadership in Energy and Environmental Design (LEED) Silver certification or higher. 5/19/2015 2:12 PM p. 18

19 Page 15 of 19 IV. Statement of Work A. Overview The currently hosts and supports more than 90 mission-critical and public-facing business applications and databases at the California Department of Technology Data Center in Rancho Cordova, California. These systems are typically custom-built and developed specifically to meet ARB business needs, and to serve and deliver air quality information to ARB stakeholders and the general public. Additionally, ARB s public and internal websites serve more than 400,000 pages, files, and images of content to ARB staff, stakeholders, and the public, and act as portals to ARB applications. ARB s public website is accessed 2-4 million times per month by more than 180,000 persons. Content is managed by more than 300 ARB staff. ARB also utilizes a public List Server to manage hundreds of program-specific mailing lists and more than 100,000 subscribers. Although the Department of Technology Data Center is a Tier 3 facility, ARB s public-facing and mission-critical applications and databases could become unavailable in case of a natural or manmade disaster. ARB therefore requires a suitable DR site for storing backups, archives, and reconstituting its most critical systems in case of an extended outage. Unlike ARB s headquarters and laboratory facilities, this DR site must not be dependent on the State s backbone network for accessibility to the public and other ARB stakeholders. ARB s DR site must be located more than fifty (50) miles one way, but less than one hundred and fifty (150) miles from ARB s headquarters in downtown Sacramento. ARB staff will require 24x7x365 remote access as well as physical access to install or upgrade servers, and ARB may conduct Recovery Exercise/Testing on an annual basis. ARB requires the services of a Contractor to provide Disaster Recovery (DR) Warm Site Services, including: 1. Warm-site certified Tier 3 facility with ARB s equipment and configurations 2. One-time setup to receive shipped equipment, provide cabinet space, internet connectivity, power, and support initial hardware installation and configuration 3. Monthly warm-site colocation services, including 24x7x365 physical and remote network access for ARB staff and limited remote hands presence All Contractor Statement of Work tasks are mandatory. B. Service Delivery 1. ARB requires that disaster recovery warm-site co-location services be provided 24 hours per day, 7 days a week, and 365 days a year during the contract period of performance. 2. The responsible management points of contact during the term of this agreement are shown in the table provided at the end of agreement. C. Contractor Tasks and Responsibilities Task 1 Non-Recurring (one-time setup) 1.1. Provide a Warm-Site Facility meeting all ARB technical and business requirements. 5/19/2015 2:12 PM p. 19

20 Page 16 of Receive ARB Equipment receive, inventory, and report to ARB physical servers, storage systems, cables, and related equipment Provide Rack Space 1 standard height cabinet meeting ARB Technical Requirements Provide Bandwidth for Internet Connectivity 100 Mbps with a minimum of 150% Bursting Overage via multiple carriers; including 16 IP addresses Provide Power for ARB equipment to be hosted in 1 standard height cabinet that meets ARB Technical requirements Provide one hour of remote hands and eyes presence using qualified IT personnel. Task 2 Recurring (monthly services) 2.1. Provide Warm-Site Facility meeting all ARB technical and business requirements Provide Warm-Site Facility Security and Management meeting all ARB technical and business requirements, including 24x7x365 access by designated ARB staff Receive ARB Equipment as needed (e.g., replacements and upgrades) receive, inventory, and report to ARB physical servers, storage systems, cables, and related equipment Provide ongoing Rack Space 1 standard height cabinet meeting ARB Technical Requirements Provide ongoing Bandwidth for Internet Connectivity 100 Mbps with a minimum of 150% Bursting Overage via multiple carriers; including 16 IP addresses Provide ongoing Power for ARB equipment to be hosted in 1 standard height cabinet that meets ARB Technical requirements Provide one hour (per month) of remote hands and eyes presence using qualified IT personnel. D. Deliverables DELIVERABLE Detailed Invoice Monthly in Arrears DUE DATE Ten (10) business days after delivery of services. E. Acceptance Criteria It shall be ARB s sole determination as to whether a deliverable has been successfully completed and acceptable to ARB. If a deliverable is not accepted by ARB, ARB shall inform the Contractor via and/or via telephone, with the disapproval rationale in writing, within 15 business days of receipt of the deliverable(s). 1. Monthly Billing: Invoices will be submitted to ARB within the first fifteen (15) calendar days following performance of monthly services in arrears. Each invoice shall contain a breakdown summary, at a minimum and if feasible, by cost categories of Space 5/19/2015 2:12 PM p. 20

Solicitation ISD14-0101. CA DMV Headquarters Executone Maintenance and MAC Services. Bid designation: Public. State of California

Solicitation ISD14-0101. CA DMV Headquarters Executone Maintenance and MAC Services. Bid designation: Public. State of California 5 Solicitation ISD14-0101 CA DMV Headquarters Executone Maintenance and MAC Services Bid designation: Public 1/16/2015 2:51 PM p. 1 6 CA DMV Headquarters Executone Maintenance and MAC Services 5 Bid Number

More information

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

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

More information

Solicitation 420-1614/1621. Kofax Software Transfer, Upgrade, & Maintenance. Bid designation: Public. State of California

Solicitation 420-1614/1621. Kofax Software Transfer, Upgrade, & Maintenance. Bid designation: Public. State of California 5 Solicitation 420-1614/1621 Kofax Software Transfer, Upgrade, & Maintenance Bid designation: Public State of California 2/12/2015 4:50 PM p. 1 6 Kofax Software Transfer, Upgrade, & Maintenance 5 Bid Number

More information

Request for Quotation For Information Technology Services

Request for Quotation For Information Technology Services Request for Quotation For Information Technology Services QUOTE DUE DATE:08/21/2013 QUOTE OPENING:08/23/2013 Quotes must be delivered to Secretary of State s Office before 4:00PM on the due date Supplier

More information

Solicitation HD149060. Software-as-a-Service for Transcription. Bid designation: Public. State of California

Solicitation HD149060. Software-as-a-Service for Transcription. Bid designation: Public. State of California 5 Solicitation HD149060 Software-as-a-Service for Transcription Bid designation: Public State of California 1/22/2015 4:46 PM p. 1 6 Software-as-a-Service for Transcription 5 Bid Number Bid Title HD149060

More information

Solicitation 5000000240. OffSite Tape Storage, Retrieval & Secure Destruct Sevices. Bid designation: Public. State of California

Solicitation 5000000240. OffSite Tape Storage, Retrieval & Secure Destruct Sevices. Bid designation: Public. State of California 5 Solicitation 5000000240 OffSite Tape Storage, Retrieval & Secure Destruct Sevices Bid designation: Public State of California 9/29/2014 2:27 PM p. 1 6 OffSite Tape Storage, Retrieval & Secure Destruct

More information

THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement

THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement Disabled Veteran Business Enterprise (DVBE) Participation Requirement I. STATEMENT OF DVBE PARTICIPATION GOAL REQUIREMENT State law requires that state agencies make efforts to achieve a goal of three

More information

REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES

REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES QUOTATION/BID DUE DATE: February 11, 2011, no later than 2:00 p.m. PT STATE OF CALIFORNIA REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES Responses must be delivered to the California Franchise

More information

REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES

REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES QUOTATION/BID DUE DATE: February 11, 2011, no later than 2:00 p.m. PT STATE OF CALIFORNIA REQUEST FOR QUOTATION FOR INFORMATION TECHNOLOGY SERVICES Responses must be delivered to the California Franchise

More information

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

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

More information

Solicitation 15-64083. Digital Signage and Media Player Project. Bid designation: Public. State of California

Solicitation 15-64083. Digital Signage and Media Player Project. Bid designation: Public. State of California 5 Solicitation 15-64083 Bid designation: Public State of California 5/22/2015 1:38 PM p. 1 6 5 Bid Number 15-64083 Bid Title Bid Start Date May 22, 2015 12:36:50 PM PDT Bid End Date Jun 10, 2015 4:00:00

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING 4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

STATEWIDE SB/DVBE ADVOCATE TOOLKIT. Chapter V

STATEWIDE SB/DVBE ADVOCATE TOOLKIT. Chapter V STATEWIDE SB/DVBE ADVOCATE TOOLKIT Small Business Program Chapter V February 2012 CHAPTER V SMALL BUSINESS PROGRAM CALIFORNIA BUSINESSES AND THE SMALL BUSINESS PROGRAM Thriving California small businesses

More information

Judicial Council of California

Judicial Council of California Judicial Council of California Finance Division 455 Golden Gate Avenue San Francisco, CA 94102-3660 Telephone 415 865 7960 Fax 415 865 4325 TDD 415 865 4272 RONALD M. GEORGE Chief Justice of California

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary

More information

Biohazardous and Pharmaceutical Waste Disposal Services

Biohazardous and Pharmaceutical Waste Disposal Services California Department of Mental Health, Metropolitan State Hospital Page 1 of 37 M e t r o p o l i t a n S t a t e H o s p i t a l 11401 South Bloomfield Avenue, Norwalk, CA 90650 (562) 651-3118 INVITATION

More information

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon. COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

GENESEE HEALTH SYSTEM REQUEST FOR QUOTE INTERNET BANDWIDTH ISSUED: 11/23/2014

GENESEE HEALTH SYSTEM REQUEST FOR QUOTE INTERNET BANDWIDTH ISSUED: 11/23/2014 GENESEE HEALTH SYSTEM REQUEST FOR QUOTE INTERNET BANDWIDTH ISSUED: 11/23/2014 TABLE OF CONTENTS I. PURPOSE AND SPECIFICATIONS II. III. IV. BIDDER CRITERIA AND RESPONSE REQUIREMENTS RFQ BIDDER COVER SHEET

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: RFP 15165003 PERIMETER AND LOBBY SECURITY PROPOSALS DUE: December 21, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev

More information

REQUEST FOR PROPOSALS FINANCIAL ADVISOR SERVICES. RFP HSR#15-91 State of California

REQUEST FOR PROPOSALS FINANCIAL ADVISOR SERVICES. RFP HSR#15-91 State of California REQUEST FOR PROPOSALS FINANCIAL ADVISOR SERVICES RFP HSR#15-91 State of California January 14, 2016 TABLE OF CONTENTS 1 OVERVIEW AND GENERAL INFORMATION... 1 2 PURPOSE AND OVERVIEW OF RFP... 2 2.1 BRIEF

More information

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM 8-21-14 RFP STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM DATE: October 1, 2015 RFP # 40100-04815 IS AMENDED AS FOLLOWS: 1. This

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

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: dstevens@oswegocounty.com

More information

Solicitation SCC-ETC1. Explore the Coast Mobile Website Development. Bid designation: Public. State of California

Solicitation SCC-ETC1. Explore the Coast Mobile Website Development. Bid designation: Public. State of California Solicitation SCC-ETC1 Explore the Coast Mobile Website Development Bid designation: Public State of California 4/10/2014 4:45 PM p. 1 Explore the Coast Mobile Website Development Bid Number Bid Title SCC-ETC1

More information

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS JUDICIAL COUNCIL OF CALIFORNIA REGARDING: PROPOSALS TO PROVIDE STATEWIDE TRANSLATION SERVICES RFP: CFCC-02-16-LV PROPOSALS DUE: APRIL 7, 2016 NO LATER THAN APRIL 7, 2016 3:00 P.M.

More information

Center Unified School District

Center Unified School District 8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D

More information

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

SUPERIOR COURT OF CALIFORNIA

SUPERIOR COURT OF CALIFORNIA SUPERIOR COURT OF CALIFORNIA COUNTY OF LOS ANGELES REQUEST FOR QUOTE (RFQ) FOR LUMENSION PATCH MANAGEMENT SOFTWARE LICENSE RENEWAL SERVICES RFQ NUMBER 2014-PR35074294 Table of Contents SECTION TITLE PAGE

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

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

More information

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015

CULVER CITY UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS. May 21, 2015 I. BACKGROUND AND OVERVIEW PREQUALIFICATION INFORMATION FOR PROSPECTIVE CONTRACTORS May 21, 2015 The Culver City Unified School District ( District ), is prequalifying contractors to perform construction

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

COUNTY OF TANEY, MISSOURI

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

More information

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. 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 JBrown@santa-ana.org

More information

REQUEST FOR PROPOSAL (RFP) ELECTRONIC HEALTH RECORD SYSTEM (EHRS) ON DEMAND TECHNICAL SERVICES RFP #OPS14-004. September 29, 2014

REQUEST FOR PROPOSAL (RFP) ELECTRONIC HEALTH RECORD SYSTEM (EHRS) ON DEMAND TECHNICAL SERVICES RFP #OPS14-004. September 29, 2014 REQUEST FOR PROPOSAL (RFP) ELECTRONIC HEALTH RECORD SYSTEM (EHRS) ON DEMAND TECHNICAL SERVICES RFP #OPS14-004 September 29, 2014 QUESTIONS/STATEMENTS AND ANSWERS 1. Question(s)/Statement(s): Is this RFP

More information

ADDENDUM NUMBER TWO (2) TO THE REQUEST FOR PROPOSAL (RFP) FOR FINANCIAL PLANNER POOL, RFP NUMBER 2P200815.

ADDENDUM NUMBER TWO (2) TO THE REQUEST FOR PROPOSAL (RFP) FOR FINANCIAL PLANNER POOL, RFP NUMBER 2P200815. March 27, 2009 California State Teachers Retirement System Vikki Eszlinger, Contract Services 7667 Folsom Boulevard, MS #30 Sacramento, CA 95826-2614 (916) 229-4111 FAX (916) 229-3881 contractservices@calstrs.com

More information

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 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

More information

California Health Benefit Exchange (Covered California) RFP 2014-41: Business Process Management Support July 17, 2015

California Health Benefit Exchange (Covered California) RFP 2014-41: Business Process Management Support July 17, 2015 California Health Benefit Exchange (Covered California) RFP 2014-41: Business Process Management Support July 17, 2015 RFP 2014-41: Business Process Management Support Page 1 Table of Contents 1. INTRODUCTION...

More information

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 S PRINGFIELD UTILITY BOARD Electric Service Center Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 Proposals Due: March 12, 2015 @ 2:00 pm Technical Questions RFP

More information

Enterprise Content Management Consultant

Enterprise Content Management Consultant Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

More information

Lawrence Livermore National Laboratory

Lawrence Livermore National Laboratory Lawrence Livermore National Laboratory Supply Chain Management Department Attention: To All Offerors June 16, 2016 Subject: Request for Proposal (RFP) Number B617524 Lawrence Livermore National Security,

More information

ATLANTA PUBLIC SCHOOLS

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

More information

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 Request for Proposals PROFESSIONAL INFORMATION TECHNOLOGY SERVICES For 2013 2015 HAVEN SOCIETY CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 CLOSING DATE AND TIME DATE: FEBRUARY 28, 2013 3 PM

More information

REQUEST FOR PROPOSALS FOR CARE COORDINATOR TOOL RFP # 31865-00410

REQUEST FOR PROPOSALS FOR CARE COORDINATOR TOOL RFP # 31865-00410 STATE OF TENNESSEE DEPARTMENT OF FINANCE AND ADMINISTRATION DIVISION OF HEALTH CARE FINANCE AND ADMINISTRATION REQUEST FOR PROPOSALS FOR CARE COORDINATOR TOOL RFP # 31865-00410 RFP CONTENTS SECTIONS: 1.

More information

California Health Benefit Exchange (Covered California) RFP 2015-07: Small Business Outreach, Education & Marketing.

California Health Benefit Exchange (Covered California) RFP 2015-07: Small Business Outreach, Education & Marketing. California Health Benefit Exchange (Covered California) RFP 2015-07: Small Business Outreach, Education & Marketing September 9, 2015 Table of Contents 1. INTRODUCTION... 4 1.1 Overview... 4 1.2 Key Action

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

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

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) Request for Proposal, Page 1 of 13 REQUEST FOR PROPOSAL (RFP) RFP NUMBER AND TITLE: PLACE OF OPENING: 1213-05 : TypeWell, CART, Sign Language Interpreting, Captioned Media and Alternate Format Text, and

More information

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 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

More information

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,

More information

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:

More information

REQUEST FOR PROPOSAL YEARBOOK PUBLISHING & PRINTING RFP # 13PA006P

REQUEST FOR PROPOSAL YEARBOOK PUBLISHING & PRINTING RFP # 13PA006P REQUEST FOR PROPOSAL YEARBOOK PUBLISHING & PRINTING RFP # 13PA006P Canyons School District Purchasing Department 9361 South 300 East Sandy, Utah 84070-2538 Table of Contents I. GENERAL... 2 A. Intent of

More information

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service) PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (RFP) for Telephone Service (Analog Phone Service) TABLE OF CONTENTS Part 1: Introduction & RFP Timeline... 1 Part 2: General Instructions and Conditions;

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

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 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

More information

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5]) PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.

More information

Service Agreement Hosted Dynamics GP

Service Agreement Hosted Dynamics GP Service Agreement Hosted Dynamics GP This is a Contract between you ( Company ) and WebSan Solutions Inc. ( WebSan ) of 245 Fairview Mall Drive, Suite 508, Toronto, ON M2J 4T1, Canada. This contract applies

More information

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this

More information

Final Procurement Contract and Vendor Rules Arkansas Health Insurance Marketplace

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

More information

Bid closing date December 21, 2013

Bid closing date December 21, 2013 REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission

More information

KLAMATH COUNTY, OREGON REQUEST FOR PROPOSAL TO PROVIDE PUBLIC ENTERPRISE ONLINE BACKUP AND DISASTER RECOVERY SERVICES

KLAMATH COUNTY, OREGON REQUEST FOR PROPOSAL TO PROVIDE PUBLIC ENTERPRISE ONLINE BACKUP AND DISASTER RECOVERY SERVICES KLAMATH COUNTY, OREGON REQUEST FOR PROPOSAL TO PROVIDE PUBLIC ENTERPRISE ONLINE BACKUP AND DISASTER RECOVERY SERVICES Issue Date: July 24, 2012 Issued by: Klamath County Steering Committee 316 Main Street,

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information

BID SPECIFICATION PACKAGE

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,

More information

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

EXHIBIT A (Standard Agreement) SCOPE OF WORK

EXHIBIT A (Standard Agreement) SCOPE OF WORK Page 36 of 48 EXHIBIT A A) Purpose and Description of Services 1. PURPOSE SCOPE OF WORK The Contractor agrees to conduct a financial statement audit and compliance audit of the Clean Water State Revolving

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

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

More information

THE TOWN OF NORTH SMITHFIELD

THE TOWN OF NORTH SMITHFIELD THE TOWN OF NORTH SMITHFIELD SPECIFICATIONS FOR REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY, DEBRIS MANAGEMENT, AND HAZARD MITIGATION PROGRAM SERVICES SEPTEMBER 2014 FINANCE DIRECTOR

More information

Lawrence University Procurement Policy for Federally Sponsored Projects

Lawrence University Procurement Policy for Federally Sponsored Projects Lawrence University Procurement Policy for Federally Sponsored Projects PURPOSE Federal grants are taxpayer dollars entrusted to Lawrence University for the advancement of public good. It is incumbent

More information

ANNEX III. Special Instructions & Evaluation Criteria

ANNEX III. Special Instructions & Evaluation Criteria JOINT REQUEST FOR PROPOSAL FOR TRAVEL MANAGEMENT SERVICES ANNEX III Special Instructions & Evaluation Criteria Page 1 of 15 INSTRUCTIONS FOR SUBMITTING A PROPOSAL This section provides the instructions

More information

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 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.

More information

REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES

REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS, B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES Sealed proposals submitted

More information

RFP-00118 ADDENDUM NO. 1

RFP-00118 ADDENDUM NO. 1 INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,

More information

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

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

More information

REQUEST FOR PROPOSALS FOR Electronic Public-Health Information (EPI) v1.0 - Electronic Health Record (EHR) RFP # 34301-13214

REQUEST FOR PROPOSALS FOR Electronic Public-Health Information (EPI) v1.0 - Electronic Health Record (EHR) RFP # 34301-13214 2-20-14 RFP STATE OF TENNESSEE DEPARTMENT OF HEALTH REQUEST FOR PROPOSALS FOR Electronic Public-Health Information (EPI) v1.0 - Electronic Health Record (EHR) RFP # 34301-13214 RFP CONTENTS SECTIONS: 1.

More information

SAMPLE RETURN POLICY

SAMPLE RETURN POLICY DISCLAIMER The sample documents below are provided for general information purposes only. Your use of any of these sample documents is at your own risk, and you should not use any of these sample documents

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION

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

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

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

More information

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014 TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS

More information

REQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM. SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET)

REQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM. SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET) REQUEST FOR PROPOSAL (RFP) BID# 7548495 MARINA AND LAND LEASE MANAGEMENT SYSTEM SUBMISSION DEADLINE: Tuesday, April 15, 2014 at 11:00 AM (ET) PRE-BID CONFERENCE: NO YES Mandatory: NO YES: Any vendor who

More information

Master Service Agreement

Master Service Agreement This Master Services Agreement ( MSA ) is entered into by Rack Alley Inc., a Wyoming corporation, and its affiliates ( Company ), and the below-signed customer ( Customer ) on the date Customer signs the

More information

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services City of Statesboro Request for Qualifications: Life Insurance Brokerage Services The City of Statesboro is requesting sealed qualifications for the provision of life insurance brokerage services for a

More information

Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s)

Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s) Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s) Request for Qualifications No. FPCC-RFQ-001 Issue date: July 4, 2013 Closing location: MAIL ONLY: COURIER/BY HAND: First Peoples'

More information

Request for Proposals

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

More information

How To Build A Data Backup System In Town Of Trumbull

How To Build A Data Backup System In Town Of Trumbull TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from

More information

REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable

REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable REQUEST FOR QUOTATIONS (RFQ) Open Market Lowest Price, Technically Acceptable U.S. District Court, U.S. Probation Services, and U.S. Bankruptcy Court of the Western District of Washington RFQ Number: WAWD.14.03

More information

Electronic Health Record System (EHR) Project. Request for Information RFI-CDVA-200907-01. Attachment 5 Statement of Work 2 Maintenance & Operations

Electronic Health Record System (EHR) Project. Request for Information RFI-CDVA-200907-01. Attachment 5 Statement of Work 2 Maintenance & Operations State of California DEPARTMENT OF VETERANS AFFAIRS Electronic Health Record System (EHR) Project Request for Information RFI-CDVA-200907-01 Attachment 5 Statement of Work 2 Maintenance & Operations STATEMENT

More information

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup

More information

QSP INFORMATION AT A GLANCE

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:

More information

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT. 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 100 Nightmist Irvine, California 92618 (949) 936-5317 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must

More information

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015 Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon

More information