Request for Proposal (RFP) No. SOL-OAA Questions and Answers
|
|
|
- Marianna Norton
- 9 years ago
- Views:
Transcription
1 Request for Proposal (RFP) No. SOL-OAA Questions and Answers Q1. Is CUBRC (the incumbent) eligible to prime a bid? A: No, CUBRC is not eligible to propose as a prime contractor on this procurement. Q2. SF33 #9 shows the proposal due date as 3/2/15, elsewhere the due date is 3/23/15. Would you please confirm the date the proposal is due? A: Questions to this solicitation are due March 2, 2015 at 12:00 pm EST. Proposals are due March 23, 2015 at 10:00 am EST. Q3. On page 20, the Level of Effort for the technical review activities is 160 days. Does this level of effort have to be shared by the COP and the Primary Technical Program Officer? If yes, how does the government suggest this be allocated based on prior experience with the project? A: The estimated level-of-effort of 160 days refers to the combined effort of the COP, Primary Technical Program Officer (PTPO), and all other personnel that the contractor and any subcontractors assign to that task. Allocations of this effort among staff have varied widely based on the backgrounds, experiences, and roles of the COPs, PTPOs, and other staff. The COP and PTPO should be directly and substantially involved in accordance with the descriptions of their duties in Section C.4(b) on page 14. As noted in Section C.4, the PTPO may also be the same person as the COP if the contractor chooses. Q4. In section L.4(b)2 (pages 62-63), Management and Staffing, two key staff positions are noted: Chief of Party (COP) and the Primary Technical Program Officer (PTPO). In that same section, there are requirements for references and a letter of availability for staff. Are these requirements for the COP and the PTPO only or for all proposed staff? A: The formal requirements for references and letters of availability apply to the COP and PTPO. Resumes are the only required items for other staff performing technical tasks, as noted in Section L.4(b)2 of the RFP if such personnel are known; however, the contractor may additionally choose to provide references and letters of availability for these other personnel too. Q5. In Section L.4(b)3, (page 63) Past Performance, it says that Offerors must provide past performance references for itself and each proposed major subcontractor.the offeror must list 3-5 of the most recent and relevant contracts for efforts similar to the work in the subject proposal. Please clarify if the 3-5 references are inclusive of subcontractors or separate. If separate, how many references for each major subcontractor are desired?
2 A: The 3-5 most recent and relevant contracts are inclusive of subcontractors as well. Some of the 3-5 most recent and relevant contracts may be those received by a major subcontractor instead of the prime contractor. Q6. On page 63, it says that an overall detailed budget should be provided for all CLIN for the (1)-year base period and the three (3) and (1) year option periods. However, pages 4 and 64 indicate the project will have four (a) option one (1) year option periods. Please confirm how many option years the budget should include. A: The total effort for this requirement is one (1) base year and four (4) one (1) year option periods. The budget shall encompass one (1) base year and four (4) one (1) year option periods. Q7. Could the government describe the current SQL environment and what size it is currently supporting? A: At present the SQL database in being managed by the incumbent contractor, and details regarding the SQL database will be shared at time of award. Q8. How many hard copies of proposal materials are typically requested by peer reviewers annually? A: At present it is estimated that hardcopies of proposal materials are requested by two or fewer panel reviewers in each panel. Q9. Is there an internal USAID electronic grants management system currently used to manage the applications submitted? A: No, there is no USAID electronic grants management system currently used to manage the applications submitted to the MERC Program. MERC submissions are ed attachment documents, typically in MS-Word or Adobe PDF. Q10. Is Grants.gov used for application submissions? A: No, Grants.gov is not used for application submissions. Q11. How many proposals are typically recommended for resubmission annually? A: In an annual review cycle, there are typically two or fewer full proposals recommended for direct resubmission as a new full proposal in the next cycle. The average over the past five years has been roughly one per year. If the intent of this
3 question was to ask how many pre-proposals are typically invited for submission as full proposals annually, the answer is fewer than 20 per year and most frequently Q12. Section C.3, Item a.2 on page 8 (and also on page 12 (c.3); page 13 (d) and elsewhere). There is a referenced to a secure website or website. Is the contractor expected to develop a standalone website OR a webpage linked to the USAID.GOV portal? Please clarify. A: The secure website in Section C.3, Item a.2 on page 8 refers to a passwordprotected share site or drop box on the web that the contractor would establish to allow the contractor to post, and peer-review panelists to easily retrieve, proposals and other support material pertaining to the panel on which the panelist serves. Likewise, the secure website in Section C.3, Item c.3 on page 12 refers to a password-protected share site or drop box on the web that the contractor would establish to allow the contractor to post, and MERC Committee members to easily retrieve, proposals and other support material pertaining to the MERC Committee meeting. Both of these would be standalone websites or sites within a contractor s domain, and not linked to the usaid.gov portal. In contrast, the website mentioned in Section C.3, Item d on page 13 would be a public website maintained by the contractor, and would be subject to USAID s direction and policies on activation, posting, and linkage to a site or sites on the usaid.gov portal, with such USAID policies being subject to change. Q13. Section L.4 (a) on page 61; Please clarify the format for the past performance matrix referenced in the final bullet on the list of items that are not included in the page limitation. A: The offeror shall submit a Past Performance Short Form not a Past Performance Matrix that is referenced in the final bullet on the list of items that are not included in the page limitation in section L.4(a). Q14. Section L.5, Part 2: Item number 3 is missing from the list (page 65). A: Please see question #16. This section has been deleted and replaced in the solicitation. Q15. Section L.5, Part 2: Item number 4 references a ceiling rate. Please define how a ceiling rate is determined (page 65). A: Please see question #16.This section has been deleted and replaced in the solicitation. Q16. Section L.5, Part 2 (Proposed Cost/Prices): The requested detailed for the budget appears to be consistent with a CPFF-type contract. Since USAID has indicated that it anticipates
4 awarding a Firm-Fixed Price contract that is competitively solicited, why wouldn t the Government request ONLY fully-burdened, fixed price labor categories and rates? A: Delete Part 2 Proposed Costs/Prices and insert the following: Part 2 Price The Price Proposal shall include a budget for one (1) base year and four (4) one-year options. The price proposal shall include a budget summary to explain all assumptions used in developing the cost to USAID and should be submitted in Microsoft Office Excel with access to formulas. When developing the price proposal the offeror shall use fullyburdened labor rates. Please submit a budget for the following with your Price Proposal: (1) Peer-review Support to USAID (2) Technical Support of USAID in Monitoring of Grants (3) Technical and Administrative Support of the Overall Program (4) Public Information about the Programs Q17. Section L.3 (Deliver Instructions): Since no hard copies of proposals are accepted, please provide instructions for major subcontractors to submit their full-disclosure cost proposals to USAID. A: Major subcontractors shall submit their full-disclosure cost proposals in to Alicia Henderson at [email protected] on or before March 23, 2015 at 10:00 am EST. In the , the major subcontractor shall identify which Prime offeror they are a major subcontractor for. Q18. Should Annexes be submitted as a separate MS Word attachment or should they be included in the technical proposal MS Word document? A: Annexes shall be included in the technical proposal MS Word document. Q19. Does the government have an estimate on the annual dollar amount of Other Direct Costs for this solicitation? A: USAID does not have a fixed estimate on the annual dollar amount of ODCs for this solicitation. Based on what is stated in Section C of the solicitation, the offeror shall make that determination as to how much ODCS shall be.
5 Q20. Has the government considered 8a set aside for a qualified firm? A: USAID conducted market research for this requirement. After conducting market research it was determined that a small business set-aside would be more appropriate for this solicitation. Q21. Has the government experienced any issues with recruiting reviewers without compensation? A: USAID has not experienced any significant difficulties with recruiting reviewers without compensation. Occasionally a reviewer will refuse to participate unless they are paid, but such instances have been quite rare. When it has happened, a different reviewer was recruited instead to serve pro bono. Q22. Will the Government allow the in-person MERC committee panel reviewers to be held at location within DC that is more than a ½ mile from USAID headquarters if all other requirements listed are met (i.e., public transit, parking, room for 30 panelists)? A: No, USAID will not allow the in-person MERC Committee meeting to be held at location that is more than a ½ mile from USAID headquarters.
Request for Proposals. Security Advisory Services for the International Executive Service Corps
Request for Proposals Proposal Title: Bid Reference Number: Security Advisory Services for the International Executive Service Corps IESC Security Advisory Services Issue Date: January 21, 2015 Closing
Hosted Contact Center RFQC 98000-0000001097 Questions and Answers
Hosted Contact Center Q&A s 1-4, Released 4/24/14 1. Appendix A I noticed that on the Appendix A there is only 5 pages and that pages 6 and 7 are not yet provided. Will they be updated soon? 2. Section
SOL-514-15-000003 - Rural Financial Services (RFS) QUESTIONS & ANSWERS DOCUMENT January 26, 2015
SOL-514-15-000003 - Rural Financial Services (RFS) QUESTIONS & ANSWERS DOCUMENT January 26, 2015 TECHNICAL 1. Are there any data available on the rates of loan repayments of financial intermediaries operating
Project Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:
This bid form must be filled out but is for MPOWER processing purposes only. It does not replace the contractors bid. Your contractors bid should additionally be attached. Project Name: Project No.: CONTRACTOR
DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000
DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000 Enterprise Services Solutions Directorate [Insert date, but DO NOT ISSUE on Friday
Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents
Request for Proposal For: CQ5 Java Developer ABA Information Systems April 11, 2013 Table of Contents Bid Timetable [2] 1.0 General Information [3] 2.0 Proposal Requirements [6] 3.0 Criteria for Selection
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
RFP No. 1-16-C006 Human Resources Management System for the Metropolitan Washington Airports Authority
RFP No. 1-16-C006 Human Resources Management System for the Metropolitan Washington Airports Authority Questions and Answers Notice: Questions may have been edited for clarity and relevance. 1. Is there
CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis
CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis Deadline for response: May 8, 2013 5 p.m. EST RFP AT A GLANCE The Corporation for Public Broadcasting
SOLICITATION INFORMATION JANUARY 13, 2015 TITLE: INTEGRATED CIVIL DIVISION CASE MANAGEMENT SYSTEM
SOLICITATION INFORMATION JANUARY 13, 2015 RFP# 7549264 TITLE: INTEGRATED CIVIL DIVISION CASE MANAGEMENT SYSTEM SUBMISSION DEADLINE: FEBRUARY 11, 2015 AT 2:30 PM (ET) QUESTIONS CONCERNING THIS SOLICITATION
INTERNAL CONTROL MATRIX FOR AUDIT OF ESTIMATING SYSTEM CONTROLS Version No. 3.2 June 2006. 31-d Page 1 of 7
INTERNAL CONTROL MATRIX FOR AUDIT OF ESTIMATING SYSTEM CONTROLS Version No. 3.2 June 2006 Control Objectives Example Control Activities Audit Procedures 1. INTERNAL AUDITS Management should periodically
ADDENDUM No. 1. This addendum incorporates the minutes from the pre-proposal conference held on December 21, 2015 at 1:30 p.m.
Howard Community College RFP: Campus Security Services Bid Number: 16P-004 RFP Opening Date: January 20, 2016 ADDENDUM No. 1 This addendum incorporates the minutes from the pre-proposal conference held
Interoffice Memo RFP #071I3200012. Award of RFP 071I3200012 Mobile Device Management
Interoffice Memo RFP #071I3200012 To: From: Greg Faremouth, IT Division Director DTMB Procurement Steve Motz, IT Division Buyer DTMB Procurement Date: November 27, 2012 Subject: Award of RFP 071I3200012
AMENDMENT NO. 1. OMB Circular A-1 23 Consulting Services. Wednesday, August 29,2012, no later than 1.00 pm EST
Anne B. Wicks Executive Officer DISTRICT OF COLUMBIA COURTS Administrative Services Division Office: Gallery Place 6 16 H Street NW, 6" Floor Washington, DC 2000 1 Mailing Address: 500 Indiana Avenue NW
REQUEST FOR PROPOSAL (RFP) BID# 7545368 CLINICAL SUPERVISION - DEPARTMENT OF CORRECTIONS PEER SUPPORT UNIT
REQUEST FOR PROPOSAL (RFP) BID# 7545368 CLINICAL SUPERVISION - DEPARTMENT OF CORRECTIONS PEER SUPPORT UNIT SUBMISSION DEADLINE: Tuesday, January 14, 2014 at 11:00 AM (ET) PRE-BID CONFERENCE: NO YES Mandatory:
Solicitation Information 10 May 2012
Solicitation Information 10 May 2012 RFP # 7449715 Title: Service Desk Software Submission Deadline: 13 June 2012 @ 11:00 AM (Eastern Time) Questions concerning this solicitation must be received by the
RFP Q & A for BUDGET DEVELOPMENT SOFTWARE 1. Cover page (page 1): Would SCBE considers a 3 week extension to the July 1st deadline?
1. Cover page (page 1): Would SCBE considers a 3 week extension to the July 1st deadline? A. Yes, Monday, July 22, 2015. Please see Addendum I. 2. Cover page (page 1): What is TIME REQUIRED FOR DELIVERY
STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers
STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers Answers to questions submitted, but not included in this set of Q&As,will be provided in a subsequent posting of Q&As in the near future. As the
REQUEST FOR PROPOSAL (RFP) BID# 7547367 UPGRADE EXISTING NEXTGEN ELECTRONIC MEDICAL RECORDS SYSTEM (EMR/EPM/EDR/KPM)
REQUEST FOR PROPOSAL (RFP) BID# 7547367 UPGRADE EXISTING NEXTGEN ELECTRONIC MEDICAL RECORDS SYSTEM (EMR/EPM/EDR/KPM) SUBMISSION DEADLINE: Wednesday, January 15, 2014 at 11:00 AM (ET) PRE-BID CONFERENCE:
FORT PIERCE UTILITIES AUTHORITY Committed to Quality
FORT PIERCE UTILITIES AUTHORITY Committed to Quality FORT PIERCE UTILITIES AUTHORITY SPECIAL TERMS AND CONDITIONS November 6, 2012 TABLE OF CONTENTS SPECIAL TERMS AND CONDITIONS Section 1. DEFINITION...
Best Practices: Writing Minimum Qualifications
Best Practices: Writing Minimum Qualifications What are they? Minimum Qualifications describe the baseline set of knowledge, skills, experience and abilities that must be possessed by the Offeror (company)
PRE-PROPOSAL CONFERENCE
PRE-PROPOSAL CONFERENCE RFP 1-16-C006 Human Resources Management System (HRMS) September 9, 2015 Disclaimer The information contained in this presentation is for informational purposes only In the event
On-Call Management and Economic Development Consulting Services RFP (Project #2664) Questions and Answers Summary
On-Call Management and Economic Development Consulting Services RFP (Project #2664) Questions and Answers Summary Previous RFP / Retainer... 2 Topic Areas and Types of Projects... 2 Firms and Partnerships...
Cost Analysis Key Components Guidance and Checklist
Cost Analysis Key Components Guidance and Checklist A Mandatory Reference for ADS Chapter 300 New Edition Date: 04/02/2013 Responsible Office: M File Name: 300mad_040213 COST ANALYSIS KEY COMPONENTS GUIDANCE
FY2016 Business Forecast Quarter 2 Review Conference Call Thursday, March 3rd, 2016 9:00AM-10:00AM
FY2016 Business Forecast Quarter 2 Review Conference Call Thursday, March 3rd, 2016 9:00AM-10:00AM Background USAID s Business Forecast is published each quarter throughout the fiscal year. The Agency
PSC Supplemental Comments on USAID draft IDIQ template
1 July 6, 2012 PSC Supplemental Comments on USAID draft IDIQ template There are three principal areas of concern in the draft IDIQ template: (1) the cost evaluation matrix; (2) the use of a single ceiling
Request for Proposal for Project Server 2013, MS SharePoint 2013 Intranet Development and Mobile Application Development Services
Request for Proposal for Project Server 2013, MS SharePoint 2013 Intranet Development and Mobile Application Development Services Solicitation Number: DCRB-14-010 Questions 1. On page 4 of the RFP in the
PART V PROPOSAL REQUIREMENTS
PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 40 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section
CLAYTON COUNTY PUBLIC SCHOOLS Business Services - Purchasing Department
CLAYTON COUNTY PUBLIC SCHOOLS Business Services - Purchasing Department 218 Stockbridge Road. Jonesboro, GA 30236 (678) 479-4505 FAX (678) 479-4506 www.c1avton.k12.ga.us Edmond T. Heatley, Ed.D. Superintendent
Audit Management Software Solution
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of
Prosecutorial Case Management System Maintenance/Enhancement Support Services. Request for Proposal: RFP # 7549208
RFP # 7549208 Solicitation Information December 12, 2014 TITLE: Prosecutorial Case Management System Maintenance/Enhancement Support Services Submission Deadline: Wednesday, January 14, 2015 at 2:00 PM
Time-and-Materials and Labor-Hour Contracts The New Policies
Time-and-Materials and Labor-Hour Contracts The New Policies Overview: Time-and-materials and labor-hour (T&M/LH) contracts are the least preferred contract types, but they may play an important role in
6. Q: A: No, however it is anticipated that the PM firm will need to understand FEMA and HUD CDBG compliance as part of the scope of services. 7.
HHC Program Manager Request for Proposals (RFP) for Consulting Services Project # 6161 Questions & Answers Date: October 1, 2015 1. Q: In CR#2017007 would schedule outsourcing be considered as an appropriate
Solicitation Information February 26, 2016
Solicitation Information February 26, 2016 RFP#7550347 TITLE: SEARCH FOR AFFORDABLE CARE ACT TAX REPORTING SOLUTION Submission Deadline: Monday, March 21, 2016 @ 11:30 AM (Eastern Time) Questions concerning
Request for Proposal No. RFP02658. Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition
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. RFP02658
PRE-PROPOSAL CONFERENCE
PRE-PROPOSAL CONFERENCE RFP 1-16-C013 Supplier Diversity Management System (SDMS) November 5, 2015 Disclaimer The information contained in this presentation is for informational purposes only In the event
Institute of International Education (IIE) 809 United Nations Plaza New York, NY 10017. Request for Proposal
Institute of International Education (IIE) 809 United Nations Plaza New York, NY 10017 Request for Proposal Technical Assistance Services for Scholarships & Training for Egyptian Professionals (STEP) October
Submitted Vendor Questions and Answers, RFP 111 (IT Project Consulting)
Submitted Vendor Questions and Answers, RFP 111 (IT Project Consulting) Vendor A 1) Is there an incumbent? 2) The dates on page 22 and 26 are not consistent with the current date. Do you plan to issue
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
Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes
Introduction A Guide for Contractors and Suppliers The Purchasing Office should be your first point of contact with the County. Our role is to bring together users and suppliers to ensure that the County
STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT
STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT 201405744 - Off-Site Electronic Media Storage and Transport RFP NUMBER AND TITLE: Services RFP AMENDMENT NUMBER: #1 Amendments and Submitted Questions & Answers
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,
MARIETTA HOUSING AUTHORITY 95 Cole Street Marietta, Georgia 30060 (770) 419-3642 fax: (770) 218-0871 REQUEST FOR PROPOSALS
MARIETTA HOUSING AUTHORITY 95 Cole Street Marietta, Georgia 30060 (770) 419-3642 fax: (770) 218-0871 REQUEST FOR PROPOSALS CONSULTANT AND OTHER SERVICES FOR PAPERLESS ADMINISTRATION OF HOUSING CHOICE VOUCHER
CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No. 2014-033 June 16, 2014
Contents CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No. 2014-033 June 16, 2014 1 Insurance Product Broker PRICE PROPOSAL... 4 Introduction... 6 Scope
Pupil Transportation Cost and Outsourcing Feasibility Study Performed for the West Plains R-VII Schools May 2013
Pupil Transportation Cost and Outsourcing Feasibility Study Performed for the West Plains R-VII Schools May 2013 The TransPar Group, Inc. of Lee s Summit, Missouri was engaged by the West Plains Schools
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Shideler Hall Renovation Response Deadline 12/20/13
Accredited Continuing Medical Education and Continuing Education for Clinicians
Accredited Continuing Medical Education and Continuing Education for Clinicians REQUEST FOR PROPOSAL RFP # PCO-ACME&CEC2014 August 5, 2014 KEY DATES Request for Proposal Released August 5, 2014 Deadline
EXEMPT INFORMATION REPORT NO: 83/2015 Appendix 1 (See Paragraph 11) CABINET. 21 st April 2015. Social Care Case Management System
EXEMPT INFORMATION REPORT NO: 83/2015 Appendix 1 (See Paragraph 11) CABINET 21 st April 2015 Social Care Case Management System Report of the Director for People STRATEGIC AIM: Creating a Safer Community
Among other things, completion of the project will allow expansion at the campus to include 6 th -8 th graders and serve over 1,000 students.
1003 K Street NW Suite 700 Washington, DC 20001 202.223.4505 phone 202.223.4504 fax www.kippdc.org May 2, 2014 REQUEST FOR PROPOSAL ( RFP ) FOR CONSTRUCTION MANAGEMENT SERVICES FOR AN EXPANSION PROJECT
CAMERON COUNTY PURCHASING 1100 E. Monroe St, Brownsville, Texas 78520 (956) 544-0871 Fax: (956) 550-7219
CAMERON COUNTY PURCHASING 1100 E. Monroe St, Brownsville, Texas 78520 (956) 544-0871 Fax: (956) 550-7219 ADDENDUM # 3 - PAGE 1 of 5 Date out : 3-7 - 14 RFP # 140202 RFP TITLE: ELECTRONIC HEALTH RECORDS
Purchasing and Contracts Request for Proposal Procedure
Purchasing and Contracts Request for Proposal Procedure F.P.02.PR.3 Request for Proposal Procedures..2 F.P.02.PR.3.1 Commitment to Supplier Diversity...2 F.P.02.PR.3.2 Process Overview... 2 F.P.02.PR.3.3
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Administration of Project: School District Board + OFCC Project Name Wellington New K-8 EM/MS Response Deadline
The Town of Londonderry, New Hampshire Community Development Department seeks proposals for:
Town of Londonderry, New Hampshire REQUEST FOR PROPOSALS The Town of Londonderry, New Hampshire Community Development Department seeks proposals for: Department Project Tracking Database Offered by: Cynthia
WORKFORCE DEVELOPMENT CORPORATION ( WDC ) REQUEST FOR PROPOSALS RFP TITLE: Series A Tech Training Program PIN: 2015WDC0006. ADDENDUM No.
This addendum includes the following information: WORKFORCE DEVELOPMENT CORPORATION ( WDC ) REQUEST FOR PROPOSALS RFP TITLE: Series A Tech Training Program ADDENDUM No. 1 Section 1: Clarifications to the
Los Angeles County Service Authority for Freeway Emergencies Kenneth Hahn Call Box System
Los Angeles County Service Authority for Freeway Emergencies Kenneth Hahn Call Box System 3 S.A.F.E One Gateway Plaza Los Angeles, California 90012-2952 TEL (21 3) 922-5652 FAX (213) 922-2955 SAFE BOARD
Task Order Manager. Project Planning, Engineering, Architecture service contract with experience in passenger rail or other modes, and
a) Offerors shall provide resumes for their Key Personnel, as identified below. The page count for each resume shall not exceed three (3) pages. Preferred professional qualifications of key personnel are
1. Regarding section 1.6 (Page 7), what level of support (onsite or remote) is required?
Responses to questions in reference to the Governor s Office of Storm Recovery Managed Information Technology Network and Application Development Support Services Request for Proposal dated June 17, 2014
Solicitation Information. May 3, 2016 Addendum #1. SUBMISSION DEADLINE: Thursday, May 19, 2016 at 2:30 PM (ET)
Solicitation Information May 3, 2016 Addendum #1 RFP # 7550496 TITLE: Electronic Payment Cards (UI & TDI) SUBMISSION DEADLINE: Thursday, May 19, 2016 at 2:30 PM (ET) PLEASE NOTE: SUBMISSION DEADLINE HAS
Question and Answer No. 1 Request for Proposals (RFP) Central Collections Unit (CCU) Contact Center Solution Solicitation Number F50B6400027
LARRY HOGAN Governor S T A T E O F M A R Y L A N D DEPARTMENT OF INFORMATION TECHNOLOGY BOYD K RUTHERFORD Lieutenant Governor DAVID GARCIA Secretary Question and Answer No. 1 Request for Proposals (RFP)
SMALL BUSINESS JOBS ACT AND NATIONAL DEFENSE AUTHORIZATION ACT FOR FISCAL YEAR 2013 F O R P U B L I C R E L E A S E 1
SMALL BUSINESS JOBS ACT AND NATIONAL DEFENSE AUTHORIZATION ACT FOR FISCAL YEAR 2013 F O R P U B L I C R E L E A S E 1 Overview Small Business Jobs Act of 2010 Pending Regulations Accelerated Payments to
MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services. www.cdrfg.com
MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services www.cdrfg.com CDR Fundraising Group 2015 This sample RFP is made available by the CDR Fundraising Group as a public service.
SEALED BID REQUEST FOR INFORMATION
Department of Buildings and General Services Purchasing & Contract Administration 10 Baldwin St. Agency of Administration Montpelier VT 05633 [phone] 802-828-2210 [Fax] 802-828-2222 www.bgs.state.vt.us
RFP 2013-16: Change Management Consulting for Enrollment Functionality Improvements Final Response to Questions 5/7/2014
1 Has Covered California performed any high level assessments of the changes for the upcoming open enrollment? If yes, please share the relevant details. 2 Please describe activities under post Go-live
Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents
Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Campus Elevator Upgrades Response Deadline 9/03/13
Business Intelligence Data Analyst
Business Intelligence Data Analyst REQUEST FOR QUOTATION Minority Business Enterprise (MBE) ONLY State Term Schedule Page 1 of 12 Table of Contents INTRODUCTION AND BACKGROUND...3 PURPOSE OF THE REQUEST
REQUEST FOR INFORMATION for Procurement Front-End System Modernization for The CITY OF PHILADELPHIA PROCUREMENT DEPARTMENT
REQUEST FOR INFORMATION for Procurement Front-End System Modernization for The CITY OF PHILADELPHIA PROCUREMENT DEPARTMENT Issued by: The Office of Innovation and Technology (OIT) June 25, 2014 Vendor
City of Winooski. Request for Proposals Department of Public Works ASSET MANAGEMENT SOFTWARE, IMPLEMENTATION AND TRAINING
City of Winooski Request for Proposals Department of Public Works ASSET MANAGEMENT SOFTWARE, IMPLEMENTATION AND TRAINING Issued: February 29, 2016 Deadline for Submissions: 4:00 p.m., March 25, 2016 INTRODUCTION
Notice: Questions may have been edited for clarity and relevance
Notice: Questions may have been edited for clarity and relevance 1. Question: Do you anticipate the winning firm spending much time on-site? Or can most of the work be done remotely with minimal on-site
