PART V PROPOSAL REQUIREMENTS
|
|
|
- Madeleine Harvey
- 9 years ago
- Views:
Transcription
1 PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 40
2 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section are purposely established to facilitate an objective, timely and efficient evaluation by VRE. The Offeror is advised to ensure that their Proposal is in compliance with all such requirements. B. Proposals shall include all of the requirements requested in this RFP. Failure to include all the information requested may adversely affect the evaluation. Noncompliance with the RFP requirements will affect the evaluation of the Offeror s technical and/or past performance and may be grounds to eliminate the Proposal from consideration. C. Offerors are advised their Proposal represents their firm or team s best efforts and most complete responses to this solicitation. Assurance of experience, capability, and qualifications that clearly demonstrate and support the Offeror s claim are essential. The absence of such evidence will adversely influence evaluation of the Proposal. D. Offerors are to submit Proposals that present the Offeror s qualifications and understanding of the overall work to be performed. E. Proposals must provide a clear and concise response to the requirements of the solicitation. F. The Offeror s submission of a Proposal represents their firm will comply with all the requirements specified in this RFP. G. Offerors must submit the required information identified in this Section as a complete Proposal package. Information in addition to that requested below will not be considered in evaluating the Proposal and shall not be provided. Incomplete Proposals may cause the Proposal to be deemed non-responsive. H. Offerors are to submit Proposals that present the Offeror s qualifications and understanding of the overall work to be performed. Offerors are directed to SECTION N.3 EVALUATION CRITERIA and shall respond to each factor in detail so VRE may properly evaluate the Offeror s capabilities to perform the work described in this RFP. 41
3 I. The Proposal must be submitted in a binder separated with the respective numbered and titled tabs and include all written documentation outlined below: TAB 1 Table of Contents: Furnish a table of contents to delineate all the sections of the Proposal package. TAB 2 Title Page: Furnish the name and address of the firm, local address, if any; name, title, address, address, telephone and fax numbers of the contact person and the company officer responsible for ascertaining the correctness of the Proposal. TAB 3 Transmittal Letter (Maximum 2 pages): Submit a transmittal letter dated and signed by a company officer authorized to bind the firm(s) or entity in a Contract. Failure to manually sign the letter may disqualify the Proposal. The following information shall be provided in the transmittal letter: a. Type and size of business; b. Years of operation; and c. Description of the firm (or other structure in the case of a partnership or joint venture), and relevance of services to this RFP. TAB 4 Overall Project Approach and Management Plan: Furnish a clear and concise summary of the proposed project approach and proposed management plan to properly perform the work outlined in the Scope of Services to include the following: a. Understanding of the project scope, technical requirements and VRE s needs; b. An organizational chart including identification of the proposed team for each Area of Expertise (Strategic Planning, Station and Infrastructure Planning and Operations Planning and Support), including the task leader and key personnel, definition of responsibilities of all personnel thereon, and firm name; 42
4 c. List of personnel, positions, location of home office, and titles of each individual that will participate or may participate in the program, as well as the role they will serve; d. Project role(s) that will be filled by the Prime Consultant and Subconsultant(s), if applicable; and e. Methods and procedures proposed for quality assurance/control of the services provided and project deliverables. Each objective above shall be conspicuously identified and described on a separate page. TAB 5 Capability and Expertise of the Proposed Firm(s) (Maximum 5 pages excluding project summaries; project summaries shall be a maximum of 1 page per project): Describe in concise detail the capability, expertise and past performance of the Offeror and, if applicable, proposed Subconsultant(s) to include the following: a. Experience conducting strategic and long range planning, including facilitated workshops, travel demand forecasting, market research, financial planning and grant applications; b. Experience performing station and infrastructure planning including sketch planning, alternatives analysis, feasibility analysis, conceptual and preliminary design, developing standards/design guidelines, and conducting third-party reviews; c. Capability and expertise performing operational planning and analysis, including field survey; and d. Summaries for a maximum of ten (10) past projects completed by the Offeror within the last five (5) years only, which best illustrate the capability and expertise of the proposed firm(s). The summaries shall identify, where applicable, participation by the proposed personnel to perform the work described in the Scope of Services, to include the following: i. Firm name; 43
5 ii. iii. iv. Title of project, location (City, State), and owner (Government agency, institution, etc.); Construction fee and firm fee, as applicable; Project duration and period during which the firm commenced and completed work; v. Task(s) for which the firm was responsible; vi. vii. Team personnel members, including Subconsultants personnel; Description of the work performed by the firm including the scope, size of the project, principal elements, and special features of the project, as well as the relevance of the project to this Contract; viii. Description of the work performed by the Subconsultant(s); ix. Notable accomplishments of the firm on the project, particularly those accomplishments related to the tasks included in the Scope of Services; and x. Photos of the project (provided for illustrative purposes only). TAB 6 Knowledge and Qualifications of the Proposed Project Manager (Maximum 2 pages excluding resume): Complete the form in EXHIBIT T.1 RESUME SUMMARY FOR PROPOSED KEY PERSONNEL included herein and furnish a summary of the knowledge and qualifications of the proposed Project Manager to perform the work described in the Scope of Services to include the following; a. Evidence of a minimum of ten (10) years of experience in a project management role on similar projects. The experience may have been performed by the proposed Project Manager with the offering firm or other firms (identify); b. Experience managing or conducting strategic and long range planning, including facilitated workshops, travel demand forecasting, market research, financial planning and grant applications; 44
6 c. Experience managing or performing station and infrastructure planning including sketch planning, alternatives analysis, feasibility analysis, conceptual and preliminary design, developing standards/design guidelines, and conducting third-party reviews; d. Ability to produce plans and designs that comply with Federal, State, Local and other relevant laws, regulations, policies and guidance applicable to project development for VRE facilities and infrastructure, including NEPA; e. Capability and expertise in performing operational planning and analysis, including field survey; and f. Resume for the proposed Project Manager to include the following: i. Name of firm where employed; ii. iii. iv. Name of individual and title; Education to include, degree(s) earned, year completed, and curriculum or area of specialization; Current professional registration/license information to include, issuing state, number, and area of registration; v. Certifications and training applicable to the project and the date completed; vi. Number of years of experience performing tasks similar to those required for this project; and vii. Relevant experience citations within the last five (5) years only, to include the following: a. Title of the project, location (City, State), and dates which the individual performed work on the project; b. Indicate if the individual performed work on behalf of the offering firm or other firms; c. Individual s title/role and responsibilities on the project; and 45
7 d. Notable accomplishments of the individual on the project. TAB 7 Knowledge and Qualifications of the Key Personnel Proposed for the Project Team to Include Subconsultant Key Personnel (Maximum 3 pages excluding resumes; resumes shall be no more than 2 pages): Complete the form in EXHIBIT T.1 RESUME SUMMARY FOR PROPOSED KEY PERSONNEL included herein and furnish a clear and concise summary of the knowledge and qualifications of the proposed key personnel to perform the work described in the Scope of Services to include the following: a. Experience conducting strategic and long range planning, including facilitated workshops, travel demand forecasting, market research, financial planning and grant applications; b. Experience performing station and infrastructure planning including sketch planning, alternatives analysis, feasibility analysis, conceptual and preliminary design, developing standards/design guidelines, and conducting third-party reviews; c. Ability to produce plans and designs that comply with Federal, State, Local and other relevant laws, regulations, policies and guidance applicable to project development for VRE facilities and infrastructure, including NEPA; d. Experience coordinating with and knowledge of plans, projects, policies, and procedures of VRE s member jurisdictions; e. Capability and expertise performing operational planning and analysis, including field survey; and f. Resumes for the proposed key personnel to include the following: i. Name of firm where employed; ii. iii. Name of individual and title; Education to include, degree(s) earned, year completed, and curriculum or area of specialization; 46
8 iv. Current professional registration/license information to include, issuing state, number, and area of registration; v. Certifications and training applicable to the project and the date completed; vi. Number of years of experience performing tasks similar to those required for this project; and vii. Relevant experience citations within the last ten (10) years only, to include the following: a. Title of the project, location (City, State), and dates which the individual performed work on the project; b. Indicate if the individual performed work on behalf of the offering firm or other firms; c. Individual s title/role and responsibilities on the project; and d. Notable accomplishments of the individual on the project. TAB 8 References (Past and Present Experience): Identify three (3) clients for whom comparable work has been done by the Offeror in the past five (5) years or is currently being performed; complete the form in EXHIBIT T.2 REFERENCES included herein. If applicable, the following information must be provided: a. Information on contracts performed by each of the Offeror s Subconsultants that are considered most relevant in demonstrating their ability to support the Offeror in the effort, including rationale supporting the Offeror s assertion of relevance. At VRE s direction, any proposed Subconsultant(s) identified by the Offeror may be contacted for the purposes of determining the responsibility of the Offeror. b. A list of contracts within the past five (5) years, if any, on which failure to complete the work within the specified time frame resulted either in the assessment of liquidated damages, penalties or contract termination. 47
9 TAB 9 Subconsultants: Identify any Subconsultants and the type of work anticipated to be performed on the Contract; complete the form in EXHIBIT T.3 SUBCONSULTANTS included herein. a. During the Contract performance, ALL Subconsultants shall be approved in advance by VRE. VRE reserves the right to request from the Offeror during the solicitation process and any time during Contract performance, additional information about a Subconsultant proposed by the Offeror/Consultant, that VRE deems necessary to evaluate the qualifications for the Subconsultant. b. The Offeror shall ensure lower-tier Subconsultants in support of this solicitation are in compliance with the certifications included herein, including the insurance coverage described in this solicitation and all requirements to Federal and State procurement regulations referenced herein. TAB 10 Exceptions to the Solicitation: State whether the Scope of Work/Services and/or Technical Specifications, Special Terms and Conditions, and General Terms and Conditions are accepted as presented in this solicitation or if exceptions are taken; identify exceptions taken to the solicitation; provide rationale in support of the exception and fully explain its impact, if any, on the performance, schedule, cost, and specific requirements of the solicitation; and relate each exception specifically to each section/paragraph and/or specific part of the solicitation to which the exception is taken. If no exceptions are taken to the solicitation, the Offeror shall so state. TAB 11 Acknowledge Receipt of Addenda Issued: Include a signed acknowledgement of receipt of all addenda issued to this solicitation. TAB 12 Representations and Certifications: Complete and sign the forms in ATTACHMENT U.3 REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS/BIDDERS included herein. TAB 13 Financial Statements: Submit one (1) CD/DVD or USB memory device, containing one (1) continuous electronic copy of the financial statements in PDF format, separate from the Proposal 48
10 CD/DVD or USB memory device. The electronic copy shall be labeled appropriately with the RFP number and title, firm s name and date. A hard copy is not required. 1. Offerors shall furnish complete financial statements for the current fiscal year (interim statements are acceptable) and the past two (2) years. The financial statements shall include the following: a. Statement of Financial Position (Balance Sheet) b. Results of Operation (Income Statement) c. Statement of Cash Flow (if available) d. Statement of Current and Retained Earnings 2. These statements (a through d) shall be certified indicating disclosure of all facts that could impair or affect the statements presented. 3. The term certified is defined to mean that an officer of the corporation includes a statement that the financial statements fairly present the financial position of the Offeror. The term officer is defined to mean the President, Chief Financial Officer, or Treasurer. Audited financial statements with the auditor s opinion meet this requirement. Audited statements must be submitted, if available. 4. The certified statement provided with the financial statements must read as follows: The financial information provided is correct to the best of my understanding. 5. If audited financial statements are not available, the above statement shall also note the following: No audited statements are available for the periods reported in the accompanying information. 6. VRE reserves the right to request additional financial information as may be required to determine the Offeror s financial responsibility. If required, a formal request shall be made by VRE to the Offeror. 49
11 SECTION L COST INFORMATION L.1 NON-BINDING COST ESTIMATE (BOUND SEPARATELY AND SUBMITTED UPON REQUEST BY VRE) A. Cost Proposals must not be submitted with the Technical Proposal for this professional services Contract. However, a separate Non-Binding Cost Estimate will be requested from the highest-ranked firms to be submitted following evaluation of the Technical Proposal(s) by VRE. See EXHIBIT T.4 NON-BINDING COST ESTIMATE. The Non-Binding Cost Estimate shall be submitted upon VRE s written request by the date and time specified in SECTION B PROCUREMENT SCHEDULE. B. The Non-Binding Cost Estimate shall include: 1. Tasks to be performed; 2. Name, title of person, role and firm name, by task; 3. Hourly billing rates for each person; and 4. Direct and indirect costs anticipated in itemized detail (include on a separate tabulation sheet). C. All cost data shall be quoted in U.S. Dollars. D. Unless indicated otherwise, each Offeror s prices shall be inclusive of all costs for labor, overhead and profit. Overhead shall include all taxes, fees, insurances, etc. Direct costs such as materials, printing and transportation, in addition to any other items necessary to complete the work in conformance with the Contract and to the satisfaction of VRE shall be called out separately as direct costs. Extra charges will not be allowed without approval of the VRE Project Manager. E. No erasures or other handwritten changes may appear on the Non-Binding Cost Estimate. F. The Non-Binding Cost Estimate must be signed in ink. 50
12 SECTION M SUBMISSION OF PROPOSAL M.1 PROPOSAL ORGANIZATION A. Binding: The Proposal shall be in a loose-leaf, three-ring binder. Elaborate format and binding are neither necessary nor desirable. All binders must be capable of lying flat when opened. B. Cover: The covers must be titled Technical Proposal and clearly identify the Offeror s name, RFP number, RFP title and copy number (e.g. copy 1 of 4). The original shall be conspicuously marked ORIGINAL and the copies shall be conspicuously marked COPY. C. Tabs: Tabs must be included in the original binder and each copy and identified by the respective numbers and titles as outlined in SECTION K PROPOSAL CONTENT. M.2 PROPOSAL FORMAT A. Text: The Proposal must be typed. Type size must not be smaller than Microsoft Word Times New Roman 11 point font, normal proportional spacing. Text lines must be single-spaced. B. Page: A page shall be: /2 x 11 sheet of paper (minimum of ½ margins); x 17 sheet of paper for a foldout only such as illustrations, charts, appendices, graphs, drawings, photographs, diagrams and tables and shall count towards one (1) page; 3. Printed on one-side only; and 4. White or ivory stock background color. M.3 HARD COPY Offerors shall submit one (1) signed original and four (4) copies of the Proposal in a sealed package. 51
13 M.4 ELECTRONIC COPY Offerors shall submit two (2) CDs/DVDs or USB memory devices, each containing one (1) continuous electronic copy of the Technical Proposal package in PDF format. Each electronic copy shall be labeled appropriately with the RFP number and title, firm s name and date. M.5 IDENTIFICATION OF PROPOSAL PACKAGE A. The Technical Proposal shall be clearly marked in a sealed package. B. It is imperative that the label shown below is filled in and pasted on the lower left corner of the sealed package conspicuously identified. S E A L E D P R O P O S A L IN RESPONSE TO: RFP No.: Title: Proposals Due Date: Time: 2:00 P.M. EST Name of Offeror: Address of Offeror: C. Failure to properly identify the Proposal package may result in the premature opening of or a failure to open such Proposal, which may result in the disqualification of the Proposal. M.6 HAND DELIVERY OR MAILING OF PROPOSALS A. Offerors shall deliver or mail Proposals to: Gerri Hill Manager of Purchasing and Contract Administration 1500 King Street, Suite 202 Alexandria, VA B. A Proposal may be mailed, delivered by private courier, express mail or delivered in person to VRE in Alexandria, VA prior to the Proposal closing date and time, between 9:00 A.M. and 5:00 P.M. EST, Monday through Friday, on days that VRE service is operated. 52
14 C. It is the responsibility of the Offeror to assure that its Proposal is delivered to the place designated for receipt of Proposals on or before the day and time set for receipt of Proposals. D. Proposals will be time stamped by VRE s official time clock at the receptionist s desk in the foyer. E. Electronic, facsimile or verbal Proposals shall not be accepted. F. Proposals shall be kept unopened until after the closing date and time. M.7 PROPOSALS DUE (CLOSING DATE) Proposals must be received by VRE at 2:00 P.M. EST on the date specified in SECTION B PROCUREMENT SCHEDULE of this RFP. Proposals received after the Proposal closing date and time will not be considered. 53
REQUEST FOR PROPOSALS FOR AS-NEEDED FEASIBILITY STUDIES AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019
Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FOR AS-NEEDED FEASIBILITY STUDIES AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019 June 17, 2016 Deadline for proposals is no
COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013
COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 Page 1 of 9 REQUEST FOR PROPOSAL (RFP) Issue Date: Tuesday, February 19, 2013
PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05. March 7 th, 2013
PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05 March 7 th, 2013 Page 1 of 8 Issue Date: March 7, 2013 REQUEST FOR PROPOSAL (RFP) RFP# HR-13-05 Title: Medical
REQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Bid Event Number: EVT0001204 Date Mailed: February 9, 2012 Closing Date: March 15, 2012, 2:00 PM Procurement Officer: Constance S Schuessler Telephone: 785-296-1171 E-Mail Address:
CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Moderated Online Focus Groups and Data Analysis
CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Moderated Online Focus Groups and Data Analysis I. OVERVIEW The Corporation for Public Broadcasting ( CPB ) is seeking proposals to conduct moderated
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
REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
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
REQUEST FOR PROPOSAL to provide ON-CALL ENVIRONMENTAL CONSULTING SERVICES for the RIVERSIDE COUNTY TRANSPORTATION DEPARTMENT
REQUEST FOR PROPOSAL to provide ON-CALL ENVIRONMENTAL CONSULTING SERVICES for the RIVERSIDE COUNTY TRANSPORTATION DEPARTMENT Table of Contents I. Events Calendar. 1 II. Introduction.. 2 III. Inquires.
INSTRUCTIONS TO OFFERORS
INSTRUCTIONS TO OFFERORS Date To: CIO-SP3 Qualified Offerors From: US Technology Agency Subject: Request for Proposal (RFP) Project No. 12345, IT Enterprise-Wide Systems Support The Agency is issuing this
Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm
Request for Proposal for Identity Theft Protection Services RFP No. 1521 Sealed Proposals will be received until April 2, 2015 at 3pm PROPOSALS ARE TO BE DELIVERED OR MAILED TO: Jessica Chavira TEXAS STATE
DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS
(VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS Issue Date: July 10, 2015 RFP: LFCC-F-18161AE Title: Virginia Community College System Lord Fairfax Community College, Fauquier Campus Construct Academic
Request for Proposal. Retail Consulting Services Date issued: Monday November 24, 2014 Close date: Wednesday December 10, 2014 at 12:00 pm MST
Request for Proposal Retail Consulting Services Date issued: Monday November 24, 2014 Close date: Wednesday December 10, 2014 at 12:00 pm MST Unit # 5 3500 24 Ave NW Calgary, AB T2N 4V5 p. 403-910-1101
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
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
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
ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
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
REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER
RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February
BLACK BUSINESS LOAN PROGRAM APPLICATION FOR CERTIFICATION AS A RECIPIENT OF FUNDS. Form DEO/CD 7102-1
BLACK BUSINESS LOAN PROGRAM APPLICATION FOR CERTIFICATION AS A RECIPIENT OF FUNDS Form DEO/CD 7102-1 All applications must be submitted by the end of the Application Period as defined by Rule 73C-1.001,
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
Request for Proposal. Study: Site Plan Approval Process in Ontario. This Request for Proposal Closes at 16:00:00 EST on Monday, November 5, 2012
Request for Proposal Study: Site Plan Approval Process in Ontario This Request for Proposal Closes at 16:00:00 EST on Monday, November 5, 2012 Issued: October 24, 2012 Table of Contents A GENERAL INSTRUCTIONS
REQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Subject: Due Date/Time: Submit To: Financial Management & Utility Billing Software March 28, 201412:00 pm Eastern Standard Time Chris Wilson Village of Beverly Hills 18500 W
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
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,
Request for Proposals (RFP) Strategic Education Consulting Services December 2012 FILING DEADLINE: DECEMBER 21, 2012 (5 P.M. EST)
Request for Proposals (RFP) Strategic Education Consulting Services December 2012 FILING DEADLINE: DECEMBER 21, 2012 (5 P.M. EST) I. PROJECT OVERVIEW As a public media system leader, one of the Corporation
REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES
City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL
City of Pittsburgh, PA - Request For Proposals and procurement Process
CITY OF PITTSBURGH REQUEST FOR PROPOSALS AND QUOTE For Professional Services in support of: 1) the development of City of Pittsburgh requirements for a Workforce Management System, 2) review of the City
City of Union, Missouri Request for Proposal Audit Services
City of Union, Missouri Request for Proposal Audit Services The City of Union is seeking proposals for qualified firms of certified public accountants to audit the City s financial statements for the fiscal
CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015
CITY OF MARTINSVILLE REQUEST FOR PROPOSALS UTILITY BILL PRINTING & MAILING SERVICES SEPTEMBER 22, 2015 The City of Martinsville is seeking proposals from qualified contractors to provide Bill Printing
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation
Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.
Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716. Date: May 17, 2015
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 Date: May 17, 2015 Request for Proposal # F150019592 Cost Allocation Services Questions concerning requirements of
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
CITY OF MILTON REQUEST FOR PROPOSAL #09-001-ITS
CITY OF MILTON REQUEST FOR PROPOSAL #09-001-ITS to provide INFORMATION TECHNOLOGY SUPPORT SERVICES Issued: November 2, 2009 Submit completed application to: City of Milton 1000 Laurel Street Milton, WA
State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT
State of Washington Department of Transportation Notice to Consultants Evaluate Risk-Based Asset Management Systems for WSDOT The Washington State Department of Transportation (WSDOT) solicits interest
REQUEST FOR QUALIFICATIONS (RFQ) NO. PS-16-0235-06 FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) NO. PS-16-0235-06 FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES DISTRIBUTION/ADVERTISEMENT JULY 28, 2015 RESPONSE SUBMITTAL DEADLINE AUGUST 12, 2015 2:00 P.M.
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
Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan
Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan I. GENERAL INFORMATION/PUBLISHING The City of Shenandoah, Texas (CITY) is accepting Qualification
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and
ACG Commissioning Guideline
ACG Commissioning Guideline Appendix A Sample Commissioning Specification NOTES TO APPENDIX A This appendix contains a sample Request for Proposal (RFP) for Commissioning Services as would be issued by
Request for Qualifications ( RFQ ) For. Consulting Services. For a. Needs Assessment for Houston Forensic Science Center, Inc.
Request for Qualifications ( RFQ ) For Consulting Services For a Needs Assessment for Houston Forensic Science Center, Inc. December 9, 2014 1 TABLE OF CONTENTS I. Purpose 3 II. Definitions 3 III. Addenda
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 QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
Executive Office for Administration & Finance. Request for Qualifications For Construction Management Services
Executive Office for Administration & Finance Request for Qualifications For Construction Management Services Massachusetts State Project (Project Number) (Full Project Name and Location), Massachusetts
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
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:
Sidewalk Rehabilitation Program
REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:
CITY OF HIGHLAND PARK
REQUEST FOR PROPOSALS CONSULTING SERVICES FOR THE PROCUREMENT OF AN ELECTRONIC DOCUMENT MANAGEMENT SYSTEM CITY OF HIGHLAND PARK PLEASE COMPLETE ATTACHMENT 1 RFP ACKNOWLEDGEMENT FORM AND RETURN TO THE CITY
REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES
REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES CONTENTS I. PURPOSE OF REQUEST II. III. IV. PROPOSAL REQUIREMENTS EVALUATION PROCEDURES SELECTION PROCESS / AWARD OF CONTRACT
TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES
951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING
REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES
REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES CROOK COUNTY SCHOOL DISTRICT 471 NE Ochoco Plaza Drive Prineville, Crook County, Oregon, 97754 RFP TITLE: NEW K-5 ELEMENTARY SCHOOL Date Due: August 1, 2013
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
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:
REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based
REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based The Nebraska State College System (NSCS) PO Box 94605 1115 K Street, Suite 102 Lincoln NE, 68509-4605 Release Date: September
REQUEST FOR PROPOSAL NO. RFP09502 FOR WEBSITE REFRESH FOR SEATTLE PUBLIC SCHOOLS
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. RFP09502
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
REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.
REQUEST FOR PROPOSAL (RFP) FORM TITLE: Enter title here I. GENERAL INFORMATION Invitation to Bid. Utica College invites you to submit a proposal to brief description. If a contract results from this RFP,
REQUEST FOR PROPOSAL FOR GENERAL CONTRACTOR FOR AFFORDABLE MULTI-FAMILY HOUSING BREVARD COUNTY, FLORIDA. Issue Date: March 10, 2015
REQUEST FOR PROPOSAL FOR GENERAL CONTRACTOR FOR AFFORDABLE MULTI-FAMILY HOUSING BREVARD COUNTY, FLORIDA Issue Date: March 10, 2015 CLOSING DATE: Tuesday, March 31st, 2015, 2:00 p.m. EST Housing Authority
Maintenance Management Software
REQUEST FOR PROPOSALS Maintenance Management Software 5400 Ox Road Fairfax Station, Virginia 22039 www.novaparks.com June 18, 2015 NOTICE REQUEST FOR PROPOSALS Maintenance Management Software June 18,
NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:
JULIE A. PACYNA PURCHASING AGENT WARREN COUNTY PURCHASING DEPARTMENT 1340 STATE ROUTE 9 LAKE GEORGE, NY 12845 Telephone: (518) 761-6538 Fax: (518) 761-6395 JASON M. SHPUR DEPUTY PURCHASING AGENT NOTICE
REQUEST FOR INFORMATION (RFI) For. Email Archiving Solution Project No. RFI-LB-58359 COLORADO SPRINGS UTILITIES. Continuous Improvement Department
REQUEST FOR INFORMATION (RFI) For Email Archiving Solution Project No. RFI-LB-58359 COLORADO SPRINGS UTILITIES Continuous Improvement Department Date: 7/16/07 T01-10903 (12/2004) TABLE OF CONTENTS TABLE
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
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015 Request for Proposals #JD150021703 Insurance Agent /Broker of Record Services Questions concerning requirements
TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT
TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT The Milford Board of Library Trustees, as the Awarding Authority, invites the submission of qualifications by responsible
Air Conditioning Maintenance Services
Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs
Request for Proposal Name of Organization Title of work project
Request for Proposal Name of Organization Title of work project Introduction Insert brief introduction here. Background Insert background information here. Scope of Work Work Elements (those elements listed
REQUEST FOR PROPOSAL
CITY OF MUKILTEO 11930 Cyrus Way Mukilteo, Washington 98275 425-263-8030 www.ci.mukilteo.wa.us REQUEST FOR PROPOSAL IT SERVICES ACQUISTION SCHEDULE The Acquisition Schedule is as follows, with all times
REQUEST FOR QUALIFICATIONS AND EXPERIENCE
DEPARTMENT OF AIRPORTS REQUEST FOR QUALIFICATIONS AND EXPERIENCE Leadership Development and Team Building Consulting Services Statements of Qualifications due by: Friday, June 30, 2016 2:00 p.m. Pacific
Further develop and complement our Good To Go! brand and the state s all-electronic toll system.
State of Washington Department of Transportation Notice to Consultants Statewide Toll Educational Marketing Services Washington State Department of Transportation (WSDOT) is seeking marketing and advertising
REQUEST FOR QUALIFICATIONS
Qualification packets and updates will be accepted at, Mitchell Elementary 1350 E. 33 rd Ave. Denver, CO. 80205, until January 3, 2013 at 2:00 PM Local Denver Time. Attn: Strategic Sourcing/ Department.
REQUEST FOR PROPOSALS Art Storage and Handling Services
LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS Art Storage and Handling Services The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation
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.
REQUEST FOR PROPOSAL GUARANTEED ENERGY SAVINGS CONTRACT. Dallas School District 2000 Conyngham Avenue Dallas, PA 18612. Addendum 2
REQUEST FOR PROPOSAL GUARANTEED ENERGY SAVINGS CONTRACT Dallas School District 2000 Conyngham Avenue Dallas, PA 18612 Addendum 2 Introduction The Dallas School District is requesting Proposals for Energy
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,
Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011
Request for Proposal I. GENERAL A. Intent of Request for Proposal (RFP) The purpose of this Request for Proposal is to solicit sealed, competitive proposals from vendors qualified and experienced to provide
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
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
Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals
Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals The Town of Somers invites proposals for Geographic Information System consultation/ implementation services.
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,
5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
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
City of Hesperia. Request for Quotes 2009-10-004 Answering Services. Release Date: 02/04/10
Request for Quotes 2009-10-004 Answering Services Release Date: 02/04/10 I. INTRODUCTION The City of Hesperia s Management Services Department (City) is seeking qualified vendors (Bidders) to submit a
