Emergency Services Transfer Call and Patient Transport Management System

Size: px
Start display at page:

Download "Emergency Services Transfer Call and Patient Transport Management System"

Transcription

1 INVITATION: Sealed proposals, subject to the conditions included in this request for proposal (RFP) will be received in the Office of Contracts Administration at the University of Mississippi Medical Center (UMMC) until Tuesday, September 8, 2015, 2015, at 2:00 p.m. No proposal will be accepted after this time., as further described in the Specifications section of RFP 1210, needed to assist UMMC in daily operations. NOTE: RFP 1210 CONTAINS MANDATORY REQUIREMENTS TO WHICH NO EXCEPTION MAY BE TAKEN. THOSE SECTIONS INCLUDE: SECTION II SUBSECTIONS A through I SECTION V Bidders 1 must submit proposals to: Contracts Administration Office (Apartment Building C, Suite 13) University of Mississippi Medical Center 2500 North State Street Jackson, MS Bidders must submit one hardcopy original of their proposal and nine (9) additional copies on USB flash drive or compact disc (disc) in PDF format (one copy of the proposal per disc/flash drive). To prevent unauthorized opening, the hardcopy original and the USB flash drives/discs must be in a sealed package. The outside of the container must be plainly marked as follows: Bidder s Name PROPOSAL to Due Tuesday, September 8, 2015, at 2:00 p.m. Note: Faxed, electronically mailed or unsealed responses will not be accepted. Each hardcopy original MUST be signed by an authorized representative of the Bidder. Each disc or flash drive must be plainly marked with the Bidder s name and RFP number. UMMC reserves the right to request additional copies on disc or USB flash drive. 1 For the purpose of this RFP, the term Bidder simply means a business or individual submitting a proposal. The term is not meant to distinguish between businesses or individuals who have submitted acceptable or unacceptable proposals. Page 1 of 21

2 I. INSTITUTIONAL OVERVIEW: UMMC is the state s only academic health science center. The 164 acre campus in Jackson, Mississippi, includes health science schools of medicine, dentistry, nursing, health related professions and graduate studies. The campus houses a large research center, a general acute care teaching hospital, three specialty teaching hospitals and an inpatient rehabilitation facility. UMMC conducts business in an ethical manner. Therefore, please indicate clearly what you, as a Bidder, propose in response to this request and how it will benefit UMMC. II. GENERAL INFORMATION: A. STANDARD TERMS AND CONDITIONS: All Bidders MUST be certified through the Mississippi Secretary of State s Office to conduct business in the state of Mississippi. You will be asked to certify this registration and provide your Mississippi Business Identification Number on the attached RFP Questionnaire and Acknowledgement form. Any proposals found to have been submitted by Bidders that are not certified with the Mississippi Secretary of State will be disqualified. MANDATORY: As an agency of the State, there are standard terms and conditions to which all Bidders must agree. By submitting a proposal, the Bidder acknowledges that acceptance/execution of the UMMC Standard Terms and Conditions is a requirement for an acceptable proposal, and which are hereby incorporated by reference into this RFP and any contract resulting from this RFP. These can also be found at /forms. In addition, if the scope of work for this RFP involves the use of health information of UMMC patients, the Bidder must also sign and enter into a business associate agreement with UMMC, which can be found at /forms. B. PAYMENT: UMMC aims to pay properly submitted invoices within forty-five (45) days of receipt. Original invoices must be presented for payment in accordance with instructions contained on the Purchase Order. The Purchase Order number must be referenced Page 2 of 21

3 and the invoice must be submitted to the correct address for processing. As a State entity, UMMC cannot pre-pay for any commodities or services. C. TAX: UMMC is tax-exempt (exemption number: ). A copy of the exemption letter is available upon request. D. PRICING: Prices shall remain firm for the term of the agreement. ANY PRICE ESCALATION WILL BE BASED ON THE TYPE OF SERVICES NEEDED AND INDUSTRY NORMS. ANY SUCH PRICE ESCALATIONS MUST BE CLEARLY IDENTIFIED IN THE COST SECTION OF THE PROPOSAL. E. CONTRACT TERM: The initial contract shall be in effect for five (5) years. The contract may be terminated by either party prior to the expiration of five (5) years with or without cause. F. RIGHTS RESERVED BY UMMC: i. Right to remove Vendor s employees - UMMC shall have authority to require a Contractor to remove from the site any employee of the Contractor who shall be deemed incompetent or detrimental to the best interests of the work of the Medical Center. ii. Right to conduct background checks/secure access - All individuals who work at any UMMC facility must have a background check in accordance with MS state law. Therefore, UMMC reserves the right to require vendors whose employees will work at any UMMC facility to provide each such employee s nine (9) digit social security number. The social security number will be used to conduct the background checks. The last four digits of the social security number will also be used to provide secure access to UMMC networks, should the scope of work to be performed by the vendor require such access. In addition, UMMC reserves the right to require vendors, whose employees will not be physically working at any UMMC facility but who will have access to our networks, to provide the last four digits of each employee s nine (9) digit social security number in order for UMMC to provide secure access into its network. Page 3 of 21

4 iii. Right to award in whole or in part - UMMC reserves the right to award the RFP in whole or in part, whichever is deemed to be in the best interest of UMMC as an agency of the State of Mississippi. This RFP does not commit UMMC to contract for any requirements detailed in this document. iv. Right to reject any or all offers - UMMC reserves the right to reject any or all offers and to waive informalities and minor irregularities in the proposal received. UMMC may deem proposals which meet any of the following criteria as nonresponsive and therefore disqualify the proposal/bidder from consideration: Failure to follow specifications and instructions contained in the RFP; Failure to meet the announced requirements of UMMC in some material respect; Submission of a response that alters or limits terms contained in the RFP; or Submission of a response that UMMC deems to be unreasonable in terms, cost, etc. v. Right to request best and final offers - UMMC reserves the right to request Best and Final Offers from Bidders when Bidders proposed cost are more than the available funding for the project or when UMMC determines none of the proposals present the best value (lowest and best proposal) for UMMC. vi. Right to include internal costs in cost proposal UMMC reserves the right to factor into Bidder s cost proposal any additional internal or external costs it may incur as a result of an Award of this RFP, including implementation, training, downtime, etc. G. USE OF SUBCONTRATORS: No subcontractors shall be used without the prior written consent of UMMC. H. REGISTRATION WITH VENDORMATE AND MAGIC: At the time the contract is awarded, the selected Bidder becomes a vendor of UMMC. All Vendors are required to register with the UMMC vendor credentialing system, VendorMate, which requires a fee for registration at the expense of the vendor. VendorMate registration can be completed online at Vendors will be expected to register with the Department of Finance and Administration (DFA) for purchases for all State agencies. Registration can be completed online at Page 4 of 21

5 I. COMMUNICATIONS WITH THE STATE: From the issue date of this RFP until a Bidder is selected for award and such selection is announced, neither Bidders nor their representatives may communicate either orally or in writing regarding this RFP with any statewide elected official, state officer or employee member of the legislature or exception as noted herein. This directive is meant to ensure fair and unbiased selection of a Bidder. To ensure equal treatment of each responding Bidder, all questions regarding this RFP must be submitted in writing to the contact persons listed in Section III, Subsection A, of this RFP. J. CONTRACT APPROVAL AND EXECUTION: A contract is not deemed final until it has been signed by the Vice Chancellor of UMMC. All contracts are valid only if signed by the Vice Chancellor of UMMC, and Vendors will be required to sign contracts before the Vice Chancellor of UMMC. All contracts are subject to availability of funds of UMMC and are contingent upon receipt by the winning Vendor of a purchase order from UMMC. K. INSTITUTIONS OF HIGHER LEARNING: UMMC is governed by the Mississippi Board of Trustees of State Institutions of Higher Learning (IHL) and is subject to its approval for particular contracts. The time it takes to obtain any approvals required by IHL is not included in UMMC s internal approval process. Any contracting deadlines will be extended as necessary by UMMC when seeking IHL approval. Page 5 of 21

6 III. SPECIAL INSTRUCTIONS: A. RFP PREPARATION: The information provided within this RFP is intended to assist Bidders in the preparation of a proper response. It is designed to provide interested Bidders with sufficient basic information to submit proposals meeting minimum requirements; it is not intended to limit a proposal s content, or to exclude any relevant or essential information or data thereof. Bidders are permitted (and encouraged) to expand upon specifications to evidence service capability under any agreement. The Office of Contracts Administration of UMMC is the issuing office for this document and all subsequent addenda relating thereto. The reference number for this transaction is RFP No This number MUST be referenced on all proposals, correspondence, and documentation relating to this RFP. The Bidder will absorb all costs incurred in the preparation of a proposal. Bidders are responsible for examining and following all specifications, terms, conditions, and instructions in the RFP. Failure to do so will be at the Bidder s risk. Bidders may request in writing an interpretation or correction of any inconsistency or error within the request, which would be evident to any reasonably prudent Bidder. All such questions, in order to be considered, must be sent via to Sally O Callaghan at [email protected] and John Genin at [email protected] at least five (5) business days prior to the RFP closing date. Questions should be directed in writing or by only; phone calls will not be accepted. Any unauthorized contact shall not be used as a basis for responding to this RFP and may result in the disqualification of the proposer s submittal. Bidders are hereby informed that only the written interpretation or correction so given by the authorized UMMC representative, as noted above, shall be binding and prospective and that no other agent, or employee of UMMC is authorized to provide information concerning, or to explain or interpret the RFP, unless otherwise notified. Such interpretations or corrections, as well as any additional provisions that UMMC may decide to include, will be issued in writing as an addendum to the RFP documents and binding on all prospective Bidders. UMMC will make addenda available to all known prospective Bidders. Page 6 of 21

7 B. CONFIDENTIAL AND/OR PROPRIETARY INFORMATION Bidders should mark any and all pages of the proposal considered to be proprietary information which may remain confidential in accordance with Miss. Code Ann and (1972, as amended). Each page of the proposal that the Bidders considers trade secrets or confidential commercial or financial information should be on a different color paper than non-confidential pages and be marked in the upper right hand corner with the word CONFIDENTIAL. Failure to clearly identify trade secrets or confidential commercial or financial information will result in that information being released subject to a public records request. UMMC is a public agency of the State of Mississippi and is subject to the Mississippi Public Records Act, Miss. Code Ann , et seq. If a public records request is made for any information provided to UMMC regarding this IFB, UMMC shall promptly notify Bidders of such request. UMMC shall not be liable to Bidders for disclosures of information required by court order or required by law. UMMC also is subject to the provision of the Mississippi Accountability and Transparency Act of 2008, Miss. Code Ann., , et seq., and is required to provide public access to its financial information and expenditures through the Institutions of Higher Learning Accountability and Transparency website. C. RFP RESPONSE OUTLINE: Proposals must be written, concise, and in outline format. Pertinent supplemental information should be referenced and included as attachments. If a Bidder considers its proposal or particular portions thereof as containing trade secrets, information privileged by law, or confidential commercial or financial data, then this should be conspicuously noted in the proposal. All proposals must be organized and tabbed to comply with the following sections: Tab A: Letter of Transmittal. The letter of transmittal should include an introduction of the Bidder, the name, address, address, telephone number and fax number of the person to be contacted, along with others who are authorized to represent the Bidder in dealing with this RFP. The letter of transmittal should also contain the Mississippi Business ID number assigned to the Bidder by the Mississippi Secretary of State s Office. Any other information not appropriately contained in the proposal itself should also be included in the letter. Page 7 of 21

8 Tab B: Executive Summary. An executive summary will briefly describe the Bidder's approach and clearly indicate any options or alternatives being proposed. It should also indicate any major requirements that cannot be met by the Bidder. Tab C: Detailed Discussion. This section should constitute the major portion of the proposal and must contain a specific response to the Vendor Specifications section as well as any other requested sections in this RFP. Tab D: Proposal. The Bidder MUST submit a cost proposal allowing costs to be evaluated independently of other criteria in the proposal. Pricing should only include those items/services specifically requested in this RFP. The cost must be presented in a clear and accurate manner if no cost proposal format is given. If additional items or services are included, they should be clearly identified and priced separately from those items specifically requested. The type and format of any cost proposal will be dependent upon the request type. Omissions, errors, misrepresentations or inadequate details in the Bidder s cost proposal may be grounds for rejection of the Bidder s proposal. All costs that are not clearly identified will be borne by the Bidder. Required Format: Bidder must provide its cost proposal in the following format for all three (3) categories of costs. 1. Ongoing Fixed Fees includes hosting and web-based application services, technical support, system maintenance, and services such as quality assurance capabilities, transfer center call systems, charting capabilities. Description Hosting & Web- Based Application Year 1 Year 2 Year 3 Year 4 Year 5 Total Technical Support System Maintenance Services Other (please list each separately) Total Page 8 of 21

9 2. Ongoing Variable Fees includes billing and collection services. Description Year 1 Year 2 Year 3 Year 4 Year 5 Total Air Transport Billing Services Collection Services Specialty Ground Transport Billing Services Collection Services Non-Specialty Ground Transport Billing Services Collection Services Total 3. One-Time Fees includes system implementation and training fees. Description System Implementation Training Fees Other (please list each separately) Total Page 9 of 21

10 Tab E: Financial Reports. The Bidder should furnish a current audited financial report for their most recent fiscal year. Tab F: Sample Agreement. The Bidder must furnish a proposed contract for all services to be provided. The proposed contract must be fully completed based upon Bidder s response and cost proposal to the RFP. The proposed contract must not conflict with UMMC s Standard Terms and Conditions Addendum. The submission of a proposed contract does NOT guarantee an Award of this RFP. Tab G: Experience and References. The Bidder should submit a breakdown of any experience with performing the same or similar services as requested in this RFP. Bidder should focus on those experiences with customers of like size and complexity as UMMC and the requested service(s). Contact information of such customers should be included, which UMMC may use as a reference in verifying such experience(s) and the customer s satisfaction with the Bidder. The Bidder should include a listing of the abilities, qualifications, and experience of all persons who will be assigned to provide the required services. Tab H: Miscellaneous. Additional information and attachments, such as insurance certificates, if required by UMMC, should be located under this tab. The Bidder may also submit information and attachments that are not required by the RFP but which the Bidder considers essential to the proposal under this tab. Page 10 of 21

11 IV. SPECIFICATIONS: (UMMC) seeks one (1) vendor to provide a single, vendor-hosted, web-based platform and database for the following services: patient transfer center database management for multiple facilities; computer-aided dispatch for UMMC owned and leased medical transport helicopters and ground ambulances; quality assurance capabilities; mobile, electronic charting services capable of integration with EPIC, UMMC s Electronic Health Records (EHR) system; and comprehensive revenue cycle management services related to Emergency Medical Services (EMS). The facilities contemplated under this RFP include UMMC s main campus in Jackson, MS, as well as outlying hospitals in Grenada and Lexington, MS. UMMC reserves the right to add additional features and functionalities to the resulting contract for enhancements to the requested service. 1. Bidder Requirements. Bidder s proposal should include detailed discussion regarding the following requirements: 1.1 Bidder must provide detailed discussion related to its experience providing similar services to institutions of similar size and complexity as UMMC in the previous three (3) years. 1.2 Bidder must detail the number of years it has provided the proposed system to customers. 1.3 Bidder must detail its experience with EPIC Electronic Medical Record (EMR) integration with its proposed system Bidder must detail its experience with 3M Electronic Record Management (ERM) integration with its proposed system. 1.4 Bidder must state the number of customers for which it currently provides hosting services for the proposed system. 1.5 Bidder must describe its expertise and background related to: Patient transfer center database management services; Page 11 of 21

12 Computer-aided dispatch services for medical transport helicopters, fixed wing aircraft, and ground ambulances; Quality assurance capabilities related to emergency services; Mobile, electronic charting services capable of integration with EPIC; and Comprehensive revenue cycle management services related to Emergency Medical Services (EMS), including, but not limited to, billing and collection services. 1.6 Bidder must detail any pending or final non-compliance findings issued by entities, including, but not limited to, the Office of Inspector General (OIG) or Centers for Medicare and Medicaid Services (CMS), within the previous five (5) years as a service provider. Such findings may include, but are not limited to, any and all pending and final reports of the Bidder and/or all related entities operating as subsidiaries of a holding group or otherwise. Non-compliance findings shall be broken down and identified according to the subsidiary and holding group name. 1.7 Bidder must detail any pending or final litigation related to the services requested herein, excluding litigation regarding debt collection, within the previous five (5) years as a service provider. Such litigation may include, but is not limited to, any and all pending and final settlements of the Bidder and/or all related entities operating as subsidiaries of a holding group or otherwise. Litigation history shall be broken down and identified according to the subsidiary and holding group name. 1.8 Bidder must provide detailed discussion related to compliance initiatives and risk mitigation experience with clinical documentation and revenue cycle management services for EMS. 1.9 Bidder must provide detailed discussion regarding its activities related to reporting quality metrics in transport Bidder must provide all services requested herein without subcontracting or requiring a third-party agreement for a portion of the services requested herein. 2. System and Support Requirements. Bidder s proposal should include detailed discussion regarding its capabilities to meet the following requirements: Page 12 of 21

13 2.1 Bidder must provide a detailed description of the single, vendor-hosted, web-based platform and database for the services requested herein. 2.2 The successful Bidder s proposed system must have the ability to function in an internet connected or disconnected environment capable of automatic synchronization of data upon restoration of connectivity. Bidder s proposal should provide detailed discussion related to its system s ability to provide these functionalities. 2.3 The successful Bidder s proposed system must have the ability to provide customizable data reporting. Bidder s proposal should provide detailed discussion related to its customizable data reporting capabilities, including samples or examples, if applicable. 2.4 The successful Bidder s proposed system must provide detailed discussion related to any aspects of proposed software for the system that differentiate it from competing products in the marketplace. 2.5 Bidder must provide access to its support resources to authorized system administrators and users of the system in the form of a help desk or other support mechanism. This support must be available 24/7/365. Bidder s proposal should discuss in detail its support resources and availability. 2.6 Bidder must describe how UMMC s account will be staffed. Bidder should provide detailed discussion related to a proposed dedicated manager that will serve as point of contact to assist in the management of the account. 2.7 Bidder must provide detailed discussion related to the installation and implementation processes for its proposed system. 2.8 Bidder must provide detailed discussion related to its offerings of ongoing system support and maintenance. s associated with support and maintenance must be included as a separate line item. 2.9 Bidder must provide detailed discussion related to its system s capabilities to perform comprehensive revenue cycle management services, including, but not limited to, billing and collection services. Revenue Cycle Management Services must include strategies and projected collections Page 13 of 21

14 for 1,200 air ambulance patients per year, 500 specialty ground transports per year, and 3,000 non-specialty ground transports per year. 3. Training Requirements. Bidder s proposal should include detailed discussion regarding its training services and offerings. 3.1 Bidder must propose training services for two (2) to four (4) UMMC system administrators including implementation, operation, and maintenance of the system. Bidder must provide a detailed description of the training services provided including, at a minimum, content, duration, type of training (individual trainer or online training), and location of the training. s associated with training must be included in Bidder s cost proposal as described in Section III.C. Tab D. 3.2 Bidder must provide training services for five (5) to ten (10) UMMC authorized users that cover daily operation of the system. Bidder must provide a detailed description of the training services provided including, at a minimum, content, duration, type of training (individual trainer or online training) and location of the training. s associated with training must be included in Bidder s cost proposal as described in Section III.C. Tab D. 3.3 Bidder must supply any and all training course materials and documentation necessary for system administrator and user training at no additional cost to UMMC. Attendees shall retain course materials upon completion of training. Training material should be accessible and printable from an online source. 3.4 Bidder must provide specific training related to the use of customized reporting capabilities and the ability to automatically the hospital/provider/clinic/unit specific reports to providers and clinic leaders. s associated with training must be included in Bidder s cost proposal as described in Section III.C. Tab D. 3.5 Bidder must provide user and system administrator documentation and training on any significant differences between upgrades/versions that will affect the use of the proposed solution. 4. Hosting and Technical Requirements. Bidder s proposal should include detailed discussion regarding its capabilities to meet the following requirements: Page 14 of 21

15 4.1 Bidder must propose services consisting of hosting on bidder s platform, web-based software application, implementation services, technical support, maintenance and training for the implementation of the proposed system. Pricing for each of these services must be itemized and detailed as separate line items in Bidder's cost proposal as described in Section III.C. Tab D. 4.2 The proposed system must be accessible via any web browser, with no additional client side software required and no dependencies (e.g.,.net, Flash, Java). Client computers must require only a standard web browser and Internet, intranet, or extranet access to the server. 4.3 Bidder must describe in detail how hosting, bandwidth, security, backup, and recovery from the web-based application will be provided in response to the hosting requirements listed below. 4.4 The proposed system must be accessible and have charting capability via mobile devices. Bidder s proposal must detail the charting capabilities of the Bidder s mobile application, the platforms and devices for which it is compatible, and the supported level of encryption. 4.5 All UMMC data must remain within the continental United States borders. At no time will the transmission or storage of any UMMC data be permitted to any resource outside of the United States. 4.6 All hosting agencies must be able to show an independent security audit at least once (1) every 24 months against the Office of Civil Rights (OCR) HIPAA Audit Protocol. This HIPAA audit must be passed and verified. 4.7 All particular IT services must meet the HIPAA compliant security standards for protecting Protected Health Information (PHI). 4.8 All hosting agencies must show documented policies and procedures, including, but not limited to, Standard Operating Procedures (SOP), Data Breach procedures, and advance notification of planned outages for maintenance or system updates. 4.9 Data at rest should be encrypted using AES-256 or greater encryption algorithms. Page 15 of 21

16 4.10 All Bidder s employees dealing with UMMC data must be properly trained to HIPAA policies and procedures. Hosting service must provide most recent proof of training for these individuals All traffic between UMMC and the hosting service will need to be encrypted with at least a 128 bit SSL connection with certificates being issued specific to the UMMC connection and not to be used by any other entities. (No wildcard certificates.) 4.12 Physical security of the data hosting service must be verified to insure proper safeguards are in place to prevent any unauthorized access to data All Operating Systems must be currently supported by the software vendor contractually and systems patches applied to all systems quarterly All hardware must be under contract for vendor maintenance and support All systems deemed to be of a critical nature by the client must have redundancy and Disaster Recovery (DR) capabilities documented and annually tested All systems deemed to be of a critical nature by the client must have a DR RTO (Return to Operations) not to exceed four hours All systems must have vendor support by the hardware and software company that is 24/7/ All systems must have hardware support contracts that specify four hours for hardware swap or replacement due to component failure Any external/internal access to the systems by vendors or support personnel must be documented and auditable System performance must be documented and monthly benchmark reports shared that quantitatively reflect performance, CPU usage, memory usage, response time, and system availability. Page 16 of 21

17 4.21 Any performance issues or outages must be reported and a root cause analysis performed and documented Service Level Agreements must be agreed to reflect the operational requirements of the system and renewed annually to reflect current requirements All systems must be updated annually to match the then-current operating standards of UMMC s technical environment or an agreed update timeframe established. Page 17 of 21

18 V. MEETINGS: MANDATORY: Bidders may be asked to attend an interview with UMMC Selection Committee. The interview will count toward the evaluation of the proposal. Bidders will be notified of the date and time of their respective interview. This interview is intended to provide the Selection Committee the opportunity to ask questions to the Bidder about the proposal to ensure a complete understanding of the offerings made by the Bidder. Page 18 of 21

19 VI. BASIS OF AWARD: The award of the RFP will be determined based on a two-step evaluation process as follows: STEP I VALIDATION The first step will be to determine if the proposal is valid. To be valid, the proposal must properly address all specifications and information needed to facilitate a proper evaluation as described in the Evaluation Criteria. Proposals that are found not to adhere to the specifications will be rejected for evaluation. STEP II EVALUATION Each proposal that is not rejected in step one will be evaluated by an appointed Selection Committee. Unless otherwise justified by the nature of the project, UMMC uses a consensus scoring approach to assign points to non-cost criteria. scores are computed using the total cost of the contract over the entire life of the contract, including any optional renewals contained with the contract. The cost score is computed as a ratio of the difference between a given proposal's total cost and the total cost of the lowest valid proposal. The following cost scoring formula is used for every proposal evaluation: Points awarded for cost = (1-((B-A)/A))*n Where: A = Total cost of lowest valid proposal B = Total cost of proposal being scored n = number of points allocated to cost for this procurement In simpler terms, lowest price gets a perfect score. A proposal that is 20% more expensive than the lowest priced offering gets 20% fewer points. When the above formula would result in a negative cost score (i.e. the total cost of the proposal being scored is more than twice that of the lowest valid proposal), the cost score is set to zero, rather than deducting points from the vendor's score. The Evaluation Criteria are as follows: Page 19 of 21

20 Bidder Requirements System and Support Requirements Training Requirements Hosting and Technical Requirements Experience and References s Evaluation Criteria: The detailed discussions regarding Bidder s capabilities to meet UMMC requirements. The detailed discussions regarding Bidder s system and support capabilities. The detailed discussions regarding Bidder s training services and offerings. The detailed discussions regarding Bidder s capabilities to meet UMMC s hosting and technical requirements. The experience of the Bidder and the results of reference checks. s to UMMC as presented in Bidder s proposal. Weight of Score: 20% 10% 10% 10% 10% 40% Page 20 of 21

21 VII. AWARD and NEGOTIATION OF A CONTRACT: All proposals shall remain firm until the proposal has been rejected or, in the case of acceptance, until the Parties can negotiate the contract through their internal approval systems. UMMC reserves the right to reject any and all proposals submitted. A contract will be awarded to the Bidder whose proposal, based upon the evaluation criteria listed in the specifications of this request, is deemed to be in the best interest of UMMC. All contractual issues MUST be successfully negotiated with UMMC within a reasonable time from the selected Bidder s notice of award. This initial period of negotiation does not include the time necessary for obtaining approval from IHL when applicable. The contract must be based upon the proposed contract provided in and considered during the evaluation of the proposal. Failure of the Bidder to negotiate a contract within this timeframe may constitute grounds for UMMC to withdraw its award and either begin negotiations with any other ranked Bidder or pursue other options, whichever is in the best interest of UMMC as an Institution of Higher Learning of the State of Mississippi. In submitting a proposal, each Bidder acknowledges its understanding and acceptance of the procedures, terms and conditions contained herein, as well as of all attached documents, including UMMC s Standard Terms and Conditions. Any contract that is entered into as a result of this process will be based on the contents of this Request for Proposal. Therefore, the contents of this RFP and your responses to it both now and during negotiations will be considered an integral part of the final contract. Page 21 of 21

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 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,

More information

C. La Plata County is exempt from all state taxation including state sales and use tax.

C. La Plata County is exempt from all state taxation including state sales and use tax. Informal Bid (Request for Quotes) Drupal Hosting and Development Service Project Number 12-062-2201 Let Date: August 17, 2012 Bid Deadline: 2:00 p.m. August 30, 2012 I. Administrative Information A. La

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

NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA

NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA ACTIVITY (All times are EST) Dated September 20, 2013

More information

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

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,

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

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

REQUEST FOR PROPOSAL (RFP)

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:

More information

Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS)

Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS) 1. SCHEDULE EVENT Request for Proposal (RFP) K3311 Disaster Recovery as a Service (DRaaS) DATES & TIME Issue Solicitation April 27, 2015 Question & Answer Period April 27 May 4, 2015 Complaint Period Begins

More information

REQUEST FOR PROPOSAL-INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSAL-INFORMATION TECHNOLOGY SUPPORT SERVICES Isothermal Planning & Development Commission (IPDC) REQUEST FOR PROPOSAL-INFORMATION TECHNOLOGY SUPPORT SERVICES Proposals will be received by the IPDC for Information Technology Support Services. Interested

More information

III. Services Required The following details the services to be provided to the Town of North Haven in the area of information services:

III. Services Required The following details the services to be provided to the Town of North Haven in the area of information services: TOWN OF NORTH HAVEN REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY NETWORK SUPPORT SERVICES Issue Date: March 7, 2016 Due Date: 10:00 AM, Monday, March 28, 2016 I. Introduction The Town of North Haven is

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

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

REQUEST FOR PROPOSAL. Ambulance Billing Services

REQUEST FOR PROPOSAL. Ambulance Billing Services REQUEST FOR PROPOSAL Ambulance Billing Services City of Calais (the City ) is requesting proposals from qualified Vendors ( Vendor ) to provide ambulance billing collection, financial reporting, and analytical

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

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

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

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services STATE OF GEORGIA Georgia Southern University REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services For all questions about this RFP contact:, Issuing Officer RELEASED ON: DUE ON:, 1:00

More information

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES COUNTY OF SONOMA AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES FOR THE CHARLES M. SCHULZ SONOMA COUNTY AIRPORT Request for Proposals (RFP) The County of Sonoma, Charles M. Schulz Sonoma County

More information

Debt Collection Services

Debt Collection Services NORTHWEST RURAL EMERGENCY MEDICAL SERVICES ASSOCIATION, INC. 29530 QUINN ROAD TOMBALL, TX 77375 281-351-8272 REQUEST FOR PROPOSALS For Debt Collection Services for Northwest EMS Proposals are due by 3:00

More information

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the

More information

GUILFORD COUNTY REQUEST FOR PROPOSALS EVENT 515 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS. And WORKERS COMPENSATION CLAIMS

GUILFORD COUNTY REQUEST FOR PROPOSALS EVENT 515 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS. And WORKERS COMPENSATION CLAIMS GUILFORD COUNTY REQUEST FOR PROPOSALS EVENT 515 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS And WORKERS COMPENSATION CLAIMS Page 1 of 14 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS AND

More information

Prepared by: OIC OF SOUTH FLORIDA. May 2013

Prepared by: OIC OF SOUTH FLORIDA. May 2013 OIC OF SOUTH FLORIDA REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Proposals will be received by OIC of South Florida for Information Technology Support Services. Interested vendors should

More information

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the New Jersey Building Authority Capital Budget Modeling and Advisory Services State Fiscal Years 2016, 2017 and 2018 Issued by the

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 [email protected] REQUEST FOR PROPOSAL NO. RFP09503

More information

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES INTRODUCTION The City of Winchester (City) is requesting Proposals for Insurance Brokerage Services relating to Property, General Liability, Public Officials Liability, Law Enforcement, Fleet, and Worker

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT ( Agreement ) by and between OUR LADY OF LOURDES HEALTH CARE SERVICES, INC., hereinafter referred to as Covered Entity, and hereinafter referred

More information

CITY OF POWAY REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES

CITY OF POWAY REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES CITY OF POWAY REQUEST FOR PROPOSAL FOR FINANCIAL ADVISORY SERVICES The City of Poway/Successor Agency to the Poway Redevelopment Agency (the City ) is seeking proposals in response to this Request for

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

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

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

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES All Bids must be sent electronically to: [email protected] All communications should be addressed

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

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE

NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE THIS PROJECT IS FUNDED UNDER AN AGREEMENT WITH THE STATE OF TENNESSEE Proposal Due Date/Time October 31, 2014

More information

Prosecutorial Case Management System Maintenance/Enhancement Support Services. Request for Proposal: RFP # 7549208

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

More information

HIPAA BUSINESS ASSOCIATE AGREEMENT

HIPAA BUSINESS ASSOCIATE AGREEMENT HIPAA BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement ( BAA ) is effective ( Effective Date ) by and between ( Covered Entity ) and Egnyte, Inc. ( Egnyte or Business Associate ). RECITALS

More information

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP14-04. For Website Content Development HACC HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP14-04 For Website Content Development HACC Issued: Feb. 24, 2014 Deadline for Questions: Response to Questions: PROPOSAL

More information

Cleveland County Emergency Medical Services. PO Box 1210. Shelby, NC 28151 704-484-4984. Request for Proposal. For. Debt Collection Agency Services

Cleveland County Emergency Medical Services. PO Box 1210. Shelby, NC 28151 704-484-4984. Request for Proposal. For. Debt Collection Agency Services Cleveland County Emergency Medical Services PO Box 1210 Shelby, NC 28151 704-484-4984 Request for Proposal For Debt Collection Agency Services Proposals Must Be Submitted by July 16, 2013 Issue Date: June

More information

Request for Proposal. Contract Management Software

Request for Proposal. Contract Management Software Request for Proposal Contract Management Software Ogden City Information Technology Division RETURN TO: Ogden City Purchasing Agent 2549 Washington Blvd., Suite 510 Ogden, Utah 84401 Attn: Sandy Poll 1

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 [email protected]

More information

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part

More information

Request for Proposals: Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System

Request for Proposals: Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System : Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System Issue Date: March 6, 2015 Due Date and Time: April 2, 2015 / 12:00 PM Eastern Time Receipt Location: Sussex County

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

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the BAA ) is made and entered into as of the day of, 20, by and between Delta Dental of California (the Covered Entity ) and (the Business

More information

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following

More information

TABLE OF CONTENTS. I. Introduction 3. II. Background 3. III. Criteria 4. IV. Scope of Services 5. V. Selection Process 5. VI. Tentative Time Table 6

TABLE OF CONTENTS. I. Introduction 3. II. Background 3. III. Criteria 4. IV. Scope of Services 5. V. Selection Process 5. VI. Tentative Time Table 6 THE CITY OF LIVONIA Request for Proposal Investment Consulting Services; Defined Contribution (401) and Deferred Compensation (457) Plan Review and Service Provider Search April 2015 1 TABLE OF CONTENTS

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

PARTICIPATION AGREEMENT For ELECTRONIC HEALTH RECORD TECHNICAL ASSISTANCE

PARTICIPATION AGREEMENT For ELECTRONIC HEALTH RECORD TECHNICAL ASSISTANCE PARTICIPATION AGREEMENT For ELECTRONIC HEALTH RECORD TECHNICAL ASSISTANCE THIS AGREEMENT, effective, 2011, is between ( Provider Organization ), on behalf of itself and its participating providers ( Providers

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS RIM#080112 FOR MEDICAL MALPRACTICE RISK MANAGEMENT LOSS PREVENTION CONSULTING SERVICES ISSUE DATE AUGUST 1, 2012 BIDS DUE SEPTEMBER 17, 2012 3:00 P.M. West Virginia Board of Risk

More information

Issue Date: June 22, 2011 Due Date: July 22, 2011 @ 4:00p.m.

Issue Date: June 22, 2011 Due Date: July 22, 2011 @ 4:00p.m. RFPFORPAYMENTPROCESSING SOLUTION IssueDate: June22,2011 DueDate: July22,2011@4:00p.m. Public Utility District No.1 of Cowlitz County Washington (Cowlitz PUD) REQUEST FOR PROPOSALS Payment Processing Solution

More information

State Health Benefit Plan Procurement Policy

State Health Benefit Plan Procurement Policy State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services

More information

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP13-08. For. Integrated Marketing Communications Services

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP13-08. For. Integrated Marketing Communications Services HACC Central Pennsylvania s Community College Harrisburg, PA Request for Proposal RFP13-08 For Integrated Marketing Communications Services Issued: Feb. 22, 2013 Deadline for Questions: Response to Questions:

More information

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon () Request for Proposals TABLE OF CONTENTS SECTION 1 INTRODUCTION...

More information

Electronic Medical Record (EMR) Request for Proposal (RFP)

Electronic Medical Record (EMR) Request for Proposal (RFP) Electronic Medical Record (EMR) Request for Proposal (RFP) SAMPLE Proposal Due: [INSERT DESIRED DUE DATE] Table of Contents SECTION 1 RFP INFORMATION... 2 I. Introduction... 2 A. Purpose and Background...

More information

Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order

Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937 Competitive Bid Request for Proposal This is Not an Order Transcription Services Date: June 14, 2016 Proposals Due On: June 27, 2016

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3

More information

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES DEVELOPMENT AUTHORITY OF FULTON COUNTY 141 PRYOR STREET S.W., SUITE 1031 ATLANTA, GEORGIA 30303 DATE RE-ISSUED JANUARY 21, 2014 RESPONSES DUE

More information

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 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

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

Infrastructure Technical Support Services. Request for Proposal

Infrastructure Technical Support Services. Request for Proposal Infrastructure Technical Support Services Request for Proposal 15 May 2015 ISAAC reserves the right to reject any and all proposals, with or without cause, and accept proposals that it considers most favourable

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

REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES

REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation

More information

STATE OF MAINE DEPARTMENT OF ADMINISTRATIVE AND FINANCIAL SERVICES Office of Information Technology RFP # 201206336

STATE OF MAINE DEPARTMENT OF ADMINISTRATIVE AND FINANCIAL SERVICES Office of Information Technology RFP # 201206336 STATE OF MAINE DEPARTMENT OF ADMINISTRATIVE AND FINANCIAL SERVICES Office of Information Technology RFP # 201206336 Managed Service Provider for IT Staff Augmentation Services RFP Coordinator: Kevin Scheirer,

More information

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS Carmel Unified School District ( District ) hereby invites qualified telecommunication specialists to submit proposals ( Proposals )

More information

Healthcare Management Service Organization Accreditation Program (MSOAP)

Healthcare Management Service Organization Accreditation Program (MSOAP) ELECTRONIC HEALTHCARE NETWORK ACCREDITATION COMMISSION (EHNAC) Healthcare Management Service Organization Accreditation Program (MSOAP) For The HEALTHCARE INDUSTRY Version 1.0 Released: January 2011 Lee

More information

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the State of New Jersey Rating Agency Presentation Review/Analysis Summer 2016 Issued by the State of New Jersey Treasurer s Office

More information

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES CITY OF RICHLAND HILLS, TEXAS REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Proposals will be received by the City of Richland Hills for Information Technology Support Services. Interested

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

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

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

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

Hosted VoIP RFP. Throughout this document, the word System refers to The Jackson Hinds Library System

Hosted VoIP RFP. Throughout this document, the word System refers to The Jackson Hinds Library System Hosted VoIP RFP Throughout this document, the word System refers to The Jackson Hinds Library System Subject RFP-For a 3 year contract with the option for a 2 year voluntary extension, the System desires

More information

APPALCART REQUEST FOR PROPOSAL

APPALCART REQUEST FOR PROPOSAL APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight

More information

Fund for Public Health in New York 291 Broadway, 17th Floor, New York, NY 10007 Phone: (212) 266-7821 Fax: (212) 693-1856 www.fphny.

Fund for Public Health in New York 291 Broadway, 17th Floor, New York, NY 10007 Phone: (212) 266-7821 Fax: (212) 693-1856 www.fphny. Fund for Public Health in New York 291 Broadway, 17th Floor, New York, NY 10007 Phone: (212) 266-7821 Fax: (212) 693-1856 www.fphny.org Medical Billing and Coding Training Program Request for Proposals

More information

REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES

REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES July 25, 2012 I. INTRODUCTION The Corporation for Public Broadcasting (CPB) is interested in selecting an experienced firm specializing in benefit

More information

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015 Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The

More information

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board

More information

AMBULANCE TRANSPORT BILLING FOR MACON COUNTY EMERGENCY MEDICAL SERVICES

AMBULANCE TRANSPORT BILLING FOR MACON COUNTY EMERGENCY MEDICAL SERVICES REQUEST FOR PROPOSALS RFP#01 4375p AMBULANCE TRANSPORT BILLING FOR MACON COUNTY EMERGENCY MEDICAL SERVICES ISSUE DATE: DECEMBER 3, 2010 ISSUING DEPARTMENT: MACON COUNTY FINANCE DEPARTMENT 5 WEST MAIN STREET

More information

REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY SUPPORT SERVICES. Bid Packets are Due:

REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY SUPPORT SERVICES. Bid Packets are Due: REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY SUPPORT SERVICES Issue Date: Friday, March 15 th, 2013 Closing Date: Monday, April 15 th, 2013 University City District is requesting proposals from qualified,

More information

Request for Proposals

Request for Proposals Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

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 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

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

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

REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY

REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY Required for use by: Illinois International Port District (IIPD)

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT Note: This form is not meant to encompass all the various ways in which any particular facility may use health information and should be specifically tailored to your organization. In addition, as with

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

City of Hesperia. Request for Quotes 2009-10-004 Answering Services. Release Date: 02/04/10

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

More information

Solicitation Information February 26, 2016

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

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) To From Subject : Offerors : Institute of International Education, Inc. (IIE) : Humphrey Program Website Hosting & Support RFP Issue Date : June 8, 2016 RFP Closing Date : June

More information