IP Telephony Based Telecommunications System

Size: px
Start display at page:

Download "IP Telephony Based Telecommunications System"

Transcription

1 Massachusetts Office of the Attorney General Request for Response IP Telephony Based Telecommunications System RFR #: AGO-08-TELSYSTEM-001 February 22, 20008

2 Please Note: This is a single document associated with a complete solicitation that can be found on Comm-PASS. All Bidders are responsible for reviewing and adhering to all information, forms and requirements found in all tabs for the entire solicitation. To locate the solicitation associated with this document, go to select the Search for Solicitations link, enter the above document number (AGO-08-TELSYSTEM-001) in the Document Number field, and select the Search button. Bidders who need help regarding Comm-PASS navigation may refer to the Comm-PASS Resource Center at for documents and guides. Bidders may also contact the Comm-PASS Helpdesk directly via at comm-pass@state.ma.us or the Comm-PASS Helpline at MA-STATE. The Helpline is staffed from 7:30 AM to 5:00 PM Monday through Friday Eastern Standard or Daylight time, as applicable, except on federal, state and Suffolk county holidays.

3 RFR #: AGO-08-TELSYSTEM-001 February 22, Table of Contents 1.0 Procurement Scope General Information & Terms and Conditions Definitions Project Background Information General Business Requirements General System Requirements System Operational Requirements System Installation Requirements Training Requirements System Warranty and Maintenance Requirements System Post Installation Requirements Bidder Business Requirements Bidder Response Requirements Attachment A Attachment B Attachment C Attachment D Attachment E Attachment F Bidder Identification Form Bidder Response Checklist Mandatory Cost Tables Business Reference Form System Summary Forms Desirable System Feature Forms

4 RFR #: AGO-08-TELSYSTEM-001 February 22, Page 1 Section 1 Procurement Scope 1.1 The Attorney General is the chief lawyer and law enforcement officer of the Commonwealth of Massachusetts. As such, she represents the Commonwealth in many matters in which the Commonwealth is a party. In addition, the Attorney General is a resource to residents who are facing challenges in the area of consumer protection, fraud, civil rights violations, health care, and insurance issues. The main office of the Attorney General is located in Boston at One Ashburton Place and 100 Cambridge Street. Regional offices are fully staffed and located in Springfield, Worcester and New Bedford, allowing citizens more convenient access to services in their area. Intent of Procurement: The Massachusetts Attorney General s Office () plans to replace the existing Siemens PBX installed at the s Boston office at One Ashburton Place (and serving 100 Cambridge Street as well). In addition, the new telecommunications system will serve the s regional offices allowing for a seamless communications system serving all end users. The regional offices of the are currently served by stand-alone telephone systems. No current direct voice network connections exist between Boston and the regional offices. All communication is via the Public Switched Telephone Network (PSTN). These existing systems will be replaced with a state-of-the-art IP Telephony based telecommunications system utilizing local analog trunking, digital ISDN PRI trunks, as well as analog, digital and IP telephones. The IP telephony based system must at the time of response submission support digital telephone instruments as the s internal LAN equipment and overall infrastructure are not capable of supporting converged voice/data traffic at this time. Submission of a system solution in response to this RFR that does not support digital telephone will not be accepted and will be disqualified from consideration. The transition to IP telephony including IP Telephones will take place in the future when these networks are upgraded. The IP telephony based system must, however, at the time of installation provide clear, transparent networking via a planned MPLS network connecting all locations. The currently operates several call centers to serve the general public. The proposed system must allow for call processing options including automated call distribution. The system proposed for the must provide for assistive technology options allowing for individuals with disabilities to make use of the system s functionality. The awarded Contractor will be responsible for furnishing all labor, supervision, equipment, materials, and supplies necessary to properly and competently install the IP based telecommunications system and support items included in this contract in accordance with the performance thresholds outlined in this Request for Response (RFR).

5 RFR #: AGO-08-TELSYSTEM-001 February 22, Page Intent to Bid: The Bidder must indicate its intent to submit a response to this RFR document by sending an message, by the date indicated in the procurement calendar in Section 2.44, to: Mr. Jim Donovan Director of Operations james.donovan@state.ma.us This message must include the Bidder s name and address, Bidder contact s name, telephone number and address. 1.3 The terms of 801 CMR 21.00: Procurement of Commodities and Services are incorporated by Reference into this RFR. Words used in this RFR shall have the meanings defined in 801 CMR Additional definitions may also be identified in this RFR. Unless otherwise specified in this RFR, all terms, conditions, requirements, and procedures included in this RFR must be met for a Response to be determined responsive. If a Bidder fails to meet any material term, condition, requirement or procedure, its Response may be deemed unresponsive and disqualified. 1.4 is issuing this Request for Response (RFR) under applicable Commonwealth procurement policies and procedures. Response to this RFR is not limited to Contractors on existing Commonwealth of Massachusetts statewide contracts. All qualified Bidder organizations may respond to this RFR document.

6 RFR #: AGO-08-TELSYSTEM-001 February 22, Page 3 Section 2 General Information & Terms and Conditions 2.1 General Information: The terms of 801 CMR 21.00: Procurement of Commodities and Services are incorporated by reference into this RFR. Words used in this RFR shall have the meanings defined in 801 CMR (and 808 CMR 1.00, if applicable). Additional definitions may also be identified in this RFR. Unless otherwise specified in this RFR, all communications, responses, and documentation must be in English, all measurements must be provided in feet, inches, and pounds and all cost proposals or figures in U.S. currency. All responses must be submitted in accordance with the specific terms of this RFR. 2.2 Bidder Communication: Bidders are prohibited from communicating directly with any employee of the procuring department or any member of the Procurement Management Team (PMT) regarding this RFR except as specified in this RFR, and no other individual Commonwealth or employee or representative is authorized to provide any information or respond to any question or inquiry concerning this RFR. Bidders may contact the contact person for this RFR in the event this RFR is incomplete or the Bidder is having trouble obtaining any required attachments electronically through Comm-PASS. 2.3 Public Records: All responses and information submitted in response to this RFR are subject to the Massachusetts Public Records Law, M.G.L., c. 66, s. 10, and to c. 4, s. 7, ss. 26. Any statements in submitted responses that are inconsistent with these statutes shall be disregarded. 2.4 Ownership of Responses: All documentation, materials, data, etc., submitted in response to this RFR shall become the property of the and will not be returned to the Bidder. Bidders are cautioned that ideas, techniques, information, etc., submitted as part of the Bidder s response may be used by without separate payment to the Bidder or its Sub-Contractors. 2.5 Estimated Provisions: The Commonwealth makes no guarantee that any Commodities or Services will be purchased from any Contract resulting from this RFR. Any estimates or past procurement volumes referenced in this RFR are included only for the convenience of Bidders, and are not to be relied upon as any indication of future purchase levels. 2.6 Trademarks, Patents, Etc.: Unless otherwise clearly stated in this RFR, any reference to a particular trademark, trade name, patent, design, type, specification, producer or supplier is not intended to restrict this RFR to any manufacturer or proprietor or to constitute an endorsement of any good or service, and the may consider clearly identified offers of substantially equivalent goods and services submitted in response to such reference. 2.7 Costs: Costs which are not specifically identified in the Bidder s response, and accepted by the Mass AGO as part of a contract, will not be compensated under any contract awarded pursuant to this RFR. The Commonwealth will not be responsible for any costs or expenses incurred by Bidders responding to this RFR.

7 RFR #: AGO-08-TELSYSTEM-001 February 22, Page Electronic Funds Transfer (EFT): All Bidders responding to this RFR must agree to participate in the Commonwealth Electronic Funds Transfer (EFT) program for receiving payments, unless the Bidder can provide compelling proof that it would be unduly burdensome. EFT is a benefit to both contractors and the Commonwealth because it ensures fast, safe and reliable payment directly to contractors and saves both parties the cost of processing checks. Contractors are able to track and verify payments made electronically through the Comptroller s Bidder Web system. A link to the EFT application can be found on the OSD Forms page ( Additional information about EFT is available on the Comptroller s Bidder Web site ( Click on MassFinance. The successful Bidder, upon notification of contract award, will be required to enroll in EFT as a contract requirement by completing and submitting the Authorization for Electronic Funds Payment Form to this department for review, approval and forwarding to the Office of the Comptroller. If the Bidder is already enrolled in the program, it may so indicate in its response. Because the Authorization for Electronic Funds Payment Form contains banking information, this form, and all information contained on this form, shall not be considered a public record and shall not be subject to public disclosure through a public records request. The requirement to use EFT may be waived by the PMT on a case-by-case basis if participation in the program would be unduly burdensome on the Bidder. If a Bidder is claiming that this requirement is a hardship or unduly burdensome, the specific reason must be documented in its response. The PMT will consider such requests on a case-by-case basis and communicate the findings with the Bidder. 2.9 Taxes, Fees, Assessments, Etc.: Bidders must pay all taxes, fees and assessments associated with furnishing the products as part of the contract Freight: Unless otherwise specified, all products and services shall be FOB Destination. The Mass AGO will not assume any separate freight, mileage, travel time or any other associated charges in addition to the bid price. Any charges of this nature must be included in the bid price News Releases: The successful Bidder shall not issue any news releases, advertising or promotional materials pertaining to the performance of the contract without prior approval by the Pricing - Federal Government Services Administration (GSA) or Veteran s Administration Supply: The reserves the right to request from the successful Bidder(s) initial pricing schedules and periodic updates available under their GSA or other federal pricing contracts. In the absence of proprietary information being part of such contracts, compliance for submission of requested pricing information is expected within 30 days of any request. If the contractor receives a GSA or Veteran s Administration Supply contract at any time during this contract period, it must notify the Commonwealth contract manager Pricing - Price Limitation: The Bidder must agree that no other state or public entity customer within the United States of similar size and with similar terms and conditions shall receive a lower price for the same commodity and service during the contract period, unless this same lower price is immediately effective for the. If the believes that it is not receiving this lower price as required by this language, the Bidder must agree to provide current or historical pricing offered or negotiated with other state or public entities at any time during the contract period in the absence of proprietary information being part of such contracts.

8 RFR #: AGO-08-TELSYSTEM-001 February 22, Page Environmentally Preferable Products and Services: The and the Contractor may negotiate during the contract term to permit the substitution or addition of Environmentally Preferable Products (EPP s) when such products are readily available at a competitive cost and satisfy the Mass AGO s performance needs Electronic Communication/Update of Bidder s/contractor s Contact Information: It is the responsibility of the prospective Bidder and awarded contractor to keep current the address of the Bidder s contact person and prospective contract manager, if awarded a contract, and to monitor that inbox for communications from the PMT, including requests for clarification. The PMT and the Commonwealth assume no responsibility if a prospective Bidder s (or awarded contractor s) designated address is not current, or if technical problems, including those with the prospective Bidder s (or awarded Contractor s) computer, network or internet service provider (ISP) cause communications sent to/from the Bidder (or awarded Contractor) and the PMT to be lost or rejected by any means including or spam filtering Restriction on the Use of the Commonwealth Seal: Bidders and Contractors are not allowed to display the Commonwealth of Massachusetts Seal in their bid package or subsequent marketing materials if they are awarded a contract because use of the coat of arms and the Great Seal of the Commonwealth for advertising or commercial purposes is prohibited by law Revisions to this RFR: If it becomes necessary to revise any part of this RFR, or if additional data is necessary to clarify any of its provisions, a supplement will be posted on the Comm-PASS system. Bidders are responsible for reviewing the Comm-PASS system regularly during the time this procurement is active Alternates: A response which fails to meet any material term or condition of the RFR, including the submission of required attachments, may lose points or be deemed unresponsive and disqualified. Unless otherwise specified, Bidders may submit responses proposing alternatives which provide equivalent, better or more cost effective performance than achievable under the stated RFR specifications. These alternatives may include related commodities or services that may be available to enhance performance during the period of the contract. The response should describe how any alternative achieves substantially equivalent or better performance to that of the RFR specifications. The will solely determine if a proposed alternative method of performance achieves substantially equivalent or better performance. Therefore it is highly recommended that Bidders submit questions regarding possible alternatives during the time allotted for written inquiries. The goal of this RFR is to provide the best value of commodities and services to achieve the procurement goals of. Bidders that propose discounts, uncharged commodities and services or other benefits in addition to the RFR specifications may receive a preference or additional points under this RFR as specified. Contractors may also propose alternatives for equivalent, better or more cost effective performance than specified under the Contractor s original response to enable the to take advantage of enhanced technologies, commodities or services which become available during the term of the contract.

9 RFR #: AGO-08-TELSYSTEM-001 February 22, Page RFR Cancellation: The reserves the right to cancel this bid at any time before a Contract has been executed and approved, in which event the will reject any and all bids received in response to this RFR. Should the bid be canceled, all expenses related to preparation of response to this RFR remain the responsibility of the Bidder Rejection of Bids: The may reject any and all bids in response to this RFR if it deems it is in its best interest to do so. The may also reject any and all bids for the following reasons: a) fails to adhere to one or more of the provisions established in this RFR; or b) fails to submit its bid in the format specified herein, or to supply the minimum information requested herein; or c) fails to meet unconditionally all of the mandatory specifications of this RFR; or d) fails to submit its bid, to the required address, before or on the deadline date and time established by the Procurement Calendar in Section 2.44; or e) materially misrepresents its services or provides demonstrably false information in its bid; or f) fails to submit costs on the Cost Tables (Attachment C), or to guarantee the costs for 90 days; or g) refuses to provide clarification, if requested by the PMT; or h) fails to sign a Contract within ten (10) business days of receipt of the Contract for signing Mandatory and Desirable Specifications: Mandatory specifications in this RFR are identified with the words "must", "shall", "will", "mandatory", or "is required". However, Bidders must assume that every specification included herein is a mandatory specification, unless it is clearly indicated to be otherwise. A mandatory specification is one that must be met in order for a response to be considered responsive. Any response, which fails to meet a mandatory specification of the RFR, will be deemed non-responsive and may be disqualified. Desirable specifications are designated with the words, "is desired", "desirable", and "highly desirable". Unless there is an explicit indication to the contrary stated in this RFR, Bidders may receive evaluation points for desirable goods and services Response to RFR Specifications and Required Format The Bidder is required to follow the same sectional format of this RFR and provide an individual response to each RFR specification (whether the specification simply provides information, requires a statement of compliance or requires a descriptive response) in its Response. The Bidder must not simply include statements such as Comply with All Requirements of this Section or similar response but instead address each and every specification individually. All Responses must be presented using the same numbering sequence and order used in this RFR document To each mandatory RFR specification, the Bidder must clearly state in the affirmative that the Bidder will comply with, agree to or understands the RFR mandatory requirement. The has defined a response of comply or agrees or understands or any statement in the affirmative as one in which the Bidder accepts the terms and conditions of the mandatory RFR specification. In the case where the mandatory specification is providing information only (e.g., the procurement scope, the date of the Bidder s conference, etc.), the

10 RFR #: AGO-08-TELSYSTEM-001 February 22, Page 7 Bidder must still respond to these mandatory specifications with an affirmative statement such as read and understands or similar response To each desirable (optional) specification, the Bidder must clearly state in the affirmative that the Bidder will comply with, agree to or understand the RFR desirable specification. The has defined a response of comply or agrees or understands or any statement in the affirmative as one in which the Bidder accepts the terms and conditions of the desirable RFR specification. The Bidder is also required to provide all necessary information requested in the particular desirable specification demonstrating how it will meet this optional specification. Failure to provide this necessary information may result in the award of no evaluation points or a lesser amount of evaluation points to the Bidder s response To each mandatory or desirable RFR specification that requires that the Bidder list, describe, state, or provide a subject matter, the Bidder must briefly but clearly provide the list, description, statement, etc. in that section of its RFR response. The Bidder must not simply reply with Comply or other similar response. The Bidder should take care not to respond to such requests for specific information by simply cutting and pasting sections of technical manuals, advertising brochures, etc. but instead to provide detailed but succinct information required to clearly answer the mandatory or desirable specification. References, by the Bidder, to review attachments containing brochures, white papers or other standard boilerplate material as a response to a particular RFR specification are not acceptable. The Bidder is, however, allowed to provide such attachments in support of its response to the particular specification If a Bidder is unable to meet any of the mandatory specifications required in this RFR, the Bidder s Response must include an alternative method for meeting such specification by identifying the specification, the proposed alternative, and thoroughly describing how the alternative achieves substantially equivalent or better performance than the performance required in the RFR specification. The will determine if a proposed alternative method of performance achieves substantially equivalent or better performance. The determination of on the Bidder s proposed alternative method will be final. The will solely determine if a proposed alternative method of performance achieves substantially equivalent or better performance. Therefore it is highly recommended that Bidders submit questions regarding possible alternatives during the time allotted for written inquiries Subcontracting Policies and Contractor Responsibility: The requires a single point of responsibility for performance of any Contract that may result from this RFR. Subcontractors may be used, but the Contractor must accept full responsibility for the subcontractor's performance. All subcontractors must be identified by the Contractor and the Contractor must describe the type of

11 RFR #: AGO-08-TELSYSTEM-001 February 22, Page 8 contractual arrangement that will exist with all subcontractors. The Contractor shall be responsible for meeting all of the terms of the Contract resulting from the RFR. Prior approval of the is required for any subcontracted service of the contract. Contractors are responsible for the satisfactory performance and adequate oversight of its subcontractors. Human and social service subcontractors are also required to meet the same state and federal financial and program reporting requirements and are held to the same reimbursable cost standards as contractors Environmental Response Submission Compliance: In an effort to promote greater use of recycled and environmentally preferable products and minimize waste, all responses submitted should comply with the following guidelines: All copies should be printed double sided. All submittals and copies should be printed on recycled paper with a minimum postconsumer content of 30% or on tree-free paper (i.e. paper made from raw materials other than trees, such as kenaf). To document the use of such paper, a photocopy of the ream cover/wrapper should be included with the response. Unless absolutely necessary, all responses and copies should minimize or eliminate use of non-recyclable or non re-usable materials such as plastic report covers, plastic dividers, vinyl sleeves and GBC binding. Three ringed binders, glued materials, paper clips and staples are acceptable. Bidders should submit materials in a format which allows for easy removal and recycling of paper materials. Bidders are encouraged to use other products which contain recycled content in their response documents. Such products may include, but are not limited to, folders, binders, paper clips, diskettes, envelopes, boxes, etc. Where appropriate, Bidders should note which products in their responses are made with recycled materials. Unnecessary samples, attachments or documents not specifically asked for should not be submitted Information Technology: All IT systems and applications developed by, or for Executive department agencies or operating within the Massachusetts Access to Government Network (MAGNet), must conform with the Enterprise Information Technology Policies, Standards and Procedures promulgated by the Commonwealth s CIO. Non-conforming IT systems cannot be deployed unless the purchasing agency and their Contractor have jointly applied for and received in writing from the Commonwealth s CIO or his designee, notice that a specified deviation will be permitted. The Enterprise Information Technology Policies, Standards and Procedures, with the exception of the Enterprise Public Access Policy For e-government Applications and the Enterprise Public Access For e-government Applications Standards, are available at mass.gov/itd. The Enterprise Public Access Policy For e- Government Applications and the Enterprise Public Access For e-government Applications Standards are available in hard copy from the purchasing agency. Purchasing agencies may also obtain a current copy of these documents, on behalf of their Contractor, by contacting the Information Technology Division's CommonHelp group at commhelp@state.ma.us or 1 (866) Please Note: Given the pace of information technology innovation, purchasing agencies and their Contractors are encouraged to contact the Information Technology Division's CommonHelp group at commhelp@state.ma.us or 1 (866) to signal a system or application design and development

12 RFR #: AGO-08-TELSYSTEM-001 February 22, Page 9 initiative. Such advance notice helps to ensure conformance with the relevant Enterprise Technology Policies, Standards and Procedures. Contractor delivery of IT systems and applications that fail to conform to the Commonwealth s Enterprise Information Technology Policies, Standards and Procedures, absent the Commonwealth CIO s grant of written permission for a deviation, shall constitute breach of any contract entered as a result of this Request for Response and any subsequent Request for Quotes. The Commonwealth may choose to require the Contractor, at his own cost, to re-engineer the non-conforming system for the purpose of bringing it into compliance with Commonwealth Enterprise Information Technology Policies, Standards and Procedures. Information Technology - Clarification of Language in Section 11, Indemnification of the Commonwealth Terms and Conditions. Required for the following object codes within the Expenditure Classification Handbook as issued by the Office of the Comptroller: Object Code U01 U02 U03 U04 U05 U06 U07 U08 U09 U10 U75 U98 Title Telecommunication Services Data Telecommunication Services Voice Software And Information Technology (IT) Licenses Information Technology (IT) Chargeback Information Technology (IT) Professionals Information Technology (IT) Cabling Information Technology (IT) Equipment Information Technology (IT) Equipment TELP Lease-Purchase Information Technology (IT) Equipment Rental Or Lease Information Technology (IT) Equipment Maintenance And Repair Advance Administrative Expenses Reimbursement For Travel Expenses for IT Professionals Pursuant to Section 11. Indemnification of the Commonwealth Terms and Conditions, the term other damages shall include, but shall not be limited to, the reasonable costs the Commonwealth incurs to repair, return, replace or seek cover (purchase of comparable substitute commodities and services) under a contract. Other damages shall not include damages to the Commonwealth as a result of third party claims, provided, however, that the foregoing in no way limits the Commonwealth s right of recovery for personal injury or property damages or patent and copyright infringement under Section 11 nor the Commonwealth s ability to join the Contractor as a third party defendant. Further, the term other damages shall not include, and in no event shall the Contractor be liable for, damages for the Commonwealth s use of Contractor provided products or services, loss of Commonwealth records, or data (or other intangible property), loss of use of equipment, lost revenue, lost savings or lost profits of the Commonwealth. In no event shall other damages exceed the greater of $100,000, or two times the value of the product or service (as defined in the contract scope of work) that is the subject of the claim. Section 11 sets forth the Contractor s entire liability under a contract. Nothing in this section shall limit the Commonwealth s ability to negotiate higher limitations of liability in a particular contract, provided that any such limitation must specifically reference Section 11 of the Commonwealth Terms and Conditions.

13 RFR #: AGO-08-TELSYSTEM-001 February 22, Page Affirmative Market Program (AMP): Massachusetts Executive Order 390 established a policy to promote the award of State Contracts in a manner that develops and strengthens Minority and/or Women Business Enterprises (M/WBEs). As a result, M/WBEs are strongly encouraged to submit bid responses to this RFR, either as prime vendors, joint venture partners or subcontractors. All Bidders, regardless of their certification status, are required to submit a completed AMP Plan Form as part of their response for evaluation. It is required that Affirmative Market Program participation accounts for no less than 10% of the total points in the evaluation. Higher evaluation points may be awarded to AMP Plans that show more commitments for use of certified vendors in the primary industry directly related to the scope of the RFR, subcontracting expenditures and partnerships for the purpose of contracting with the Commonwealth. The PMT requires bidders to make a significant commitment to partner with certified Minority- and Women-Owned Businesses in order to be awarded a contract. A SOMWBA-certified Bidder may not list itself as being an Affirmative Market Program Partner to its own company. In addition, a narrative statement can be included to supplement the AMP Plan Form providing further details of the AMP commitments. The submission of this narrative statement does not replace the requirement of the AMP Plan Form. Bidders must submit one form for each M/WBE AMP Relationship. Please note that no bidder will be awarded a contract unless and until they agree to commit to at least one (1) of following three (3) AMP Components selected by the PMT: 1. Subcontracting: If Bidder commits to Subcontracting in their AMP plan, then they must commit to subcontract a specific dollar amount, or a minimum percentage of dollars earned through an awarded contract, with a SOMWBA-certified company or a company that has applied for certification. Although this is only one of several options to meet the requirements for participation in the Affirmative Market Program, Bidder s submission of subcontracting commitments may be weighted most heavily. The PMT will set timelines for progress reviews (either quarterly or semi-annually) for the purpose of compliance and tracking of submitted commitments. Please note that all subcontracting partnerships require inclusion of that contract between the Bidder and the M/WBE subcontractor in the Bidder s bid package. 2. Growth & Development: If a Bidder commits to Growth and Development in their AMP plan, then they must submit a plan for education, training, mentoring, resource sharing, joint activities, and assistance that would increase industry capacity and the pool of qualified SOMWBA certified companies. 3. Ancillary Uses of Certified M/WBE Firm(s): If a Bidder commits to Ancillary Uses of certified M/WBE Firm(s) (or companies that have applied for certification) in their AMP plan, then they must include dollar or percentage expenditure commitments for use of these firm(s) with or without the use of written commitments between the Bidder and the M/WBE Firm(s). A description of the ancillary uses of certified M/WBEs, if any, must be included on the AMP Plan Form.

14 RFR #: AGO-08-TELSYSTEM-001 February 22, Page 11 If applicable, Bidders are encouraged to include additional information for the following components on their AMP Plan form: Past Performance: Bidders must include information on past expenditures with SOMWBA certified M/WBEs of the previous two (2) years. Other Creative Initiatives with SOMWBA certified companies: Bidders must include any additional AMP Partnership initiatives that further support their AMP Plan in a narrative format. If a Bidder commits to Other Creative Initiatives in their AMP plan, then they are encouraged to commit to at least one certified MBE and at least one certified WBE in the submission of their plans. In addition, Bidders can outline their own Diversity programs available to SOMWBA vendors. Once an AMP Plan is submitted, negotiated and approved, the PMT will then monitor the contractor s performance. Resources available to assist Prime Bidders in finding potential M/WBE partners can be found at: Resources and Guidance.doc 2.27 Affirmative Market Program Subcontracting Policies: Prior approval of the is required for any subcontracted service of the contract. The may define required deliverables including, but not limited to, documentation necessary to verify subcontractor commitments and expenditures with Minority- or Women-Owned Business Enterprises (M/WBEs) for the purpose of monitoring and enforcing compliance of subcontracting commitments made in a Bidder s Affirmative Market Program (AMP) Plan. Contractors are responsible for the satisfactory performance and adequate oversight of its subcontractors Reasonable Accommodation: Bidders with disabilities that seek reasonable accommodation, which may include the receipt of RFR information in an alternative format, must communicate such requests in writing to the contact person. Requests for accommodation will be addressed on a case-by-case basis. A Bidder requesting accommodation may be required to confirm his or her request in writing to the contact person. The request must state that it is based on a disability and specifically identify the accommodation desired. Although entities of the Commonwealth will make all reasonable efforts to accommodate the requests of Bidders with disabilities, they reserve the right to reject unreasonable requests Comm-PASS: This RFR has been distributed electronically using the Comm-PASS system, RFR attachments that are referenced are incorporated by reference into the RFR and are available as separate files within the Forms tab and Specifications tab of the Comm-PASS Solicitation record. OSD Forms are also available at under the Related Links section. While Comm-PASS offers optional, value-added, automated Comm-PASS Subscription Service on an annual-fee basis, all Bidders are solely responsible for obtaining and completing the required attachments that are identified in this RFR and for checking Comm-PASS for any addenda or modifications that are subsequently made to this RFR or attachments. The Commonwealth and its subdivisions accept no liability for and will provide no accommodation to Bidders who fail to check for amended RFRs/Requests for Quotes (RFQs) or any other procurement opportunities and subsequently submit inadequate or incorrect responses. Bidders are advised to check the Last Changed Date field on the Summary page or the Amendment History within the Other Information tab of RFRs for which they intend to submit a

15 RFR #: AGO-08-TELSYSTEM-001 February 22, Page 12 response in order to ensure that they have the most recent RFR files. Bidders may not alter (manually or electronically) the RFR language or any RFR component files. Modifications to the body of the RFR, specifications, terms and conditions, or which change the intent of this RFR are prohibited and may disqualify a response Comm-PASS Subscription Service: The Comm-PASS Subscription Service is sponsored by the Operational Services Division. This service offers a prospective Bidder a secure, web-based desktop that contains tools to track and manage postings including solicitation announcements, Request for Responses (RFRs), and Contracts that match the subscriber-designated set of categories and subcategories on the Commonwealth s Procurement Access and Solicitation System (Comm-PASS). Comm-PASS Basic Service will provide a subscriber with: Secure web-based desktop within Enhanced Comm-PASS for document management. A customizable profile reflecting the Bidder s product/service areas of interest. Refined commodity and service categories and sub-categories. Full-cycle, automated alert whenever a solicitation of interest is posted or updated. Access to Online Bidder Forums to allow for virtual attendance and participation. Tools to submit bids electronically to an encrypted lock-box. Every public purchasing entity within the borders of Massachusetts may post their solicitations on Comm-PASS at no charge. Comm-PASS has the potential to become the sole site for reviewing and responding electronically to public solicitations in Massachusetts. Fees for the Comm-PASS Subscription Service are based on costs to operate, maintain and develop the Comm-PASS system Contract Documents: The contract between the and the successful Bidder will include as integral parts thereof: Commonwealth Terms and Conditions Standard Contract Form Including Executive Order 481 Form This RFR and amendments thereto Contract Statement of Work/Statement of Services Bidders response and amendments thereto In the event of a conflict in language between any of the above mentioned documents, the provisions and requirements set forth or referenced in the Commonwealth Terms and Conditions, this RFR with the amendments and Contract Statement of Work shall govern. In the event that an issue is addressed in the response that is not addressed in the RFR, no conflict in language shall be deemed to occur Contract Award: The Contract will be awarded to the Bidder with the lowest overall cost that has met all mandatory performance and business specifications provided it is the best value for the Commonwealth of Massachusetts. The PMT may select the response(s) which demonstrates the best value overall, including proposed alternatives that will achieve the procurement goals of the department. The PMT and a selected Bidder, or a Contractor, may negotiate a change in any element of contract performance or cost identified in the original RFR or the selected Bidder s or Contractor s response which results in lower costs or a more cost effective or better value than was presented in the selected Bidder s or Contractor s original response.

16 RFR #: AGO-08-TELSYSTEM-001 February 22, Page Best Value Selection and Negotiation: The PMT may select the response(s) which demonstrates the best value overall, including proposed alternatives that will achieve the procurement goals of the department. The PMT and a selected Bidder, or a Contractor, may negotiate a change in any element of contract performance or cost identified in the original RFR or the selected Bidder s or Contractor s response which results in lower costs or a more cost effective or better value than was presented in the selected Bidder s or Contractor s original response Acquisition Method: This procurement will be an outright purchase or a leased purchase Single or Multiple Bidder Contract: The intends to award a single contract as a result of this procurement, but reserves the right to award multiple contracts Single or Multiple Users: It is the intent of this contract that the is the only user Anticipated Duration of Contract: Any contract resulting from this RFR shall be for the period of three (3) years commencing on the resulting contract start date. The shall have the option to extend the term of any contract(s) resulting from this RFR for up to two (2) one year periods. The shall exercise its option by submitting written notice to the Bidder at least thirty (30) days prior to the termination Anticipated Expenditures: The expenditure associated with this procurement is to be determined. If, due to unforeseen circumstances, the scope of services is substantially changed or modified, the maintains the right to amend the contract and increase the maximum obligation in order to obtain the best value. The Bidder will be bound by the terms of the contract and the will not be responsible for price increases due to market fluctuations or product availability Required Forms Bidders must complete, execute and return the following forms, which are found under the Forms & Terms tab of this solicitation on the Comm-PASS system: Standard Contract Form Failure to return a completed and executed Standard Contract Form may disqualify the Bidder's Response. The appropriate version of this form is found under the Forms & Terms tab of this solicitation. By executing this document, the Bidder certifies, under the pains and penalties of perjury, that it has submitted a Response to this RFR that is the Bidder s Offer as evidenced by the execution of its authorized signatory, and that the Bidder s Response may be subject to negotiation by the. Also, the terms of the RFR, the Bidder s Response and any negotiated terms shall be deemed accepted by the and included as part of the Contract upon execution of this document by the Purchasing Agent or his designee.

17 RFR #: AGO-08-TELSYSTEM-001 February 22, Page 14 Signature and date MUST be handwritten in blue ink, and the signature must be that of one of the people authorized to execute contracts on behalf of the Contractor on the Contractor Authorized Signatory Listing Commonwealth Terms and Conditions Bidders must complete, execute and return a copy of the Commonwealth Terms and Conditions form. If the Bidder has already executed and filed the Commonwealth Terms and Conditions form pursuant to another RFR or Contract, please include a copy of the completed Commonwealth Terms and Conditions Form in the Response. If the Bidder s name, address or Tax ID Number have changed since the Commonwealth Terms and Conditions form was executed, a new Commonwealth Terms and Conditions form is required. The Commonwealth Terms and Conditions are hereby incorporated into any Contract executed pursuant to this RFR. This form must be unconditionally signed by one of the authorized signatories (see Contractor Authorized Signatory Listing, below), and submitted without alteration. If the provisions in this document are not accepted in their entirety without modification, the entire Proposal offered in response to this solicitation may be deemed non-responsive. The company s correct legal name and legal address must appear on this form, and must be identical to the legal name and legal address on the Verification of Taxation Reporting Information (W9). Note that the Commonwealth Terms and Conditions have been clarified relative to liability; clarification language is included within this RFR, see Required Specifications for Statewide Information Technology Contracts, under the Forms & Terms tab of this solicitation Request for Taxpayer Identification and Verification (Mass. Substitute W9 Form) If a Bidder has already submitted a Request for Taxpayer Identification and Verification (Mass. Substitute W9 Form) and has received a valid Massachusetts Bidder Code, an original W-9 form is not required. A copy of the form as filed may be included in place of an original. The information on this form will be used to record the Bidder s legal address and where payments under a State contract will be sent. The company s correct legal name and legal address must appear on this form, and must be identical to the legal name and legal address on the Commonwealth Terms and Conditions. Do not use the U.S Treasury s version of the W9 Form. Use the W9 form found under the Forms & Terms tab of this RFR Contractor Authorized Signatory Listing The Bidder must complete and submit the Contractor Authorized Signatory Form found under the Forms & Terms tab of this RFR with its response to this RFR.

18 RFR #: AGO-08-TELSYSTEM-001 February 22, Page 15 Bidders are advised to pay particular attention to the instructions below. Errors on this form could result in significant delays in proposal review. Download the form and in the table entitled Authorized Signatory Name and Title, type the names and titles of those individuals authorized to execute contracts and other legally binding documents on behalf of the Bidder. Bidders are advised to keep this list as small as possible, as Contractors will be required to notify the of any changes. If the person signing in the signature block below will also serve as an Authorized Signatory, that person s name should be included in the typed table. With regard to the next paragraph, which begins I certify that I am the President, Chief Executive Officer, Chief Fiscal Officer, Corporate Clerk or Legal Counsel for the Contractor, if your organization does not have these titles, cross them out and handwrite the appropriate title above the paragraph. The signature and date should be handwritten in blue ink. Title, telephone, fax and should be typed or handwritten legibly. The second page of the form states that the page is optional. However, for the purpose of this procurement this page is REQUIRED, not optional. The person signing this page must be the same person signing the Standard Contract Form, the Commonwealth Terms and Conditions, and the RFR Checklist. Please note that in two places where the form says in the presence of a notary, this should be interpreted to mean in the presence of a notary or corporate clerk/secretary. Either a notary or corporate clerk/secretary can authenticate the form; only one is required. Organizations whose corporate clerks/secretaries authenticate this form are not required to obtain a Corporate Seal to complete this document Affirmative Market Program Plan The Bidder must complete and submit the Affirmative Market Program (AMP) Form found under the Forms & Terms tab of this RFR with its response to this RFR. This is NOT the same as the Affirmative Action Plan or SOMBWA certification of the Bidder s company. Please see the RFR Required Specifications for a description of the Affirmative Market Program (Section 2.26). Bidders do not need to be SOMBWA-certified to participate. Note that copies of the SOMBWA certifications for any company listed on the Affirmative Market Program Plan must be included with your Proposal. It is highly desirable that Bidders commit to subcontracting a specific dollar amount, or a minimum percentage of dollars earned through BASIT-01, with a SOMBWA-certified company or company that has applied for SOMBWA certification. Although this is only one of several options to meet the requirements for participation in the Affirmative Market Program, it is the option which is weighted most heavily in the evaluation criteria.

19 RFR #: AGO-08-TELSYSTEM-001 February 22, Page 16 Affirmative Market Program participation accounts for 10% of the total points in the evaluation. Please note that SOMBWA-certified Bidders will be evaluated on their Affirmative Market Programs just as non-sombwa-certified Bidders are evaluated. A SOMBWA-certified Bidder may not list itself as being an Affirmative Market Program Partner to its own company Northern Ireland Notice and Certification The Bidder must complete and submit the Northern Ireland Notice and Certification form found under the Forms & Terms tab of this RFR with its response to this RFR. All Bidders must complete the Northern Ireland Notice and Certification form to satisfy M.G.L. c.7 section 22C, which states that no state agency may procure commodities or services from any Bidder employing ten (10) or more employees in an office or other facility located in Northern Ireland unless the Bidder certifies through the notice and certification form that if it employs ten or more employees in Northern Ireland, a) the Bidder does not discriminate in employment, compensation or the terms, conditions and privileges of employment on account of religious or political belief, b) the Bidder promotes religious tolerance within the workplace and the eradication of any manifestations of religious and other illegal discrimination and, c) the Bidder is not engaged in the manufacture, distribution or sale of firearms, munitions, including rubber or plastic bullets, tear gas, armored vehicles or military aircraft for use or deployment in any activity in Northern Ireland Certification of Tax Compliance All Bidders must certify compliance with all Federal and Commonwealth tax laws, including M.G.L. Chapter 62C Paragraphs 49A. A Bidder may self certify on the appropriate Response Form. Bidders based in Massachusetts or deriving an income in Massachusetts are encouraged to apply for a Certificate of Good Standing from the Massachusetts Department of Revenue. DOR s Certificate Unit of the Taxpayer Service Division, which issues these certificates, is located at: Massachusetts Department of Revenue, Certificate Unit P.O. Box 7066, Boston, MA Bidders can apply for a Certificate of Good Standing from DOR in one of 2 ways: 1) apply online visit DOR s Certificate of Good Standing Website or see for instructions if the previous link is no longer valid 2) complete a paper application (fax to DOR at ). DOR will notify the requestor if there are any remaining liabilities or tax requirements. Certificates will be issued only if the organization is in full compliance. Since all applications require extensive research, the Bidder should allow sufficient time to process. For more information on the certificate contact the Certificate Unit at (617)

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR 1 23 Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary REQUEST FOR RESPONSES (RFR) FOR WEB-BASED BID DOCUMENT DISTRIBUTION

More information

State House, Room 373 Boston, MA. Request for Response (RFR) Document Title: Social Innovation Financing for Homelessness Intermediaries

State House, Room 373 Boston, MA. Request for Response (RFR) Document Title: Social Innovation Financing for Homelessness Intermediaries THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE State House, Room 373 Boston, MA Request for Response (RFR) Document Title: Social Innovation Financing for Homelessness

More information

Massachusetts Development Finance Agency Request for Information ( RFI ) Customer Relationship Management Software (CRM) [April 16, 2018]

Massachusetts Development Finance Agency Request for Information ( RFI ) Customer Relationship Management Software (CRM) [April 16, 2018] Massachusetts Development Finance Agency Request for Information ( RFI ) Customer Relationship Management Software (CRM) [April 16, 2018] h:\ new crm\_rfi and information\rfi-crm final version.docx 1 1.

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE Roosevelt County INVITATION FOR BID No. 2014-01 CRUSHED CALICHE Bids Submitted by: Tuesday, March 25, 2014 Time: 2:00 p.m. Bids Submitted to: Roosevelt County Administration 109 W. First Street, 4 th Floor

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK DATE ISSUED: January 10, 2018 DEADLINE FOR WRITTEN

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Railroad Commission of Texas Mentor Protégé Program

Railroad Commission of Texas Mentor Protégé Program Railroad Commission of Texas Mentor Protégé Program December 3, 2002 1 1.0 Description The Railroad Commission of Texas Mentor/Protégé Program is developed in accordance with Government Code 2161.065 and

More information

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-58 Issue Date: July 24, 2018 Project Name: Diesel Tank Mold Removal

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS: CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

REQUEST FOR QUOTATION ACQ RFQ. For. IBM Mainframe Storage Equipment Maintenance and Support. Response Due Date: January 6, :00 PM

REQUEST FOR QUOTATION ACQ RFQ. For. IBM Mainframe Storage Equipment Maintenance and Support. Response Due Date: January 6, :00 PM REQUEST FOR QUOTATION ACQ-2013-1212-RFQ For IBM Mainframe Storage Equipment Maintenance and Support Response Due Date: January 6, 2014 2:00 PM The RFQ Coordinator is the SOLE POINT OF CONTACT at WSDOT

More information

INVITATION FOR BIDS (IFB)

INVITATION FOR BIDS (IFB) P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: 17-004 Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach,

More information

NEW JERSEY GOVERNMENT RECORDS COUNCIL

NEW JERSEY GOVERNMENT RECORDS COUNCIL REQUEST FOR QUALIFICATIONS FOR SPECIAL COUNSEL FOR NEW JERSEY GOVERNMENT RECORDS COUNCIL Date Issued: June 4, 2012 Question & Answer Cut-off Date: June 18, 2012 Proposals Due: July 2, 2012 KARYN GORDON,

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP Released on July 21, 2016 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. PURPOSE OF THE STUDY The Township of Lower Saucon

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits REQUEST FOR QUOTE (RFQ) 19-011 Track and Field Jump Pits 11/6/18 To all Proposers: The Hall County School District (hereinafter alternately "HCSD") Purchasing Department would like for you to supply us

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling

More information

The Commonwealth of Massachusetts MASSACHUSETTS STATE LOTTERY COMMISSION. 60 Columbian Street Braintree, MA Request for Response (RFR)

The Commonwealth of Massachusetts MASSACHUSETTS STATE LOTTERY COMMISSION. 60 Columbian Street Braintree, MA Request for Response (RFR) The Commonwealth of Massachusetts MASSACHUSETTS STATE LOTTERY COMMISSION 60 Columbian Street Braintree, MA 02184 Request for Response (RFR) Document Title: MSLC Acrylic Dispensers and Displays COMMBUYS

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST

More information

October 25, 2018 RFP # REQUEST FOR PROPOSAL

October 25, 2018 RFP # REQUEST FOR PROPOSAL JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed

More information

2. General Regulations 2.1 Application of Tariff

2. General Regulations 2.1 Application of Tariff Page 1 2.1 Application of Tariff The general terms and conditions specified in the MA Product Guide, Part A, Section 1 also apply to the Telephone Company's provisions of telecommunications services for

More information

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of In accordance with Massachusetts General Laws, Chapter 149, Sec. 44A½, the Town

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications From Engineering Firms Interested in Serving as Environmental Engineer to the Borough of Park Ridge Board of Public Works For the Period January 1, 2019

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal

If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal may cause your submittal to be considered non-responsive.

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via e-mail and will be accepted no later than 10:00 AM on Wednesday, January

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:

More information

REQUEST FOR QUOTE RF44-Throwbot XT

REQUEST FOR QUOTE RF44-Throwbot XT REQUEST FOR QUOTE RF44-Throwbot XT Hard Copy Bids... Hard copy bids must be received on or before the due date and time listed above at the following physical location regardless of delivery method: 8543

More information

Village of Algonquin Request for Proposals Accounting Services

Village of Algonquin Request for Proposals Accounting Services Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the NJDOT buyer via the e-mail noted in the solicitation. Proposals sent to any other e-mail

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

More information

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST): SPECIFICATIONS PRINTING OF LETTERHEAD STATIONERY AND BUSINESS CARDS FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 18-STA Return responses no later than FRIDAY, JANUARY 26, 2018 BY 2:00PM (EST):

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

State of North Carolina Department of Health and Human Services

State of North Carolina Department of Health and Human Services State of North Carolina Department of Health and Human Services REQUEST FOR PROPOSAL (RFP) Addendum #6 Date: September 5, 2018 RFP Number: 30-180397 RFP Description: Independent Verification and Validation

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

Request for Proposal Human Resources Consultant

Request for Proposal Human Resources Consultant Request for Proposal June 6, 2017 401 West Main Street, Suite 2300 Louisville, Kentucky 40202 Request for Proposal P a g e 2 Introduction Purpose The Louisville & Jefferson County Visitors & Convention

More information

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code.

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code. 1. These Rules pertain to the implementation of the City's for MBEs and WBEs set forth in Section 2-92-535 of the Municipal Code. 2. Section 2-92-535 provides for both participation credit and a bid preference

More information

Proposal Form A. 3. Attach photographs of the interior and exterior of any existing hotels or similar facilities.

Proposal Form A. 3. Attach photographs of the interior and exterior of any existing hotels or similar facilities. Proposal Form A Experience and Qualifications Statement Provide the following information for the respondent and any proposed subtenants. Complete a separate statement for each joint venture partner or

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

TEXAS DEPARTMENT OF TRANSPORTATION SOLICITING AND SELLING OF ADVERTISING SPACE IN TRAVEL PUBLICATIONS

TEXAS DEPARTMENT OF TRANSPORTATION SOLICITING AND SELLING OF ADVERTISING SPACE IN TRAVEL PUBLICATIONS TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * SOLICITING AND SELLING OF ADVERTISING SPACE IN TRAVEL PUBLICATIONS PUBLICATION This specification is a product of the Texas Department of Transportation

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

DHCD RAA/LHA INFORMATION TECHNOLOGY E-GOVERNMENT NETWORK

DHCD RAA/LHA INFORMATION TECHNOLOGY E-GOVERNMENT NETWORK Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Timothy P. Murray, Lt. Governor Aaron Gornstein, Undersecretary DHCD RAA/LHA INFORMATION TECHNOLOGY

More information

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

More information

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT A Complete Vendor Guide This Vendor Guide is designed specifically for our supplier community as a reference tool. The information provided

More information

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015 NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT Revised February 11, 2015 For Projects to be bid from February 12, 2015 to February 11, 2016 Alisal

More information

Bid Breakdown & Schedule FIRM SUBMITTING BID:

Bid Breakdown & Schedule FIRM SUBMITTING BID: SECTION B ANDREW M. CUOMO Governor ALFONSO L. CARNEY, JR. Chair GERRARD P. BUSHELL President BID NO.: 609 PROJECT NAME & LOCATION: SUNY Broome 907 Front Street Binghmaton, New York Description: Furnish

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

MENTOR/PROTÉGÉ PROGRAM

MENTOR/PROTÉGÉ PROGRAM MENTOR/PROTÉGÉ PROGRAM UNDER 2-92-445, 2-92-535 and 2-92-740 LAST UPDATED: March 6, 2018 Chief Procurement Officer Jamie L. Rhee 1. These Rules pertain to the implementation of the City's for MBEs and

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

PART V BID REQUIREMENTS

PART V BID REQUIREMENTS PART V BID REQUIREMENTS SECTION TITLE K L M Bid Content Price Information Submission of Bid 41 SECTION K BID CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section are purposely

More information

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison NAFTA Chapter 10: Government Procurement Chapter Ten: Government Procurement Chapter Fifteen: Government

More information

UAF Combined Heat & Power Replacement (CPHR)

UAF Combined Heat & Power Replacement (CPHR) davis JV UAF Combined Heat & Power Replacement (CPHR) REQUEST FOR BIDS Limited 2015 Mechanical Scope PROPOSALS DUE: THURSDAY JULY 2 ND, 2015 2:00PM LOCAL ALASKA TIME Submit to: Haskell Corporation /Davis

More information

Request for Quotes for Recycling Fluorescent Lamps

Request for Quotes for Recycling Fluorescent Lamps Request for Quotes for Recycling Fluorescent Lamps 4-foot & 8-foot Prepaid Shipping Boxes Responses Due: Monday, January 7, 2019 at 2:00 p.m. The Onondaga County Resource Recovery Agency (OCRRA) requests

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. 3 A.

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

January 22, Table of Contents

January 22, Table of Contents January 22, 2014 PROCEDURES SINGLE SELECTION PROCUREMENT OF DESIGN AND CONSTRUCTION MANAGEMENT SERVICES (Section 30 of Chapter 193 of the Acts of 2004) Table of Contents 1.0 Introduction...3 1.1 Purpose

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

MOUNTAIN AREA WORKFORCE DEVELOPMENT BOARD HEALTHCARE CAREER PATHWAYS OUTREACH REQUEST FOR PROPOSALS

MOUNTAIN AREA WORKFORCE DEVELOPMENT BOARD HEALTHCARE CAREER PATHWAYS OUTREACH REQUEST FOR PROPOSALS MOUNTAIN AREA WORKFORCE DEVELOPMENT BOARD HEALTHCARE CAREER PATHWAYS OUTREACH REQUEST FOR PROPOSALS RFP Release Date: 2/12/18 Proposal Deadline: 3/16/18 4:00 PM THE MOUNTAIN AREA WORKFORCE DEVELOPMENT

More information

Invitation for Bid No Package Contents

Invitation for Bid No Package Contents Invitation for Bid No. 17-31 Package Contents Huntsville Utilities Invitation for Bid No. 17-31 contains various tools and tool accessories for annual bid. The bid package should include the following

More information

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief

Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief 305.01 Purchasing Policy The administration of the purchasing policies and guidelines as set forth herein shall be the responsibility of the Chief Fiscal Officer. This document shall serve to enable responsible

More information

Request for Qualifications Statements

Request for Qualifications Statements Request for Qualifications Statements BND WATER DISTRIBUTION AND WASTEWATER TREATMENT ENGINEERING STATEMENTS ENGINEERING DESIGN SERVICES FOR BND WATER DISTRIBUTION AND WASTEWATER TREATMENT The Brownsville

More information

Q Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Q SharePoint Support Services

Q Sealed bids submitted on the included bid form ONLY in a vendor identified envelope marked: Q SharePoint Support Services Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR QUOTATION Q05.2016 SHAREPOINT SUPPORT SERVICES Sealed bids submitted on the included

More information

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office. The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Online Training System for the 9-1-1 Department Quotes Due Not Later than: Issuing Office: Monday, April 18 th, 2016 at

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information