Notice of Request for Proposal Statewide Prisoner Re-Entry Project. August 2, 2010
|
|
- Tyler Ray
- 5 years ago
- Views:
Transcription
1 Notice of Request for Proposal Statewide Prisoner Re-Entry Project August 2, 2010
2 Table of Contents SECTION I - RFP DESCRIPTION... 4 A. Introduction... 4 B. Funds Available... 5 C. Funding Period... 5 D. Technical Requirements... 5 SECTION II - GENERAL RFP INFORMATION... 6 A. Solicitation Process... 6 B. Questions about this Solicitation... 6 C. Eligibility and Qualifications... 6 D. Selection Process... 7 E. Award of Contract... 7 F. Protests/Disputes/Grievance/Appeals Process and Procedures:... 8 G. Program Period... 8 H. Type of Contract... 9 I. Contractor Requirements... 9 J. Request for Proposals Calendar* K. Bidder s Conference L. Request for Qualifications M. Ex Parte Communication N. Complete Proposal Checklist SECTION III - RFP CONTENT A. Statement of Work B. Pre-Release Services C. Post-Release Services workforceconnections Statewide Re-Entry Project 2010 Page 2
3 D. Intensive Case Management E. Employment Training and Placement F. Job Development G. Mentoring Proposal Cover Sheet Proposal Narrative Questions A. Executive Summary B. Program Management C. Project Description D. Budget & Budget Narrative APPENDIX Statement of Compliance Letter of Intent to Submit a Proposal workforceconnections Statewide Re-Entry Project 2010 Page 3
4 workforceconnections Notice of Request for Proposal Statewide Prisoner Re-Entry Project Workforce Connections (WC) is releasing this Request for Proposals (RFP) for $307, of Workforce Investment Act (WIA) funding and $443, of Wagner-Peyser funding to support comprehensive services for released or soon-to-be released offenders in order to lower the State of Nevada s recidivism rates. This will be accomplished through the development and implementation of a Statewide Re-Entry Project that: Incorporates a successful model of re-entry Promotes success through individualization of services Addresses health needs including drug and alcohol treatment Addresses the housing needs in a single location where services can be accessed Addresses the skill development and reduction of barriers to employment meeting the entry level and career path needs for formal training SECTION I - RFP DESCRIPTION A. Introduction Workforce Connections (WC) is a public agency that provides a variety of workforce development services to Southern Nevada s residents, businesses, education and training providers. These funds are made available through the U.S. Department of Labor s (DOL) Workforce Investment Act (WIA) and are designated for employment and training activities, including supportive services for adults and dislocated workers with priority given to recipients of public assistance and other low-income individuals. The Department of Labor s Workforce Investment Act (WIA). WIA funds are designated for employment and training activities, including supportive services for adults and dislocated workers with priority given to recipients of public assistance and other low-income individuals. WIA is the nation s principal workforce development legislation. It is one of the largest funding streams that support workforce development activities in Nevada. The Wagner-Peyser Act of Wagner-Peyser legislation established a federal program of free employment offices and provides for a nationwide framework for public employment efforts. For more information on the WIA and related information, see the following websites: DOL ETA WIA Regulations WC, in partnership with Nevada Works in Northern Nevada, is seeking innovative ways to increase the employability of the Nevada workforce and provide employers with appropriately trained and skilled employees. Special consideration will be given to those organizations that showcase innovative, culturally competent, employer partnerships; and community-wide collaborative efforts to reduce barriers to employment (i.e., Basic Needs) for the re-entry population. WC is soliciting proposals from qualified respondents with an understanding of the needs of the re-entry population in Nevada and a demonstrated capacity to provide a high quality workforce development program workforceconnections Statewide Re-Entry Project 2010 Page 4
5 designed to address the multitude of barriers experienced by men and women re-entering the workforce and the community. The WC Statewide Re-Entry Project encourages qualified applicants from consortiums, forprofit organizations, non-profit organizations, and public agencies that reflect an entrepreneurial spirit, with an emphasis on results, and measurable outcomes to apply. It is the intent of WC to procure a qualified provider to enter into a 11-month contract to provide services to Adult and Dislocated Workers in Nevada. Should this solicitation fail to produce appropriate proposals to serve the rural populations, WC reserves the right to withhold a portion of funds and issue an additional RFP to obtain dedicated rural employment services. B. Funds Available WC estimates an amount not to exceed $750, in funding will be available to support comprehensive services for released or soon-to-be released offenders for the Statewide Prisoner Re-Entry Project. C. Funding Period The initial funding period is from October 1, 2010 through August 31, D. Technical Requirements 1. Letter of Intent To better anticipate and prepare for a thorough and equitable review of all proposals submitted, WC is requiring all organizations who intend to submit a proposal to fax or a letter of intent prior to 5:00 p.m. on Thursday, August 12, The letter of intent is included in this solicitation package. 2. Submitting a Proposal Please submit ONE ORIGINAL, six (6) unbound copies and one electronic copy of each proposal, in a sealed envelope with the name of your organization and Statewide Prisoner Re-Entry Project clearly written on the outside. All proposals must be received in the administration office of WC on or before 5:00 p.m. on Friday, August 20, 2010, regardless of the delivery method utilized. All proposals will be marked with a time and date stamp when received. Persons who hand-deliver proposals will be issued a written receipt. Timely submission of proposals is the sole responsibility of the proposer. Mail delivery should be addressed to: John Collins, Re-Entry Specialist workforceconnections 7251 West Lake Mead, Suite 200 Las Vegas, Nevada In addition, one electronic copy of the proposal in PDF format must be ed to reentryrfp@nvworkforceconnections.org by 5:00 P.M. on Friday, August 20, Proposal Format Each respondent is requested to submit their proposal in a format that is easy to read and navigate. They should avoid repetitious material. The proposal(s) should clearly demonstrate the respondent s ability to workforceconnections Statewide Re-Entry Project 2010 Page 5
6 effectively manage and operate a program under the Workforce Investment Act and provide the services requested. In order to simplify the review process and obtain the maximum degree of comparability, proposals shall follow the order of the questions asked in the Proposal Narrative section of the RFP and include section headings that correspond to the questions asked (i.e.: A. Abstract or Summary, B. Program Management, C. Problem Statement/Needs Assessment, etc.) 4. Page Limits Executive Summary One (1) page Proposal Content Twelve (12) pages No other page limits are in effect. WC will remove any excess pages from proposals exceeding these limits before the proposals are distributed for review. The attachment section including organizational charts, budget pages, project organization chart, and résumés or job descriptions, are not subject to the page limits. 5. Layout Requirements Font size: 12 point, Margins: One inch minimum, Text: Double-spaced, Pages: Single-sided, Footer: The name of the submitting organization at the bottom of each page, Page numbering: Consecutively numbered at the bottom of each page. (Prefer 1 of 6, 2 of 6, etc.) A. Solicitation Process SECTION II - GENERAL RFP INFORMATION This RFP does not commit WC to accept any proposal submitted, nor is WC responsible for any costs incurred in the preparation of responses to this RFP. WC reserves the right to reject any or all proposals, to accept or reject any or all items in the proposals, and/or to award the contract in whole or in part as is deemed to be in the best interest of WC. WC reserves the right to negotiate separate proposal components after the proposal(s) are reviewed, if such action is deemed to be in the best interest of WC. WC reserves the right to cancel, delay, amend, or reissue the RFP at any time. B. Questions about this Solicitation Questions regarding this RFP may be submitted in writing prior to the Bidder s Conference. Questions may also be asked or presented in writing at the bidder s conference. Written responses to questions received by WC will be posted on the website within 7 days following the bidder s conference. The responses may also be obtained at WC administration office. Written questions should be directed to John Collins via facsimile (702) , or via to reentryrfp@nvworkforceconnections.org. No questions will be accepted or technical assistance provided after Friday, August 13, C. Eligibility and Qualifications Community-Based Organizations (CBO); Public Agencies; Private For-Profit Businesses; Private Non-Profit Organizations; Educational Entities; Faith-Based Organizations and consortiums are eligible to apply. workforceconnections Statewide Re-Entry Project 2010 Page 6
7 Consortiums must be lead by a qualifying agency responsible for ensuring compliance with all terms and conditions of the contract and for administering the programmatic and fiscal elements of the contract. As such, they will ultimately be held accountable for program and performance results. Collaborative projects that utilize partners and leverage other funds and resources are highly encouraged. Project collaborators should make sure each project is submitted only once. It will be necessary to designate a lead, qualifying agency. This agency will assume responsibility for all programmatic, performance, fiscal and contract compliance requirements of the contract with WC. Any resulting subcontracts must be procured in accordance with WC Policies and applicable State and Federal regulations. Applicants shall have a minimum two (2) years of documented, successful experience within the last five (5) years in providing skills-based workforce development services to adults, or demonstrate sufficient capacity within the organization to perform as indicated in the proposal and meet federal performance standards. D. Selection Process The selection process will be conducted utilizing a fair and objective process that adheres to state procurement policy. Proposals will first undergo a Technical Review (see D. Technical Requirements above) to determine that the respondent has met all the technical requirements of the RFP. Proposals that fail the technical review will not be forwarded to the Proposal Review Committee for further consideration. Proposals that pass the Technical Review will undergo an evaluation by a Proposal Review Committee. Proposals will be selected for funding based on a favorable evaluation and/or the need for services offered. Priority may be given to those proposals that illustrate the most comprehensive and broadest range of services for a reasonable cost while complying with established guidelines for achieving required performance measurements. WC may select a service provider based on the initial proposal received without modification; however, WC reserves the right to request additional data, conduct oral discussions, or review documentation in support of the proposal before making an award. Respondents may also be asked to make an oral presentation to WC. WC staff will schedule the time and location for these presentations if necessary. All proposals submitted in response to the RFP shall become the property of WC and WC retains proprietary rights to all submitted proposals. Copies of the Executive Summary will be made available to the general public during the scheduled WC meeting for award announcement. E. Award of Contract 1. Each respondent submitting a proposal will be notified in writing or via of WC decision concerning their proposal. Formal notification to award a contract and the actual execution of a contract are subject to the following conditions: Receipt of WIA funds from federal and state administering agencies; Results of negotiations between selected service providers and WC administrative staff; Continued availability of WC WIA funds, and; Approval by ADW Committee and full WC Board. 2. All awards are contingent upon the results of a more thorough pre-award review including an assessment of the Statement of Qualifications (SOQ). If the results of the review indicate, in the opinion workforceconnections Statewide Re-Entry Project 2010 Page 7
8 of WC, that the proposed service provider may not be able to fulfill contract expectations, WC reserves the right not to enter into contract with the organization, regardless of the ranking and/or approval of the respondent s proposal. 3. WC may require selected service provider(s) to participate in negotiations and modify their proposals based on the outcome of those negotiations. 4. WC may decide not to fund part or all of a proposal even though it is found to be in the competitive range if, in the opinion of WC, the services proposed are not needed, the goals of the proposal do not align with goals of WC, or the costs are higher than WC finds reasonable in relation to the overall funds available. 5. Any changes to the WIA program, the State of Nevada and/or WC WIA Plan, may result in a change in contract terms. WC reserves the right to modify or alter the requirements and standards as set forth in this RFP based on program requirements mandated by State or Federal agencies. In such instances, WC will not be held liable for provisions in the RFP package that become invalid. 6. Additional funds received by WC may be used to expand existing contracts, or to fund competitively rated proposals not initially funded under this RFP. These decisions shall be at the discretion of WC. F. Protests/Disputes/Grievance/Appeals Process and Procedures: 1. Respondents that are not funded have the right to dispute any provision of the awarded contract(s). While contracted service delivery will continue, disputes shall be promptly processed as outlined in WC policy All protests, grievances and complaints shall be presented to the Executive Director for review. All protests, grievances and complaints shall be assessed by the Executive Director to determine their merit. If protests, grievances or complaints are found to have merit, they will be promptly processed as outlined in WC policy Appeals may not dispute a particular score received by the petitioning agency, or the scores assigned to a competing agency. The scores awarded are final based on the best business judgement of the review panel and are not subject to question. An appealing agency may appeal the award denial, if it can show that any substantial portion of the published RFP was not followed. All appeals must be submitted in writing addressed to WC Executive Director within five (5) working days of the notification of refusal or denial of an award. Only appeals that cite the specific section(s) of the RFP that have been violated will be considered. Once reviewed for merit, the appeal will be evaluated first by the appropriate WC committee, and then by the full WC board. Appeals received after the established deadline will not be accepted. The funding decisions made by the full WC board will be final. G. Program Period The initial funding period is from October 1, 2010 through August 31, WC reserves the right to renew, extend, reissue or renegotiate contracts for up to two additional years based on funding availability and contractor performance. Excellent performance by a contractor does not necessarily bind WC to extend an existing contract. workforceconnections Statewide Re-Entry Project 2010 Page 8
9 H. Type of Contract 1. WC will enter into a cost reimbursable contract with any entity receiving funding. Contractors shall be reimbursed for the actual expenses incurred based on the approved line item budget. The contractor s expenditures under this award may not exceed (except at contractor s risk) the total funding available unless WC agrees to amend the contract to provide additional funds. 2. WC may extend or modify a contract if it appears to be in the best interest of the WIA Title I program and is agreeable with the contractor. The number of participants served and/or associated services and costs may be modified at any time during a contract period by executing a contract modification agreement signed by both parties. 3. If any part of the work included in the proposal is to be subgranted, the grantee shall identify the services they intend to subcontract and the process used to procure those services. Service providers must follow WC procurement policies to ensure the process provides open and free competition. Copies of any subgrant agreements must be submitted to WC prior to the execution of the final contract, however; if the subgrantee organization has been a partner in the development of the application prior to the grant award, and if the partner s absence would lead to non-performance or failure, no further procurement process is required. Partner activities must be specified in the original Statement of Work. I. Contractor Requirements 1. Respondents selected for funding must comply with U.S. DOL Regulations: 20 CFR Part 652, Office of Management and Budget Circulars A-21, A-87, A-110, A-122, A-133, or 48 CFR Part 31, whichever is applicable. (Available at 2. All service providers must adhere to the federal WIA provisions and all applicable federal regulations, ( the State of Nevada WIA Compliance policies ( and WC policies and procedures ( 3. Service providers are required to collect, verify, and submit monthly reports and reimbursement invoices to WC. 4. All service providers must ensure equal opportunity to all individuals. No individual in the Southern Nevada Workforce Investment Area shall be excluded from participation in, denied the benefits of, or subjected to discrimination under any WIA-funded program or activity because of race, color, religion, sex, national origin, age, disability, political affiliation or belief. 5. Service providers must accept liability for all aspects of any WIA program conducted under contract with WC. Service providers will be liable for any disallowed costs or illegal expenditures of funds or program operations conducted. 6. Any contract resulting from this solicitation process may be reduced or cancelled during the contract period if a service provider fails to meet outcome goals specified in the contract and/or if anticipated funds are not forthcoming from the federal or state governments. 7. Service providers will allow access to all WIA records, program materials, staff, and participants to local, state, and federal representatives. In addition, service providers are required to maintain all WIA records for at least three years, beginning on the last day of the program year. workforceconnections Statewide Re-Entry Project 2010 Page 9
10 J. Request for Proposals Calendar* RFP Announcement Advertisement July 28, 2010 RFP Available for Pick-Up or Download from Internet August 2, 2010 Bidders Conference August 6, 2010 Letter of Intent Submittal Deadline August 12, 2010 Request for Qualifications Submittal Deadline August 12, 2010 Proposal Submittal Deadline August 20, 2010 Independent Proposal Review August 23 27, 2010 Review Committee Final Review August 27, 2010 Approval by ADW Committee September 8, 2010 Approval by Full WC board September 28, 2010 Contract/Budget Negotiations September 30, 2010 Project Start Date October 1, 2010 * Subject to change K. Bidder s Conference A bidder s conference for all organizations or agencies intending to submit proposals will be held on Friday, August 6th, 2010 at 9:30 a.m. at Workforce Connections office located at 7251 West Lake Mead Blvd., Suite 200, Las Vegas, NV The bidder s conference will provide a general overview of the Statewide Prisoner Re-Entry Project, and will serve as a forum for potential bidders to ask questions. Questions may be asked or presented in writing at the bidder s conference. At the discretion of WC, if it becomes necessary to revise any part of this RFP, an addendum will be posted on the WC website. Any clarification, including responses to questions raised at the bidder s conference, will become an addendum to this RFP. It is the responsibility of potential bidders to check the website frequently to remain informed about the procurement process, responses to questions, and other information. L. Request for Qualifications All potential subcontractors must submit a Statement of Qualifications (SOQ) before any awards are made or contracts signed. To submit a statement of qualifications, respondents should download the Request for Qualifications (RFQ) package available on WC website: complete the required information and submit it to WC no later than August 12, Once the SOQ has been reviewed and approved, the agency is cleared for a potential award of contract. workforceconnections Statewide Re-Entry Project 2010 Page 10
11 M. Ex Parte Communication It is the policy of WC to prohibit ex parte communication regarding proposals with any member of WC board or WC staff. Ex parte communication means an oral or written off-the-record communication made to decision-making personnel either directly or through a third party, without required notice to the parties, to influence or attempt to influence the merits or outcome of a future decision. Written and oral communications with regard to proposals are neither solicited nor received by individual WC board members. Violation of this policy may disqualify an agency from consideration. This policy, however, does not preclude proposers, WC board, WC staff, or proposal evaluators from requesting clarification on parts of the solicitation process. N. Complete Proposal Checklist Those agencies or organizations wishing to submit proposals should verify that each of the following components is included: Cover Page (signed and dated) Executive Summary (one page) Narrative Section (no more than 12 pages) Budget Detail and Budget Narrative Electronic copy of the Proposal Additional Mandatory Items to be included in the Appendix Résumés of key personnel, or job descriptions if positions will be filled upon award Agreements with partners/subcontractors or other organizations associated with carrying out the proposed program (if indicated in your proposal). Organization Chart Timeline showing major activities proposed Optional Items: Include additional material you would like the Board to consider (no more than 10 pages). Associated Documentation Completed Statement of Qualifications (SOQ) in response to the Request for Qualifications (RFQ). No contracts will be issued until SOQ has been submitted and approved. A. Statement of Work SECTION III - RFP CONTENT Successful bidders shall demonstrate a commitment to improve employment for a minimum of 100 released offenders in Southern Nevada and a minimum of 15 released offenders in Northern Nevada. With a goal of reducing recidivism rates, the statement of work includes the following requirements: Provide housing in a single location north and south. Applicant must acquire an MOU with a provider of housing at the time of the RFP to meet this requirement. NOTE: Through a pre-determined partnership with NDOC, the Statewide Re-Entry Project has secured housing at Casa Grande for eighty-five (85) inmates for up to a period of six months. This will reflect as in-kind for agencies submitting a proposal. Incorporate a model that has demonstrated success in working with the target population, Note: A contract with a consultant for Employment Training Services must be reflected in the applicant s budget. workforceconnections Statewide Re-Entry Project 2010 Page 11
12 Provider must be SAPTA certified to provide Substance Abuse Treatment on-site or applicant may acquire an MOU with a SAPTA certified agency or be willing to subcontract services. The Statewide Re-Entry Project components include: pre and post-release assistance that incorporates prerelease evaluation, transition plan development and follow through, case management including transitional housing, employment training and placement, life skills training, mental health services, substance and drug abuse counseling, and mentoring. B. Pre-Release Services Pre-release services to begin as early as six (6) months prior to the offender s release. Services will include pre-release evaluation, transition plan development, and training according to each individual s special needs and abilities. Prior to release, offenders will begin working with their case manager to overcome any and all obstacles that would hinder them from attaining the goals on their transition plan, such as identifying and applying for public assistance, securing a birth certificate and Social Security Card, re-assuming their legal name, and addressing health and wellness issues including substance abuse. C. Post-Release Services Post-release supervision and coordination of services with service providers in their respective communities will ensure a seamless transition for offenders. Participants will be linked to appropriate services and resources within their respective communities in addition to those provided at the program facilities. D. Intensive Case Management The case management component assists individuals to overcome barriers to self-sufficiency while supporting them with basic needs. Case managers will interact with program partners including NDOC, Parole & Probation, and other agencies whose services are described in formal Memorandums of Understanding. Program participants, with their case manager, develop individualized, goal-driven transition plans. The transition plan will identify post-release services for a period of up to one year. The case manager will coordinate with NDOC the travel and housing arrangements for inmates upon their release. Using a Developmental Matrix, the Case Managers will assess the needs of each participant in critical life domains, build a care plan and work intensively with each participant to support their success. Case Managers ensure that program participants access services in the areas of income, housing, childcare, health, transportation and other services determined by individual needs, resulting in enhanced opportunities to become and remain self-sufficient. E. Employment, Training and Placement Participants, case managers, the employment trainer, job developers and mentors will design a mutually agreeable Individual Employment Plan addressing education, supportive services, training, and skills development. Staff will coordinate pre-release and post-release skills training and negotiate terms of work experience and on-the-job training agreements with employers. The case manager and job developer will work closely with the employment trainer to maximize opportunities for successful employment and to help ensure barriers to employment are eliminated. Services and activities include: workforceconnections Statewide Re-Entry Project 2010 Page 12
13 1. Referrals for education and training 2. Follow-up to referrals 3. Placement in suitable employment opportunities 4. Monitoring of on-the-job progress 5. Data collection for evaluation 6. Documentation of progress The Employment Trainer will deliver training that replicates the nationally recognized Second Chance Program in San Diego, CA. Second Chance is a tough-love, three week intensive training program where program participants engage in 120 hours of instruction during which they overcome personal barriers to self-sufficiency, obtain new job skills, develop resumes and career plans, and practice interviewing techniques. The instruction reinforces positive attitudes, promotes acceptable workplace behavior, and bolsters self-confidence. The Second Chance Prisoner re-entry curriculum will be provided as a post-release service; however, it will serve as an orientation to pre-released inmates at Casa Grande Transitional Center. The pre-released inmates will receive the intensive 120 hours of instruction during their first three-weeks at the center. F. Job Development Services and activities through Job Development provide opportunities to place participants in gainful employment: Provide training for participants to meet employer s needs Match participants to employment opportunities Support participants in meeting employer needs Recommend training opportunities for participants Monitor participants progress G. Mentoring In collaboration with local community organizations, service providers, and the faith based community, the Mentoring component of the program will focus on meeting the individualized needs of each client. Mentors will assist with budgeting, parenting, employment, transportation, health, legal and/or other skill sets that promote self-sufficiency. workforceconnections Statewide Re-Entry Project 2010 Page 13
14 1. Agency Information: Proposal Cover Sheet Organization Name: Mailing Address: Contact Person: Title: Phone: Fax: 2. Area(s) to be Served (Pleased check all that apply) Clark County Esmeralda County Lincoln County Boulder City Dyer Caliente/Pioche/Panaca Henderson Goldfield Alamo Las Vegas Nye County Other Laughlin/Searchlight Amargosa Valley/Beatty Mesquite Manhattan/Round Mtn. Moapa/Logandale/Overton Pahrump North Las Vegas Tonopah/Goldfield 3. Amount Requested Categories Amount a. Total WIA Funds Requested from Workforce Connections $ b. Total Number of Clients Proposed c. Average Cost Per Client Served (a b) $ 4. Affirmation and Certification: I affirm that the information within this proposal is true and accurate to the best of my knowledge. I acknowledge that I have read and understand the requirements of the Request for Proposal (RFP), and that my agency/organization is prepared to implement the proposed activities as described herein. Further, I certify that I am duly authorized to submit this proposal on behalf of my agency/organization. I also understand that by signing any contract initiated as a result this proposal, my agency/organization is responsible for meeting each performance measure set forth in this RFP and/or established by federal, state and local WIA regulations. I fully affirm and understand that failure to meet the performance measures set forth in this RFP may result in my organization s contract being terminated. Name (Print) Title Authorized Signature Date workforceconnections Statewide Re-Entry Project 2010 Page 14
15 Proposal Narrative Questions A. Executive Summary Please provide an Executive Summary of no more than one (1) page outlining your proposed program. B. Program Management (40 points total) Provide a brief background/history of your organization and your qualifications related to employment training and placement. Please describe any other entities that may be involved in providing the services you are proposing. Include verbiage on how they were or will be selected, the role they will play and their qualifications. Provide a brief description of your organization s financial management structure. Include a description of the organization s experience managing and accounting for state and federal funds as well as conducting self-monitoring for financial performance and compliance. Describe the financial infrastructure including the organization s ability to segregate funds in their accounting system. Describe the staff structure and internal control system in place. In the case of a collaborative partnership, this section must also identify the lead agency responsible for the financial activities of the collaborative and the related partner responsibilities. Problem Statement/Needs Assessment: Describe in detail the workforce related problem(s) or need(s) your program will address. Target Population: Describe who will benefit from your proposed solution including both employees and employers. C. Project Description (40 points total) Describe how you will reach out to employees and employers and the efforts you will undertake to serve the target population. Identify any other special populations including seniors, veterans, and/or the disabled or identify the geographic areas you propose to serve. Program Overview: Provide an overview of your Statewide Prison Re-Entry Project. Include/Describe: o All partners and clearly articulate roles and responsibilities o Include MOUs and/or Letters of Support o Describe communication methods between partners o Identify how the program/partners will work with existing One-Stop Career Centers to recruit and enroll the ex-offender population Proposed Activities: Describe proposed activities that will specifically address the needs of the target population: o Explain the outreach, recruitment and enrollment process. How will the eligibility process be conducted? How will this process work with One-Stop Career Centers? o How will participants be recruited and screened? o What assessments will be used? o Describe the curriculum, method of delivery, o Describe any OJT/internship opportunities that will be provided. Will these be paid or unpaid? workforceconnections Statewide Re-Entry Project 2010 Page 15
16 o Please describe the models used for program activities such as the models for Intensive Case Management and facilitated career counseling. D. Budget & Budget Narrative (20 points total) Complete Budget Forms: Budget Summary; Forms A-J; Match/Leveraged Resources. On the Budget Summary Form, identify the name and contact information for the staff person who may be contacted for any questions regarding your budget submission. Note that the Budget Summary Form also requires an Approved By (Provider) Signature. Budget Forms may be accessed on the WC website: Budget Detail Forms: Respondents are required to submit an overall line-item budget (e.g. Direct Personnel-Employees Only, Fringe Benefits, Allocated Indirect Personnel-Employees Only) that identify all proposed costs for this one-year contract award. It should provide a high-level snapshot of the respondent s total budget. Funding amounts are listed in the Introduction Section of this RFP. Budget Justification: Each Budget Form A-J and the Match/Leveraged Resources Form have designated space for a budget justification/narrative of the respective line items. It is not necessary to create a separate page for this information. The Budget Narrative justifies the need for all costs built into the Budget Detail Form. Personnel cost narrative should include staff positions, their responsibilities and time spent (FTEs) on this contract. Non-personnel costs should also be further outlined into specific line items and cost break downs. Sub-contractor costs should identify the subcontractor, the service to be provided and the cost structure. The narrative shall include a description of the matched/leveraged resources and the ways in which program funds will be maximized. Cost Allocation: Respondents are required to describe their Allocation Base (e.g. Direct Hours Worked, Square Footage Usage) on the Budget Detail Form I-Allocated Indirect Personnel- Employees and Budget Detail Form J-Other Allocated Indirect Costs. The Budget Narrative/Justification should describe the methodology that will be used to prorate common operating costs. Examples of common operating costs are infrastructure costs (e.g.: rent and copier machines), as well as personnel (e.g.: receptionist, fiscal staff, senior management) providing benefits to multiple funding sources. Furthermore, the estimated amounts derived from the proposed methodology should be allocated to each budget line item. Computation columns are provided on Budget Detail Forms I. and J. Indirect Cost Rate Agreement: Total indirect and profit line items (when considered in aggregate) should not exceed ten (10) percent of the respondent s budget. The extent to which a respondent can meet performance objectives while minimizing indirect and profit costs will be a factor in the evaluation process. Any indirect costs budgeted must be supported by an indirect cost rate agreement with a federal or state cognizant agency. If a respondent does not have an approved indirect rate but wishes to include indirect costs in its proposal, it must submit all relevant financial information that outlines how the indirect rate and costs were determined and future steps for required approval by the relevant cognizant agency. If the respondent is not required to obtain an indirect rate, then a cost allocation plan must include the methodology describing how common operating costs are distributed to the different funding sources. For more information in preparing indirect cost rate agreements, please reference the Guide for Indirect Cost Rate Determination issued by U.S. Department of workforceconnections Statewide Re-Entry Project 2010 Page 16
17 APPENDIX Labor, Office of Cost Determination issued in November For-Profit organizations should also reference 48 CFR Chapter 1, Part 31. Your appendix must contain the following documents: Resumes of key personnel or job descriptions if positions will be filled following award. Agreements with partners/subcontractors or other organizations associated with carrying out the proposed program (if indicated in your proposal). Organization Chart. Timeline showing major activities proposed. workforceconnections Statewide Re-Entry Project 2010 Page 17
18 Statement of Compliance As the authorized signatory official for: I hereby certify: (Proposing Agency/Organization) That the above-named proposer is duly approved to submit this application requesting funding under the Workforce Investment Act (P. L ). That the above-named proposer does hereby agree to execute all work related to this application in accordance with the Workforce Investment Act (P. L ) and Workforce Connections policies and guidelines, and other administrative requirements issued by the Governor of the State of Nevada. The service provider shall notify Workforce Connections within 30 calendar days after issuance of any amended directives if it cannot so comply with the amendments; and That the above named proposer will undertake special efforts to prevent fraud and other program abuses, such as but not limited to, deceitful practices, intentional misconduct, willful misrepresentation and improper conduct which may or may not be fraudulent in nature; and That the above named proposer has reviewed and is in agreement with Workforce Connections performance standards criteria for the Program Year for which funds are sought; and That this application represents a firm request to deliver adult and dislocated worker employment and training services under the Workforce Investment Act; and That the above named proposer is in agreement that Workforce Connections reserves the right to accept or reject any proposal for funding; and That the above named proposer waives any right to claims against the members and staff of Workforce Connections in their individual capacities; and That the contents of the application are truthful and accurate. Authorized Representative Signature Typed Name and Title Date Date workforceconnections Statewide Re-Entry Project 2010 Page 18
19 LETTER OF INTENT TO SUBMIT A PROPOSAL Request For Proposal Statewide Prison Re-Entry Project Workforce Connections must receive prospective applicants Letter of Intent to Submit a Proposal by Thursday, August 12, Letters may be faxed or ed as noted below. Date: To: RE: John Collins, Re-Entry Specialist Via jcollins@snvwc.org Via Fax: Submission of Statewide Prison Re-Entry Project This is to advise you that (name of lead agency) intends to submit a proposal under the Statewide Prison Re-Entry Project. Our project will provide comprehensive services for released or soon-to-be released offenders in order to lower State of Nevada s recidivism rate. We understand that this Letter of Intent can be rescinded at any time before the submission due date of Thursday, August 12, We will advise Workforce Connections if we decide not to compete for this funding. Signature of Lead Agency Representative Name and Title of Lead Agency Representative Address Telephone Number(s) Address workforceconnections Statewide Re-Entry Project 2010 Page 19
Notice: Request for Proposals for PRISON RE-ENTRY BEST PRACTICES MODEL
Notice: Request for Proposals for PRISON RE-ENTRY BEST PRACTICES MODEL workforceconnections (wc) is soliciting a Best Practice Model for a Statewide Prison Re-Entry Program Publication of the Proposal
More informationRequest for Proposal(s) for Adult or Youth Re- Entry Model Programs. An equal opportunity employer/program
Request for Proposal(s) for Adult or Youth Re- Entry Model Programs An equal opportunity employer/program Introduction workforce CONNECTIONS (wc) is a public agency that provides a variety of workforce
More informationOUT-OF-SCHOOL YOUTH EMPLOYMENT AND TRAINING SERVICES. Published July 3, 2013
REQUEST FOR PROPOSAL workforceconnections REQUEST FOR PROPOSALS OUT-OF-SCHOOL YOUTH EMPLOYMENT AND TRAINING SERVICES Published July 3, 2013 Submission Deadline August 12, 2013 @ 4:00 p.m. (PST) Late submissions
More informationREQUEST FOR PROPOSALS WORKFORCE INVESTMENT ACT ADULT AND DISLOCATED WORKERS EMPLOYMENT AND TRAINING SERVICES HOME OFFICE. Published March 14, 2014
REQUEST FOR PROPOSALS WORKFORCE INVESTMENT ACT ADULT AND DISLOCATED WORKERS EMPLOYMENT AND TRAINING SERVICES HOME OFFICE Published March 14, 2014 Submission Deadline April 17, 2014 @ 2:00 PM Late submissions
More informationRequest for Proposals for MIS Programming & Web Development Services
Request for Proposals for MIS Programming & Web Development Services Publication of Proposal August 23, 2012 Submission of Proposal Deadline September 17, 2012 no later than 4:30p.m. workforceconnections
More informationREQUEST FOR PROPOSALS. Workforce Innovation and Opportunity Act (WIOA)
REQUEST FOR PROPOSALS Adult & Dislocated Worker One-Stop Affiliate Site - North Workforce Innovation and Opportunity Act (WIOA) Published February 27, 2015 Submission Deadline April 7, 2015 @ 12:00 PM
More informationBidders Conference. One-Stop Career Center Operator March 18, An Equal Opportunity Employer/Program
Bidders Conference One-Stop Career Center Operator March 18, 2015 An Equal Opportunity Employer/Program Welcome Introduction Please ensure that you have signed the sign-in sheet All materials on WC website:
More informationREQUEST FOR PROPOSALS WORKFORCE INVESTMENT ACT YOUTH AND ADULT/DISLOCATED WORKER SERVICES IN RURAL SOUTHERN NEVADA. Published March 14, 2014
REQUEST FOR PROPOSALS WORKFORCE INVESTMENT ACT YOUTH AND ADULT/DISLOCATED WORKER SERVICES IN RURAL SOUTHERN NEVADA Published March 14, 2014 Submission Deadline April 17, 2014 @ 2:00 PM Late submissions
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP # 112-1 Issued by: Educational Service District 112 2500 NE 65 th Ave Vancouver, WA 98661 Request for Proposal for: School Based Mental Health Services Battle Ground School District
More informationRequest for Proposals RFP VIRTUAL SERVICES
Request for Proposals RFP 18-01 VIRTUAL SERVICES Contract Period October 1, 2018 ~ June 30, 2020 RFP Release Date: Friday, July 6, 2018 Program Proposal Due Date: August 8, 2018 3pm Hand or postal delivery
More informationArizona Department of Education
State of Arizona Department of Education Request For Grant Application (RFGA) RFGA Number: ED07-0028 RFGA Due Date / Time: Submittal Location: Description of Procurement: February 9, 2007, at 3:00 P.M.
More informationREQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM
REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM Submitted By: Florida Memorial University Board of Trustees 15800 N.W. 42 nd Avenue Miami Gardens, FL 33054 Date: November 14, 2017 FLORIDA MEMORIAL
More informationREQUEST FOR STATEMENT OF QUALIFICATIONS (RSQ) Summer Youth Employment and Learning Program Sustainability September 15, 2017
REQUEST FOR STATEMENT OF QUALIFICATIONS (RSQ) Summer Youth Employment and Learning Program Sustainability September 15, 2017 Procurement Timeline RSQ Issued September 15, 2017 Questions Accepted via Email
More informationREQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT
SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San Felipe Road, San Jose, CA 95135 REQUEST FOR QUALIFICATIONS G2010.0069 ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT
More informationBOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES
TOWN OF KILLINGWORTH BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES DATE: February 14, 2018 1 I. INTRODUCTION A. General Information The Town of Killingworth is requesting proposals
More informationREQUEST FOR APPLICATIONS
REQUEST FOR APPLICATIONS Mississippi Community Oriented Policing Services in Schools (MCOPS) Grant Mississippi Department of Education Office of Safe and Orderly Schools Contact: Robert Laird, Phone: 601-359-1028
More informationOREGON VOLUNTEER FIREFIGHTERS ASSOCIATION
OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION REQUEST FOR PROPOSALS For GRANT ADMINISTRATION RFP No. 001-0810 Date Due: November 3, 2008 Time Due: 4:00pm SUBMIT PROPOSALS TO: Genoa Ingram Executive Director
More informationRequest for Proposal. Parenting Education
Request for Proposal Parenting Education LUZERNE COUNTY CHILDREN AND YOUTH SERVICES JUVENILE PROBATION SERVICES LUZERNE COUNTY PENNSYLVANIA For the Fiscal Year Beginning 7/1/13 Ending 6/30/14 The term
More informationSOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414
SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST
More informationGeorgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)
NOTE: PLEASE ENSURE THAT ALL REQUIRED SIGNATURE BLOCKS ARE COMPLETED. FAILURE TO SIGN THIS FORM AND INCLUDE IT WITH YOUR PROPOSAL WILL CAUSE REJECTION OF YOUR PROPOSAL. Georgia Lottery Corporation ("GLC")
More informationRequest for Proposal. Independent Living
Request for Proposal Independent Living LUZERNE COUNTY CHILDREN AND YOUTH SERVICES JUVENILE PROBATION SERVICES LUZERNE COUNTY PENNSYLVANIA For the Fiscal Year Beginning 7/1/13 Ending 6/30/14 The term of
More information1) Project Management 2) Public Relation Services 3) Strategic Planning & Facilitation Services Solicited
September 6, 2018 Interested Respondents Request for Quotations (RFQ) for Consultation Services: 1) Project Management; 2) Public Relation Services; and 3) Strategic Planning & Facilitation Workforce Solutions
More informationLEGAL NOTICE Request for Proposal for Services
LEGAL NOTICE Request for Proposal for Services The Town of South Windsor, Connecticut, is seeking proposals for consultation services for the survey of historic buildings in Town. The project is funded
More informationKDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12
KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 Purpose These guidelines are intended to guide the procurement of goods and consultant services
More informationREQUEST FOR PROPOSALS FOR One Stop Operator Funded Through Workforce Innovation and Opportunities Act (WIOA) Proposal Due Date: Proposals to:
REQUEST FOR PROPOSALS FOR One Stop Operator Funded Through Workforce Innovation and Opportunities Act (WIOA) Proposal Due Date: May 23 at Noon E-Mail Proposals to: Kim Lemieux Programs Director Re: One
More informationREQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA
REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY Police Department CITY OF LA PALMA Released on November 27, 2013 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. BACKGROUND The City of La Palma
More informationREQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services
Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California
More informationKnights Ferry Elementary School District
Knights Ferry Elementary School District REQUEST FOR PROPOSAL FOR THE IMPLEMENTATION OF ENERGY EFFICIENCY MEASURES FUNDED BY THE CLEAN ENERGY JOBS ACT - PROPOSITION 39 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE
More information201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS
201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District
More informationALABAMA WORKFORCE INVESTMENT SYSTEM. Office of Workforce Development 401 Adams Avenue Post Office Box 5690 Montgomery, Alabama
ALABAMA WORKFORCE INVESTMENT SYSTEM Office of Workforce Development 401 Adams Avenue Post Office Box 5690 Montgomery, Alabama 36103-5690 GOVERNOR'S WORKFORCE DEVELOPMENT DIRECTIVE NO. PY2004-14 SUBJECT:
More informationBelow are five basic procurement methods common to most CDBG projects:
PROCUREMENT PROCESS I. INTRODUCTION Recipients of Community Development Block Grant (CDBG) funds will procure a variety of items, materials and services throughout the duration of their projects. Section
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Program and Fiscal Monitoring Services RFP Release Date: 10/13/2017 Proposal Due Date: 11/9/2017 No Later Than 3:00 PM (CST) Tarrant County Local Workforce Development Board 1320
More informationEMPLOYERS TRAINING RESOURCE TH STREET BAKERSFIELD, CA POLICY BULLETIN: #ETR 21-05
EMPLOYERS TRAINING RESOURCE 2001 28 TH STREET BAKERSFIELD, CA 93301 POLICY BULLETIN: #ETR 21-05 TO: FROM: All ETR Staff and ITA Providers Verna Lewis, Director DATE: September 29, 2005 SUBJECT: Individual
More informationREQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION
REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION FOR THE COUNTY OF RIVERSIDE TRANSPORTATION DEPARTMENT Table of Contents ADDENDUM NO. 2 March
More informationSTENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)
STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ) Los Angeles County Children and Families First Proposition 10 Commission (aka First 5 LA) RELEASE DATE: FEBRUARY 11, 2014 TABLE OF CONTENTS I. TIMELINE FOR
More informationREQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN
REQUEST FOR PROPOSAL (RFP) #1314-15 CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN Request for Proposal must be received no later than January 3, 2014 at 2:00 pm CARRI MATSUMOTO
More informationEFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM
EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM-006-2018 Date Issued: 11/20/2017 TABLE OF CONTENTS SECTION 1 RFP INFORMATION AND INSTRUCTIONS SECTION
More informationINVITATION TO NEOGOTIATE ISSUED DATE ITN #
INVITATION TO NEOGOTIATE ISSUED DATE ITN # 14-0001 I. Introduction The Florida Alliance for Assistive Services and Technology, Inc. hereafter referred to as FAAST, is requesting sealed proposals from qualified
More informationREQUEST FOR APPLICATIONS. School Nurse Intervention Program
REQUEST FOR APPLICATIONS School Nurse Intervention Program Mississippi Department of Education Office of Healthy Schools 359 North West Street P. O. Box 771 Jackson, MS 39205-071 Contact: Estelle Watts
More informationEARLY INTERVENTION SERVICE COORDINATION GRANT AGREEMENT. July 1, 2017 June 30, 2018
EARLY INTERVENTION SERVICE COORDINATION GRANT AGREEMENT July 1, 2017 June 30, 2018 This Grant Agreement (the Agreement ) is entered into by and between the Family and Children First Administrative Agency
More informationREQUEST FOR PROPOSAL
September 16, 2009 REQUEST FOR PROPOSAL CONSULTING SERVICES FOR THE ESTABLISHMENT OF STORMWATER UTILITY Sealed proposals will be received in the Purchasing Division on Friday, November 6, 2009 prior to
More informationRequest for Proposal. Interpretation/Translation Services
Request for Proposal Interpretation/Translation Services LUZERNE COUNTY CHILDREN AND YOUTH SERVICES JUVENILE PROBATION SERVICES LUZERNE COUNTY PENNSYLVANIA For the Fiscal Year Beginning 7/1/13 Ending 6/30/14
More informationSan Mateo County Workforce Investment Board Summer Youth Employment Programs Request for Concept Papers. Overview and Submission Guidelines
Summer Youth Employment Programs Request for Concept Papers Overview and Submission Guidelines Responses Due By March 13, 2009 at 5:00 P.M. PST Background The San Mateo County Workforce Investment Board
More informationRequest for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018
Request for Proposal Internet Access Houston County Public Library System Erate Funding Year July 1, 2017 through June 30, 2018 REQUEST FOR PROPOSAL Internet Access Houston County Public Library System
More informationREQUEST FOR PROPOSALS
FOR THE Transportation Development Act (TDA) Triennial Performance Audit of the Public Transit Systems and the Council of Governments in Stanislaus County Stanislaus Council of Governments 1111 I Street,
More informationSECTION 3 Policies and Procedures Manual
SECTION 3 Policies and Procedures Manual Andrew M. Cuomo, Governor of New York State RuthAnne Visnauskas, Commissioner November 2017 This manual represents the current version of the New York State Homes
More informationDisadvantaged Business Enterprise Supportive Services Program
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Equipment and Procurement Division REQUEST FOR PROPOSALS (RFP) No: 15-001P Disadvantaged Business Enterprise Supportive Services Program Proposals must
More informationI. General Instructions
Contra Costa Behavioral Health Services Request for Proposals (RFP) Outpatient Mental Health Services September 30, 2015 I. General Instructions Contra Costa Behavioral Health Services (CCBHS, or the County)
More informationREQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES
REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES INTRODUCTION The City of South San Francisco seeks a consultant to provide professional services to assist with obtaining financing though
More informationRelease Date: Tuesday, March 14, 2017 Deadline for Submissions: Friday, April 14, 2017
The Annie E. Casey Foundation s Baltimore Civic Site is seeking proposals for community-based workforce initiatives to connect unemployed and underemployed residents in East Baltimore with quality job
More informationRequest for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017
Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy
More informationTOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017
TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS Issued August 1, 2017 Proposals Due-August 21, 2017 1 SECTION I: TERMS AND CONDITIONS 1 Invitation Qualified individuals
More informationREQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167
REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church 361 Sam Ridley Parkway East Smyrna, Tennessee 37167 Released on February 2, 2018 SECURITY CAMERA INSTALLATION Stones River
More informationREQUEST FOR PROPOSAL STEVENS CREEK VOLUNTEER FIRE DEPARTMENT RECRUITMENT & RETENTION GRANT ADMINISTRATION
REQUEST FOR PROPOSAL STEVENS CREEK VOLUNTEER FIRE DEPARTMENT RECRUITMENT & RETENTION GRANT ADMINISTRATION Date Due: August 14, 2015 Time Due: 4:00pm PST Submit proposals vial mail or email to: Will B.
More informationProposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.
April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,
More informationClinical Dental Education Innovations Grants
Clinical Dental Education Innovations Grants GRANT REQUEST FOR PROPOSAL (RFP) FOR FY2019 Minnesota Department of Health PO Box 64882 St. Paul, MN 55164-0882 651-201-3860 keisha.shaw@state.mn.us www.health.state.mn.us
More informationREQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION
REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION FOR THE COUNTY OF RIVERSIDE TRANSPORTATION DEPARTMENT Table of Contents I. Events Calendar
More informationTERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation
TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES Generator Sizing and Installation Proposal Due Date: June 26, 2017 Proposal Due Time: 2:00 P.M. Released May 23, 2017 Table of Contents
More informationRequest for Proposals
Request for Proposals Disparity Study PROPOSALS WILL BE RECEIVED UNTIL 12:00 Noon, Friday, July 27 th, 2018 in Purchasing Department, City Hall Building 101 North Main Street, Suite 324 Winston-Salem,
More informationSTATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE
STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE REQUEST FOR PROPOSALS ADOPTION AND INDEPENDENT LIVING SERVICES RFP# 07J15GN1 Commodity Code #: 93141505 1 TABLE OF CONTENTS
More informationMontgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN
Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS RFP 2017-04 WEBSITE DEVELOPMENT AND REDESIGN DATE ISSUED: September 29, 2017 TYPE OF PROJECT: CONTACT
More informationTEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)
TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) The Texas General Land Office Community Development & Revitalization
More informationEARLY INTERVENTION SERVICE COORDINATION GRANT AGREEMENT. July 1, 2018 June 30, 2019
EARLY INTERVENTION SERVICE COORDINATION GRANT AGREEMENT July 1, 2018 June 30, 2019 This Grant Agreement (the Agreement ) is entered into by and between the Family and Children First Administrative Agency
More informationNOTICE OF REQUEST FOR PROPOSALS
NOTICE OF REQUEST FOR PROPOSALS Competitive sealed proposals for professional services will be received by the Contracting Agency, Guadalupe County, New Mexico, for RFP No. 2014-005. The Contracting Agency
More informationREQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G
REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ #14-002 ARCHITECTURAL SERVICES Bond Measure G The Solano Community College District ( District ) is requesting qualified persons, firms, partnerships,
More informationCommunity Development Block Grant (CDBG) Request for Applications (RFA) for Public Services and Housing Projects
2015-2016 Community Development Block Grant (CDBG) Request for Applications (RFA) for Public Services and Housing Projects ORANGE COUNTY Housing and Community Development Division ORANGE COUNTY ANNUAL
More informationREQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017
REQUEST FOR PROPOSALS: AUDIT SERVICES Issue Date: February 13 th, 2017 Due Date: March 22 nd, 2017 In order to be considered, proposals must be signed and returned via email to rtan@wested.org by noon
More informationContra Costa Behavioral Health Division Request for Qualifications Alcohol and Other Drug Services (AODS)
Contra Costa Behavioral Health Division Request for Qualifications Alcohol and Other Drug Services (AODS) Residential Substance Use Disorder Detoxification and Treatment Services for Men in West Contra
More informationON-THE-JOB TRAINING REQUEST FOR PROPOSAL RESPONDENTS ORIENTATION/TECHNICAL ASSISTANCE SESSION QUESTIONS AND ANSWERS July 8, 2013
ON-THE-JOB TRAINING REQUEST FOR PROPOSAL RESPONDENTS ORIENTATION/TECHNICAL ASSISTANCE SESSION QUESTIONS AND ANSWERS July 8, 2013 1. Q: When you apply for the RFP can you apply for one particular funding
More informationAll proposals must be received by August 30, 2016 at 2:00 PM EST
July 25, 2016 REQUEST FOR PROPOSAL Northwood School District SAU #44 Strategic Planning for the Northwood School District You are cordially invited to submit a proposal for Strategic Planning for the Northwood
More informationARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR
ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR Proposals must be submitted No later than 4:00 p.m. CDT July 30,
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Local Support for a Senior Affordable Housing Development Application for low income housing tax credits from the Florida Housing Finance Corporation SUBMISSION DEADLINE: Noon, Thursday,
More informationCITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES
CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES CLOSING DAY AND TIME: Sealed proposals will be received no later than: 2:00 P.M. CST January 8, 2018 MARK PACKAGE: TRANSIT MANAGEMENT PROPOSAL
More informationSECTION 2 INSTRUCTIONS TO BIDDERS (IB)
SECTION 2 INSTRUCTIONS TO BIDDERS (IB) RFP 12-18 2012-08-01 Page 1 of 12 Instructions to Bidder (IB) IB 1. Communication / Timelines for submittal of Proposal IB 2. Proposal Submission General Terms IB
More informationRequest for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program
Request for Proposal PROFESSIONAL AUDIT SERVICES Luzerne-Wyoming Counties Mental Health/Mental Retardation Program For the Fiscal Year July 1, 2004 June 30, 2005 DUE DATE: Noon on Friday, April 22, 2005
More informationWORKFORCE DEVELOPMENT BOARD Workforce Innovation and Opportunity Act Area 8
WORKFORCE DEVELOPMENT BOARD Workforce Innovation and Opportunity Act Area 8 Policy number 0 Subject This policy obsoletes May apply for waiver Procurement None NA Board approved 2/8/2017 Effective date
More informationAuditory Oral Early Education Program APPLICATION GUIDELINES FY
Auditory Oral Early Education Program APPLICATION GUIDELINES FY 2017 2018 Florida Department of Health Division of Community Health Promotion Bureau of Chronic Disease Prevention May 8, 2017 RFA16 005
More informationLIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]
PROJECT NUMBER _[project number]_ LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee] This Agreement is by and between
More informationPAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT
PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT DISCLAIMER The information contained in this Request for Proposal (RFP) document or information
More informationRequest for Proposal. Housing Opportunity Program Development Services
Request for Proposal NEW JERSEY DEPARTMENT OF COMMUNITY AFFAIRS Housing Opportunity Program Development Services RFP Issued: July 6th, 2016 Proposal Deadline: July 26th, 2016 at 12:00 PM Purpose of Request
More informationRequest for Proposals Youth Programs Intermediary
Request for Proposals Youth Programs Intermediary Release Date: Wednesday, January 17, 2018 Bidders Conference Questions and RSVP Due (email youthrfp@philaworks.org): Friday, January 26, 2018 3:00pm (ET)
More informationFISCAL YEAR FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-1044) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS
1 1 1 1 1 1 1 1 0 1 0 1 0 1 0 1 FISCAL YEAR 01 FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS 1. This Agreement is between
More informationGOODWILL YOUTHBUILD GED/High School Education Instruction
REQUEST FOR PROPOSALS FOR GOODWILL YOUTHBUILD GED/High School Education Instruction Issued By: Goodwill of the Olympics and Rainier Region YouthBuild Program 714 S 27 th St Tacoma, WA 98372 November 13,
More informationColorado Cancer Fund 2018 Grant Cycle Funding Opportunity Announcement
Colorado Cancer Fund 2018 Grant Cycle Funding Opportunity Announcement TO: Colorado Cancer Coalition Task Forces, Colorado Cancer Coalition members and cancer partners FROM: Paula Marchionda, MD, Vice
More informationBUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO
BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO DEVELOP AN INTEGRATED REGIONAL WATER MANAGEMENT PLAN UNDER THE DIRECTION OF THE NORTHERN SACRAMENTO VALLEY INTEGRATED
More informationRequest for Proposal Crisis Intervention Services
Request for Proposal Crisis Intervention Services Issued by: Columbia County Health and Human Services Proposals must be submitted no later than 4:30pm CST Thursday, April 28, 2011 For further information
More informationGeneral Procurement Requirements
Effective Date: July 1, 2018 Applicability: Grant Purchasing and Procurement Policy Related Policies: Moravian College Purchasing Policy and Business Travel Policy Policy: This policy provides guidelines
More informationCarey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)
RFQ: 15-141 CITY OF HUTCHINSON, KANSAS REQUEST FOR QUALIFICATIONS City of Hutchinson Project Manager: Justin Combs, Director of Parks and Facilities 1500 S Plum Hutchinson, KS 67504 620-694-1912 Justin.combs@hutchgov.com
More informationEFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL
EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL RFP EM-007-2018 Date Issued: January 31,2017 Closing Date: February 16, 2018-3:00 pm local time TABLE OF
More informationSTATE OF MAINE Department of Economic and Community Development Office of Community Development
STATE OF MAINE Department of Economic and Community Development Office of Community Development RFP#201711194 Efficient Delivery of Local and Regional Services RFP Coordinator Submitted Questions Due Proposal
More informationBrazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project
Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project Brazoria Drainage District No. 4 is requesting Statements of
More informationINDIANA ECONOMIC GROWTH REGION 3 REQUEST FOR PROPOSAL ONE-STOP OPERATOR SERVICES
INDIANA ECONOMIC GROWTH REGION 3 REQUEST FOR PROPOSAL ONE-STOP OPERATOR SERVICES RFP ISSUE DATE: May 2, 2017 QUESTION AND ANSWER PERIOD: May 2, 2017 May 12, 2017 PROPOSAL DUE DATE: May 19, 2017, 12pm (noon)
More informationREQUEST FOR PROPOSALS for Neighborhood Advisory Committee Program Funding
REQUEST FOR PROPOSALS for Neighborhood Advisory Committee Program Funding The City of Philadelphia s Office of Housing and Community Development (OHCD) is soliciting proposals for the Neighborhood Advisory
More informationDISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27
DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 RFQ Number: RFQ 18-PR-DIT-27 Date Issued: Monday, March 5, 2018 Description: Headquarters (HQO) IT Hardware
More informationAberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR
Aberdeen School District No. 5 216 North G St. Aberdeen, WA 98520 REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Nature of Position: The Aberdeen School District is seeking a highly qualified
More informationREQUEST FOR PROPOSAL. for. Brazos Valley Workforce Development Area Rapid Response Services
REQUEST FOR PROPOSAL for Brazos Valley Workforce Development Area Rapid Response Services for the WORKFORCE SOLUTIONS BRAZOS VALLEY BOARD P.O. Drawer 4128 Bryan, Texas 77805 (979) 595-2800 ISSUE DATE:
More informationTOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017
SECTION 17.0 PAGE 1 OF 38 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control
More informationThe School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services
Selection Process for Continuing Contract for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY - COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL
More informationINVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services
INVITATION FOR BID Notice to Prospective Bidders Date Stamp Equipment Preventative Maintenance and Repair Services June 1, 2011 You are invited to review and respond to this Invitation for Bid (IFB), entitled
More informationAttention Design Firms
Attention Design Firms 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
More information