STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

Size: px
Start display at page:

Download "STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM"

Transcription

1 STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM INVITATION TO NEGOTIATE (ITN) UNACCOMPANIED REFUGEE MINOR PROGRAM IN MIAMI-DADE COUNTY ITN # SNR15K02 United Nations Standard Products and Services Codes (UNSPSC): , , , , , , DCF ITN # SNR15K02 1 of 84 Unaccompanied Refugee Minor Program Miami-Dade

2 TABLE OF CONTENTS Unaccompanied Refugee Minor Program in Miami-Dade County SECTION 1. INTRODUCTION Introduction to the Procurement Statement of Purpose Term of the Agreement Contact Person and Procurement Manager Definitions Supporting Documentation Small, Minority, and Service-Disabled Veterans Business Participation... 7 SECTION 2. ITN PROCESS General Overview of the Process Official Notices and Public Records Protests and Disputes Limitations on Contacting Department Personnel and Others Schedule of Events and Deadlines Notice of Intent to Submit a Reply Solicitation Conference Call Written Inquiries Receipt of Replies Request to Withdraw Reply Cost of Preparation of Reply Form PUR Department s Reserved Rights SECTION 3. MINIMUM SPECIFICATIONS Vendor Qualifications Minimum Programmatic Specifications Composition of the Contract Order of Precedence Minimum Financial Specifications Invoicing and Payment of Invoices Vendor Registration in MyFloridaMarketPlace Performance Bond Not Required Prior to Contract Execution.48 DCF ITN # SNR15K02 2 of 84 Unaccompanied Refugee Minor Program Miami-Dade

3 SECTION 4. INSTRUCTIONS FOR RESPONDING TO THE ITN How to Submit a Reply Content of the Reply Reply Format Public Records and Trade Secrets SECTION 5. THE SELECTION METHODOLOGY Application of Mandatory Requirements Evaluation Methodology for Ranking and Shortlisting Negotiation Process for Final Selection Final Selection and Notice of Intent to Award Contract APPENDIX I Notice of Intent to Submit a Reply APPENDIX II Certificate of Signature Authority APPENDIX III Vendor s Certifications APPENDIX IV Budget Summary and Detail Instructions APPENDIX V Project Budget Summary APPENDIX VI Fixed Price Budget Worksheet Instructions APPENDIX VII Fixed Price Budget Worksheet APPENDIX VIII Replied Cost Allocation Plan APPENDIX IX Mandatory Requirements Checklist DCF ITN # SNR15K02 3 of 84 Unaccompanied Refugee Minor Program Miami-Dade

4 SECTION 1. INTRODUCTION 1.1 Introduction to the Procurement. The Department of Children and Families (Department), Refugee Services (RS) Program is seeking interested parties to develop and manage an Unaccompanied Refugee Minor Program in Miami-Dade County and/or neighboring counties if approved by the Department. Any Vendor interested in submitting a reply must comply with any and all of the terms and conditions described in the Invitation to Negotiate (ITN). These services are for refugees and are not related to the unaccompanied alien children crossing the border. The Department aspires to find a Vendor that will develop and manage an Unaccompanied Refugee Minor Program (URMP) aimed at providing foster care and child welfare services to eligible unaccompanied refugee minors (URMs) who are in the United States without a parent or guardian. The primary goal of this program is to ensure the self-sufficiency of URMs through a cohesive system of care that provides URMs access to the same types of services and benefits available to children in the State foster care system as defined in Florida s title IV-B Plan. In relation to this goal, the URMP shall develop unified methodical case plans, aggressively recruit qualified foster parents, assist URMs in the pursuit of permanency, and establish and nurture community relations that enhance the capabilities of the URMP and of each URM. The winning Vendor must be capable of offering a variety of placement options to URMs or be capable of subcontracting with other qualified organizations able to offer placement options. The Office of Refugee Resettlement (ORR) policy requires a range of placement options for all youth in the URMP that includes, but is not limited to, traditional foster care, therapeutic foster care, group homes, residential treatment centers, semi-independent living, and independent living. The winning Vendor shall also provide or facilitate access to a wide array of services to URMs. As required by ORR and 45 C.F.R. ss and , services that must be offered include, but are not limited to, family reunification, permanency planning, education, case planning/management, mental health, medical, cultural preservation/religious heritage, and immigration, citizenship, and naturalization legal services. The Vendor shall be knowledgeable of and fully compliant with all applicable state and federal laws, rules, and regulations that affect or may affect the subject area of this program. In accordance with 45 C.F.R. Part 400, the Vendor shall deliver to URMs the same types of services, benefits, and protections available to children in Florida s foster care program as defined in current state and federal laws, rules, and regulations. Please note refugee resettlement is a complex system involving many parties. The US Department of State contracts with several providers to perform reception and placement activities for newly admitted refugees. Due to existing agreements that bind State URM programs, respondents to this ITN must be affiliated or willing to become affiliated as a Reception and Placement agency with either Lutheran Immigration and Refugee Services (LIRS) or the United States Conference of Catholic Bishops (USCCB). If an interested Vendor does not already fall under the umbrella of LIRS or USCCB, then that organization would need to enter into an agreement and/or subcontract with LIRS or USCCB, or with an agency already under the auspices of LIRS or USCCB, that would allow the Vendor to provide reception and placement services to unaccompanied refugee minors in Miami-Dade County. DCF ITN # SNR15K02 4 of 84 Unaccompanied Refugee Minor Program Miami-Dade

5 This solicitation is issued in accordance with the provisions of section , Florida Statutes, Chapter 60A-1, Florida Administrative Code (F.A.C), and applicable Department policies and procedures. Any person interested in responding to the solicitation must comply with any and all of the terms and conditions described in the solicitation. A failure to read, understand, or comply with the terms of the solicitation may result in the Department s inability to accept or fully consider the response. 1.2 Statement of Purpose. The purpose of this ITN is to identify and negotiate with Vendors who are capable of developing and managing a URMP in Miami-Dade County. As stated above, the winning Vendor will be expected to offer a variety of services and placement options for all youth served by the URMP. The Vendor must also be capable of providing a variety of services that ensure the safety, wellbeing, and permanency of URMs. Section of the ITN describes in detail the tasks that the Vendor must be capable of completing. A brief description of each task is listed below: Complete all Organizational Responsibilities which include, but are not limited to, outreach, legal compliance, URM Handbook maintenance, URM case files, staff development training, and a quality management plan Provide Enrollment Services which include client eligibility determination, intake, and conducting appropriate assessments Provide Case Planning Services which include, but are not limited to, the development of a comprehensive case plan that addresses transition to self-sufficiency, citizenship, education, permanency, and financial management and responsibility Conduct case Staffing which includes, but is not limited to, multi-disciplinary staffing, trafficked URM placement staffing, annual staffing, and quarterly staffing Provide URM Services which include, but are not limited to, family reunification, licensing foster parents and homes, and providing varied placement options to meet the individual needs of URMs (e.g. relative caregiver placements, residential group care, specialized therapeutic foster care, medical foster homes, placements that best suit the ethnic background of the URM, etc.). URM Services also include foster and adoptive parent recruitment and licensing Provide Case Management Services which encompass a wide assortment of tasks including, but not limited to, on-going monitoring and tracking of each URM s progress, in home face-to-face visits, following up on all judicial reviews, providing referrals, providing authorized representation in applying for medical coverage and other benefits, reporting on incidents, facilitating transportation, compiling and maintaining case files, facilitating mentoring opportunities, the coordination of services with foster parents, and providing opportunities for URMs to follow ethnic, cultural, and religious practices consistent with their native traditions and social experiences. The Coordination of Services with foster parents requires the Vendor to work closely with foster parents to coordinate and supervise the provision of medical, legal, dental, educational, recreational, remedial, or other specialized services and resources as described in Florida s title IV-B Plan and the Refugee Assistance Plan Provide Road to Independence (RTI) Services which include Post-Secondary Services and Support (PESS) and Aftercare Services. DCF ITN # SNR15K02 5 of 84 Unaccompanied Refugee Minor Program Miami-Dade

6 1.3 Term of the Agreement. The anticipated start date of the initial contract is January 1, The initial contract shall end on September 30, The contract may be renewed for a period(s) not to exceed three (3) years or for the term of the original contract, whichever period is longer. Such renewal(s) shall be made by mutual agreement and shall be contingent upon satisfactory performance evaluations as determined by the Department and shall be subject to the availability of funds. Any renewal(s) shall be in writing and shall be subject to the same terms and conditions as set forth in the initial contract including any amendments. The Department may negotiate lower pricing when renewing the contract. The total estimated dollar range for any contract resulting from this ITN is subject to the availability of funds. Funds are estimated to be between $1,500,000 - $2,000,000 for each year. Funding amounts will largely depend on the number of clients to be served, area of service, and the types of services, as determined by the Department. Please note that estimates are based on the availability of funds. Due to the unpredictability of refugee arrival patterns, federal grant requirements, and grant award amounts, the Department reserves the right to add funding to meet additional scope of services and tasks or decrease contract value if needs change or federal grant amounts decrease. 1.4 Contact Person and Procurement Manager. This ITN is issued by the State of Florida, Department of Children and Families. The sole contact point for all communication regarding this ITN is: Mailing Address: David Draper, Procurement Manager Florida Department of Children and Families Refugee Services 1317 Winewood Blvd, Building 6, Room 200 Tallahassee, Florida David.Draper@myflfamilies.com All contact with the Procurement Manager shall be in writing via electronic mail, U.S. mail, or other common courier. No facsimiles or telephone calls will be accepted for any reason. 1.5 Definitions Contract Terms. Contract terms used in this document can be found in the Department s Glossary of Contract Terms, which is hereby incorporated by reference and maintained at the following website: Program or Service Specific Terms. Program or service specific terms used in this document can be found in the Department s Refugee Services Glossary, which is hereby incorporated by reference. The link to the glossary is: Supporting Documentation. Information below lists the supporting documentation, filename(s) of the supporting documentation, and the associated link to download the supporting documentation. These documents are incorporated into this ITN by reference as if fully recited herein Department of Children and Families, Refugee Services Program DCF ITN # SNR15K02 6 of 84 Unaccompanied Refugee Minor Program Miami-Dade

7 1.6.2 Current Refugee Services Contracted Vendors Administration for Children and Families, Office of Refugee Resettlement (ORR) Florida s Refugees Population Statistical Reports Important Refugee Federal and National contact information Small, Minority, and Service-Disabled Veterans Business Participation. Small Businesses, Certified Minority and Florida Certified Veterans Business Enterprises are encouraged to participate in any conferences, conference calls, pre-solicitation, or pre-proposal meetings which are scheduled. All Vendors shall be accorded fair and equal treatment. THIS SPACE LEFT BLANK INTENTIONALLY DCF ITN # SNR15K02 7 of 84 Unaccompanied Refugee Minor Program Miami-Dade

8 SECTION 2. ITN PROCESS 2.1 General Overview of the Process. Replies that meet the Mandatory Requirements of this ITN (see Section 5.1 and Appendix IX) and are otherwise responsive will be eligible for evaluation. Responsive Vendors will be evaluated and ranked and a Short List (defined in Section 5.2) of Vendors selected for negotiation will be posted as described in Section of this ITN. Following negotiations with shortlisted Vendors, the Department will post a notice of intended contract award, identifying the Vendor selected for award. Final contract terms will be established with the selected Vendor. 2.2 Official Notices and Public Records Notices Regarding the ITN. All notices, decisions, intended decisions, addenda and other matters relating to this procurement will be electronically posted on the VBS website located at: In order to find postings at such location: 1. Click on Search Advertisements 2. Under Agency select Department of Children and Families 3. Scroll down to the bottom of the screen and click on Initiate Search It is the responsibility of prospective Vendors to check the VBS for addenda, notices of decisions, and other information or clarifications to this ITN Public Records. All electronic and written communications pertaining to this ITN, whether sent from or received by the Department, are subject to the Florida public records laws. Section 4.4 addresses the submission of trade secret and other information exempted from public inspection. 2.3 Protests and Disputes Time Limits for Filing Protests. Any person who is adversely affected by the decision or intended decision made by the Department pursuant to this solicitation shall file with the Department a notice of protest in writing within seventy-two (72) hours (Saturdays, Sundays, and state holidays excluded) after the posting of the notice of decision, or intended decision. The formal written protest shall be filed within ten (10) days after the date the notice of protest is filed Protests of Terms, Conditions and Specifications. With respect to a protest of the terms, conditions and specifications contained in this solicitation, including any provisions governing the methods for ranking replies, awarding contracts, or modifying or amending any contract, the notice of protest shall be filed in writing within seventy-two (72) hours (Saturdays, Sundays, and state holidays excluded) after the posting of the solicitation. For purposes of this provision, the term the solicitation includes any addendum, response to written questions, clarification or other document concerning the terms, conditions, or specifications of the solicitation. The formal written protest shall be filed within ten (10) days after the date the notice of protest is filed. DCF ITN # SNR15K02 8 of 84 Unaccompanied Refugee Minor Program Miami-Dade

9 2.3.3 Protest Bond Requirement. When protesting a decision or intended decision (including a protest of the terms, conditions and specifications contained in the solicitation), the protestor must post a bond equal to one percent (1%) of the Department s estimated contract amount. The estimated contract amount shall be based upon the contract price submitted by the protestor. If no contract price was submitted, the Department shall provide the estimated contract amount to the protestor within seventy-two (72) hours (excluding Saturdays, Sundays, and state holidays) after the notice of protest has been filed. The estimated contract amount is not subject to protest pursuant to section (3), Florida Statutes. The bond shall be conditioned upon the payment of all costs and charges that are adjudged against the protestor in the administrative hearing in which action is brought and in any subsequent appellate court proceeding. FAILURE TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL PROTEST WILL RESULT IN A REJECTION OF THE PROTEST. In lieu of a bond the Department may accept a cashier check, official bank check, or money order in the amount of the bond Filing a Protest. A notice of protest, formal protest, and bond are filed, when received by the contact person listed in Section 1.4 above. Filing may be achieved by hand-delivery, courier, US Mail or facsimile transfer. Filing by will not be accepted. All methods of delivery or transmittal to the Department s contact person shall remain the responsibility of the protestor and the risk of non-receipt or delayed receipt shall be upon the protestor. FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION (3), FLORIDA STATUTES, OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, FLORIDA STATUTES. 2.4 Limitations on Contacting Department Personnel and Others General Limitation. Prospective Vendors or persons acting on their behalf may not contact, between the release of this ITN and the end of the seventy-two (72) hour period (Saturdays, Sundays and State holidays excluded), following the Department's posting of the notice of intended award, Department personnel or any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the contact person identified in Section 1.4 above or as provided in this solicitation. Any such contact by an affiliate, a person with a relevant business relationship with a prospective Vendor, or an existing or prospective subcontractor to a prospective Vendor is assumed to be on behalf of a prospective Vendor unless otherwise shown Contact during the Negotiations Phase. During the negotiations phase of this ITN: (i) any contact and communication between the members of the negotiations team for the prospective Vendor(s) with whom the Department is negotiating and the negotiations team for the Department is permissible, but only "on the record" (as required by section (2), Florida Statutes) during the negotiations meetings; (ii) communication between the lead negotiator for the prospective Vendor(s) with whom the Department is negotiating and the lead negotiator for the Department outside of the negotiations meetings is permissible so long as it is in writing; and (iii) communications between prospective Vendor representatives and other DCF ITN # SNR15K02 9 of 84 Unaccompanied Refugee Minor Program Miami-Dade

10 Department representatives is permissible only as determined in writing by the Procurement Manager Violation of Contact Limitations. Violation of the provisions of Section 2.4 of this ITN will be grounds for rejecting a reply, if determined by the Department to be material in nature. 2.5 Schedule of Events and Deadlines ACTIVITY DATE TIME ADDRESS ITN advertised and released on Florida Vendor Bid System: * Solicitation Conference Call (Round 1) to be held: Submission of written inquiries (Round 1) must be received by: Anticipated date for posting Department's Response to Inquiries (Round 1): Notice of Intent to Submit a Reply to be received by the Department: March 26, 2015 April 23, 2015 April 30, 2015 May 12, 2015 June 3, :00PM 1:00PM 5:00PM 5:00PM 5:00PM Vendor Bid System (VBS) Electronic Posting site: vbs_www.main_menu Conference Call #: Participant Code: Attn: David Draper Dept. of Children and Families Refugee Services 1317 Winewood Blvd Bldg. 6, Room 200 Tallahassee, FL David.Draper@myflfamilies.com VBS Electronic Posting site: vbs_www.main_menu Attn: David Draper Dept. of Children and Families Refugee Services 1317 Winewood Blvd Bldg. 6, Room 200 Tallahassee, FL David.Draper@myflfamilies.com Section Reference * Solicitation Conference Call (Round 2) to be held: June 8, :00PM Conference Call #: Participant Code: Submission of written inquiries (Round 2) must be received by: June 18, :00PM Attn: David Draper Dept. of Children and Families Refugee Services 1317 Winewood Blvd Bldg. 6, Room 200 Tallahassee, FL David.Draper@myflfamilies.com 2.8 Anticipated date for posting Department's Response to Inquiries (Round 2): June 30, :00PM VBS Electronic Posting site: vbs_www.main_menu 2.8 DCF ITN # SNR15K02 10 of 84 Unaccompanied Refugee Minor Program Miami-Dade

11 ACTIVITY DATE TIME ADDRESS Sealed Replies must be received by the Department: * Reply Opening and Review of Mandatory Requirements: * Final Debriefing Meeting of the Evaluators and ranking of the replies: Anticipated posting of qualified Vendors ( Short List ) for Negotiation: * Organizational Meeting of Negotiation Team: Anticipated negotiation period: * Meeting of Negotiation Team to Develop Recommendation for Award: Anticipated posting of Intended Contract Award: Anticipated Effective Date of Contract: July 23, 2015 July 23, 2015 August 6, 2015 August 11, 2015 August 17, 2015 August 24, 2015 September 10, 2015 September 11, 2015 September 15, 2015 January 1, :40PM 4:45PM 10:00AM 5:00PM 2:00PM Attn: David Draper Dept. of Children and Families Refugee Services 1317 Winewood Blvd Bldg. 6, Room 200 Tallahassee, FL David.Draper@myflfamilies.com Dept. Of Children and Families 1317 Winewood Blvd Bldg. 6, Conference Room A Tallahassee, FL Dept. Of Children and Families 1317 Winewood Blvd Bldg. 6, Conference Room A Tallahassee, FL VBS Electronic Posting site: vbs_www.main_menu Dept. Of Children and Families 1317 Winewood Blvd Bldg. 6, Conference Room A Tallahassee, FL Section Reference , TBD TBD :00AM 5:00PM Dept. Of Children and Families 1317 Winewood Blvd Bldg. 6, Conference Room A Tallahassee, FL VBS Electronic Posting site: vbs_www.main_menu 5.3, N/A N/A N/A *All Vendors are hereby notified that the meetings noted with an asterisk above (*) are public meetings open to the public and may be electronically recorded by any member of the audience. Although the public is invited, no comments or questions will be taken from Vendors or other members of the public (except for the Solicitation Conference Call, in which comments and questions will be taken from Vendors). All times in the event schedule are local times for the Eastern Time Zone. Although the Department may choose to use additional means of publicizing the results of this ITN, posting on the VBS is the only official notice recognized for the purpose of determining timeliness in the event of protest. 2.6 Notice of Intent to Submit a Reply. Vendors who are interested in responding to this ITN are encouraged to send a Notice of Intent to Submit a Reply (Appendix I) to the Procurement Manager specified in Section 1.4, on or before the date and time specified in Section 2.5. Submission of a Notice of Intent is not a prerequisite for acceptance of replies from prospective Vendors. DCF ITN # SNR15K02 11 of 84 Unaccompanied Refugee Minor Program Miami-Dade

12 2.7 Solicitation Conference Call. The purpose of the Solicitation Conference Call is to review the ITN with interested Vendors so that areas of misunderstanding or ambiguity are clarified. The Department encourages all prospective Vendors to participate in the Solicitation Conference Call, during which Vendors may pose questions. The Solicitation Conference Call for this ITN will be held at the time and date specified in Section Official Department Responses. Only responses posted on the VBS website are to be considered official Department responses to questions whether the question is presented during the Solicitation Conference Call or submitted in accordance with Section 2.8 below Participation is not a Pre-requisite. 2.8 Written Inquiries. Participation in the Solicitation Conference Call is not a pre-requisite for acceptance of replies from prospective Vendors. Other than during the Solicitation Conference Call, prospective Vendor questions will only be accepted if submitted in writing to the Procurement Manager specified in Section 1.4, via electronic mail, U.S. mail, or other delivery service, and received on or before the date and time specified in Section 2.5. No questions will be accepted by facsimile or telephone. Copies of the responses to all inquiries, and clarifications or addenda if made to the ITN, will be made available by the date and time specified in Section 2.5 through electronic posting on the VBS website at: Receipt of Replies Reply Deadline. Replies must be received by the Department no later than the date and time and at the address provided in Section 2.5. All methods of delivery or transmittal to the Department s contact person remain the responsibility of the prospective Vendor and the risk of non-receipt or delayed receipt shall be exclusively the risk of the prospective Vendor Binding Replies. By submitting a reply, each Vendor agrees that its reply shall remain a valid offer for at least ninety (90) days after the reply opening date and that, in the event the contract award is delayed by appeal or protest, such ninety (90) day period is extended until entry of a final order in response to such appeal or protest Bid Bond Not Required. A bid bond or equivalent security is not required in order to submit a reply to this ITN Payment and Performance Bond Not Required. A payment and performance bond is not required for this contract and submission of evidence of the Vendor s ability to do so is not required in order to submit a reply to this ITN Changes to Replies after Submission Prohibited. Once the reply opening deadline has passed, no changes, modifications, or additions to the reply submitted will be accepted by or be binding upon the Department until the DCF ITN # SNR15K02 12 of 84 Unaccompanied Refugee Minor Program Miami-Dade

13 Department initiates negotiations or requests supplemental replies. The Department reserves the right to correct minor irregularities as provided in Section 2.13, but is under no obligation to do so Receipt Statement. Replies that are not received at the specified address, by the specified date and time, will be rejected and returned unopened to the Vendor by the Department. The Department will retain one unopened original for use in the event of a dispute Request to Withdraw Reply. A written request to withdraw a reply, signed by the Vendor, may be considered if received by the Department within seventy-two (72) hours after the reply opening date and time as specified in Section 2.5 above. A request received in accordance with this provision may be granted by the Department upon proof of the impossibility to perform based upon an obvious Vendor error Cost of Preparation of Reply. By submitting a reply, a Vendor agrees that the Department is not liable for any costs incurred by the Vendor in responding to this ITN Form PUR The standard General Instructions to Respondents Form PUR 1001 (11/06) is hereby incorporated into this solicitation by reference as if fully recited herein. Sections 3, 4, 5, 14, and 17 of the Form PUR 1001 are not applicable to this solicitation. In the event of any conflict between Form PUR 1001 and this solicitation, the terms of this solicitation shall take precedence over the Form PUR 1001 unless the conflicting term is required by any section of the Florida Statutes, in which case the term contained in Form PUR 1001 shall take precedence. The Form PUR 1001 form is available at: Department s Reserved Rights Waiver of Minor Irregularities. The Department reserves the right to waive minor irregularities when doing so would be in the best interest of the State of Florida. A minor irregularity is a variation from the terms and conditions of this ITN which does not affect the price of the reply or give the Vendor a substantial advantage over other Vendors and thereby restrict or stifle competition and does not adversely impact the interest of the Department. At its option, the Department may correct minor irregularities but is under no obligation to do so. When correcting minor irregularities, the Department may request the Vendor to provide clarifying information or additional materials to correct the minor irregularity. However, the Department will not request and the Vendor shall not provide additional materials that affect the price of the reply, or give the Vendor an advantage or benefit not enjoyed by other Vendors Right to Inspect, Investigate and Rely on Information. In ranking replies for negotiation and in making a final selection, the Department reserves the right to inspect a Vendor s facilities and operations, to investigate any Vendor representations and to rely on information about a Vendor in the Department s records or known to its personnel. DCF ITN # SNR15K02 13 of 84 Unaccompanied Refugee Minor Program Miami-Dade

14 Rejection of All Replies. The Department reserves the right to reject all replies at any time, including after an award is made when doing so would be in the best interest of the State of Florida, and by doing so assumes no liability to any Vendor Withdrawal of ITN. The Department reserves the right to withdraw the ITN at any time, including after an award is made when doing so would be in the best interest of the State of Florida, and by doing so assumes no liability to any Vendor Reserved Rights After Notice of Award The Department reserves the right to schedule additional negotiation sessions with Vendors identified in the posting of a Notice of Award in order to establish final terms and conditions for contracts with those Vendors The Department reserves the right, after posting notice thereof, to withdraw or amend its Notice of Award and reopen negotiations with any Vendor at any time prior to execution of a contract Other Reserved Rights. The Department reserves all rights described elsewhere in this ITN. THIS SPACE LEFT BLANK INTENTIONALLY DCF ITN # SNR15K02 14 of 84 Unaccompanied Refugee Minor Program Miami-Dade

15 SECTION 3. MINIMUM SPECIFICATIONS Specifications relevant to the Vendor s preparation of a response to this solicitation can be found in Section 4 that focuses on the formatting of replies. Section 4.2 focuses on the content of the reply. The selected Vendor shall also perform the tasks and be compensated in the manner set forth in any resulting contract in accordance with all terms thereof. A draft version of the contract will be posted on the VBS along with this solicitation, and is herein incorporated by reference. The final resulting contract will be negotiated with the successful Vendor. 3.1 Vendor Qualifications The Vendor will be required to specify at a minimum specific or essential qualifications as it relates to the proposed services of this ITN. These qualifications may include, but are not limited to, size, experience, required licenses, staffing levels, facilities, legal status, organizational type, financial qualifications, governance structures, or mandatory relationships or affiliations The Vendor submitting a reply must comply with all the Mandatory Requirements in order to be considered for selection under this ITN. The mandatory requirements for this ITN are set forth in Appendix IX Vendors must provide thorough and specific responses for how they propose to address each of the programmatic specifications, cost allocations, and required Financial Stability Documentation as outlined in Sections 4.1 through , of this ITN Vendors must comply with the Project Budget Summary and Detail Instructions, Project Budget Summary, Fixed Price Budget Worksheet Instructions, Fixed Price Budget Worksheet, and Replied Cost Allocation forms (Appendix IV, V, VI, VII, and VIII) that provide a detailed description for each item listed Vendors must comply with Section in demonstrating financial stability through financial documentation and/or certified financial reports in support of the Vendor s Financial Stability Vendor Disqualification Under PUR Form Persons or affiliates placed on the Convicted Vendor List or the discriminatory Vendor list are disqualified pursuant to sections 7 and 8 of the PUR Form Vendor Disqualification for Previous Failure to Perform. In addition to other criteria set forth herein, failure to have performed any previous contractual obligations with the Department in a manner satisfactory to the Department will be a sufficient cause for disqualification or termination. To be disqualified as a Vendor under this provision, the Vendor must have: Previously failed to satisfactorily perform in a contract with the Department, been notified by the Department of the unsatisfactory performance, and failed to correct the unsatisfactory performance to the satisfaction of the Department; Had a contract terminated by the Department or other State of Florida agency for cause; or Failed to sign a certification regarding debarment, suspension, ineligibility and voluntary exclusion contract/subcontracts (Appendix III). DCF ITN # SNR15K02 15 of 84 Unaccompanied Refugee Minor Program Miami-Dade

16 3.2 Minimum Programmatic Specifications General Statement. The Unaccompanied Refugee Minor Program is a federal foster care system administered by the State. URM services consist of a unique blend of services and program management, with a specific cognizance of both refugee resettlement concerns and child welfare practices. These services will be provided to eligible refugee minors who are in the United States without a parent or guardian. The primary goal of this program is to ensure that unaccompanied refugee minors attain self-sufficiency and permanency by targeting services to the specific and individual goals established for each URM Programmatic Authority. This program is administered under the authority of section and , Florida Statutes, 45 C.F.R. Part 400 (Health and Human Services Refugee Resettlement Program), 45 C.F.R. Part 401 (Cuban/Haitian Entrant Program), and the State of Florida's plan for the provision of refugee services through the State's Refugee Program. The successful Vendor must comply with all applicable state and federal laws, regulations, action transmittals, program instructions, review guides, and similar documentation, including, but not limited to, the applicable laws and regulations as outlined in any resulting contract Scope of Service. URM foster care is to be provided to eligible unaccompanied refugee minors residing in Miami-Dade County, Florida. Eligible unaccompanied refugee minors residing outside of Miami-Dade County may be served in limited circumstances if a significant need exists. If the Vendor wishes to continue to serve a URM who moves outside of the service area, the Vendor must present an amendment to the URM s case plan demonstrating how the Vendor will continue to meet its supervisory obligations under the contract and 45 C.F.R. s Written approval must be obtained from the contract manager Major Program Goals. The primary goal of the State s unaccompanied refugee minor program is to ensure that unaccompanied refugee minors attain self-sufficiency and permanency by targeting services to the specific and individual goals established for each URM. URMs must have access to the same range of services, benefits, and protections available to other children in Florida s foster care system as identified in the State s plans under titles IV-B and IV-E of the Social Security Act. The successful Vendor will be expected, at a minimum, to perform a variety of tasks to assist in this process. This includes completing all organizational responsibilities (outreach, staff development, quality management plan, etc.) while providing a variety of services that include, but are not limited to, Enrollment Services, Case Planning Services, Staffing, URM Services, Case Management Services, and Road to Independence Services Contract Limits Services funded under any resulting contract may be only URMP specific services, which are designed to meet URM needs and are in keeping with the rules and objectives of the refugee program. DCF ITN # SNR15K02 16 of 84 Unaccompanied Refugee Minor Program Miami-Dade

17 Funds for any resulting contract may be administered under the terms of the Social Services Grant, Cuban and Haitian Discretionary Grant, Refugee School Impact Grant, Services to Older Refugees Discretionary Grant, Cash and Medical Assistance Grant, and 45 C.F.R. Parts 400 and 401, and are subject to all grant and federal regulatory requirements. Discretionary funding and other sources may also be utilized if administered by the RS program The Department reserves the right to alter or adjust the service locations and the number of clients and to add service priorities if needed Client Eligibility Clients to be served are URMs living in Miami-Dade County, Florida requiring foster care. URMs residing in other counties may be served with prior written approval from the Department Client Determination Client Eligibility. Eligibility shall be determined as it is defined within 45 C.F.R. Parts 400 and 401 and other eligibility memoranda distributed by the Department. The Department has final authority on client eligibility. Children eligible to enter the URMP in Florida must meet the definition of an Unaccompanied Refugee Minor (URM) as described in 45 C.F.R. s and , reside in Miami-Dade County, Florida, and possess an immigration status or classification permitting URMP placement and services. Eligible clients include refugees and entrants and, under specific criteria, Special Immigrant Juveniles and children in U nonimmigrant status. Please review the Refugee Services glossary for a complete list of populations eligible to receive these services (a link to the glossary can be found in Section of this ITN). Eligible URM s residing in neighboring counties may be served with prior written approval from the Department Client Determination. The Office of Refugee Resettlement (ORR) and the Department s Refugee Services Program determine URM eligibility. URMP eligibility is controlled by statute (see, INA s. 412(d) and section , Florida Statutes), federal regulations (45 C.F.R. Parts 400 and 401), and other eligibility memoranda distributed by the Department and/or ORR. The Department has final authority on URMP eligibility Immigration Status Verification. In the event the successful Vendor elects to utilize the SAVE/VIS system, the successful Vendor shall follow the procedures for the system included in any resulting contract. Not-for-profit entities are not required to verify eligibility through the SAVE/VIS Program. Client documentation that provides proof of eligibility in accordance with RS guidelines is sufficient to provide services Service Components Task List. The successful Vendor must be capable of providing a variety of services to meet the needs of URMs in Miami-Dade County. The criteria outlined in this section are largely based on Florida Statutes and rules. The department reserves the right to modify any of the outlined criteria in future contracts to reflect legislative and regulatory changes as they occur. The Vendor shall ensure that the following substantive service tasks are performed: DCF ITN # SNR15K02 17 of 84 Unaccompanied Refugee Minor Program Miami-Dade

18 Organizational Responsibilities The winning Vendor shall ensure that the following activities are completed appropriately and, when applicable, within the designated time frame Outreach The Vendor shall ensure that a variety of appropriate outreach activities are designed to familiarize URMs and foster parents with available contract services, to explain the purpose of those services, and to facilitate access to those services Legal Compliance The Vendor shall comply with all state and federal laws that affect the subject areas of this upcoming contract. In meeting its obligations under 45 C.F.R. s , the Vendor shall maintain fluency with Florida s foster care system and laws which include but are not limited to relevant sections in Florida Statutes Chapters 39, 394, 397, and Quality Management Plan The Vendor shall implement a Quality Management Plan for the URMP. The plan shall include the quality assurance and improvement activities to be conducted by the Vendor and any subcontracted organizations, the interval at which they will be conducted, and the types of data which will be collected, analyzed and reported Staff Development Training The Vendor shall ensure that each staff member, including program directors directly involved in service provision, receive at least thirty (30) hours annually of ongoing, planned staff development training activities, relevant to the URMP population, including mandatory reporting requirements related to child abuse, neglect, or abandonment in accordance with section , Florida Statutes URM Program Handbook The Vendor shall develop, maintain, and submit to the Department for approval, a comprehensive written handbook, outlining practice guidelines for the Unaccompanied Refugee Minor Program, including but not limited to: (1) Authorities; (2) Background Information; (3) Philosophy of Services; (4) Service Delivery Model; (5) Intake Process; (6) Case Plan Development Process; (7) Establishing Legal Custody; (8) Judicial Review Process; (9) Special Circumstances; (10) Incident Reporting; (11) Foster Parent Recruitment Plan; and (12) Foster Parent Training URM Case File The Vendor shall maintain a case file for each URM that shall include legible and detailed chronological case narrative information as well as any and all related eligibility documentation, referrals, intake forms, the URM s photograph, case plans, assessments, incident reports, judicial reviews, termination documentation, and any other applicable document related to the URM s case Enrollment Services The winning Vendor shall ensure that the following tasks are completed appropriately and, when applicable, within the designated time frame. DCF ITN # SNR15K02 18 of 84 Unaccompanied Refugee Minor Program Miami-Dade

19 Client Eligibility Determination The Vendor shall work with ORR and RS to determine a URM s eligibility based on the individual s age, immigration status, country of origin, and other factors permitted by law. The Vendor is encouraged to review the RS Eligibility Determination manual on the RS website for general eligibility guidance: Intake Upon determination of URMP eligibility, the Vendor shall conduct an intake and initial data collection including, but not limited to: (1) legal name; (2) alien number; (3) social security number; (4) current county of residence; (5) date of birth; (6) gender; (7) race; (8) religion; (9) country of origin; (10) immigration status; (11) arrival date in the United States; (12) port of entry; (13) name of available contact information of parents, siblings, or other persons significant to the minor; (14) fingerprints; and (15) photograph of the child. During the intake process, the Vendor shall ensure that each URM is aware of his/her rights and responsibilities and the rights and responsibilities of the Vendor. A copy of the Rights and Responsibilities form in both the URM s native language and in English shall be signed by the URM, when age appropriate, and by the Vendor. The Vendor shall also ask the URM to sign the Client Release of Information Form. The Vendor will explain to the URM the reason that the information is being collected and to whom the information may be released. In the event a URM refuses to sign the Client Release of Information Form, the Vendor shall sign and date the appropriate section of the form stating that the Vendor has explained the form and its purpose to the URM Annual Photograph of URMs - The Vendor shall submit a current photograph of the URM to the contract manager upon intake and annually thereafter on the anniversary of the initial intake of the minor, until the URM client exits the URMP Assessments Initial Assessment Within twenty-four (24) hours of receiving physical custody of the URM the Vendor shall: (1) perform an initial assessment of the URM s immediate physical and mental health needs; (2) place the URM in a facility duly licensed under section , Florida Statutes. and relevant administrative codes (Rules 65C-13, 65C- 14, and 65C-15, F.A.C.); (3) give preference in placement of URMs to homes in which at least one parent matches the language and/or culture of the URM when possible, except in cases where a URM explicitly requests to be matched with a foster parent from a different culture than their own. To the maximum extent feasible, URMs under twelve DCF ITN # SNR15K02 19 of 84 Unaccompanied Refugee Minor Program Miami-Dade

20 Case Planning years of age shall be placed in ethnically matched foster homes; and (4) notify the Department s Refugee Services Program System of Care Assessment The Vendor shall develop and utilize a System of Care Assessment aimed at determining the types of services and level of care appropriate for each URM in the URMP. Once the URM is assessed, the Vendor shall share findings with the URM and, if applicable, with the URM s foster parent(s). The Vendor must provide the URM and foster parent(s) with the resources and support that they need to enable them to provide or receive the necessary services. See Section for more information on System of Care Mental Health Assessment The Vendor shall, within 30 days of a URM entering the program, ensure that URMP staff obtains a mental health assessment of each URM, from a licensed mental health professional Residential Group Care (RGC) Assessment The Vendor shall, prior to placement of a URM in a licensed RGC facility, ensure that an assessment, comparable to that defined in section , Florida Statutes, is completed. The winning Vendor shall ensure that the following tasks are completed appropriately and, when applicable, within the designated time frame Case Plan Within thirty (30) calendar days of receiving physical custody of the URM, the Vendor shall develop a case plan for each URM that, at a minimum, meets the requirements of 45 C.F.R. s and, as applicable, section , Florida Statutes. The case plan shall be reviewed quarterly and shall address the attainment of permanency, self-sufficiency goals, immigration status and citizenship, education needs and goals, placement options and goals, potential for permanency, and the specific tasks that are necessary to meet the needs of the individual URM and attain the stated goals. The plan shall also describe health and mental health needs as well as preparation for independent living, cultural orientation needs, and preservation of the child s ethnic and religious heritage. Additionally, the roles and responsibilities of the foster parents and case managers shall be described in the case plan. For URMs between the ages of 13 and 17, the case plan shall describe in detail how basic life skills will be acquired. The Vendor DCF ITN # SNR15K02 20 of 84 Unaccompanied Refugee Minor Program Miami-Dade

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM INVITATION TO NEGOTIATE (ITN) EARLY CHILDHOOD DEVELOPMENT SERVICES FOR REFUGEES AND ENTRANTS IN DUVAL COUNTY ITN # 12K13BS1

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Refugee Services Program

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Refugee Services Program STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Refugee Services Program INVITATION TO NEGOTIATE (ITN) Adult Education Services For Refugees and Entrants in Duval County ITN#: 01K17BS1 Release Date:

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Refugee Services Program

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Refugee Services Program STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Refugee Services Program INVITATION TO NEGOTIATE (ITN) Adult Education Services for Refugees and Entrants in Miami-Dade County ITN#: SNR1819RS001 Release

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

STATE 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 information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM INVITATION TO NEGOTIATE (ITN) Youth Services for Refugees and Entrants in Broward, Duval, Hillsborough, Palm Beach, and Miami-Dade

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health Program Office Certified Recovery Peer Specialist Training REQUEST FOR PROPOSAL COMMODITY CODE # 912-200 TABLE OF

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD CARE REGULATION AND BACKGROUND SCREENING

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD CARE REGULATION AND BACKGROUND SCREENING STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD CARE REGULATION AND BACKGROUND SCREENING REQUEST FOR PROPOSALS ACCREDITATION MANAGEMENT AND EDUCATIONAL SUPPORT SERVICES RFP-# 08C13AP1

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM INVITATION TO NEGOTIATE (ITN) Integration Assistance Services for Refugees and Entrants in Broward and Palm Beach Counties

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

STATE 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 PROPOSAL Child Welfare Training Proficiency Training Program RFP#: RFP05J26GN1 Release Date: June 1, 2017 COMMODITY

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Office of Economic Self-Sufficiency

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Office of Economic Self-Sufficiency STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Office of Economic Self-Sufficiency REQUEST FOR PROPOSAL Implementing Agency for SNAP-Ed, Nutrition Education RFP#: RFP10F16GS2 Release Date: NOVEMBER

More information

Integration of Substance Abuse, Mental Health And Child Welfare Services Pilot. Grant Solicitation # _LJZ63

Integration of Substance Abuse, Mental Health And Child Welfare Services Pilot. Grant Solicitation # _LJZ63 Application Instructions Integration of Substance Abuse, Mental Health And Child Welfare Services Pilot Grant Solicitation # _LJZ63 Offered by the Florida Department of Children and Families Office of

More information

SOLICITATION 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 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 information

EXHIBIT A SPECIAL PROVISIONS

EXHIBIT A SPECIAL PROVISIONS EXHIBIT A SPECIAL PROVISIONS The following provisions supplement or modify the provisions of Items 1 through 9 of the Integrated Standard Contract, as provided herein: A-1. ENGAGEMENT, TERM AND CONTRACT

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Office of Substance Abuse and Mental Health

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Office of Substance Abuse and Mental Health STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Office of Substance Abuse and Mental Health INVITATION TO NEGOTIATE (ITN) The Financial and Service Accountability Management System (FASAMS) Project

More information

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL RFP No. 2017-02 Request for Proposals for Community Transportation Coordinator Designation under Florida s Transportation Disadvantaged Program in Bradford County, Florida North Central Florida Regional

More information

MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS

MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS I. PURPOSE MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS The Marathon County Department of Social Services (Purchaser) is requesting proposals to provide

More information

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1 REQUEST FOR PROPOSALS Design-Build of General Aviation Terminal Building RFP# AIR/17-012, page 1 RFP# AIR/17-012 REQUEST FOR PROPOSALS ISSUE DATE: November 22, 2017 TITLE: DUE: Design-Build of General

More information

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

TERREBONNE 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 information

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

LIBRARY 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 information

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet A) Deadline for Submittal Proposal Due Date: On or before 4:00 p.m. on Tuesday, December 6, 2011. Interested applicants

More information

Arizona Department of Education

Arizona 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 information

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

INVITATION 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 information

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES STATE OF FLORIDA, DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION & FACILITY MANAGEMENT OFFICE PUBLIC ANNOUNCEMENT REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES For PROJECT NUMBER: FEA 1802 Multi-Facility

More information

DISTRICT 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 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 information

GOODWILL YOUTHBUILD GED/High School Education Instruction

GOODWILL 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 information

INVITATION TO NEGOTIATE (ITN) ADDENDUM #1. July 21, 2017

INVITATION TO NEGOTIATE (ITN) ADDENDUM #1. July 21, 2017 INVITATION TO NEGOTIATE (ITN) ADDENDUM #1 July 21, 2017 ITN Number: 10511 ITN Services: The Department seeks replies from qualified non-profit, for profit and government entities to serve as the single

More information

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016 RFP #0516-3 Request for Proposal Grant Writing Services Date: May 11, 2016 Proposals must be submitted by 3:00 PM: June 10, 2016 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 State of Florida Department of Transportation District Four, Procurement Office ITNSHELL. Revised 07/2017 INVITATION TO NEGOTIATE REGISTRATION ******************************************************************************

More information

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES I. INTRODUCTION The Early Learning Coalition of Pinellas County, Inc. (Coalition) is a nonprofit organization that serves children in Pinellas County Florida.

More information

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION Prepared By: Madera County Transportation Commission 2001 Howard Road, Suite 201 Madera, California

More information

Request 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 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 information

REQUEST 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, 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 information

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services RESPONSES ARE DUE BY 5:00 PM December 12, 2014 MAIL OR DELIVER RESPONSES TO: ATT: Robert Smith, Town Manager 614 Main St. Windermere,

More information

INVITATION TO NEGOTIATE

INVITATION TO NEGOTIATE SCHOOL READINESS COALITION OF SARASOTA COUNTY, INC. Management of School Readiness Program Services INVITATION TO NEGOTIATE Fiscal Year 2005 TABLE OF CONTENTS TITLE PAGE SECTION 1: INTRODUCTION 3 SECTION

More information

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS to provide INVESTMENT MANAGEMENT SERVICES for BLUE GRASS AIRPORT DATED: March 5, 2017 TABLE OF CONTENTS 1. NOTICE AND REQUEST FOR PROPOSALS...

More information

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency. ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS Massachusetts Development Finance Agency 99 High Street, 11 th Floor, Boston, MA 02110 www.massdevelopment.com RFP Issued: September 25, 2013

More information

PROCUREMENT POLICY & PROCEDURE

PROCUREMENT POLICY & PROCEDURE PROCUREMENT POLICY & PROCEDURE Purpose This operating procedure establishes policy and furnishes the procedures to ensure that the Coalition, through its contracting process, protects the funds it disperses,

More information

1. Project Information 1.1. Project Location: Northwest Corner of Dickman Road and Elsberry RoadApollo Beach, Florida in Hillsborough County

1. Project Information 1.1. Project Location: Northwest Corner of Dickman Road and Elsberry RoadApollo Beach, Florida in Hillsborough County REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION RFSOQ No. FWC 14/15-14 The Florida Fish and Wildlife Conservation Commission (FWC) is

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals 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 information

Grant Seeking Grant Writing And Lobbying Services

Grant Seeking Grant Writing And Lobbying Services REQUEST FOR PROPOSALS Grant Seeking Grant Writing And Lobbying Services FOR CITY OF SANGER, CALIFORNIA January 7, 2011 CITY OF SANGER TABLE OF CONTENTS This solicitation package includes the sections and

More information

REQUEST FOR PROPOSAL Architectural Services

REQUEST FOR PROPOSAL Architectural Services REQUEST FOR PROPOSAL Architectural Services PLACE OF OPENING: TIOGA HALL ROOM 511 ADMINISTRATIVE SERVICES OFFICE SOUTHWESTERN OREGON COMMUNITY COLLEGE 1988 NEWMARK AVENUE COOS BAY OR 97420 DATE AND TIME

More information

Request for Proposals. Community Needs Assessment Primary Data Collection: Surveys Focus Groups Photovoice RFP

Request for Proposals. Community Needs Assessment Primary Data Collection: Surveys Focus Groups Photovoice RFP Page: 1 of 20 Request for Proposals Community Needs Assessment 2015-16 Primary Data Collection: Surveys Focus Groups Photovoice RFP 15-017 Deadline for Response: 12/15/2015 Children s Services Council

More information

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposals. For RFP # 2011-OOC-KDA-00 Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2011-OOC-KDA-00 Issue Date: Month, Day, 2011 Response Date: Month, Day, 2011 Page 1 of 14 Table of Contents Page

More information

Social Media Management System

Social Media Management System REQUEST FOR PROPOSAL No. DC177387P Social Media Management System PROPOSAL DUE DATE AND TIME August 25, 2015 (2:00 AM, PT) SUBMITTAL LOCATION Oregon State University Procurement, Contracts and Materials

More information

REQUEST FOR PROPOSALS. Sage Seniors Association. Health Services for Seniors Mobile Health Service Providers

REQUEST FOR PROPOSALS. Sage Seniors Association. Health Services for Seniors Mobile Health Service Providers REQUEST FOR PROPOSALS Sage Seniors Association Health Services for Seniors Mobile Health Service Providers 15 Sir Winston Churchill Sq, Edmonton, AB, T5J 2E5 RFP Issue Date: July 6, 2018 RFP Closing Date

More information

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES STATE OF FLORIDA, DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION & FACILITY MANAGEMENT OFFICE PUBLIC ANNOUNCEMENT REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES For PROJECT NUMBER: 212060 BROOKSVILLE

More information

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

201 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 information

STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)

STENOGRAPHER 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 information

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division DOING BUSINESS WITH THE Orange County Board of County Commissioners Orange County Procurement Division TABLE OF CONTENTS Preface... 1 How Can I Receive Copies Of Solicitations?... 2 Bidder s List... 2

More information

Disadvantaged Business Enterprise Supportive Services Program

Disadvantaged 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 information

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM 1 P age REMINDER RFQ#: 12-005 Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS July 24, 2012 2 PM REPLIES ARRIVING AFTER 2 PM ON JULY 24, 2012 WILL NOT BE ACCEPTED

More information

Florida Healthy Kids Corporation. Invitation to Negotiate Media Campaign

Florida Healthy Kids Corporation. Invitation to Negotiate Media Campaign Florida Healthy Kids Corporation Invitation to Negotiate Media Campaign Issue Date: April 12, 2017 The Florida Healthy Kids Corporation (Corporation) is seeking proposals from qualified vendors including,

More information

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District B17.045 Request for Proposal for Qualified Firms For Financial Advisory Services For the Grossmont-Cuyamaca Community College District Proposal Due Date August 18, 2017 4pm Return Proposals to: Grossmont-Cuyamaca

More information

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES Town of Derry, NH Office of the Finance Department Susan A. Hickey Chief Financial Officer susanhickey@derrynh.org REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES The Town of Derry, New

More information

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Request for Proposal For Consulting Services For a Fiber-to-the-Home Network In Lyndon Township Proposals may be mailed or delivered

More information

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS RELEASED January 19, 2016 PROPOSALS DUE February 2, 2016 ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS

More information

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1 Request for Qualifications Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/18-005 ADDENDUM #1 FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN

More information

City of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm

City of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm City of South Padre Island Request for Proposals (RFP) Executive Search Firm City Manager Candidate Search Due Date: Wednesday, September 4 th, 2013 at 2:00pm RFP # 2013-04 City of South Padre Island Attn:

More information

KDOT 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 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 information

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO. Date: January 24, 2017 Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO. HATC-01-2017 Issue Date: January 24, 2017 Qualifications Due Date: February 17,

More information

Request for Proposals for MIS Programming & Web Development Services

Request 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 information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL 1 REQUEST FOR PROPOSAL FOR 3 rd Party Ambulance Billing Services PROPOSAL NO. FY2013/004 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST 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 information

RFI /17. State of Florida Agency for Persons with Disabilities Request for Information

RFI /17. State of Florida Agency for Persons with Disabilities Request for Information RFI 001-16/17 State of Florida Agency for Persons with Disabilities Request for Information Intermediate Care Facilities for Individuals with Intellectual Disabilities Utilization & Continued Stay Review

More information

INVITATION TO NEGOTIATE (ITN) ADDENDUM #1. May 8, 2018

INVITATION TO NEGOTIATE (ITN) ADDENDUM #1. May 8, 2018 INVITATION TO NEGOTIATE (ITN) ADDENDUM #1 May 8, 2018 ITN Number: 10573 ITN Services: The Department of Juvenile Justice (Department or DJJ) is issuing this ITN to obtain replies and further negotiate

More information

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS TO PROVIDE CONSTRUCTION MANAGEMENT AT RISK SERVICES

More information

SOLICITATION. Family Intensive Treatment Team. Fiscal Year

SOLICITATION. Family Intensive Treatment Team. Fiscal Year SOLICITATION Family Intensive Treatment Team 2017 002 Fiscal Year 2017 2018 SECTION 1: BACKGROUND, NEED AND PURPOSE, STATEMENT OF WORK, AND REQUIRED PROPOSAL CONTENT I. Background LSF Health Systems is

More information

SOLICITATION CONFERENCE CALL AGENDA

SOLICITATION CONFERENCE CALL AGENDA SOLICITATION CONFERENCE CALL AGENDA INVITATION TO NEGOTIATE (ITN) #10573 DESIGN, DEVELOP, IMPLEMENT & OPERATE A FACILITY BASED DAY TREATMENT (FBDT) PROGRAM IN FLORIDA Thursday, May 3, 2018 @ 10:00 a.m.

More information

Request for Qualifications CULTURAL COMPETENCY TRAINING

Request for Qualifications CULTURAL COMPETENCY TRAINING Request for Qualifications CULTURAL COMPETENCY TRAINING RFQ #13-009 Deadline for Responses: 2 PM August 7, 2013 2300 High Ridge Road Boynton Beach, FL 33426 (561) 740-7000 www.cscpbc.org Table of Contents

More information

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX The objective of this Request for Proposal is to award a Concession Agreement at Johnston

More information

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

BOARD 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 information

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041 REQUEST FOR PROPOSAL FOR Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX

More information

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust REQUEST FOR PROPOSAL AUDITING SERVICES Chicago Infrastructure Trust 10 August 2016 Table of Contents Background Information... 3 Objective and Scope of Services... 3 RFP Process and Submission Requirements...

More information

City of Malibu Request for Proposal

City of Malibu Request for Proposal Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted

More information

A. PROJECT INFORMATION

A. PROJECT INFORMATION FACILITIES MANAGEMENT 4202 EAST FOWLER AVENUE / OPM 100 TAMPA, FL 33620-7550 EDITION: NOVEMBER 1, 2016 PHONE: (813) 974-2750 FAX: (813) 974-3542 SF CONSTRUCTION MANAGEMENT SELECTION PROCESS CONSTRUCTION

More information

1 INTERNAL AUDIT SERVICES RFP

1 INTERNAL AUDIT SERVICES RFP 1 Price Proposal... 4 Introduction... 7 Scope of Work... 7 Expected Outcomes and Deliverables... 8 Selection Process... 8 Qualification and Evaluation of Proposals... 9 Proposer Representations... 10 Basis

More information

Montgomery 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 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 information

Family Intensive Treatment (FIT) Invitation to Negotiate (ITN) Solicitation # 0002

Family Intensive Treatment (FIT) Invitation to Negotiate (ITN) Solicitation # 0002 Family Intensive Treatment (FIT) Invitation to Negotiate (ITN) Solicitation # 0002 Invitation to Negotiate (ITN) Solicitation # 002 Page 1 of 44 I. INTRODUCTION AND PURPOSE Broward Behavioral Health Coalition,

More information

REQUEST FOR INFORMATION (RFI) HARMFUL ALGAL BLOOM REMEDIATION RESPONSE. DEP Solicitation Number: C

REQUEST FOR INFORMATION (RFI) HARMFUL ALGAL BLOOM REMEDIATION RESPONSE. DEP Solicitation Number: C Request for Information Harmful Algal Bloom Remediation Response RFI No.: 2017031C REQUEST FOR INFORMATION (RFI) HARMFUL ALGAL BLOOM REMEDIATION RESPONSE DEP Solicitation Number: 2017031C Pursuant to s.

More information

REQUEST FOR PROPOSALS (RFP) ADDENDUM. Date: February 6, 2014 ADDENDUM: #1 DMS CLASS CODE:

REQUEST FOR PROPOSALS (RFP) ADDENDUM. Date: February 6, 2014 ADDENDUM: #1 DMS CLASS CODE: REQUEST FOR PROPOSALS (RFP) ADDENDUM Date: February 6, 2014 ADDENDUM: #1 DMS CLASS CODE: 913-180 RFP#: 10164 TITLE: Detention Screening, Intake Services at the Broward County Juvenile Assessment Center

More information

REQUEST FOR PROPOSAL

REQUEST 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 information

COUNTY OF SANTA CLARA, CALIFORNIA SOCIAL SERVICES AGENCY BID NUMBER: RFP-SSA-FY

COUNTY OF SANTA CLARA, CALIFORNIA SOCIAL SERVICES AGENCY BID NUMBER: RFP-SSA-FY COUNTY OF SANTA CLARA, CALIFORNIA SOCIAL SERVICES AGENCY REQUEST FOR PROPOSALS (RFP) FOR GENERAL FUND CONTRACTS Domestic Violence Services Homeless and Transitional Housing Services Program for Immigrant

More information

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES September 22,2016 Mammoth Unified School District 461 Sierra Park Road/PO Box 3509, Mammoth Lakes,

More information

Redevelopment Authority of Allegheny County

Redevelopment Authority of Allegheny County Request for Proposals (RFP) Architectural and Engineering Services Block and Lot No. 233-A-119 Block and Lot No. 233-A-122 Block and Lot No. 233-A-125 Block and Lot No. 233-A-126 Block and Lot No. 233-A-128

More information

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017 (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017 SUMMARY The City of Iowa City, Iowa is soliciting proposals from interested consultants to

More information

Community Dispute Resolution Programs Grant Agreement

Community Dispute Resolution Programs Grant Agreement Community Dispute Resolution Programs 2013-2015 Grant Agreement I. PARTIES 1. State Board of Higher Education acting by and through the University of Oregon on behalf of the University of Oregon School

More information

Request for Proposal PROFESSIONAL AUDIT SERVICES

Request for Proposal PROFESSIONAL AUDIT SERVICES Request for Proposal PROFESSIONAL AUDIT SERVICES FORENSIC AUDIT OF CITY S FINANCE DEPARTMENT, URA ACCOUNTS AND DEVELOPMENT AUTHORITY ACCOUNTS PROCEDURES CITY OF FOREST PARK TABLE OF CONTENTS I. INTRODUCTION

More information

REQUEST FOR INFORMATION (RFI) DEP Posting Number:

REQUEST FOR INFORMATION (RFI) DEP Posting Number: Request for Information Electronic Audio-Visual Beach Hazzard Warning System RFI No.: 2018003 REQUEST FOR INFORMATION (RFI) Electronic Audio-Visual Beach Hazard Warning System DEP Posting Number: 2018003

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Request For Qualification (RFQ) Number: RFQ 2017-01 Architect for the Plaza at Centennial Hill - Phase III DATE OF ISSUANCE:

More information

Amalgamation Study Consultant

Amalgamation Study Consultant REQUEST FOR PROPOSAL RFP 2016 07 December 20, 2016 Amalgamation Study Consultant c/o City of Duncan, Administration Attention: Talitha Soldera, Director of Finance City of Duncan, 200 Craig Street, Duncan,

More information

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

INVITATION 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 information

Request for Organizational Assessment

Request for Organizational Assessment Pantages Theater Rialto Theater Theatre on the Square Tacoma Armory 901 Broadway, Suite 700 Tacoma, Washington 98402 4415 Contact: hklindt@broadwaycenter.org www.broadwaycenter.org Issued: June 26, 2018

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Construction Management Services for the #04-05-12 District 2 Multi-Purpose Building Project Issued by: Property & Supply Department Gila River Indian Community Sacaton, Arizona 8514

More information

REQUEST FOR APPLICATIONS

REQUEST 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 information

County of Santa Clara, California Social Services Agency Request for Proposals For Supportive and Therapeutic Options Program (STOP)

County of Santa Clara, California Social Services Agency Request for Proposals For Supportive and Therapeutic Options Program (STOP) County of Santa Clara, California Social Services Agency Request for Proposals For Supportive and Therapeutic Options Program (STOP) Social Service Agency 333 West Julian Street San Jose, CA 95110-2335

More information

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

TOPIC: 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 information

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST 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 information

REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES Youth Co-Op, Inc. is a not-for-profit agency with a mission to promote the social wellbeing of South Florida residents through education, employment,

More information

TABLE OF CONTENTS. Request for Proposals (RBFF-18-C-387) STRATEGIC PLANNING FACILITATOR I. Request for Proposals. II.

TABLE OF CONTENTS. Request for Proposals (RBFF-18-C-387) STRATEGIC PLANNING FACILITATOR I. Request for Proposals. II. TABLE OF CONTENTS Request for Proposals (RBFF-18-C-387) STRATEGIC PLANNING FACILITATOR - 2018 I. Request for Proposals II. Solicitation III. Background IV. Project Need V. Project Scope VI. Contractor

More information

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project Request for Qualifications No. 7-1718 Architectural & Engineering Services for LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project Submittal Deadline: November 10, 2017, 2:00 P.M. Spokane Public Schools

More information