REQUEST FOR PROPOSAL
|
|
- Roderick Jones
- 6 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSAL FOR Spokane Tribe of Indians Lake Roosevelt White Sturgeon Conservation Aquaculture Step1 Master Plan PROPOSAL NO. BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA KEY INFORMATION Contact Marnita Parr, CPP, CPPM, BSM Phone Opening Date October 17, 2014 Closing Date November 14, 2014 Return Location Delivery Address Purchasing/Property Director 6195 Ford/Wellpinit Rd Wellpinit WA PO Box 100
2 INTRODUCTION The SPOKANE TRIBE OF INDIANS (Spokane Tribe, STOI, Tribe) is requesting proposals from reasonable, responsive, responsible, vendors to provide a qualified, fully integrated team of professionals with expertise in fisheries science, hatchery program development and operations planning, fisheries engineering, environmental compliance, and capital and operation cost estimating, and planning. A record of developing these programs in a manner that meets the Northwest Power and Conservation Council s Three Step Review Process and in turn future funding is desired, specifically with developing a Step 1 Master Plan. This Master Plan will be for the Lake Roosevelt White Sturgeon Conservation Aquaculture program. There are no expressed or implied obligations for the SPOKANE TRIBE OF INDIANS to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. Your proposal and proposal amount shall remain valid for a period of ninety (90) days from the closing date. To be considered responsive, responsible, reliable, qualified, and possessing the ability to complete the entire project, your complete proposal must be received by Marnita Parr, CPP, CPPM, BSM, Purchasing/Property Director, Spokane Tribe of Indians, P.O. Box 100, Wellpinit, WA on or before the above closing date and time. Vendors are strongly encouraged to carefully read the entire request for proposal. The Spokane Tribe of Indians is a federally recognized Indian Tribe and is eligible for GSA and/or government pricing. There are no expressed or implied obligations for the SPOKANE TRIBE OF INDIANS to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. Contact Person All questions regarding this request for proposal will be taken and/or answered up to the closing date and time of this proposal. All technical questions will be addressed and relayed back to vendor by the purchasing/property director: Marnita Parr, CPP, CPPM, BSM Purchasing/Property Director Spokane Tribe of Indians P.O. Box 100 Wellpinit, WA During the evaluation process the SPOKANE TRIBE OF INDIANS reserves the right, where it may serve the SPOKANE TRIBE OF INDIANS best interest, to request additional information or clarifications from proposers or allow corrections of errors or omissions. At the discretion of the SPOKANE TRIBE OF INDIANS, firms submitting proposals may be requested to make oral presentations as part of the evaluation process. The SPOKANE TRIBE OF INDIANS reserves the right to retain all proposals submitted and to use any ideas in the proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this request for proposals.
3 SCOPE OF REQUESTED SERVICES A Hatchery Feasibility Study for this project was completed in August The purpose of the Step 1 Master Plan is to confirm and present the hatchery program goals and objectives and the scientific basis to implement, monitor and evaluate and adaptively manage the hatchery program over time. The plan must include bioengineering criteria, operational programming, feasibility and conceptual (or more refined) designs of potential facilities and detailed analysis of probable planning and implementation and future operating costs. The Step 1 Master Plan must meet requirements and successful review and approval by the Independent Scientific Review Panel (ISRP) and the Northwest Power and Conservation Council (NPCC). These approvals are needed to progress to the next project stages (Steps 2 and 3) and obtain approvals to fund project implementation, future operations and maintenance, and monitoring and evaluation to adaptively manage the program. The August 2014 Feasibility Study Report can be obtained by ing bnichols@spokanetribe.com Note: A requirement of this RFP is extensive experience and success in obtaining favorable review responses from the ISRP on projects reviewed under the NPCC Fish and Wildlife Program s Three-Step Review Process. Description of Project Upper Columbia River (Grand Coulee Dam, WA to Hugh Keenleyside Dam, BC) White Sturgeon population have a long history (30 yr) of decline and lack of natural recruitment. The goal of the Upper Columbia White Sturgeon Recovery Initiative (UCWSRI) Conservation Aquaculture Program is is to maintain population genetic diversity and compensate for a lack of natural recruitment to age 1 until such time as natural recruitment can be restored (Hildebrand and Parsley 2013). There are two components to the UCWSRI Conservation Aquaculture Program the U.S. and Canadian which work to collectively meet the program goals. The U.S. component of the conservation aquaculture program has been conducted at Columbia Basin Hatchery ( ) and Sherman Creek Hatchery since 2006, both operated by WDFW in cooperation with Spokane Tribe and Confederated Colville Tribes. Existing sturgeon infrastructure at Sherman Creek includes (4) 4 meter diameter outdoor circular tanks for broodstock holding and (8) 1.5 meter diameter circular tanks for juvenile rearing, a pumped and aerated surface water supply from Lake Roosevelt, and a water heating system which is used to accelerate juvenile fish growth rates. This existing infrastructure has been developed in stages as a temporary installation. The facility losses surface water pumping capability in late winter/early spring every year due to Lake Roosevelt drawdowns and must release its juvenile sturgeon when this occurs. This loss of water supply makes it difficult to achieve the target release size of 200 grams per fish. In addition, long spans of exposed piping between the reservoir and the tanks results in wide temperature fluctuations. At certain times of the year that may influence survival and growth rates; although the temperature fluctuations can be mitigated to a degree with the heating system. This project will develop a Step 1 Master Plan for the proposed conservation hatchery program. This facility or facilities utilized for this program are envisioned to be quarantine type facilities, biologically and operationally separated from other fish culture activities located at an existing hatchery site. The proposed facility or facilities must accommodate adult brood stock holding and spawning, incubation of up to 1 million eggs, rearing of free embryos (yolk-sac larvae), and rearing of wild caught larvae to approximately 200 g. Support spaces will include a water treatment for degassing/aeration, disinfection, and water temperature control, offices, restrooms, and feed and dry storage rooms.
4 PROJECT LOCATION Most design and science work will occur at contractor s offices. Meetings will occur at STOI offices in Spokane, WA unless otherwise specified. REQUIRED SERVICES FISH CULTURE, BIOLOGICAL & SCIENTIFIC, ENGINEERING, PLANNING STOI is requesting submittals from responsible and qualified vendors to provide a fully integrated team of professionals with expertise in fisheries science, hatchery program development and operations planning, fisheries engineering, environmental compliance, capital and operation cost estimating and planning, and a record of developing these programs in a manner that meets the Northwest Power and Conservation Council s (NPCC) Three-Step Review Process, and in turn future program funding. It is considered advantageous for the team to have design/build experience. The Team will be responsible for producing deliverables that conform to the NPCC Three-Step Review Process, including a structured planning process for efficiently and effectively completing the Step 1 process for a master plan. The NPCC s Three-Step Review process requires all new artificial production initiatives to follow a defined planning sequence prior to further approval, construction and operation: Step 1: Completion and approval of a conceptual plan (Master Plan). Step 2: Development of a preliminary design with cost estimates, and completion of necessary environmental reviews. Step 3: Development of final design prior to construction and operation. Specifically, the consultant (with input from the Lake Roosevelt Sturgeon co-managers) will fully complete the STOI s Step 1 requirements for the White Sturgeon Conservation Hatchery facilities, as well as provide detailed plans, cost estimates and timelines for transition to construction of the facility. STOI will require that each contractor be fully familiar with and have NPCC s Three-Step Review Process experience, as well as extensive aquaculture experience in defining, planning, developing and implementing aquaculture programs. The submittal required will be a Step 1 Master Plan submittal as described in the NPCC requirements. Step 1 Master Plan The conceptual phase (Step 1) can be considered largely the feasibility stage that is important for identifying all major components and elements and includes the initial attempt at laying out the components on the chosen site or proposal. The program goals and objectives and the scientific basis for the program must also be presented and defended. Cost estimates for planning, implementation and future operating and monitoring and evaluation, though general, should be presented in some detail. SUBMISSION AND PROPOSAL CONTENT Basic Qualifications: Provide information (engineers, planners and fisheries, hatchery program planning and analysis and Contractor if separate firms), relative to firm's size, history, personnel, special expertise and general credits. Individual resumes, awards, associations, etc., may be included. Include contact information (name, address, phone number, address) for a single entity that will be the point of contact during the selection process.
5 Specific Qualifications: List the team (Fisheries planners and Scientists with focus on hatchery operations, Fish Culture Operations and development of Fish Culture procedures for aquaculture facilities, NPCC Step 1 Planning experience, Civil Engineer, Mechanical Engineer, Electrical Engineer, Structural Engineer, etc.) expected to accomplish this project. Describe who will perform the various tasks, the amount of their involvement and responsibilities, and give their qualifications. Provide a list of at least ten (10) projects, with brief descriptions, which show ability to complete projects of this scope. Demonstration of the vendor s ability to meet the project needs by presentation of similar work completed. Experience in planning and conducting conservation hatchery program analysis and review, and based on this provide renovations and/or new hatchery design and construction consistent with NPCC s Three-Step Review Process, and tribal TERO requirements. Particular attention will be given to the experience of individuals working for the firm (or subcontractors) who have been identified as available for this project. The availability of key project personnel should be identified. Experience with NPCC/ISRP requirements. Describe each firm s experience with NPCC s Three-Step Review Process and history of success with ISRP approval of Step Review and other planning documents. Environmental Compliance Qualifications: Explain how each firm is proficient in meeting environmental and biological regulatory requirements including NEPA, HGMP preparation, and Washington state and local permitting. Experience with or knowledge of White Sturgeon biology and culture. Approach to Project: Include a statement of your team s approach to this specific project, including integrated planning and design philosophy, understanding of program goals, alternative concepts and other methods for consideration. Special consideration will be given to consultants who demonstrate experience with NPCC, Independent Scientific Review Panel (ISRP) protocols, as well as familiarity with the Bonneville Power Administration (BPA) funding process and tribal TERO requirements. Past Performance: Submit reference letters from prior clients or client representatives on related projects. Letters from projects specifically related to this facility are preferable (e.g. Three-Step Review Process, hatchery design/construction). In addition, past performance comments may be obtained from STOI staff. Make specific reference to past performance of the "Team". Examples of Work: Renderings, photographs, preliminary drawings, may be submitted as examples of your previous aquaculture planning and development work. Special Requirements: Provide information regarding specific involvement with development of White Sturgeon and other conservation hatchery in regards to the biological science, planning and operational expertise in this type of project. Format: To assist evaluation it is desirable to format the proposal similar to the headings listed above. The submittals should be clear and to the point. Emphasis should be placed on specific qualifications of the people to actually perform the project and the approach to designing and building this specific project. Performance of this "Team" on past projects with the STOI and other clients is a highly important factor. A master copy (so marked) of a Technical Proposal and two copies to include the following: THERE SHOULD BE NO DOLLAR UNITS OR TOTAL COSTS INCLUDED IN THE TECHNICAL PROPOSAL DOCUMENT.
6 COST PROPOSAL The proposer shall submit one original cost proposal in a separate envelope marked as follows: COST PROPOSAL: SPOKANE TRIBE OF INDIANS FOR THE LAKE ROOSEVELT WHITE STURGEON CONSERVATION AQUACULTURE HATCHERY STEP 1 MASTER PLAN PROJECT The separate dollar amount proposed should contain all pricing information relative to performing the service requested in this proposal. The total maximum price is to contain all direct and indirect costs including all out-of-pocket expenses. The SPOKANE TRIBE OF INDIANS will not be responsible for expenses incurred in preparing and submitting the technical proposal or the separate dollar proposal. Such costs should not be included in the proposal. The first page of the separate dollar amount proposed should include the following information: 1. Name of Firm. 2. Certification that the person signing the proposal is authorized to represent the firm and empowered to submit a proposal and to sign a contract with the SPOKANE TRIBE OF INDIANS. 3. Any fees or other expenses that will be billed. PROJECT SCHEDULE/ KEY MILESTONES The proposer is required to submit a project schedule based on the key milestones provided below. The contractor is encouraged to add enough detail to show how the project will be accomplished. Include milestone and planning meetings with co-managers and the team. Milestone Receive Submittals Date Oral Interviews (optional) Provide Draft Step 1 Submittal Step 1 Presentation Respond to NPCC and ISRP Comments Provide Completed Step 1 Submittal GENERAL INFORMATION All proposals must be hand-delivered or mailed and be received by the Purchasing/Property Department by the closing date and time. Any proposals received after the closing date and time or submitted to another department will be considered non-responsive. The proposal award will be made to the lowest proposed vendor who is considered responsive, responsible, reliable, qualified, and possesses the ability to complete the entire project, and whose proposal conforms to all requirements. No liability will attach to the Spokane Tribe of Indians for the premature opening of, or the failure to open, any proposals not properly addressed and identified. The purchasing/property director can be reached at the number listed below.
7 The awarded vendor will be required to purchase a Spokane Tribal Business License if one is not currently carried; the Spokane Tribal TERO office (listed below) should be contacted for more information regarding Spokane Tribal Business License. THE SPOKANE TRIBE OF INDIANS HAS ESTABLISHED A LOCAL ORDINANCE CONCERNING THE INDIAN PREFERENCE LABOR AND CONTRACTING OR SUBCONTRACTING, AND TOSHA. ALL VENDORS ARE REQUIRED TO CONTACT THE FOLLOWING PERSON AND OFFICE BEFORE SUBMITTING PROPOSALS. Clyde McCoy, Manager STOI TERO Office P.O. Box 100, Wellpinit, WA The Tribe shall not be responsible for any expenses incurred by the vendor in responding to this request for proposal. All costs incurred by the vendor in the preparation, or transmittal, in response to this proposal will be borne solely by the vendor. All submitted proposals and/or information in their entirety will become the property of the Tribe. The Spokane Tribe may or may not, elect to award this project for the listed items from the best-qualified vendor for all specifications listed above and according to the request for proposal. The Tribe may waive any informalities or minor defects or reject any and all proposals. Vendors must satisfy themselves of the accuracy of the estimated quantities or needs of the. After proposals have been submitted, the vendor shall not assert that there was a misunderstanding concerning the quantities of work or of the nature of the work to be done. The Spokane Tribe assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents, or employees prior to the execution of a signed contract, unless such understanding or representations are expressly stated in the bidding document. Preference in the award shall be given to Indian and Alaskan Native organizations in the amount of five percent (5%) of the total bid price. Any contractor claiming Indian Preference must meet and show evidence of the preference according 2 CFR, chapter I, part 200, sec Supplier Diversity Is your company at least 51% owned by a Native American, Minority or Woman (NA, M/WBE)? (Minority group members are United States citizens who are African- American, Asian-Indian American, Asian-Pacific American or Hispanic-American). Ownership means the business is at least 51% owned by such individuals and, management and daily operations are controlled by them as well. Can your firm be classified as a Native American Enterprise? YES NO If yes %. Can your firm be classified as a Minority Owned Business? Can your firm be classified as a Woman Owned Business? YES NO If yes %. YES NO If yes %. Incurred Expenses STOI shall not be responsible for any expenses incurred by vendor in responding to this RFP. All costs incurred by vendor in the preparation, transmittal or presentation of any proposal or material submitted in response to this RFP will be borne solely by the vendor. All submitted proposals and/or information in their entirety will become property of the STOI.
8 The Evaluation of Proposals Proposals submitted will be evaluated by selected individuals from the Spokane Tribe of Indians, administration Department, Fish Hatchery Program, and the Purchasing/Property Department. The STOI Tribal Council will make the final decision and/or approval. The STOI will award the contract to the vendor whose proposal is deemed to be most advantageous to the STOI. Proposals will be evaluated using five sets of criteria; however, criteria will not be awarded on points but on completeness and confirmation of each, in order. The Spokane Tribe is aware that projects vary in size, time, and needed services so the awarded vendor will be awarded according to the following. Responsiveness, Reliability, Responsibly and Technical Qualifications Submitter s responsiveness, reliability, responsibility, technical qualifications, skill, knowledge, and experience in similar projects will be considered under this evaluation factor. Also, the focus on those persons assigned to the STOI contract, and on the characteristics of the submitter firm as a whole, if applicable. Fees and Delivery Timeline Cost provided by the submitter will be considered under this criterion. In addition, the promptness of delivery of services proposed will be factored into consideration of cost for services. Indian Preference Indian-owned and controlled companies will receive preference in accordance with 25 U.S.C. 450e(b)(7). Companies claiming Indian preference must furnish adequate proof of at least 51% Indian ownership and control with their proposal in order to secure Indian-owned points. A successful vendor will be required to comply with all applicable Federal and Tribal laws and regulations in effect during the contract period, including the Indian preference requirements of the Tribe. Submitter s References Submitter must provide three (3) references providing names, addresses and telephone numbers for STOI to contact. Award Notice STOI shall provide notice of the award to all vendors upon final approval and review of all submitted proposals. The award shall be contingent upon successful negotiations of a final contract between STOI and the vendor whose proposal is accepted by STOI. Proposal Confidentiality Until the award is made and notice is given to all vendors, no employee, agent, or representative of a submitting vendor shall make available or discuss its proposal with any officer, member, employee, agent or representative of the STOI other than the contact person, except in response to inquiries from the contact person as part of the evaluation process. Until the award is made and notice of award is given to all vendors, the STOI will not disclose the contents of any proposal or discuss the contents of any proposal with any vendor. Irregularities in Proposals The STOI may, at their discretion, waive technical irregularities in the proposal format of any vendor selected for award, which do not alter the price, quality or quantity of the services offered. Protest to be filed under STOI's Administrative Procedures Ordinance.
9 Partners, Supervisory, and Staff Qualifications and Experience The firm should identify the principal supervisory and management staff, including engagement partners, managers, other supervisors and specialists, who would be assigned to the engagement and indicate whether each such person is licensed to practice or provide this type of service in the state of Washington. Assurances must be made to the Spokane Tribe that the staff listed will be the actual staff performing the services to be provided. Any staff changes must be requested and approved by the Spokane Tribe through a written request. Similar Engagements with Other Indian Tribes or Government Entities For the firm's office that will be assigned responsibility for this service, list the most significant engagements (maximum of 3) performed in the last five years that are similar to the engagement described in this request for proposals with other tribal entities and/or governments. Proprietary Information Any restrictions on the use of data contained in a proposal must be clearly stated in the proposal itself. Proprietary information submitted in response to the Request for Proposal will be handled in accordance with applicable Spokane Tribal procurement regulations. Data contained in the proposal, all documentation provided therein, and innovations developed as a result of these contractual services cannot be copyrighted or patented by vendors. All data, documentation, and innovations become the property of the Tribe. The Tribe may waive any informalities or minor defects or reject any and all proposals. Any proposal may be withdrawn prior to the above closing date and time. Any proposals received after the time and date specified shall not be considered. No vendor may withdraw a submitted proposal after the closing date and time listed above. Should there be reasons why the contract cannot be awarded within the specified period; the time may be extended by mutual agreement between the Tribe and the vendor. The vendor should provide an affirmative statement that it is independent of the Spokane Tribe of Indians, and describe the (or proposed subcontractor's) professional relationships involving the Spokane Tribe of Indian or any of its units for the past (5) years; together with a statement explaining why such relationships do not constitute a conflict of interest relative to performing the requested services. In addition, the vendor shall give the Spokane Tribe of Indians written notice of any professional relationships entered into during the period of this agreement and if the vendor is a joint venture or consortium, the qualification of each company comprising the joint venture or consortium should be separately identified and the company that is to serve as the principal should be noted if applicable. The vendor should identify the principal supervisory and management staff, including engagement partners, managers, other supervisors and specialists, who would be assigned to the engagement and indicate whether each such person is licensed to practice or provide this type of service in the state of Washington. Assurances must be made to the Spokane Tribe that the staff listed will be the actual staff performing the services to be provided. Any staff changes must be requested and approved by the Spokane Tribe through a written request. Any restrictions on the use of data contained in a bid must be clearly stated in the proposal itself. Proprietary information submitted in response to the Request for Proposal will be handled in accordance with applicable Spokane Tribal procurement regulations. Data contained in the proposal, all documentation provided therein, and innovations developed as a result of these contractual services cannot be copyrighted or patented by vendors. All data, documentation, and innovations become the property of the Tribe. SELF-CERTIFICATION
10 Have you and/or your business, or any business you have owned, operated, or partnered with ever been debarred by a State, Federal, City, or Tribal Agency? Yes No Signature: Date: SUBCONTRACTING If subcontractors are to be used, that fact, the name of the proposed subcontracting company, and the self-certification documents must be clearly completed for each and identified in the proposal. Following the award of the contract, no additional subcontracting will be allowed without the express prior written consent of the SPOKANE TRIBE OF INDIANS. Describe any plans to partner with another vendor to meet implementation needs. If your approach includes the use of one or more additional vendors or sub-contractors, please provide a detailed explanation of their role on the project. In addition, if your response to the technical and functional requirements and associated product demonstration is dependent upon a product offered by another vendor partner, please be advised that a single, joint response should be submitted. Additional vendors, subcontractors and/or any assignee or transferee must be able to adhere to the same agreements (e.g., not transmitting tribal data outside of the United States) required of your company. The Spokane Tribe of Indians Purchasing/Property Director, Fisheries Director, Executive Director, or Tribal Council reserves the right to determine whether or not a vendor is responsive, responsible, reliable, qualified, and possesses the ability to complete the entire project. Those determinations will be based on: a. The skill and experience demonstrated by the bidder in performing agreements of a similar nature. b. The bidder s record for honesty and integrity. c. The bidder s capacity to perform in terms of facilities, personnel and financing. d. The bidders past performance with the Spokane Tribe of Indians. INSURANCE REQUIREMENTS Prior to the final award, final approval, and commencing of work, the awarded contractor shall be responsible and required to provide the following: A. Comprehensive or Commercial Form General Liability Insurance (contractual liability included) with limits as follows: Each Occurrence $1,000, If the above insurance is written on a claims-made form, it shall continue for three years following termination of this agreement. The insurance shall have a retroactive date of placement prior to or coinciding with the effective date of this Agreement. B. Business Automobile Liability Insurance for owned, scheduled, non-owned, or hired automobiles with a combined single limit not less than $1,000, dollars per occurrence. C. Workers' Compensation as required by Washington State law.
11 It is understood that the coverage and limits referred to under a., b., and c. above shall not in any way limit the liability of awarded vendor. The awarded vendor shall furnish the Tribe with certificates of insurance evidencing compliance with all requirements prior to commencing work under a contract resulting from this RFP. The Tribe will be named ADDITIONAL INSURED for all coverage s provided by this policy of insurance and shall be fully and completely protected by this policy from all claims. Covenants against Kickbacks All conditions regarding covenants against kickbacks under 48 CFR ch apply. Failure to abide by the provisions of this section may, without further notice, result in the immediate termination of any contract awarded. Reservations THE SPOKANE TRIBE OF INDIANS RESERVES: 1. The right to reject any, or all proposals, to serve in the best interest of the Spokane Tribe. 2. STOI may cancel this RFP at any time for any reason. STOI may reject any and/or all proposals for any reason as determined by STOI. 3. The right to negotiate with all or one respondent when such action is deemed to be in the best interest of the Spokane Tribe. 4. The right to cancel any agreement, if in its opinion there is a failure at any time to perform adequately the stipulations of the request for proposal, or if there is any attempt to willfully impose upon the Spokane Tribe services which are in the opinion of the Spokane Tribe of an unacceptable quality. 5. The right to require the awarded vendor to obtain and/or have in place General Liability Insurance in an amount no-less than the limits of the Spokane Tribe of Indians General Liability Coverage.
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 informationREQUEST 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 informationREQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building
REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building PROPOSAL NO. FY2012/008 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT
More informationSPOKANE INDIAN HOUSING AUTHORITY 6403 Sherwood Addition, P.O. Box 195 Wellpinit, WA (509) Fax: (509)
SPOKANE INDIAN HOUSING AUTHORITY 6403 Sherwood Addition, P.O. Box 195 Wellpinit, WA 99040 (509) 258-4523 Fax: (509) 258-7188 REQUEST FOR PROPOSAL NO: AMENDMENT #2 This amendment is to extend the closing
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL FOR Adult Cultural Services for the Spokane Area PROPOSAL NO. FY2014/006 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040
More informationLegal Aid Workshop Trainer
REQUEST FOR PROPOSAL FOR Legal Aid Workshop Trainer PROPOSAL NO. FY2011/061 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040 KEY INFORMATION
More informationPurchase, Installation, and Training of a Tribal Data Management System
REQUEST FOR PROPOSAL FOR Purchase, Installation, and Training of a Tribal Data Management System PROPOSAL NO. FY2011/034 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD
More informationRequest for Proposals (RFP) to Provide Auditing Services
March 2016 Request for Proposals (RFP) to Provide Auditing Services Proposals due no later than 5:00 p.m. on April 7, 2016 Monte Vista Water District 10575 Central Avenue Montclair, California 91763 1
More informationCity 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 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 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 REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION
REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION Issue Date: October 18th, 2016 Submission Deadline: November 8th, 2016, 2:00 PM P a g e 1 Table of Contents Introduction...
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 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 informationLyndon 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 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 informationEnergy Efficiency Programs Process and Impact Evaluation
Energy Efficiency Programs Process and Impact Evaluation Issued: 4/3/2018 Questions Due: 4/17/2018 Responses Due: 5/18/2018 RFP Coordinator: Rob Ward *This RFP process will be conducted via Idaho Power
More informationGORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR
GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR DATE RFP RELEASED June 13, 2013 1 PURPOSE OF THIS REQUEST FOR PROPOSAL (RFP) The
More informationTown 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 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 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 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 informationAmalgamation 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 informationREQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013
REQUEST FOR PROPOSALS Professional Auditing Services Proposal Mailing Date December 30, 2013 Proposal Submittal Deadline February 3, 2014 at 3:00 p.m. Contact Person: Sonya Williams Finance Director City
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 informationREQUEST FOR PROPOSAL (RFP) PROJECT DESIGN AND CONTRACT DOCUMENT PREPARATION CEDAR BAND TRAVEL PLAZA ENTERPRISE
REQUEST FOR PROPOSAL (RFP) PROJECT DESIGN AND CONTRACT DOCUMENT PREPARATION CEDAR BAND TRAVEL PLAZA ENTERPRISE PAIUTE INDIAN TRIBE OF UTAH 440 NORTH PAIUTE DRIVE CEDAR CITY, UT, 84721 JANUARY 30, 2018
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 informationRequest for Proposal (RFP) Consultant TANF Research Klamath Tribes Social Services Department RFP # KTSSDTANF
Request for Proposal (RFP) Consultant TANF Research Klamath Tribes Social Services Department RFP # 18-01-KTSSDTANF 1.1 Introduction: The Klamath Tribes is seeking qualified consultants to develop and
More informationTRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS
PIMA ASSOCIATION OF GOVERNMENTS 2014-2016 TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS Proposals may be obtained by contacting: Pima Association of Governments 1 E. Broadway Blvd, Ste.401 Tucson, AZ 85701
More informationRESOLUTION NUMBER 2877
RESOLUTION NUMBER 2877 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PERRIS, STATE OF CALIFORNIA SETTING FORTH POLICIES INTENDED TO OBTAIN CONSISTENCY AND UNIFORMITY IN THE ADMINISTRATION OF THE FEDERALLY
More informationREQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE
REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE PAIUTE INDIAN TRIBE OF UTAH 440 NORTH PAIUTE DRIVE CEDAR CITY, UT 84721 OCTOBER 18, 2017 TABLE OF CONTENTS 1. SUMMARY AND
More informationBOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL
BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho 83702 INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL The BOISE CITY AND ADA COUNTY HOUSING
More informationRequest 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 informationRequest for Proposals
Request for Proposals Windows Ultrabook Laptops Public Notice West Platte R-II School District is currently seeking bids for Windows Ultrabook Laptops as described in the RFP on the West Platte R-II School
More informationCOUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES
COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO. 2018-19-CSB CONSTRUCTION MANAGEMENT SERVICES The County of Dunn is requesting proposals for Construction Management Services. The services
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 Emergency Response Plan, Training and Vulnerability Assessment
Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment The North Texas Municipal Water District is soliciting proposals from firms qualified and experienced in providing Emergency
More informationCITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS
CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS The City of Hondo requests the submission of qualifications statements, which will lead to the possible award of a contract to provide planning, design
More informationREQUEST FOR QUALIFICATIONS. Water Supply Options Review
REQUEST FOR QUALIFICATIONS Water Supply Options Review CONTACT: Clayton R. Evers, P.E. City Engineer 815 N. Kilgore St. Kilgore, TX 75662 903 988 4118 Clay.evers@cityofkilgore.com Date Issued: June 3,
More informationLEXINGTON-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 informationTourism Marketing Strategy
RFP 2015 01 September 15, 2015 City of Duncan, Administration Attention: Peter de Verteuil, CAO City of Duncan, 200 Craig Street, Duncan, BC, V9L 1W3 Submission Deadline: October 15, 2015 TABLE OF CONTENTS
More informationSACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY
SACRAMENTO REGIONAL SOLID WASTE AUTHORITY SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY January 28, 2003 TABLE OF
More informationOntario College of Trades
Ontario College of Trades This document is a Request fo r Proposal (RFP) for Roster of vendors to facilitate: Ontario College of Trades 2018 Strategic Planning Initiative (planning, facilitating and reporting
More informationREQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR
LANE COUNTY, OREGON REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR 2016 2018 LANE COUNTY FAIR PART A: GENERAL REQUIREMENTS A1 INVITATION AND OVERVIEW A1.1 Invitation. Lane County Fair Board invites proposals
More informationCITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL
CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL 2011 PREPARED BY THE CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT FINANCE DEPARTMENT Ronnie J. Campbell
More informationRFP # 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 informationLondonderry Finance Department
Londonderry Finance Department 268 B Mammoth Road Londonderry, NH 03053 (603) 432-1100 Douglas Smith, Finance Director email: dsmith@londonderrynh.org Justin Campo, Senior Accountant Email: jcampo@londonderrynh.org
More informationNOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING
NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING March 30, 2018 Issued by: X Rob Livick, PE/PLS Public Works Director/City Engineer City
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 informationDecember, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport
December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport Dear Proposer: The Savannah Airport Commission is requesting proposals for
More informationREQUEST FOR PROPOSALS
COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SANTA ANA REQUEST FOR PROPOSALS RELOCATION OF TWO RESIDENTIAL STRUCTURES PROPOSALS DUE: Monday, May 9, 2011 at 11:00 AM 1. INTRODUCTION REQUEST FOR PROPOSALS
More informationOWENS VALLEY CAREER DEVELOPMENT CENTER
TUNIWA NOBI FAMILY LITERACY, FAMILY LITERACY, NÜÜMÜ YADOHA LANGUAGE PROGRAM, TRIBAL TANF, CAREER EDUCATION, EARLY HEAD START, KERN INDIAN EDUCATION CENTER 2574 DIAZ LANE. (93514) - P.O. BOX 847 - BISHOP,
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 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 informationOkeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements
Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements Request for Qualifications/Proposals PART 1 1.1 PURPOSE The Okeechobee Utility Authority is requesting respondents
More informationREQUEST 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 informationSOUTHERN UTE INDIAN TRIBE REQUEST FOR PROPOSALS (RFP) FOR ENVIRONMENTAL CONSULTING SERVICES FOR
SOUTHERN UTE INDIAN TRIBE REQUEST FOR PROPOSALS (RFP) FOR ENVIRONMENTAL CONSULTING SERVICES FOR Asbestos Remediation of the Old Cafeteria Building Date of RFP Release March 21, 2012 April 25, 2012 - Proposals
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 informationRE: Request for Proposal Number GCHP081517
RE: Request for Proposal Number GCHP081517 Gold Coast Health Plan (GCHP) is interested in establishing multiple agreements with temporary labor service providers. Qualified Contractors will be placed on
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 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 informationBowen Island Municipality
Bowen Island Municipality Emergency Management Plan Review and Update RFP# BIVFD-201-01 TABLE OF CONTENTS 1.0 Invitation p. 3 2.0 Introduction and Background p. 4 3.0 Purpose and Scope of Work p. 4 4.0
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 informationREQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services
REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org
More informationRedevelopment 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 informationREQUEST 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 informationTown of Schroon. Labor for Ice Hockey Rink Roof Construction. Michael Marnell, Town Supervisor. Town of Schroon, Essex County New York
This project is in part funded by a grant from the NYS Office of Parks, Recreation and Historic Preservation through Title 9 of the Environmental Protection Act of 1993 Town of Schroon Labor for Ice Hockey
More informationGrant 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 informationIntroduction: A. Scope of Work:
Request for Proposal (RFP) goos olgi gowa Community Center- Landscape & Roof Gutters/Drains Klamath Tribes Housing Department (KTHD) RFP # 18-08KTHD-3landscaping Introduction: The Klamath Tribes Housing
More informationREQUEST 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 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 informationRequest 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 informationREQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Stand Up Placer (SUP) is sending you the enclosed invite for your consideration in our RFP process for an Accountant to demonstrate their qualifications for a one-year engagement
More informationOWENS VALLEY CAREER DEVELOPMENT CENTER
TUNIWA NOBI FAMILY LITERACY, NÜÜMÜ YADOHA LANGUAGE PROGRAM, AFTERSCHOOL PROGRAM TRIBAL TANF, CAREER EDUCATION, EARLY HEAD START, KERN INDIAN EDUCATION CENTER DATE: March 16, 2018 Request for Proposals
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 informationREQUEST FOR PROPOSALS RFP NO.:
REQUEST FOR PROPOSALS RFP NO.: 11-019 Sealed proposals for a CONSULTANT SERVICES FOR THE HAZARDOUS MATERIALS & CHEMICAL RESPONSE (HAZMAT & CR) PLAN for the Sheriff s Office will be received by Contracts
More informationRequest for Qualifications
Request for Qualifications Professional Services For Greenway Farms New Conference Facility Contract Number: R-17-004 Chattanooga Parks Department City of Chattanooga, Tennessee October 2017 Rev. 1.0 10/31/17
More informationRequest for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP
CITY OF AZUSA AZUSA LIGHT & WATER Request for Proposals September 2012 Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP The City of Azusa owns and operates a municipal electric
More informationREQUEST FOR PROPOSALS No
REQUEST FOR PROPOSALS No. 2016-007 PROFIT SHARE PLAN FIDUCIARY & EMPLOYEE ADVISORY CONSULTANT Issued: December 16, 2016 RFP No. 2016-007 PROFIT SHARE PLAN FIDUCIARY & EMPLOYEE ADVISORY CONSULTANT 1 TABLE
More informationREQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space
OPEN SPACE & TRAILS DEPARTMENT 970.668.4060 ph 970.668.4225 f 0037 Peak One Dr. PO Box 5660 www.summitcountyco.gov Frisco, CO 80443 REQUEST FOR PROPOSALS for Machine construction of mountain bike trails
More informationThe Section 3 Clause. HACSJ Section 3 Form and Explanation (Rev 2013,03.01) Page 1 of 7
The Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3).
More informationRequest for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17
Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17 Introduction: This Request for Proposals (RFP) solicitation is to provide to
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 informationTOWN 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 informationGlenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services
Glenview School District 34 1401 Greenwood Rd Glenview IL 60026 Request for Qualifications For Architect Services Eric Miller Assistant Superintendent for Business Services (847) 998-5008 A. Introduction
More informationPROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016
PROCUREMENT AND PROPERTY SERVICES P. O. Box 13030 NACOGDOCHES, TX 75962 REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016 PROPOSAL MUST BE RECEIVED BEFORE: 5:00PM, TUESDAY, FEBRUARY 2, 2016 MAIL PROPOSAL TO:
More informationGUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS
GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS TITLE: Catering Services, Human Resources Services, Information Technology Services, Outreach Services, Printing Services, Program Evaluation
More informationMarlboro County School District
Marlboro County School District REQUEST FOR BIDS RFB 16/17-1 3 ½ TON HEAT PUMP BENNETTSVILLE PRIMARY SCHOOL CAFETERIA Purpose & Specifications: The purpose for this Request for Bid (RFB) is to remove and
More informationREQUEST 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 informationTABLE 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 informationTOWN OF LISBON Office of the First Selectman 1 Newent Road Lisbon, Connecticut 06351
1 TOWN OF LISBON Office of the First Selectman 1 Newent Road Lisbon, Connecticut 06351 BURNHAM TAVERN CONDITIONS ASSESSMENT & REPORT REQUEST FOR PROPOSALS April 16, 2015 The Town of Lisbon (hereafter Town)
More informationRequest 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 informationREQUEST FOR PROPOSAL PSYCHIATRIC SERVICES. For Cayuga Addiction Recovery Services Residential Rehabilitation Unit
REQUEST FOR PROPOSAL PSYCHIATRIC SERVICES For Cayuga Addiction Recovery Services Residential Rehabilitation Unit RFP 2016 001 Dated: October 20, 2016 INSTRUCTIONS TO BIDDERS IMPORTANT NOTICE BID/RFP DISTRIBUTION
More informationREQUEST 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 informationSAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES
SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES Request for Proposal (RFP) Invitation SAU 19 and the School Districts of Goffstown and New Boston (herein
More informationRequest for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES
Request for Proposals (RFP) RFP NO. E&CD 2018-009 GRANT WRITING AND ADMINISTRATION SERVICES The City of Brunswick, hereinafter referred to as the City, is soliciting proposals to retain a Consultant(s)
More informationTime is of the essence, and any proposal received after the announced time and date for submittal will not be considered.
REQUEST FOR PROPOSALS SCHOOL PHOTOGRAPHER RFP# 2016-02 Coastal Empire Montessori Charter School, CEMCO, acting by and through its Board of Trustees, is requesting qualified persons, firms, small businesses,
More informationBids received after the appointed date set for receipt will be returned unopened.
REQUEST FOR PROPOSAL (RFP) Item(s) up for Bid: Food Service Provider Ripken Pigeon Forge LLC, (RPF) dba The Ripken Experience Pigeon Forge, (Temporary Mailing Address) Ripken Baseball C/O The Pigeon Forge
More informationCity of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR
Scott A. Smith Finance Director sasmith@somersworth.com (603) 692-9504 One Government Way Somersworth, New Hampshire 03878 (603) 692-4262 www.somersworth.com City of Somersworth, New Hampshire OFFICE OF
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL PROJECT: Honeycutt Cafeteria Remodel RFP #13-013 PREPARED: May 23, 2013 PROCUREMENT OPERATIONS THE SOUTHERN BAPTIST THEOLOGICAL SEMINARY 2825 LEXINGTON ROAD LOUISVILLE, KY 40280 (502)
More information