REQUEST FOR PROPOSAL CITY OF LOS ANGELES MAYOR S OFFICE OFFICE OF HOMELAND SECURITY AND PUBLIC SAFETY. DATE ISSUED: December 11, 2014

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL CITY OF LOS ANGELES MAYOR S OFFICE OFFICE OF HOMELAND SECURITY AND PUBLIC SAFETY. DATE ISSUED: December 11, 2014"

Transcription

1 REQUEST FOR PROPOSAL CITY OF LOS ANGELES MAYOR S OFFICE OFFICE OF HOMELAND SECURITY AND PUBLIC SAFETY DATE ISSUED: December 11, 2014 TITLE: Los Angeles Citywide Cyber Security System DESCRIPTION: Pursuant to Mayor Garcetti s Executive Order No. 2, the City of Los Angeles (City) Cyber Intrusion Command Center (CICC) was created to lead cybersecurity preparation and response across City departments. The CICC is responsible for implementing enhanced security standards across City departments and serving as a rapid reaction force to countering cyber attacks. Under the direction of the CICC, the City is seeking proposals from qualified bidders to plan, design, build and implement an integrated security operations system (ISOC) to support ongoing efforts to enhance the City s cyber security posture. The ISOC will consolidate departmental cyber security information into a centralized system and become a resource for the CICC and law enforcement personnel in responding to cyber threats. The system will provide security personnel at each City department real-time situational awareness of cyber threats and intrusions against City assets and will serve as the primary hub for cyber security command throughout the City of Los Angeles. It will also serve as a command center where departmental security operation centers (SOCs) can access necessary enterprise information on network impacts. Pertinent cyber incident data, as well as analyzed data result-sets provided by federal law enforcement partners, will reside in this location. The ISOC will house specific cyber security hardware and software. The ISOC will bring together security information from the City s Information Technology Agency (ITA), which manages networks of more than 40 departments, including the Los Angeles Police and Fire Departments; Los Angeles World Airport (LAWA); Port of Los Angeles (POLA); Department of Water and Power (DWP); Los Angeles Library; Los Angeles Fire and Police 1

2 Pensions (LAFPP); Los Angeles City Employees Retirement System (LACERS); Department of Sanitation; and Department of Transportation. The selected contractor will be responsible for the design, development, installation and configuration of a final ISOC, including providing all equipment and software necessary to establish such ISOC, and providing support and maintenance for the newly established ISOC. Such responsibilities will include: (1) design and development of a cybersecurity information system with functionalities and capabilities as more fully set forth in this RFP; (2) development and integration of custom dashboards that will be integrated into the ISOC information system to monitor the City s overall cyber environment to the ISOC and individual departments and to deliver reports of the City s overall cyber threat exposure to City and law enforcement leaders; (3) build-out a new physical location that will serve as the command center for the ISOC; and (4) provide training, support and maintenance in connection with the ISOC and the ISOC command center. PRELIMINARY SCHEDULE: Event Date REQUEST FOR PROPOSAL RELEASE: December 11, 2014 MANDATORY PROPOSAL CONFERENCE: January 6, 2015 at 10:00 AM (PST) LOCATION: Los Angeles Emergency Operation Center 500 E. Temple Street, Los Angeles, CA BUSINESS INCLUSION PROGRAM ( BIP ) January 14, 2015 OUTREACH IS DUE ON: at 11:59 p.m. (PST) DEADLINE FOR SUBMITTING PROPOSAL: January 29, 2015 at 3:00 p.m. (PST) PROPOSAL DELIVERY ADDRESS: Adam Gertz Contract Specialist Mayor s Office 200 N. Spring Street, Room 303 Los Angeles, CA adam.gertz@lacity.org Phone: TECHNICAL ASSISTANCE: Requests should be made in writing using the 2

3 3 attached form (Exhibit M) by no later than 3:00 p.m., Pacific Time, January 20, 2015, to Adam Gertz via Phone: (213)

4 TABLE OF CONTENTS I. BACKGROUND 6 A. Administrative Entity 6 B. Project Overview 6 II. SCOPE OF WORK 6 III. PROPOSAL EVALUATION / CONTRACT AWARD 21 A. Eligible Proposers 21 B. Source of Funds and Funds Available 22 C. Budget 22 D. Contract Term 22 E. Preliminary Schedule 22 F. Technical Assistance 23 G. Attendance at Pre-Proposal Conference 23 H. Deadline for Submission of Proposals 24 I. Evaluation Factors 24 J. Proposal Review Process 26 K. Contract Award 26 L. Proposal Appeal Process 26 IV. GENERAL RFP INFORMATION 27 A. General Proposal Conditions 27 B. Documents Required with Proposal 34 C. Contract Execution Requirements 35 D. Contractor Evaluation 37 V. PROPOSAL PACKAGE 37 EXHIBITS A. General Proposal Conditions 37 B. Narratives 39 C. Documents to be Completed 41 D. Proposal Checklist Documents to be Submitted with 41 Proposal A. Insurance Requirements B. Proposers Workforce Information C. Statement of Non-Collusion D. Contractor Responsibility Questionnaire E. Pledge of Compliance with Contractor Responsibility Ordinance 4

5 F. Business Inclusion Program (BIP) Policy and BAVN BIP Walk-Thru G. Certification and Disclosure Regarding Lobbying H. Certification Regarding Debarment I. Drug-Free Workforce Form J. Bidder Certification (CEC Form 50) K. Bidder Contributions (CEC Form 55) L. BAVN Document Submission Guide- EBO, Non-Discrimination-Affirmative Action and SDO M. Technical Assistance Request Form N. Statute & Regulations O. UASI 13 Technology Standards 5

6 I. BACKGROUND A. Administrative Entity The City of Los Angeles, through the Mayor s Office of Homeland Security and Public Safety, administers the Urban Areas Security Initiative (UASI) Grant for the Los Angeles/Long Beach Urban Area and serves as the administrative entity for this Request for Proposal (RFP). The United States Department of Homeland Security (DHS) oversees the UASI grant program. DHS awards funding to urban jurisdictions for assessments and development of security strategies, equipment, training, exercises, and the development of an enhanced and sustainable capacity to prevent, respond to, and recover from threats or acts of terrorism. The source of funds for this RFP is contemplated to be the Fiscal Year 2013 UASI grant and/or a similar grant program. The project will be managed by the Mayor s Office of Homeland Security and Public Safety (Mayor s Office). The Mayor s Office shall designate one person to serve as a Project Manager who will oversee completion of the project. The Project Manager shall provide overall direction of the project, and will manage the selected Contractor, project schedule, the implementation of the project, and the acceptance of deliverables. B. Project Overview The scope of this project is to plan, design, build and implement the Integrated Security Operation System (ISOC), which is a cybersecurity information system that will serve as the primary hub for cyber security command throughout the City. It will also serve as a command center where departmental security operation centers can get necessary enterprise information on network impacts. Pertinent cyber incident data, as well as analyzed data result-sets provided by federal law enforcement partners, will reside in this location. The ISOC will house a conglomeration of specific cyber security hardware and software. The system will provide security personnel at each City department real-time situational awareness of cyber threats and intrusions against City assets. The selected contractor will be responsible for the design, development, installation and configuration of a final ISOC, including providing all equipment and software necessary to establish such ISOC and a command center for the ISOC, and providing support and maintenance for the newly established ISOC and ISOC command center. Such responsibilities will include: (1) design and development of the ISOC cybersecurity information system with functionalities and capabilities as more fully set forth in this RFP; (2) development and integration of custom dashboards that will be integrated into the ISOC information system to 6

7 monitor the City s overall cyber environment to the ISOC and individual departments and to deliver reports of the City s overall cyber threat exposure to City and law enforcement leaders; (3) build-out a new physical location that will serve as the physical command center for the ISOC; and (4) provide training, support and maintenance in connection with the ISOC and the ISOC command center. The overall concept design is pictured below in Figure 1. Figure 1 II. SCOPE OF WORK The selected contractor will be responsible for designing, developing and implementing the ISOC system, including the installation and configuration of equipment and software necessary to establish the ISOC. The selected contractor shall supply all necessary equipment and materials, including all hardware and cables necessary for integration and operation with new and existing equipment. The selected contractor shall supply all necessary labor. 7

8 1. Background Information The City department networks to be connected to the ISOC system are the Information Technology Agency (ITA), which manages networks of 40 departments, including the Los Angeles Police and Fire Departments; Los Angeles World Airport (LAWA); Port of Los Angeles (POLA); Department of Water and Power (DWP); Los Angeles Library; Los Angeles Fire and Police Pensions (LAFPP); Los Angeles City Employees Retirement System (LACERS); Department of Sanitation; and Department of Transportation (collectively, the Integrated City Departments ). The ISOC system must gather incident information submitted by each Integrated City Department so as to provide the CICC, Mayor of Los Angeles, and other City Executive Leadership with a graphical representation at any point in time as to the present state of the City s critical cyber-infrastructure as it pertains to the City s networked operations. This includes current operational status of Departmental networks and other relevant data identified by each Department. It also includes external data from other private sector, municipal, regional, and national entities which aid in providing the CICC with situational awareness regarding cyber threats and threat actors. In turn, the ISOC system must provide each Integrated City Department with dashboards so that each has a real-time overview of Citywide incident status that can be monitored by each department s information technology security personnel. The ISOC system will also distribute notifications of relevant public and private cyber incidents to the departments to enhance their situational awareness. The selected Contractor shall be responsible for the development of such dashboards and its integration into the ISOC system. Cyber incidents reported to the ISOC system from the Integrated City Departments and external sources will include: attempts to gain unauthorized access to a system or its data; unwanted disruption or denial of service; unauthorized access to critical computers, servers, routers, firewalls, etc.; changes to system hardware or software without approval; virus or worm infection, spyware, malware; and loss or inconsistent electrical power. Incidents will be reported to the ISOC system by each Integrated City Department in accordance with the CICC-approved CICC Cyber Incident Response Plan. Notifications of Incidents will be transmitted to Integrated City Departments in accordance with the CICC-approved Unified Incident Response Plan. 8

9 The selected contractor must also design and build-out a physical location with necessary hardware and software that will serve as the physical command center for the ISOC system. Finally, the selected contractor must provide training, support and maintenance for the ISOC system after completion. 2. ISOC System Requirements The selected contractor shall provide all necessary hardware, software, supplies, installation, and integration services for: (1) the development and delivery to the City of the ISOC system, including design and build-out of a physical facility to act as a command center for the ISOC system and installation of the ISOC system at such command center; (2) the integration of the ISOC system with existing security operations centers located at the Port of Los Angeles and the Los Angeles World Airports; (3) the integration of the ISOC system with security information and event management (SIEM) data furnished by ITA, the Department of Water and Power, Los Angeles Library, LAFPP, LACERS, Department of Transportation and Department of Sanitation; (4) the implementation of a centralized incident management platform into such ISOC system, including the design of custom dashboards for ISOC System; (5) the implementation of a unified threat intelligence system into such ISOC system that draws upon SIEM data from external sources; (5) training for the administration of the ISOC system and incident response and handling; and (6) maintenance and support for the ISOC system. 2.1 ISOC Platform Compatibility with Archer SecOps Design The selected contractor must develop the ISOC system based upon implementation of the RSA Archer GRC Solutions Platform (ARCHER) or comparable cyber incident management system that enables the City to manage controls, risks and security deficiencies, security and compliance through one central platform. The ISOC system must provide centralization of alerts and incident management and must enable the City to add future customized applications that can be readily integrated with City systems. The RSA Archer GRC Solutions Platform is the City s preferred platform for the ISOC system as it simplifies integration with the ARCHER Platforms already deployed by the POLA and LAWA Security Operations Centers. Bidders may offer a product having equivalent and similar function and quality to the product specified above, but such proposed systems must be cost 9

10 effective and functionally compatible with ARCHER Platforms implemented at the LAWA and POLA Security Operations Centers. If a solution other that ARCHER is proposed by a bidder, bidder must explain why such alternate solutions is proposed and the benefits of such an alternate solution. Final determination of the acceptability of such a substitute will be at the discretion of the Project Manager. The selected contractor shall be responsible for securing all software licenses necessary for the implementation of the ISOC system and its use by the City The selected contractor must develop and deliver an ISOC system that include the following functionalities: The ISOC system must enable the City to manage overall incident and breach response and effectively respond to security incidents. The ISOC system must enable City security personnel (including the Chief Information Security Officer and Security Operation Center managers) to manage and have full visibility into the entire incident and data breach lifecycle with workflows, dashboards, and reports The overall process from alert to incident investigation shall be automated, including workflows and integration with security-monitoring systems for alert aggregation. For remediation, any security incident requiring action from IT operations should be automated by integrating the ISOC system with ticket management systems The ISOC system must support integration with multiple alert sources and security monitoring systems, including third party SIEM vendors and third party data breach response content providers. (See Section 2.5 below.) City security personnel must be able to view alerts as well as the events or incidents associated with them The ISOC system must integrate security information from the Integrated City Departments, including integration of current ARCHER systems of LAWA and POLA. 10

11 The ISOC system shall integrate dashboard content from the Integrated City Departments as described in Section 2.2 below The ISOC system shall detect and respond to any security incident or data breach (SecOps Instance) that occur in any of the Integrated City Departments. The specific functions must include: A centralized incident management that aggregates and connects security event management systems from each of the Integrated City Departments. Protocol for City-wide incident response and breach management. System for reporting metrics that track and report key performance indicators based on the NIST and CIS Security Metrics guidelines to stakeholders The selected contractor must deliver to the City a design document addressing the development and implementation of the ISOC system with the foregoing functionalities. 2.2 Design of Custom Dashboards for ISOC System The selected contractor shall use National Institute of Standards and Technology (NIST) guidelines and Center for Internet Security (CIS) Security Metrics guidelines to develop a set of standard performance metrics and reports that can be used to collect and analyze security program efficiency and effectiveness The selected contractor will design, develop and integrate into the ISOC system at least three custom dashboards for the ISOC system (Dashboards). These Dashboards will compile information provided through the ISOC system so as to provide the CICC members, CICC Executive Leadership, the Mayor of the City of Los Angeles and other City Executive Leadership with a graphical representation at any point in time as to what the present state of the City s cyber and critical infrastructure and key resource spectrum is as it pertains to the City s 11

12 networked operations. This includes current operational status of City Departmental networks and other relevant data identified by each of the City Departments within the CICC. It also includes external data from other private sector, municipal, regional, and national entities which aid in providing the CICC with situational awareness regarding cyber threats and threat actors. Customized Dashboards shall not be licensed products but be proprietary to and customizable by the City The ISOC system Dashboards shall include: a high level Citywide Security Posture for ISOC analysts and the Chief Information Security Officer, drill down capabilities, and appropriate access controls with department-specific dashboard for each of the city functions that are part of ISOC infrastructure. The Dashboards must be viewable from each individual departmental SOC. The Dashboards shall include the following information: 1. Incidents by status (Open, In Progress, Closed) 2. Incidents by priority. 3. Incidents by departments. 4. Threat count metrics 5. Weekly incident trend by priority and status 6. Attack trends Top attack source Top attack type (e.g., Firewall Session Opened, IRC Session Opened, Firewall Deny ) including count metrics Top local destinations Most frequented ports Most significant offenses (Highest level of detected SIEM conditions, such as Possible Local Worm Detected preceded by Local ICMP Scanner containing Deny protocol src Most recent offenses (5 most recent events ) Top services denied through firewall Samples of screenshots from the current POLA dashboard is provided in figures 2 and 3 below. 12

13 Figure 2 Figure 13

14 Figure 3 14

15 2.2.4 The Dashboards shall include a Cyber Alert Indicator (similar to the MS-ISAC Cyber Alert Level Indicator) for ISOC system tactical display for situational awareness. Display must show the current level of malicious cyber activity on City s network. See sample in Figure 4 below. The indicator shall consists of five levels: Green or Low indicates a low risk. No unusual activity exists beyond the normal concern for known hacking activities, known viruses or other malicious activity. Blue or Guarded indicates a general risk of increased hacking, virus or other malicious activity. The potential exists for malicious cyber activities, but no known exploits have been identified, or known exploits have been identified but no significant impact has occurred. Yellow or Elevated indicates a significant risk due to increased hacking, virus or other malicious activity which compromises systems or diminishes service. At this level, there are known vulnerabilities that are being exploited with a moderate level damage or disruption, or the potential for significant damage or disruption is high. Orange or High - indicates a high risk of increased hacking, virus or other malicious cyber activity which targets or compromises core infrastructure, causes multiple service outages, multiple system compromises, or compromises critical infrastructure. At this level, vulnerabilities are being exploited with a high level of damage or disruption, or the potential for severe damage or disruption is high. Red or Severe indicates a severe risk of hacking, virus or other malicious activity resulting in wide-spread outages and/or significantly destructive compromises to systems with no known remedy or debilitates one or more critical infrastructure sectors. At this level, vulnerabilities are being exploited with a severe or wide spread level of damage or disruption of critical infrastructure assets. 15

16 Figure Integration of ISOC System with POLA and LAWA ARCHER Systems The Contractor must implement the ISOC system and integrate it with the existing POLA and LAWA ARCHER system. The implementation and integration tasks include: Integrate POLA ARCHER system incident data to the ISOC system City-wide incident management system for situational awareness. Integrate LAWA ARCHER system incident data to the ISOC system City-wide incident management system for situational awareness. Provide for the notifications of incidents to be transmitted to Integrated City Departments in accordance with the CICCapproved Unified Incident Response Plan. Integration should provide POLA and LAWA the ability to submit incidents to the ISOC system automatically in 16

17 accordance with the CICC-approved CICC Cyber Incident Response Plan Conduct test and certification of the ISOC/LAWA/POLA integration based on the technical design document reference architecture. 2.4 Integration of ISOC System with Other Integrated City Departments The selected contractor shall design and implement integration of SIEM data from other Integrated City Departments to the ISOC system. Bidders will be provided with pertinent network infrastructure diagrams. The selected contractor shall deliver to the City design documentation that describes the following and shall develop the ISOS system in conformance with such design documentation: Integration Architecture Incident Management Portal for ITA to view and manage its own incidents. Incident Management Portal for DWP to view and manage its own incidents. Portal for each Integrated City Department to view City-wide security dashboards described above Contractor shall conduct test and certification of ISOC SecOps Departmental Integration. 2.5 Threat Intelligence Integration The ISOC system must support integration with multiple alert sources and security monitoring systems, including third party SIEM vendors and third party data breach response content providers. Such integration shall include the following functionalities: Integration of information from public and private sector entities which host dashboard items external to the City s networks. These should be graphically presented to give the CICC and the City a "global" perspective of IP attacks, threats, cyber links etc Dashboard information provided from sensors and monitoring conducted by the Department of Homeland Security of the City s 17

18 networks through its City Cyber Assessments and CDM/ECS programs shall be ported into the ISOC system Dashboard information provided from sensors and monitoring conducted through the City s membership in the Multi-State Information Sharing and Analysis Center (MS-ISAC) shall be ported into the ISOC system The selected contractor shall provide proposed threat intelligence consumption workflows and processes for the intake of intelligence data into the ISOC Security Operations ecosystem The selected contractor shall provide proposed intelligence analysis and classification processes The selected contractor shall prepare a functional design for a custom ARCHER-compatible module to store, manage and distribute intelligence. 3. Cyber Threat Analysis Platform The selected contractor shall provide the configuration and three-year user license and subscription service for Recorded Future Enterprise (or a service of comparable cost, quality, and function) for cyberthreat analysis. The service should allow CICC to maintain situational awareness, investigate vulnerabilities, research actor/method/target relationships, identify leading indicators and alert potential risks to other departments. 4. ISOC Facility Design And Installation The selected contractor shall provide the design/build services of ISOC system physical facility. The selected contractor shall supply, install, and integrate all necessary equipment that can accommodate eight full-time staff. Bidders must participate in a mandatory site visits at the Los Angeles Emergency Operation Center at 500 E. Temple St., Los Angeles, CA, to determine the optimum size and location of all supplied equipment. 4.1 The selected contractor shall provide a logical facility design to City of LA for approval. The selected contractor shall create a project management installation timeline. 4.2 The selected contractor must supply and install all necessary hardware, software, and equipment for the ISOC facility based on the design approved by the City of LA. This includes but is not limited to the following: 18

19 Eight Video Wall Displays and Mounts Video Wall Control Processor Audio/Video Control System Console Workstations for eight security analyst Cables, connectors, and brackets necessary to complete installation. 4.3 In addition, the selected contractor shall perform the following tasks: 1. Run all necessary cables between components. 2. Integrate all equipment with specified existing equipment where applicable. 3. Remove any existing equipment (monitors, projectors, screens, etc.) as applicable. 4. Move any removed equipment to a suitable, on site location or dispose of as properly directed. 5. Ensure that all ports and wall plates are properly labeled with cable and connector information to allow for easy reconnects. 6. Verify that all equipment is operational. 4.4 The selected contractor shall design and supply hardware and software required for implementing ISOC system at the facility. The following tables describe minimum hardware/software requirements: Database Server Component Processor Memory Operating System DB Version Disk Space Network Interface Disk Minimum Requirement 2 x 6-Core (for example, Intel Xeon E5-2667, X5680, X5690 or similar) 96 GB RAM Windows Server 2008 R2 Enterprise or Windows Server 2012 SQL Server 2008 R2, SQL Server 2012, x64 editions 1 TB (Instance database), 50 GB (Configuration database) 1 GB 15K spindles should be the minimum for the DB tier, though we strongly recommend using a SAN with SSDs, either as regular disks, caching (for example, EMC FAST Cache), or for automated tiering. Distinct spindles for data, transaction logs, and tempdb are a necessity if SSDs are not available. 19

20 Web Server Component Minimum Requirement Processor 2 x 4-Core (for example, Intel Xeon X5667, x5677, E or similar) Memory 48 GB RAM Operating System Windows Server 2008 R2 Enterprise or Windows Server 2012 Disk Space 500 GB Network Interface 1 GB Services Server Component Minimum Requirement Processor 2 x 4-Core (for example, Intel Xeon X5667, x5677, E or similar) Memory 48 GB RAM Operating System Windows Server 2008 R2 Enterprise or Windows Server 2012 Disk Space 500 GB Network Interface 1 GB 4.5 Configuration 5. Training Contractor shall work with ITA to configure the equipment for network connectivity through any City firewalls. Contractor shall configure the system to support all video and audio connections. Contractor shall configure all media and output devices for best resolution and quality. 5.1 The selected contractor shall provide the following trainings on-site for up to 10 students: ISOC system Admin Training ISOC system Advanced Admin Training 5.2 System Administrator Training: The selected contractor shall conduct at least one, full live System Administrator Training to instruct ITA representatives on how to manage and administer the ISOC system, dashboards and applications. 5.3 The selected contractor shall provide a comprehensive training manual that will provide City users with detailed instructions on how to use the ISOC system and its components. 20

21 5.4 The selected contractor shall provide a comprehensive technical manual that will be used by to maintain, modify, enhance and upgrade the ISOC system and system platform. 6. Maintenance and Support In its proposal, Contractor must provide their best terms for standard maintenance and support services for components installed under this RFP. This shall include a use, support, and maintenance license for the ISOC system (i.e. ARCHER or proposed alternative) to provide continuing access to update, patch, threat signatures, and new threat defense capabilities for a three year term. 7. Compliance with UASI 13 Technology Standards Contractor shall ensure that the project complies with the technology standards set forth in Exhibit O. III. PROPOSAL EVALUATION / CONTRACT AWARD A. Eligible Proposers Proposals will be accepted only from Contractors that meet all of the following requirements: 1. The Proposer must be qualified to conduct business in the State of California; 2. Must be in good standing with the Secretary of State, if a Corporation or Limited Liability Company; 3. The Proposer has not been determined to be non-responsible nor has the Proposer been debarred by the City pursuant to the Contractor Responsibility Ordinance; 4. The Proposer has not been debarred by the federal government, State of California, or local government; 5. If the Proposer had contracted with the State of California or the City of Los Angeles, it must not have an outstanding debt which has not been repaid or for which a repayment agreement plan has not been implemented. If it has contracted with the City of Los Angeles, it must not have an outstanding disallowed cost or other liability to the City; 6. Financial stability and ongoing ability to provide services proposed; 21

22 7. Availability of adequate staffing, including support and backup staff, with sufficient experience and technical expertise; 8. Be familiar with DHS Grant Programs. B. Source of Funds and Funds Available Funding for all periods of this RFP and subsequent contract is subject to City of Los Angeles Council approval and the continuing availability to the City of federal funds for this project. C. Budget Agreement with the selected Contractor will be on a fixed-price contract basis. D. Contract Term The contract performance period shall be based upon a schedule to be determined by the Project Manager and Contractor. The Project Manager estimates three months for the completion of this project. However, Bidders should include in their proposal a proposed schedule and timeline for the project contemplating completion in multiple phases, with a proposed budget for each phase. E. Preliminary Schedule Event Date REQUEST FOR PROPOSAL RELEASE: December 11, 2014 MANDATORY PROPOSAL CONFERENCE: January 6, 2015 at 10:00 AM (PST) LOCATION: Los Angeles Emergency Operation Center 500 E. Temple Street, Los Angeles, CA BUSINESS INCLUSION PROGRAM ( BIP ) January 14, 2015 OUTREACH IS DUE ON: at 11:59 p.m. (PST) DEADLINE FOR SUBMITTING PROPOSAL: January 29, 2015 at 3:00 p.m. (PST) 22

23 F. Technical Assistance All technical assistance questions must be submitted by or fax, using the attached Technical Assistance Request Form (Exhibit M). is the preferred way to contact City staff. Please identify the RFP title on the subject line of your message. To ensure fair and consistent distribution of information, all questions will be answered by a Question-and-Answer (Q&A) document available on the City of Los Angeles Business Assistance Virtual Network at No individual answers will be given. The Q&A document will be available by fax or for pick-up at the address on the front cover. Technical Assistance questions submitted after January 20, 2015 at 3:00 p.m. (Pacific Time) will NOT be accepted. G. Attendance at Proposal Conference Attendance at the Proposal Conference is mandatory. Proposers who do not attend the mandatory pre-proposal conference will not be eligible to submit proposals. No minutes will be taken at the Pre-Proposal Conference. Attendees at the conference will be responsible for taking their own notes. All questions will be addressed at this conference and any available new information will be provided at that time. If you have further questions regarding the RFP, please refer to technical assistance guidelines. Questions raised at the Pre-Proposal Conference may be answered orally. If any substantive new information is provided in response to questions raised at the Pre-Proposal Conference, it will also be memorialized in a written addendum to this RFP, which will be posted on the website at BRING YOUR OWN COPY OF THE RFP. NO COPIES WILL BE PROVIDED AT THE CONFERENCE. H. Deadline for Submission of Proposals The original proposal, together with five (5) complete copies, must be hand- or courier-delivered in a sealed package by the deadline date on the cover of this document. The original must be marked Original on the cover and must bear the actual wet signature(s) of the person(s) authorized to sign the proposal. The copies must be numbered on the upper right hand side of the cover to indicate Copy No.. 23

24 Proposals must be submitted in 3-ring binders. Proposals must be submitted by 3:00 p.m. (Pacific Standard) on January 9, Proposals must be addressed to: Adam Gertz Los Angeles Mayor s Office Office of Homeland Security and Public Safety 200 N. Spring Street, Room 303 Los Angeles, CA The envelope containing the proposal must clearly identify the RFP for which the proposal is being submitted with the following statement: HSPS: Citywide Cyber Security System Persons who hand deliver a proposal will be issued a Notice of Receipt of Proposal. The original copy of the submitted proposal will be marked with a time and date stamp. Timely submission of the proposal is the sole responsibility of the Proposer. The City reserves the right to determine the timeliness of all submissions. Late proposals will not be reviewed. All proposals delivered after the stated deadlines will not be accepted and will be returned unopened to the Proposer. Proposals submitted via U.S. Mail, facsimile, or will not be accepted. I. Evaluation Factors Proposals shall be evaluated on the following categories and may include consideration of any or all of the listed factors at the City s sole discretion. SELECTION CRITERIA POINTS Project Plan (see Narrative 1) 35 Staff Experience and References (see Narrative 2) 20 Contractor s Demonstrated Ability (see Narrative 3) 35 Cost (see Narrative 4) 10 Total Possible Project Plan (35 points) Thoroughness, quality, and completeness of responses to questions outlined in Narrative 1. Practicality, efficiency, and effectiveness of the proposed strategies and methodologies. 24

25 2. Staff Experience (20 points) Thoroughness, quality, and completeness of responses to questions outlined in Narrative 2. Depth and quality of staff experience relating to their assigned role. Staff knowledgebase. Quality and relevance of any references provided. 3. Contractor s Demonstrated Ability (35 points) Thoroughness, quality, and completeness of responses to questions outlined in Narrative 3. The Contractor s financial stability and ability to provide the services proposed. Availability of adequate staffing, including support and backup staff, and the experience and technical expertise of assigned staff. Quality and relevance of any references provided. The contractor must be experienced with the procurement and installation of similar components. 4. Cost (10 points) Thoroughness, quality, and completeness of responses to questions outlined in Narrative 4. Accuracy and completeness of submitted budget(s). Allowableness/allocability, reasonableness, and necessity of costs. Feasibility of budget(s). NOTE: Proposed costs may be compared against other proposers and against independent cost estimates. The lowest cost proposer may not be determined to be the best proposer when all the evaluation factors have been considered. J. Proposal Review Process The proposal review process shall include the following major activities to ensure that the procurement meets audit standards: 1. All proposals shall be reviewed to determine that the minimum eligibility requirements have been met. Ineligible proposers will be informed in writing; 2. All eligible proposals shall be reviewed, scored, and ranked; 3. Each eligible proposal shall be reviewed for costs that are reasonable, allowable, necessary, and competitive, as measured by a review of the 25

26 line-item budget, the project design, and its competitive standing as compared to all other proposals; 4. At the City s sole discretion, oral interviews may be held with top scoring proposers. The results of the oral review will determine the final funding recommendations; and 5. Proposers shall be notified in writing about funding recommendations. K. Contract Award The selection of any proposal shall not imply acceptance by the City of all terms of the proposal, which may be subject to further negotiations and approvals before the City may be legally bound thereby. If a satisfactory contract cannot be negotiated in a reasonable time, City, in its sole discretion, may terminate negotiations with the selected proposer and begin contract negotiations with the next proposer ranked by the Selection Committee. L. Proposal Appeal Process All applicants shall have the opportunity to appeal Department funding recommendations. 1. Errors and Omissions in RFP Proposers are responsible for reviewing all portions of this RFP. Proposers are to promptly notify Adam Gertz, in writing, if the proposer discovers any ambiguity, discrepancy, omission, or other error in the RFP. Any such notification should be directed to the individual designated on page 2 of this RFP promptly after discovery, but in no event later than five working days before the date for receipt of proposals. Modifications and clarifications will be made by addenda as provided below. 2. Objections to RFP Terms Should a proposer object on any ground to any provision or legal requirement set forth in this RFP, the proposer must, not more than ten (10) calendar days after the RFP is issued, provide written notice to the City setting forth with specificity the grounds for the objection. The failure of a proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection. 26

27 3. Change Notices The Project Manager may modify the RFP, prior to the proposal due date, by issuing Change Notices, which will be posted on the labavn.com website. The proposer shall be responsible for ensuring that its proposal reflects any and all Change Notices issued by the Project Manager prior to the proposal due date, regardless of when the proposal is submitted. Therefore, the City recommends that the proposer consult the website frequently, including shortly before the proposal due date, to determine if the proposer has downloaded all Change Notices. 4. Term of Proposal Submission of a proposal signifies that the proposed services and prices are valid for 120 calendar days from the proposal due date and that the quoted prices are genuine and not the result of collusion or any other anticompetitive activity. 5. Revision of Proposal A proposer may revise a proposal on the proposer s own initiative at any time before the deadline for submission of proposals. The proposer must submit the revised proposal in the same manner as the original. A revised proposal must be received on or before the proposal due date. IV. GENERAL RFP INFORMATION A. General Proposal Conditions 1. Costs Incurred by Proposers All costs of proposal preparation shall be borne by the proposer. The City shall not, in any event, be liable for any pre-contractual expenses incurred by proposers in the preparation and/or submission of the proposals, including mandatory attendance at the Pre-Proposal Conference, a post-submission interview, and field evaluation. Proposals shall not include any such expenses as part of the proposed budget. 2. Best Offer The proposal shall include the proposer s best terms and conditions. Submission of the proposal shall constitute a firm and fixed offer to the City that will remain open and valid for a minimum of ninety (90) days from the submission deadline. 27

28 3. Accuracy and Completeness The proposal must set forth accurate and complete information as required in this RFP. Unclear, incomplete, and/or inaccurate documentation may not be considered. Falsification of any information may result in disqualification. If the proposer knowingly and willfully submits false performance or other data, the City reserves the right to reject that proposal. If it is determined that a contract was awarded as a result of false performance or other data submitted in response to this RFP, the City reserves the right to terminate the contract. Unnecessarily elaborate or lengthy proposals or other presentations beyond those needed to give a sufficient, clear response to all the RFP requirements are not desired. 4. Withdrawal of Proposals Proposals may be withdrawn by written request of the authorized signatory on the proposer s letterhead at any time prior to the submission deadline. 5. General City Reservations The City reserves the right to extend the submission deadline should this be in the interest of the City. Proposers have the right to revise their proposals in the event that the deadline is extended. The City reserves the right to withdraw this RFP at any time without prior notice. The City makes no representation that any contract will be awarded to any proposer responding to the RFP. The City reserves the right to reject any or all submissions. If an inadequate number of proposals is received or the proposals received are deemed non-responsive, not qualified or not cost effective, the City may at its sole discretion reissue the RFP or execute a sole-source contract with a vendor. The City shall review and rate submitted proposals. The proposer may not make any changes or additions after the deadline for receipt of proposals. The City reserves the right to request additional information or documentation, as it deems necessary. 28

29 The City reserves the right to verify all information in the proposal. If the information cannot be verified, and if the errors are not willful, the City reserves the right to reduce the rating points awarded. The City reserves the right to require a pre-award interview and/or site inspection. The City reserves the right to waive minor defects in the proposal in accordance with the City Charter. If the selection of the proposer is based in part on the qualifications of specific key individuals named in the proposal, the City must approve in advance any changes in the key individuals or the percentage of time they spend on the project. The City reserves the right to have the contractor replace any project personnel. 6. Contract Negotiations Proposers approved for funding shall be required to negotiate a contract with the City on an offer/counter-offer basis. The best terms and conditions originally offered in the proposal shall bind the negotiations. The City reserves the right to make a contract award contingent upon the satisfactory completion by the proposer of certain special conditions. The contract offer of the City may contain additional terms or terms different from those set forth herein. As part of the negotiation process, the City reserves the right to: Fund all or portions of a proposer s proposal and/or require that one proposer collaborate with another for the provision of specific services, either prior to execution of an agreement or at any point during the life of the agreement; Use other sources of funds to fund all or portions of a proposer s proposal; Require that a funded proposer utilize a facility designated by the City for purposes of implementing its project; Elect to contract directly with one or more of the identified collaborators; Require all collaborators identified in the proposal to become co-signatories to any contract with the City. 29

30 7. Standing of Proposer Regardless of the merits of the proposal submitted, a proposer may not be recommended for funding if it has a history of contract noncompliance with the City or any other funding source, poor past or current contract performance with the City or any other funding source, or current disputed or disallowed costs with the City or any other funding source. Contractors/Organizations that have been sanctioned because of non-compliance with Single Audit Act requirements for managing grant funds will be eligible to apply; however, they will not be eligible to receive any funding, if awarded under this RFP process, until this sanction is removed. The City will enter into an agreement only with entities that are in good standing with the California Secretary of State. 8. Contractor Responsibility Ordinance Every Request for Proposal, Request for Bid, Request for Qualifications or other procurement process is subject to the provisions of the Contractor Responsibility Ordinance, Section et seq. of Article 14, Chapter 1 of Division 10 of the Los Angeles Administrative Code, unless exempt pursuant to the provisions of the Ordinance. This Ordinance requires that all proposers/bidders complete and return, with their response, the responsibility questionnaire included in this procurement. Failure to return the completed questionnaire may result in the proposer/bidder being deemed non-responsive. The Ordinance also requires that if a contract is awarded pursuant to this procurement, that the contractor must update responses to the questionnaire, within thirty calendar days, after any changes to the responses previously provided if such change would affect contractor s fitness and ability to continue performing the contract. Pursuant to the Ordinance, by executing a contract with the City, the contractor pledges, under penalty of perjury, to comply with all applicable federal, state and local laws in performance of the contract, including but not limited to laws regarding health and safety, labor and employment, wage and hours, and licensing laws which affect employees. Further, the Ordinance, requires each contractor to: (1) notify the awarding authority within thirty calendar days after receiving notification that any governmental agency has initiated an investigation which may result in a finding that the 30

31 contractor is not in compliance with Section (a) of the Ordinance; and (2) notify the awarding authority within thirty calendar days of all findings by a government agency or court of competent jurisdiction that the contractor has violated Section (a) of the Ordinance. 9. Proprietary Interests of the City All proposals submitted in response to this RFP shall become the property of the City of Los Angeles and subject to the State of California Public Records Act. Proposers must identify all copyrighted material, trade secrets or other proprietary information that the proposers claim are exempt from the California Public Records Act (California Government Code Section 6250 et seq.). In the event a proposer claims such an exemption, the proposer is required to state in the proposal the following: "The proposer will indemnify the City and its officers, employees and agents, and hold them harmless from any claim or liability and defend any action brought against them for their refusal to disclose copyrighted material, trade secrets or other proprietary information to any person making a request therefore." Failure to include such a statement shall constitute a waiver of a proposer's right to exemption from this disclosure. 10. Discount Terms Proposers agree to offer the City any discount terms that are offered to its best customers for the goods and services to be provided herein, and apply such discount to payments made under this agreement which meet the discount terms. 11. Equal Benefits Ordinance Bidders/Proposers are advised that any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Los Angeles Administrative Code Section , Equal Benefits Ordinance (EBO). All Bidders/Proposers shall complete and upload the Equal Benefits Ordinance Affidavit (two (2) pages), available on the City of Los Angeles Business Assistance Virtual Network (BAVN) residing at prior to award of a City contract valued at $5,000 31

32 or more. The Equal Benefits Ordinance Affidavit shall be effective for a period of twelve months from the date it is first uploaded onto the City s BAVN. Bidders/Proposers do not need to submit supporting documentation with their bids or proposals. However, the City may request supporting documentation to verify that the benefits are provided equally as specified on the Equal Benefits Ordinance Affidavit. Bidders/Proposers seeking additional information regarding the requirements of the Equal Benefits Ordinance may visit the Bureau of Contract Administration s web site at Information concerning the submission of documents to BAVN is included in Exhibit L of this RFP. 12. Statutes and Regulations Applicable To All Grant Contracts Statutes and regulations applicable to all grant contracts and to this particular grant contract are attached as Exhibit N. Contractor shall be required to abide by these statutes and regulations as these statutes and regulations shall be incorporated into the Contract between the City and the Contractor regarding this project. 13. Slavery Disclosure Ordinance - Not applicable to this RFP. 14. Americans With Disabilities Act Any contract awarded pursuant to this RFP/RFQ shall be subject to the following: The Contractor/Consultant hereby certifies that it will comply with the Disabilities Act 42, U.S.C. Section et seq., and it s implementing regulations. The Contractor/Consultant will provide reasonable accommodations to allow qualified individuals with disabilities to have access to and to participate in its programs, services and activities in accordance with the provisions of the Disabilities Act. The Contractor/Consultant will not discriminate against persons with disabilities or against persons due to their relationship to or association with a person with a disability. Any subcontract entered into by the Contractor/Consultant, relating to this Contract, to the extent allowed hereunder, shall be subject to the provisions of this paragraph. 15. Child Support Assignment Orders Any contract awarded pursuant to this RFP/RFQ shall be subject to the following: 32

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION Issued: November 21, 2014 TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Summary of Services Required...3 2. Key Information

More information

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Georgia Lottery Corporation (GLC) PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal) NOTE: PLEASE ENSURE THAT ALL REQUIRED SIGNATURE BLOCKS ARE COMPLETED. FAILURE TO SIGN THIS FORM AND INCLUDE IT WITH YOUR PROPOSAL WILL CAUSE REJECTION OF YOUR PROPOSAL. Georgia Lottery Corporation ("GLC")

More information

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST 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 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

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302 LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302 REQUEST FOR QUALIFICATIONS For Information Systems Security Assessment Services Proposal Issue Date 1/11/20016

More information

Attachment 1 REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG REDUCTION AND YOUTH DEVELOPMENT

Attachment 1 REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG REDUCTION AND YOUTH DEVELOPMENT Attachment 1 REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG REDUCTION AND YOUTH DEVELOPMENT DATE ISSUED: April 22, 2014 TITLE: Los Angeles Violence Intervention Training Academy

More information

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007. WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007 Table of Contents Section 1 Section 2 Section 3 Section 4 Section 5 Section

More information

REQUEST 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 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 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

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019 WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/18-05 For: July 1, 2018 to June 30, 2019 DUE DATE OF PROPOSAL: MONDAY, APRIL 23, 2018-8:00 AM DROPPING OFF PROPOSAL:

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 PROPOSAL (RFP) FOR

REQUEST FOR PROPOSAL (RFP) FOR REQUEST FOR PROPOSAL (RFP) FOR COMMUNITY DEVELOPMENT BLOCK GRANT Emergency Alert Response System Issue Date: November 21, 2014 Due Date: December 22, 2014 Proposers Conference: December 4, 2014 Submission

More information

Santa Ana Arts and Culture Master Plan

Santa Ana Arts and Culture Master Plan REQUEST FOR PROPOSALS Santa Ana Arts and Culture Master Plan City of Santa Ana SUBMISSION DEADLINE March 6, 2015 REQUEST FOR PROPOSALS C O N T E N T S Arts & Culture Master Plan I. Introduction & Project

More information

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,

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

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

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

Request for Proposals

Request 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 information

CITY OF LOS ANGELES LOS ANGELES PUBLIC LIBRARY. REQUEST FOR PROPOSALS RFP No FOR A

CITY OF LOS ANGELES LOS ANGELES PUBLIC LIBRARY. REQUEST FOR PROPOSALS RFP No FOR A CITY OF LOS ANGELES LOS ANGELES PUBLIC LIBRARY REQUEST FOR PROPOSALS RFP No. 44-017 FOR A LIBRARY FACILITIES MASTER PLANNING CONSULTANT OR CONSULTANTS REQUEST FOR PROPOSALS Library Facilities Master Planning

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

Rent Escrow Account Program (REAP) and Utility Maintenance Program (UMP) Landlord Outreach Services (RFP)

Rent Escrow Account Program (REAP) and Utility Maintenance Program (UMP) Landlord Outreach Services (RFP) City of Los Angeles Housing and Community Investment Department (HCIDLA) Eric Garcetti, Mayor Rushmore D. Cervantes, General Manager Rent Escrow Account Program (REAP) and Utility Maintenance Program (UMP)

More information

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. 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 information

City and County of San Francisco. Request for Proposals for. Organizational and Change Management Assessment Services

City and County of San Francisco. Request for Proposals for. Organizational and Change Management Assessment Services City and County of San Francisco Request for Proposals for Organizational and Change Management Assessment Services Date issued: September 15, 2014 Proposal due: September 29, 2014 5:00pm Request for Proposals

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Request for Proposal for Prosecutors Office Case Management Software ISSUED BY: Jefferson County Prosecuting Attorney P.O. Box 729 120 S. George Street Charles Town, WV 25414 Date

More information

CITY 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 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 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

Request for Proposal (RFP) (P ) PeopleSoft FSCM and HCM 9.2 Upgrade Project

Request for Proposal (RFP) (P ) PeopleSoft FSCM and HCM 9.2 Upgrade Project Request for Proposal (RFP) (P15071011012) PeopleSoft FSCM and HCM 9.2 Upgrade Project RFP Submittals Due: July 10, 2015 by 5:00 p.m. (PST) (Submit electronically, in PDF format) via the City of Sacramento's

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

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

Digital Copier Equipment and Service Program

Digital Copier Equipment and Service Program 1200 ARLINGTON STREET GREENSBORO, NC 27406 Digital Copier Equipment and Service Program RFP #140-18 PROPOSAL TIMELINES May 15, 2018 June 4, 2018 June 27, 2018 July 9, 2018 Release of Proposals 3:00 p.m.

More information

Issued by: City of Lynwood Community Development Department (CDBG) Division

Issued by: City of Lynwood Community Development Department (CDBG) Division Request For Professional Services Proposal (RFP) Five-Year Consolidated Plan; 2015 Annual Action Plan And Analysis of Impediments (AI) to Fair Housing Choice Issued by: City of Lynwood Community Development

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

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

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES Submission Deadline: 11:59 p.m. March 8, 2015 980 9 th Street Suite 1900 Sacramento, CA 95814 SacRetire@saccounty.net

More information

City of Commerce Request for Proposal Data Management System City of Commerce Transportation Department

City of Commerce Request for Proposal Data Management System City of Commerce Transportation Department City of Commerce Request for Proposal Data Management System City of Commerce Transportation Department SUBMIT PROPOSAL TO: Purchasing Department City of Commerce 2535 Commerce Way Commerce, CA 90040 PROPOSAL

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 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

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017 Request for Proposals RFP No. 17-01-06 Automated License Plate Reader (ALPR) System Issue Date: January 25, 2017 File #: 03-1220-20/17-01-06/1 Doc #: 2519682.v1 RFP No. 17-01-06 Automated License Plate

More information

City of Seattle Department of Information Technology. Request for Proposals #DIT

City of Seattle Department of Information Technology. Request for Proposals #DIT City of Seattle Department of Information Technology Request for Proposals #DIT 120127 Consultant Services for 1.0 Schedule. The following is the estimated schedule of events. The City reserves the right

More information

REQUEST FOR PROPOSALS RFP# CAFTB

REQUEST FOR PROPOSALS RFP# CAFTB REQUEST FOR PROPOSALS RFP# CAFTB25092017-01 THE CHILDREN S AID FOUNDATION OF THE DISTRICT OF THUNDER BAY WEBSITE REDESIGN/DEVELOPMENT Issue Date: 25 September 2017 Closing Date: 20 October 2017 Submit

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 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 Proposal January 2015

Request For Proposal January 2015 Request For Proposal January 2015 REQUEST FOR PROPOSAL IBM System i Upgrade January 2015 Any questions pertaining to this proposal shall be directed to Gary A. Wine, Director of Information Technology

More information

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

REQUEST 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 information

City and County of San Francisco. Request for Proposals for Preparing a Business Case for Developing an Accessible, Open Source Voting System

City and County of San Francisco. Request for Proposals for Preparing a Business Case for Developing an Accessible, Open Source Voting System City and County of San Francisco Request for Proposals for Preparing a Business Case for Developing an Accessible, Open Source Voting System REG RFP #2017-01 Schedule Proposal Phase RFP is advertised and

More information

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving BID # 1217-2 Hunters Point Community Library Date: December 20, 2017 Invitation for Bid: Furniture & Shelving Bids must be submitted by: January 17, 2018 2:00 P.M., to: Purchasing Department Queens Borough

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

LOS ANGEILES f!!r"e DIEPARTMRWX

LOS ANGEILES f!!re DIEPARTMRWX August 17, 2010 LOS ANGEILES f!!r"e DIEPARTMRWX MILLAGE PEAKS FlRE CHIEF August 3, 2010 BOARD OF FlRE COMMISSIONERS FILE NO. 10-080 TO: Board of Fire Commissioners FROM: Millage Peaks, Fire Chief a* y.

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

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

Request for Proposal: NETWORK FIREWALL

Request for Proposal: NETWORK FIREWALL Alton Community Unit School District #11 -Technology Department - Request for Proposal: NETWORK FIREWALL Equipment and Installation/Support (ERATE Category II) Bid Reference: NET_FIREWALL_1617 ISSUED:

More information

City and County of San Francisco Department of Building Inspection

City and County of San Francisco Department of Building Inspection City and County of San Francisco Department of Building Inspection REQUEST FOR PROPOSAL FOR CODE ENFORCEMENT OUTREACH PROGRAM (RFP #DBI2016-21CEOP) Issued by: Department of Building Inspection Dated Issued:

More information

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) IT Works Maintenance or Replacement for Mississippi State University

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) IT Works Maintenance or Replacement for Mississippi State University MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) 17-96 IT Works Maintenance or Replacement for Mississippi State University ISSUE DATE: October 30, 2017 ISSUING AGENCY: Office of Procurement and

More information

CITY OF LOS ANGELES LOS ANGELES PUBLIC LIBRARY. REQUEST FOR QUALIFICATIONS RFQ No For IMMIGRATION ASSISTANCE CONTRACTORS

CITY OF LOS ANGELES LOS ANGELES PUBLIC LIBRARY. REQUEST FOR QUALIFICATIONS RFQ No For IMMIGRATION ASSISTANCE CONTRACTORS CITY OF LOS ANGELES LOS ANGELES PUBLIC LIBRARY REQUEST FOR QUALIFICATIONS RFQ No. 44-016 For IMMIGRATION ASSISTANCE CONTRACTORS REQUEST FOR QUALIFICATIONS Immigration Assistance Contractors CITY OF LOS

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

Request for Proposal: Alton Middle School NETWORK CABLING

Request for Proposal: Alton Middle School NETWORK CABLING Alton Community Unit School District #11 -Technology Department - Request for Proposal: Alton Middle School NETWORK CABLING Low Voltage Network Cabling Installation (ERATE Category II) Bid Reference: NET_AMS-WIRING_1617

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

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS ADDENDUM #1 ISSUSED ON May 13, 2005 REQUEST FOR PROPOSALS FOR A NEW VOTING SYSTEM RFP#NVS0305 1) Please add and substitute the following Addendum

More information

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

PROCUREMENT 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 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

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

Minutes Board of Trustees

Minutes Board of Trustees Minutes Board of Trustees Action Without a Meeting September 14, 2009 On September 14, 2009, the members of the Board of Trustees of the North American Electric Reliability Corporation consented in writing

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075 For Student Refund and Financial Aid Disbursement Payments PROPOSALS DUE: By 5 p.m. on November 30, 2015 Coast Community College Attn: John

More information

TOWN AUDITING SERVICES

TOWN AUDITING SERVICES REQUEST FOR PROPOSAL TOWN AUDITING SERVICES TOWN OF LONGMEADOW MASSACHUSETTS Saved as: RPF Acct Auditing Services FY 12-14 03/1/11 TOWN OF LONGMEADOW REQUEST FOR PROPOSALS FOR AUDITING SERVICES The Town

More information

INTRODUCTION Illinois Valley Community College (IVCC) is requesting proposals for information technology security assessment services.

INTRODUCTION Illinois Valley Community College (IVCC) is requesting proposals for information technology security assessment services. REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY AUDIT FOR ILLINOIS VALLEY COMMUNITY COLLEGE DISTRICT NO. 513 PROPOSAL # RFP2018-P02 INTRODUCTION Illinois Valley Community College (IVCC) is requesting

More information

INFORMATION TECHNOLOGY ASSESSMENT & PLANNING CONSULTANT REQUEST FOR PROPOSALS (RFP)

INFORMATION TECHNOLOGY ASSESSMENT & PLANNING CONSULTANT REQUEST FOR PROPOSALS (RFP) INFORMATION TECHNOLOGY ASSESSMENT & PLANNING CONSULTANT REQUEST FOR PROPOSALS (RFP) Los Angeles County Children and Families First Proposition 10 Commission (aka First 5 LA) RELEASE DATE: AUGUST 24, 2017

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

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station Request for Qualifications Professional Design and Construction Services as a Design-Builder For Submittal Due Date: August 4, 2015 Notice is hereby given that Delhi Township is seeking Statements of Qualification

More information

Information Technology Business Impact Analysis Consulting Services

Information Technology Business Impact Analysis Consulting Services P.O. Box 3529 Portland, Oregon 97208 REQUEST FOR PROPOSALS for Information Technology Business Impact Analysis Consulting Services SOLICITATION NUMBER 2012-787 July 13, 2012 PROPOSALS DUE: NOT LATER THAN

More information

REQUEST FOR PROPOSALS RFP # for AMERICAN SIGN LANGUAGE (ASL) ENGLISH INTERPRETATION SERVICES. Issued by:

REQUEST FOR PROPOSALS RFP # for AMERICAN SIGN LANGUAGE (ASL) ENGLISH INTERPRETATION SERVICES. Issued by: REQUEST FOR PROPOSALS RFP # 1801 for AMERICAN SIGN LANGUAGE (ASL) ENGLISH INTERPRETATION SERVICES Issued by: Blue Ridge Community & Technical College Date of Issue November 20, 2017 Proposals must be received

More information

REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance

REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance REQUEST FOR PROPOSALS Noise Monitoring and Flight Tracking System and Noise Monitor Service and Maintenance In accordance with provisions of the Boca Raton Airport Authority Procurement Code (the "Procurement

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Creative Arts Coordinator The City of Goshen Redevelopment Commission, assisted by the Mayor s Arts Council, is soliciting Proposals from individuals and/or firms interested

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

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

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

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

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES Agricultural Sciences Complex West Texas A&M University Canyon, Texas Project No. 18-3119 DEADLINE FOR SUBMITTAL: 2pm, Thursday, February 11, 2016 OFFICE

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

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR PROPOSALS TO PROVIDE An Automated Reconciliation Software Solution The Office of the General Treasurer 50 Service Avenue Warwick, RI 02886

More information

Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012

Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012 10 Krey Boulevard Rensselaer, NY 12144 Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012 I. INTRODUCTION A. Overview

More information

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY NOTICE IS HEREBY GIVEN that the CITY OF LOMPOC (hereinafter "CITY") is seeking proposals for a DEVELOPMENT IMPACT FEE UPDATE STUDY

More information

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal Detroit/Wayne County Port Authority REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal RFP TIMETABLE ACTION DATE TIME RFP Issue Date January 29, 2018

More information

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

PROPOSAL INSTRUCTIONS AND REQUIREMENTS PROPOSAL INSTRUCTIONS AND REQUIREMENTS A Proposal is requested by the Dallas/Fort Worth International Airport Board (herein called Board). The Board will receive separate sealed Proposals until the deadline

More information

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE CITY OF LOS ANGELES RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE EFFECTIVE JUNE 27, 2016 Department of Public Works Bureau of Contract Administration Office of Contract Compliance

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

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

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT ISSUED BY ISABELLA COUNTY BOARD OF COMMISSIONERS ISSUE DATE: February 4, 2008 ISABELLA COUNTY REQUEST FOR PROPOSALS

More information

Request for Proposal: Wireless Access Points

Request for Proposal: Wireless Access Points Alton Community Unit School District #11 -Technology Department - Request for Proposal: Wireless Access Points Equipment and Installation/Support (ERATE Category II) Bid Reference: NET_WIRELESS_1617 ISSUED:

More information

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS 1. INTRODUCTION - Van Dyke Public Schools is requesting proposals for the purchase of a CNC Lathe Machine to be used in our Career & Technical

More information

REQUEST FOR PROPOSALS (RFP) Information Technology Services

REQUEST FOR PROPOSALS (RFP) Information Technology Services Northwest Workforce Council PO Box 2009 (101 Prospect Street), Bellingham, WA 98227-360.676.3209 2005 E. College Way, Mount Vernon, WA 98273-360.416.3600 265 NE Kettle St., Ste. 102, Oak Harbor, WA 98277-360.675.5966

More information

REQUEST FOR INFORMATION (RFI) AUTOMATED PARK ENTRY TECHNOLOGY SOLUTIONS DEP RFI Number: C

REQUEST FOR INFORMATION (RFI) AUTOMATED PARK ENTRY TECHNOLOGY SOLUTIONS DEP RFI Number: C Request for Information for Automated Park Entry RFI No.: 2017018C REQUEST FOR INFORMATION (RFI) AUTOMATED PARK ENTRY TECHNOLOGY SOLUTIONS DEP RFI Number: 2017018C Pursuant to s. 287.012 (22), Florida

More information

ISSUING AGENCY INFORMATION. Guam Economic Development Authority. John A. Rios Administrator

ISSUING AGENCY INFORMATION. Guam Economic Development Authority. John A. Rios Administrator GUAM ECONOMIC DEVELOPMENT AUTHORITY REQUEST FOR PROPOSAL NO. 15-004 FOR STRATEGIC MARKETING SERVICES BUSINESS DEVELOPMENT DIVISION RFP Issue Date: April 16, 2015 Number of Pages: 26 Proposal Due Date and

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

REQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03

REQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03 REQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03 INTRODUCTION The purpose of this proposal process is to identify potential consultants to

More information

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

SACRAMENTO 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 information

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT ADDENDUM NUMBER 02 TO THE BID DOCUMENTS To all general contract bidders of record on the Bid Proposal: BID NUMBER:0215-17 SJCC Parking Garage LED Lighting

More information

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT The Lower Manhattan Development Corporation, ( LMDC ) a subsidiary of the New York State Urban Development Corporation

More information

Request for Proposal for an IP Security Camera Solution RFP-IP SECURITY CAMERA2

Request for Proposal for an IP Security Camera Solution RFP-IP SECURITY CAMERA2 City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for an IP Security Camera Solution RFP-IP SECURITY CAMERA2 Closing Date: August 21, 2017 Closing Time: 11:30 a.m.

More information

REQUEST FOR PROPOSAL FOR Network Penetration and Vulnerability Testing

REQUEST FOR PROPOSAL FOR Network Penetration and Vulnerability Testing REQUEST FOR PROPOSAL FOR Network Penetration and Vulnerability Testing Issued March 24, 2017 Responses due April 10, 2017 by 4:30 pm CST Contents I. Introduction... 3 II. Description of SURS... 3 III.

More information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for SIDEWALK INSTALLATION RFP SIDEWALK INSTALLATION - 091118 The City of College Park is accepting sealed proposals from qualified vendors for SIDEWALK INSTALLATION.

More information