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

Size: px
Start display at page:

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

Transcription

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

2 TABLE OF CONTENTS SECTION TITLE PAGE Section 1 INTRODUCTION 1.1 Introduction to the Procurement Statement of Purpose Term of Agreement Contact Person and Procurement Manager Definitions 4 Section 2 RFP PROCESS 2.1 General Official Notices and Public Records Protest and Disputes Limitations on Contacting Department Personnel Schedule of Events and Deadlines Notice of Intent to Submit a Proposal Solicitation Conference Call Written Inquiries Receipt and Rejection of Proposals and Waiver of Minor Irregularities Request to Withdraw Proposal Cost of Preparation of Proposal PUR Department s Reserved Rights 9 Section 3 THE SELECTION METHODOLOGY 3.1 Application of Mandatory Requirements Evaluation Methodology for Ranking Final Selection and Notice of Intent to Award Contract 11 Section 4 MINIMUM SPECIFICATIONS 4.1 Respondent Qualifications Minimum Programmatic Specifications Minimum Financial Specifications Contract Order of Precedence 13 Section 5 INSTRUCTIONS FOR RESPONDING TO THE RFP 5.1 How to Submit a Response Content of the Response Response Format Public Records and Trade Secrets 21 APPENDICES 2

3 APPENDICES TITLE PAGE Appendix I Notice of Intent to Submit a Proposal 22 Appendix II Respondent s Statements and Certifications 23 Appendix III Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion For Contracts/Subcontracts 25 Appendix IV Certification Regarding Lobbying: Certification for Contracts, Grants, Loans and Cooperative Agreements 26 Appendix V Project Budget Summary and Detail Instructions 27 Appendix VI Project Budget Summary 28 Appendix VII Proposed Cost Allocation Plan 29 Appendix VIII Mandatory Requirements 30 Appendix IX Instructions to Evaluators 31 Appendix X Rating Summary Sheet 33 Appendix XI Rating Sheets for the Programmatic Proposal (Criterion 1) 34 Appendix XII Rating Sheets for the Programmatic Proposal (Criterion 2) 35 Appendix XIII Rating Sheets for the Programmatic Proposal (Criterion 3) 36 Appendix XIV Rating Sheets for the Programmatic Proposal (Criterion 4) 37 Appendix XV Rating Sheets for the Programmatic Proposal (Criterion 5) 38 Appendix XVI Rating Sheet for the Cost Proposal 39 Appendix XVII Rating Sheet for Financial Stability 40 Exhibit A Florida Certification Board Certification Standard for CRPS-A 41 Exhibit B Florida Certification Board Certification Standard for CRPS-F 42 Exhibit C Florida Certification Board Certification Standard for CRPS 43 Exhibit D CRPS-A Role Delineation Study, Appendix C: Detailed Test Blueprint 44 Exhibit E CRPS-F Role Delineation Study, Appendix C: Detailed Test Blueprint 48 3

4 SECTION 1: INTRODUCTION 1.1 INTRODUCTION TO THE PROCUREMENT The Florida Department of Children and Families (Department), Substance Abuse and Mental Health Program Office, is issuing this solicitation to interested parties for the purpose of obtaining Certified Recovery Peer Specialist training services. This solicitation is issued in accordance with the provisions of Section , Florida Statutes, Chapter 60A-1 of the Florida Administrative Code, and applicable Department policies and procedures. Any person interested in responding to the solicitation must comply with any and all of the terms and conditions described in the solicitation. A failure to read, understand, or comply with the terms of the solicitation may result in the Department s inability to accept or fully consider the response. Parties interested in responding to the solicitation should read the solicitation in its entirety before contacting the Department s Contact Person for further information or submitting written inquiries. 1.2 STATEMENT OF PURPOSE Subject to the availability of funds, the Department is seeking proposals from qualified Respondents to conduct training events for applicants of the certification as an Adult and/or Family Certified Recovery Peer Specialist (CRPS). Training events are expected to be held as face-to-face events in each of the six (6) Department designated Regions to prepare both Adult and Family Certified Recovery Peer Specialist applicants for certification by the Florida Certification Board (FCB). 1.3 TERM OF AGREEMENT The Department intends to enter into one (1) contract as a result of this RFP. The anticipated start date of the resulting contract is January 1, The contract shall end on June 30, The contract may be renewed for a period not to exceed three (3) years or for the term of the original contract, whichever period is longer. Such renewal shall be made by mutual agreement and shall be contingent upon satisfactory performance as determined by the Department and shall be subject to the availability of funds. Any renewal shall be in writing and shall be subject to the same terms and conditions as set forth in the initial contract, including any amendments. 1.4 CONTACT PERSON AND PROCUREMENT MANAGER This RFP is issued by the State of Florida, Department of Children and Families. The contact point for all communication regarding this RFP is: Tarha Sondesky, Procurement Manager Mailing Address: Florida Department of Children and Families Mental Health Program Office 1317 Winewood Blvd., Building 6, Room 234 Tallahassee, Florida tarha_sondesky@dcf.state.fl.us 1.5 DEFINITIONS Contract Terms Contract terms used in this document can be found in the Department s Glossary of Contract Terms, which is hereby incorporated by reference and maintained at the following website: Program or Service Specific Terms. Program or service specific terms can be found in the Draft Attachment I, which is being posted on the Department of Management Services Vendor Bid System website (VBS) along with this RFP, and is herein incorporated by reference. 4

5 SECTION 2: RFP PROCESS 2.1 GENERAL Replies that meet the Mandatory Requirements of this RFP and are otherwise responsive will be eligible for evaluation. Such responsive Respondents will be evaluated and ranked. Following the evaluation and the Secretary s decision regarding the recommended ranking, the Department will post a notice of intended contract award, identifying the Respondent(s) selected for award. Final contract terms will be established with the selected Respondent(s). 2.2 OFFICIAL NOTICES AND PUBLIC RECORDS Notices Regarding the RFP. All notices, decisions, intended decisions, and other matters relating to this procurement will be electronically posted on the Department of Management Services (DMS) Vendor Bid System (VBS) website located at: In order to find postings at such location: 1. Click on Search Advertisements 2. Under Agency select Department of Children and Families 3. Scroll down to the bottom of the screen and click on Initiate Search It is the responsibility of prospective Respondents to check the VBS for addenda, notices of decisions and other information or clarifications to this RFP Public Records. All electronic and written communications pertaining to this RFP, whether sent from or received by the Department, are subject to the Florida public records laws. 2.3 PROTESTS AND DISPUTES Time Limits for Filing Protests. Any person who is adversely affected by the decision or intended decision made by the Department pursuant to this solicitation shall file with the Department a notice of protest in writing within 72 hours (Saturdays, Sundays, and state holidays excluded) after the posting of the notice of decision, or intended decision. The formal written protest shall be filed within ten (10) days after the date the notice of protest is filed Protests of the Specifications. With respect to a protest of the terms, conditions and specifications contained in this solicitation, including any provisions governing the methods for ranking proposals, awarding contracts, or modifying or amending any contract, the notice of protest shall be filed in writing within 72 hours (Saturdays, Sundays, and state holidays excluded) after the posting of the solicitation. For purposes of this provision, the term the solicitation includes any addendum, response to written questions, clarification or other document concerning the terms, conditions, or specifications of the solicitation. The formal written protest shall be filed within ten (10) days after the date the notice of protest is filed Bond Must Accompany Protest. When protesting a decision or intended decision (including a protest of the terms, conditions and specifications contained in the solicitation), the protestor must post a bond equal to one percent (1%) of the Department s estimated contract amount. The estimated contract amount shall be based upon the contract price submitted by the protestor. If no contract price was submitted, the Department shall provide the estimated contract amount to the protestor within 72 hours (excluding Saturdays, Sundays, and state holidays) after the notice of protest has been filed. The estimated contract amount is not subject to protest pursuant to s (3), F. S. The bond shall be conditioned upon the payment of all costs and charges that are adjudged against the protestor in the administrative hearing in which action is brought and in any subsequent appellate court proceeding. FAILURE TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL PROTEST WILL RESULT IN A REJECTION OF THE PROTEST. In lieu of a bond, the Department may accept a cashier s check, official bank check, or money order in the amount of the bond. 5

6 2.3.4 Filing a Protest. A notice of protest, formal protest, and bond are filed when received by the Contact Person listed in Section 1.4 above. Filing may be achieved by hand-delivery, courier, US Mail or facsimile transfer. Filing by will not be accepted. All methods of delivery or transmittal to the Department s Contact Person shall remain the responsibility of the protestor and the risk of non-receipt or delayed receipt shall be upon the protestor. FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN S (3), F.S., OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, F.S. 2.4 LIMITATIONS ON CONTACTING DEPARTMENT PERSONNEL Contact Other than During the Negotiations Phase. Prospective Respondents or persons acting on their behalf may not contact, between the release of this RFP and the end of the 72-hour period (Saturdays, Sundays and state holidays excluded), following the Department's posting of the notice of intended award, Department personnel or any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the Contact Person identified in Section 1.4 above or as provided in this solicitation. Any such contact by an affiliate, a person with a relevant business relationship with a prospective Respondent, or an existing or prospective subcontractor to a prospective Respondent is assumed to be on behalf of a prospective Respondent unless otherwise shown Violation of Contact Limitations. Violation of the provisions of Section 2.4 of this RFP will be grounds for rejecting a proposal, if determined by the Department to be material in nature. Violation of Section 2.4 is material in nature if the contact (oral, electronic, or written): 1. is heard or read by a person, prior to the completion of that person's final duties under this RFP, which person is responsible for reviewing, evaluating, scoring, ranking, or selecting Respondents under this RFP, or for advising any such person; 2. (i) advocates for the selection of the prospective Respondent, the disqualification of any other prospective Respondent, or the rejection of all proposals; (ii) comments on the qualifications of any Respondent or the responsiveness of any proposal; (ii) presents additional information favorable to the prospective Respondent or adverse to another prospective Respondent; or (iv) otherwise seeks to influence the outcome of this RFP; 3. may not be waived as a minor irregularity by virtue of the nature, intent, and extent of the information conveyed. The foregoing does not preclude a determination by the Department that other forms of contact are material violations of the provisions of this RFP. [THIS SPACE INTENTIONALLY LEFT BLANK] 6

7 2.5 SCHEDULE OF EVENTS AND DEADLINES ACTIVITY DATE TIME 1 ADDRESS RFP advertised and released on Vendor Bid System Notice of Intent to Submit a Proposal to be received by the Department no later than: THIS IS NOT MANDATORY 10/07/2011 5:00 PM 10/13/2011 5:00 PM Vendor Bid System (VBS): - See Section 2.3 for instructions. FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Rm 234 Tallahassee, FL tarha_sondesky@dcf.state.fl.us Solicitation Conference Call 10/17/2011 2:00 PM Conference Call Number: Access Code: Submission of written inquiries must be received by: Anticipated Department s response to inquiries Sealed proposals must be received by the Department 10/19/2011 5:00 PM FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Rm 234 Tallahassee, FL tarha_sondesky@dcf.state.fl.us 10/24/2011 5:00 PM 11/01/2011 2:00 PM Opening of the proposals 11/01/2011 2:30 PM Meeting of Department evaluators 11/02/ :00 AM Debriefing Meeting of the Department evaluators and ranking of the proposals Anticipated posting of Intended Contract Award Anticipated effective date of contract 11/09/ :00 AM FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Rm 234 Tallahassee, FL FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Rm 234 Tallahassee, FL FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Second Floor, Conference Room B, Tallahassee, FL Conference Call Number: Access Code: FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Second Floor, Conference Room B, Tallahassee, FL Conference Call Number: Access Code: /16/2011 9:00 AM 12/01/2011 N/A 1 All times are local time in Tallahassee, Florida. Although the Department may choose to use additional means of publicizing the results of this procurement, posting on the VBS is the only official notice recognized for the purpose of determining timeliness in the event of a protest. 7

8 2.6 NOTICE OF INTENT TO SUBMIT A PROPOSAL Respondents who are interested in responding to this RFP are encouraged to send a Notice of Intent to Submit a Proposal (Appendix I) to the Procurement Manager specified in Section 1.4, on or before the date and time specified in the Schedule of Events and Deadlines (Section 2.5). Submission of a Notice of Intent is not a pre-requisite for acceptance of proposals from prospective Respondents. 2.7 SOLICITATION CONFERENCE CALL The purpose of the Solicitation Conference Call is to review the RFP with interested Respondents so that areas of misunderstanding or ambiguity are clarified. The Department encourages all prospective Respondents to participate in the solicitation conference, during which Respondents may pose questions. The Solicitation Conference for this RFP will be held at the time and date specified in the Schedule of Events and Deadlines (Section 2.5) Small and Minority Business Participation. Small Businesses, Certified Minority and Women s Business Enterprises and Service-Disabled Veteran Business Enterprises are encouraged to participate in any conferences, conference calls, pre-solicitation, or preproposal meetings which are scheduled. All Respondents shall be accorded fair and equal treatment Official Department Responses. Only responses posted on the VBS website are to be considered official Department responses to the Respondent Participation not a Prerequisite. Participation in the solicitation conference is not a prerequisite for acceptance of proposals from prospective Respondents. 2.8 WRITTEN INQUIRIES Prospective Respondent questions will only be accepted if submitted in writing to the Procurement Manager specified in Section 1.4, via electronic mail, U.S. mail, or other mail service, and received on or before the date and time specified in Section 2.5, Schedule of Events and Deadlines. No questions will be accepted by facsimile or telephone. Responses to all inquiries, clarifications, or addenda if made to the RFP, will be made available by the date and time specified in Section 2.5 through electronic posting on the VBS website at: RECEIPT OF PROPOSALS AND WAIVER OF MINOR IRREGULARITIES Proposal Deadline. Proposals must be received by the Department no later than the date and time provided in Section 2.5, at the address listed in the Schedule of Events and Deadlines. Respondents are encouraged to be aware of any holiday shipping delays and ensure that proposals are received by the stated deadline, as no exceptions will be permitted. All methods of delivery or transmittal to the Department s Contact Person shall remain the responsibility of the prospective Respondent and the risk of non-receipt or delayed receipt shall be upon the prospective Respondent Binding Proposals. Any proposal submitted shall remain a valid offer for at least 90 days after the proposal submission date. Except as provided in Section , no changes, modifications, or additions to the proposal submitted (after the deadline for proposal opening has passed) will be accepted by or be binding on the Department Receipt Statement. Proposals not received at either the specified place, or by the specified date and time, or both, will be rejected and returned unopened to the Respondent by the Department. The Department will retain one unopened original for use in the event of a dispute REQUEST TO WITHDRAW PROPOSAL A written request to withdraw a proposal, signed by the Respondent, may be considered if received by the Department within 72 hours after the proposal opening time and date as specified in Section 2.5. A 8

9 request received in accordance with this provision may be granted by the Department upon proof of the impossibility to perform based upon an obvious error on the part of the Respondent COST OF PREPARATION OF PROPOSAL By submitting a proposal, the Respondent agrees that the Department is not liable for any costs incurred by the Respondent in responding to this Invitation to Negotiate PUR 1001 The standard General Instructions to Respondents Form PUR 1001 (11/04) is hereby incorporated into this solicitation by reference as if fully recited herein. Sections 3, 4, 5, and 17 of the PUR 1001 Form are not applicable to this solicitation. In the event of any conflict between Form PUR 1001 and this solicitation, the terms of this solicitation shall take precedence over the Form PUR 1001 unless the conflicting term is required by any section of the Florida Statutes, in which case the term contained in PUR 1001 shall take precedence. The PUR 1001 form is available at: DEPARTMENT S RESERVED RIGHTS Waiver of Minor Irregularities. The Department reserves the right to waive minor irregularities when to do so would be in the best interest of the State of Florida. A minor irregularity is a variation from the terms and conditions of this RFP which does not affect the price of the proposal or give the Respondent a substantial advantage over other Respondents and thereby restrict or stifle competition and does not adversely impact the interest of the Department. At its option, the Department may correct minor irregularities but is under no obligation to do so. In doing so the Department may request a Respondent to provide, and at the request of the Department the Respondent may provide to the Department, clarifying information or additional materials to correct the irregularity. However, the Department will not request and a Respondent may not provide the Department with additional materials that affect the price of the proposal, or give the Respondent an advantage or benefit not enjoyed by other Respondents Reserved Rights After Notice of Award. The Department reserves the right, after posting notice thereof, to withdraw or amend its Notice of Award and reopen discussions with any Respondent at any time prior to execution of a contract Withdrawal of RFP. The Department reserves the right to withdraw the RFP at any time, including after an award is made when to do so would be in the best interest of the State of Florida, and by doing so assumes no liability to any Respondent Other Reserved Rights. The Department reserves all rights described elsewhere in this RFP. [THIS SPACE INTENTIONALLY LEFT BLANK] 9

10 SECTION 3: THE SELECTION METHODOLOGY 3.1 APPLICATION OF MANDATORY REQUIREMENTS A Respondent must comply with all Mandatory Requirements in order to be considered for selection under this RFP. The Mandatory Requirements for this RFP are set forth in Appendix VIII. If the Department determines that a Respondent has failed to meet any of the Mandatory Requirements, unless waived, that Respondent s proposal will not be evaluated. The Procurement Manager will examine each proposal to determine whether the proposal meets the Mandatory Requirements specified in Appendix VIII. A proposal that fails to meet the Mandatory Requirements will be deemed nonresponsive and will not be evaluated. Meeting the Mandatory Requirements alone will not impact any ranking in the evaluation process. 3.2 EVALUATION METHODOLOGY FOR RANKING Recommendation of Evaluators. All proposals that meet the Mandatory Requirements and are determined to be otherwise responsive will be evaluated using the following process: The Department s evaluators will evaluate each proposal in accordance with the criteria and methodology provided in Section and the Rating Sheets (Appendices XI-XVI) The Procurement Manager will develop a ranking based on the methodology provided in Section This ranking will serve as the recommended ranking of the Department s evaluators Recommendation of the Procurement Manager. After developing the recommended ranking per Section , the Procurement Manager will provide to the Secretary or his designee a report on proposals deemed nonresponsive and, as to those deemed responsive, the recommended ranking of the evaluators, along with a recommendation for selection of the Respondent(s) to which a contract(s) should be awarded Scoring Criteria and Determination of Ranking. The Secretary or his designee will approve a ranking of all responsive Respondents taking into consideration the criteria provided below, the recommended ranking by the Department s evaluators and the report and recommendation of the Procurement Manager. The criteria for ranking responsive Respondents are: CRITERIA RELATIVE VALUE 1. Response to the introduction, scope of service and project goals Description of approach to performing tasks and experience in performing similar tasks Experience and approach to training and technical assistance Description of deliverables, performance measures and quality assurance Description of organizational, technology and personnel capacity Cost Proposal Financial Stability 6 TOTAL The Secretary or his designee is not required to score the proposals in arriving at this ranking, but the Secretary or his designee will base their decision on the criteria set forth in Section

11 3.3 FINAL SELECTION AND NOTICE OF INTENT TO AWARD CONTRACT Award Selection. The Department will select for award of the contract the responsive Respondent(s), as determined by the Secretary or his designee, to provide the best value to the State based on the selection criteria outlined in Section Identical or Tie Responses. If the Secretary or his designee determines that two (2) or more responses most advantageous to the State are equal with respect to all relevant considerations, including price, quality and service, the award will be made in accordance with Rule 60A-1.011, Florida Administrative Code and Section , Florida Statutes Secretary s Approval. The Secretary or his designee will approve an award that will provide the best value to the State, based on the selection criteria in Section 3.2.3, taking into consideration the recommended ranking and the scoring by the evaluators and the report and recommendation of the Procurement Manager. In so doing, the Secretary or his designee is not required to score the Respondents, but will base his or her recommendation on the criteria set forth above. No scoring by the Secretary or his designee will be required in arriving at this selection and award, but the Secretary or his designee will consider the relative importance of price and other evaluation criteria set forth in Section of this solicitation. The scoring and ranking by the evaluators shall serve as a recommendation only. The Secretary or his designee will also make a determination as to whether to deem one or more respondents ineligible for award due to the qualifications of the Respondent or the quality of the proposal Department s Reserved Rights. The Department reserves the right to: Select one (1) or more Respondents for the services encompassed by this solicitation, any addenda thereto and any request for additional or revised detailed written proposals or request for best and final offers; Reject any or all proposals received or to withdraw this RFP, even after award, if it is determined to be in the best interest of the Department to do so; Divide the work among Respondents by type of service or geographic area, or both; and Award contracts for less than the entire service area or less than all services encompassed by this solicitation, or both Posting Notice of Award. The Department will post a Notice of Intent to Award Contract, stating its intent to enter into one (1) or more contracts with the Respondent or Respondents identified therein, on the DMS VBS website ( [THIS SPACE INTENTIONALLY LEFT BLANK] 11

12 SECTION 4: MINIMUM SPECIFICATIONS 4.1 RESPONDENT QUALIFICATIONS Mandatory Requirements. The vendor must meet the requirements of Sections and Respondent Disqualification. In addition to other criteria set forth herein, failure to have performed any previous contractual obligations with the Department or any other State Agency in a manner satisfactory to the Department/State Agency will be sufficient cause for disqualification or termination. To be disqualified as a Respondent under this provision, the Respondent must have: 1. Previously failed to satisfactorily perform in a contract with the Department or any other State Agency, been notified by the Department/State Agency of the unsatisfactory performance, and failed to correct the unsatisfactory performance to the satisfaction of the Department/State Agency; 2. Had a contract terminated by the Department/State Agency for cause; or 3. Failed to sign a Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Contract/Subcontracts (Appendix III) prior to contract execution Discriminatory Vendor List. Pursuant to section , F.S., the following restrictions are placed on the ability of persons placed on the discriminatory vendor list to transact business with the Department: When an entity or affiliate has been placed on the discriminatory vendor list, he/she may not submit a bid on a Contract to provide any goods or services to a public entity, submit a bid on a Contract with a public entity for the construction or repair of a public building or public work, submit bids on leases of real property to a public entity, be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, or transact business with any public entity Public Entity Crimes. Pursuant to section , F.S., the following restrictions are placed on the ability of persons convicted of public entity crimes to transact business with the Department: When a person or affiliate has been placed on the convicted vendor list following a conviction for a public entity crime, he/she may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or the repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section , F.S., for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 4.2 MINIMUM PROGRAMMATIC SPECIFICATIONS The selected Respondent shall perform the tasks outlined in the Draft Attachment I in accordance with al terms thereof, which is being posted on the VBS along with this RFP, and is herein incorporated by reference. 4.3 MINIMUM FINANCIAL SPECIFICATIONS Funding Source. Funding for these services shall be provided by the Department of Health and Human Services, , Block Grants for Community Mental Health Services. 12

13 4.4 CONTRACT The terms and conditions contained in this RFP document constitute the basis for this procurement and any resulting contract. This RFP and the accepted proposal will become part of any agreement between the parties. The Department s contract manager will be responsible for rendering decisions in matters of interpretation on all terms and conditions. The contract awarded as a result of this solicitation will be composed of: The Department s Standard Contract. The Department s Standard Contract contains general contract terms and conditions required by the Department for all Respondents. The Department s Standard Contract is available as a separate document on the Vendor Bid System along with the advertisement for this RFP Attachment I. The Attachment I contains additional contract terms and conditions which are required of the selected Respondent(s) Additional Documents. All other attachments and exhibits to the contract referenced in this solicitation or the above documents. 4.5 ORDER OF PRECEDENCE In the event of conflict in terms among the foregoing, the following order of precedence will apply. The proposal submitted in response to this solicitation may be incorporated into or attached to the contract but will not change the provisions of the below documents Attachment I The Department s Standard Contract The RFP document (including all Appendices and Exhibits referred herein) The Respondent s proposal submitted in response to this solicitation may be incorporated into or attached to the contract but will not change the provisions and requirements of the above documents. [THIS SPACE INTENTIONALLY LEFT BLANK] 13

14 SECTION 5: INSTRUCTIONS FOR RESPONDING TO THE RFP 5.1 HOW TO SUBMIT A RESPONSE Mandatory Response Deadline. All responses must be received by the Procurement Manager by the deadline, and at the location set forth in Section 2.5, Schedule of Events and Deadlines Electronic Responses Not Acceptable. Facsimile or electronic transmissions of responses will not be accepted. The Respondent may choose the appropriate means for delivery, and is responsible for receipt of the response by the Procurement Manager at the address listed in Section 1.4 by the date and time indicated in Section 2.5. Late responses will not be evaluated Response Amendments. Any amendments to the response as originally submitted by the Respondent, not required by the Department, must comply with the requirements of this section and must be received on or before the due date as specified in Section Number of Copies Required. Respondents shall submit one (1) original and three (3) copies of the Programmatic Response, one (1) original and one (1) copy of the Cost Response, and two (2) copies of the Financial Stability Documentation. The original copy of both the Programmatic Response and the Cost Response submitted to the Department must contain an original signature of an official who is authorized to bind the Respondent to their response. Two (2) copies of electronic versions of the response, each containing all three (3) parts of the response (programmatic, cost, and financial stability), identical to the hard copies, must also be submitted with the hard copies (see Section for formatting instructions) Responses to be in Sealed Envelopes. The original and each copy of the Programmatic Response, the Cost Response, the Financial Stability Documentation, and the electronic versions must be individually sealed in separate envelopes. The outside of each envelope must be clearly marked with the following; title of the response, RFP number, Respondent's name; identification of enclosed documents; and the original response must be clearly marked as such, and the copies identified and numbered (i.e., original, copy #1 of 3, etc). All individually sealed envelopes must be placed in an appropriate sealed mailing container. Clearly mark the exterior of the mailing container Response to DCF RFP# 09H11GC1 for Substance Abuse Prevention Workforce Development Services. 5.2 CONTENT OF THE RESPONSE Title Page. The first page of the Programmatic Response shall be a Title Page that contains the following information: Department to which proposal is submitted; Title of proposal; RFP number; Identification of enclosed documents; Prospective Respondent s name and federal tax identification number; Name, title, telephone number and address of person who can respond to inquiries regarding the proposal; and 14

15 Name of program coordinator (if known) Respondent s Cross Reference Table. Programmatic proposals must include a crossreference between the proposal and the RFP requirements in Section 5. The Programmatic Proposal cross-reference table must be directly behind the title page. The cross-reference tables must be formatted as follows: SAMPLE RFP / PROPOSAL CROSS REFERENCE TABLE RFP PROPOSAL Page(s) Sect/Part Subject Subject Page(s) Sect/ Part Title Page Title Page Required Respondent s Statements and Certifications Mandatory Requirements Description of Approach To Performing Tasks Required Respondent s Statements and Certifications Mandatory Requirements Description of Approach To Performing Tasks Programmatic Proposal Tab 1: Required Respondent s Statements and Certifications Mandatory Requirements Mandatory Requirements are listed in Appendix VIII. Failure to comply with each and every Mandatory Requirement will render a proposal non-responsive and ineligible for further evaluation Receipt of Proposal. The proposal was received by the Procurement Manager by the time, date and at the location specified in Section Statements and Certifications. The proposal must include a signed Appendix II, completed with the required information for the following Mandatory Requirements; Acceptance of Contract Terms and Conditions. The proposal must include a signed statement in response to the RFP indicating acceptance of the terms and conditions governing the provision of services as specified in the RFP and contained in the resulting contract Statement of No Involvement. The proposal must include a signed statement indicating that neither the prospective Respondent, nor any person with an interest in the firm, has been awarded a contract by the Department of Children and Families on a noncompetitive basis to perform a feasibility study concerning the scope of work contained in this Solicitation, or participated in drafting this Solicitation, or developed a program for future implementation with specific subject matter contained in this Solicitation Conflict of Interest Statement (Non-Collusion). The proposal must include a signed statement indicating that the proposal is made without collusion with any other party Proof of Signature Authority. The proposal must include a signed statement indicating the name of the individual, if the Respondent is a 15

16 sole proprietorship, or individual representative of the Respondent agency who is authorized to sign the RFP, accompanied by, if applicable, a delegation of signature authority letter or corporate resolution Drug Free Workplace. The proposal must include a signed statement indicating that the Respondent maintains a drug-free workplace environment in accordance with Chapter , F.S., and will continue to promote this policy through implementation of that section Certification Regarding Debarment. The proposal must include a completed and signed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Contracts/Subcontracts. (Appendix III) Certification Regarding Lobbying. The proposal must include a completed and signed copy of the Certification Regarding Lobbying. (Appendix IV) Evidence of Authority to Do Business in the State of Florida. Any Respondent, other than a governmental entity or public health trust organized pursuant to Part II of Chapter 154, F.S., must provide evidence of each corporation, partnership, firm, and person s ability to do business in the State of Florida. Domestic and foreign profit and nonprofit corporations, limited liability companies, and limited partnerships must supply a current Certificate of Status from the Florida Department of State s office. To access and print the Certificate of Status online, log on to Choose the link for Electronic Certification, and then choose the link for Certificate of Status. General Partnerships and limited liability partnerships must furnish evidence of registration with the Florida Department of State. Respondents may telephone the Department of State s office at to obtain a current Certificate of Status or evidence of registration. A copy of the current Certificate of Status or evidence of registration must be included in the Respondent s proposal Liability Insurance Coverage. The proposal must include a copy of the Respondent s verification of Liability Insurance Coverage as provided in Section 10 of the Standard Contract. The Department s Standard Contract is available as a separate document on the Vendor Bid System along with the advertisement for this RFP Respondent Registration in MyFloridaMarketPlace. To comply with Rule 60A , Florida Administrative Code (F.A.C.), each selected Respondent doing business with the State for the sale of commodities or contractual services as defined in section F.S., shall register in the MyFloridaMarketPlace system, unless exempted under Rule 60A-1030(3), F.A.C., in order to be paid. Information about the registration process is available, and registration may be completed, at All Respondents are responsible for submitting evidence of registration, or proof of exemption by Rule from registration, with any response to a Request for Proposal Programmatic Proposal. The proposal must include a separate programmatic proposal, as detailed in Sections through Cost Proposal. The proposal must include a separate cost proposal, as detailed in Section Financial Stability. The proposal must include independent financial and compliance audit reports and/or certified financial statements for the three (3) most recent years as detailed in Section Approval to Provide Training. The proposal must include proof that the respondent is approved by the Florida Certification Board (FCB) to provide 16

17 Certified Recovery Peer Specialist Training for both the Adult and the Family Designations Curriculum. The proposal must include a completed curriculum which includes a summary of the curriculum and a crosswalk that identifies where the job tasked for each of the domains for CRPS-A, CRPS-F, and CRPS are addressed in the curriculum. (Certification standards for the domains can be found in Exhibit A, Exhibit B, and Exhibit C of this RFP.) Programmatic Proposal Criterion 1/Tab 2: Response to Introduction, Scope of Service, and Goals Statement of Need. Provide a brief explanation describing the Respondent s understanding of the need for Certified Recovery Peer Specialist Training services required in this RFP. Demonstrate an understanding of the need for the services the project will provide and the effects of resulting outcomes Scope of Service. Provide a summary of the manner in which the Respondent proposes to provide the best and most cost effective Certified Recovery Peer Specialist Training opportunities for individuals and family members who must deal with issues related to mental illnesses and substance abuse disorders. The successful Respondent shall offer training to a minimum of 60 CRPS-A applicants and 60 CRPS-F applicants in the first year of the contract. The successful Respondent shall offer training to a minimum of 120 CRPS-A applicants and 60 CRPS-F applicants in the subsequent years of the contract. The training events will be held throughout the Department s various Regions. Final training event locations are subject to the Department s approval. Should additional funding become available, the scope of service may be expanded to include training for applicants of the certification for the Certified Recovery Support Specialist (CRSS) designation Major Project Goals. Provide an overview of the Respondent s service delivery model and how the project will attain and support the Department s primary goal to have applicants to pass the CRPS certification test administered by the FCB Programmatic Proposal Scoring Criterion 2/Tab 3: Description of Approach to Performing Tasks and Respondent Experience in Performing Similar Tasks Knowledge, Capacity and Experience. Describe the Respondent s knowledge, capacity and experience with the following topics and how the Respondent would use these in developing and conducting CRPS training to accomplish the goals set forth by the Department in this RFP: Organizational history and experience, with examples, regarding conducting face-to-face CRPS training Respondent s knowledge and understanding of certification requirements established by the FCB for Adult and Family Recovery Peer Specialist Respondent s process for ensuring that the course curriculum in each training is relevant, current, and accurate Respondent s method, through its curriculum and training, will provide basic skills to training participants, which can be utilized for entry level employment Respondent s process for evaluating the effectiveness of the curriculum s content that will be offered in each training. 17

18 Respondent s process for ensuring that their curriculum meets the requirements of the FCB Respondent s process of continuous quality improvement in regards to their curriculum and how the curriculum is reviewed and revised in response to participant feedback and the needs of the consumers Respondent s strength of their curriculum and training process, and highlight the areas which exceed minimum expectations as established by the FCB Respondent s process and ability to target and recruit participants, provide information about the training(s), and manage training registration using web-based technology. Provide information on the Respondent s website and how it addresses information, referrals, registration, training information, resources, and linkages to continuing education opportunities Respondent s process for screening applicants for peer specialist training to determine whether or not the individual is far enough along his or her personal recovery to benefit from the training and is a suitable candidate for a position as a peer specialist Experience in managing and monitoring a project of this nature and scope Programmatic Proposal Scoring Criterion 3/Tab 4: Description of Approach to Training and Technical Assistance and Experience Describe how the Respondent will focus the training on personal empowerment, teaching, listening, coaching, and role model skills to prepare the applicants to pass the certification test administered by the FCB Describe how the Respondent will teach basic communication skills Describe how the Respondent will emphasize family dynamics and identification and support of family needs for those training programs designed for family specialists Describe the Respondent s relationship with the Department s Regional/Circuit offices and other community partners Describe how the Respondent plans to promote attendance and help participants attend the training (e.g., travel, sponsorships, etc.) Programmatic Proposal Scoring Criterion 4/Tab 5: Description of Reports/Deliverables and Performance Measures Reports/Deliverables. Describe the structure and content of the reports/deliverables outlined in Section B.5.b.(1) of the Draft Attachment I Performance Measures. The Respondent s proposal shall include a description of how the Respondent will monitor service delivery to ensure the required performance standards are met and the percent that can be achieved by the Respondent for each performance measure. If the percent varies from those listed in Section B.6.a. of the Draft Attachment I, the Respondent must provide justification in the proposal. In addition, the proposal shall indicate the Respondent s historical evidence of their ability to meet the required performance standards, their experience tracking performance and improving program service delivery to ensure performance 18

19 standards are met, and the Respondent s method for collecting and analyzing data to ensure credible documentation of service delivery. The Respondent is required to propose a minimum of one (1) additional performance measure which relates to improved outcomes and service delivery. Any proposed additional performance measures may be negotiated with the Department, to be included in the final contract Programmatic Proposal Scoring Criterion 5/Tab 6: Description of Organizational Capacity Personnel. Identify the number (indicate FTEs) and type of staff to be used to accomplish all of the tasks and other responsibilities under this RFP. Describe the rationale for the numbers and types of staff to be used. Provide information about specific training staff will receive including job-specific training. If this is a new project and staff are to be hired, provide a timetable for hiring and training. Provide a job description for each staff person who will provide direct services. The job descriptions must include specific job functions; minimum educational, training, and experience requirements; salary range and individuals responsible for supervision and performance evaluations. Professional and paraprofessional staff shall be qualified, as detailed in the job description, in a field appropriate to the services being provided under the resulting contract. Describe the capabilities of the Respondent s ability to develop and maintain a network of qualified CRPS trainers that meet the need of the market and of the services requested in this RFP. Describe the qualifications of the CRPS trainers and how they will meet minimum staffing requirements. Describe the cultural and linguistic background of staff in relation to the service population Organizational Chart. Provide a project organizational chart that shows the proposed project s relationship within the overall organization s structure, supervisory staff within the organization that will have direct supervision over the proposed project and personnel and subcontractors working directly for the project. Provide the names of the members of the Board of Directors Management Information System Capability. Describe the Respondent s electronic management information systems capability that is necessary to complete all reporting requirements. Outline any additional technological capabilities that may be beneficial to program performance. Describe any specialized technology, computer training, or capabilities personnel have that will assist in helping to meet program requirements Cost Proposal Instructions. The Respondent must submit a detailed Cost Proposal and there must be no reference to the costs or the Cost Proposal in the Programmatic Proposal. Inclusion of any costs or pricing information in the Programmatic Proposal may result in the rejection of the proposal Budget and Allowable Costs. Prospective Respondents shall submit a line item budget (as detailed in the Project Budget Summary, Appendix VI) and a complete budget narrative (Appendix VI) that displays proposed total costs for the entire proposed contract period with specific breakouts by each state fiscal year. The Respondent must include only those costs identified as allowable costs in accordance with the appropriate Office of Management and Budget (OMB) Circular (A-87 for governmental agencies, A-122 for nonprofit organizations, or A- 21 for educational institutions). 19

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

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE REQUEST FOR PROPOSALS ADOPTION AND INDEPENDENT LIVING SERVICES RFP# 07J15GN1 Commodity Code #: 93141505 1 TABLE OF CONTENTS

More information

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

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

More information

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

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE REQUEST FOR PROPOSAL Child Welfare Training Proficiency Training Program RFP#: RFP05J26GN1 Release Date: June 1, 2017 COMMODITY

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

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

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM INVITATION TO NEGOTIATE (ITN) UNACCOMPANIED REFUGEE MINOR PROGRAM IN MIAMI-DADE COUNTY ITN # SNR15K02 United Nations Standard

More information

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

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

More information

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

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

More information

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

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Refugee Services Program

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

More information

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

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

More information

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

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

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

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Refugee Services Program

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

More information

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

PROCUREMENT POLICY & PROCEDURE

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

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

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

More information

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

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

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

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

More information

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services Selection Process for Continuing Contract for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY - COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL

More information

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services Selection Process for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY-COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL (DP)... 3 STATEMENT OF

More information

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

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

More information

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 PROPOSAL AUDITING SERVICES RFP #

REQUEST FOR PROPOSAL AUDITING SERVICES RFP # REQUEST FOR PROPOSAL AUDITING SERVICES RFP #2017-10 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org Date of

More information

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

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

More information

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

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

GUILFORD 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 information

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

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

More information

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy

More information

REQUEST FOR PROPOSALS. 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

Amalgamation Study Consultant

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

More information

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

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

More information

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

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

REQUEST FOR PROPOSAL Architectural Services

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

More information

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

Request 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 information

STATE OF MAINE Department of Economic and Community Development Office of Community Development

STATE OF MAINE Department of Economic and Community Development Office of Community Development STATE OF MAINE Department of Economic and Community Development Office of Community Development RFP#201711194 Efficient Delivery of Local and Regional Services RFP Coordinator Submitted Questions Due Proposal

More 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 PROPOSALS. Phone# (928)

REQUEST FOR PROPOSALS. Phone# (928) REQUEST FOR PROPOSALS PROPOSAL DUE DATE: DESCRIPTION: CONTACT PERSON: Friday, September 27, 2013, 5:00 P.M. Fort Defiance Indian Hospital Board, Inc. Purchasing Department RFP #13-016, Auditing Services

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

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

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

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

More information

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Aberdeen School District No. 5 216 North G St. Aberdeen, WA 98520 REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR Nature of Position: The Aberdeen School District is seeking a highly qualified

More information

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

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

More information

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

All proposals must be received by August 30, 2016 at 2:00 PM EST

All 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 information

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

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017 SECTION 17.0 PAGE 1 OF 38 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control

More information

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 PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation

More information

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

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

More information

Florida Minority Business Enterprise (MBE) Utilization Report

Florida Minority Business Enterprise (MBE) Utilization Report October 10, 2012 ITB# D2056 Bidder: Subject: DJJ ITB# D2056 This is an Invitation to Bid (ITB) for Medical Services to youth in custody at the Hillsborough Regional Juvenile Detention Center located in

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

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

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

More information

Exhibit 1 Florida Minority Business Enterprise (MBE) Utilization Report 2

Exhibit 1 Florida Minority Business Enterprise (MBE) Utilization Report 2 April 11, 2018 Subject: DJJ Solicitation Number RFP 10579 Request for Proposals (RFP): The Department of Juvenile Justice (Department or DJJ) is seeking a Respondent to conduct on-site monitoring visits

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

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM Submitted By: Florida Memorial University Board of Trustees 15800 N.W. 42 nd Avenue Miami Gardens, FL 33054 Date: November 14, 2017 FLORIDA MEMORIAL

More 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

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

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY A. INTENT Community colleges must procure commodities and services in accordance with Article 5-A of the New York State General Municipal Law. This law

More information

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009 LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ADVERTISING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire

More information

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

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309 REQUEST FOR PROPOSAL REGISTRATION ******************************************************************************

More information

Request for Qualifications CULTURAL COMPETENCY TRAINING

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

More information

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

Introduction. Proposal Submission

Introduction. Proposal Submission Request for Proposals Communication Audit January 5, 2018 1 Introduction Overview The purpose of this Request for Proposals (RFP) is to solicit proposals to conduct a comprehensive communications audit

More information

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

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

More information

RFP # November 24, To: Prospective Respondents. Subject: DJJ Solicitation Number RFP #10336

RFP # November 24, To: Prospective Respondents. Subject: DJJ Solicitation Number RFP #10336 November 24, 2015 To: Prospective Respondents Subject: DJJ Solicitation Number RFP #10336 Request for Proposals (RFP): The Department of Juvenile Justice (DJJ) is seeking proposals for a Respondent to

More information

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

INVITATION TO NEOGOTIATE ISSUED DATE ITN # INVITATION TO NEOGOTIATE ISSUED DATE ITN # 14-0001 I. Introduction The Florida Alliance for Assistive Services and Technology, Inc. hereafter referred to as FAAST, is requesting sealed proposals from qualified

More information

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

REQUEST 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 information

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION REQUEST FOR PROPOSLS (RFP) CONSTRUCTION MANAGER (CM) AT RISK SERVICES FOR DETENTION FACILITIES PROJECTS PROJECT #15218 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS

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

Request for Proposals for MIS Programming & Web Development Services

Request for Proposals for MIS Programming & Web Development Services Request for Proposals for MIS Programming & Web Development Services Publication of Proposal August 23, 2012 Submission of Proposal Deadline September 17, 2012 no later than 4:30p.m. workforceconnections

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSAL PSYCHIATRIC SERVICES. For Cayuga Addiction Recovery Services Residential Rehabilitation Unit

REQUEST 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 information

REQUEST FOR PROPOSALS

REQUEST 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 information

Londonderry Finance Department

Londonderry 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 information

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES TOWN OF KILLINGWORTH BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES DATE: February 14, 2018 1 I. INTRODUCTION A. General Information The Town of Killingworth is requesting proposals

More information

REQUEST FOR PROPOSALS STREAMLINED RFP

REQUEST FOR PROPOSALS STREAMLINED RFP REQUEST FOR PROPOSALS STREAMLINED RFP PROJECT BASED VOUCHER PROGRAM PC865 Issue Date: October 20, 2015 Proposals Due: November 10, 2015 at 2 pm Issued by: Housing Authority of the County of San Bernardino

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK DANBURY INDEPENDENT SCHOOL DISTRICT Project: Danbury I.S.D. Elementary School Issue Date: March 2, 2018 Submission Due Date: March 20, 2018 Table

More information

SCHOOL BOARD ACTION REPORT

SCHOOL BOARD ACTION REPORT SCHOOL BOARD ACTION REPORT DATE: October 25, 2017 FROM: Executive Committee of the School Board For Introduction: November 15, 2017 For Action: November 15, 2017 1. TITLE Approval of a contract for an

More information

REQUEST FOR PROPOSALS STREAMLINED RFP

REQUEST FOR PROPOSALS STREAMLINED RFP REQUEST FOR PROPOSALS STREAMLINED RFP PROJECT BASED VOUCHER PROGRAM PC865 Issue Date: October 20, 2015 Proposals Due: This RFP will remain open until closed. Issued by: Housing Authority of the County

More information

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

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

More information

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES Early Learning Coalition of Brevard County, Inc. PO Box 560692, Rockledge, FL 329560-0692 Phone: 321-637-1800, Fax: 321-637-7243 Website: www.elcbrevard.org REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES

More information

REQUEST FOR APPLICATIONS

REQUEST FOR APPLICATIONS REQUEST FOR APPLICATIONS Mississippi Community Oriented Policing Services in Schools (MCOPS) Grant Mississippi Department of Education Office of Safe and Orderly Schools Contact: Robert Laird, Phone: 601-359-1028

More information

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

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

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

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

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

More information

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

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

More information

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors Request for Proposal (RFP) For Architectural Services Lauderdale County, MS Board of Supervisors 1 REQUEST FOR PROPOSAL (RFP) FOR ARCHITECTURAL SERVICES TABLE OF CONTENTS I. PURPOSE OF RFP... II. SITES

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

Arizona Department of Education

Arizona Department of Education State of Arizona Department of Education Request For Grant Application (RFGA) RFGA Number: ED07-0028 RFGA Due Date / Time: Submittal Location: Description of Procurement: February 9, 2007, at 3:00 P.M.

More information

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSALS For Design Services for New Fire Station REQUEST FOR PROPOSALS For Design Services for PROPOSAL SUBMISSION DEADLINE: March 18, 2015 Page 1 Table of Contents A. Introduction B. Project Description C. Scope of Services D. Qualifications E. Selection

More information

SOLICITATION. Family Intensive Treatment Team. Fiscal Year

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

More information

REQUEST FOR PROPOSALS

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

More information

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW Invitation to Submit Proposal The Board of Education of the City of Marietta (hereinafter, Marietta City Schools or MCS ) invites

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

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

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

More information

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

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

More information

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES

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

More information