REQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN. National Kidney Foundation of Michigan s Diabetes Prevention Program
|
|
- Cody Fields
- 5 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN National Kidney Foundation of Michigan s Diabetes Prevention Program Description of Project Local Initiatives Support Corporation (LISC) is dedicated to helping community residents transform distressed neighborhoods into healthy and sustainable communities of choice and opportunity good places to work, do business and raise children. LISC mobilizes corporate, government and philanthropic support to provide local community development organizations with, in part, grants and technical and management assistance. LISC is a national organization with a community focus. Our program staff is based in every city and many of the rural areas where LISC-supported community development takes shape. In collaboration with local community development groups, LISC staff help identify priorities and challenges, delivering the most appropriate support to meet local needs. LISC offers a wide range of technical assistance and organizational support (either directly or through the engagement of qualified firms) to assist local community organizations rebuild their neighborhoods. Through a network of 31 local field offices in urban areas, Rural LISC that works in 44 states, and a range of national programs, LISC provides these groups with expert technical assistance to undertake revitalization activities: affordable housing, retail, and facility development; organizational capacity building; and increasingly, programs that improve quality-of-life such as community safety, youth recreation, education and family income and wealth-building. See for more information. LISC was awarded a federal grant from the Social Innovation Fund (SIF), which is administered by the Corporation for National & Community Service, to advance the field of Pay for Success (PFS) by providing transaction structuring services to PFS projects that are ready to scale from a pilot/feasibility stage to development and launch. PFS is a contracting mechanism whereby a government entity/back-end payor contracts with an intermediary organization to deliver social services in exchange for payment upon achievement of outcomes. The PFS model seeks to change the way public resources are deployed for social program contracts by increasing efficiency and accountability through lower-cost preventive interventions that have long-term positive effects for individuals together with long-term savings to increasingly strained public budgets. PFS works by tapping private capital, as needed, to provide upfront financing for social programs, thereby transferring the risk to the private sector, with the agreement that a public or other funding source will repay investors if the program demonstrates success through the achievement of measurable agreed upon outcomes, i.e., there is evidence that people have in fact been helped. It encourages cooperation between local groups, the private and philanthropic sectors, and government, in keeping with LISC s approach to community development. Pay for Success adds to LISC s financial toolkit of lending, equity and grants that help local groups build stronger neighborhoods and improve the lives of residents. LISC is assisting service providers and other stakeholders in need of transaction structuring services to help launch their PFS projects. In accordance with the funding it received from SIF, in mid-september 2016, LISC launched a Request for Proposals to solicit PFS projects that are seeking transaction structuring services. Request for Proposals for LISC Pay for Success Evaluation Design 1
2 After conducting a comprehensive evaluation of applications from across the country, LISC has selected three projects that it will move from the feasibility/pilot phase to an executed PFS contract and fully developed program. LISC is seeking experienced experts that can draft an evaluation design that will assess the efficacy of the National Kidney Foundation of Michigan s Diabetes Prevention Program. Description of Pay for Success Program Intervention The Diabetes Prevention Center (DPC), a division of the National Kidney Foundation of Michigan (NKFM) will utilize LISC Pay for Success transaction structuring services to combat the diabetes epidemic through the Diabetes Prevention Program (DPP). The DPP is a year-long, evidencebased lifestyle change program. Trained lifestyle coaches will work with approximately 3,500 program participants at risk for Type 2 diabetes through a weight loss program and other health and lifestyle interventions. Measurable outcomes may include tracking weight loss and participation in healthy food/lifestyle classes with the goal of preventing at-risk participants from getting Type 2 diabetes. Working with a vast and diverse array of implementation partners and back-end payors, the DPC will implement the DPP in underserved, low-income, economically distressed communities in six Michigan counties. The target population being served will primarily be Medicaid eligible Black and Hispanic adults who are at risk for Type 2 diabetes. The DPP is an innovative program because it will seek to scale a proven medical intervention to serve a larger population while bringing new back-end payors to the table including health insurance companies and Medicaid. The National Kidney Foundation of Michigan s application for LISC Pay for Success Transaction Structuring Services is available upon request by ing PayforSuccess@lisc.org. Project Scope of Work This Request for Proposals (RFP) is intended to select a firm to prepare a draft and final evaluation design. This design shall ensure that the subsequent evaluation will meet the SIF standard of moderate evidence, as defined here. The evaluation design shall contain: a. A specification of the research questions to be answered by the evaluation. b. A proposed methodology for answering the research questions, including a justification for the overall approach as well as: specification of treatment and comparison groups, a sampling design, if appropriate, including power analysis, and proposed data collection instruments. This section shall include a justification for the methodological, sampling and data collection approaches. c. A data collection plan that specifies the scope, timing, and duration of data collection, sources of administrative data, plans for ensuring the quality of data collected or obtained, a plan for ensuring protection of human subjects and personally identifiable information, a data-sharing agreement, if necessary, and a process for third-party validation of data, also if necessary. We do not expect that an OMB clearance will be required. d. An analysis plan that contains a clear and concise summary of how the collected data are to be analyzed. e. An outline of the planned contents of draft and final reports. Request for Proposals for LISC Pay for Success Evaluation Design 2
3 In preparing this design, the evaluator shall: f. Review a previous initial feasibility assessment / cost benefit analysis to help define final specifications of Pay for Success outcomes metric definitions, measurement approaches, timing and any additional data needs. g. Work with project parties to coordinate any data sharing agreements, access to administrative data, and infrastructure needs for evaluation, including policies and procedures related to data security and the safe transmission of data. h. Participate in project calls and meetings with various project partners, including but not limited to LISC and the National Kidney Foundation of Michigan, to the extent that these calls and meetings will inform the firm s evaluation design. i. Ensure that the research design will meet industry-standard IRB requirements. j. Incorporate feedback from LISC and project partners based on review of a draft plan and produce a final Evaluation Plan. Proposal Guidelines and Requirements A firm will be engaged based on a time-spent basis and is requested to submit hourly rates with a maximum amount of time needed to complete the above scope of work. Firms must note and consider that LISC will be setting a maximum cap of $45,000 for evaluation design services for an individual PFS project. The firm must note that this is a cost-reimbursable contract and that the firm exceeds the maximum cap of $45,000 at its own risk. The cap includes funds to reimburse the firm for any allowable travel related expenses, including but not limited to transportation, meals, and lodging. The fee you quote should take into account and be inclusive of all ancillary charges (phone charges, e.g.). If your fee excludes certain services or charges (including reasonable and necessary out-of-pocket expenses estimated for the scope of work), you must provide a detailed list of excluded fees with a complete explanation of the nature of those fees. Bidders that apply for the evaluation design RFP are not precluded from any subsequent bids to the evaluation itself. Reporting The evaluation design expert will be required to prepare periodic reports updating LISC on the progress of a final evaluation design recommendation. In addition, the evaluation design expert will be required to submit to LISC a final report (the Evaluation Design) for the National Kidney Foundation of Michigan s PFS intervention. Qualifications and Evaluation Criteria Firms and organizations will be evaluated on the following characteristics: A for-profit or non-profit entity that has experience drafting and finalizing evaluation designs for social service programs. Experience acquiring and analyzing administrative data from government agencies and non-profit organizations. A history of responsiveness, good communication skills, and ability to participate in stakeholder meetings. In addition, the evaluation firm or organization must not be suspended or debarred from receiving federal funds, as evidenced in the System for Awards Management (SAM). Application Materials Request for Proposals for LISC Pay for Success Evaluation Design 3
4 Responses to this RFP should not exceed 3-5 pages (excluding bios, résumés, and references attached to the submission) of substantive content, directly addressing the scope of work and qualifications criteria outlined above. Bios, résumés, references, and other background information should be attached as addenda, as necessary. A complete response package must include the following materials: 1. The following items outlined in order and should not exceed 3-5 pages: Responses to the RFP must detail capabilities and experience in creating evaluation design. The firm can also highlight any special concerns that may affect their pricing. Narrative description of your experience providing services in each area outlined in the project scope of work as well as the resulting organizational outcomes, and success rates from past technical assistance interventions. A proposed hourly (with a projection of hours not to be exceeded for each task) or task-based rate from the firm for the price of its services. o Show allocation of hours across personnel proposed for this work. Please attach the résumés of the consulting entity (together with résumés of key personnel). 2. Samples of at least 2 final evaluation designs for prior social service programs and interventions. 3. References that correspond to the sample finalized evaluation designs that the firm submits and comment on the firm s history of responsiveness and communication. 4. Completed W-9 Form (December 2014 version). Contact Information and Deadline for Submissions Submissions to this RFP will be due on April 3, LISC expects to announce the recipient of the award on approximately April 17, LISC expects to procure and award the contract for evaluation design from April 17, 2017 to July 27, Please submit all information requested above to PayforSuccess@lisc.org. Questions about this RFP should only be directed to the identified above. This RFP can be found on LISC s website at LISC is committed to working with SBEs, MBEs, and WBEs, and encourages proposals from SBEs, MBEs, and WBEs. LISC IS AN EQUAL OPPORTUNITY EMPLOYER COMMITTED TO DIVERSITY & INCLUSION Additional Considerations All contracts funded with federal funds, including small purchases, shall contain, and each firm selected for an engagement must be able to comply with, the following provisions as applicable: 1. Contracts in excess of the small purchase threshold shall contain contractual provisions or conditions that allow for administrative, contractual, or legal remedies in instances in which a contractor violates or breaches the contract terms, and provide for such remedial actions as may be appropriate. 2. All contracts in excess of the small purchase threshold shall contain suitable provisions for termination by the recipient, including the manner by which termination shall be effected and the basis for settlement. In addition, such contracts shall describe conditions under which the Request for Proposals for LISC Pay for Success Evaluation Design 4
5 contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. 3. Except as otherwise required by statute, an award that requires the contracting (or subcontracting) for construction or facility improvements shall provide for the recipient to follow its own requirements relating to bid guarantees, performance bonds, and payment bonds unless the construction contract or subcontract exceeds $100,000. For those contracts or subcontracts exceeding $100,000, the applicable federal agency may accept the bonding policy and requirements of the recipient, provided such federal agency has made a determination that the Federal Government's interest is adequately protected. If such a determination has not been made, the minimum requirements shall be as follows: (a) A bid guarantee from each bidder equivalent to five percent of the bid price. The bid guarantee shall consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder shall, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. (b) A performance bond on the part of the contractor for 100 percent of the contract price. A performance bond is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. (c) A payment bond on the part of the contractor for 100 percent of the contract price. A payment bond is one executed in connection with a contract to assure payment as required by statute of all persons supplying labor and material in the execution of the work provided for in the contract. (d) Where bonds are required in the situations described herein, the bonds shall be obtained from companies holding certificates of authority as acceptable sureties pursuant to 31 CFR part 223, Surety Companies Doing Business with the United States. 4, All negotiated contracts (except those for less than the small purchase threshold) awarded by recipients shall include a provision to the effect that the recipient, the applicable federal agency, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers and records of the contractor which are directly pertinent to a specific program for the purpose of making audits, examinations, excerpts and transcriptions. 5. Equal Employment Opportunity All contracts shall contain a provision requiring compliance with E.O , Equal Employment Opportunity (30 FR 12319, 12935, 3 CFR, Comp., p. 339), as amended by E.O , Amending Executive Order Relating to Equal Employment Opportunity, and as supplemented by regulations at 41 CFR part 60, Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor. 6. Copeland Anti-Kickback Act (18 U.S.C. 874 and 40 U.S.C. 276c) All contracts and subgrants in excess of $2000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland Anti-Kickback Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Request for Proposals for LISC Pay for Success Evaluation Design 5
6 Grants from the United States ). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. 7. Davis-Bacon Act, as amended (40 U.S.C. 276a to a-7) When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2000 shall include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 276a to a-7) and as supplemented by Department of Labor regulations (29 CFR part 5, Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction ). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the Federal awarding agency. 8. Contract Work Hours and Safety Standards Act (40 U.S.C ) Where applicable, all contracts awarded by recipients in excess of $2000 for construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C ), as supplemented by Department of Labor regulations (29 CFR part 5). Under section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 11 2 times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 9. Rights to Inventions Made Under a Contract or Agreement Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements, and any implementing regulations issued by the awarding agency. 9. Clean Air Act (42 U.S.C et seq.) and the Federal Water Pollution Control Act (33 U.S.C et seq.), as amended Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Request for Proposals for LISC Pay for Success Evaluation Design 6
7 10. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 11. Debarment and Suspension (E.O.s and 12689) A contract award with an amount expected to equal or exceed $25,000 and certain other contract awards (see 2 CFR ) shall not be made to parties listed on the government-wide Excluded Parties List System, in accordance with the OMB guidelines at 2 CFR part 180 that implement E.O.s (3 CFR, 1986 Comp., p. 189) and (3 CFR, 1989 Comp., p. 235), Debarment and Suspension. The Excluded Parties List System contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than E.O Subaward Reporting. LISC may be required to report awards of contracts using certain federal funds in the federal government-wide website or its successor system. Starting with awards made October 1, 2010, prime financial assistance awardees (such as LISC) receiving funds directly from a federal agency are required to report subawards and executive compensation information both for the prime award and subaward recipients, including awards made as pass-through awards or awards to vendors, where both the initial award is $25,000 or greater or the cumulative award will be $25,000 or greater if funded incrementally as directed by the applicable federal agency in accordance with OMB guidance. If subaward recipients executive compensation is reported through the Central Contractor Registration (CCR) (now the System for Award Management (SAM)) system, the prime recipient (i.e. LISC) is not required to report this information. The reporting of award and subaward information is in accordance with the requirements of Federal Financial Assistance Accountability and Transparency Act of 2006, as amended by section 6202 of Public Law , hereafter referred to as the Transparency Act and OMB Guidance issued to the Federal agencies on September 14, 2010 (75 FR 55669) and in OMB Policy guidance. If applicable, LISC would have until the end of the month plus one additional month after a subaward or pass-through award is obligated to fulfill the reporting requirement. Prime recipients (such as LISC) are required to report certain information pertaining to the firm and/or the award for applicable subawards. This information will be displayed on a public government website pursuant to the Transparency Act. 13. Small Business Enterprises, Minority-Owned Business Enterprises, and Women-Owned Business Enterprises... LISC is committed to working with Small Business Enterprises (SBEs), Minority-Owned Business Enterprises (MBEs), and Women-Owned Business Enterprises (WBEs). LISC encourages submissions from SBEs, MBEs, and WBEs 14. Intellectual Property. Any reports or other deliverables produced pursuant to a scope of work or contract will be the sole property of LISC (except to the extent rights are reserved by the applicable federal agency). Request for Proposals for LISC Pay for Success Evaluation Design 7
8 Request for Proposals for LISC Pay for Success Evaluation Design 8
REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES
REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES Description of Project Local Initiatives Support Corporation (LISC) is dedicated to helping community residents transform distressed neighborhoods
More informationTEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)
TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) The Texas General Land Office Community Development & Revitalization
More informationUpdated. The Minimalist s Guide to the New Procurement Standards in 2 CFR Part 200 Uniform Guidance
Updated The Minimalist s Guide to the New Procurement Standards in 2 CFR Part 200 Uniform Guidance 1 Procurement Standards General Standards must use documented procurement procedures which
More informationCHAPTER 4 PROCUREMENT STANDARDS I. INTRODUCTION... 1 II. GENERAL PROCUREMENT STANDARDS... 1
CHAPTER 4 PROCUREMENT STANDARDS I. INTRODUCTION... 1 II. GENERAL PROCUREMENT STANDARDS... 1 III. PROCUREMENT PROCEDURES... 4 A. Full and Open Competition... 4 B. Geographic Preference... 5 C. Written Selection
More informationPROCUREMENT POLICY FOR FEDERAL GRANTS
PROCUREMENT POLICY FOR FEDERAL GRANTS I. Introduction This Procurement Policy for Federal Grants applies to all expenditures of monies received through federal grants, whether those monies come directly
More informationREQUEST FOR PROPOSAL (RFP) PROPOSAL DEADLINE TIME/DATE: May 24, 2018 at 10:00 AM
BELTON INDEPENDENT SCHOOL DISTRICT Purchasing Department, 400 N. Wall, Belton, Texas 76513 Phone (254) 215-2174 or Fax (254) 215-2008 Email tammy.shannon@bisd.net REQUEST FOR PROPOSAL (RFP) PROPOSAL TITLE:,
More informationGeneral Procurement Requirements
Effective Date: July 1, 2018 Applicability: Grant Purchasing and Procurement Policy Related Policies: Moravian College Purchasing Policy and Business Travel Policy Policy: This policy provides guidelines
More informationOMB Uniform Grant Guidance and NM Procurement
OMB Uniform Grant Guidance and NM Procurement 1 The material appearing in this presentation is for informational purposes only and should not be construed as advice of any kind, including, without limitation,
More informationREQUEST 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 informationTitle 24: Housing and Urban Development
Title 24: Housing and Urban Development PART 135 ECONOMIC OPPORTUNITIES FOR LOW- AND VERY LOW-INCOME PERSONS Section Contents Subpart A General Provisions 135.1 Purpose. 135.2 Effective date of regulation.
More information$35,750 $40,850 $45,950 $51,050 $55,150 $59,250 $63,350 $67,400
SECTION 3 UTILIZATION PLAN FOR SUBRECIPIENTS, OWNERS, DEVELOPERS, CONTRACTORS, AND SUBCONTRACTORS ON ALL APPLICABLE CITY OF PUEBLO PROGRAMS, PROJECTS, AND ACTIVITIES USING HUD SOURCED FUNDS (EXHIBIT A)
More informationREQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services
REQUEST FOR PROPOSALS (RFP) #18 365.2 Revised from 18-365.1 Deep East Texas Local Workforce Development Board, Inc. dba: Workforce Solutions Deep East for Management Software for Childcare Services Information
More informationSOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011
SOP 11-09 Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011 Purpose To set forth guidance for the conduct of procurement activities by the Grow Southwest
More informationSubrecipient Profile Questionnaire
Subrecipient Profile Questionnaire How to use: The questionnaire is used to help determine a subrecipient organization s financial and management strength, which helps assess risk and dictates the monitoring
More informationEXHIBIT 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 informationTexas Department of Transportation Page 1 of 19 Public Transportation. (a) Purpose. Title 49 U.S.C. 5329, authorizes the
Texas Department of Transportation Page of 0 SUBCHAPTER D. PROGRAM ADMINISTRATION.. Public Transit Safety Program. (a) Purpose. Title U.S.C., authorizes the Secretary of the U.S. DOT to create and implement
More informationOutgoing Subagreements: Subawards and Subcontracts
Effective Date: March 1, 2014 Version: 1 Page: 1 of 6 Overview Sponsored programs may include partnerships with other organizations or institutions whereby a portion of the project is conducted by investigators
More informationThe Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS
The Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS Agenda Uniform Guidance Summary General Federal Procurement Laws Thresholds and Implications Sole Source Vendors Cooperative Purchasing
More informationComparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments
This document compares procurement and contracting requirements for local governments under federal law applicable to FEMA Public Assistance Grants and that under North Carolina state law. Because this
More informationUniform Guidance Overview. Why did the federal government implement the Uniform Guidance?
Uniform Guidance Overview Why did the federal government implement the Uniform Guidance? To harmonize (align) procurement rules and simplify the grant management process previously codified in 8 different
More informationPontiac Public Library. Request for Proposal. For Forensic Audit Services. For the period. July 1, 2012 to December 31, 2013
Pontiac Public Library Request for Proposal For Forensic Audit Services For the period July 1, 2012 to December 31, 2013 Inquiries and proposals should be directed to: Name: Rosie Lance-Richardson Title:
More informationComparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments
This document compares procurement and contracting requirements for local governments under federal law applicable to FEMA Public Assistance Grants and that under North Carolina state law. Because this
More informationAPPENDIX D CHECKLIST FOR PROPOSALS
APPENDIX D CHECKLIST FOR PROPOSALS Is proposal content complete, clear, and concise? Proposals should include a comprehensive scope of work, and have enough detail to permit the responsible public entity
More informationUniversity of San Francisco Office of Contracts and Grants Subaward Policy and Procedures
Summary 1. Subaward Definitions A. Subaward B. Subrecipient University of San Francisco Office of Contracts and Grants Subaward Policy and Procedures C. Office of Contracts and Grants (OCG) 2. Distinguishing
More informationEDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016
EDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016 Agenda Uniform Guidance Summary (Note: EDGAR for educational entities) General Federal Procurement Laws Thresholds and Implications Sole Source Vendors
More informationIssued by the: Economic Development Corporation of the City of Detroit. Issued on: January 24, 2018
Issued by the: Economic Development Corporation of the City of Detroit Issued on: January 24, 2018 SMALL BUSINESS TECHNICAL ASSISTANCE SERVICES The Economic Development Corporation of the City of Detroit
More informationCHILD START, INC. REQUEST FOR PROPOSAL FOR AUDIT SERVICES AND TAX RETURN PREPARATION FOR THE PERIOD MAY 1, APRIL 30, 2016
CHILD START, INC. REQUEST FOR PROPOSAL FOR AUDIT SERVICES AND TAX RETURN PREPARATION FOR THE PERIOD MAY 1, 2015 - APRIL 30, 2016 PROPOSAL GUIDELINES TABLE OF CONTENTS I. GENERAL INFORMATION A. Purpose
More informationAPRIL 2009 COMMUNITY DEVELOPMENT BLOCK GRANTS/STATE S PROGRAM NORTH CAROLINA SMALL CITIES CDBG AND NEIGHBORHOOD STABILIZATION PROGRAM
APRIL 2009 14.228 State Project/Program: Federal Authorization: State Authorization: COMMUNITY DEVELOPMENT BLOCK GRANTS/STATE S PROGRAM NORTH CAROLINA SMALL CITIES CDBG AND NEIGHBORHOOD STABILIZATION PROGRAM
More informationSingle Audit Entrance Conference Uniform Guidance Refresher
Single Audit Entrance Conference Uniform Guidance Refresher MGO Audit Partner Annie Louie 31 Uniform Guidance Effective Date Federal Agencies Implement policies and procedures by promulgating regulations
More informationNOTE: There is no audio right now; don t worry if you can t hear anything!
WELCOME! NOTE: There is no audio right now; don t worry if you can t hear anything! If you run into technical issues, please contact WebEx technical support at 1-866-229-3239 (the Meeting Number is 794
More informationSECTION 3 POLICY & PROGRAM
SECTION 3 POLICY & PROGRAM 8120 Kinsman Road, Cleveland, Ohio 44104 Phone: 216-348-5000 Jeffery K. Patterson Chief Executive Officer TABLE OF CONTENTS Section Page # Section 3 POLICY Statement of Policy
More informationFEMA Reimbursement Will They or Won't They?
FEMA Reimbursement Will They or Won't They? Presentation For: Presented By: Presentation Date: 1 2 Procurement Requirements Construction Construction Management Services Remodeling Architectural /Engineering
More informationBelow are five basic procurement methods common to most CDBG projects:
PROCUREMENT PROCESS I. INTRODUCTION Recipients of Community Development Block Grant (CDBG) funds will procure a variety of items, materials and services throughout the duration of their projects. Section
More informationPhiladelphia Youth Network. A-133 Request for Proposal For Audit and Tax Services. For the period. July 1, 2015 to June 30, 2016
Philadelphia Youth Network A-133 Request for Proposal For Audit and Tax Services For the period July 1, 2015 to June 30, 2016 Inquiries and proposals should be directed to: Name: Karin MacBride Title:
More informationRESOLUTION NUMBER 2877
RESOLUTION NUMBER 2877 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PERRIS, STATE OF CALIFORNIA SETTING FORTH POLICIES INTENDED TO OBTAIN CONSISTENCY AND UNIFORMITY IN THE ADMINISTRATION OF THE FEDERALLY
More informationPURPOSE Appendix A BACKGROUND
PURPOSE Big Sky Economic Development Authority ("BIG SKY EDA") is issuing this Request for Proposals ("RFP") to select a consultant team ("Consultant Team") to provide Master Planning Consulting Services
More informationArizona Department of Education
State of Arizona Department of Education Request For Grant Application (RFGA) RFGA Number: ED07-0028 RFGA Due Date / Time: Submittal Location: Description of Procurement: February 9, 2007, at 3:00 P.M.
More informationHOME Investment Partnerships Program
HOME Investment Partnerships Program HOMEBUYER NEW CONSTRUCTION April 2017 NOFA I. OVERVIEW The Arkansas Development Finance Authority (ADFA) hereby notifies interested Applicants of the availability of
More informationSOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414
SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST
More informationJob Creation Initiative Section 3. L. Marcela Vargas Monica Chevalier NC Commerce, Community Investment and Assistance NCCDA May 17, 2012
Job Creation Initiative Section 3 L. Marcela Vargas Monica Chevalier NC Commerce, Community Investment and Assistance NCCDA May 17, 2012 Agenda Background and Purpose of Section 3 Section 3 Covered Programs
More informationProposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.
April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,
More informationGrants Management Scenarios
Grants Management Scenarios SCENARIO 1: Parker School District received a TIF grant in 2012. It followed the guidelines set forth in the application package and did not list specific vendors in its application.
More informationWESTMINSTER 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 informationTOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017
SECTION 17.0 PAGE 1 OF 38 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control
More informationCAPITALIZATION GRANT FOR STATE REVOLVING FUND. U.S. Environmental Protection Agency
APRIL 2015 66.458 CAPITALIZATION GRANT FOR STATE REVOLVING FUND State Project/Program: CLEAN WATER STATE REVOLVING FUND (CWSRF) Federal Authorization: U.S. Environmental Protection Agency CFR 40-35; Federal
More informationFTA FISCAL YEAR 2018 CERTIFICATIONS AND ASSURANCES PREFACE
PREFACE Except as the Federal Transit Administration (FTA or We) determines otherwise in writing, before FTA may award Federal transit assistance (funding or funds) to support a public transportation Project,
More informationCALCASIEU PARISH POLICE JURY PROCUREMENT POLICY TABLE OF CONTENTS
CALCASIEU PARISH POLICE JURY PROCUREMENT POLICY TABLE OF CONTENTS Procurement Policy Receipt Acknowledgment... 3 Section I - Conflict of Interest / Code of Conduct... 4 Section II - Procurement Procedures...
More informationTABLE OF CONTENTS. Request for Proposals (RBFF-18-C-387) STRATEGIC PLANNING FACILITATOR I. Request for Proposals. II.
TABLE OF CONTENTS Request for Proposals (RBFF-18-C-387) STRATEGIC PLANNING FACILITATOR - 2018 I. Request for Proposals II. Solicitation III. Background IV. Project Need V. Project Scope VI. Contractor
More informationFOR PROFESSIONAL DESIGN SERVICES
SEDA-Council of Governments REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES TOWN OF BLOOMSBURG COLUMBIA COUNTY, PENNSYLVANIA COMMUNITY DEVELOPMENT BLOCK GRANT ACTIVITIES AND CDBG-DISASTER RECOVERY
More informationThe Section 3 Clause. HACSJ Section 3 Form and Explanation (Rev 2013,03.01) Page 1 of 7
The Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3).
More informationRequest for Proposals (RFP) Strategic Advisor, Diversity in Children s Content Production May 2016 FILING DEADLINE: June 22, 2016
Request for Proposals (RFP) Strategic Advisor, Diversity in Children s Content Production May 2016 FILING DEADLINE: June 22, 2016 I. PROJECT OVERVIEW The Corporation for Public Broadcasting (CPB) seeks
More informationSuffolk 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 informationGRANTS AND CONTRACTS (FINANCIAL GRANTS MANAGEMENT)
GRANTS AND CONTRACTS (FINANCIAL GRANTS MANAGEMENT) Policies & Procedures UPDATED: February 25, 2015 (04/21/16) 2 TABLE OF CONTENTS Definitions... 3-7 DRFR 8.00 Policy Statement... 8 DRFR 8.02 Employee
More informationREQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE
REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE PAIUTE INDIAN TRIBE OF UTAH 440 NORTH PAIUTE DRIVE CEDAR CITY, UT 84721 OCTOBER 18, 2017 TABLE OF CONTENTS 1. SUMMARY AND
More informationREQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services
REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org
More informationOffice of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES
2510.8 SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES :1 OBJECTIVE: To establish a uniform policy and procedure for the acquisition of construction services for the City of Orlando (City), including, but
More informationALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County
ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY 1. SECTION ONE. GENERAL INFORMATION 1.1. Purpose of the Request for Proposals. The purpose of this Request for Proposals ( RFP ) is to engage a Proposer to
More informationHIGHWAY PLANNING AND CONSTRUCTION SAFE ROUTES TO SCHOOL PROGRAM (SRTS) U. S. Department of Transportation
APRIL 2018 20.205-7 HIGHWAY PLANNING AND CONSTRUCTION State Project/Program: SAFE ROUTES TO SCHOOL PROGRAM (SRTS) U. S. Department of Transportation Federal Authorization: 23 U.S.C., Section 1404 of the
More informationU. S. ARMY RESEARCH OFFICE GENERAL TERMS AND CONDITIONS FOR GRANT AWARDS TO EDUCATIONAL INSTITUTIONS AND OTHER NONPROFIT ORGANIZATIONS
February 2005 U. S. ARMY RESEARCH OFFICE GENERAL TERMS AND CONDITIONS FOR GRANT AWARDS TO EDUCATIONAL INSTITUTIONS AND OTHER NONPROFIT ORGANIZATIONS TABLE OF CONTENTS 1. Acceptance of Grant 16. Interest
More informationNotice of Support Availability: Pay for Success Administrative Data (PFS-AD) Training and Technical Assistance Services Issued: April 13 th, 2017
Notice of Support Availability: Pay for Success Administrative Data (PFS-AD) Training and Technical Assistance Services Issued: April 13 th, 2017 Revised: May 10 th, 2017 Contents What is the Notice of
More informationIn consideration of the mutual covenants and promises contained herein, the parties agree as follows:
PROJECT NUMBER _[project number]_ LIBRARY SERVICES AND TECHNOLOGY ACT GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [governing body] for and on behalf of [subgrantee] This Agreement
More informationKDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12
KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 Purpose These guidelines are intended to guide the procurement of goods and consultant services
More informationWhatcom County Request for Qualifications RFQ #15-01
Whatcom County Request for Qualifications RFQ #15-01 NOTICE IS HEREBY GIVEN that sealed statements of qualifications and performance will be received by Purchasing in the Administrative Services Finance
More informationPALM 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 informationREQUEST FOR PROPOSAL WORK READINESS PROGRAM PY18
Workforce Investment Board of Will County 116. North Chicago Street, Suite 101 Joliet, IL 60432 815-727-5670 willcountyworkforceboard.org REQUEST FOR PROPOSAL WORK READINESS PROGRAM PY18 Release Date:
More informationSubrecipient Risk Assessment and Monitoring of Northeastern University Issued Subawards
Subrecipient Risk Assessment and Monitoring of Northeastern University Issued Subawards What is a Subaward? A Subaward is a contractual agreement between Northeastern University and a third party organization
More informationSection 3 Sample Plan Template
Section 3 Sample Plan Template RESOLUTION A RESOLUTION TO ADOPT THE SECTION 3 PLAN TO COMPLY WITH 24 CFR, PART 135 OF THE UNITED STATES DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT SECTION 3 WHEREAS, the
More informationOpen FAR Cases as of 2/9/ :56:25AM
Open FAR Cases as of 11:56:25AM 2018-010 (S) Use of Products and Services of Kaspersky Lab Implements section 1634 of the NDAA for FY 2018. Section 1634 prohibits the use of products and services developed
More informationREQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017
REQUEST FOR PROPOSALS: AUDIT SERVICES Issue Date: February 13 th, 2017 Due Date: March 22 nd, 2017 In order to be considered, proposals must be signed and returned via email to rtan@wested.org by noon
More informationREQUEST FOR 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 informationREQUEST FOR PROPOSALS RFP NO.:
REQUEST FOR PROPOSALS RFP NO.: 11-019 Sealed proposals for a CONSULTANT SERVICES FOR THE HAZARDOUS MATERIALS & CHEMICAL RESPONSE (HAZMAT & CR) PLAN for the Sheriff s Office will be received by Contracts
More information#NLCU. Lessons Learned from Crisis Leadership
Lessons Learned from Crisis Leadership #NLCU March 11, 2017 Washington, DC Blake Ratcliff, Steve Traina, Brian Delvaux, Erica Bueno Institute for Building Technology & Safety Workshop Agenda Eligibility
More informationSOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA)
SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) REQUEST FOR PROPOSALS America s Promise Apprenticeship Grant Participant and Performance Data System Issued September 18th 2017 SECTION 1: CONTACTS & IMPORTANT
More informationGOODWILL YOUTHBUILD GED/High School Education Instruction
REQUEST FOR PROPOSALS FOR GOODWILL YOUTHBUILD GED/High School Education Instruction Issued By: Goodwill of the Olympics and Rainier Region YouthBuild Program 714 S 27 th St Tacoma, WA 98372 November 13,
More informationDEKALB COUNTY GOVERNMENT
DEKALB COUNTY GOVERNMENT PROJECT MANUAL FOR Optical Multiplexers and Attenuators For DeKalb County DATA Project September 8, 2011 TABLE OF CONTENTS Advertisement for Bids 3 General Requirements 4-5 Technical
More informationImplementing the OMB s Super Circular (aka UGG) Presented by: Anne Fritz, Finance Director, City of St. Petersburg, Florida
Implementing the OMB s Super Circular (aka UGG) Presented by: Anne Fritz, Finance Director, City of St. Petersburg, Florida Acknowledgement to Heather Acker, Partner, Baker Tilly, Virchow Krause, LLP for
More informationREGION III EDUCATION SERVICE CENTER 1905 Leary Lane, Victoria, Texas Phone: (361) Fax: (361)
1905 Leary Lane, Victoria, Texas 77901-2899 Phone: (361) 573-0731 Fax: (361) 576-4804 Forms Checklist (This forms checklist is provided for your convenience. Please complete and return all of the attached
More information1. Request for Proposal Services
1. Request for Proposal Services DAI, implementer of the USAID funded Indonesia Urban Water, Sanitation and Hygiene Penyehatan Lingkungan Untuk Semua (IUWASH PLUS) Project, invites qualified vendors to
More informationUniform Guidance Procurement Requirements for NC Local Governments UNC School of Government Webinar Presentation April 24, 2018
Uniform Guidance Procurement Requirements for NC Local Governments UNC School of Government Webinar Presentation April 24, 2018 Welcome! Norma Houston Lecturer in Public Law and Government UNC School of
More informationProcurement Policies. and. Procedures. Manual
Procurement Policies and Procedures Manual Originally Issued May 6, 2008 Last Modified March 2, 2016 These policies and procedures were reviewed and accepted by the Office of the Attorney General of New
More informationWelcome! OVERVIEW. Uniform Guidance Procurement Requirements for NC Local Governments UNC School of Government Webinar Presentation April 24, 2018
Uniform Guidance Procurement Requirements for NC Local Governments UNC School of Government Webinar Presentation April 24, 2018 Welcome! Norma Houston Lecturer in Public Law and Government UNC School of
More informationCAPITALIZATION GRANTS FOR CLEAN WATER STATE REVOLVING FUNDS. U.S. Environmental Protection Agency
66.458 CAPITALIZATION GRANTS FOR CLEAN WATER STATE REVOLVING FUNDS APRIL 2018 State Project/Program: CLEAN WATER STATE REVOLVING FUNDS Federal Authorization: U.S. Environmental Protection Agency CFR 40-35;
More informationPAL-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 informationRESEARCH GRANT SCHEDULE. 1. Grant Title: Research and Analysis of the Performance of Hurricane and Flood Protection Projects in Southeast Louisiana
DEPARTMENT OF THE ARMY U.S. ARMY ENGINEER RESEARCH AND DEVELOPMENT CENTER VICKSBURG CONSOLIDATED CONTRACTING OFFICE 4155 CLAY STREET VICKSBURG, MISSISSIPPI 39183-3435 RESEARCH GRANT SCHEDULE 1. Grant Title:
More informationUniform Bid Process and Contractor Relations
1. Contractors Registration Act 2. Small Business Bidder 3. Bid-Package Review Checklists and Other Required Bid Documents 4. Bidding Procedures 4.1 Posting 4.2 Bid Opening Procedures 4.3 Sole Bidder 5.
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 800 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: IRI2018ALL04oRFP Open
More informationBest-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)
Best-Value Procurement Manual MnDOT Office of Construction and Innovative Contracting (OCIC) March, 2013 Table of Contents July 29, 2010 1 Preface... 1 1.1 Purpose of Manual... 1 1.2 What is Best Value
More informationInstructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services
Instructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services PLEASE READ THIS DOCUMENT THOROUGHLY All vended meal
More informationRequest for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program
Request for Proposal PROFESSIONAL AUDIT SERVICES Luzerne-Wyoming Counties Mental Health/Mental Retardation Program For the Fiscal Year July 1, 2004 June 30, 2005 DUE DATE: Noon on Friday, April 22, 2005
More informationEXHIBIT A SCOPE OF WORK
EXHIBIT A SCOPE OF WORK Asbestos Abatement Services for the Florida Department of Transportation FM 227775-1 / State Road 7 (SR-7) from Fillmore Street to South of Stirling Road Hollywood, Broward County,
More informationCambridge Housing Authority Section 3 Policy
Cambridge Housing Authority ----------------------- Section 3 Policy (Revised 2013) Cambridge Housing Authority 362 Green Street, 3 rd Floor, Cambridge, MA 02139 Tel (617) 864-3020 Fax (617) 868-5372 TTY
More informationThe DBE Program is an outreach, education, and objectives program designed to increase the participation of DBEs in the CWSRF Program.
California State Water Resources Control Board Division of Financial Assistance (Division) 1001 I Street Sacramento, California 95814 (916) 341-5700 FAX (916) 341-5707 Mailing Address: P. O. Box 944212
More informationSmall Business Subcontracting Plans & Reporting
Small Business Subcontracting Plans & Reporting A Pre award Plan with Post Award Ramifications Session Expectations History of this requirement Policy and Regulations behind Small Business Subcontracting
More informationFort Bend Independent School District. Small Business Enterprise Program Procedures
Fort Bend Independent School District Small Business Enterprise Program Procedures Spring 2015 TABLE OF CONTENTS I. Summary Of Fort Bend Independent School District s Small Business Enterprise Program
More informationWEATHERIZATION ASSISTANCE PROGRAM. Procurement. Trainer s Manual Three Hour Workshop
WEATHERIZATION ASSISTANCE PROGRAM Procurement Trainer s Manual Three Hour Workshop WEATHERIZATION ASSISTANCE PROGRAM Procurement for Department of Energy Weatherization Assistance Grantees Learning Objectives
More informationREQUEST 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 informationDepartment of Contracts, Grants and Financial Administration, Texas Education Agency 1/26/18
Federal Grant Procurement Rules and Regulations and Federal Fiscal Monitoring Requirements Cory Green, Associate Commissioner Department of Contracts, Grants and Financial Administration Texas January
More informationOMB Uniform Guidance: Cost Principles, Audit, and Administrative Requirements for Federal Awards
OMB Uniform Guidance: Cost Principles, Audit, and Administrative Requirements for Federal Awards Chad Person May 1, 2013 Presented By: Devesh Kamal, CPA Shareholder deveshk@cshco.com Jesse Young, CPA Principal
More informationFiscal Compliance: Desk Audit and Fiscal Monitoring Reviews
Fiscal Compliance: Desk Audit and Fiscal Monitoring Reviews Denise Dusek, MPA Federal Funding Specialist ESC 20 Image obtained from google.com Education Service Center, Region 20 May 2018 2 1 Participants
More informationREQUEST FOR PROPOSAL FOR AUDIT SERVICES RFP W.E. Upjohn Institute for Employment Research 300 S. Westnedge Ave. Kalamazoo, MI 49007
REQUEST FOR PROPOSAL FOR AUDIT SERVICES RFP 2018-1 W.E. Upjohn Institute for Employment Research 300 S. Westnedge Ave. Kalamazoo, MI 49007 This RFP Notification Expires on March 30, 2018 1 I. General Information
More information