DEPARTMENT OF DEVELOPMENTAL SERVICES 1600 NINTH STREET, Room 220, MS2-7 SACRAMENTO, CA TDD (For the Hearing Impaired) (916)

Size: px
Start display at page:

Download "DEPARTMENT OF DEVELOPMENTAL SERVICES 1600 NINTH STREET, Room 220, MS2-7 SACRAMENTO, CA TDD (For the Hearing Impaired) (916)"

Transcription

1 STATE OF CALIFORNIA--HEALTH AND HUMAN SERVICES AGENCY ARNOLD SCHWARZENEGGER, Governor DEPARTMENT OF DEVELOPMENTAL SERVICES 1600 NINTH STREET, Room 220, MS2-7 SACRAMENTO, CA TDD (For the Hearing Impaired) (916) April 28, 2010 Notice to Prospective Proposers You are invited to review and respond to the Department of Developmental Services (DDS), Request for Quote (RFQ), entitled, RFQ Number HD In submitting your proposal, you must comply with the instructions found herein. The proposals must be received in the office of DDS no later than, May 13, 2010, 4:00 PM, Pacific Standard Time (PST). Proposals received after the specified date and time will be rejected. The term of this agreement is June 2, 2010 or the date the agreement is signed and approved, through June 30, The state reserves the right to extend the contract term up to one (1) year at the same rates as proposed in the original quote. Proposers requiring clarification of the intent and content of this RFQ, or on the competitive proposal process, may request clarification only by submitting written questions via or fax to: CA Department of Developmental Services Lina Aboushanab, Chief DCTSS th Street, Room 220, MS 2-7 Sacramento, CA (916) FAX (916) lina.aboushanab@dds.ca.gov To ensure a response, questions must be received by May 5, 2010, 4:00 PM, PST. Questions received by this date will be answered via and sent to all RFQ recipients within twentyfour (24) hours, without identifying the source of the query. Any attempt by a Proposer to initiate contact with any DDS staff, other than the Chief, DCTSS, regarding this RFQ process may disqualify the Proposer from further consideration. Please note that no verbal information given will be binding upon the Department of Developmental Services unless such information is issued in writing as an official addendum. DVBE PARTICIPATION REQUIREMENTS ARE WAIVED FOR THIS SOLICITATION. Building Partnerships, Supporting Choices

2 Preference Programs California-based companies submitting proposals to DDS for this RFQ may apply for the following preference programs if applicable: Small Business Preference. The five percent Small Business Preference will be applied to Certified Small Business bids. An explanation of the Small Business Preference program can be found at: Target Area Contract Preference Act (TACPA) Form Std 830 Enterprise Zone Act (EZA) Form Std 831 Local Agency Military Base Recovery Area Act (LAMBRA) Form Std 832 Preference Program Requirements Summary These programs include a range of preferences for certain work sites and work force composition. For further information about these programs see the following Web site: If the Proposer claims preferences under any of these programs, the Proposer must complete and return the appropriate forms incorporated in the solicitation. Proposers are not required to apply for TACPA/EZA/LAMBRA preferences, and denial of preference requests is not a basis for rejection of the proposal. Building Partnerships, Supporting Choices

3 State of California Department of Developmental Services Request for Quote (RFQ) #HD Project April 28, 2010

4 This page intentionally left blank Page 4 of 39

5 Table of Contents Page 5 of 39 I. INTRODUCTION...7 II. III. BACKGROUND...7 HARDWARE REQUIREMENTS...8 IV. PERIOD OF PERFORMANCE...8 V. SCOPE...8 VI. DELIVERABLES...10 VII. ANNUAL MAINTENANCE FEES...12 VIII. KEY PERSONNEL QUALIFICATIONS AND EXPERIENCE...12 IX. MINIMUM QUALIFICATIONS FOR THE PROPOSER...13 X. RFQ TIMELINES...13 XI. PROPOSER SELECTION - Best Value...13 XII. PROPOSAL SUBMISSION INSTRUCTIONS...14 XIII. PAYMENT AND INVOICES...19 XIV. POINTS OF CONTACT...19 XV. DDS FURNISHED ITEMS...20 XVI. RESPONSIBILITIES OF PARTIES...20 XVII. AWARDEE PARAMETERS...21 XVIII. DOCUMENT FORMAT...21 XIX. XX. CONFIDENTIALITY...21 PROPOSER SELECTION SCORING SHEET - BEST VALUE...22 XXI. EVALUATION PROCESS...23 XXII. FINALIST DEMONSTRATION...25 ATTACHMENT 1 Required Attachment Checklist ATTACHMENT 2 Minimum Qualifications Certification..29 ATTACHMENT 3 Cost Proposal ATTACHMENT 4 Proposal/Proposer Certification Sheet ATTACHMENT 5 Proposer Firm References.35

6 Table of Contents Page 6 of 39 ATTACHMENT 6 Warranties Certification..37 ATTACHMENT 7 Key Personnel Qualifications and Experience.39 ATTACHMENT 8, Software Requirements (Excel Spreadsheet)..... * EXHIBIT A HIPAA.* EXHIBIT B Bidder Instructions.* EXHIBIT C General Provisions-Information Technology......* Target Area Contract Preference Act (TACPA)....* Enterprise Zone Act (EZA).....* Local Agency Military Base Recovery Area Act (LAMBRA).* Preference Program Requirements Summary. * *No page number available, separate document(s) and file(s) attached to RFQ.

7 I. INTRODUCTION Page 7 of 39 The California Department of Developmental Services (DDS) is the agency through which the State of California provides services and supports to individuals with developmental disabilities. These disabilities include mental retardation, cerebral palsy, epilepsy, autism and related conditions. Services are provided through state-operated Developmental Centers and Community Facilities, and contracts with 21 nonprofit Regional Centers. The Regional Centers serve as a local resource to help find and access the services and supports available to individuals with developmental disabilities and their families. The Developmental Centers provide services to individuals who have been determined by Regional Centers to require programs, training, care, treatment and supervision in a structured health facility setting on a 24-hour basis. The enterprise platform for the Regional Centers and the Developmental Centers is the IBM iseries platform. DDS 24-Hour Facilities and Number of Occupied Residences (Units) Facility Intermediate Care Skilled Nursing Totals Units Units Fairview Developmental Center Lanterman Developmental Center Porterville Developmental Center Sonoma Developmental Center Canyon Springs Community Facility Totals The DDS Mission statement is as follows: The Department of Developmental Services (DDS) is committed to providing leadership that results in quality services to the people of California and assures the opportunity for individuals with developmental disabilities to exercise their right to make choices. For more information about DDS, please refer to the Web site at II. BACKGROUND The Developmental Centers Technology Support Section (DCTSS) of DDS is responsible for the operation and maintenance of multiple health information systems in support of four (4) state operated Developmental Centers located in Sonoma, Costa Mesa, Porterville, and Pomona and one (1) state operated Community Facility located in Cathedral City. These health information systems reside on an IBM iseries model 520 located at each of the four (4) Developmental Centers. There is one (1) multiple partitioned iseries model 520 located at DDS Headquarters that supports the one (1) state operated community facility on one partition, a development environment on the second partition and a test environment on the third partition. All of the computer software source code is written in the RPGIII/RPGIV programming languages and maintained at DDS Headquarters. Any software application fixes and/or enhancements, once tested and approved are then installed in a production environment on the iseries located at each Developmental Center site. These five (5) iseries machines are using TCPIP in a wide area intranet network at each site. Client Access is being used to manage the iseries and to provide technical staff with access to each iseries. The JWalk product by Seagull is also used to access applications on each iseries. There are also six (6) Web servers running natively on the iseries.

8 III. HARDWARE REQUIREMENTS Page 8 of 39 The selected software application must run on an IBM iseries platform running IBM's V5R4M0 of i5o/s or greater and utilize the DB/2 Database for the iseries. IV. PERIOD OF PERFORMANCE The term of this Agreement is June 2, 2010, or the date the Agreement is signed and approved, through June 30, The State reserves the right to extend the contract term up to (1) one year at the same rates as proposed in the original quote. This contract is subject to budget approval and exemption approval for the Governor s Executive Order S DDS does not accept alternate agreement language from any Vendor. The DDS General Provisions-Information Technology are not negotiable. Please refer to Exhibit C. No oral understanding or agreement shall be binding on either party. V. SCOPE The California Department of Developmental Services (DDS) intends to award a contract to a qualified firm to provide a software application for the purpose of implementing the Minimum Data Set () as required by the Centers for Medicare and Medicaid Services (CMS). The software application must adhere to Attachment 8, Software Requirements, and shall include modules for Client Assessments and Care Plans and must run on an IBM iseries platform running IBM's V5R4M0 of i5o/s or greater and utilize the DB/2 Database for the iseries. DDS expects the software to conform to best practices in Web design techniques as applied to such items as: Home Page Page Layout Menu Design Navigation Links Text Appearance Graphic Design Color Accessibility Search Information about Web design and usability can be found at the following Web sites: U.S. Department of Health and Human Services (HHS), in partnership with the U.S. General Services Administration. ISO :2008 Ergonomics of human-system interaction -- Part 151: Guidance on World Wide Web user interfaces.

9 Page 9 of 39 The goal for DDS is to purchase not only a functional software product but also a highly responsive and easy-to-use Web based product. The Awardee will: 1. Analyze DDS existing systems of ADT and ER2000 for interface purposes. 2. Provide a real-time interface with ER2000 to obtain employee data. 3. Provide a real-time interface with ADT to obtain consumer demographic data. 4. Provide a real-time interface with ER2000 to obtain consumer clinical data. 5. Convert all existing MDS 2.0 data. 6. Provide implementation support. 7. Provide training. 8. Provide project management. 9. Provide training materials. 10. Provide system documentation. The Awardee shall offer an Enterprise License to the Department of Developmental Services that is not limited by the number of servers or users. DDS s health information systems that the Awardee would be expected to analyze include: ADT ER2000 MDS 2.0. ADT is an Admission, Discharge, Transfer system. ADT provides automation of the client s profile, client census, bed retention and bed control, client admission and discharge processing, pre-admission screening, client transfer and out-of-hospital processing, client tracking and client statistical reporting for management and research purposes. The Awardee s software application is expected to interface with ADT to obtain client demographic data. ER2000 is a Physician s Order Entry and Communication System. Clinical data is entered, maintained, viewed, and printed by physicians, nurses, psychologists, and other health care professionals. ER2000 captures ICD9 diagnoses, allergies, alerts, heights, weights, and many other types of clinical information. The Awardee s software application is expected to interface with ER2000 to obtain consumer clinical data. The Minimum Data Set 2.0 (MDS) system captures federally mandated information for clinical assessment of all residents who reside in Medicare or Medicaid certified nursing homes. MDS information is transmitted electronically by nursing homes to the MDS database in their respective States. MDS information from the State databases is captured into the national MDS database at CMS. DDS s current MDS 2.0 would be replaced with the new software application. The Awardee shall convert all existing MDS 2.0 data.

10 VI. DELIVERABLES Page 10 of 39 Deliverable 1. Weekly status reports to the DCTSS Chief detailing: a. Weekly Status The success, continuation, failure, or resolution of each prior week s activity. The activities planned for the current week. b. Bi-Weekly Status a. Updated implementation plan. 2. DDS Approved Implementation Plan and schedule to include: a. List of implementation phases. b. Brief description of the tasks within each phase. c. Task resources. d. Task Location indicate whether task is performed remotely or onsite at DDS Headquarters, or DDS Developmental Centers by indicating Remote, DDS- HQ, or DDS-DC respectively. e. Time elapsed effort days required to complete each task within the phase. Effort days are a measure of the time required to complete the task from beginning to end assuming an eight (8) hour day. This time does not include weekends or holidays. For example, an effort of 80 hours would equal 10 effort days. f. Subtotal for each phase. g. Grand total for the project. 3. Software Installation at DDS HQ. TBD 4. DDS approved technical design document for the interface. TBD 5. System flow/process flow diagram. 6. DDS approved training plan and schedule to include: a. System training to the Project Team. b. General and specific training by discipline and roles. 7. Training materials as follows: a. An electronic copy of training materials that can be modified using MS Word and MS Power Point. b. Ten (10) printed copies of the System Users Manual. c. An electronic copy of the system User Manual. Due Date Noon each Monday subject to change according to the needs of the DCTSS Chief. Within sixty (60) days from the start of the contract. TBD 8. Hardware and performance evaluation document. TBD At least two months before training begins. 9. An Interface between the Vendor s system and the following DDS systems: a. Admission Discharge Transfer (ADT) system; demographic data. b. ER2000 system; clinical and employee data. TBD

11 Deliverable 10. HCS will provide finalized Interface Specification, Database TBD definitions and options to start and stop interface with audit processes to verify that the interfaced data is in sync with DDS systems, and the ability, where possible, to correct out of sync conditions. Page 11 of 39 Due Date 11. DDS approved test plan. TBD 12. System administrator manual to include but not limited to the TBD following: a. Installation procedures. b. System set up procedures. c. Web server configuration. d. General troubleshooting guidelines. e. Frequently Asked Questions (FAQs). f. Software updates procedures. g. Backup/Recovery procedures. h. Journaling requirements. 13. Twenty two (22) days of combined on-site/remote software TBD training as follows: a. 4 days for Headquarters IT staff and Project Coordinators. b. 18 days for the four Developmental Centers with our Master Trainers and other designated DC staff. c. There will be a minimum of 4 days on-site training in one location. d. Each session will have approximately 12 attendees. 14. Perform Successful System Test that includes: TBD a. Interface b. Any modifications c. All software modules including d. Documented test results 15. Conversion of all existing MDS 2.0 data. TBD 16. Go-live and successful transmission of data to CMS from all DDS sites listed on page 5. TBD 17. Post go-live services. TBD (Key deliverables are in bold) The DDS will attempt to turn around approvals, documents, reviews, etc., within 5-15 business days, excluding State holidays and mandatory furloughs. Major tasks, i.e. building data bases, may take 2-3 months.

12 VII. ANNUAL MAINTENANCE FEES Page 12 of 39 The initial annual maintenance fee will commence after go-live at all DDS sites listed on page 7. Subsequent annual maintenance fees will be due on the anniversary date of the go-live date at all DDS sites. Any annual increase in the maintenance fee is limited to one percent (1%). The Awardee shall begin to correct any reproducible program error (bug) or malfunction in their software or in any enhancement or modifications thereof supplied within eight (8) hours from notification by DDS. Awardee agrees to provide timely updates to meet changes to MDS Federal regulations. VIII. KEY PERSONNEL QUALIFICATIONS AND EXPERIENCE The Awardee s personnel assigned to perform the work involving the interface, conversion, and implementation must possess the following knowledge, skills and abilities in the following areas: A. Technical 1. IBM iseries programming and technical skills as follows: a. A minimum of five (5) years of experience working with IBM iseries. b. A minimum of five (5) years of experience programming in RPG III / IV. c. A minimum of five (5) years of experience working with DB2 on the iseries. d. A minimum of five (5) years of experience working with IBM iseries CL programs. 2. IBM iseries programming and technical skills shall be within the past two (2) years. 3. It is also desirable that Awardee personnel possess a minimum of two (2) years of programming and analysis experience with medical application systems such as pharmacy, physician s orders, clinical records, dietary, MDS. B. Clinical 1. A minimum three (3) years of experience planning, preparing documents, training and implementing MDS 2.0 and related software product. 2. Current knowledge of the change, impact, and requirements for transitioning from the MDS 2.0 to. C. Project Management 1. A minimum three (3) years experience in Project Management and software implementation.

13 Page 13 of 39 IX. MINIMUM QUALIFICATIONS FOR THE PROPOSER A proposing firm must meet all of the following minimum qualifications to DDS satisfaction to be given further consideration. The Proposer must complete the Minimum Qualification Certification (Attachment 2). Failure to satisfy any of the minimum qualifications will result in the immediate rejection of the proposal. 1. As of April 1, 2010, the proposing firm must be a legal business entity for at least five (5) years as evidenced by the submission of a copy of the Proposer s business license. 2. As of April 1, 2010, Proposer must have been in business selling or developing the MDS software application for at least three (3) years. X. RFQ TIMELINES Event Date Time RFQ Available to Prospective Proposers April 28, :00pm Written Question Submittal Deadline May 5, :00pm Response to Written Questions May 6, :00pm Final Date for Proposal Submission May 13, :00pm Evaluation May 17, 2010 Public Cost Opening May 18, :00am Finalist Demonstration May 19, 2010 Notice of Intent to Award May 20, 2010 Proposed Award Date May 28, 2010 DDS will use its best efforts to adhere to the time schedule. However, DDS reserves the right to amend the time schedule, as it deems necessary. XI. PROPOSER SELECTION - Best Value Contract award for this RFQ is determined by value effective acquisition criteria. The contract award, if made, will be the responsible bidder submitting a responsive bid that scores the highest points in accordance with the evaluation methodology as described below. A point structure will be used to rate the Proposer s responses in the following areas: Section III, Hardware Requirements are Pass/Fail. Section VIII, Key Personnel Qualifications and Experience, see Attachment 7. Section IX, Minimum Qualifications For The Proposer are Pass/Fail, see Attachment 2. Attachment 8, Software Requirements Cost Proposal, see Attachment 3. DDS reserves the right to interview any of the proposed firm s personnel. Proposer selection will be based on the Proposer that provides the best value to DDS. (See Proposer Selection Scoring Sheet on page 22).

14 Page 14 of 39 XII. PROPOSAL SUBMISSION INSTRUCTIONS 1. To be eligible for evaluation, the proposal must adhere strictly to the format set forth below; failure to do so may result in disqualification. Proposals must address each of the required sections indicated below. Please label and separate each section to allow for ease of review by the team of reviewers. The content and sequence of the proposal will be as follows: Section Title Required Attachment Checklist (Attachment 1) a. Cover Letter b. Table of Contents c. Executive Summary d. Firm Information e. Cost Proposal (Attachment 3) f. Key Personnel Qualifications and Experience (Attachment 7) g. Attachment 8, Software Requirements h. Project Timeline Minimum Qualifications Certification (Attachment 2) Proposal/Proposer Certification Sheet (Attachment 4) Proposer Firm References (Attachment 5) Warranties Certification (Attachment 6) Resumes for Key Personnel a. Cover Letter A maximum one page cover letter must include: i. Name of the Proposer firm; ii. Organizational structure of the firm (e.g., corporation, partnership, etc.); iii. Address, telephone number, and fax number; iv. Name, telephone number, and address of the firm s representative who is designated as primary liaison to DDS; v. Name, title, telephone number, and address of the representative who is authorized to bind the firm in contract; vi. Should the Proposer firm s proposal contain proprietary information, a statement to that effect must be included in the cover letter. b. Table of Contents Immediately following the cover letter, there must be a Table of Contents of the material included in the proposal. The Table of Contents must clearly identify the proposal section/subsection and the applicable page numbers. c. Executive Summary This section shall include a statement that exemplifies the commitment of the Proposer to perform the work within the time period specified, a statement as to why the firm believes it to be the best qualified to perform the commitment, and a statement of the services provided that may make their firm unique from their competitors.

15 Page 15 of 39 d. Firm Information i. The Proposer must provide a description of the firm s qualifications and experience relevant to the minimum qualifications and any necessary substantiating information. ii. The Proposer must submit a statement indicating what year the firm was founded; what is the primary business of the firm; and the length of time the firm has been providing MDS products and/or services. iii. The Proposer must provide information on the locations of the headquarters office and branch offices that will be providing services under the agreement. Identify the individual who has overall responsibility for the firm s operations. iv. The Proposer must provide a description of the operational structure of the firm, including the following: What services are centralized? How many employees are there at location(s), which will be providing services? How many of these employees will be performing services related to this agreement? Include an organization chart. v. If the Proposer is a joint venture, the qualifications of each firm comprising the joint venture must be separately identified, and the firm that is to serve as the primary firm must be noted, if applicable. vi. The Proposer shall provide information on the circumstances and status of any nonroutine investigation, examination, complaint, disciplinary action or other proceeding commenced by any State or Federal regulatory body or professional organization during the past three (3) years. vii. The Proposer must provide three (3) references. This information must be submitted on the Proposer Firm References, Attachment 5. DDS reserves the right to contact any of the persons/companies provided, and also retains the right to conduct reference checks beyond that supplied by the Proposer. viii. The Proposer must provide five (5) years of financial documentation that can be either audited financial statements or Federal tax returns if a sole proprietor. The Proposer must provide documentation if registered with the California Secretary of State. e. Cost Proposal Proposers must submit their fees in the format prescribed in Attachment 3, Cost Proposal. The Proposer will provide a description of total cost for the offered product and/or services. The cost proposal will be broken down in the following categories: i ii One Time Costs. These are any costs only paid for once. Examples include but are not limited to: product licensing and software modification. Ongoing Costs. These are costs associated with ongoing operation and maintenance of the product on an annual basis (see Attachment 3, Cost Proposal). Examples include but are not limited to: annual software licensing, hosting services, and product maintenance fees.

16 Page 16 of 39 iii Rate Structure. These are hourly and/or daily rates the Proposer would charge for services that DDS might request for out of scope items. f. Key Personnel Qualifications and Experience i ii The Proposer must identify the principal supervisory and management staff, including partners, managers, supervisors (seniors) and specialists, who would be assigned to the DDS account. The Proposer must identify the areas of commitment such persons will be assigned and who will be working onsite at DDS. The Proposer must fill out Attachment 7, Key Personnel Qualifications and Experience, cross reference Section VIII. iii The Proposer must submit resumes for each of the people assigned to the DDS account. DDS reserves the right to interview any of the firm s proposed personnel. iv The selected Proposer shall not substitute or reduce members of the project team without prior approval from DDS. Resumes and required certifications of the proposed substitute personnel must be submitted to DDS at the time the request to change team members is made. g. Attachment 8, Software Requirements Instructions The Proposer must perform a self evaluation of the product and/or services that will be provided in comparison to the numbered criteria DDS has defined. Using Attachment 8, Software Requirements (MS Excel spreadsheet), the Proposer is to electronically fill in the cell next to each numbered criteria using either a 4,2,1, 0. The spreadsheet should automatically total each column at the bottom. Definitions of the point scale are: i. Standard. The requirement is met by existing software system. ii. Modification. The requirement will be met by modifying existing software system. iii. Future. The requirement will be met in the future and is in development. iv. Not possible. The requirement cannot be met by the existing system and modification is not feasible. h. Project Timeline The Proposer will deliver an implementation plan and schedule to include: i ii List of implementation phases. Brief description of the tasks within each phase. iii Task Location indicate whether task is performed remotely or onsite at DDS Headquarters, or DDS Developmental Centers by indicating Remote, DDS-HQ, or DDS-DC respectively.

17 Page 17 of 39 iv Time elapsed effort days required to complete each task within the phase. Effort days are a measure of the time required to complete the task from beginning to end assuming an eight (8) hour day. This time does not include weekends, holidays or mandatory furloughs. For example, an effort of 80 hours would equate to 10 effort days. v Subtotal for the phase. vi Grand total for the project. 2. Submission of Proposal a. Submit your proposal in two separate packages as follows: Package #1, contains seven (7) copies each of all documents except the Cost Proposal. One of the seven copies must have original signatures and be labeled MASTER COPY. Additionally, one (1) copy of Attachment 8, Software Requirements, (Excel Spreadsheet) must be submitted on a CD. Package #2, outside label must say COST PROPOSAL. The package contains seven (7) copies of the Cost Proposal. One of the seven copies must have original signatures and be labeled MASTER COPY. b. Package #1 Master Copy shall be placed in a loose-leaf, three-ringed binder, which displays the Proposer s name on the outside front cover and the spine. Other copies may be spiral bound. c. The cost proposal will have a public opening on May 18, 2010 at DDS Headquarters, th Street, Sacramento, CA. (See RFQ Timeline). Proposers will be notified of the room and time. d. All proposals must be delivered to the CA Department of Developmental Services by May 13, 2010, 4:00 p.m., PST. Proposals received after this date and time will not be considered. e. Proposals must be delivered to the address below. The sealed proposal envelopes/packages must be plainly marked with the RFQ number and title, your firm s name and address, and must be marked with DO NOT OPEN, as shown below: RFQ NUMBER HD CA Department of Developmental Services Customer Support Section, Greg Trahey, Contract Analyst th Street, Room 300, MS 3-18 Sacramento, CA MAIL ROOM DO NOT OPEN Proposals not submitted under sealed cover may be rejected. If the proposal is made under a fictitious name or business title, the actual legal name of the Proposer must be provided.

18 Page 18 of 39 e. All proposals shall include the documents identified in Required Attachment Checklist, Attachment 1. Proposals not including the proper required Attachments shall be deemed non-responsive. A non-responsive proposal is one that does not meet the basic proposal requirements. f. Proposals must be submitted for the performance of all the services described herein. Any deviation from the work specifications will not be considered and will cause a proposal to be rejected. g. A proposal may be rejected if it is conditional or incomplete, deemed non-responsive, or if it contains any alterations of form or other irregularities of any kind. DDS may reject any or all proposals and may waive any immaterial deviation in a proposal. DDS waiver of immaterial defect shall in no way modify the RFQ document or excuse the Proposer from full compliance with all requirements if awarded the agreement. h. Costs for developing proposals in anticipation of award of the agreement are entirely the responsibility of the Proposer and shall not be charged to DDS. i. An individual who is authorized to contractually bind the proposing firm shall sign the Proposal/Proposer Certification Sheet, Attachment 4. The signature must indicate the title or position that the individual holds in the firm. An unsigned proposal may be rejected. j. A Proposer may modify a proposal, after its submission, by withdrawing its original proposal and resubmitting a new proposal prior to the proposal submission deadline date. Proposal modifications offered in any other manner, oral or written, will not be considered. k. A Proposer may withdraw its proposal by submitting a written withdrawal request to DDS, signed by the Proposer or an agent authorized, through the contact person named in Section i above. A Proposer may thereafter submit a new proposal prior to the proposal submission deadline. Proposals may not be withdrawn without cause subsequent to proposal submission deadline. l. DDS may modify the RFQ prior to the date fixed for submission of proposals by issuing an addendum to all parties that received a proposal package. m. DDS reserves the right to reject all proposals for reasonable cause. If the costs of all proposals are excessive, DDS is not required to award an agreement. n. Proposers are cautioned to not rely on DDS during the evaluation to discover and report to the Proposer any defects and errors in the submitted documents. Proposers, before submitting their documents, should carefully proof them for errors and adherence to the RFQ requirements. o. More than one proposal from an individual, firm, partnership, corporation or association under the same or different names will not be considered. Reasonable grounds for believing that any Proposer has submitted more than one proposal for the work contemplated herein will cause the rejection of all proposals submitted by that Proposer. If there is reason for believing that collusion exists among the Proposers, none of the participants of such collusion will be considered in this or future procurements.

19 Page 19 of 39 XIII. PAYMENT AND INVOICES Payment and invoices are deliverable based. The Vendor shall invoice the DDS at the completion of the following key deliverables. Deliverable #2. DDS Approved Implementation Plan - 10% of Total One Time Costs Deliverable #3. Software Installation at DDS HQ- 40% of Total One Time Costs Deliverable #9. Interface- 10% of Total One Time Costs Deliverable #14. Successful System Test- 10% of Total One Time Costs Deliverable #16. Go-live and successful transmission of data to CMS from all DDS sites - 20% of Total One Time Costs Deliverable #17. Post go-live services - 10% of Total One Time Costs Total One Time Costs are based on Attachment 3, page 1 All invoices must reference the contract number and be submitted directly to: CA Department of Developmental Services Attn: Lina Aboushanab, Chief DCTSS th Street, Room 220, MS 2-7 Sacramento, CA XIV. POINTS OF CONTACT DDS Primary Management Contact: Name, Title: Lina Aboushanab, Chief, DCTSS Address th Street Room 220, MS 2-7 Sacramento, CA Phone Number, Ext Fax Number address lina.aboushanab@dds.ca.gov DDS Department Staff Contact: Name, Title: Gary Burns, Senior Technical Support Address th Street, Room 220, MS 2-7 Phone Number, Ext Fax Number address gary.burns@dds.ca.gov Name, Title: Nanette Canterbury, Project Manager / Business Analyst Address th Street, Room 220, MS 2-7 Phone Number, Ext Fax Number address nanette.canterbury@dds.ca.gov

20 Page 20 of 39 XV. DDS FURNISHED ITEMS The following items shall be provided by the DDS to support this effort: Office space for the duration of the Agreement, including: desk, chair, telephone, printer access and connectivity to the iseries. All policies and procedures regarding the use of state facilities will be applicable. XVI. RESPONSIBILITIES OF PARTIES The following section describes specific responsibilities of the Awardee and the DDS. 1. Awardee Responsibilities a. The Awardee will designate a person to whom all project communications may be addressed and who has the authority to act on all aspects of the services. This person will review the RFQ and associated documents with the DDS to ensure understanding of the responsibilities of both parties. b. The Awardee shall comply with all applicable DDS policies and procedures, including, but not limited to, operations and maintenance policies, and security policies. c. Prior to termination of the Agreement, the Awardee shall return all DDS property, including security badges. d. All phases and all deliverables of this project shall be completed and/or produced by employees of the Awardee. 2. DDS Responsibilities a. The DDS shall designate a person to whom all Awardee communications may be addressed and who has the authority to act on all aspects of the services. This person will review the RFQ and associated documents with the Awardee to ensure understanding of the responsibilities of both parties. b. The DDS will provide information regarding the business structure of the DDS as required by the Awardee to provide the services under this RFQ. The DDS will provide information as required by the Awardee to perform its responsibilities and schedule the availability of the DDS personnel for interviews as required by the Awardee. c. The DDS will attempt to turn around approvals, documents, reviews, etc., within 5-15 business days, excluding State holidays and mandatory furloughs. Major tasks, i.e. building data bases, may take 2-3 months.

21 Page 21 of 39 ADDITIONAL CRITERIA XVII. AWARDEE PARAMETERS The Awardee will provide the services described by this RFQ, subject to the following: The DDS will not reimburse for any expenses incurred by the Awardee in the execution of activities as described by the RFQ, except as specifically preauthorized in writing by the DDS. Work that needs to be conducted at any DDS site will be performed during normal business hours; 8:00 a.m. to 5:00 p.m., Monday-Friday, State holiday and furlough days excluded, except when authorized in writing by DDS. XVIII. DOCUMENT FORMAT Unless explicitly provided in this RFQ, any reports will be provided in Microsoft Office format, including processing documents, spreadsheets, presentations, and databases. The media of delivery will be compatible with the DDS document storage devices. XIX. CONFIDENTIALITY In addition to the terms and conditions of the contract pertaining to Confidentiality, the Awardee will sign all confidentiality/privacy/security/conflict of interest, and other necessary agreements, if applicable and as required by the DDS to successfully provide the services described in this RFQ. Awardee will also abide by the attached Exhibit A for HIPAA privacy.

22 XX. PROPOSER SELECTION SCORING SHEET - BEST VALUE VENDOR NAME: CRITERIA PASS FAIL Page 22 of 39 1 Platform/Hardware Requirements 2 Minimum Qualifications for the Proposer 3 Key Personnel Qualifications and Experience 5% Weight POINTS PERCENTAGE WEIGHTED SCORE Possible Points Technical Clinical Project Management Actual Points 4 Software Requirements 55% Weight 4 Points for each criteria: Standard 2 Points for each criteria: Modification 1 Point for each criteria: Future No points Not Possible POINTS Possible= (194 x 4 = 776) PERCENTAGE WEIGHTED SCORE 5 COST One-Time and On-Going 35% Weight Least expensive= 25 points and subsequent offers to receive points as appropriate based on proximity to lowest responsible offer. A. One-Time Costs Least expensive= 10 points and subsequent offers to receive points as appropriate based on proximity to lowest responsible offer. B. On-Going Costs Total Combined A. and B. POINTS PERCENTAGE WEIGHTED SCORE 6 COST Rate Structure 5 % Weight POINTS PERCENTAGE WEIGHTED SCORE Least expensive= 5 points and subsequent offers to receive points as appropriate based on proximity to lowest responsible offer. C. Rate Structure LEGEND: Actual Points Possible Points = Percentage Weight X Percentage = Weighted Score 7 FINAL WEIGHTED SCORE 8 CA PREFERENCE PROGRAM SCORE (If Applicable) RATED BY DDS:

23 Page 23 of 39 XXI. EVALUATION PROCESS 1. The proposal must be organized to correspond with all requirements and formats set forth in this RFQ. The proposal should be clear, concise and must be complete. All information must be contained in the proposal. No assumptions will be made by DDS regarding the intentions of the Proposer in submitting the proposal. Written proposals must be bound and organized in a manner to facilitate ease of review by evaluators. All sections will be used in the evaluation. Proposers not providing all requested information may be rejected. 2. All proposals submitted will be evaluated for form and content in accordance with the provisions stated in the final solicitation document. Clarifications may be requested from the Proposer at any phase of the evaluation process for the purpose of clarifying ambiguities in the information presented in the proposal. 3. Proposals and any subsequent presentations should be submitted with the most favorable terms the Proposer can offer. If DDS is unable to execute an Agreement with the apparent successful competitor, DDS reserves the right to award the Agreement to the next highest scoring responsive and responsible Proposer whose proposal conforms to the requirements of this solicitation document. 4. The purpose of the proposal evaluation process is two-fold: (1) to assess the responses for compliance with the minimum qualifications, content and format requirements; and (2) to identify the Proposers that have the highest probability of satisfactorily performing the services as described herein. The evaluation process will be conducted in a comprehensive and impartial manner as set forth herein: 5. Evaluation a. Each proposal package will be date and time stamped when received. b. Each proposal package will be inspected to ascertain that it is properly sealed and labeled. Proposals not passing this inspection may not be accepted. c. All proposals will remain sealed and in a secured area until opening, at which time all proposals will be opened together. Contents of all proposals may be considered public information when a Notice of Intent to Award is posted. d. All proposals will be reviewed to determine if they satisfy all of the following sections specified in: Section III, Hardware Requirements Section IX, Minimum Qualifications for the Proposer Section XII, Proposal Submission Instructions 6. Award and Protest Any bidder s issues regarding solicitation requirements must be resolved (or attempts to resolve them must have been made) before a protest may be submitted according to the procedure below. These issues will first be resolved by the contact for the solicitation or if they result in a protest, the protest will be submitted to DGS Procurement Division Deputy Director to hear and resolve issues and whose decision will be final. If a bidder has

24 Page 24 of 39 submitted a bid which it believes to be totally responsive to the requirements of the RFQ and to be the bid that should have been selected according to the evaluation procedure in the solicitation section on Evaluation and the bidder believes the State has incorrectly selected another bidder for award, the bidder may submit a protest of the selection as described below. Protests regarding selection of the successful vendor will be heard and resolved by the Victim Compensation and Government Claims Board whose decision will be final. All protests of award must be made in writing, signed by an individual authorized to bind the bidder contractually and financially, and contain a statement of the reason(s) for protest; citing the law, rule, regulation or procedure on which the protest is based. The protester must provide facts and evidence to support the claim. Protests must be mailed or delivered to: Street and Mailing Address: Deputy Director Procurement Division 707 Third Street, Second Floor South West Sacramento, CA Facsimile No.: (916) All protests to the RFQ or protests concerning the evaluation, recommendation, or other aspects of the selection process must be received by the DGS Procurement Division Deputy Director as promptly as possible, but not later than the date indicated in the Notification of Intent to Award. Certified or registered mail must be used unless delivered in person, in which case the protester should obtain a receipt of delivery 7. Disposition of Proposals a. Proposals that contain proprietary information should have a statement to that effect included in the technical proposal with a list of all so designated pages following the Executive Summary. (Please label Proprietary Information in the upper right hand corner of any pages so designated.) DDS will use reasonable efforts to exempt such pages or items from public disclosure, except to the extent provided in any resulting contract or the extent required by law. b. DDS makes no representations or warranties that such efforts will be successful. Please note that the entire proposal cannot be considered proprietary. c. Proposal packages may be returned only at the Proposer s expense. 8. Standard Conditions of Service a. All performance under the agreement shall be completed on or before the termination date of the agreement. b. DDS does not accept alternate agreement language from a prospective contractor. A proposal with such language will be considered a counter proposal and will be rejected. The DDS General Provisions-Information Technology are not negotiable. Please refer to Exhibit C. c. No oral understanding or agreement shall be binding on either party.

25 Page 25 of 39 XXII. FINALIST DEMONSTRATION A demonstration of the proposed system may be requested of the Finalist receiving the highest overall score in the evaluation. The demonstration is intended to afford DDS the ability to verify the claims made by the Finalist in response to the RFQ, corroborate the evaluation of the proposal, and confirm that the proposed software is actually in operation. The Finalist will be notified to perform the demonstration. The Finalist must make the arrangements for a Web demo at no cost to DDS. Failure of the Finalist to demonstrate that the claims made by the proposal, in response to the RFQ are in fact true, may be sufficient to cause the proposal to be deemed non-responsive. DDS reserves the right to determine whether or not the demonstration has been acceptable. The demonstration will follow an agenda provided by the Finalist and be scheduled for as long as the Finalist needs to validate the software against Attachment 8, Software Requirements.

26 This page intentionally left blank Page 26 of 39

27 Attachment 1 Page 27 of 39 REQUIRED ATTACHMENT CHECK LIST A complete proposal package will consist of the items identified below. Complete this checklist to confirm the items in your proposal. Place a check mark or X next to each item that you are submitting to DDS. For your proposal to be responsive, all required Attachments must be submitted, including this checklist. Submit your proposal in two separate packages as follows: Package #1, contains seven (7) copies each, of all documents except the cost proposal. One of the seven copies must have original signatures and be labeled MASTER COPY. Additionally, one (1) copy of Attachment 8, Software Requirements (Excel Spreadsheet) must be submitted on a CD. Package #2, outside label must say COST PROPOSAL. The package contains seven (7) copies of the Cost Proposal. One of the seven copies must have original signatures and be labeled MASTER COPY. Package #1 Master Copy shall be placed in a loose-leaf, three-ringed binder, which displays the Proposer s name on the outside front cover and the spine. Other copies may be spiral bound Attachment: Attachment Name/Description: Attachment 1 Required Attachment Check List Cover Letter Table of Contents Executive Summary Firm Information Project Timeline Attachment 2 Minimum Qualifications Certification Attachment 3 Cost Proposal Attachment 4 Proposal/Proposer Certification Sheet Attachment 5 Proposer Firm References Attachment 6 Warranties Certification Attachment 7 Key Personnel Qualifications and Experience Resumes Attachment 8 Software Requirements (Excel Spreadsheet) CD Attachment 8 Software Requirements (Excel Spreadsheet) If applicable, Std 830 (TACPA), Std 831 (EZA), Std 832 (LAMBRA)

28 This page intentionally left blank Page 28 of 39

29 Attachment 2 Page 29 of 39 MINIMUM QUALIFICATIONS CERTIFICATION The Proposer must meet the following minimum qualifications, to DDS satisfaction, to be given further consideration for a contract award. The Proposer must certify in writing, by signing this certification that the firm meets the applicable minimum qualifications. Failure to satisfy the minimum qualifications, based on DDS' sole judgment, will result in the immediate rejection of the proposal. 1. As of April 1, 2010, the proposing firm must be a legal business entity for at least five (5) years and licensed to do business in California as evidenced by the submission of a copy of the Proposer s business license. 2. As of April 1, 2010, Proposer must have been in business selling or developing the MDS software application for at least three (3) years. Name of Firm Proposer's Authorized Signature Printed Name Title Date

30 This page intentionally left blank Page 30 of 39

31 Attachment 3, page 1 Page 31 of 39 COST PROPOSAL Name of Firm Cost proposed should be based on the Scope, Requirements, and Deliverables sections and the software application product to be purchased. Travel and per diem can not exceed the published State rates, see Department of Personnel Administration web site DPA - Travel Reimbursements. DDS anticipates approximately concurrent users. The cost worksheet will be used to determine the Proposers total costs for purposes of assigning points toward the awarding of the contract. A. One-Time Costs Hours Cost 1. Enterprise Software Cost N/A 2. Interface Development 3. Implementation 4. Training 5. Conversion 6. Travel N/A 7. Modifications 8. Other Total One-Time Costs Please Explain Other: Costs quoted in this RFQ are good for 180 days. Any reductions in Software Licensing and/or costs/rates shall be offered to the State. AUTHORIZED SIGNATURE:

32 Attachment 3, page 2 Page 32 of 39 COST PROPOSAL B. On-Going Costs (Annually) 1. Annual Maintenance Fee: Any annual increase in the maintenance fee is limited to one percent (1%). Total On-Going Costs C. Rate Structure (To be used for Change Management, Scope Adjustment, Additional Needs) 1. Project Management Hourly Rate: 2. Analysis Hourly Rate: 3. Programming Hourly Rate: 4. Training Daily Rate: 5. Other (specify) AUTHORIZED SIGNATURE:

33 Attachment 4, Page 1 Page 33 of 39 PROPOSAL/PROPOSER CERTIFICATION SHEET This Proposal/Proposer Certification Sheet must be signed and returned along with all the "required Attachments" as an entire package. A. The signature affixed hereon and dated is the individual who is authorized to bind the Proposer contractually. B. The signature affixed hereon and dated certifies compliance with all the requirements of this proposal document. The signature below authorizes the verification of this certification. C. The signature affixed hereon and dated certifies that the proposal is a firm and irrevocable offer to enter into an agreement with a term of up to three (3) years. An Unsigned Proposal/Proposer Certification Sheet May Be Cause For Rejection 1. Name of Firm 2. Telephone Number ( ) FAX: ( ) 3. Address 2a. Address Indicate your organization type: 4. Sole Proprietorship 5. Partnership 6. Corporation Indicate the applicable employee and/or corporation number: 7. Federal Employee ID No. (FEIN) 8. California Corporation No. Indicate primary contact person, if different from individual signing this certification sheet: 9. Name and Title 10. Telephone Number 11. Address ( ) Fax: ( ) 12. Proposer s Name (Print) 13. Title 14. Signature 15. Date 16. Are you certified with the CA Department of General Services, Office of Small Business Certification and Resources (OSBCR) as: a. Small Business Enterprise Yes No b. Disabled Veteran If yes, enter certification number below: Business Enterprise Yes No If yes, enter your service code below:

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

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services INVITATION FOR BID Notice to Prospective Bidders Date Stamp Equipment Preventative Maintenance and Repair Services June 1, 2011 You are invited to review and respond to this Invitation for Bid (IFB), entitled

More information

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017 REQUEST FOR PROPOSALS: AUDIT SERVICES Issue Date: February 13 th, 2017 Due Date: March 22 nd, 2017 In order to be considered, proposals must be signed and returned via email to rtan@wested.org by noon

More information

REQUEST FOR PROPOSALS. 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

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

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

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

More information

City of Malibu Request for Proposal

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

More information

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

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

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

More information

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San Felipe Road, San Jose, CA 95135 REQUEST FOR QUALIFICATIONS G2010.0069 ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

More information

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

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

More information

REQUEST FOR PROPOSAL

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

More information

Digital Copier Equipment and Service Program

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

More information

STATE OF WASHINGTON Request for Quotes and Qualifications

STATE OF WASHINGTON Request for Quotes and Qualifications Acquisition Title: Expected Results: Response Due Date: RFQQ Coordinator Information: Bid Submittal: Vendor Eligibility: RFQQ Components: RFQQ #03712 Lean Consultant Services Department of Enterprise Services

More information

REQUEST FOR PROPOSALS

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

More information

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

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

Dakota County Technical College. Pod 6 AHU Replacement

Dakota County Technical College. Pod 6 AHU Replacement MINNESOTA STATE COLLEGES AND UNIVERSITIES Dakota County Technical College Pod 6 AHU Replacement REQUEST FOR PROPOSAL (RFP) FOR MECHANICAL ENGINEERING SERVICES JULY 16, 2018 SPECIAL NOTE: This Request for

More information

SUPERIOR COURT OF CALIFORNIA, SANTA BARBARA COUNTY REGARDING:

SUPERIOR COURT OF CALIFORNIA, SANTA BARBARA COUNTY REGARDING: REQUEST FOR QUOTES SUPERIOR COURT OF CALIFORNIA, SANTA BARBARA COUNTY REGARDING: ONLINE INFORMATION TECHNOLOGY TRAINING PROVIDER RFP 2017-010 QUOTES DUE: Wednesday, October 25 NO LATER THAN 3:00 P.M. PACIFIC

More information

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

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

More information

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 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 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 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 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

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

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS 201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) August 30, 2016 PROJECT Annual Professional Auditing Services for Three Year Term PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century,

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

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

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

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services RESPONSE DUE by 5:00 p.m. on April 24, 2018 For complete information regarding this project, see RFP posted at ebce.org

More information

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

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

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY Police Department CITY OF LA PALMA Released on November 27, 2013 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. BACKGROUND The City of La Palma

More information

State Universities Retirement System

State Universities Retirement System State Universities Retirement System REQUEST FOR PROPOSALS FOR Call Center Assessment and Roadmap Issued December 15, 2015 Responses due January 11, 2016 by 4:30 pm Local Time Version 151112 Table of Contents

More information

Request for Proposal

Request for Proposal Request for Proposal ************** Acquisition of Powered Air Purifying Respirators (PAPR) Emergency Medical Task Force Infectious Disease Response Unit May 16, 2016 Southwest Texas Regional Advisory

More information

CITY OF INGLEWOOD Residential Sound Insulation Program

CITY OF INGLEWOOD Residential Sound Insulation Program CITY OF INGLEWOOD Residential Sound Insulation Program REQUEST FOR QUALIFICATIONS/PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE CITY OF INGLEWOOD RESIDENTIAL SOUND INSULATION PROGRAM JANUARY 2008

More information

TOWN AUDITING SERVICES

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

More information

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

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY SACRAMENTO REGIONAL SOLID WASTE AUTHORITY SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY January 28, 2003 TABLE OF

More information

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

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

More information

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

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

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

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 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

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ) FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ) Los Angeles County Children and Families First Proposition 10 Commission (aka First 5 LA) RELEASE DATE: November 2, 2009 TABLE OF CONTENTS

More information

Request for Proposal

Request for Proposal Request for Proposal ************** Acquisition of [16] Zoll AEV 731 Ventilators Texas Emergency Medical Task Force State Coordinating Office 6 April 2018 Southwest Texas Regional Advisory Council 7500

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

REQUEST FOR PROPOSALS RFP# CAFTB

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

More information

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

County of Alpena Website Design and Development RFP

County of Alpena Website Design and Development RFP County of Alpena Website Design and Development RFP January 8 th, 2018 Contents 1. Introduction 1.1 Overview 1.2 About the County of Alpena 1.3 Project Timeline 1.4 County of Alpena County Information

More information

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E) REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E) Hinsdale County School District RE-1 PO Box 39 614 N. Silver St. Lake City, CO 81235 (970) 944-2314 PROPOSAL DUE DATE/DELIVERY REQUIREMENTS-

More information

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

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

More information

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

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

More information

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL 2011 PREPARED BY THE CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT FINANCE DEPARTMENT Ronnie J. Campbell

More information

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

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR QUALIFICATIONS. Design Professional Services REQUEST FOR QUALIFICATIONS Design Professional Services Return Completed Qualifications To: Bonneville Joint School District No. 93 3497 North Ammon Road Idaho Falls, Idaho 83401 TO BE CONSIDERED, QUALIFICATIONS

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

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority

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

Attention Design Firms

Attention Design Firms Attention Design Firms If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal may cause your submittal to be

More information

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

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

More information

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

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010 REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY For The Redevelopment Agency of the City of Riverside Issued: August 13, 2010 Proposal Due: 12 p.m. on September 3, 2010 Issued by: Tricia

More information

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018 Request for Proposal Internet Access Houston County Public Library System Erate Funding Year July 1, 2017 through June 30, 2018 REQUEST FOR PROPOSAL Internet Access Houston County Public Library System

More information

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO DEVELOP AN INTEGRATED REGIONAL WATER MANAGEMENT PLAN UNDER THE DIRECTION OF THE NORTHERN SACRAMENTO VALLEY INTEGRATED

More 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

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 38 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

Technology Consultation and Support

Technology Consultation and Support REQUEST FOR PROPOSALS Fiscal Year 2018 Technology Consultation and Support Updated RFP August 14, 2017 Original Released Date August 7, 2017 Due Date September 1, 2017 4:30 p.m. Eastern Time Any proposal

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR A CONSULTANT TO PROVIDE PROFESSIONAL AND TECHNICAL SERVICES ON HUD PROGRAMS AND REGULATORYAGREEMENTS FOR SECTION 8 PROJECT-BASED ASSISTANCE AND SECTION 8 PROGRAM ADMINISTRATION

More information

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Network Video Solution Package

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Network Video Solution Package MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) 18-49 Network Video Solution Package ISSUE DATE: April 30, 2018 ISSUING AGENCY: Office of Procurement and Contracts Mississippi State University

More information

May 25, Request for Proposals No Offsite Virtual Net Metering

May 25, Request for Proposals No Offsite Virtual Net Metering May 25, 2018 Request for Proposals No. 28017 Offsite Virtual Net Metering I. Introduction The Rhode Island Airport Corporation (RIAC) seeks proposals from qualified enterprises to provide offsite virtual

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

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION Issue Date: October 18th, 2016 Submission Deadline: November 8th, 2016, 2:00 PM P a g e 1 Table of Contents Introduction...

More information

Request for Proposal for: Financial Audit Services

Request for Proposal for: Financial Audit Services Eastern Sierra Transit Authority (ESTA) Request for Proposal for: Financial Audit Services Due Date: June 23, 2015 at 4:00 pm to the attention of: Jill Batchelder Transit Analyst Eastern Sierra Transit

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 For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA REQUEST FOR PROPOSALS For 2015 Mobile Kitchen Consulting Services for the HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA 995 Riverside Street Ventura, CA 93001 Issued February 25, 2015 SUBMITTAL DEADLINE

More information

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

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

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR A NEW PUBLIC

More information

Request for Proposal for: Financial Audit Services

Request for Proposal for: Financial Audit Services Eastern Sierra Transit Authority (ESTA) Request for Proposal for: Financial Audit Services Due Date: March 21, 2018 at 4:00 pm to the attention of: Karie Bentley Administrative Analyst Eastern Sierra Transit

More information

WEDC REQUEST FOR PROPOSALS:

WEDC REQUEST FOR PROPOSALS: WEDC REQUEST FOR PROPOSALS: FINANCIAL ACCOUNTING SOFTWARE ISSUED: March 16, 2018 All questions regarding this RFP and vendors Intention to Submit a Proposal must be submitted in writing to natalya.krutova@wedc.org

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030

REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030 REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030 Issued By: CITY OF SANTA ANA BUILDING DIVISION, M-19 20 CIVIC CENTER PLAZA POST OFFICE BOX 1988 SANTA ANA, CALIFORNIA 92702

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

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018 Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor June 18, 2018 PROPOSAL DUE DATE: July 23, 2018, 5:00 p.m. Eastern Daylight Time The Regional Greenhouse

More information

Standard Operating Procedure (SOP) 1 for Chapter 105 Dam Safety Program Review of Chapter 105 New Dam Permit November 2, 2012

Standard Operating Procedure (SOP) 1 for Chapter 105 Dam Safety Program Review of Chapter 105 New Dam Permit November 2, 2012 Bureau of Waterways Engineering and Wetlands Standard Operating Procedure (SOP) 1 for Chapter 105 Dam Safety Program Review of Chapter 105 New Dam Permit This SOP describes the procedures and work flows

More information

Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada

Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada Proposals Due: March 22, 2018 by 6:00 p.m. The City of Boulder City, Nevada

More information

Request for Proposal PROFESSIONAL AUDIT SERVICES

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

More information

Request for Proposal: NETWORK FIREWALL

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

More information

Redevelopment Authority of Allegheny County

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

More information

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167 REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church 361 Sam Ridley Parkway East Smyrna, Tennessee 37167 Released on February 2, 2018 SECURITY CAMERA INSTALLATION Stones River

More information

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

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

More information

Ontario School District 8C

Ontario School District 8C Ontario School District 8C Request for Proposals: Content Management System 195 SW 3 rd Ave Ontario, Oregon 97914 Tel: 541-889-5374 Fax: 541-889-8553 tstephan@ontario.k12.or.us Bidding Window Opens: April

More information

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

BIDS MAY BE SUBMITTED BY  OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX) FINANCE and ACCOUNTING DEPARTMENT OF GREEN DOT PUBLICS SCHOOLS RFP TITLE: Request for Proposals (RFP) Middle School After School Programs RFP #: 001-2018/19 DATE OF ISSUANCE: April 19, 2018 BIDDER s QUESTIONS

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

Request for Proposals Request for Proposals Windows Ultrabook Laptops Public Notice West Platte R-II School District is currently seeking bids for Windows Ultrabook Laptops as described in the RFP on the West Platte R-II School

More information

REQUEST FOR PROPOSALS (RFP) K430 INITIATIVE 502 CONSULTING SERVICES. To request this information in alternative formats call (360)

REQUEST FOR PROPOSALS (RFP) K430 INITIATIVE 502 CONSULTING SERVICES. To request this information in alternative formats call (360) State of Washington LIQUOR CONTROL BOARD 3000 Pacific Ave SE, P.O. Box 43090 Olympia, Washington 98504-3090 (360) 664-1700 http://www.liq.wa.gov/ REQUEST FOR PROPOSALS (RFP) K430 INITIATIVE 502 CONSULTING

More information

Request For Proposal January 2015

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

More information

REQUEST FOR PROPOSALS. 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

OWENS VALLEY CAREER DEVELOPMENT CENTER

OWENS VALLEY CAREER DEVELOPMENT CENTER TUNIWA NOBI FAMILY LITERACY, NÜÜMÜ YADOHA LANGUAGE PROGRAM, AFTERSCHOOL PROGRAM TRIBAL TANF, CAREER EDUCATION, EARLY HEAD START, KERN INDIAN EDUCATION CENTER DATE: March 16, 2018 Request for Proposals

More information

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

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

More information

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

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

More information

Health-Related Website and Social Media Platform Services

Health-Related Website and Social Media Platform Services INFORMAL REQUEST FOR PROPOSAL No. DC188886IRFP Health-Related Website and Social Media Platform Services PROPOSAL DUE DATE AND TIME July 24, 2017 (2:00 PM, PT) SUBMITTAL LOCATION Oregon State University

More information

CITY OF PITTSBURGH Office of Management & Budget

CITY OF PITTSBURGH Office of Management & Budget CITY OF PITTSBURGH Office of Management & Budget Request for Proposal for Bid Solicitation SaaS System RFP No. 2016-0033 Release Date: August 17, 2016 Submittal Deadline: August 31, 2016 no later than

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL University of California, San Diego Resource Management and Planning RFP 0818KHC REQUEST FOR PROPOSAL Project Information Title: Administrative Space Analysis Purpose: Selection of a consultant to assist

More information