PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors

Size: px
Start display at page:

Download "PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors"

Transcription

1 PART IV REPRESENTATIONS AND INSTRUCTIONS Section K Representations, Certifications, and Other Statements of Offerors Section L Instructions, Conditions, and Notices to Offerors L.1 Formal Communications L.2 Explanation to Prospective Offerors L.3 Amendments to Solicitations L.4 Period of Acceptance L.5 NAICS Code and Small Business Size Standard L.6 Preparation of Offers L.7 Proposal Format and Contents L.8 Financial Statement L.9 Small Business Subcontracting Plan L.10 Required Price Proposal Submittals L.11 Technical Proposal L.12 Submission of Proposals L.13 Failure to Submit an Offer L.14 Late Submissions, Modifications, and Withdrawals of Proposals L.15 Opening of Proposals L.16 Protests L.17 Disclaimer L.18 Special Notes L.19 Final Revised Proposals L.20 Teaming Subcontractors of Fluor-B&W Portsmouth LLC L.21 Oral Presentations L.22 Pre-Proposal Meeting/Teleconference L.23 Facilities Capital Cost of Money L.24 Restriction on Disclosure and Use of Data L.25 Proprietary Rights L Facility Clearance Section M Evaluation Criteria for Award M.1 Introduction M.2 Basis for Award Best Value M.3 Evaluation of Proposals Part I (Best Value) M.4 Evaluation of Proposals Part II (Best Value Selection Process) M.5 Price Evaluation M.6 Contract Award M.7 Evaluation of Options Rev. 2, 11/25/2014

2 PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 FORMAL COMMUNICATIONS Formal communications such as Request for Clarification and/or information concerning this solicitation should be submitted either electronically or in writing to the address below: Fluor-B&W Portsmouth, LLC P.O. Box 548 Piketon, Ohio Attn: Beryl G. Myers, Contract Administrator beryl.myers@fbports.com L.2 EXPLANATION TO PROSPECTIVE OFFERORS Any explanation desired by prospective Offerors regarding the meaning or interpretation of the solicitation, specifications, etc. shall be transmitted in writing. Any information concerning this solicitation or request for clarification will not be provided in response to telephone calls as oral explanations or instructions given to an Offeror prior to the award of the proposed contract will not be binding. Fluor-B&W Portsmouth LLC will address request received electronically or by facsimile that is sent to the attention of Beryl Myers, beryl.myers@fbports.com. All questions must be confirmed in writing to the above address. The format of the questions shall follow the sequential numbering of this solicitation's sections and paragraphs and shall state the major paragraph heading. A Pre-Proposal Conference Call will be held on or about December 4, Conference Call details (including a Conference Call number) will be proved by separate communication. Questions must be submitted in writing (via ) and received December 12, 2014, by 5PM EDT. L.3 AMENDMENTS TO SOLICITATIONS If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendments. L.4 PERIOD OF ACCEPTANCE Proposals in response to this solicitation shall be valid for a minimum of 90 days. L.5 NAICS CODE AND SMALL BUSINESS SIZE STANDARD The North American Industry Classification System (NAICS) for this acquisition is The small business size standard is $15,000, (c) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. L-1

3 L.6 PREPARATION OF OFFERS (c) (d) (e) (f) Offerors are expected to examine the RFP Documents, Section C, related drawings, sketches, specifications, schedule, Attachments, Exhibits, Reference Documents and all instructions. Failure to do so will be at the Offeror's risk. Each Offeror shall furnish the information required by the solicitation. The Offeror shall sign the offer and print or type its name on the offer page. The person signing the offer must initial erasures or other changes. Offers signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to Fluor-B&W Portsmouth LLC. For each item offered, Offerors shall (1) show the unit price/cost, including, unless otherwise specified, packaging, packing, and preservation and (2) enter the extended price/cost for the quantity of each item offered in the Schedule. Offers for supplies or services other than those specified will not be considered unless authorized by the solicitation. Offerors must state a definite time for performance of services, unless otherwise specified in the solicitation. Time, if stated as a number of days, will include Saturdays, Sundays, and holidays. L.7 PROPOSAL FORMAT AND CONTENTS Proposal shall include all data and information required by this solicitation. Offeror shall submit one (1) electronic proposal (via ) meeting the requirement of this solicitation. The proposal shall be presented in two (2) separate volumes: 1) Volume I Technical Proposal 2) Volume II Price Proposal No element of cost/price shall be included in the Volume I Technical proposal Offerors shall provide a full written explanation of all exceptions taken to the specifications or data requirements, if any, by referencing the appropriate paragraph or exhibit line item number, as appropriate. Any exceptions shall be attached to, Section K Agreement to Contract Terms and Conditions/General Provisions, and submitted with the Offeror s proposal. If no exceptions are taken, the Offeror shall so state. L.8 FINANCIAL STATEMENT The Offeror shall, upon request, promptly furnish Fluor-B&W Portsmouth, LLC with a current certified statement of the Offeror s financial condition and such data as Fluor-B&W Portsmouth, LLC may request with respect to the Offeror s operations. Fluor-B&W Portsmouth, LLC will use this information to determine the Offeror s financial responsibility and ability to perform under the contract. Failure of an Offeror to comply with a request for information will subject the offer to possible rejection on responsibility grounds. L.9 SMALL BUSINESS SUBCONTRACTING PLAN If the Offeror is other than a small business as defined in Item No. L.5 above, a subcontracting plan that separately addresses subcontracting with small and small disadvantaged businesses is required with L-2

4 proposals when the proposed price exceeds $1,500,000 for construction and $650,000 for other services. This plan shall include the elements as defined in FAR , Small Business Subcontracting Plan, Alternate II. This plan will be attached to and made a part of the proposed contract. Failure to submit and negotiate the subcontracting plan may make the Offeror ineligible for award. L.10 REQUIRED PRICE PROPOSAL SUBMITTALS Completed Fluor-B&W Portsmouth LLC Solicitation, Offer and Award Form. Completed Section B tables, including the Contract Price Summary (Table B-1, and individual tables (Tables B-2 through B-10) for each Base Contract and Option Subtask. Unit rates are considered firm and fixed. i. In addition to the Labor Categories described in Section C of the RFP, the Offeror shall propose additional Labor Categories that will be used to perform the work (if any). The minimum qualifications, experience, training, and registration requirements; and the roles and responsibilities for each additional labor category proposed shall be included in Attachment A of the Technical Proposal. ii. Offeror shall complete Tables B-2 through B-10, providing: 1) Pay Item Descriptions (Labor Categories); 2) Estimated Quantities (Hours); 3) Fully burdened hourly unit rates; and 4) Extended Pay Item Prices. In case of a discrepancy between a Unit Rate and an Extended Pay Item Price, the Unit Rate will be presumed correct, subject however, to correction to the same extent and in the same manner as any other mistake. iii. FBP anticipates that the contractor will be required to make up to six (6) trips to the PORTS site for design reviews/meetings. Travel expenses incurred in performance of this contract will be reimbursed in accordance with the Federal Travel Regulations (FTR) in effect at time of travel, Clause H.33. (c) (d) (e) (f) (g) (h) Cost and pricing data in accordance with Public Law , Truth in Negotiations Act, when applicable. Completed Fluor-B&W Portsmouth LLC Representations, Certifications and Other Statements of Offerors (Section K). Completed Agreement to Contract Terms and Conditions/General Provisions (Section K), with any exceptions detailed and attached. Completed Organizational Conflicts of Interest Representations or Disclosure Statements, Attachment No. 1 to Fluor-B&W Portsmouth LLC Representations, Certifications and Other Statements of Offerors (Section K), when applicable. Small Business Subcontracting Plan, when applicable. A Certificate of Insurance in accordance with the Fluor-B&W Portsmouth LLC General Provisions entitled Required Insurance, when applicable. (i) IRS Form W-9 L.11 TECHNICAL PROPOSAL Offeror s proposal shall meet the mandatory go/no-go requirements as specified in Section M to be eligible for further consideration. Upon determination that Offeror s proposal meets the mandatory go/no-go L-3

5 requirements, it will be further evaluated for technical merit in accordance with the evaluation criteria specified in Section M. The technical proposal should be specific, detailed, and complete to demonstrate clearly and fully that the Offeror has a thorough understanding of the Statement of Work and project requirements. The technical proposal should include descriptions sufficient to describe the Offeror s approach and to illustrate clearly the manner in which the Offeror intends to accomplish the work in accordance with the milestone schedule and other contract requirements. Each section of the Technical Proposal should have a one to one correspondence to each section of evaluation criteria. The Technical Proposal, when completed, should be limited to fifty (50) pages (25 pages front and back). One side of an 8 1/2-inch (in.) x 11-in. sheet shall count as one page; one side of an 11-in. x 17-in. page shall count at 2 pages. Cover page, table of contents, tab sheets and dividers will not be counted toward the page total. Information contained on the fifty-first (51st) page and beyond will not be reviewed or considered. Resumes should be limited to two (2) pages per person; project descriptions limited to one (1) page per project. Offeror should avoid providing extraneous materials and supplemental documentations that is not required. Offeror s technical proposal should include the following: Attachment A Work Plan Attachment B Personnel Qualifications and Experience Attachment C Resource Loaded Schedule Attachment D Past Performance The contents of the technical proposal should be as follows: 1. Attachment A Work Plan Work Plan should include the following sections: a. Technical Approach. The Technical Approach should include a description of how the technical work of the Tasks and Subtasks will be performed and the deliverables will be prepared. The Technical Approach should include a description of the design development process including technical, QA, and constructability review process, and the process to prepare: Design Drawings Technical Specifications Support Plans Quantity Estimate Other aspects of the design The Technical Approach should include the approach for: Review of contaminants of concern (COCs), design concentrations, and flow rates Technology evaluation and selection Supporting regulatory compliance and coordination with Ohio EPA Designing the system to handle varying levels of contaminant concentrations and flow rates Methodology and analysis for design The Technical Approach should acknowledge that after preliminary design, the OSWDF ILTS and South ILTS designs should be delivered as separate and independent packages. For both the OSWDF ILTS and the South ILTS deliverables, include specific lists including: Design Drawing Titles L-4

6 Technical Specifications Sections Calculations b. General Management Approach. This section should include a table describing each Labor Category proposed (including new labor categories) to perform the Work and included in the Section B tables. The table should include experience, training, registration, and qualification requirements and the roles and responsibilities for each Labor Category. This section also should include the following: a project Organizational Chart showing each Labor Category identified on the Section B tables; management approach; and a description of how the organization will function to perform the Work. Describe the proposed role of each teaming partner and/or subcontractor on the Offeror s team with estimated direct costs over $5K, if applicable. Describe their scope of work and the estimated percentage of work they are expected to perform. Reference Section H, Article H.75 for maximum amount of work that may be subcontracted. The section should also include the plan to monitor, coordinate and control the work (including in-house, subcontractor and teaming partner personnel). Present a strategy to quickly begin the Work and to provide expertise for optimal service to the Company. c. Project Management and Control Systems. This section should include a description of the project management and control systems and methods that will be used to monitor and control project schedule and costs. d. Quality and Safety Integration. This section should include a description of how quality and safety will be integrated into the Work and how management will maintain quality for work performed in multiple offices, including those of teaming partners and/or subcontractors, where applicable. This section should include a description of the Quality Assurance/Quality Control (QA/QC) processes that will used to ensure quality deliverables, and the methods that will be used to integrate QA/QC into the Work. The description should focus on the specific work scope and subcontract scope (if any), work processes, peer review, corrective actions, and continuous improvement. This section should include details about the corporate Health and Safety Program and how it will be integrated into the design process. 2. Attachment B Personnel Qualifications and Experience This should include a list or summary table of the Key Personnel and senior staff proposed for the Work. The summary should include their proposed roles and responsibilities on the ILTS project, company affiliation, education, and brief summary of experience and expertise including years of experience relevant to this project. If applicable, include project experience of personnel working with one another. At a minimum, provide resumes for one (1) Project Manager, one (1) Lead Senior Engineer, and two (2) Senior Engineers. Provide up to six (6) additional resumes for other personnel. Resumes should include the applicable labor category; qualifications; and relevant project experience including project descriptions, periods of performance, and description of role and responsibility for each project. L-5

7 3. Attachment C Resource Loaded Schedule Provide a Resource Loaded Schedule. The Resource Loaded Schedule should identify the utilization schedule of Section B pay items and corresponding resources (e.g. hours for each Labor Category) for each Section C Task, Subtask, and major activity. Schedule should include site visits, Submittals (deliverables), and Company, DOE, and Ohio EPA review periods as specified herein. The schedule should show the sequence, durations and logic ties, and should show critical paths for the contract milestones presented in the Contract Milestone Schedule (EXHIBIT 1) of Section C. 4. Attachment D Past Performance This should include a list or summary table of Offeror s project experience, including wastewater treatment projects that involved similar design engineering services and treatment technologies, and projects for the DOE. Include project title, summary scope, and year (s) performed Provide up to six (6) project descriptions of similar wastewater treatment projects performed by the Offeror within the last ten (10) years. Each project description should be a maximum of one (1) page and should include: a. Client Name and Address b. Client Technical Point of Contact. Name, phone number, and c. Contract Number d. Contract Type (firm fixed price, time and materials, etc ) e. Period of Performance f. Final/Current Contract Value g. Description of Work Scope. Identify the scope of design services performed by Offeror, including at a minimum: design phases completed (Title I, Title II, and/or Title III), targeted COCs, treatment technologies used in design for each COC, and system capacity. Include experience working with Ohio and other state regulatory agencies. h. List of personnel proposed for the ILTS project that worked on the project and their role on the project. i. Distinguishing capabilities demonstrated, accomplishments, and client recognitions (if received and applicable) L.12 SUBMISSION OF PROPOSALS Offerors shall provide proposals in two separate volumes. Volume I Technical Proposal Volume II Price Proposal Minimum Qualification Requirements: Section M contains minimum qualification requirements. Offeror must meet these qualification requirements to be eligible for award. Offeror s technical proposal must include evidence and supporting documentation to support a favorable determination that Offeror meets each and every qualification requirements. No information regarding pricing shall be provided within the technical proposal. L-6

8 Proposal Due Date: Proposals must be received on or before Monday, December 22, 2014, at 12:00PM Eastern Standard Time. Electronic submission is preferred, with the technical and pricing volumes clearly separated within the package. A representative of the Offeror authorized to legally bind the company must sign the original proposal. Proposals shall be addressed as follows: version to beryl.myers@fbports.com (files must be less than 10 MB each). Call (740) to confirm receipt. L.13 FAILURE TO SUBMIT AN OFFER Those firms not responding should advise Fluor-B&W Portsmouth LLC why no offer is being submitted and whether the firm wishes to receive future solicitations for similar requirements. If a recipient does not submit an offer and does not notify Fluor-B&W Portsmouth LLC that future solicitations are desired, the recipient's name may be removed from the applicable mailing list. L.14 LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF PROPOSALS (c) Offers or modifications of offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Notwithstanding Paragraph A above, a late modification of an otherwise successful proposal, that makes its terms more favorable to the Company, will be considered at any time it is received before award and may be accepted. Proposals may be withdrawn by written notice received at any time before award. Proposals may be also withdrawn via facsimile or if the request is received by the proper Company Buyer at any time before award. Proposals may be withdrawn in person by an Offeror or an authorized representative, if the representative's identity is made known and the representative signs a receipt for the proposal before award. L.15 OPENING OF PROPOSALS There will be no public opening of the proposals. Offerors may be advised of award as soon as possible after source selection has been made and the consent of the Department of Energy (DOE) has been submitted, if required. L.16 PROTESTS This is not a solicitation issued by the U.S. Government, and Fluor-B&W Portsmouth LLC is not acting as an agent of the U.S. Government in issuing this solicitation. Any contract resulting from this solicitation will not be a contract of the U.S. Government. Therefore, the courts and administrative organizations that have jurisdiction over bid protests relating to the award of government contracts will not have jurisdiction to consider any protest relating to the award or proposed award of a contract relating to this solicitation. The DOE has advised Fluor-B&W Portsmouth LLC that the DOE will not act upon any protest about the award or proposed award resulting from this solicitation and that it will not request the General Accounting Office (GAO) to consider any such protest. L-7

9 L.17 DISCLAIMER This solicitation does not commit the United States Government and/or Fluor-B&W Portsmouth LLC to pay for any costs incurred in the preparation and submission of a proposal or for any other costs incurred prior to the execution of the contract. This solicitation shall not be construed in any manner to be an obligation on the part of the United States Government and/or Fluor-B&W Portsmouth LLC to enter into a contract or any other arrangement with the Offeror. L.18 SPECIAL NOTES Sections L and M will be physically removed from any resultant award. L.19 FINAL REVISED PROPOSALS (c) Offerors are cautioned to review carefully all terms and conditions and specifications of this solicitation prior to the submission of proposals. Fluor-B&W Portsmouth LLC may award this solicitation without discussion of proposals received. Discussions may be held at the sole discretion of Fluor-B&W Portsmouth LLC. A complete understanding of technical requirements and all other terms and conditions of the proposed contract should exist between the Offeror and Fluor-B&W Portsmouth LLC at the conclusion of any such discussions. Final revised proposals may be requested upon the completion of discussions if held. Offerors may not submit any new or revised terms or conditions in their final revised proposals that have not been fully disclosed, discussed, and understood during discussions. Any such revisions must be substantiated and must be able to be traced back to the original proposal. Any revisions or nonconcurrence to negotiated agreement terms and conditions submitted in the revised proposal may be a basis for the rejection of the Offeror's final revised proposal. L.20 TEAMING SUBCONTRACTORS OF FLUOR-B&W PORTSMOUTH LLC Offerors are cautioned that if your company is a Parent, Division, Affiliate or teaming partner of Fluor Federal Services, Inc. or Babcox &Wilcox Technical Services Group, the members of Fluor-B&W Portsmouth LLC that is performing prime contract DE-AC30-10CC40017 with the Department of Energy, you must identify this on the OCI certification in Section K. (See Representations and Certifications) L.21 ORAL PRESENTATIONS Oral presentations may be required from the Offeror s determined to be in the competitive range. The content, format, time and location of any oral presentation will be specified in writing by Fluor-B&W Portsmouth LLC. The presentations may be held at Fluor-B&W Portsmouth LLC or the Offeror s facility. The purpose of any oral presentation will be to facilitate understanding by Fluor-B&W Portsmouth LLC of the Offeror s Technical Proposal. L.22 PRE-PROPOSAL MEETING/TELECONFERENCE Offerors will be contacted approximately 3 working days after issuance of the RFP to schedule a preproposal meeting to discuss the RFP requirements. Questions and answers will be documented via amendment and issued to all Offerors. L-8

10 L.23 FACILITIES CAPITAL COST OF MONEY Facilities capital cost of money will not be an allowable cost under the contemplated contract, The resulting contract will include the clause Waiver of Facilities Capital Cost of Money (FAR ). L.24 RESTRICTION ON DISCLOSURE AND USE OF DATA Offerors or quoters who include in their proposals or quotations data that they do not want disclosed to the public for any purpose or used by Fluor-B&W Portsmouth LLC except for evaluation purposes, shall-- Mark the title page with the following legend: "This proposal or quotation includes data that shall not be disclosed outside Fluor-B&W Portsmouth LLC and the Government and shall not be duplicated, used or disclosed--in whole or in part-- for any purpose other than to evaluate this proposal or quotation. If, however, a contract is awarded to this Offeror or quoter as a result of--or in connection with-- the submission of this data, Fluor-B&W Portsmouth LLC and the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit Fluor-B&W Portsmouth LLC's or the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]"; and Mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal or quotation." L.25 PROPRIETARY RIGHTS Fluor-B&W Portsmouth LLC's proprietary rights are involved in the information disclosed and requested herein. The Offeror shall not disclose neither this document nor the information disclosed herein, nor any part thereof, shall be reproduced or transferred to other documents, or used or disclosed to others for any other purpose other than for purposes of this proposal, except as specifically authorized in writing by Fluor- B&W Portsmouth LLC. L FACILITY CLEARANCE As prescribed in (d)(5), insert the following provision in all solicitations which require the use of Standard Form 328, Certificate Pertaining to Foreign Interests, for contracts or subcontracts subject to the provisions of : FACILITY CLEARANCE (MAY 2002) NOTICES Section 2536 of title 10, United States Code, prohibits the award of a contract under a national security program to an entity controlled by a foreign government if it is necessary for that entity to be given access to information in a proscribed category of information in order to perform the contract unless a waiver is granted by the Secretary of Energy. In addition, a Facility Clearance and foreign ownership, control and influence (FOCI) information are L-9

11 required when the contract or subcontract to be awarded is expected to require employees to have access authorizations. Offerors who have either a Department of Defense or a Department of Energy Facility Clearance generally need not resubmit the following foreign ownership information unless specifically requested to do so. Instead, provide your DOE Facility Clearance code or your DOD assigned commercial and government entity (CAGE) code. If uncertain, consult the office which issued this solicitation. Use of Certificate Pertaining to Foreign Interests, Standard Form 328 (1) The contract work anticipated by this solicitation will require access to classified information or special nuclear material. Such access will require a Facility Clearance for the Contractor organization and access authorizations (security clearances) for Contractor personnel working with the classified information or special nuclear material. To obtain a Facility Clearance the Offeror must submit a Certificate Pertaining to Foreign Interests, Standard Form 328, and all required supporting documents to form a complete Foreign Ownership, Control or Influence (FOCI) Package. (2) Information submitted by the Offeror in response to the Standard Form 328 will be used solely for the purposes of evaluating foreign ownership, control or influence and will be treated by DOE, to the extent permitted by law, as business or financial information submitted in confidence. (3) Following submission of a Standard Form 328 and prior to contract award, the Contractor shall immediately submit to the Contracting Officer written notification of any changes in the extent and nature of FOCI which could affect the Offeror s answers to the questions in Standard Form 328. Following award of a contract, the Contractor must immediately submit to the cognizant security office written notification of any changes in the extent and nature of FOCI which could affect the Offeror s answers to the questions in Standard Form 328. Notice of changes in ownership or control which are required to be reported to the Securities and Exchange Commission, the Federal Trade Commission, or the Department of Justice must also be furnished concurrently to the cognizant security office. Definitions (1) Foreign Interest means any of the following (i) A foreign government, foreign government agency, or representative of a foreign government; (ii) Any form of business enterprise or legal entity organized, chartered or incorporated under the laws of any country other than the United States or its possessions and trust territories; and (iii) Any person who is not a citizen or national of the United States. (2) Foreign Ownership, Control, or Influence (FOCI) means the situation where the degree of ownership, control, or influence over a Contractor by a foreign interest is such that a reasonable basis exists for concluding that compromise of classified information or special nuclear material may result. (c) Facility Clearance means an administrative determination that a facility is eligible to access, produce, use or store classified information, or special nuclear material. A Facility Clearance is based upon a determination that satisfactory safeguards and security measures are carried out for the activities being performed at the facility. It is DOE policy that all Contractors or Subcontractors requiring access authorizations be processed for a Facility Clearance at the level appropriate to the activities being performed under the contract. Approval for a Facility Clearance shall be based upon L-10

12 (1) A favorable foreign ownership, control, or influence (FOCI) determination based upon the Contractor s response to the ten questions in Standard Form 328 and any required, supporting data provided by the Contractor; (2) A contract or proposed contract containing the appropriate security clauses; (3) Approved safeguards and security plans which describe protective measures appropriate to the activities being performed at the facility; (4) An established Reporting Identification Symbol code for the Nuclear Materials Management and Safeguards Reporting System if access to nuclear materials is involved; (5) A survey conducted no more than 6 months before the Facility Clearance date, with a composite facility rating of satisfactory, if the facility is to possess classified matter or special nuclear material at its location; (6) Appointment of a Facility Security Officer, who must possess or be in the process of obtaining an access authorization equivalent to the Facility Clearance; and, if applicable, appointment of a Materials Control and Accountability Representative; and (7) Access authorizations for key management personnel who will be determined on a case-by-case basis, and must possess or be in the process of obtaining access authorizations equivalent to the level of the Facility Clearance. (d) (e) (f) A Facility Clearance is required prior to the award of a contract requiring access to classified information and the granting of any access authorizations under a contract. Prior to award of a contract, the DOE must determine that award of the contract to the Offeror will not pose an undue risk to the common defense and security as a result of its access to classified information or special nuclear material in the performance of the contract. The Contracting Officer may require the Offeror to submit such additional information as deemed pertinent to this determination. A Facility Clearance is required even for contracts that do not require the Contractor s corporate offices to receive, process, reproduce, store, transmit, or handle classified information or special nuclear material, but which require DOE access authorizations for the Contractor s employees to perform work at a DOE location. This type facility is identified as a non-possessing facility. Except as otherwise authorized in writing by the Contracting Officer, the provisions of any resulting contract must require that the Contractor insert provisions similar to the foregoing in all subcontracts and purchase orders. Any Subcontractors requiring access authorizations for access to classified information or special nuclear material shall be directed to provide responses to the questions in Standard Form 328, Certificate Pertaining to Foreign Interests, directly to the prime Contractor or the Contracting Officer for the prime contract. NOTICE TO OFFERORS CONTENTS REVIEW (PLEASE REVIEW BEFORE SUBMITTING) Prior to submitting the Standard Form 328, required by paragraph (1) of this clause, the Offeror should review the FOCI submission to ensure that: (1) The Standard Form 328 has been signed and dated by an authorized official of the company; L-11

13 (2) If publicly owned, the Contractor's most recent annual report, and its most recent proxy statement for its annual meeting of stockholders have been attached; or, if privately owned, the audited, consolidated financial information for the most recently closed accounting year has been attached; (3) A copy of the company s articles of incorporation and an attested copy of the company s by-laws, or similar documents filed for the company s existence and management, and all amendments to those documents; (4) A list identifying the organization's owners, officers, directors, and executive personnel, including their names, social security numbers, citizenship, titles of all positions they hold within the organization, and what clearances, if any, they possess or are in the process of obtaining, and identification of the government agency(ies) that granted or will be granting those clearances; and, (5) A summary FOCI data sheet. NOTE: A FOCI submission must be attached for each tier parent organization (i.e. ultimate parent and any intervening levels of ownership). If any of these documents are missing, award of the contract cannot be completed. (End of provision) L-12

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 PROPOSAL PREPARATION INSTRUCTIONS Offerors shall provide proposals in two separate volumes. Volume

More information

Section L Instructions, Conditions, and Notices to Offerors

Section L Instructions, Conditions, and Notices to Offerors Section L Instructions, Conditions, and Notices to Offerors L.1 Proposal Preparation Instructions L.2 Formal Communications L.3 Submission of Proposals L.4 Explanation to Prospective Offerors L.5 Period

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

The term Government in clauses and/or provisions shall mean Concho Valley Council of Governments (CVCOG) unless otherwise specified.

The term Government in clauses and/or provisions shall mean Concho Valley Council of Governments (CVCOG) unless otherwise specified. The term Government in clauses and/or provisions shall mean Concho Valley Council of Governments (CVCOG) unless otherwise specified. 1. Prohibition on Contracting with Inverted Domestic Corporations-Representation.

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) EXHIBIT A - MEMORANDUM OF NOTIFICATION TO POTENTIAL BIDDERS [NAME OF GOVERNMENT LETTERHEAD] DATE: TO: FROM: SUBJECT: [DATE] Invited Parties [NAME OF

More information

State Government Procurement

State Government Procurement The following excerpts from the Arizona Revised Statutes are laws ACEC of Arizona initiated and secured for our industry. For further details regarding laws in the State of Arizona, go to http://www.azleg.gov

More information

SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation.

SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation. Page : 1 of 4 SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation. 1. Responses to this solicitation received after the specified "Bid Close Date"

More information

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC-19-03 MANAGEMENT AND ORGANIZATIONAL ASSESSMENT Proposal Issue Date: January 4, 2019 Proposal Due Date: January 29,

More information

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

Notice of Request for Proposals

Notice of Request for Proposals REGIONAL PLANNING COUNCILS Southwest Florida Regional Planning Council RFP for New Market Coordinator Notice of Request for Proposals SOUTHWEST FLORIDA REGIONAL PLANNING COUNCIL REQUEST FOR PROPOSALS Professional

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS (RFP) 2018-17 SECTION EIGHT HOUSING QUALITY STANDARDS (HQS) INSPECTIONS DATE ISSUED: Thursday, August

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: August 20, 2007 RE: Request for Quotation (RFQ) 07-Q-JS-106

More information

NOTICE OF REQUEST FOR PROPOSAL

NOTICE OF REQUEST FOR PROPOSAL NOTICE OF REQUEST FOR PROPOSAL RFP# 2016-001-114-01 CITY OF NOGALES EMPLOYEE BENEFIT TRUST (EBT) June 3, 2016 Issued by: THE CITY OF NOGALES EMPLOYEE BENEFIT TRUST 777 N. GRAND AVENUE NOGALES, AZ 85621

More information

HOUSING AUTHORITY OF THE CITY OF TULSA

HOUSING AUTHORITY OF THE CITY OF TULSA HOUSING AUTHORITY OF THE CITY OF TULSA 415 EAST INDEPENDENCE TULSA, OKLAHOMA 74106 REQUEST FOR PROPOSALS FOR PROFESSIONAL INSURANCE BROKERAGE AND ALL RELATED CONSULTING SERVICES RFP #18-081 Proposal Deadline:

More information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

2. Bidder shall notify Buyer if a former employee of Buyer is representing Bidder in connection with its proposal or any resulting order.

2. Bidder shall notify Buyer if a former employee of Buyer is representing Bidder in connection with its proposal or any resulting order. Page: 1 of 5 General Instructions to Bidder 1. Bidder will carefully review all documents cited in Buyer's solicitation to ensure the following: a. All information required to properly respond to this

More information

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:

More information

AIA Document B141 TM 1997 Part

AIA Document B141 TM 1997 Part 1 AIA Document B141 TM 1997 Part Standard Form of Agreement Between Owner and Architect with Standard Form of Architect's Services TABLE OF ARTICLES 1.1 INITIAL INFORMATION 1.2 RESPONSIBILITIES OF THE

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2018-02 LEGAL REPRESENTATION IN ACTIONS FOR UNLAWFUL DETAINER DATE ISSUED: Thursday, January

More information

REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS REPRESENTATIONS AND CERTIFICATIONS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST I. OVERVIEW The District is seeking qualified firms to provide On-Call Professional Services in support of Capital Improvement

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2018-12 Remote Housing Choice Voucher (HVC) Program Re-Certifications DATE ISSUED: Thursday,

More information

Notice of Request for Proposals

Notice of Request for Proposals REGIONAL PLANNING COUNCILS Southwest Florida Regional Planning Council RFP for Agriculture Marketing Strategy Notice of Request for Proposals SOUTHWEST FLORIDA REGIONAL PLANNING COUNCIL REQUEST FOR PROPOSALS

More information

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 PROJECT TITLE: Marketing and Outreach Proposal PROPOSAL DUE DATE: February 27, 2015 by 4:00 P.M. Mailed,

More information

Regulations 14D and 14E

Regulations 14D and 14E Regulations 14D and 14E TENDER OFFERS Under the Securities Exchange Act of 1934 A Red Box Õ Service Publication Print Date: March 15, 2013 This publication is designed to provide accurate and authoritative

More information

TITLE 70: DEPARTMENT OF FINANCE SUBCHAPTER COST AND PRICE ANALYSIS REGULATIONS

TITLE 70: DEPARTMENT OF FINANCE SUBCHAPTER COST AND PRICE ANALYSIS REGULATIONS SUBCHAPTER 70-30.1 COST AND PRICE ANALYSIS REGULATIONS Part 001 General Provisions 70-30.1-001 Overview and Summary 70-30.1-005 Scope 70-30.1-010 Definitions Part 100 Policy; Cost or Pricing Data 70-30.1-101

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL 2010-092204P CONSULTING SERVICES FLEET OPERATIONS ASSESSMENT Sealed proposals addressed to David Logan, Purchasing Agent, 2nd Floor, Municipal Operations Complex, 175 Rothesay Avenue,

More information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK MD ANDERSON AGREEMENT No. This Agreement is made as of, 2015 (the Effective Date ), by and between The Owner: The University of Texas M. D. Anderson

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

Federal Acquisition Regulation: Small Business Subcontracting Improvements

Federal Acquisition Regulation: Small Business Subcontracting Improvements Federal Acquisition Regulation: Small Business Subcontracting Improvements FAC 2005-89, FAR Case 2014-003 Implementation Under Multiple Award Schedules 1 FAR rule (FAC 2005-89/FAR case 2014-003): Subcontracting

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

Title 48: Federal Acquisition Regulations System PART 45 GOVERNMENT PROPERTY

Title 48: Federal Acquisition Regulations System PART 45 GOVERNMENT PROPERTY Title 48: Federal Acquisition Regulations System PART 45 GOVERNMENT PROPERTY Subpart 45.1 General 45.101 Definitions. (a) Contractor-acquired property, as used in this part, means property acquired or

More information

SILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016

SILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016 SILVER FALLS SCHOOL DISTRICT INVITATION TO BID Covered Play Shed Project Closing Date: 11:00 am on September 22, 2016 Submit Proposals to: Lorin Stanley, Director of Maintenance Silver Falls School District

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES The Northwest Pennsylvania Regional Planning and Development Commission (Northwest Commission) is soliciting Statements

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR PROPOSAL. Architectural and Space Planning Services COLORADO HOUSING AND FINANCE AUTHORITY REQUEST FOR PROPOSAL (RFP) COLORADO HOUSING AND FINANCE AUTHORITY 1981 BLAKE STREET DENVER, CO 80202 REQUEST FOR PROPOSAL Architectural and Space Planning Services

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

Ohio Public Employees Retirement System. Request for Proposal. For: Actuarial Consulting Services. Date: October 21, 2016

Ohio Public Employees Retirement System. Request for Proposal. For: Actuarial Consulting Services. Date: October 21, 2016 Ohio Public Employees Retirement System For: Actuarial Consulting Services Date: October 21, 2016 Project Name: Actuarial Consulting RFP 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377)

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS W. Brad Steube, Sheriff MANATEE COUNTY Bradenton, Florida 34205 Tom Knight, Sheriff SARASOTA COUNTY Sarasota, Florida 34237 REQUEST FOR PROPOSALS FOR IMPLEMENTATION, DELIVERY AND SUPPORT OF AN AUTOMATED

More information

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

More information

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific)

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific) REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific) 1.0 REQUEST FOR PROPOSALS SUMMARY Through this Request

More information

SOLICITATION/ADVERTISEMENT

SOLICITATION/ADVERTISEMENT SOLICITATION/ADVERTISEMENT City of Homewood, Alabama will receive responses to a Request for Proposals for the selection of an Energy Services Company (ESCO). City of Homewood, Alabama intends to select

More information

KENTUCKY DEPARTMENT OF EDUCATION

KENTUCKY DEPARTMENT OF EDUCATION 702 KAR 4:160 KENTUCKY DEPARTMENT OF EDUCATION REQUEST FOR PROPOSALS for Guaranteed Energy Savings Contracts School District Name: School District Address: Project: RFP Date: McCreary County Schools 120

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2019-01 SECTION EIGHT MANAGEMENT ASSESSMENT PROGRAM (SEMAP) AUDITING SERVICES DATE ISSUED: Tuesday,

More information

NORTHROP GRUMMAN SYSTEMS CORPORATION

NORTHROP GRUMMAN SYSTEMS CORPORATION NORTHROP GRUMMAN SYSTEMS CORPORATION ADDENDUM TO COMMERCIAL TERMS AND CONDITIONS FOR SUBCONTRACTS IN SUPPORT OF THE ADVANCED MISSION PROGRAM (AMP) PRIME CONTRACT 04-C-3045 All of the additional terms and

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 109 MEASUREMENT AND PAYMENT

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 109 MEASUREMENT AND PAYMENT SECTION 102.01 PREQUALIFICATION OF BIDDERS of the Specifications is amended as follows: The eighth paragraph is replaced by the following: When the Contractor's actual progress is more than 10 percent

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

More information

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION CONDITIONS TO QUOTE - NONCONSTRUCTION PROCEDURE: Quoters must submit proposed pricing where provided on the last page of this form only! The Agency will accept the proposed pricing by in-person delivery

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator Request for Proposals For Colstrip Economic Diversification Strategy Implementation Coordinator Issued by: Southeastern Montana Development Corporation Issued May 10, 2018 Implementation Coordinator, Colstrip

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES DFS AA RCP 14/15-06 Preparation and Development of the Florida General Lines Agents /Customer Representatives and the Florida

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

(Revised December 9, 2005) HAZARD WARNING LABELS (DEC 1991)

(Revised December 9, 2005) HAZARD WARNING LABELS (DEC 1991) 252.223-7000 Reserved. (Revised December 9, 2005) 252.223-7001 Hazard Warning Labels. As prescribed in 223.303, use the following clause: HAZARD WARNING LABELS (DEC 1991) (a) Hazardous material, as used

More information

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services ADDRESS: PHONE NO.: REQUEST FOR QUOTATION RFQ# 07-Q-WT-123 Courier Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: RFQ #07-Q-WT-123 COURIER SERVICES 1 September 24, 2007 RE: Request for Quotation

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

Request for Proposal for Open End Infrastructure Equity Fund

Request for Proposal for Open End Infrastructure Equity Fund Request for Proposal for Open End Infrastructure Equity Fund March 12, 2018 Chicago Teachers Pension Fund 203 North LaSalle Street, Suite 2600 Chicago, IL 60601 1 Purpose The Request for Proposal (RFP)

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

Solicitation # Account Provisioning and SSO Services Addendum #2 dated 4/25/2017

Solicitation # Account Provisioning and SSO Services Addendum #2 dated 4/25/2017 DATE: April 25, 2017 TO: FROM: All Shortlisted Proposers Eric Pfister Senior Buyer, Technology Procurement 301-985-7095 Phan Truong Senior Buyer, Technology Procurement 301-985-7143 RE: Solicitation #

More information

PROPOSED SHARED SAVINGS (VALUE ENGINEERING) CLAUSE FOR GPO CONTRACTS OVER $100,000 OR NEW TECHNOLOGY. Prepared by Fred Antoun, Jr.

PROPOSED SHARED SAVINGS (VALUE ENGINEERING) CLAUSE FOR GPO CONTRACTS OVER $100,000 OR NEW TECHNOLOGY. Prepared by Fred Antoun, Jr. PROPOSED SHARED SAVINGS (VALUE ENGINEERING) CLAUSE FOR GPO CONTRACTS OVER $100,000 OR NEW TECHNOLOGY. Prepared by Fred Antoun, Jr. (a) General. The Contractor is encouraged to develop, prepare, and submit

More information

Supplemental Government Terms and Conditions

Supplemental Government Terms and Conditions Supplemental Government Terms and Conditions 1. GENERAL: The terms and conditions herein are in addition to Aerojet Terms and Conditions for Purchase Orders, and are incorporated by reference into individual

More information

PROJECT TITLE: BENCHMARKING AND RELATED CONSULTING SERVICES. Part A. Baseline Measurement and Benchmark Comparisons of State Agency Business Processes

PROJECT TITLE: BENCHMARKING AND RELATED CONSULTING SERVICES. Part A. Baseline Measurement and Benchmark Comparisons of State Agency Business Processes National Association of State Auditors, Comptrollers and Treasurers 449 Lewis Hargett Circle, Suite 290 Lexington, Kentucky 40503-3590 REQUEST FOR PROPOSALS RFP NO. 11-01 PROJECT TITLE: BENCHMARKING AND

More information

NORTH CAROLINA GENERAL ASSEMBLY

NORTH CAROLINA GENERAL ASSEMBLY NORTH CAROLINA GENERAL ASSEMBLY Recommendations for Improving the Internal Auditing System within State Agencies and State-Supported Institutions Including Proposed Legislation and Cost Estimates REQUEST

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

Mechanical and Plumbing Peer Review & Systems Inspections PROJECT DIRECTOR Kevin Ogle

Mechanical and Plumbing Peer Review & Systems Inspections PROJECT DIRECTOR Kevin Ogle CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL PROJECT NAME: Cherokee Nation Outpatient Health Facility, Tahlequah, OK Mechanical and Plumbing Peer Review & Systems Inspections PROJECT DIRECTOR

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS for the City of Fort Morgan, Colorado March 19, 2014 Brent Nation Director of Utilities CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN, COLORADO 80701 (970) 370-6558 REQUEST FOR PROPOSALS

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSAL (RFP) 2018-08 VIRTUAL PRIVATE NETWORK (VPN) MANAGEMEENT DATE ISSUED: Monday, April 2, 2018 TYPE OF

More information

CHAPTER 5 INTERNATIONAL AGREEMENTS A. INTRODUCTION B. DEFINITIONS. International Programs Security Handbook 5-1

CHAPTER 5 INTERNATIONAL AGREEMENTS A. INTRODUCTION B. DEFINITIONS. International Programs Security Handbook 5-1 International Programs Security Handbook 5-1 CHAPTER 5 INTERNATIONAL AGREEMENTS A. INTRODUCTION 1. Various statutory and regulatory provisions, including 22 U.S.C. 2767 (Authority of the President to enter

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

GENERAL TERMS AND CONDITIONS OF PURCHASE. Applegate EDM General Terms and Conditions of Purchase are applicable to all purchase orders;

GENERAL TERMS AND CONDITIONS OF PURCHASE. Applegate EDM General Terms and Conditions of Purchase are applicable to all purchase orders; GENERAL TERMS AND CONDITIONS OF PURCHASE Applegate EDM General Terms and Conditions of Purchase are applicable to all purchase orders; 1) Applegate EDM General Terms and Conditions of Purchase are applicable

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

More information

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK (CMAR)

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK (CMAR) 1 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT AT RISK (CMAR) Preconstruction and Construction Services Safety Bay Improvement Project December 20, 2017 Table of Contents REQUEST FOR QUALIFICATIONS

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

More information

FLOWDOWN PROVISIONS FOR C-W EPD PURCHASE ORDERS UNDER BECHTEL PLANT MACHINERY, INC. TAC-2011

FLOWDOWN PROVISIONS FOR C-W EPD PURCHASE ORDERS UNDER BECHTEL PLANT MACHINERY, INC. TAC-2011 Page: 1 of 7 FLOWDOWN PROVISIONS FOR C-W EPD PURCHASE ORDERS UNDER BECHTEL PLANT MACHINERY, INC. TAC-2011 The following provisions are additional terms and conditions applicable to this Purchase Order,

More information

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES A. Purpose of Request The Village of Greendale Wisconsin is requesting proposals for the purpose of retaining a certified

More information

Firms currently approved under the 2011 RFP must submit a new proposal in order to be considered for selection.

Firms currently approved under the 2011 RFP must submit a new proposal in order to be considered for selection. DEADLINE FOR SUBMISSION EXTENDED UNTIL AUGUST 8, 2014 UNIVERSITY OF NORTH CAROLINA INTELLECTUAL PROPERTY COUNSEL SERVICES REQUEST FOR PROPOSALS May 14, 2014 1. PURPOSE The University of North Carolina

More information

1 P a g e. Appendix A - Sample Contract

1 P a g e. Appendix A - Sample Contract 1 P a g e Appendix A - Sample Contract CONTRACT NO. TRUST 006 FEDERAL ID NO. CONTRACT PENNSYLVANIA TOURISM SIGNING TRUST AND SUCCESSFUL OFFEROR This Contract ( Contract ), made this day of, 20, by and

More information

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES...

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES... TABLE OF CONTENTS CHAPTER 1 THRESHOLDS AND PROCEDURES... 2 SECTION 1.1 OVERVIEW... 2 SECTION 1.2 METHODS OF... 2 Subsection 1.2.a Micro-purchases... 2 Subsection 1.2.b Small Purchase Procedures... 3 Subsection

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991)

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991) (Revised April 28, 2014) 252.232-7000 Advance Payment Pool. As prescribed in 232.412-70(a), use the following clause: ADVANCE PAYMENT POOL (DEC 1991) (a) Notwithstanding any other provision of this contract,

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) BASIC (DEVIATION 2018-O0007) (DEC 2017)

SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) BASIC (DEVIATION 2018-O0007) (DEC 2017) Attachment 1 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) Basic. (DEVIATION 2018-O0007) For solicitations and contracts that contain the basic, Alternate I, or Alternate II of the clause

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

HOW TO FORM TEAMING AGREEMENTS

HOW TO FORM TEAMING AGREEMENTS 888 17 th Street, NW, 11 th Floor Washington, DC 20006 Tel: (202) 857-1000 Fax: (202) 857-0200 HOW TO FORM TEAMING AGREEMENTS AND STRATEGIC PARTNERSHIPS MARYLAND WOMEN'S BUSINESS CENTER JULY 31, 2014 Presented

More information

Proposal Adequacy Checklist

Proposal Adequacy Checklist The offeror shall complete the following checklist, providing location of requested information, or an explanation of why the requested information is not provided. In preparation of the offeror s checklist,

More information

ANC-55 FLYSHEET FOR CONTRACT HQ C-0003

ANC-55 FLYSHEET FOR CONTRACT HQ C-0003 ANC-55 FLYSHEET FOR CONTRACT HQ0006-98-C-0003 Section A Applicable to Fixed Price Orders for Non-Commercial Items Only The clauses cited in GP-1, THE BOEING COMPANY GENERAL PROVISIONS (Fixed Price Contract)

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING REQUEST FOR PROPOSAL NUMBER 2014-01 WRITTEN PROPOSALS DUE BY Friday, August 16, 2013-3:30 PM Superior Court of

More information