Department of Corrections
|
|
- Samantha Burns
- 5 years ago
- Views:
Transcription
1 Department of Corrections DIVISION OF ADMINISTRATIVE SERVICES Anchorage Procurement Section 550 W. 7 th Ave, Suite 1800 Anchorage, Alaska Tel: Fax: evan.patterson@alaska.gov February 13, 2019 To: Interested Parties Subject: Letter of Interest Dialysis Service 1. Scope of Work: The Department of Corrections, Division of Health and Rehabilitation Services (department) is issuing a letter of interest for a contractor to provide on-site hemodialysis services and equipment within the department s Goose Creek Correctional Center (GCCC). The department has space, utilities and chairs for 3 patients to receive dialysis treatment at a time. The department doesn t guarantee a minimum or maximum amount of service. This service is exempt per (b)(4). 2. Letter of Interest Response: Please send letter of interest responses and questions to evan.patterson@alaska.gov. Agencies interested in submitting a response should submit by 2:00 PM local time February 22 nd, This letter of interest does not obligate the State and the State does not guarantee a contract will be awarded because of this letter of interest. The State will not pay any cost associated with the preparation, submittal, presentation, or evaluation of any proposal. An evaluation may not be based on discrimination due to the race, religion, color, national origin, sex, age, marital status, pregnancy, parenthood, disability, or political affiliation of the offeror. See section 14 Vendor Packet for further information. 3. Operation Requirements: a) The contractor shall provide all staff qualified to equip, manage and service a dialysis unit capable of treating up to 8 individuals who require treatment 3 times a week. b) The contractor shall provide the dialysis machines to include any needed water purification system. c) The contractor is responsible for all costs associated with maintenance and repair of their equipment. If the contractor requires a third party (technician) to repair their equipment the contractor must schedule the repair with the facility. The facility may require the technician to pass a background check. It is the contractor s responsibility to ensure the technician secures insurance coverage required by the State. d) The contractor is responsible for the removal of all contractor owned equipment and supplies within 1 calendar day of the end of the contract. The department will not dispose of contractor owned equipment or supplies. e) The contractor shall ensure collaboration and communication between staff to include the contractor s nephrologist and department physicians and practitioners.
2 f) The contractor shall advise the department s pharmacy regarding on-site stock medications needed to provide dialysis services. The department will purchase and maintain the on-site stock of medication. g) The contractor shall document in the department s Electronic Healthcare Records system. h) The contractor is responsible for and shall develop written procedures for: i. The storage and handling of solutions, ii. The cleaning and disinfection of supplies, equipment, and accessories, and iii. For the documentation of the performance of these activities. i) The contractor shall screen and alert department medical staff to any detected signs of infection, complications, or unanticipated deterioration in the health of a person receiving dialysis. j) The contractor shall maintain a dialysis safety checklist for use by dialysis staff, department staff, and patients. k) The contractor shall dispose of all medical waste using department provided biohazardous waste disposal supplies services. l) The contractor shall immediately alert department security staff of any security issue. m) It is the contractor s responsibility to ensure all contractor staff follow all ethical standards and codes of conduct required by their licensing board and by the department. n) The contractor shall ensure all contractor staff follow all security policies and protocols required by the department. 4. Contractor Dialysis Equipment and Supplies: The contractor shall provide all dialysis equipment and dialysis equipment supplies such as but not limited to: a) All dialysis machines and related accessories, b) All portable reverse osmosis machines, c) Dialyzers, d) Arterial and venous blood lines, e) Transducers, f) Dialysate solution, g) Fistula needles, h) Appropriate forms and flowsheets, and i) IV infusion pumps. 5. Department Equipment and Supplies: The department will provide the following disposable supplies. The contractor shall place orders through designated department staff. The contractor shall use the brand/model that the department supplies. Orders shall not exceed twice a week. The contractor shall develop adequate PAR levels for all supplies and submit to the project manager for approval. The contractor shall rotate supplies to ensure department supplies do not expire. Department supplies are strictly for department use and shall remain within the facility. The contractor may be held responsible for items that expire or are missing. a) All ancillary supplies that may be necessary for the provision of dialysis treatment such as: i. Tape, ii. 4 X 4 and 2 X 2 gauze pads, iii. Chux pads, iv. Syringes, v. Hypodermic needles,
3 vi. Vinyl and latex gloves, vii. Band aids, viii. Dressing supplies, ix. Surgical masks, x. Blood administration sets and blood filters, xi. Pressure wrap bandages, xii. Bed pans and urinals, xiii. Bleach, xiv. Personal protective equipment, xv. Gloves, xvi. Gowns, and xvii. Administration sets and tubing. b) The department will provide ancillary equipment that may be necessary for the provision of dialysis treatment such as: i. EKG monitoring equipment, ii. Blood pressure monitoring equipment. c) The contractor shall place pharmaceutical orders through designated department staff. The contractor shall advise the department s Regional Physician on-site stock medications needed to provide dialysis services. The Department will provide all drugs and pharmaceutical items that may be necessary for the provision of dialysis treatment such as: i. Albumin, ii. Erythropoietic stimulating agents, iii. Antibiotics, iv. Zemplar, v. Antibiotic locks for the dialysis catheters, vi. Intravenous iron supplements, vii. Thrombolytic agents, and viii. Saline. d) The department will provide AED and emergency response equipment. 6. Location of Work: The location the work is to be performed and completed is at the Goose Creek Correctional Center (GCCC), West Alsop Road, Wasilla, AK The state will provide workspace for the contractor. All travel shall be included in the contractor s rates. The department will not reimburse travel. 7. Dialysis Unit Space: The department has identified a 10 x 19 space within the GCCC that has room for 3 dialysis chairs. The space is in proximity to the GCCC medical unit and has electrical and water access. Offerors must include any space and utility considerations in their proposal. It is the offeror s responsibility to ensure the space meets industry standards. 8. Contract Term and Work Schedule:
4 The length of the contract will be from the date of award, approximately March 1, 2019 through June 30, 2020 with 4 optional 1-year renewals. Renewal options will be exercised at the State s sole discretion. The approximate contract schedule is as follows: First contractor work period: March 1, 2019 June 30, 2020 Renewal Option: July 1, 2020 June 30, 2021 Renewal Option: July 1, 2021 June 30, 2022 Renewal Option: July 1, 2022 June 30, 2023 Renewal Option: July 1, 2023 June 30, 2024 The department and contractor shall develop a schedule that is in the department s best interest. Several factors will determine work schedule such as but not limited to; offender schedule, facility security and department personnel availability. Unless otherwise provided in this letter of interest, the State and the successful offeror/contractor agree: (1) that any holding over of the contract excluding any exercised renewal options, will be considered as a month-to-month extension, and all other terms and conditions shall remain in full force and effect and (2) to provide written notice to the other party of the intent to cancel such month-to-month extension at least 30-days before the desired date of cancellation. 9. Department Meetings: a) Ongoing Meetings: The contractor shall ensure their nephrologist coordinates with the department s regional medical officer and practitioners regarding individual patient needs. b) Monthly Meetings: The contractor s onsite staff shall meet with the department s regional medical officer or health practitioners regarding patient needs and outcomes. c) Quarterly Meetings: The contractor s management team shall meet with the department s project management team. This timeframe may be adjusted at the department s request. 10. Deliverables and Billing Rates: The contractor shall submit monthly invoices within 30 days after the last day of the month. The contractor shall bill on a per treatment basis. The invoice shall include patient names, dates of treatment, and cost of each daily treatment. The state is not responsible for and will not pay local, state, or federal taxes. All costs associated with the contract must be stated in U.S. currency. Rates identified on the cost proposal form must all direct and indirect costs associated with the performance of the contract, including, but not limited to, direct expenses, payroll, supplies, overhead assigned to each person working on the project, percentage of each person's time
5 devoted to the project, insurance, travel and profit. Offeror s should use the attached cost proposal form to submit their rates. a) Deliverable 1 : Dialysis Treatment which is defined as dialysis or attempted dialysis by the contractor for a patient for a period of four (4) hours and up to ten (10) hours. b) Deliverable 2: Fixed hourly rate for each hour up to four (4) hours in preparation of dialysis treatment that is not administered for any reason. Billing shall be in increments of one-half hour. c) Deliverable 3: Dialysis performed after 5 PM Monday through Sunday including State holidays. 11. Insurance: Prior to contract award the offeror must secure insurance coverage required by the state. The coverage must be satisfactory to the Department of Administration Division of Risk Management. An offeror's failure to provide evidence of such insurance coverage is a material breach and grounds for withdrawal of the award or termination of the contract. Offerors must review form appendix B2, attached, for details on required coverage. No alteration of these requirements will be permitted without prior written approval from the Department of Administration, Division of Risk Management. Objections to any of the requirements in appendix B2 must be set out in the offeror s proposal. 12. Licenses: Prior to the award of a contract, an offeror must hold a valid Alaska business license and applicable Alaska professional licenses. The nephrologist may be required to hold a DEA license. See the following link for further details State Laws: The contractor will be required to sign and submit the State's Standard Agreement Form for Professional Services Contracts (form /Appendix A). This form is attached for your review. By signing a State contract, the offeror certifies that the offeror is not established and headquartered or incorporated and headquartered in a country recognized as Tier 3 in the most recent United States Department of State s Trafficking in Persons Report. By signature of a contract, the contractor certifies that they comply with the following: a) the laws of the State of Alaska; b) the applicable portion of the Federal Civil Rights Act of 1964; c) the Equal Employment Opportunity Act and the regulations issued thereunder by the federal government; d) the Americans with Disabilities Act of 1990 and the regulations issued thereunder by the federal government; e) all terms and conditions set out in this letter of interest; f) a condition that the proposal submitted was independently arrived at, without collusion, under penalty of perjury; g) that the offers will remain open and valid for at least 90 days; and h) that programs, services, and activities provided to the general public under the
6 resulting contract conform with the Americans with Disabilities Act of 1990, and the regulations issued thereunder by the federal government. If any offeror fails to comply with [a] through [h] of this paragraph, the state reserves the right to disregard the proposal, terminate the contract, or consider the contractor in default. 14. Vendor Packet: The following should be included with the vendors response: a) Completed cost proposal form that identifies each deliverable rate described in section 10 Deliverables and Billing Rates. b) An organization chart and business structure narrative of personnel responsible for the contract to include but not limited to: i. Nephrologist, ii. Nursing staff, iii. iv. Administrative staff responsible for contract oversight. Subcontractors which may include the above staff. Subcontractors are held to the same insurance and licensing requirements outlined in the letter of interest. If awarded a contract the contractor must submit a written statement, signed by each proposed subcontractor that clearly verifies that the subcontractor is committed to render the services required by the contract. c) Experience and resumes of the above staff. d) A brief management plan that may include the vendors understanding of the project, potential problems and any details not mentioned in this letter of interest but should be considered. e) Joint ventures are acceptable. If submitting a proposal as a joint venture, the offeror must submit a copy of the joint venture agreement which identifies the principals involved and their rights and responsibilities regarding performance and payment. f) The contractor shall immediately notify the department if they or any staff are involved in litigation or an investigation. The offeror must detail past and current litigation or investigation directly related to the services described in the letter of interest. In rare cases the contractor may need to provide testimony either in person, telephonically or in writing. g) A conflict of interest statement indicating whether the firm or any individuals working on the contract has a possible conflict of interest (e.g., currently employed by the State of Alaska or formerly employed by the State of Alaska within the past two years) and, if so, the nature of that conflict. The Commissioner of the Department of Corrections reserves the right to reject personnel or cancel a contract if any interest disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the program to be developed by the offeror. The Commissioner's determination regarding any questions of conflict of interest shall be final. Sincerely, Evan Patterson Procurement Specialist
Request For Proposals (RFP) RFP Date of Issue: May 14, QuickBooks Pro Technical Assistance
Department of Commerce, Community, and Economic Development Division of Community and Regional Affairs 550 W 7 th Avenue Anchorage, Alaska 99501-3510 Request For Proposals (RFP) RFP 2015-0800-2582 Date
More informationMaryland Overdose Response Program. Request for Bid # E. Main Street, Salisbury, Maryland 21801
Project: Maryland Overdose Response Program Request for Bid # 910-16 Department: Core Services Location: Seth H. Hurdle Building 108 E. Main Street, Salisbury, Maryland 21801 Submissions Due: Wednesday,
More informationRequest for Proposals RFP Number
Department of Public Safety DPS Training Academy Request for Proposals RFP Number 2014-1200-2182 Date of Issue: October 15, 2013 Contractor-Operated Food Services, DPS Training Academy, Offerors Are Not
More informationRequest For Proposals RFP Date of Issue: April 26, 2013
Department of Health and Social Services Office of Children s Services 350 Main Street, Room 6 Juneau, AK 99811 Request For Proposals RFP 2014-0600-1912 Date of Issue: April 26, 2013 Title and Purpose
More informationINDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET
INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET Caution If payment under this Agreement will be made to a person who is not a U.S. citizen, then prior to completing
More informationCOUNTY OF PRINCE EDWARD, VIRGINIA
COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:
More informationREQUEST FOR STATEMENTS OF QUALIFICATIONS FOR A MEDICAL SERVICES PROVIDER CITY OF SEASIDE, CALIFORNIA
REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR A MEDICAL SERVICES PROVIDER CITY OF SEASIDE, CALIFORNIA I. INVITATION The City of Seaside is requesting a statement of qualifications and service proposals
More informationPROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee
PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction
More informationPROPOSAL REQUEST. Sumner County Emergency Medical Service
PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County
More informationREQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015
REQUEST FOR PROPOSAL (RFP) #15-060-34 FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 RESPONSE DEADLINE: DECEMBER 18, 2015 10:00 A.M. CENTRAL STANDARD TIME
More informationQualified Medicare Beneficiary Program
Qualified Medicare Beneficiary Program Background Information The Qualified Medicare Beneficiary (QMB) program is a Federal benefit administered at the State level. The District of Columbia reimburses
More informationPROPOSAL REQUEST. Sumner County Sheriff s Office
PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE
More informationRequest for Proposal Legal Services RFP
Request for Proposal Legal Services RFP 2018-10-01 Tlingit Haida Regional Housing Authority (THRHA) is requesting proposals from qualified law firms experienced in representing housing authorities to provide
More informationIMPORTANT NOTICE FOR REQUEST FOR PROPOSALS (RFP) AIDEA Economist and Ancillary Services
Alaska Industrial Development and Export Authority (AIDEA or the Authority) IMPORTANT NOTICE FOR REQUEST FOR PROPOSALS (RFP) AIDEA- 15064 Economist and Ancillary Services IMPORTANT Interested firms shall
More informationPROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office
PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:
More informationPROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE
PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationREQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS
BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35
More informationthe month after we receive all necessary information
Client name Address Line1 City, State Zip code Date Dear Client, We are sending you information about the Connecticut Insurance Premium Assistance (CIPA), a program that helps eligible individuals with
More informationRequest for Proposals (RFP): Process/Outcome/Cost Benefit Evaluation
Request for Proposals (RFP): Process/Outcome/Cost Benefit Evaluation Issue Date: November 5, 2013 Project Title: Issuing Organization: Process/Outcome/Cost Benefit Evaluation The Family Recovery Program,
More informationRequest for Qualifications
Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael
More informationCNYCC Project 2aiii Agreement DSRIP Care Management
CNYCC Project 2aiii Agreement DSRIP Care Management This project agreement ( Agreement ) is made and entered into this day of, 2017 ( Effective Date ) by and between Central New York Care Collaborative,
More informationAGREEMENT FOR PROFESSIONAL SERVICES Interpretation Services 1. Contract Number 2. Solicitation Number 3. Financial Coding 4.
AGREEMENT FOR PROFESSIONAL SERVICES Interpretation Services 1. Contract Number 2. Solicitation Number 3. Financial Coding 4. Contract Title 5. Vendor Number 6. Project/Case Number 7. Alaska Business License
More informationSUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION
Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:
More information.z:> By: Dan Tadic, P.E. Acting Public Works Director
REQUEST FOR PROPOSALS SUPPLY OF HEAVY EQUIPMENT & OPERA TORS The City and Borough of Sitka will receive sealed proposals no later than 2:00:00 p.m. local time, Thursday, May 24, 2018 at the office of Public
More informationTHE SUMNER COUNTY REGISTER OF DEEDS
PROPOSAL REQUEST Maintenance for Server Hardware & Software FOR THE SUMNER COUNTY REGISTER OF DEEDS SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid # 26-140519 May, 2014 Introduction
More informationInvitation to Bid RFP-VISITOR MANAGEMENT SYSTEM
Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,
More informationInvitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail
Invitation to Bid 20181101-CO WIRE BASKETS Sumner County Sheriff s Office /Jail Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport
More informationPROPOSAL REQUEST SUMNER COUNTY
PROPOSAL REQUEST Lawn Care & Landscaping For the Sumner County Administration and Archives Buildings SUMNER COUNTY SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 50-140207 January,
More informationRockbridge Underwriting, An RLI Company 3700 Buffalo Speedway, Suite 300 Houston, TX (713)
Rockbridge Underwriting, An RLI Company 3700 Buffalo Speedway, Suite 300 Houston, TX 77098 (713) 874-8800 SURGERY CENTER LIABILITY INSURANCE APPLICATION Instructions: Please complete and sign. Attach additional
More informationDEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)
DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on
More informationRequest for Proposals for Agent of Record/Insurance Broker Services
County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate
More informationPROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE
PROPOSAL REQUEST Bid # 20170615CO CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Advertisement Date: June 4, 2017 Deadline: June 15th, 2017 at 10:00 am Introduction
More informationREQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM
REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, 2018 2:00PM PROPOSER S CERTIFICATION We offer to furnish Lewis-Palmer School District the materials, supplies,
More informationP.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]
P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES
More informationDEPARTMENT OF HEALTH CARE FINANCE
DEPARTMENT OF HEALTH CARE FINANCE Dear Provider: Enclosed is the District of Columbia Medicaid provider enrollment application solely used for providers, who request to be considered for the Adult Substance
More informationREIMBURSEMENT AGREEMENT FOR HOSPITAL SERVICES between OKLAHOMA HEALTH CARE AUTHORITY and
REIMBURSEMENT AGREEMENT FOR HOSPITAL SERVICES between OKLAHOMA HEALTH CARE AUTHORITY and U.S. DEPARTMENT OF HEALTH AND HUMAN SERVICES OKLAHOMA CITY AREA INDIAN HEALTH SERVICE ARTICLE I. PURPOSE The purpose
More informationSubmit proposals electronically to:
REQUEST FOR PROPOSAL Property Management Services Notice is hereby given that proposals will be accepted by Hartnell Community College District until 3:00 p.m., Pacific Time, on Friday, February 19, 2016
More informationRequest For Proposals RFP Date of Issue: May 29, 2014
Department of Health and Social Services Office of Children s Services 350 Main Street, Room 6 Juneau, AK 99811 Request For Proposals RFP 0614-135 Date of Issue: May 29, 2014 Title and Purpose of RFP:
More informationRegional School District 17 REQUST FOR PROPOSAL HEALTH INSURANCE BROKER/CONSULTANT. Submission Deadline: October 21, :00 AM Central Office
Regional School District 17 57 Little City Road Higganum, CT 06441 (860) 345-4534 Fax (860) 345-2817 www.rsd17.org Regional School District 17 REQUST FOR PROPOSAL HEALTH INSURANCE BROKER/CONSULTANT Submission
More informationInvitation to Bid ROBOTIC CAMERA SYSTEM
Invitation to Bid 012716 ROBOTIC CAMERA SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for
More informationCROWN EMPLOYEES NURSES' (STATE) AWARD 2017
CROWN EMPLOYEES NURSES' (STATE) AWARD 2017 This Award includes: Matter No. Details of Variation Effective Date Gazettal Ref. IRC 2017/00190983 IRC Chief Commissioner P Kite SC New Award Increase in wages
More informationInvitation to Bid BOE. Diesel Exhaust Fluid
Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN
More informationREQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA
REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide
More informationADHERENCE TO MEDICAID CONTRACT REQUIREMENTS C 3.01
WASATCH MENTAL HEALTH SERVICES SPECIAL SERVICE DISTRICT ADHERENCE TO MEDICAID CONTRACT REQUIREMENTS C 3.01 Purpose: To ensure that Wasatch Mental Health Services Special Service District (WMH) adheres
More informationBID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040
INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one
More informationCOLLECTION SERVICES AND BUSINESS ASSOCIATE AGREEMENT
COLLECTION SERVICES AND BUSINESS ASSOCIATE AGREEMENT THIS COLLECTION SERVICES AND BUSINESS ASSOCIATE AGREEMENT ("Agreement") made and entered into this day of, 20 by and between [COVERED ENTITY/HEALTHCARE
More informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM
PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking
More informationRockbridge Underwriting Agency Limited 3700 Buffalo Speedway, Suite 560 Houston, TX (713) (713) fax
Rockbridge Underwriting Agency Limited 3700 Buffalo Speedway, Suite 560 Houston, TX 77098 (713) 874-8800 (713) 874-8899 fax SURGERY CENTER LIABILITY INSURANCE APPLICATION Instructions: Please complete
More informationOREGON CHILD DEVELOPMENT COALITION
OREGON CHILD DEVELOPMENT COALITION REQUEST FOR QUALIFICATIONS AND QUOTATIONS (RFQQ) For SHAREPOINT CONSULTING SERVICES CONTACT: Nancy.Orem@ocdc.net 1. INTRODUCTION The Oregon Child Development Coalition
More informationInvitation to Bid CO Video Laryngoscope
Invitation to Bid 20161111-2CO Video Laryngoscope Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066
More informationWellCare of Iowa, Inc.
Prior authorization Notice of Admission or Admission Request Prior authorization is required for all Nursing Facility, Skilled Nursing Facility and Long Term Support Services (LTSS) services. Prior Authorization
More informationRequest for Proposal # Corrective Maintenance Services for Waste Water Treatment Plants
Request for Proposal #2019-024 Corrective Maintenance Services for Waste Water Treatment Plants Due Date: December 4, 2018 Time: Receipt Location: 2:00 pm Government Building 500 N. Main Street, Suite
More informationGREENVILLE UTILITIES COMMISSION
GREENVILLE UTILITIES COMMISSION GREENVILLE, NORTH CAROLINA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES FOR ARCHITECTURAL DESIGN AND ENGINEERING SERVICES FOR RENOVATION OF FIRST FLOOR AND EXTERIOR
More informationADVANTAGE PROGRAM WAIVER SERVICES PROVIDER
ADVANTAGE PROGRAM WAIVER SERVICES PROVIDER Based upon the following recitals, the Oklahoma Health Care Authority (OHCA hereafter) and (PROVIDER hereafter) enter into this Agreement. (Print Provider Name)
More informationInvitation to Bid BULK MOTOR OIL
Invitation to Bid 20151020 BULK MOTOR OIL Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 20151020
More informationFARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.
FARMERS MARKET AGREEMENT I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor. II. III. IV. PURPOSE: The Town wishes to have an innovative Farmers
More informationMASS TRANSPORTATION AUTHORITY FLINT, MI DISADVANTAGE BUSINESS ENTERPRISE PROGRAM (DBE) GOAL SETTING FOR FY
I. Policy Statement MASS TRANSPORTATION AUTHORITY FLINT, MI DISADVANTAGE BUSINESS ENTERPRISE PROGRAM (DBE) GOAL SETTING FOR FY 2018-2020 The Mass Transportation Authority submits its triennial DBE goal
More informationRequest For Proposals. For Copier. For GREENVILLE UTILITIES COMMISSION
Request For Proposals For Copier For GREENVILLE UTILITIES COMMISSION Of the City of Greenville, North Carolina 401 South Greene Street Greenville, North Carolina 27834 Issue Date June 19, 2017 Response
More informationRFP FOR DIGITAL AERIAL IMAGERY SOLUTIONS
RFP FOR DIGITAL AERIAL IMAGERY SOLUTIONS SUBMISSION DEADLINE: Monday, December 2, 2013-3:00 p.m. EST Official clock will be www.greenwichmeantime.com OCPA Contact: Manish Bhatt, Chief Information Officer
More informationSUPPLEMENTAL STAFFING AGREEMENT
SUPPLEMENTAL STAFFING AGREEMENT This Agreement is entered into this 17 th day of June 2016, by and between Carroll County School Corporation referred to in this Agreement as "FACILITY," and All Kids Can
More informationMedical Equipment Supply Stores Application
Hull & Company Dallas P: (972) 789-1962 F: (972) 789-1967 Houston P: (281) 759-4855 F: (281) 759-7245 hullandco-texas.com Medical Equipment Supply Stores Application Applicant s Name Mailing Address Agency
More informationRequest for Proposal (RFP) For Commercial Demountable Wall System Including Installation
Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,
More informationLOUISIANA WORKFORCE COMMISSION INCUMBENT WORKER TRAINING PROGRAM SOCIAL SERVICES CONTRACT
LOUISIANA WORKFORCE COMMISSION INCUMBENT WORKER TRAINING PROGRAM SOCIAL SERVICES CONTRACT TOTAL CONTRACT AMOUNT CONTRACT NUMBER PURCHASE ORDER NUMBER $ CONTRACTOR: Louisiana Workforce Commission P. O.
More informationFEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS
FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency
More information1. Insured Main Location Address. Street City State/Zip County. 2. Tax Identification Number Telephone Number ( )
United National Group Return to: MISC. MEDICAL PROFESSIONALS APPLICATION (This application also requires a class specific supplemental application.) INSTRUCTIONS: A. Please type or print clearly. Answer
More informationADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)
ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB
More informationCALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT
CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT For the County of San Mateo, hereinafter referred to as "RECIPIENT." I Definition of Terms The terms used
More informationFederal Transit Administration (FTA) Federal Aviation Administration (FAA)
MUNICIPALITY OF ANCHORAGE OFFICE OF EQUAL OPPORTUNITY DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM SPECIFICATIONS FOR MUNICIPAL CONTRACTS For Projects Funded Wholly or in Part by Federal DOT Federal
More informationCARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY
CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 02/20/14 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4
More informationREQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM
4/13/2015 REQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM A. INTRODUCTION The Port of Port Angeles (Port) invites qualified consultants to submit their qualifications
More informationFLORIDA WORKERS COMPENSATION REIMBURSEMENT MANUAL FOR AMBULATORY SURGICAL CENTERS
FLORIDA WORKERS COMPENSATION REIMBURSEMENT MANUAL FOR AMBULATORY SURGICAL CENTERS 2006 Edition Florida Department of Financial Services Division of Workers Compensation for incorporation by reference into
More informationPORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES
PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES The Port of South Whidbey ( Port ), Freeland, Washington is accepting Statements of Qualifications
More informationGREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services
GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS Construction Manager at Risk (CMR) Services NEW OPERATIONS CENTER A. SCOPE OF SOLICITATION AND TECHNICAL INFORMATION
More informationBAY COUNTY LIBRARY SYSTEM
BAY COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (THIS IS NOT AN ORDER OR OFFER) DATE OF REQUEST REFERENCE PROPOSAL NUMBER RFP - 1-16 DATE PROPOSALS ARE DUE SUBMIT PROPOSAL TO: MARK PROPOSAL: DELIVERY DATE:
More informationBANKING AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND (BANK)
BANKING AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND (BANK) THIS AGREEMENT is made this day of, 20 by and between (AUSTIN PEAY STATE UNIVERSITY) hereinafter referred to as "Institution" and (BANK)
More informationRendering Provider Agreement
Rendering Provider Agreement IHCP Rendering Provider Enrollment and Profile Maintenance Packet indianamedicaid.com To enroll multiple rendering providers, complete a separate IHCP Rendering Provider Enrollment
More informationInvitation to Bid BOE. Fluorescent Bulbs
Invitation to Bid 20170906-02-BOE Fluorescent Bulbs Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066
More informationDISCOVERY & PROFILE SERVICES PROVIDER AGREEMENT
State of Alaska, Department of Health and Social Services Division of Public Assistance Grants & Contracts Support Team P.O. Box 110650, Juneau, AK 99811-0650 DISCOVERY & PROFILE SERVICES PROVIDER AGREEMENT,
More informationCALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES
EXHIBIT 9-ACALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE IMPLEMENTATION AGREEMENT FOR LOCAL AGENCIES CALIFORNIA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE
More informationDEPARTMENT OF VERMONT HEALTH ACCESS GENERAL PROVIDER AGREEMENT
DEPARTMENT OF VERMONT HEALTH ACCESS GENERAL PROVIDER AGREEMENT ARTICLE I. PURPOSE The purpose of this Agreement is for Department of Vermont Health Access (DVHA) and the undersigned Provider to contract
More informationMedicare Coverage of Kidney Dialysis & Kidney Transplant Services
C E N T E R S F O R M E D I C A R E & M E D I C A I D S E R V I C E S Medicare Coverage of Kidney Dialysis & Kidney Transplant Services This official government booklet explains: The basics of Medicare
More informationCODE OF BUSINESS CONDUCT FOR THE LIFETIME HEALTHCARE COMPANIES
CODE OF BUSINESS CONDUCT FOR THE LIFETIME HEALTHCARE COMPANIES Approved January 29, 1999 Revised and Approved May 19, 2000, March 30, 2006 Welcome to The Lifetime Healthcare Companies. I am pleased to
More informationRequest for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades
Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)
More informationInvitation to Bid IN-CAR CAMERA S
Invitation to Bid 121515 IN-CAR CAMERA S Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 121515
More informationFolsom Cordova Unified School District 1965 Birkmont Drive Rancho Cordova, CA
Folsom Cordova Unified School District 1965 Birkmont Drive Rancho Cordova, CA 95742-6407 REQUEST FOR QUALIFICATIONS For Construction Management Multi-Prime Services for Modernization, New Construction
More informationAPPLICATION FOR CLINICAL RESEARCH ORGANIZATIONS & CLINICAL TRIALS FOR PROFESSIONAL AND GENERAL LIABILITY INCLUDING PRODUCTS LIABILITY INSURANCE
APPLICATION FOR CLINICAL RESEARCH ORGANIZATIONS & CLINICAL TRIALS FOR PROFESSIONAL AND GENERAL LIABILITY INCLUDING PRODUCTS LIABILITY INSURANCE (Claims Made Basis) APPLICANT S INSTRUCTIONS: 1. Answer all
More informationCITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)
CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK) I. Introduction The City of Mobile ( City ) is seeking competitive
More informationDISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT FOR HUMBOLDT COUNTY
DISADVANTAGED BUSINESS ENTERPRISE RACE-NEUTRAL IMPLEMENTATION AGREEMENT FOR HUMBOLDT COUNTY L:\projects\_DBE Program\Fed FY 2007-08\0708 Exhibit 9A.doc June 1, 2006 Page 1 of 9 DISADVANTAGED BUSINESS ENTERPRISE
More informationDISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM FOR
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM FOR 2006 2007 This Program is in accordance with Title 49 of the Code of Federal Regulations Part 26 Local Assistance Procedures Manual EXHIBIT 9-A DBE Race-Neutral
More informationState 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 informationARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029
CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San
More informationRequest for Proposal (RFP) For 2014 Construction / Paving Inspection Services
Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May
More informationGE Healthcare Hosted Contract Summary
GE Healthcare Hosted Contract Summary ARTICLE SECTION SUMMARY COMMENT ARTICLE I: TRANSACTIONS 1.1 Definitions Schedule 1.1 contains a list of definitions for terms capitalized in this Agreement. 1.2 Scope
More informationREQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES
REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES PROPOSAL DUE: 4:00 P.M., MARCH 14, 2013 I. GENERAL INFORMATION: The Board of Supervisors of Middlesex County (hereinafter called the unit ) invites qualified
More informationGEORGIA LOTTERY CORPORATION
GEORGIA LOTTERY CORPORATION REQUEST FOR PROPOSAL FOR EVENING/NIGHT LOTTERY DRAW AUDIT SERVICES (SUNDAY - SATURDAY) We propose to furnish and deliver any and all of the deliverables and services named in
More informationRequest for Proposal # Grinding and Processing Services for Yard/Pallet Waste
Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative
More informationCERTIFICATION OF COMPLIANCE WITH SUBSTANCE ABUSE PREVENTION AND TREATMENT BLOCK GRANT AND COUNTY CONTRACT July 1, 2015 June 30, 2016
Substance Abuse Prevention and Treatment Block Grant Funds (SAPT BG) are dedicated funds mandated by Congress. Behavioral Health and Recovery Services utilizes the funds through a Negotiated Rate Contract
More informationREQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#
REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street
More informationRequest for Bids. Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015
Request for Bids Financial Audit of the Minnesota Legislative Coordinating Commission for Fiscal Year 2015 Solicitor: Minnesota Legislative Coordinating Commission Deadline for Receipt of Bids: 4:00 p.m.,
More information