REQUEST FOR PROPOSAL FOR PROFESSIONAL DESIGN SERVICES - AERIAL PHOTOGRAPHY, SURVEYING AND MAPPING SERVICES ISSUING OFFICE COMMONWEALTH OF PENNSYLVANIA
|
|
- Alice Thornton
- 6 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSAL FOR PROFESSIONAL DESIGN SERVICES - AERIAL PHOTOGRAPHY, SURVEYING AND MAPPING SERVICES ISSUING OFFICE COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF ENVIRONMENTAL PROTECTION BUREAU OF ABANDONED MINE RECLAMATION DIVISION OF PROJECT DESIGN RFP NUMBER OSM PA(MAP-15) DATE OF ISSUANCE June 26, 2015 Page 1 of 22
2 REQUEST FOR PROPOSAL FOR PROFESSIONAL DESIGN SERVICES - AERIAL PHOTOGRAPHY, SURVEYING AND MAPPING SERVICES TABLE OF CONTENTS Page No. Part I - GENERAL INFORMATION FOR PROFESSIONALS... Page 3-11 of 22 Part II - INFORMATION REQUIRED FROM PROFESSIONALS... Page of 22 Part III - CRITERIA FOR SELECTION OF HIGHEST QUALIFIED FIRM; FEE NEGOTIATION... Page of 22 Part IV - WORK STATEMENT... Page 21 and 22 of 22 APPENDIX A PROFESSIONAL DESIGN SERVICES AGREEMENT... Page 1-32 of 41 (Including Exhibits A-D) APPENDIX B DOMESTIC WORKFORCE UTILIZATION CERTIFICATION... Page 33 of 41 APPENDIX C SMALL DIVERSE BUSINESS LETTER OF INTENT... Page 34 of 41 APPENDIX D TRADE SECRET/CONFIDENTIAL PROPRIETARY INFORMATION NOTICE... Page of 41 APPENDIX E PROPOSAL COVER SHEET... Page 38 of 41 SCHEDULE A LABOR RATES... Page 39 of 41 SCHEDULE B MAXIMUM FEE FOR MAPPING... Page 40 of 41 SCHEDULE C MAXIMUM TURN AROUND TIME... Page 41 of 41 Page 2 of 22
3 CALENDAR OF EVENTS The Commonwealth will make every effort to adhere to the following schedule: Activity Responsibility Date Deadline to submit Questions via (with the subject line RFP OSM PA (MAP-15) Question ) to RA-EPRFP- BAMR@pa.gov Potential Professionals July 17, 2015 Addenda and answers to potential Professional questions posted to the DGS website ( no later than this date. Issuing Office July 24, 2015 Please monitor website for all communications regarding the RFP. Potential Professionals Sealed proposal must be received by the Issuing Office at Department of Environmental Protection (DEP), Bureau of Abandoned Mine Reclamation (BAMR), Division of Project Design P.O. Box 69205, Harrisburg, Pennsylvania Professionals July 31, 2015 Page 3 of 22
4 PART I GENERAL INFORMATION FOR PROFESSIONALS I-1. I-2. I-3. I-4. I-5. I-6. I-7. I-8. Authority and Purpose. The Department of Environmental Protection is authorized under Section 905 of the Commonwealth Procurement Code (62 Pa. C.S. 101 et seq.) ( CPC ) to procure professional design services. Pursuant to this authority this request for proposal (RFP) provides interested Professionals with sufficient information to enable them to prepare and submit proposals for consideration by the Commonwealth of Pennsylvania to satisfy a need for aerial photography, surveying and mapping services. Issuing Office. This RFP is issued for the Commonwealth by the Department of Environmental Protection (DEP), Bureau of Abandoned Mine Reclamation (BAMR), Division of Project Design 400 Market Street, 13 th Floor, P.O. Box 69205, Harrisburg, Pennsylvania The Issuing Office is the sole point of contact in the Commonwealth for this RFP. Scope. This RFP contains instructions governing the proposals to be submitted and the material to be included therein; a description of the service to be provided; requirements which must be met to be eligible for consideration; general evaluation criteria; and other requirements to be met by each proposal. Problem Statement. Provide aerial photography, surveying, mapping, map reproduction and other technical services as required, for the development of plans for reclamation of abandoned mine lands, control and extinguishment of subsurface mine fires, abatement of acid mine drainage (AMD) water pollution, water line extension/water line replacement and flood protection projects. Type of Contract. It is proposed that if a contract is entered into as a result of this RFP, it will be a PROFESSIONAL DESIGN SERVICES AGREEMENT and will contain the provisions shown in the attached standard PROFESSIONAL DESIGN SERVICES AGREEMENT (APPENDIX A). The Commonwealth intends to award up to two (2) statewide contracts as a result of this solicitation. Each contract will be awarded to the highest qualified firm at a fee determined to be fair and reasonable to the Commonwealth, in accordance with the process set forth in Section 905 of the CPC. Rejection of Proposals. The Commonwealth reserves the right to reject any and all proposals received as a result of this request, or to negotiate separately with competing contractors. Incurring Costs. The Commonwealth is not liable for any costs incurred by Professionals prior to issuance of an agreement. Preproposal Conference. There will be no preproposal conference for this RFP. If there are any questions, please forward them to the Issuing Office in accordance with Section I-9. Page 4 of 22
5 I-9. Questions & Answers. If a Professional has any questions regarding this RFP, the Professional must submit the questions by (with the subject line RFP OSM PA (MAP-15) Question ) to the Issuing Office named in Part I, Section I-2 of the RFP. If the Professional has questions, they must be submitted via no later than the date indicated on the Calendar of Events. The Professional shall not attempt to contact the Issuing Office by any other means. The Issuing Office shall post the answers to the questions on the DGS website by the date stated on the Calendar of Events. A Professional who submits a question after the deadline date for receipt of questions indicated on the Calendar of Events assumes the risk that its proposal will not be responsive or competitive because the Commonwealth is not able to respond before the proposal receipt date or in sufficient time for the Professional to prepare a responsive or competitive proposal. When submitted after the deadline date for receipt of questions indicated on the Calendar of Events, the Issuing Office may respond to questions of an administrative nature by directing the questioning Professional to specific provisions in the RFP. To the extent that the Issuing Office decides to respond to a non-administrative question after the deadline date for receipt of questions indicated on the Calendar of Events, the answer must be provided to all Professionals through an addendum. All questions and responses as posted on the DGS website are considered as an addendum to, and part of, this RFP in accordance with RFP Part I, Section I-10. Each Professional shall be responsible to monitor the DGS website for new or revised RFP information. The Issuing Office shall not be bound by any verbal information nor shall it be bound by any written information that is not either contained within the RFP or formally issued as an addendum by the Issuing Office. The Issuing Office does not consider questions to be a protest of the specifications or of the solicitation. The required protest process for Commonwealth procurements is described in Section of the Commonwealth Procurement Code, 62 P.S I-10. I-11. Addenda to the RFP. If the Issuing Office deems it necessary to revise any part of this RFP before the proposal response date, the Issuing Office will post an addendum to the DGS website at It is the Professional s responsibility to periodically check the website for any new information or addenda to the RFP. Answers to the questions asked during the Questions & Answers period also will be posted to the website as an addendum to the RFP. Response Date. To be considered, proposals must arrive at the Issuing Office on or before the time and date specified in the Calendar of Events. Professionals mailing proposals should allow sufficient mail delivery time to ensure timely receipt of their proposals. Faxed proposals will not be considered. If due to inclement weather natural disaster, or any other cause, the Commonwealth office location to which proposals are to be returned is closed on the proposal response date, the deadline for submission shall be automatically extended until the next Commonwealth business day on which the office is open, unless the Professionals are otherwise notified by the Commonwealth. The time for submission of proposals shall remain the same. Proposals received after the time and date specified in the Calendar of Events will not be considered regardless of the reason for the late submission. Page 5 of 22
6 I-12. Proposals. To be considered, Professionals must submit to the issuing office a complete response to this RFP, using the format provided in Part II. Four (4) paper copies of the Technical Submittal and one (1) paper copy of the Cost Submittal and two (2) paper copies of the Small Diverse Business (SDB) participation submittal must be submitted to the Issuing Office. In addition to the paper copies of the proposal, Professionals shall submit (on CD, DVD, or Flash drive) one (1) complete electronic copy of the Technical Submittal in Adobe Acrobat (PDF) format, along with all requested paper copy documents. Professionals should ensure that there is no costing information in the technical submittal. Professionals should not reiterate technical information in the cost submittal. The CD, DVD, or Flash drive should clearly identify the Professional. No other distribution of proposals will be made by the Professional. Each proposal page should be numbered for ease of reference. Proposals must be signed by an official authorized to bind the Professional to its provisions. If the official signs the Proposal Cover Sheet (Appendix E) and it is attached to the proposal, the requirement will be met. For this RFP, the proposal must remain valid for at least one hundred twenty (120) days. Moreover, the contents of the proposal of the selected Professional will become contractual obligations if an agreement is entered into. Each and every Professional submitting a proposal specifically waives any right to withdraw or modify it, except as hereinafter provided. Proposals may be withdrawn by written or telefax notice received at the Issuing Office s address for proposal delivery prior to the exact hour and date specified for proposal receipt. However, if the Professional chooses to attempt to provide such written notice by telefax transmission, the Commonwealth shall not be responsible or liable for errors in telefax transmission. A proposal may also be withdrawn in person by a Professional or its authorized representative, provided its identity is made known and it signs a receipt for the proposal, but only if the withdrawal is made prior to the exact hour and date set for proposal receipt. A proposal may only be modified by the submission of a new sealed proposal or submission of sealed modification which complies with the requirements of this RFP. I-13. I-14. Cost Submittal. All cost data for the proposal shall be submitted in a separate sealed envelope within the sealed proposal and kept separate from the technical proposal. Failure to meet this requirement will result in automatic disqualification of the proposal. Small Diverse Business Information. The Issuing Office encourages participation by small diverse businesses as prime contractors, and encourages all prime contractors to make a significant commitment to use small diverse businesses as subcontractors and suppliers. A Small Diverse Business is a DGS-verified minority-owned business, woman-owned business, veteran-owned business or service-disabled veteran-owned business. A small business is a business in the United States which is independently owned, not dominant in its field of operation, employs no more than 100 full-time or full-time equivalent employees, and earns less than $7 million in gross annual revenues for building design, $20 million in gross annual revenues for sales and services and $25 million in gross annual revenues for those businesses in the information technology sales or service business. Page 6 of 22
7 Questions regarding this Program can be directed to: Department of General Services Bureau of Small Business Opportunities Room 611, North Office Building Harrisburg, PA Phone: Fax: Website: The Department s directory of BSBO-verified minority, women, veteran and service disabled veteran-owned businesses can be accessed from: Searching for Small Diverse Businesses. I-15. I-16. I-17. I-18. Economy of Preparation. Proposals should be prepared simply and economically, providing a straightforward, concise description of the Professional s ability to meet the requirements of the RFP. Discussions for Clarification. Professionals who submit proposals may be required to make an oral or written clarification of their proposals to the Commonwealth to ensure thorough mutual understanding and Professional responsiveness to the solicitation requirements. The Issuing Office will initiate requests for clarification. Clarifications may occur at any stage of the evaluation and selection process prior to contract execution. Prime Professional s Responsibilities. The selected Professional will be required to assume responsibility for all services offered in its proposal whether or not it produces them. Further, the Commonwealth will consider the selected Professional to be the sole point of contact with regard to contractual matters. Proposal Contents. A. Confidential Information. The Commonwealth is not requesting, and does not require, confidential proprietary information or trade secrets to be included as part of Professionals submissions in order to evaluate proposals submitted in response to this RFP. Accordingly, except as provided herein, Professionals should not label proposal submissions as confidential or proprietary or trade secret protected. Any Professional who determines that it must divulge such information as part of its proposal must submit the signed written statement described in subsection C. below and must additionally provide a redacted version of its proposal, which removes only the confidential proprietary information and trade secrets, for required public disclosure purposes. B. Commonwealth Use. All material submitted with the proposal shall be considered the property of the Commonwealth of Pennsylvania and may be returned only at the Issuing Office s option. The Commonwealth has the right to use any or all ideas not protected by intellectual property rights that are presented in any proposal regardless of whether the Page 7 of 22
8 proposal becomes part of a contract. Notwithstanding any Professional copyright designations contained on proposals, the Commonwealth shall have the right to make copies and distribute proposals internally and to comply with public record or other disclosure requirements under the provisions of any Commonwealth or United States statute or regulation, or rule or order of any court of competent jurisdiction. C. Public Disclosure. After the award of a contract pursuant to this RFP, all proposal submissions are subject to disclosure in response to a request for public records made under the Pennsylvania Right-to-Know-Law, 65 P.S , et seq. If a proposal submission contains confidential proprietary information or trade secrets, a signed written statement to this effect must be provided with the submission in accordance with 65 P.S (b) for the information to be considered exempt under 65 P.S (b)(11) from public records requests. Refer to Appendix D of this RFP for a Trade Secret Confidential Proprietary Information Notice Form that may be utilized as the signed written statement, if applicable. If financial capability information is submitted in response to Part II of this RFP such financial capability information is exempt from public records disclosure under 65 P.S (b)(26). I-19. Best and Final Offers. To obtain best and final offers from Professionals, the Commonwealth may do one or more of the following; (a) enter into discussions; (b) schedule oral presentations; and (c) request revised proposals. A. The following Professionals will not be invited by the Issuing Office to submit a Best and Final Offer: 1. Those Professionals, which the Issuing Office has determined to be not responsible or whose proposals the Issuing Office has determined to be not responsive. 2. Those Professionals whose score for their technical submittal of the proposal is less than 70% of the total amount of technical points allotted to the technical criterion. The issuing office may further limit participation in the best and final offers process to those remaining responsible Professionals which the Issuing Office has, within its discretion, determined to be within the top competitive range of responsive proposals. I-20. News Releases. News releases, Internet postings, advertisements or any other public communications pertaining to this agreement will not be made without prior Commonwealth approval, and then only in coordination with the Issuing Office. I-21. Restriction of Contact. From the issue date of this RFP until a determination is made regarding the selection of a Professional s proposal, all contacts with the Commonwealth personnel concerning this RFP, proposals and the evaluation process must be approved through the Issuing Office. Any violation of this condition is cause for the Commonwealth to reject the Page 8 of 22
9 Professional s proposal. If it is later discovered that any violations have occurred, the Commonwealth may reject any proposal or rescind any contract awarded pursuant to this RFP. Professionals must agree to make no other distribution of any part of their proposal beyond that made to the Issuing Office. A Professional who shares information contained in their proposal with other Commonwealth personnel and/or competing Professional personnel may be subject to disqualification. I-22. I-23. I-24. I-25. Standard Professional Agreement. The selected Professional(s) will be expected to enter into an agreement as contained in the standard PROFESSIONAL DESIGN SERVICES AGREEMENT attached as APPENDIX A to this RFP. Debriefing Conferences. Professionals whose proposals are not selected will be notified of the name(s) of the selected Professional(s) and will be given the opportunity to be debriefed. The issuing office will schedule the time and location of the debriefing. The Professional will not be compared with other contractors, other than the position of its proposal in relation to all other proposals for each criterion for selection. Professional s exercise of the opportunity to be debriefed shall not constitute the filing of a protest hereunder. Commonwealth Participation. Unless specifically noted in this section, Professionals must provide all services to complete the identified work. Term of Contract. The term of the Agreement will commence on the Effective Date (as defined below) and will end one year from the effective date. The Agreement may be renewed by contract amendment for up to four (4) additional consecutive annual terms, with a final termination date of five (5) years from the effective date. The Effective Date shall be fixed by the Issuing Office after the contract has been fully executed by the Professional and by the Commonwealth and all approvals required by Commonwealth contracting procedures have been obtained. The selected Professional(s) shall not start the performance of any work prior to the Effective Date of the contract and the Commonwealth shall not be liable to pay the Selected Professional(s) for any service or work performed or expenses incurred before the Effective Date of the contract. I-26. Professional s Representations and Authorizations. Each Professional by submitting its proposal understands, represents, and acknowledges that: A. All information provided by, and representations made by, the Professional in the proposal are material and important and will be relied upon by the Issuing Office in awarding the contract(s). Any misstatement shall be treated as fraudulent concealment from the Issuing Office of the true facts relating to the submission of this proposal. A misrepresentation shall be punishable under 18 Pa. C.S B. The price(s) and amount of this proposal have been arrived at independently and without consultation, communication or agreement with any other Professional or potential Professional. Page 9 of 22
10 C. Neither the price(s) nor the amount of the proposal, and neither the approximate price(s) nor the approximate amount of this proposal, have been disclosed to any other firm or person who is a Professional or potential Professional, and they will not be disclosed on or before the proposal submission deadline specified in the Calendar of Events to this RFP. D. No attempt has been made or will be made to induce any firm or person to refrain from submitting a proposal on this contract, or to submit a proposal higher than this proposal, or to submit any intentionally high or noncompetitive proposal or other form of complementary proposal. E. The proposal is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive proposal. F. To the best knowledge of the person signing the proposal for the Professional, the Professional, its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any governmental agency and have not in the last four (4) years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding or proposing on any public contract, except as disclosed by the Professional in its proposal. G. To the best of the knowledge of the person signing the proposal for the Professional and except as otherwise disclosed by the Professional in its proposal, the Professional has no outstanding, delinquent obligations to the Commonwealth including, but not limited to, any state tax liability not being contested on appeal or other obligation of the Professional that is owed to the Commonwealth. H. The Professional is not currently under suspension or debarment by the Commonwealth, or any other state, or the federal government, and if the Professional cannot certify, then it shall submit along with the proposal a written explanation of why such certification cannot be made. I. The Professional has not, under separate contract with the Issuing Office, made any recommendations to the Issuing Office concerning the need for the services described in the proposal or the specifications for the services described in the proposal. J. Each Professional, by submitting its proposal, authorizes all Commonwealth agencies to release to the Commonwealth information related to liabilities to the Commonwealth including, but not limited to, taxes, unemployment compensation, and workers compensation liabilities. K. Until the selected Professional receives a fully executed and approved written contract from the Issuing Office, there will be no legal and valid contract, in law or in equity, and the Professional shall not begin to perform. Page 10 of 22
11 I-27. Notification of Selection. The responsible Professionals whose proposals are determined to be the most advantageous to the Commonwealth, as determined by the Issuing Office, after taking into consideration all of the evaluation factors, shall be notified in writing of their selection for negotiation. Professionals whose proposals are not selected will be notified when contract negotiations have been completed and the issuing office has received the final contract signed by the selected Professional. I-28. I-29. RFP Protest Procedure. Protests of solicitations or awards shall be filed and resolved in accordance with Section of the CPC. Use of Electronic Versions of this RFP. This RFP is being made available by electronic means. If a Professional electronically accepts the RFP, the Professional acknowledges and accepts full responsibility to insure that no changes are made to the RFP. In the event of a conflict between a version of the RFP in the Professional s possession and the Issuing Office s version of the RFP, the Issuing Office s version shall govern. Page 11 of 22
12 PART II INFORMATION REQUIRED FROM PROFESSIONALS Professional proposals must be submitted in the format, including heading descriptions, outlined below. To be considered, the proposal must respond to all requirements in this part of the RFP. Any other information thought to be relevant, but not applicable to the enumerated categories, should be provided as an appendix to the proposal. All cost data relating to this proposal and all Small Diverse Business cost data should be kept separate from and not included in the Technical Submittal. Failure to meet this requirement will result in automatic disqualification of the proposal. Each proposal shall consist of three (3) separately sealed submittals. The submittals are as follows: (i) Technical Submittal, in response to Sections II-1 through II-8, and Section II-11 hereof; (ii) Small Diverse Business Submittal, in response to Section II-9 hereof; and (iii) Cost Submittal, in response to Section II-10 hereof. In addition to the paper copies of the proposal, Professionals shall submit (on CD, DVD, or Flash drive) one (1) complete electronic copy of the Technical Submittal in Adobe Acrobat (PDF) format, along with all requested paper copy documents as detailed in Section I-12. The Commonwealth reserves the right to request additional information which, in the Commonwealth s opinion, is necessary to assure that the Professional s competence, number of qualified employees, business organization, and financial resources are adequate to perform according to the contract. The Commonwealth may make such investigations as deemed necessary to determine the ability of the Professional to perform the work, and the Professional shall furnish to the Commonwealth all such information and data for this purpose as requested by the Commonwealth. The Commonwealth reserves the right to reject any proposal if the evidence submitted by, or investigation of, such Professional fails to satisfy the Commonwealth that such Professional is properly qualified to carry out the obligations of the agreement and to complete the work specified. II-1. II-2. II-3. Statement of the Problem. State in succinct terms your understanding of the services required by this RFP. Management Summary. Include a narrative description of the proposed effort and a list of the items to be delivered or services to be provided. Work Plan. Describe in narrative form your technical plan for accomplishing the work. Use the items in Part IV of this RFP as a reference point. Modifications of the items are permitted; however, reasons for changes should be fully explained. Include a Program Evaluation Technique (PERT) or similar type display, time related, showing each event. If more than one approach is apparent, comment on why you chose this approach. Page 12 of 22
13 II-4. II-5. II-6. Prior Experience. Include experience in providing aerial photography and mapping services for the development of plans for, but not limited to, reclamation of abandoned mine lands projects, control and extinguishment of subsurface mine fires, abatement of AMD water pollution and flood protection projects. Experience shown should be work done by individuals who will be assigned to this project as well as that of your company. Studies or projects referred to should be identified and the name of the customer shown, including the name, address, and telephone number of the responsible official of the customer, company, or agency who may be contacted. Personnel and Equipment. Include the number of professional personnel, photogrammetrists, stereo compilers, surveyors, programmers, etc., who will be engaged in the work. Show where these personnel will be physically located during the time they are engaged in the work. Include education and experience in photogrammetric mapping and surveying. Indicate the responsibilities each will have in this project and how long each has been with your company. Include type of equipment which will be used to provide the required services. Identify subcontractors you intend to use and the services they will perform. Financial Capability. Financial Capability information will not be evaluated as part of this RFP and is not required. II-7. Turn Around Time Data. Schedule C, attached hereto, shall be completed by the Professional and submitted. II-8. II-9. Objections and Additions to Standard Contract Terms and Conditions. Professional will identify which, if any, of the terms and conditions contained in Appendix A it would like to renegotiate and what additional terms and conditions Professional would like to have included in the terms and conditions. Professional s failure to make a submission under this paragraph will result in its waiving its right to do so later, but the Commonwealth may consider late objections and additional requests if it is in the best interest of the Commonwealth to do so. The Commonwealth may, in its sole discretion, reject any changes requested by the Professional. Requested changes must be to the terms and conditions set out in Appendix A. Requests to change other provisions of the RFP will not be considered. A request that Professional s terms and conditions be substituted for Appendix A will not be considered. All terms and conditions must appear in one integrated contract. References to online guides or online terms and conditions will not be accepted. Small Diverse Business Participation Submittal. A. To receive credit for being a Small Diverse Business or for subcontracting with a Small Diverse Business (including purchasing supplies and/or services through a purchase agreement), a Professional must include proof of Small Diverse Business qualification in the Small Diverse Business participation submittal of the proposal, as indicated below: A Small Diverse Business verified by BSBO as a Small Diverse Business must provide a photocopy of its DGS issued certificate entitled Notice of Small Business Self- Certification and Small Diverse Business Verification indicating its diverse status. Page 13 of 22
14 B. In addition to the above certificate, the Professional must include in the Small Diverse Business participation submittal of the proposal the following information: 1. All Professionals must include a numerical percentage which represents the total percentage of the work (as a percentage of the total Contract price which includes all Task Agreements issued under the contract, for purposes of the SDB submittal only, assume a total contract price of $500,000) to be performed by the Professional and not by subcontractors and suppliers. 2. All Professionals must include a numerical percentage which represents the total percentage of the work as a percentage of the total Contract price (for purposes of the SDB submittal only, assume a total contract price of $500,000) paid to the Professional under the Contract that the Professional commits to paying to Small Diverse Businesses (SDBs) as subcontractors. Professionals will be required to meet the same SDB percentage of the actual contract price. To support its total percentage SDB subcontractor commitment, Professional must also include: a) The percentage and of each subcontract commitment to a Small Diverse Business; b) The name of each Small Diverse Business. The Professional will not receive credit for stating that after the contract is awarded it will find a Small Diverse Business. c) The services or supplies each Small Diverse Business will provide, including the timeframe for providing the services or supplies. d) The location where each Small Diverse Business will perform services. e) The timeframe for each Small Diverse Business to provide or deliver the goods or services. f) A subcontract or letter of intent signed by the Professional and the Small Diverse Business (SDB) for each SDB identified in the SDB Submittal. The subcontract or letter of intent must identify the specific work, goods or services the SDB will perform, how the work, goods or services relates to the project, and the specific timeframe during the term of the contract and any option/renewal periods when the work, goods or services will be performed or provided. In addition, the subcontract or letter of intent must identify the fixed percentage commitment and associated estimated dollar value that each SDB will receive based on an assumed total value of the initial term of the contract as $100,000 for SDB scoring purposes only. Attached is a letter of intent template (Appendix C ) which may be used to satisfy these requirements. g) The name, address and telephone number of the primary contact person for each Small Diverse Business. 3. The total percentages and each SDB subcontractor commitment will become contractual obligations once the contract is fully executed. Page 14 of 22
15 4. The name and telephone number of the Professional s project (contact) person for the Small Diverse Business information. C. The Professional is required to submit two copies of its Small Diverse Business participation submittal. The submittal shall be clearly identified as Small Diverse Business information and sealed in its own envelope, separate from the remainder of the proposal. D. A Small Diverse Business can be included as a subcontractor with as many prime contractors as it chooses in separate proposals. E. A Professional that qualifies as a Small Diverse Business and submits a proposal as a prime contractor is not prohibited from being included as a subcontractor in separate proposals submitted by other Professionals. II-10. Cost Submittal. All cost data, SCHEDULE A and SCHEDULE B shall be filled in by the Professional in ink or typewritten and submitted. All cost data for the proposal shall be submitted in a separate sealed envelope within the sealed proposal and kept separate from the technical proposal. Failure to meet this requirement will result in automatic disqualification of the proposal. Only work satisfactorily performed after execution of a written contract, after the Professional s receipt of a notice to proceed from the Commonwealth and after the contract term has begun will be reimbursed. II-11. Additional Submittals. Submit from the PROFESSIONAL DESIGN SERVICES AGREEMENT (APPENDIX A), completed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion, Exhibit C, and the U.S. Department of the Interior Certification Regarding Lobbying, Exhibit D. Submit from the RPF, the Domestic Workforce Utilization Certification, Appendix B, Small Diverse Business Letter of Intent, Appendix C and Trade Secret/Confidential Proprietary Information Notice, Appendix D and the Proposal Cover Sheet, APPENDIX E. Page 15 of 22
16 PART III CRITERIA FOR SELECTION OF HIGHEST QUALIFIED FIRM; FEE NEGOTIATION III-1. Mandatory Responsiveness Requirements. To be eligible for selection, a proposal must be (a) timely received from a Professional; (b) properly signed by the Professional; and (c) formatted such that all cost data is kept separate from and not included in the Technical Submittal. All cost data for the proposal shall be submitted in a separate sealed envelope within the sealed proposal and kept separate from the technical proposal. Failure to meet this requirement will result in automatic disqualification of the proposal III-2. Technical Nonconforming Proposals. The three (3) Mandatory Responsiveness Requirements set forth in Section III-1 above (a-c) are the only RFP requirements that the Commonwealth will consider to be non-waivable. The Issuing Office reserves the right, in its sole discretion, to (1) waive any other technical or immaterial nonconformities in a Professional s proposal, (2) allow the Professional to cure the nonconformity, or (3) consider the nonconformity in the scoring of the Professional s proposal. III-3. Evaluation. All proposals received from Professionals will be reviewed and evaluated by a committee of qualified personnel selected by the Commonwealth in accordance with the selection method set forth in Section 905 of the CPC. Independent of the committee, BSBO will evaluate the Small Diverse Business participation submittal and provide the Issuing Office with a rating for this component of each proposal. The committee will recommend for selection the proposal(s) which it determines is the most advantageous to the Commonwealth after considering all of the evaluation factors. Award will only be made to a Professional determined to be responsible in accordance with Commonwealth Management Directive 215.9, Contractor Responsibility Program. III-4. Highest Qualified Firm Determination. The following areas of consideration will be used in making the selection of the highest qualified firm: A. Technical. The Commonwealth has established the weight for the technical criterion for this RFP as 80% of the total points. 1. Understanding the Problem. This refers to the Professional s understanding of the Department s needs that generated the RFP, of the Department s objectives in asking for the services and of the nature and scope of the work involved. 2. Professional Qualifications. This refers to the particular capability of the Professional to meet the terms of the RFP and perform the design services for the contract being considered. Page 16 of 22
17 3. Personnel Qualifications. This refers to the competence of personnel who would be assigned to the projects by the Professional. Qualifications of professional personnel will be measured by education and experience with particular attention to experience in photogrammetric mapping. Particular emphasis is placed on the qualifications of the project manager. 4. Professional Experience. This refers to the Professional s prior experience in providing the design services described in the RFP. 5. Turn Around Time. Emphasis here is the Professional s capability to deliver the services described in the RFP. 6. Available Equipment, Facilities. Consideration will be given to the equipment and facilities that are available to the Professional. 7. Geographic Proximity of Design Professional to the Work. Consideration will be given to the location of facilities and personnel assigned to the work in relation to the projects. 8. Equitable Distribution of Contracts to Design Professionals. B. Small Diverse Business Participation: BSBO has established the weight for the Small Diverse Business (SDB) participation criterion for this RFP as 20% of the total points. Each SDB participation submittal will be rated for its approach to enhancing the utilization of SDBs in accordance with the below-listed priority ranking and subject to the following requirements: 1. A business submitting a proposal as a prime contractor must perform 60% of the total contract value to receive points for this criterion under any priority ranking. 2. To receive credit for an SDB subcontracting commitment, the SDB subcontractor must perform at least fifty percent (50%) of the work subcontracted to it. 3. A significant subcontracting commitment is a minimum of five percent (5%) of the total contract value. 4. A subcontracting commitment less than five percent (5%) of the total contract value is considered nominal and will receive reduced or no additional SDB points depending on the priority ranking. Priority Rank 1: Proposals submitted by SDBs as prime Professionals will receive 150 points. In addition, SDB prime Professionals that have significant subcontracting commitments to additional SDBs may receive up to an additional 50 points (200 points total available). Page 17 of 22
18 Subcontracting commitments to additional SDBs are evaluated based on the proposal offering the highest total percentage SDB subcontracting commitment. All other Professionals will be scored in proportion to the highest total percentage SDB subcontracting commitment within this ranking. See formula below. Priority Rank 2: Proposals submitted by SDBs as prime contractors, with no or nominal subcontracting commitments to additional SDBs, will receive 150 points. Priority Rank 3: Proposals submitted by non-small diverse businesses as prime contractors, with significant subcontracting commitments to SDBs, will receive up to 100 points. Proposals submitted with nominal subcontracting commitments to SDBs will receive points equal to the percentage level of their total SDB subcontracting commitment. SDB subcontracting commitments are evaluated based on the proposal offering the highest total percentage SDB subcontracting commitment. All other Professionals will be scored in proportion to the highest total percentage SDB subcontracting commitment within this ranking. See formula below. Priority Rank 4: Proposals by non-small diverse businesses as prime contractors with no SDB subcontracting commitments shall receive no points under this criterion. To the extent that there are multiple SDB Participation submittals in Priority Rank 1 and/or Priority Rank 3 that offer significant subcontracting commitments to SDBs, the proposal offering the highest total percentage SDB subcontracting commitment shall receive the highest score (or additional points) available in that Priority Rank category and the other proposal(s) in that category shall be scored in proportion to the highest total percentage SDB subcontracting commitment. Proportional scoring is determined by applying the following formula: SDB % Being Scored x Points/Additional = Awarded/Additional Highest % SDB Commitment Points Available* SDB Points Priority Rank 1 = 50 Additional Points Available Priority Rank 3 = 100 Total Points Available Please refer to the following webpage for an illustrative chart which shows SDB scoring based on a hypothetical situation in which the Commonwealth receives proposals for each Priority Rank: rement-resources/pages/default.aspx. Page 18 of 22
19 C. Domestic Workforce Utilization. Any points received for the Domestic Workforce Utilization criterion are bonus points in addition to the total points for this RFP. The maximum bonus points for this criterion is 3% of the total points for this RFP. To the extent permitted by the laws and treaties of the United States, each proposal will be scored for its commitment to use domestic workforce in the fulfillment of the contract. Maximum consideration will be given to those Professionals who will perform the contracted direct labor exclusively within the geographical boundaries of the United States or within the geographical boundaries of a country that is a party to the World Trade Organization Government Procurement Agreement. Those who propose to perform a portion of the direct labor outside of the United States and not within the geographical boundaries of a party to the World Trade Organization Government Procurement Agreement will receive a correspondingly smaller score for this criterion. Professionals who seek consideration for this criterion must submit in hardcopy the signed Domestic Workforce Utilization Certification Form attached here to as Appendix B in the same sealed envelope with the Technical Submittal. The certification will be included as a contractual obligation when the contract is executed. III-5. Fee Negotiation. In accordance with the selection method in Section 905(g) of the CPC, once the Department has determined the highest qualified firm, it will use the cost data submitted by the Professional as part of its proposal as a basis for negotiating a fee determined to be fair and reasonable to the Commonwealth. Final negotiated cost data will be attached to the PROFESSIONAL DESIGN SERVICES AGREEMENT as SCHEDULE A and SCHEDULE B. III-6. Professional Responsibility. To be responsible, a Professional must submit a responsive proposal and possess the capability to fully perform the contract requirements in all respects and the integrity and reliability to assure good faith performance of the contract. In order for a Professional to be considered responsible for this RFP, and therefore, eligible for selection for best and final offer or selection for contract negotiations, the total score for the technical submittal of the Professional s proposal must be greater than or equal to 70% of the available technical points. Further, the Issuing Office will award a contract only to a Professional determined to be responsible in accordance with the most current version of Commonwealth Management Directive 215.9, Contractor Responsibility Program. III-7. Final Ranking and Award. A. After any best and final offer process conducted, the Issuing Office will combine the evaluation committee s final technical scores, BSBO s final small diverse business participation scores, and (when applicable) the domestic workforce utilization scores, in accordance with the relative weights assigned to these areas as set forth in this Part. Page 19 of 22
20 B. The Issuing Office will rank responsible Professionals according to the total overall score assigned to each, in descending order. C. The Issuing Office must select for contract negotiations the Professional with the highest overall score. D. The Issuing Office has the discretion to reject all proposals or cancel the request for proposals, at any time prior to the time a contract is fully executed, when it is in the best interests of the Commonwealth. The reasons for the rejection or cancellation shall be made part of the contract file. Page 20 of 22
21 PART IV WORK STATEMENT IV-1. Objective. The objective of the Division of Project Design in initiating the RFP is to retain up to two (2) firms to provide photogrammetric mapping services for reclamation of abandoned mine lands, control and extinguishment of subsurface mine fires, abatement of AMD water pollution, water line extension/water line replacement and flood protection projects in the Commonwealth of Pennsylvania. IV-2. Nature and Scope of the Work. The majority of photogrammetric mapping projects are located in the Bituminous coal fields of Western Pennsylvania and the Anthracite coal fields of Northeastern Pennsylvania. The work includes all the technical activities associated in aerial photography, surveying, photogrammetric mapping, map reproduction and digitizing the mapping activities for the reclamation of abandoned mine sites, control and extinguishment of subsurface mine fires, abatement of AMD water pollution, water line extension/water line replacement and flood protection projects. The Department reserves the right to assign a specific contract number. IV-3. Requirements. The specific activities for which the PROFESSIONAL is expected to provide the services are described in Paragraph 1.01 of the GENERAL REQUIREMENTS of the PROFESSIONAL DESIGN SERVICES AGREEMENT, APPENDIX A. IV-4 Contract Requirements Small Diverse Business Participation. All contracts containing Small Diverse Business participation must also include a provision requiring the selected contractor to meet and maintain those commitments made to Small Diverse Businesses at the time of proposal submittal or contract negotiation, unless a change in the commitment is approved by the BSBO. All contracts containing Small Diverse Business participation must include a provision requiring Small Diverse Business subcontractors to perform at least 50% of the subcontracted work. The selected contractor s commitments to Small Diverse Businesses made at the time of proposal submittal or contract negotiation shall, to the extent so provided in the commitment, be maintained throughout the term of the contract and through any renewal or extension of the contract. Any proposed change must be submitted to BSBO, which will make a recommendation to the Contracting Officer regarding a course of action. If a contract is assigned to another contractor, the new contractor must maintain the Small Diverse Business participation of the original contract. The selected contractor shall complete the Prime Contractor s Quarterly Utilization Report (or similar type document containing the same information) and submit it to the contracting officer of the Issuing Office and BSBO within 10 workdays at the end of each quarter the contract is in force. This information will be used to determine the actual dollar amount paid to Small Diverse Page 21 of 22
22 Business subcontractors and suppliers. Also, this information will serve as a record of fulfillment of the commitment the selected contractor made and for which it received Small Diverse Business participation points. If there was no activity during the quarter then the form must be completed by stating No activity in this quarter. NOTE: EQUAL EMPLOYMENT OPPORTUNITY AND CONTRACT COMPLIANCE STATEMENTS REFERRING TO COMPANY EQUAL EMPLOYMENT OPPORTUNITY POLICIES OR PAST CONTRACT COMPLIANCE PRACTICES DO NOT CONSTITUTE PROOF OF SMALL DIVERSE BUSINESS STATUS OR ENTITLE A PROFESSIONAL TO RECEIVE CREDIT FOR SMALL DIVERSE BUSINESS UTILIZATION. Page 22 of 22
23 APPENDIX A OSM PA (MAP-15) PROFESSIONAL DESIGN SERVICES AGREEMENT CONTRACT NO. OSM PA(MAP-15) THIS AGREEMENT, entered into this day of, 2015, by the DEPARTMENT OF ENVIRONMENTAL PROTECTION, of the Commonwealth of Pennsylvania, party of the first part, hereinafter called DEPARTMENT and, party of the second part, hereinafter called PROFESSIONAL. WHEREAS, aerial photography, surveying, mapping, map reproductions and other technical services are required for the development of plans for reclamation of abandoned mine lands, abatement of air and water pollution, prevention of surface subsidence and flood protection projects in the Commonwealth of Pennsylvania, and; services, and; WHEREAS, the PROFESSIONAL is qualified and equipped and agrees to perform such WHEREAS, it is in the best interest of the DEPARTMENT to obtain the assistance of the PROFESSIONAL in connection with said work and services. follows: NOW, THEREFORE, the parties hereto intending to be legally bound do mutually agree as Article 1 Character and Extent of Services. The PROFESSIONAL shall furnish the following work and services: As specified in Paragraph 1.01 of the GENERAL REQUIREMENTS attached hereto and made a part hereof. Article 2 Changes. The DEPARTMENT may at any time, by a written order, make any changes within the general scope of this AGREEMENT which may either increase or decrease the work and services hereunder. If such change causes an increase or decrease in the cost of or the time required for performance of this AGREEMENT, an equitable adjustment shall be made and the AGREEMENT shall be modified in writing accordingly. Article 3 Period of Services. The term of this AGREEMENT shall be for one year from the date of this AGREEMENT. The parties hereto may agree, by contract amendment, to renew this AGREEMENT for up to four (4) additional consecutive annual terms, with a final termination date of five (5) years from the date of this AGREEMENT, upon the same terms and conditions set forth in this AGREEMENT. Article 4 Compensation to the PROFESSIONAL. For services rendered, the PROFESSIONAL will be paid as per SCHEDULE A and in accordance with Paragraph 1.04 of the GENERAL REQUIREMENTS attached hereto and made a part hereof. No additional payment will be made for mapping costs which exceed the unit costs per acre shown on SCHEDULE B. No additional payment will be made for Field Survey and/or mapping acreage which exceeds the mapping acreage requested by the Page 1 of 41
CONSULTING SERVICES ITQ CONTRACT REQUEST FOR QUOTATIONS FOR. LIHEAP Monitoring Planning, Reviews, Analysis and Reports ISSUING OFFICE
CONSULTING SERVICES ITQ CONTRACT 4400007410 REQUEST FOR QUOTATIONS FOR LIHEAP Monitoring Planning, Reviews, Analysis and Reports ISSUING OFFICE Commonwealth of Pennsylvania Department of Public Welfare
More informationREQUEST FOR PROPOSALS FOR. Correctional Pharmaceutical Services For The Pennsylvania Department of Corrections ISSUING OFFICE
REQUEST FOR PROPOSALS FOR Correctional Pharmaceutical Services For The Pennsylvania Department of Corrections ISSUING OFFICE Pennsylvania Department of General Services Bureau of Procurement RFP NUMBER
More informationREQUEST FOR PROPOSALS FOR CO-LOCATION OF PHOTO LICENSE CENTER LOCATED IN LEWISBURG, PA ISSUING OFFICE
REQUEST FOR PROPOSALS FOR CO-LOCATION OF PHOTO LICENSE CENTER LOCATED IN LEWISBURG, PA ISSUING OFFICE PENNSYLVANIA DEPARTMENT OF TRANSPORTATION BUREAU OF OFFICE SERVICES COMMONWEALTH KEYSTONE BUILDING
More informationREQUEST FOR PROPOSALS FOR MOTORCYCLE SAFETY PROGRAM ISSUING OFFICE
REQUEST FOR PROPOSALS FOR MOTORCYCLE SAFETY PROGRAM ISSUING OFFICE PENNSYLVANIA DEPARTMENT OF TRANSPORTATION BUREAU OF OFFICE SERVICES COMMONWEALTH KEYSTONE BUILDING 400 NORTH STREET, 5 th FLOOR HARRISBURG,
More informationREQUEST FOR PROPOSALS FOR CO-LOCATION OF PHOTO LICENSE CENTERS ISSUING OFFICE
REQUEST FOR PROPOSALS FOR CO-LOCATION OF PHOTO LICENSE CENTERS ISSUING OFFICE PENNSYLVANIA DEPARTMENT OF TRANSPORTATION BUREAU OF OFFICE SERVICES COMMONWEALTH KEYSTONE BUILDING 400 NORTH STREET, 5 TH FLOOR
More informationREQUEST FOR PROPOSALS FOR. Compliance Reporting and Investor Relations. Treasury Management Department. Pennsylvania Turnpike Commission
REQUEST FOR PROPOSALS FOR Compliance Reporting and Investor Relations Treasury Management Department Pennsylvania Turnpike Commission RFP 04-110-2997 October 5, 2004 REQUEST FOR PROPOSALS FOR RFP 04-110-2997
More informationPDE March 2011 REQUEST FOR PROPOSALS FOR. ADMINISTRATION OF THE POWER LIBRARY AND THE AskHerePA RESOURCES ISSUING OFFICE
REQUEST FOR PROPOSALS FOR ADMINISTRATION OF THE POWER LIBRARY AND THE AskHerePA RESOURCES ISSUING OFFICE Commonwealth of Pennsylvania Department of Education Bureau of Management Services Procurement 333
More informationREVISED MAY 11, 2005 SEE PAGE 14 APPENDIX A
REVISED MAY 11, 2005 SEE PAGE 14 APPENDIX A REQUEST FOR PROPOSALS FOR Providing Short Term Disability Program Services ISSUING OFFICE Pennsylvania Turnpike Commission Human Resources Department RFP NUMBER
More informationREQUEST FOR PROPOSALS FOR COMMUNICATIONS AND PUBLIC RELATIONS FOR EASTERN PENNSYLVANIA ISSUING OFFICE. Pennsylvania Turnpike Commission
DUE DATE FOR QUESTIONS HAS BEEN EXTENDED TO MARCH 3, 2006 RFP SUBMISSION DUE DATE HAS BEEN EXTENDED TO MARCH 24, 2006 (Revisions are highlighted in yellow) REQUEST FOR PROPOSALS FOR COMMUNICATIONS AND
More informationGENERAL 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 informationREQUEST FOR PROPOSALS FOR. Project Management and Business Analysis Work Order Services ISSUING OFFICE. Pennsylvania Turnpike Commission
REQUEST FOR PROPOSALS FOR Project Management and Business Analysis Work Order Services ISSUING OFFICE Pennsylvania Turnpike Commission Information Technology Department RFP NUMBER 17-10340-7787 DATE OF
More informationREQUEST FOR PROPOSALS FOR. Application Development Work Order Services ISSUING OFFICE. Pennsylvania Turnpike Commission
REQUEST FOR PROPOSALS FOR Application Development Work Order Services ISSUING OFFICE Pennsylvania Turnpike Commission Office of Executive Operations, Information Technology Department RFP NUMBER 15-10340-5159
More informationWorkers Compensation Third Party Administrator (TPA) for the Commission s Self-Insured Workers Compensation Program. Pennsylvania Turnpike Commission
REQUEST FOR PROPOSALS FOR Workers Compensation Third Party Administrator (TPA) for the Commission s Self-Insured Workers Compensation Program ISSUING OFFICE Pennsylvania Turnpike Commission Safety & Risk
More informationREQUEST FOR PROPOSALS FOR. Data Warehouse ISSUING OFFICE. Pennsylvania State Employees Retirement System (SERS) RFP NUMBER SERS #17-002
REQUEST FOR PROPOSALS FOR Data Warehouse ISSUING OFFICE Pennsylvania State Employees Retirement System (SERS) RFP NUMBER SERS #17-002 DATE OF ISSUANCE June 30, 2017 REQUEST FOR PROPOSALS FOR Data Warehouse
More informationREQUEST FOR PROPOSALS FOR. Advisory, Strategy and Independent Verification and Validation (IV&V) Work Order Services ISSUING OFFICE
REQUEST FOR PROPOSALS FOR Advisory, Strategy and Independent Verification and Validation (IV&V) Work Order Services ISSUING OFFICE Pennsylvania Turnpike Commission Office of Executive Operations, Information
More informationREQUEST FOR PROPOSALS FOR ANNUAL INDEPENDENT AUDIT SERVICES ISSUING OFFICE PENNSYLVANIA TURNPIKE COMMISSION OPERATION REVIEW DEPARTMENT
REQUEST FOR PROPOSALS FOR ANNUAL INDEPENDENT AUDIT SERVICES ISSUING OFFICE PENNSYLVANIA TURNPIKE COMMISSION OPERATION REVIEW DEPARTMENT RFP NUMBER 06-105-3546 DATE OF ISSUANCE OCTOBER 8, 2007 REQUEST FOR
More informationREQUEST FOR PROPOSALS FOR. Job Order Contracting Program Consultant ISSUING OFFICE. Pennsylvania Turnpike Commission
REQUEST FOR PROPOSALS FOR Job Order Contracting Program Consultant ISSUING OFFICE Pennsylvania Turnpike Commission Facilities and Energy Management Operations Department RFP NUMBER 13-40130-4390 DATE OF
More informationREQUEST FOR PROPOSALS FOR. Swap Advisory Services ISSUING OFFICE. Pennsylvania Turnpike Commission. Contracts Administration Department
REQUEST FOR PROPOSALS FOR Swap Advisory Services ISSUING OFFICE Pennsylvania Turnpike Commission Contracts Administration Department On behalf of the Finance and Administration Department RFP NUMBER RFP
More informationRequest for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor
Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2010-QCC-RLG-04 Issue Date: January 22, 2010 Response Date: February 12, 2010 Table of Contents Page Part I General
More informationREQUEST FOR PROPOSALS FOR. Infrastructure and Security Support and Maintenance Services ISSUING OFFICE. Pennsylvania Turnpike Commission
REQUEST FOR PROPOSALS FOR Infrastructure and Security Support and Maintenance Services ISSUING OFFICE Pennsylvania Turnpike Commission Office of Executive Operations, Information Technology Department
More informationJanuary 5, RFA Vendor Fiscal/Employer Agent Financial Management Services
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF PUBLIC WELFARE Division of Procurement Room 525, Health & Welfare Building 625 Forster Street Harrisburg, PA 17120 Daniel R. Boyd Telephone 717-783-3767 Director
More informationREQUEST FOR PROPOSALS FOR CRM-REWARDS PROGRAM ISSUING OFFICE
REQUEST FOR PROPOSALS FOR CRM-REWARDS PROGRAM ISSUING OFFICE PENNSYLVANIA LIQUOR CONTROL BOARD PURCHASING AND CONTRACT ADMINISTRATION ROOM 316, NORTHWEST OFFICE BUILDING HARRISBURG, PENNSYLVANIA 17124
More informationProject No Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania
34BRequest for Proposal for a 35BDesign Build Contractor Project No. 18-002.1 Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania 2018 March 7, 2018 NOTICE
More informationPhiladelphia County, Pennsylvania
34BRequest for Proposal for a 35BDesign Build Contractor Project No. 18-059.1 RFP for Design Build of SouthPort Vehicle Processing Facility Philadelphia County, Pennsylvania 2018 May 23, 2018 NOTICE TO
More informationVENDOR FISCAL/EMPLOYER AGENT FINANCIAL MANAGEMENT SERVICES
REQUEST FOR PROPOSALS FOR VENDOR FISCAL/EMPLOYER AGENT FINANCIAL MANAGEMENT SERVICES ISSUING OFFICE COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF HUMAN SERVICES Office of Administration Bureau of Financial
More informationREQUEST FOR PROPOSALS FOR
REQUEST FOR PROPOSALS FOR Insurance Broker and Safety Monitoring Services Pennsylvania Turnpike Commission Owner Controlled Insurance Program Lehigh River Bridge and Pohopoco Creek Bridge Reconstruction
More informationREQUEST FOR PROPOSALS FOR. COBRA Administration ISSUING OFFICE. Pennsylvania Turnpike Commission. Human Resources Department RFP NUMBER
REQUEST FOR PROPOSALS FOR COBRA Administration ISSUING OFFICE Pennsylvania Turnpike Commission Human Resources Department RFP NUMBER 11-10380-2953 DATE OF ISSUANCE March 4, 2011 REQUEST FOR PROPOSALS FOR
More informationSTATEMENT OF WORK PORTABLE TOILETS & SEPTIC SYSTEM WASTE REMOVAL SERVICES IFB , SUPPLEMENTAL BID 1
A. CONTRACT SCOPE/OVERVIEW: This Invitation for bid (IFB) (identified here and in the other documents as the Contract ) will cover the requirements of the Commonwealth of Pennsylvania agencies (Statewide)
More informationREQUEST FOR PROPOSALS FOR ISSUING OFFICE. Pennsylvania Turnpike Commission. Risk Management Department RFP NUMBER DATE OF ISSUANCE
REQUEST FOR PROPOSALS FOR Insurance Consulting Services and Other Related Insurance Overview Services ISSUING OFFICE Pennsylvania Turnpike Commission Risk Management Department RFP NUMBER 15-10260-5146
More informationREQUEST FOR QUALIFICATIONS FOR SUPPLEMENTAL AUDITING SERVICES ISSUING OFFICE. Pennsylvania Turnpike Commission. Operations Review Department RFQ
REQUEST FOR QUALIFICATIONS FOR SUPPLEMENTAL AUDITING SERVICES ISSUING OFFICE Pennsylvania Turnpike Commission Operations Review Department RFQ 12-10210-3837 (Amended Previous RFQ 11-10210-3455) DATE OF
More informationREQUEST FOR PROPOSALS FOR VOLUNTARY SUPPLEMENTAL INSURANCE PRODUCTS ISSUING OFFICE. Pennsylvania Turnpike Commission. Human Resources Department
REQUEST FOR PROPOSALS FOR VOLUNTARY SUPPLEMENTAL INSURANCE PRODUCTS ISSUING OFFICE Pennsylvania Turnpike Commission Human Resources Department RFP NUMBER 05-113-3162 DATE OF ISSUANCE June 6, 2005 REQUEST
More informationSUBJECT: RFP No Specialty Pharmacy Drug Program
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF PUBLIC WELFARE Division of Procurement Room 106, Health & Welfare Building Commonwealth Avenue & Forster Street Harrisburg, PA 17120 Daniel R. Boyd Telephone
More informationREQUEST FOR PROPOSALS FOR. Broker Services for Insurances and COBRA Administration ISSUING OFFICE. Pennsylvania Turnpike Commission.
REQUEST FOR PROPOSALS FOR Broker Services for Insurances and COBRA Administration ISSUING OFFICE Pennsylvania Turnpike Commission Human Resources RFP NUMBER 14-10380-4793 DATE OF ISSUANCE May 30, 2014
More informationREQUEST FOR PROPOSALS FOR ACTUARIAL VALUATION SERVICES FOR OTHER POSTEMPLOYMENT BENEFITS (OPEB) ISSUING OFFICE
REQUEST FOR PROPOSALS FOR ACTUARIAL VALUATION SERVICES FOR OTHER POSTEMPLOYMENT BENEFITS (OPEB) ISSUING OFFICE Pennsylvania Turnpike Commission Accounting and Financial Reporting Department RFP NUMBER
More informationREQUEST FOR PROPOSALS FOR PRE-EMPLOYMENT BACKGROUND SCREENING SERVICES ISSUING OFFICE. Pennsylvania Turnpike Commission. Human Resources Department
REQUEST FOR PROPOSALS FOR PRE-EMPLOYMENT BACKGROUND SCREENING SERVICES ISSUING OFFICE Pennsylvania Turnpike Commission Human Resources Department RFP NUMBER 17-10380-7732 DATE OF ISSUANCE April 7, 2017
More informationREQUEST FOR PROPOSALS FOR PRE-EMPLOYMENT BACKGROUND SCREENING SERVICES ISSUING OFFICE. Pennsylvania Turnpike Commission. Office of Human Resources
REQUEST FOR PROPOSALS FOR PRE-EMPLOYMENT BACKGROUND SCREENING SERVICES ISSUING OFFICE Pennsylvania Turnpike Commission Office of Human Resources RFP NUMBER 13-10380-4465 DATE OF ISSUANCE September 16,
More informationState of Florida Department of Financial Services
State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS AA RFP 1718-09 Production Services for Florida General Lines Agents, Personal Lines Agents, and Insurance Adjusters
More informationCOUNTY 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 informationREQUEST 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 informationINVITATION TO NEGOTIATE REGISTRATION
State of Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400 INVITATION TO NEGOTIATE
More informationPUBLIC AFFAIRS AND COMMUNITY OUTREACH SERVICES FOR THE JACKSONVILLE PORT AUTHORITY
REQUEST FOR PROPOSAL 18-04 PUBLIC AFFAIRS AND COMMUNITY OUTREACH SERVICES FOR THE JACKSONVILLE PORT AUTHORITY Return responses no later than, WEDNESDAY, DECEMBER 6, 2017 by 2:00PM (EST) to the attention:
More informationState of Florida Department of Financial Services
State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS FM RFP 1718-12 Construction Materials Mining Activities Consultation and Study Preparation Services Procurement
More informationREQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES ISSUING OFFICE. Pennsylvania Turnpike Commission. Finance/Administration Department RFP NUMBER
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES ISSUING OFFICE Pennsylvania Turnpike Commission Finance/Administration Department RFP NUMBER 10-10320-2418 DATE OF ISSUANCE March 10, 2010 REQUEST
More informationREQUEST FOR PROPOSALS FOR. Emergency Spill and Response Provider. Milepost East of the Fort Littleton Interchange to Milepost 286.
REQUEST FOR PROPOSALS FOR Emergency Spill and Response Provider Milepost 179.5 East of the Fort Littleton Interchange to Milepost 286.0 Pennsylvania Turnpike Commission Operations Safety and Incident Response
More informationREQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT
REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County
More informationREQUEST FOR PROPOSALS FOR
REQUEST FOR PROPOSALS FOR Mechanical/Electrical Maintenance Services at Central Administration Building (CAB) Transcore Building (located on CAB site) Turnpike Industrial Park (TIP) Building TIP Maintenance
More informationKANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS
KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services
More informationREQUEST 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 informationEUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES
EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service
More informationSEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT
SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST
More informationSTATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal
STATE OF FLORIDA DEPARTMENT OF EDUCATION Request for Proposal Intent To Submit Proposal *********************************************************************************************************************************
More informationRequest 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 informationREQUEST FOR PROPOSAL RFP #14-03
Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM
More informationREQUEST FOR QUALIFICATIONS FOR A GUARANTEED ENERGY SAVINGS CONTRACT
Introduction REQUEST FOR QUALIFICATIONS FOR A GUARANTEED ENERGY SAVINGS CONTRACT COUNTY OF CHESTER, PENNSYLVANIA 313 W. MARKET STREET, SUITE 5402 WEST CHESTER, PA 19382 The County of Chester is requesting
More informationINSTRUCTIONS 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 informationREQUEST FOR PROPOSALS
IMPLEMENTATION OF INVESTING IN MANUFACTURING COMMUNITIES PARTNERSHIP (IMCP) DESIGNATION REQUEST FOR PROPOSALS NORTHWEST GEORGIA MANUFACTURING CONSORTIUM c/o NORTHWEST GEORGIA REGIONAL COMMISSION P.O. BOX
More informationREQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018
REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified
More informationRSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY
RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RFP Coordinator: Brian Foster, Superintendent Tel: (207) 864-3312 e-mail: bfoster@rangeleyschool.org Fax: _(207) 864-2451 From the time this RFP is issued
More informationREQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract
REQUEST FOR QUALIFICATIONS Construction Related Services Retainer Contract ISSUE DATE: January 10, 2017 CLOSING DATE: August 31, 2018 CLOSING TIME: 5:00 PM Pacific Time TABLE OF CONTENTS Page Section I
More informationA competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.
BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that
More informationNORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS
NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning
More informationREQUEST 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 informationRequest 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 informationREQUEST FOR PROPOSALS (RFP) FOR A RE-ENTRY PROGRAM COORDINATOR
COUNTY OF LYCOMING Lycoming County Executive Plaza 330 Pine Street, Suite 404 Williamsport, PA 17701 Tel: (570) 327-6746 Fax: (570) 320-2111 Email: mtoon@lyco.org REQUEST FOR PROPOSALS (RFP) FOR A RE-ENTRY
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 informationINVITATION FOR BIDS. On-Site Automobile Auctioneer. Bid No TABLE OF CONTENTS
INVITATION FOR BIDS On-Site Automobile Auctioneer Bid No. 17-30 TABLE OF CONTENTS Part I GENERAL INFORMATION FOR BIDDERS page 2 Part II INFORMATION REQUIRED FROM BIDDERS page 6 Part III CRITERIA FOR SELECTION
More informationCHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS
CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL
More informationREQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1.
REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No. 17-178 (RFP Version 1.0) TABLE OF CONTENTS SECTION 1 INTRODUCTION...1 1.1 General...1
More informationInvitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by
THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact
More informationREQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP #
STATE OF TENNESSEE TREASURY DEPARTMENT REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. PROPOSAL
More informationGuaranteed Energy Savings Contract
REQUEST FOR PROPOSALS NUMBER RFP # MASD 13-01 December 20, 2013 MINERSVILLE AREA SCHOOL DISTRICT Guaranteed Energy Savings Contract SUPERINTENDENT'S OFFICE 1 Battlin Miners Drive P.O. Box 787 Minersville,
More informationSECTION INSTRUCTIONS TO BIDDERS
ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL
More informationREQUEST FOR PROPOSALS FOR. Trustee and Bond Services ISSUING OFFICE. Pennsylvania Turnpike Commission. Finance and Administration Department
REQUEST FOR PROPOSALS FOR Trustee and Bond Services ISSUING OFFICE Pennsylvania Turnpike Commission Finance and Administration Department RFP 17-67000-7849 DATE OF ISSUANCE August 3, 2017 REQUEST FOR PROPOSALS
More informationState of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services
State of Florida Department of Financial Services Request for Proposals (RFP) Number: 1718-14 RFP UP Procurement Officer: Wanda Norton Operations Review Specialist Department of Financial Services Office
More informationCentennial School District
Centennial School District Phone: 215-441-6000 x11011 Business Office Fax: 215-441-5105 433 Centennial Road www.centennialsd.org Warminster, PA 18974-5455 Request for Proposals Conditions and Specifications
More informationREQUEST FOR PROPOSALS FOR PHARMACY SERVICES RFP # EO
STATE OF TENNESSEE TENNESSEE STATE VETERANS HOMES BOARD REQUEST FOR PROPOSALS FOR PHARMACY SERVICES RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. RESPONSE REQUIREMENTS 4. GENERAL
More informationSECTION 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 informationState of Florida Department of Transportation
ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS
More informationProcurement Manual. Effective: July 1, 2013 Revised: January 28, 2013
Procurement Manual Effective: July 1, 2013 Revised: January 28, 2013 TABLE OF CONTENTS CHAPTER 1 DEFINITIONS... 3 CHAPTER 2 METHODS OF AWARDING CONTRACTS... 9 CHAPTER 3 THRESHOLDS AND DELEGATIONS.... 34
More informationSupplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER
Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the
More informationINSTRUCTIONS TO BIDDERS
1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a
More informationRequest for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation
Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District
More informationNOTICE OF PROPOSAL INVITATION
NOTICE OF PROPOSAL INVITATION Proposal Name: Proposal Number: Transportation Fuels, Propane and Heating Oil TEC-103-16 Proposal Submission Deadline Date and Time: July 6, 2016 at 2:00 p.m. Contract Term:
More informationCORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES
CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting
More informationREQUEST FOR PROPOSALS FOR
REQUEST FOR PROPOSALS FOR Consultant to Evaluate, Analyze and Provide Advice Regarding Benefit Proposals, and Lead Individual Negotiations with Medical, Prescription, Dental and Vision Providers ISSUING
More informationREQUEST FOR PROPOSALS (RFP) FOR DEPENDENT ELIGIBILITY VERIFICATION AUDIT SERVICES RFP NO: DMS-17/ THE STATE OF FLORIDA
4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850.922.6149 Rick Scott, Governor Erin Rock, Secretary REQUEST FOR PROPOSALS (RFP) FOR DEPENDENT ELIGIBILITY VERIFICATION AUDIT
More informationREQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES
October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western
More informationEL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT
EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed
More informationCOMMISSION ADOPTED POLICY Procurement Policy
Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,
More informationCHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION
CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION Acquisition Management On behalf of Career Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000
More informationOXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2
OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM PST, February 22, 2018 BID DUE: 2:00PM PST,
More informationDocument A201 TM. General Conditions of the Contract for Construction. (Name and location or address)
Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University
More informationPROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014
PROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014 Table of Contents PREFACE... 3 I. INTRODUCTION... 4 II. GENERAL... 4 A. Purpose... 4 B. Applicability... 5 C. Delegation of Authority...
More informationMontgomery 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 informationCITY OF GAINESVILLE REQUEST FOR PROPOSAL
CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due
More informationRequest for Proposal. RFP # Delinquent Tax Collection Services
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 # 17-0208-1 This procurement is governed
More informationBotetourt County Public Schools
Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed
More informationMontgomery 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 informationREQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015
REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified
More information