REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE:

Size: px
Start display at page:

Download "REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE:"

Transcription

1 REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE ISSUED: August 10, 2009 SUBMITTAL DATE: 1

2 August 10, 2009 RE: Request for Quotation (RFQ) # 09-Q-SM-52, Blanket Purchase Agreement (BPA) WCCA Uniforms Dear Quoter(s): This is an invitation for you to submit a quotation to provide uniforms for the Washington Convention Center (WCCA). WCCA is seeking to establish a Blanket Purchase Agreement (BPA) for the above referenced solicitation. This Request for Quotation (RFQ) is designated for Certified Small Business Enterprises (SBE) only. This is a one hundred percent (100%) set-aside and only businesses Certified by the Department of Small and Local Business Development as s Small Business Enterprise can submit a bid in response to this solicitation. There will not be a site visit held for this requirement. The quote shall be submitted to the Office of Contracts and Procurement at WCCA no later than 4:00 PM, EST, Friday, August 28, The quote shall include an original and four (4) copies. The quote must be signed by an official authorized to bind the company. The quote must state that the terms of the quote are valid for a period of thirty (30) days from date of quote. Submit quotes to Walter E. Washington Convention Center, Attn: Sean K. Mitchell, Contract Specialist, Office of Contracts and Procurement Services, 801 Mount Vernon Place, NW, Washington, DC Hours of operation for this office are 8:30 am to 5:30 pm, EST, Monday thru Friday (excluding holidays). Should you have any questions, please contact me at (202) or Smitchell@dcconvention.com. Sincerely, Sean K. Mitchell Contract Specialist 2

3 Scope of Requirement REQUEST FOR QUOTATION (RFQ) #09-Q-SM-052 WCCA Uniforms A.1 Introduction A. Statement of Work The Washington Convention Center Authority ( WCCA ) is soliciting responses from vendors to establish a Blanket Purchase Agreement (BPA) for the purchase of uniforms. The three (3) Departments that currently require uniforms are (3): Security Services, Transportation Services and Guest Services. Additionally departments may be added during the life of the requirement. The goods and services shall be delivered to the Walter E. Washington Convention Center (WEWCC), located at 801 Mount Vernon Place, NW, Washington DC The offeror shall furnish all supervision, labor, equipment, and materials to provide this service. A.2 Security Services Uniform Scope of Services and Specifications A.2.1 The Offeror shall provide various uniform items for WCCA s Security Services Department staff. There are approximately (twenty three) (23) staff members that require uniforms. A.2.2 The Offeror must be able to accommodate sizes such as small to 3X (XXXL). A.2.3 The Offeror shall individually measure each employee for his/her uniforms at WCCA. A.2.4 The Offeror shall provide jackets, shirts/blouses; dress pants; blazer; and necktie (male/female). A.2.5 Each item shall be of an industrial type material and made with 65% polyester and 35% combed cotton twill as follows: a. shirts/blouses (white - Long and short sleeve); b. dress pants (khaki - The male dress pants shall have two front pockets and two back pockets with reinforced stitching, belt loops and zipper. The female dress pants shall have two front pockets with reinforced stitching belt loops and zipper); c. jackets (color - with zip-out lining. The jacket shall have side or front hand pockets with the WEWCC logo affixed to the upper left side and the words SECURITY SERVICES affixed to the upper right side.) and be waterproof; d. blazer (dress blue - dry cleanable); and e. necktie (green, blue and gold striped - stain proof, male/female). A.2.6 Each uniform shall be identified as follows: 3

4 a. Identification Patches: The Walter E. Washington Convention Center (WEWCC) logo shall be red, white and blue in color as indicated in Attachment A. The patches are to be provided by the Contractor. b. The words SECURITY SERVICES shall be embroidered on the front upper right side of chest area in color lettering as indicated in Attachment B. c. All identifying patches shall be sewn onto the uniform. e. The offeror (s) shall complete a uniform within ten (10) days from the completion of the fitting process. A.3 Transportation Services and Guest Services A.3.1 The offeror shall provide various uniforms items for and additional fifty (50) employees (20-25 employees in each department). The uniforms shall be provided once a selection is made from their catalog by the COTR or designee. A.3.2 The Offeror shall individually measure each employee for his/her uniforms at the WCCA in a TBD location by the COTR. A.3.3 The offeror (s) shall be expected to produce a uniform within ten (10) days from the completion of the fitting process. A.4 Inspection Offeror shall thoroughly inspect uniforms prior to making deliveries to the WCCA. Offeror s inspection shall follow quality control measures to ensure that proper sizes and quantities being delivered agree exactly with what was originally ordered. Offeror shall also inspect for wear and tear, missing or damaged buttons, etc. A.5 Delivery Offeror shall ensure complete delivery of all uniforms per order to prevent partial deliveries. Any damage to the uniforms during shipping shall be the responsibility of the Contractor. A.6 Time Frame The time frame for completion of measurements/fittings for this project shall not exceed five (5) working days from date of request. The uniform shall be delivered ten (10) working days after the fitting process is completed. A.7 Building Access All employees of the Offeror must enter at the House Dock located at 7 th and M St., NW. A.8 Report of Services 4

5 A.8.1 Upon completion of delivery, the Offeror shall provide a receipt to the ordering Manager(s): Gladys Jones, Manager of Security Services Ron Branch, Transportation Patrick Kearney, Guest Services or designee a legibly written receipt of uniforms delivered and a listing of uniforms picked-up for cleaning. A.8.2 The report shall contain, but not be limited to, the following information: a. number of items delivered; b. any problems identified; c. the Offeror s inspector s signature of approval; and d. the WCCA Manager s or designee s signature of acceptance of delivery/pick-up A.9 WCCA Responsibilities The Contracting Officer Technical Representative (s) (COTR) for this Contract is: Gladys Jones, Manager of Security Services Ron Branch, Transportation Patrick Kearney, Guest Services A.10 Deliverables The Offeror shall provide the following deliverables: Deliverable Qty Format/Method of Delivery Due Date Individual (S) TBD Hand Delivered 10 Days after order To Whom COTR Inspection Report EA Hand Delivered TBD COTR Measurements of WCCA TBD In Person 5 Days after COTR employees Request Reports 3 3 Hard copies TBD COTR (Section A.9.). upon delivery of uniforms A legibly written receipt of 3 3 Hard copies Date of COTR 5

6 uniforms delivered. upon delivery of uniforms Date of Delivery B. Performance B.1.1 WCCA desires to obtain complete and satisfactory performance in accordance with the specifications and requirements in the contract. To this end, WCCA is contracting for the complete performance of services identified in the Statement of Work. WCCA reserves the right to assess deductions for nonperformance. WCCA will consider inadequate performance to be as undesirable as non-performance, as the cost of correcting inadequate performance may equal or exceed the cost of initial performance. B.1.2 All performance under the contract must be of high standards and must conform to good trade practices by skilled uniform rental and cleaning service providers. All service under the contract shall be rendered promptly and efficiently upon receipt of an official order. All work performed under the contract is subject to inspection by the Authority to insure compliance with all terms and conditions of the contract. B.1.3 The term of this agreement shall be for a base period, from date of awards through October 30, B.2 Alterations and Uniform Replacement Offeror shall perform alterations and repair (e.g., hemming of pants, repairing torn articles) on an as-needed basis. Services shall be completed within a one week time frame from the date of pick-up, when requested. Offeror shall replace uniforms as requested by the Center within one (1) week from the date of request. New uniforms shall be provided for new hires and for replacement of damaged uniforms within one week after receipt of request. B.3 Base Year a) The term of this agreement shall be for a base period, from date of award through October 30, B.4 Option to Extend the term of the Contract a) WCCA may extend the term of this BPA for a period of Four (4) one-year option periods, or successive fractions thereof, by written modification to the Offeror before the expiration of the contract; provided that WCCA will give the Offeror a preliminary written notice of its intent to extend at least thirty (30) days before the BPA expires. The preliminary notice does not commit WCCA to an extension. The exercise of this option is subject to the availability of funds at the tine of the exercise of this option. The Offeror may waiver the thirty (30) day preliminary notice requirement by providing a written waiver to the contracting office prior to expiration of the BPA. 6

7 b) If WCCA exercises this option, the BPA contract shall be considered to include this option provision. c) The prices for the option period shall be as specified in the BPA. d) The WCCA will base the exercising of an option period upon satisfactory performance by the vendor. C. EVALUATION OF RESPONSES C.1 The WCCA will make the award based on the Offeror s response which is: a) Compliant to the stated or implied specifications; b) Lowest evaluated cost to the WCCA over projected useful life; and c) Administratively compliant including all required bonds, insurance, established quality of work and general reputation financial responsibility, relevant experience, compliance with federal laws and all relevant District of Columbia laws, including EEOC hiring guidelines and requirements under the American with Disabilities Act and related criteria, if applicable. d) Advantages to WCCA. D.1 Insurance Requirement D. TERMS AND CONDITIONS D.1.1 Commercial General Liability Insurance-The Offeror shall secure and maintain during the Contract period Commercial General Liability insurance with limits of not less than one (1) million dollars($1,000,000.00) per occurrence and in the aggregate. The Commercial General Liability coverage must be extended to include owners, employees and Offerors protective liability. The coverage should also include all premises and product operations, personal and advertising injury and contractual liability. D.1.2 Worker s Compensation Insurance-The Offeror shall secure and maintain during the Contract period all Worker s Compensation insurance required by the District of Columbia Government law for all employees, and its employees involved in the Contract, without exclusion of any class of employee. D.1.3 Upon execution of this Contract, the Offeror shall provide Certificates of Insurance to WCCA for review and approval. All insurance policies and Certificates described herein shall state that WCCA, its Board of Directors, employees and officers, are named as additional insured. D.1.4 Notice - The Offeror shall immediately report in writing to the WCCA s Manger of Contracts and Procurement any incident which might reasonably be expected to result in any claim under any of the coverage s mentioned herein. Offeror agrees to cooperate with WCCA in promptly releasing information as to the disposition of any claims, including a resume of claims experience relating to WCCA 7

8 D.2 Applicability of Standard Contract Provisions WCCA Standard Contract Provisions (SCP) dated May, 2006, is incorporated by reference from this solicitation and any resulting contract. A copy of WCCA s SCP may be downloaded from WCCA s website at D.3 Local, Disadvantaged Businesses, Businesses Operating In an Enterprise Zone, Or Resident Business Ownership Quoters submitting evidence that they are certified as small, local, disadvantaged, operating in an enterprise zone or having resident business ownership shall receive: (a) (b) (c) (d) (e) (f) A three (3%) percent reduction in the bid price or the addition of three points on a 100-point scale for a small business enterprise (SBE) certified by the District of Columbia Small and Local Business Opportunity Commission (SLBOC) or the D.C. Department of Small and Local Business Development (DSLBD), as applicable, A five (5%) percent reduction in the bid price or the addition of three points on a 100-point scale for a resident-owned business (ROB) certified by the SLBOC or the DSLBD, as applicable, A ten (10%) percent reduction in the bid price or the addition of ten points on a 100-point scale for a longtime resident business (LRB) certified by the SLBOC or the DSLBD, as applicable, A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a local business enterprise (LBE) certified by the SLBOC or the DSLBD, as applicable, A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a local business enterprise with its principal office located in an enterprise zone and certified by the SLBOC or the DSLBD, as applicable, and A two (2%) percent reduction in the bid price or the addition of two points on a 100-point scale for a disadvantaged business enterprise (DBE) certified by the SLBOC or the DSLBD, as applicable. (g) Offerors may qualify for more than one of these categories, so that the maximum number of points available under this section is 12 points. E. INSTRUCTIONS E.1 Hand Delivery, Mailing or Faxing of Quotations Requests for clarifications or questions and responses shall be delivered to: Sean K. Mitchell Contract Specialist Contracts and Procurement Services Washington Convention Center Authority 8

9 801 Mount Vernon Place, NW Washington, DC Phone: Fax: E.2 Submission Date and Time Quotations must be submitted to WCCA no later than 12:01 p.m. EST, Friday, August 28, Via , U.S. Postal Service or hand-delivery to the above referenced Contract Speacialist. 9

10 REQUEST FOR QUOTATION RFQ# 09-Q-SM-052 WCCA Uniforms QUOTE FORM Please provide the labor category, the unloaded hourly rate, fringe, overhead, G&A, profit, other, and loaded hourly rates for the contract. Offerors shall describe what is included in the loader hourly rates (i.e., fringe, overhead, general & administrative, profit & other). Also, provide a list of materials and equipment to include description, quantity and total cost. Price /Costs A. The charts below are provided for Labor Maintenance service for (4) four one year options. LABOR CATEGORY (List) Base Year (Date of Award thru September 30, 2009) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT OTHER LOADED HOURLY RATE Overtime Rate 1. Please identify hours of operation Monday-Friday 8:30 to 5:30 p.m. est.. 2. Please provide percentage mark-up on materials. Sub-Total Fixed Price Labor: $ MATERIALS AND EQUIPMENT (PLEASE ATTACH ITEMIZED LIST THAT INCLUDES DESCRIPTIONS AND QUANTITIES). Material shall be reimbursed at cost, plus a materials handling charge Sub-Total Fixed Price Materials or Percent Mark Up $ or % Sub-Total Delivery: $ per mile with a maximum rate of 20 miles per round trip. Total Labor and Materials Price: $ 10

11 Price/Costs QUOTE FORM Base Year (Date of Award thru September 30, 2009) Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price Total 001 Tailor Fitting Per Item 002 Delivery Round Trip 003 Embroidery of WCCA Logo s 1 each 004 Logo s 1 each 005 Dress Pants 1 each 006 Jacket 1 each 007 Shirt/Blouse 1 each 008 Blazer 1 each 009 Necktie (Male/Female) 1 each 010 Other Grand Total This requirement for delivery of services is needed to begin with two days after Notice of Award. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote 11

12 REQUEST FOR QUOTATION RFQ# 09-Q-SM-052 WCCA Uniforms QUOTE FORM Please provide the labor category, the unloaded hourly rate, fringe, overhead, G&A, profit, other, and loaded hourly rates for the contract. Offerors shall describe what is included in the loader hourly rates (i.e., fringe, overhead, general & administrative, profit & other). Also, provide a list of materials and equipment to include description, quantity and total cost. Price /Costs A. The charts below are provided for Labor Maintenance service for (4) four one year options. LABOR CATEGORY (List) Option Year 1 (October 1, 2009 thru September 30, 2010) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT OTHER LOADED HOURLY RATE Overtime Rate 1. Please identify hours of operation Monday-Friday 8:30 to 5:30 p.m. est.. 2. Please provide percentage mark-up on materials. Sub-Total Fixed Price Labor: $ MATERIALS AND EQUIPMENT (PLEASE ATTACH ITEMIZED LIST THAT INCLUDES DESCRIPTIONS AND QUANTITIES). Material shall be reimbursed at cost, plus a materials handling charge Sub-Total Fixed Price Materials or Percent Mark Up $ or % Sub-Total Delivery: $ per mile with a maximum rate of 20 miles per round trip. Total Labor and Materials Price: $ 12

13 Price/Costs QUOTE FORM Option Year 1 (October 1, 2009 thru September 30, 2010) Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price Total 001 Tailor Fitting Per Item 002 Delivery Round Trip 003 Embroidery of WCCA Logo s 1 each 004 Logo s 1 each 005 Dress Pants 1 each 006 Jacket 1 each 007 Shirt/Blouse 1 each 008 Blazer 1 each 009 Necktie (Male/Female) 1 each 010 Other Grand Total This requirement for delivery of services is needed to begin with two days after Notice of Award. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote 13

14 REQUEST FOR QUOTATION RFQ# 09-Q-SM-052 WCCA Uniforms QUOTE FORM Please provide the labor category, the unloaded hourly rate, fringe, overhead, G&A, profit, other, and loaded hourly rates for the contract. Offerors shall describe what is included in the loader hourly rates (i.e., fringe, overhead, general & administrative, profit & other). Also, provide a list of materials and equipment to include description, quantity and total cost. Price /Costs A. The charts below are provided for Labor Maintenance service for (4) four one year options. LABOR CATEGORY (List) Option Year 2 (October 1, 2010 thru September 30, 2011) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT OTHER LOADED HOURLY RATE Overtime Rate 1. Please identify hours of operation Monday-Friday 8:30 to 5:30 p.m. est.. 2. Please provide percentage mark-up on materials. Sub-Total Fixed Price Labor: $ MATERIALS AND EQUIPMENT (PLEASE ATTACH ITEMIZED LIST THAT INCLUDES DESCRIPTIONS AND QUANTITIES). Material shall be reimbursed at cost, plus a materials handling charge Sub-Total Fixed Price Materials or Percent Mark Up $ or % Sub-Total Delivery: $ per mile with a maximum rate of 20 miles per round trip. Total Labor and Materials Price: $ 14

15 Price/Costs QUOTE FORM Base Year 2 (October 1, 2010 thru September 30, 2011) Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price Total 001 Tailor Fitting Per Item 002 Delivery Round Trip 003 Embroidery of WCCA Logo s 1 each 004 Logo s 1 each 005 Dress Pants 1 each 006 Jacket 1 each 007 Shirt/Blouse 1 each 008 Blazer 1 each 009 Necktie (Male/Female) 1 each 010 Other Grand Total This requirement for delivery of services is needed to begin with two days after Notice of Award. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote 15

16 REQUEST FOR QUOTATION RFQ# 09-Q-SM-052 WCCA Uniforms QUOTE FORM Please provide the labor category, the unloaded hourly rate, fringe, overhead, G&A, profit, other, and loaded hourly rates for the contract. Offerors shall describe what is included in the loader hourly rates (i.e., fringe, overhead, general & administrative, profit & other). Also, provide a list of materials and equipment to include description, quantity and total cost. Price /Costs A. The charts below are provided for Labor Maintenance service for (4) four one year options. LABOR CATEGORY (List) Option Year 3 (October 1, 2011 thru September 30, 2012) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT OTHER LOADED HOURLY RATE Overtime Rate 1. Please identify hours of operation Monday-Friday 8:30 to 5:30 p.m. est.. 2. Please provide percentage mark-up on materials. Sub-Total Fixed Price Labor: $ MATERIALS AND EQUIPMENT (PLEASE ATTACH ITEMIZED LIST THAT INCLUDES DESCRIPTIONS AND QUANTITIES). Material shall be reimbursed at cost, plus a materials handling charge Sub-Total Fixed Price Materials or Percent Mark Up $ or % Sub-Total Delivery: $ per mile with a maximum rate of 20 miles per round trip. Total Labor and Materials Price: $ 16

17 Price/Costs QUOTE FORM Base Year 3 (October 1, 2011 thru September 30, 2012) Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price Total 001 Tailor Fitting Per Item 002 Delivery Round Trip 003 Embroidery of WCCA Logo s 1 each 004 Logo s 1 each 005 Dress Pants 1 each 006 Jacket 1 each 007 Shirt/Blouse 1 each 008 Blazer 1 each 009 Necktie (Male/Female) 1 each 010 Other Grand Total This requirement for delivery of services is needed to begin with two days after Notice of Award. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: Quotes are valid for a period of thirty (30) days from date of quote 17

18 REQUEST FOR QUOTATION RFQ# 09-Q-SM-052 WCCA Uniforms QUOTE FORM Please provide the labor category, the unloaded hourly rate, fringe, overhead, G&A, profit, other, and loaded hourly rates for the contract. Offerors shall describe what is included in the loader hourly rates (i.e., fringe, overhead, general & administrative, profit & other). Also, provide a list of materials and equipment to include description, quantity and total cost. Price /Costs A. The charts below are provided for Labor Maintenance service for (4) four one year options. LABOR CATEGORY (List) Option Year 4 (October 1, 2012 thru September 30, 2013) UNLOADED HOURLY RATE FRINGE OVERHEAD G&A PROFIT OTHER LOADED HOURLY RATE Overtime Rate 1. Please identify hours of operation Monday-Friday 8:30 to 5:30 p.m. est.. 2. Please provide percentage mark-up on materials. Sub-Total Fixed Price Labor: $ MATERIALS AND EQUIPMENT (PLEASE ATTACH ITEMIZED LIST THAT INCLUDES DESCRIPTIONS AND QUANTITIES). Material shall be reimbursed at cost, plus a materials handling charge Sub-Total Fixed Price Materials or Percent Mark Up $ or % Sub-Total Delivery: $ per mile with a maximum rate of 20 miles per round trip. Total Labor and Materials Price: $ 18

19 Price/Costs QUOTE FORM Base Year 4 (October 1, 2012 thru September 30, 2013) Contract Line Item Nos. (CLIN) Description Qty Unit Unit Price Total 001 Tailor Fitting Per Item 002 Delivery Round Trip 003 Embroidery of WCCA Logo s each 004 Logo s each 005 Dress Pants each 006 Jacket each 007 Shirt/Blouse each 008 Blazer each 009 Necktie (Male/Female) each 010 Other Each 011 Heming of pants/skirt Each 012 Take in waist pants/skirt Each 013 Alterations to Blazer Male/Female each Grand Total This requirement for delivery of services is needed to begin with two days after Notice of Award. Discount offered: (%) percent a. All prices shall exclude District of Columbia sales tax and all other taxes. The WCCA is exempt from state and local taxes. If Federal Excise Tax applies, show amount of same which has already been deducted to determine your net price. b. Price quote shall be F.O.B. Destination, unless otherwise specified in writing by the WCCA. Signed by: Date: Title: Company: 19

20 Quotes are valid for a period of thirty (30) days from date of quote 20

21 BLANKET PURCHASE AGREEMENT No.09-BPA-SM-052 With NAME OF COMPANY The Washington Convention Center Authority (WCCA), Office of Contracts and Procurement Services (OCPS) executes this Blanket Purchase Agreement (BPA) for the purchase of uniforms for the Public Safety Division. The Offeror agrees to the following terms of a BPA with WCCA. 1. SERVICES AVAILABLE UNDER THIS BPA: The services available under this BPA are in accordance with terms and conditions of Request for Quotation (RFQ-) 09-Q-SM-052 and the Offeror s proposal dated,, which is herein incorporated and made a part of this BPA. 2. PRICING: a) Purchase of uniforms for PSD, this BPA shall be in accordance with Offerors response date,. b) The prices offered shall be as low as or lower than those charges to the Offeror s most favored customer for comparable quantities, terms and conditions. c) Offeror shall provide an updated pricing list of labor and materials for each fiscal year. Offerors rates is herein incorporated as Attachment A 3. DELIVERY: a) The Offeror shall deliver the services under this BPA as needed by the Washington Convention Center Authority (WCCA), located at 801 Mount Vernon PL, NW, Washington, DC b) No single individual purchase order under this BPA shall not exceed $99, (Transactions placed against this BPA will not be processed utilizing any Purchase Card P-Card). 4. PURCHASE VOLUME: WCCA estimates, but does not guarantee, that the volume of purchases through this agreement will amount to $$99, (Ninety Nine Thousand Nine Hundred and Ninety Nine Dollars and Zero Cents). 21

22 5. OBLIGATION OF FUNDS: This BPA does not obligate any funds. WCCA is obligated only to the extent of authorized purchases through Orders actually made under the BPA. 6. TERM OF BPA: a) The term of this agreement shall be for a period of one year from date of award. b) This BPA may be extended by Four (4) one-year option periods or fractions thereof. The Government may extend the term of this agreement for a period of one (1) year, or a fraction thereof, or multiple successive fractions thereof, by providing a thirty (30) day written notice to the Offeror before the expiration of the agreement. 7. ORDERING: a) Any goods and/or services to be furnished under this agreement shall be ordered by Issuance of a service order/purchase order by the WCCA Office of Contracts and Procurement Services. b) All services/purchases orders are subject to the terms and conditions of this agreement. In the event of conflict between a service/purchase order and this agreement, the agreement shall control. c) A service/purchase orders is considered issued when the Offeror receives the order. Service/purchase orders shall be issued in writing only. d) In the event a blanket service/purchase order is issued against this BPA, only the authorized users identified in the blanket service/purchase order shall be able to order against it. 8. AUTHORIZED BPA USERS: The following office(s) is/are hereby authorized to place orders under this BPA: Gladys Jones, Manager of Security Services Ron Branch, Transportation Patrick Kearney, Guest Services CONTRACT ADMINISTRATION: Contracting Officer: The WCCA Contracting Officer is the official authorized to contractually bind WCCA. Send all correspondence regarding this BPA to Sean K. Mitchell, Contract Specialist, Washington Convention Center Authority, Office of Contracts and Procurement Services, 801 Mount Vernon Place, NW, Washington, D.C , telephone number (202) Contracting Officer s Technical Representative, (COTR): The COTR is responsible for daily monitoring and supervision of the contract, the technical representative(s) are as follows: 22

23 Gladys Jones, Manager of Security Services Ron Branch, Transportation ) Patrick Kearney, Guest Services ) Vendor Contact Information: 10. DELIVERY TICKETS: Unless otherwise agreed to, all deliveries under this BPA shall be accompanied by a copy of the purchase/service order and each invoice shall contain the following information as a minimum: (a) (b) (c) (d) (e) (f) Name of Offeror; BPA Number (09-BPA-SM-052) Purchase/Service Order Number; Date of Purchase; Brief description of the supplies and services provided; and Date/period of Service Delivery. WCCA may authorize partial services and partial payments to the Offeror for services to be provided under this agreement. 11. INVOICES: The original invoice for payment against a purchase/service order shall be submitted to the following: a) Invoices must be ed to the WCCA Accounts Payable Office in PDF format to: invoices@dcconvention.com. A copy of the invoice shall be submitted to the COTR as identified in Section TERMS AND CONDITIONS: a) All orders placed against this BPA are subject to the terms and conditions of the WCCA Standard Contract Provisions (SCP) dated May, 2006, which is incorporated as part of the agreement. A copy of the WCCA SCP may be downloaded from the WCCA s website at b) The Offeror is bound by Wage Determination No , Revision No. 7, dated March 16, 2009, issued by the U.S. Department of Labor in accordance with the Service Contract Act of 1965, as amended (41 U.S.C. 351). The Offeror shall be bound by the wage rates for the term of the base period of the contract. If the option period is exercised, the Offeror shall be bound by the wage rate in effect at the time that the option is exercised. c) If the option is exercised and a revised wage rate determination obtained by the WCCA s Contracting Officer for the option period is applicable, the Offeror may be entitled to an equitable adjustment. 23

24 d) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Offeror s invoice, the provisions of this BPA will take precedence. The undersigned parties have caused this Agreement to be signed by their duly authorized agents: Vendor Information WASHINGTON CENTER AUTHORITY, an Independent Corporate Authority of the Government of the District of Columbia By: Name: Title: Date: By: Name: Title: Date: 24

25 Attachment (A) PM S RED/ BLUE Attachment (B) SECURITY SERVICES BLUE/PM S RED 25

REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO. REQUEST FOR QUOTATION # 09-Q-LP-034 Blanket Purchase Agreement (BPA) for Propane Gas Delivery and Pick-up COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE ISSUED: June 4, 2009 SUBMITTAL

More information

REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories

REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories REQUEST FOR QUOTATION (RFQ) # 07-Q-AS-119 Blanket Purchase Agreement (BPA) for Motorola Radios and Accessories COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: RFQ #07-Q-AS-119 1 August

More information

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO.

REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for Copywriter and Editing Services COMPANY NAME: ADDRESS: PHONE NO. REQUEST FOR QUOTATION RFQ # 09-Q-LP-031 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: ISSUE DATE: July 17, 2009 July 17, 2009 RE: Request for Quotation

More information

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

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

More information

REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 Installation of Lenel Card Readers for Mechanical Rooms

REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 Installation of Lenel Card Readers for Mechanical Rooms REQUEST FOR QUOTATION (RFQ)- #09-Q-LP-047 for Mechanical Rooms COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: ISSUE DATE: JULY 23 TITLE: DATE: July 23, 2009 RE: Request for Quotation (RFQ) # 09-Q-LP-047-

More information

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

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

More information

REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for Architectural Services TITLE:

REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for Architectural Services TITLE: REQUEST FOR QUOTATION # 08-RFQ/BPA-BF-036 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: TELEPHONE NO.: E-MAIL: SIGNATURE: TITLE: DATE: June 2, 2008 RE: Request for Quotation (RFQ) #08-Q-BF-036

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE:

REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: REQUEST FOR QUOTATION RFQ# 07-Q-JW-111 Employee Assistance Program COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: September 11, 2007 RE: Price Quote (PQ) Dear Quoters: This is an invitation

More information

REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services

REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services REQUEST FOR QUOTATION # 09-Q-SM-060 Lift and Cart Maintenance Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: LIFT AND CART MAINTENANCE ISSUE DATE: August 28, 2009 August 28, 2009

More information

REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT

REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT REQUEST FOR QUOTATION # 07-RFQ/BPA-BF-101 ELECTRICAL SUPPLIES AND EQUIPMENT COMPANY NAME: ADDRESS: SIGNATURE: TITLE: DATE: Date: August 10, 2007 OFFICE OF CONTRACTS AND PROCUREMENT To: Subject: All Quoters

More information

REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Install & Furnish Pelco, Optelecom, Lenel and Additional Spare Parts

REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Install & Furnish Pelco, Optelecom, Lenel and Additional Spare Parts REQUEST FOR QUOTATION # 08-BPA-JW-024 Blanket Purchase Agreement (BPA) to Lenel and Additional Spare Parts TUESDAY, FEBRUARY 5, 2008 COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: February

More information

REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for Printing Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.

REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for Printing Services COMPANY NAME: ADDRESS: PHONE NO.: FAX NO. REQUEST FOR QUOTATION RFQ # 10-Q-LP-001 Blanket Purchase Agreement (BPA) for COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: ISSUED DATE: September 30, 2009 1 September 30, 2009 RE:

More information

June 14, Request for Quotation (RFQ) # 10-Q-BF-030. Maintenance and/or Repair of Glass Doors. Dear Offerors:

June 14, Request for Quotation (RFQ) # 10-Q-BF-030. Maintenance and/or Repair of Glass Doors. Dear Offerors: June 14, 2010 RE: Request for Quotation (RFQ) # 10-Q-BF-030 Dear Offerors: This is an invitation for you to submit a quotation to provide services related to the on behalf of the Washington Convention

More information

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES The Capital Region Airport Authority (CRAA) hereby requests from persons, firms, or corporations, who meet the qualifications hereinafter set forth, proposals

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated LCD displays and Desktop computers COMPANY NAME: ADDRESS: PHONE NO.

REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated LCD displays and Desktop computers COMPANY NAME: ADDRESS: PHONE NO. REQUEST FOR QUOTATION RFQ# 07-Q-JS-106 Turnkey A/V system with 3 integrated COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: August 7, 2007 RE: Request for Quotation (RFQ) 07-Q-JS-106

More information

Invitation for Bid Uniform Rental and Maintenance Services T. F. Green Airport

Invitation for Bid Uniform Rental and Maintenance Services T. F. Green Airport Invitation for Bid. 28402 Uniform Rental and Maintenance Services T. F. Green Airport August 21, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide uniform rental services for

More information

Request for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY

Request for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY Request for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: DUE: December

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

2018 Recreation Center Dectron Unit - R22 Refrigerant

2018 Recreation Center Dectron Unit - R22 Refrigerant Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park

More information

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 02:00 PM Send Quotation

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

Uniform (Embroidery/Screening) Request for Proposals RFP#

Uniform (Embroidery/Screening) Request for Proposals RFP# Uniform (Embroidery/Screening) Request for Proposals RFP#2018-07 1.0 INTRODUCTION The purpose of this Request for Proposal (RFP) by the City of Springville, Utah (City) is to solicit sealed proposals from

More information

REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034

REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034 REQUEST FOR PROPOSAL (RFP) # 08-P-BF-034 ISSUED BY: Brenda Fuller, Senior Contracts Specialist Contracts and Procurement Services Washington Convention Center Authority (WCCA) Office of Contracts and Procurement

More information

Request for Quotation

Request for Quotation Page One Quotation must be received Send quotation to above address Quotation Number: Date No Later Than: Attention of: Print company name and address: Please quote your lowest delivered price of the items(s)

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

Request for Quotation Page One

Request for Quotation Page One University of South Carolina Aiken Purchasing Department 471 University Parkwy Aiken, SC 29801 Telephone: (803) 641-3455 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received Send

More information

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018 VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS RFQ ISSUED: September 13, 2018 QUESTIONS DUE: September 19, 2018 at 10:00 A.M. EST QUOTES DUE: September

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation 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 information

Request for Quotation Page One

Request for Quotation Page One 1 University of South Carolina Aiken Purchasing Department 471 University Parkwy Aiken, SC 29801 Telephone: (803) 641-3455 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology.

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology. Supplier Guide Purpose Mission Statement How to Reach Us Sales Visits Office Hours Location Supplier Registration How the Procurement Process Works Purchasing Methods Quotations Bids Request for Proposals

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

GENERAL CONDITIONS. The award will be made in accordance with Section of the South Carolina Consolidated Procurement Code.

GENERAL CONDITIONS. The award will be made in accordance with Section of the South Carolina Consolidated Procurement Code. GENERAL CONDITIONS DEFAULT: In case or default by the Contractor, the University of South Carolina reserves the right to purchase any or all items in default in the open market, charging the Contractor

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) PRINTING SERVICES FOR VRE MARKETING MATERIALS. RFQ ISSUED: May 2, 2017

VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) PRINTING SERVICES FOR VRE MARKETING MATERIALS. RFQ ISSUED: May 2, 2017 VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) PRINTING SERVICES FOR VRE MARKETING MATERIALS RFQ ISSUED: May 2, 2017 QUESTIONS DUE: May 8, 2017 at 10:00 A.M. EST QUOTES DUE: May 15, 2017 at 4:00 P.M.

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSAL,

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

Bids received after the appointed date set for receipt will be returned unopened.

Bids received after the appointed date set for receipt will be returned unopened. REQUEST FOR PROPOSAL (RFP) Item(s) up for Bid: Screen Printing and Embroidery Vendor Ripken Pigeon Forge LLC, (RPF) dba The Ripken Experience Pigeon Forge, (Temporary Mailing Address) Ripken Baseball C/O

More information

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS As-Needed Container Crane Engineering Services for Fiscal Years 2016 & 2017 Issue Date: March 25, 2015 NEW ORLEANS, LOUISIANA RESPONSES

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER 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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

INSTRUCTIONS TO BIDDERS

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

More information

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID-- *Complete and return one copy of this form with your bid. WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY 40769 --INVITATION TO BID-- REFERENCE: CLOSING TIME OF BIDS: DEPARTMENT OR SCHOOL:

More information

Invitation to Bid BOE. Fluorescent Bulbs

Invitation 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 information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

Invitation to Bid UNIFORMS RE-BID

Invitation to Bid UNIFORMS RE-BID Invitation to Bid 20150616 UNIFORMS RE-BID 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 20150616

More information

Request for Quotation

Request for Quotation University of South Carolina Purchasing Department 1600 Hampton Street, 6th floor Columbia, SC 29208 Telephone: (803) 777-4115 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES The Santa Cruz Port District is seeking proposals from qualified independent contractors for: GARBAGE HAULING SERVICES BACKGROUND

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

Invitation For Bid. Uniforms IFB U

Invitation For Bid. Uniforms IFB U Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Uniforms IFB-19-1807-7U This procurement is governed

More information

REQUEST FOR FORMAL BID

REQUEST FOR FORMAL BID REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE

More information

(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS) BID FORM MISSOURI DEPARTMENT OF TRANSPORTATION GENERAL SERVICES 830 MoDOT DRIVE P.O. BOX 270 SEALED BIDS, SUBJECT TO THE ATTACHED CONDITIONS WILL BE RECEIVED AT THIS OFFICE UNTIL REQUEST NO. 1-070619 DATE

More information

Request for Quotation

Request for Quotation University of South Carolina Purchasing Department 1600 Hampton Street, 6th floor Columbia, SC 29208 Telephone: (803) 777-4115 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: FEBRUARY 11, 2014 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 9 PAGES BIDS DUE:

More information

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS THALIA ST. WHARF NEW PARKING GARAGE WO 1-156 ISSUE DATE: August 31, 2016 NEW ORLEANS, LOUISIANA Deadline for Proposals is no later

More information

INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO

INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO. 2013-09 Issue Date: September 30, 2013 Pre-bid Conference: Pre-bid Question Deadline: Bid Deadline: Purchasing Contact:

More information

2018 Athletic Field Prep & Turf Materials

2018 Athletic Field Prep & Turf Materials Request for Proposals Equipment and Supplies April 23, 2018 Proposals Due: Thursday, May 3, 2018, 2:00pm Dan Voss Park District of Highland Park 636 Ridge Road Highland Park, IL 60035 April 23, 2018 Dear

More information

Request for Quote RFQ# Date: 02/01/2017

Request for Quote RFQ# Date: 02/01/2017 Request for Quote RFQ#2016-11 Recycling and Trash Removal Services Date: 02/01/2017 Page 1 of 9 Table 1, Key Dates in the RFQ Schedule Date Wednesday, February 1, 2017 Wednesday, February 15, 2017 @ 2:30

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013 BID INVITATION (THIS IS NOT AN ORDER) FROM: FINANCE DEPARTMENT DATE: SEPTEMBER 27, 2013 CITY OF WEATHERFORD BID NUMBER: 2014-001 P.O. BOX 255 BID TITLE: HIGHWAY MOWING & LITTER PICK-UP WEATHERFORD, TX.

More information

Request for Bid #1667 (RFB) CONCRETE SERVICES

Request for Bid #1667 (RFB) CONCRETE SERVICES Request for Bid #1667 (RFB) CONCRETE SERVICES CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: April 6th, 2018 DUE: April 25th,

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: MARCH 27, 2013 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE:

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS BOARD OF COMMISSIONERS PORT OF NEW ORLEANS Board of Commissioners of the Port of New Orleans REQUEST FOR QUALIFICATIONS As-Needed Civil Engineering August 9, 2017 Deadline for Statement of Qualifications

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP 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 information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-35: UNIFORM & MAT SERVICE SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, SEPTEMBER 13 at 3:30 P.M. CENTRAL AND RECEIVED AT: COLE COUNTY COMMISSION

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

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

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

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 March 9, 2018 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 TO: Prospective Quoters RE: Request for Quotation (RFQ) 18-06 Office Supplies The Greater Dayton Regional Transit

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

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

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

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County) STATEMENT OF WORK Installations, Repair and/or Maintenance of Sewage and Drain Lines Presque Isle State Park (Erie County) I. SCOPE OF WORK: The Pennsylvania Department of Conservation and Natural Resources,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

REQUEST FOR FORMAL BID

REQUEST FOR FORMAL BID REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION 1. Requirement Under the Request for Quotation (RFQ) 30915-20913-Q01, the City of Ottawa (the City) is requesting quotations from authorized suppliers for the maintenance and support

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: Automotive Repair-Repair and Rebuild Transmissions May 15, 2015 through May 14, 2016 w/2-1 year options, Extend

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ 18-067 For CONSULTANT SERVICES GATEWAY GREEN LIGHT (GGL) PHASE 4 PE CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information