The term Government in clauses and/or provisions shall mean Concho Valley Council of Governments (CVCOG) unless otherwise specified.
|
|
- Felix Ryan
- 5 years ago
- Views:
Transcription
1 The term Government in clauses and/or provisions shall mean Concho Valley Council of Governments (CVCOG) unless otherwise specified. 1. Prohibition on Contracting with Inverted Domestic Corporations-Representation. (a) Definitions. Inverted domestic corporation and subsidiary have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations. (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the Procurement Officer grants an exception or the requirement is waived. (c) Representation. The Offeror represents that- (1) It is, is not an inverted domestic corporation; and (2) It is, is not a subsidiary of an inverted domestic corporation. 2. Alternatives to Government-Unique Standards. (a) This solicitation includes Government-unique standards. The offeror may propose voluntary consensus standards that meet the Government s requirements as alternatives to the Government-unique standards. The Government will accept use of the voluntary consensus standard instead of the Government-unique standard if it meets the Government s requirements unless inconsistent with law or otherwise impractical. (b) If an alternative standard is proposed, the offeror must furnish data and/or information regarding the alternative in sufficient detail for the Government to determine if it meets the Government s requirements. Acceptance of the alternative standard is a unilateral decision made solely at the discretion of the Government. (c) Offers that do not comply with the Government-unique standards specified in this solicitation may be determined to be nonresponsive or unacceptable. The offeror may submit an offer that complies with the Government-unique standards specified in this solicitation, in addition to any proposed alternative standard(s). 3. Limitations on Pass-Through Charges-Identification of Subcontract Effort. (a) Definitions. Added value, excessive pass-through charge, subcontract, and subcontractor, as used in this provision, are defined in the clause of this solicitation entitled Limitations on Pass-Through Charges. (b) General. The offeror s proposal shall exclude excessive pass-through charges. 1
2 (c) Performance of work by the Contractor or a subcontractor. (1) The offeror shall identify in its proposal the total cost of the work to be performed by the offeror, and the total cost of the work to be performed by each subcontractor, under the contract, task order, or delivery order. (2) If the offeror intends to subcontract more than 70 percent of the total cost of work to be performed under the contract, task order, or delivery order, the offeror shall identify in its proposal- (i) The amount of the offeror s indirect costs and profit/fee applicable to the work to be performed by the subcontractor(s); and (ii) A description of the added value provided by the offeror as related to the work to be performed by the subcontractor(s). (3) If any subcontractor proposed under the contract, task order, or delivery order intends to subcontract to a lower-tier subcontractor more than 70 percent of the total cost of work to be performed under its subcontract, the offeror shall identify in its proposal- (i) The amount of the subcontractor s indirect costs and profit/fee applicable to the work to be performed by the lower-tier subcontractor(s); and (ii) A description of the added value provided by the subcontractor as related to the work to be performed by the lower-tier subcontractor(s). 4. Type of Contract The Government anticipates awarding a Firm Fixed Price contract resulting from this solicitation. 5. Site Visit. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (b) An organized site visit has been scheduled for March 3, 2017 at 10:00am 2
3 (c) Participants will meet at 506 Chadbourne, San Angelo, TX (Shell Bldg) 6. System for Award Management. (a) Definitions. As used in this provision Electronic Funds Transfer (EFT) indicator means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management records for identifying alternative EFT accounts for the same entity. Registered in the System for Award Management (SAM) database means that (1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 into the SAM database; (2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record Active. Unique entity identifier means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See for the designated entity for establishing unique entity identifiers. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation Unique Entity Identifier followed by the unique entity identifier that identifies the Offeror s name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM database. 3
4 (c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information: (1) Company legal business name. (2) Tradestyle, doing business, or other name by which your entity is commonly recognized. (3) Company Physical Street Address, City, State, and Zip Code. (4) Company Mailing Address, City, State and Zip Code (if separate from physical). (5) Company telephone number. (6) Date the company was started. (7) Number of employees at your location. (8) Chief executive officer/key manager. (9) Line of business (industry). (10) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at 7. Evaluation. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Cost 75% Performance/Completion Time 25% (all COTS (commercial off the shelf) materials shall be pre-approved for any item valued at more than $500.00) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding 4
5 contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 8. Submission of Bids. (a) Bids and bid modifications shall be submitted in sealed envelopes or packages (unless submitted by electronic means) (1) Addressed to the office specified in the solicitation; and (2) Showing the time and date specified for receipt, the solicitation number, and the name and address of the bidder. (b) Bidders using commercial carrier services shall ensure that the bid is addressed and marked on the outermost envelope or wrapper as prescribed in paragraphs (a)(1) and (2) of this provision when delivered to the office specified in the solicitation. (c) Facsimile bids, modifications, or withdrawals, will not be considered unless authorized by the solicitation. (d) Bids submitted by electronic commerce shall be considered only if the electronic commerce method was specifically stipulated or permitted by the solicitation. 9. Explanation to Prospective Bidders. Any prospective bidder desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing soon enough to allow a reply to reach all prospective bidders before the submission of their bids. Oral explanations or instructions given before the award of a contract will not be binding. Any information given a prospective bidder concerning a solicitation will be furnished promptly to all other prospective bidders as an amendment to the solicitation, if that information is necessary in submitting bids or if the lack of it would be prejudicial to other prospective bidders. 10. Late Submissions, Modifications, and Withdrawals of Bids. (a) Bidders are responsible for submitting bids, and any modifications or withdrawals, so as to reach the Government office designated in the request for proposal (RFP) by the time specified in the RFP. If no time is specified in the RFP, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that bids are due. (b)(1) Any bid, modification, or withdrawal received at the Government office designated in the IFB after the exact time specified for receipt of bids is late and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late bid would not unduly delay the acquisition; and 5
6 (i) If it was transmitted through an electronic commerce method authorized by the RFP, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals/offers/bids; or (ii) There is acceptable evidence to establish that it was received at the Government location designated for receipt of proposals and was under the Government s control prior to the time set for receipt of proposals/bids. (2) However, a late modification of an otherwise successful bid that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (c) Acceptable evidence to establish the time of receipt at the Government location includes the time/date stamp of that installation on the bid wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (d) If an emergency or unanticipated event interrupts normal Government processes so that bids cannot be received at the Government office designated for receipt of proposals by the exact time specified in the RFP and urgent Government requirements preclude amendment of the RFP, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (e) Proposals may be withdrawn by written notice received at any time before the exact time set for receipt of proposals. If the RFP authorizes facsimile bids, bids may be withdrawn via facsimile received at any time before the exact time set for receipt of proposals/offers/bids, subject to the conditions specified in the provision. A proposal/bid may be withdrawn in person by a bidder or its authorized representative if, before the exact time set for receipt of proposal/bids, the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal/bid. 11. Period for Acceptance of Bids. In compliance with the solicitation, the bidder agrees, if this bid is accepted within calendar days (60 calendar days unless a different period is inserted by the bidder) from the date specified in the solicitation for receipt of bids, to furnish any or all items upon which prices are bid at the price set opposite each item, delivered at the designated point(s), within the time specified in the Schedule. 12. Protection of Government Buildings, Equipment, and Vegetation. The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor s failure to use reasonable care 6
7 causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. 7
Amendment 0002 SPM R-0086 Page 2 of 40 UPDATED CONTRACT CLAUSES
Amendment 0002 Page 2 of 40 UPDATED CONTRACT CLAUSES Page 44: 52.204-13, Central Contractor Registration Maintenance (DEC 2012), is deleted and replaced with the following: 52.204-13 System for Award Management
More informationSpecification Standards for University of Washington Section
Page 1 of 7 1. EXPLANATIONS TO CONTRACTORS A. The Final Proposal shall be in the form of a sealed bid. Any Bidder desiring an explanation or interpretation of the bidding documents must make a request
More informationAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE 2. AMENDMENT/MODIFICAITON NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicble) 0011 Aug 27, 2013 N/A
More informationSOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair)
SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES SEALED BID (IFB) 01 of 089 VA-101-10-RP-0130 09/10/2010 X NEGOTIATED
More informationPART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS
PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 PROPOSAL PREPARATION INSTRUCTIONS Offerors shall provide proposals in two separate volumes. Volume
More informationInstructions to Bidders Page 1
INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation
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 informationSOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 7. FOR SOLICITATION INFORMATION CALL: 9. ISSUED
More informationRFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)
RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting
More informationSOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation.
Page : 1 of 4 SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation. 1. Responses to this solicitation received after the specified "Bid Close Date"
More informationPART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors
PART IV REPRESENTATIONS AND INSTRUCTIONS Section K Representations, Certifications, and Other Statements of Offerors Section L Instructions, Conditions, and Notices to Offerors L.1 Formal Communications
More informationDisposable Shop Towels for Bus, Light Rail, & Facility Repair Shops
DALLAS AREA RAPID TRANSIT SOLICITATION, OFFER AND AWARD FORM SOLICITATION INFORMATION Invitation for Bids (IFB) 1. SOLICITATION NO.: B-1022448 4. BRIEF DESCRIPTION: 2. ISSUE DATE: 09/26/2012 3. FOR INFORMATION
More informationRequest for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES
Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Prepared by: Ken Crawford DUE: April 17, 2018 2:00 PM Mountain Time Ogden City School District Purchasing Department Room #210 1950 Monroe Blvd.
More informationINSTRUCTIONS TO BIDDERS
11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction
More informationCHEROKEE 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 informationFEHB Program Carrier Letter All Community-Rated HMO Carriers
FEHB Program Carrier Letter All Community-Rated HMO Carriers U.S. Office of Personnel Management Healthcare and Insurance Letter No. 2012-21(a) Date: August 8, 2012 Fee-for-service [n/a ] Experience-rated
More informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF
More information2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.
Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City
More informationDE-AC02-05CH11231 Modification 841 Page 2 of 30
Page 2 of 30 Block 14 DESCRIPTION OF AMENDMENT/MODIFICATION, continued: The purpose of this modification is to update Section I in accordance with 48 CFR Federal Acquisition Regulations; to formally recognize
More information2. Bidder shall notify Buyer if a former employee of Buyer is representing Bidder in connection with its proposal or any resulting order.
Page: 1 of 5 General Instructions to Bidder 1. Bidder will carefully review all documents cited in Buyer's solicitation to ensure the following: a. All information required to properly respond to this
More informationMANDATORY GENERAL TERMS AND CONDITIONS:
MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and
More 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 informationAustin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas
Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications
More informationSOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 7. FOR SOLICITATION INFORMATION CALL: 9. ISSUED
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 informationCOST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION
COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION Introduction The Prime Contract under which this solicitation is issued requires that APL determine the applicability of Cost Accounting Standards Board
More informationa B Competitive Sealed Proposals b C.1 Procurement not exceeding one hundred thousand dollars ($100,000)
Page 1 3-803 Source Selection and Contract Formation A. Competitive Sealed Bidding 1. Contracts shall be awarded by competitive sealed bidding except as provided by this Code in accordance with the following
More informationNOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)
NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors
More informationSOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 7. FOR SOLICITATION INFORMATION CALL: 9. ISSUED
More informationANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS
Page: 1 of 10 Date: 12AP16 ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS If Offeror has completed the annual representations and certifications electronically, via the System for Award Management
More informationINVITATION FOR BIDS (IFB)
INVITATION FOR BIDS (IFB) No. PCCD-19-PCW16-02 April 11, 2019 REMEDIAL ASSISTANCE REPAIR of Plum Creek Watershed Floodwater Retarding Structure Site 16 Hays County, Texas Contracting Local Organization
More informationINFORMATION FOR BIDDERS
1. Receipt and Opening of Bids INFORMATION FOR BIDDERS The Laguardo Utility District (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled
More informationPROVISIONS IN FULL TEXT Instructions to Offerors -- Commercial Items (Oct 2016)
PROVISIONS IN FULL TEXT 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2016) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code
More informationBidders shall execute the following forms and return the signed original with their proposal.
Required Forms Bidders shall execute the following forms and return the signed original with their proposal. Bid Certification Bidder certifies that they have not offered any pecuniary benefit or thing
More informationREQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas
REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst
More informationSPM R-0079 AMENDMENT 0011 Page 2 of 50
SPM300-13-R-0079 AMENDMENT 0011 Page 2 of 50 I. Amendment 0009 Page 18, Mandatory Products, paragraph D. is changed FROM: TO: Prime Vendor contractors will be notified via e-mail. The e-mail notification
More informationWebinar: Making the Right Choices in Government Contracting Part 3
Public Contracting Institute LLC Webinar: Making the Right Choices in Government Contracting Part 3 Presented by Richard D. Lieberman, FAR Consultant, Website: www.richarddlieberman.com. Email rliebermanconsultant@gmail.com.
More informationState College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01
State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September
More informationSILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016
SILVER FALLS SCHOOL DISTRICT INVITATION TO BID Covered Play Shed Project Closing Date: 11:00 am on September 22, 2016 Submit Proposals to: Lorin Stanley, Director of Maintenance Silver Falls School District
More informationSUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT
SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018
More informationREPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)
REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive
More informationKENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI SURPLUS VEHICLES 2019
KENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI-19-02 SURPLUS VEHICLES 2019 Issue Date: March 1, 2019 Due Date: March 18, 2019 Purchasing Department 400 East Main Street Academic Services Building, Suite
More informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications
More informationB. The Bid is made in compliance with the Bidding Documents.
SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are
More informationLEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS
LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT
More informationCoffee Supplies and Related Services
DALLAS AREA RAPID TRANSIT SOLICITATION, OFFER AND AWARD FORM SOLICITATION INFORMATION Invitation for Bids (IFB) 1. SOLICITATION NO.: B-1021823 4. BRIEF DESCRIPTION: 2. ISSUE DATE: May 4, 2012 3. FOR INFORMATION
More informationNon-Professional Services
Non-Professional Services FULL POLICY CONTENTS Policy Statement Purpose Forms/Instructions Procedures Contacts ADDITIONAL DETAILS Definitions Appendices FAQ Related Information History Policy Number: AP-4101
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 informationSection L Instructions, Conditions, and Notices to Offerors
Section L Instructions, Conditions, and Notices to Offerors L.1 Proposal Preparation Instructions L.2 Formal Communications L.3 Submission of Proposals L.4 Explanation to Prospective Offerors L.5 Period
More informationCounty of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018
County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624
More informationHobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)
Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and
More informationFRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING
FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications
More informationPROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM
LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION
More informationMANDATORY GENERAL TERMS AND CONDITIONS
MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of
More informationUNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS
UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE
More informationINVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.
A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:
More informationWHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602
http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00
More informationRequest for Proposals for Agent of Record/Insurance Broker Services
County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate
More informationRebuild Bombardier Parts for DART s Super Light Rail Vehicles
DALLAS AREA RAPID TRANSIT SOLICITATION, OFFER AND AWARD FORM SOLICITATION INFORMATION Invitation for Bids (IFB) 1. SOLICITATION NO.: B-1021362 4. BRIEF DESCRIPTION: 2. ISSUE DATE: March 12, 2012 3. FOR
More informationREQUEST FOR PROPOSAL FOR EXCESS WORKERS COMPENSATION PREPARED BY: TOWNSHIP OF GLOUCESTER. P. O. Box 8. Blackwood, N. J
REQUEST FOR PROPOSAL FOR EXCESS WORKERS COMPENSATION PREPARED BY: TOWNSHIP OF GLOUCESTER P. O. Box 8 Blackwood, N. J. 08012 RFP: ADM. 12-02 ISSUED: November 28, 2012 DUE DATE: December 19, 2012 REQUEST
More informationINVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY
INVITATION TO BID DUNKIN DONUTS PC# 357658 2529 Fort Campbell Blvd. Hopkinsville, KY PART I - GENERAL INVITATION:. 1. 1. 1. Bid is by invitation of the Owner ONLY. The Contact is as follows: Architect:
More informationFRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES
FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests
More informationAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES 1 8 2. AMENDMENT/MODIFICATION NO. 0001 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)
More informationNOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS
NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower
More informationPROPOSAL REQUIREMENTS AND CONDITIONS
1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not
More informationHOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES
HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00
More information(e-procurement System)
B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69
More informationC I T Y O F A U S T I N, T E X A S REQUEST FOR PROPOSAL (RFP) Offer Sheet
C I T Y O F A U S T I N, T E X A S REQUEST FOR PROPOSAL (RFP) Offer Sheet SOLICITATION NO: KP0001 DATE ISSUED: January 13, 2016 REQUISITION NO.: N/A COMMODITY CODES: 90664 - PLANNING, URBAN (COMMUNITY,
More informationSubpart Indefinite-Delivery Contracts
Page 1 of 12 Subpart 16.5 -- Indefinite-Delivery Contracts 16.500 -- Scope of Subpart. (a) This subpart prescribes policies and procedures for making awards of indefinite-delivery contracts and establishes
More informationSMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) BASIC (DEVIATION 2018-O0007) (DEC 2017)
Attachment 1 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) Basic. (DEVIATION 2018-O0007) For solicitations and contracts that contain the basic, Alternate I, or Alternate II of the clause
More informationAIA Document A701 TM 1997
Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,
More informationLisa Alderson, Contracts and Procurement Supervisor
TO: FROM: Prospective Offerors Lisa Alderson, Contracts and Procurement Supervisor SUBJECT: Addendum No. 2 Request for Proposals P38-160 DATE: July 18, 2018 This addendum provides responses to prospective
More informationSubpart Indefinite-Delivery Contracts
Page 1 of 11 Subpart 16.5 -- Indefinite-Delivery Contracts 16.500 -- Scope of Subpart. (a) This subpart prescribes policies and procedures for making awards of indefinite-delivery contracts and establishes
More informationHousing Authority of the City of Pittsburgh Procurement and Disposition Policy
Housing Authority of the City of Pittsburgh Procurement and Disposition Policy Table of Contents 1 General Provisions...5 1.1 Purpose:...5 1.2 Application:...5 1.3 Definition...5 1.4 Terms...6 1.5 Exclusions...6
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 informationSECTION A, APPLICABLE TO ALL OFFERS..1 SECTION B, APPLICABLE TO OFFERS OF $650,000 OR MORE ($1,000,000 IF CONSTRUCTION)..5
REPRESENTATIONS AND CERTIFICATIONS FOR USE IN SOLICITATIONS FOR COMMERCIAL GOODS AND SERVICES Offeror shall complete the representations and certifications herein and submit with offers. The term "offer"
More informationInvitation For Bids (Non-Federal)
Invitation For Bids (Non-Federal) RAIL GRINDING SERVICES IFB No.: CQ17135/FRV Date: October 31, 2017 Bid Due/Opening Date: November 29, 2017 Table of Contents NOTICE TO BIDDERS... 6 NOTICE TO ALL VENDORS...
More informationFederal Acquisition Regulations: What Every Surety Professional Should Make Sure Their Clients Know
Federal Acquisition Regulations: What Every Surety Professional Should Make Sure Their Clients Know Surety Association of San Diego April 12, 2011 What are the Federal Acquisition Regulations? The Federal
More informationRequest For Proposal (RFP) for
Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date
More informationREQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL
REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL RFP Circulation Date: 08/01/14 Proposal Submission Deadline: 08/20/14 1 CITY OF GALESBURG PURCHASING
More informationCity of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga
City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
City of North Mankato 1 CITY OF NORTH MANKATO REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JULY 1, 2015 THROUGH JUNE 30, 2016 DUE: APRIL 15, 2015 by 5:00 p.m. The City of North Mankato (City)
More informationCounty of Gillespie. Bid Package for GRAVEL. Bid No November 2018
County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie
More informationINSTRUCTIONS 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 informationTitle 48: Federal Acquisition Regulations System PART 45 GOVERNMENT PROPERTY
Title 48: Federal Acquisition Regulations System PART 45 GOVERNMENT PROPERTY Subpart 45.1 General 45.101 Definitions. (a) Contractor-acquired property, as used in this part, means property acquired or
More 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 informationTHE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT
THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC-19-03 MANAGEMENT AND ORGANIZATIONAL ASSESSMENT Proposal Issue Date: January 4, 2019 Proposal Due Date: January 29,
More informationCounterpart International
REQUEST FOR QUOTATIONS (RFQ) RFQ Number: CPI-ACEP-17-012 Issuance Date: January 22, 2017 Submission Deadline: Overview: Issued by: Funded by: Implemented by: February 2, 2017-3:00 PM Local Kabul Time Transportation
More informationREQUEST 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 informationAdministrative Rule MARLBORO COUNTY SCHOOL DISTRICT PROCUREMENT CODE POLICY. Adopted 7/3/98; Revised 8/9/07 TABLE OF CONTENTS
Administrative Rule PURCHASING Code DJ-R Issued 8/07 MARLBORO COUNTY SCHOOL DISTRICT PROCUREMENT CODE POLICY Adopted 7/3/98; Revised 8/9/07 TABLE OF CONTENTS ARTICLE 1 - GENERAL PROVISIONS Part A - Purpose
More informationCity of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)
REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical
More informationEvaluation 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 informationREQUEST FOR PROPOSALS. Service Contract Act Administration. February 21, Jason Carlin CNB Purchasing
REQUEST FOR PROPOSALS Service Contract Act Administration February 21, 2012 Jason Carlin 918-384-7636 CNB Purchasing Jason.carlin@cnent.com Cherokee Nation Businesses 777 West Cherokee St. Catoosa, OK
More informationREQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR
SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt
More informationSECTION NOTICE INVITING BIDS
SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,
More informationProcurement Federal Programs
626. ATTACHMENT Procurement Federal Programs This document is intended to integrate standard district purchasing procedures with additional requirements applicable to procurements that are subject to the
More informationTITLE 70: DEPARTMENT OF FINANCE SUBCHAPTER COST AND PRICE ANALYSIS REGULATIONS
SUBCHAPTER 70-30.1 COST AND PRICE ANALYSIS REGULATIONS Part 001 General Provisions 70-30.1-001 Overview and Summary 70-30.1-005 Scope 70-30.1-010 Definitions Part 100 Policy; Cost or Pricing Data 70-30.1-101
More informationStorage Cages for the Solid Waste Division of the Boone County Fiscal Court
Boone County, Kentucky Bid #: 082517SCSW Storage Cages for the Solid Waste Division of the Boone County Fiscal Court ACCEPTANCE DATE: Prior to 2:00 p.m., August 31, 2017 Local time ACCEPTANCE PLACE Boone
More informationOffers must be submitted in a sealed package. Solicitation Number & Opening date must appear on package exterior.
INVITATION FOR BID Solicitation Type Solicitation Number Date Issued Procurement Manager, I Phone E-Mail Address Invitation for Bid IFB# 18-R1800933/TS November 03, 2017 Teresia Sexton 803-323-2143, Ext.
More information