Access Control System, Software House C-Cure 800/8000 CCTV Verint Nextiva 6.2 Badge Management Video Imaging, Videology 20Z704 (USB) ADT

Size: px
Start display at page:

Download "Access Control System, Software House C-Cure 800/8000 CCTV Verint Nextiva 6.2 Badge Management Video Imaging, Videology 20Z704 (USB) ADT"

Transcription

1 1-12-C069 s and s 1. Can you please identify the manufacturer(s) for the current Access Control (ESS), video imaging, and CCTV systems in use at both Washington Reagan and Dulles airports? 2. What is the name of the current service provider for the systems listed above? 3. Are there plans to upgrade or replace the current systems included within the RFP during the contract period? 4. If the airport(s) are currently not supporting biometrics, are there plans to move to this technology or similar during the contract period? 5. Is the video imaging system mentioned part of a badging system for photo ID, or is this a particular video analytic system? Access Control System, Software House C-Cure 800/8000 CCTV Verint Nextiva 6.2 Badge Management Video Imaging, Videology 20Z704 (USB) ADT YES, the airport conducts regular service updates, and upgrades, annually and replacements throughout the contract period of performance. The Airport is updating and/or upgrading system components to allow for biometrics, but does not have a current time frame for completion (est. 1 to 5 years) A system component to the badge management system (Intellisoft AirportICE). 6. Is there a badging system support requirement included in the RFP? Yes, it is a service that is part of the Security Network Domain. 7. Is the perimeter detection mentioned a separate system or is it part of the ESS? 8. Is there a Physical Security Information Mgmt. (PSIM) system integrating the CCTV and ESS into a single solution? 9. The Statement of Work, Section IX, Personnel, contains what appears to be duplicative and in some cases excessive Minimum Certifications, Training, and Experience for all technical personnel. There is very little difference in the minimum requirements for each position virtually making all technical personnel equally qualified for all positions. For example, the Network Engineer is required to be certified as a Ccure 800 installer, maintainer, with Istar, and other security system maintenance certifications, but these skills are outside the norm for what a Network Engineer normally does which is to attend to routing, switching, and network security. Conversely, the Systems Administrators are required to be Cisco Certified Entry Network Technician (CCENT) in routing and switching, network security, and storage network which is the responsibility of the Network Engineer. While this would certainly provide an ideal It is a separate system but the ESS Maintenance contractor will support the interface to the Security Network, PSIM and Access Control System The Airports Authority uses KapLogic Aegis 2 as its PSIM. See Amendment Two for additional clarifications. As the owner of these critical systems it is incumbent upon the Airports Authority to draft the strongest Statement of Work possible to ensure a safe, reliable electronic security system. Consequently the requirements are as stated in Amendment Two.

2 1-12-C069 s and s technical dream team, it is not an industry standard for all personnel to be equally certified as required by the RFP, and it is virtually impossible to find personnel with all of these certifications unless they are the incumbents personnel who have achieved these certifications over time while serving in the MWAA security environment. This presents an unfair advantage to the incumbent contractor, and a disadvantage to all other bidders. Considering this, we ask MWAA to revise the personnel requirements to certifications matched to the specific tasks to be performed, or make an allowance for personnel to have basic industry standard certifications, and the ability to achieve all others within six months after being assigned to their job. 10. Evaluation Criteria-Page 6, Section 4, Bullet 4 The requirement reads, 'Resumes of Key Personnel (limited to two (2) pages each),' but item 05 under Section X-Deliverables lists Resumes of All Key Personnel as a post-award deliverable. For which positions from Section IX-Personnel should proposals provide resumes? 11. Evaluation Criteria-Page 5, Section 3, Sub-Section 3.2 The Past Performance Project Descriptions and References section states that, 'These contracts must have been awarded within the past five years' but later states, 'If fewer than five (5) contracts of similar size and scope have been awarded to the Offeror in the past three years' Is this discrepancy intentional? Please clarify how recent past performance contracts must be. 12. Evaluation Criteria-Page 3, Section 1 This section references Section 2.2 Transitions Services and Section 2.3 of the Statement of Work-Base Services. Please clarify to what sections the references meant to point. 13. Evaluation Criteria-Page 3-4 These pages make reference to 'Section V' as different sections within the SOW. For example, 'Section V of the Statement of Work- Transition Period,' 'Section V-Base Services of the Statement of Work,' 'Section V: Supplemental Support Services of the Statement of Work.' Should bidders assume that they should respond to the requirements in the sections that correspond with the title of the referenced SOW section and disregard the section number? See RFP, Section X Attachment 02 Evaluation Criteria. Yes, it is intentional. Within the past five (5) years is the requirement, however, firms with fewer than five (5) contracts of similar size and scope awarded in the past three years will be reviewed and scored accordingly. These are subsection numbers in the evaluation criteria not in the SOW. 2.2 will cover the Transition Period services, 2.3 is for Base Services as stated in the Evaluation Criteria. Note the various sections under B. of the Evaluation Criteria, with instructions to offerors. Example: Section 2.2 is a subsection to Section 2.0 under B. in the evaluation criteria. Follow the instructions in the RFP, Section X Attachment B. Format and Instructions for Technical Proposal Preparation.

3 1-12-C069 s and s 14. Section V-Solicitation Provisions, Section V-4, Item 09 Preproposal Conference Will MWAA conduct each site visit appointment separately? Is there a method by which MWAA will share information provided during site visits with all bidders? 15. Evaluation Criteria-Page 4, Sub-Section 1.2, Bullet 5 In reference to the statement, 'Offeror will discuss its ability to meet the performance standards stated in this Statement of Work,' please define 'performance standards' or point to a reference within the Statement of Work. 16. Solicitation Cover Page, LDBE Requirement The requirement reads, 'This RFP has a 20% Local Disadvantaged Business Enterprise (LDBE) participation requirement and a 20% Voluntary MBE/WBE goal.' If a Subcontractor qualifies as both an LDBE and a MBE/WBE, can it be counted towards meeting both the mandatory and voluntary goals? 17. Solicitation Offer and Award Form In order to provide the highest quality response possible, we request a two week extension to the April 17th due date. Is it possible to extend the submission due date to May 1st? 18. RFP Section X, Attachment 02, Page 3, Section 02.B: Format Instructions for Technical Proposal Preparation: Please confirm that the Cover/Title is not a part of the overall page limit. 19. Statement of Work Section IX-5, National Airport Personnel This page lists a Network Engineer as necessary key personnel at National Airport. There was talk at the Prebid meeting about the Network Engineer possibly not being needed at National. Should the Network Engineer be included in the key personnel for National Airport? No, there will not be separate site visits for each firm and questions will not be answered during the site visits. s must be held and submitted in writing by 3 PM Local time, April 4, All remarks and explanations made by MWAA personnel at the site visits will not qualify, change, or otherwise alter the terms of the solicitation; and Only formal written amendments to the solicitation are binding. Performance standards can be found throughout the Statement of Work, rather than a specific section devoted to performance standards. Yes, it will be counted for both. See Amendment Two. Cover and Title page are not exempt from the fifty (50) page limit. As stated in RFP, Section X Attachment 02 Evaluation Criteria and Proposal Submission Requirements, 02 Proposal Submission Requirements, A., Envelope 3: Technical Proposal, d. Exhibits and samples of previous work (resumes, charts, Appendix G, etc) are not included in the 50-page limit. All remarks and explanations made by MWAA personnel at the Pre-proposal conference do not qualify, change, or otherwise alter the terms of the solicitation; and only formal written amendments to the solicitation are binding. See Amendment Two.

4 1-12-C069 s and s 20. Section IV-02 D of the SOW As stated in Section IV-02 D of the SOW, the Contractor is to keep all systems updated to the most current version available from the manufacturer. With systems of this size, a complete system outage is required to perform and update in most cases. Are these updates required to be implemented and manage outside normal business hours? If so, is this to be included under the base services or will this be allocated under the additional work allowance? If these outages are to be included as base services, what is the frequency and duration of a normal outage to support this? Are there additional technicians or managers required to support the airport during any scheduled system outage? 21. Section IX-7 D, National Airport Personnel, Maintenance Technicians Can this position be based on a rotating schedule as long as the designated lead technician meets the requirements, or does this have to be a fixed person for the duration of the contract? 22. Section VIII-02, Barcode System Will the barcode units be new when they are issued to the contractor? Please provide replacement and or repair costs of the associated units. 23. Reference: Inclement Weather Does the contractor have to provide additional coverage during inclement weather and/or emergency events? Is this to be included under the base services portion of the proposal? What is the estimated frequency and duration of this type of event? 24. Reference: Yearly Manufacturer Software Agreements With systems of this type and size it is industry standard to maintain a current software service agreement with each system manufacturer. Will the associated costs to maintain these agreements be covered under the extra work allowance? If it is to be included under base services, what are the associated costs? At DCA, Outages for Network Updates are part of Base Services. Extended outages (greater than 30 minutes and occurring 3-4 times, per year) may require servicing outside of normal business hours and may require additional personnel, the cost of which is recovered by the contractor under Supplemental Charges. IAD has personnel on duty 24/7, and shall recover the cost of such outages under Base Services. A rotating schedule will be allowed as long as each individual meets the contract requirements. At National Airport, the Barcode System is new and so are the units. Each unit currently costs approximately $600. At Dulles International, existing barcode system equipment will be provided and additional equipment will be purchased in accordance with the number of the contractor s onsite personnel. Hurricane/Tornado/Abnormal Snowfall event perhaps once a year; additional costs covered by Supplemental Charges. Associated costs will be covered under Base services.

5 1-12-C069 s and s 25. Reference: IAD and DCA Onsite Manager Within each Airport Personnel section of the RFP for Onsite Manager, the description states the need for each manager to have a valid DCJS locksmith registration. Please confirm this applies to the manager position as it is not standard for a manager to physically work on a lock. 26. Reference: Section IV-02 D of the SOW This section states the contractor is required to maintain Intellikey software; however, this system is not listed anywhere in the RFP and/or shown on any of the associated drawings. Please provide the associated details for this system as well as the maintenance requirements and frequency associated with this system. 27. Are the qualifications necessary able to be qualified by the prime contractor. The requirements make it very difficult for the small business participants 28. For National, can the 2 hour window for on call be extended to 3 or 4 hours due to traffic and distance? 29. What facilities require only midnight shift for on call and maintenance work? The State of VA requires DCJS locksmith registration. Security Locks require voltage which mandates this qualification. Staff locksmiths work on locksets but security locks requires DCJS registration is for the onsite manager as well as all contractor s employees working on the contract. Contractor is responsible for loading and updating the software on the Intellikey computer. Bi-Annual maintenance, at most. Intellikey is a type of electronic key The Proposal may be a combination of prime, sub-contractor, and/or LDBE participant qualifications to meet the Statement of Work. No, due to the sensitive security nature a two hour recall is required. National Airport does not have a midnight shift; on-call only. Dulles Airport expects personnel on-site 24/7. See Duty Hours in the Statement of Work. 30. What are the time restraints for escorts? Personnel may only be escorted for up to 30 days, unless prior coordination is made with the Airport Security Coordinator (who are also the COTRs for this Solicitation). Personnel that occasionally visit the airport (less than two days per month) are exempt from this restriction. 31. What areas require escorts? Any area with restricted access (e.g. controlled by a card reader or a fence line) 34. Will the network administrators have access remotely for trouble shooting or will they be required to be onsite to access the network? 32. Is this a prevailing wage project? No. The Network Engineer and Administrators are allowed to have remote access, as long as, the network policies are maintained and access is documented.

6 1-12-C069 s and s 33. How long does it take to get badged? Will we be required to be escorted at all times prior to getting badged? 34. If a Prime contractor provides training in support of an LDBE subcontractor for renewed technical certifications required for the bid preparation, can the value of this support be apportioned to the small business set aside requirement defined in the Solicitation? 35. The estimated gross profit for an LDBE providing 20% of the over-all base services support contract may produce a total gross profit of $54,000. The cost of renewed training for the staff required to generate this revenue would be $80,000, assuming all required certifications are updated. The net loss of this effort would be $26,000; has this been considered by MWAA and is it consistent with the MWAA LDBE initiative? 36. Did the current service provider personnel have all of the required certifications before they started their original Service Support Contract or did they acquire these certifications over the course of their Service Support Contracts. 37. RFP Section X Attachment 01 Statement of Work Section VI 1 Para 02 Evaluate and Document Technical Infrastructure - This section requires the Contractor to undertake a comprehensive review and evaluation of the Airport Authority ESS environment during the transition period. It is assumed that the incumbent Contractor has a complete status of the ESS environment and would not be required to evaluate their work. Since the major evaluation factor is price, will this not only impact the cost of the other Contractors and not the incumbent Contractor? Personnel on this contract will need to have Customs Seals issued by U.S. Customs and Border Protection. This process may take up to 30 days to complete. No. In general, we only count labor, services and supplies provided by the LDBE. No, it has not been considered and does not have any particular relevance to the LDBE program. The current contractor was required to meet all of the certification requirements required at the beginning of the current contract prior to its award five (5) years ago. Please note, however, that the ESS at both airports has undergone changes, updates and technology upgrades since the award of the current contract, and those changes have added to the certification requirements. The evaluation criteria are listed in descending order of importance with the first having the most weight and with each of the following criteria having equal or lesser weight than the one preceding it. Therefore your last sentence is incorrect. The statement of work in this RFP is not necessarily the same statement of work for the current contract. All contractors must meet all of the contract requirements.

7 1-12-C069 s and s 38. RFP Section X Attachment 01, Statement of Work Section IX, Personnel, Project Manager - Does the Project Manager have to have both DCJS Technician and DCJS Locksmith training and certifications? 39. As MWAA requires a number of activities to be performed by the successful contractor after contract award but before commencement of work (Security Training, Safety Training, Badging, etc.). What is the period of time between contract award and the start of the transition period? 40. Will the Authority extend the time for offerors to satisfy the requirements in Personnel Certifications (RFP Section X, Attachment 01 SOW, Section X.03) to the end of the 60 day transition period (in lieu of 7 days), provided the proposed key personnel are qualified and have a reasonable number of the required certifications in hand at time of award? 41. Will the Authority allow offerors to satisfy the requirements in Personnel Certifications (RFP Section X, Attachment 01 SOW, Section X.03) by providing, at the offeror's expense, additional resources, such as OEM representatives with the requisite certifications, as a gap filling measure during the DCA and IAD transition periods, provided the proposed key personnel are qualified and have a reasonable number of the required certifications in hand at time of award? 42. RFP Section X, Attachment 02 Page 3, Section 02.A: Envelope 3: Technical Proposal, item (d) The RFP states Do not exceed fifty (50), double spaced, single sided pages. Please clarify if the double space requirement includes tables and graphics. Since the response significantly impacts the proposal preparation activities, we request the Authority s response prior to the April 4 deadline. RFP Section X Attachment 01 Statement of Work, Section IX Personnel, 01 Personnel states, All contractor personnel are required to have a valid Virginia Department of Criminal Justice Services (DCJS) Private Security License with certifications for Electronic Security Technician and Locksmith, per 6 VAC , prior to doing any work associated with the contract. The number of activities you are references can be found in the RFP Section X Attachment 01 Statement of Work, Section X Deliverables There is not a definitive amount of time between award and the start of the transition period. However, generally under most circumstances the Airports Authority tries to allow at least thirty (30) days. No, the requirement remains as written, seven (7) business days after the contract award date. Yes, offerors may use OEM representatives during the transition period; however offerors will need to identify those individuals in their technical proposal, in accordance with RFP, Section X Attachment 02 Evaluation Criteria and Proposal Submission Requirements. The RFP is silent on tables and graphics regarding the double spaced requirement. Therefore formatting tables and graphics is left to the Offeror s discretion.

8 1-12-C069 s and s 43. RFP Section X, Attachment 02 Page 3, Section 02.A: Envelope 3: Technical Proposal Please confirm the Authority s direction, per the pre-proposal conference that the font size requirements for proposal content may as small as size 10. Since the response significantly impacts the proposal preparation activities, we request the Authority s response prior to the April 4 deadline. 44. RFP Section X, Attachment 02 Page 3, Section 02.B: Format Instructions for Technical Proposal Preparation We recommend the Authority allocate space for an Executive Summary that is not a part of the overall page limit. 45. RFP Section X, Attachment 01 Statement of Work Section V, Page1 Paragraph 01.A Under Supplemental Services, what does the Authority mean by rehabilitation? Since the response significantly impacts the proposal preparation activities, we request the Authority s response prior to the April 4 deadline. 46. RFP Section X, Attachment 02 -Evaluation Criteria and Proposal Submission Requirements Page 5, Section 02.B, Subsection 2.2 Management Plan, bullet 3 Under Problem Identification and Resolution Process, please provide examples of what the Authority defines as problems. Do you intend for offerors to address technical, personnel or another type of problem? Since the response significantly impacts the proposal preparation activities, we request the Authority s response prior to the April 4 deadline. 10 point font size is the smallest permitted. Executive Summary is not exempt from the fifty (50) page limit. As stated in RFP, Section X Attachment 02 Evaluation Criteria and Proposal Submission Requirements, 02 Proposal Submission Requirements, A., Envelope 3: Technical Proposal, d. Exhibits and samples of previous work (resumes, charts, Appendix G, etc) are not included in the 50-page limit. Rehabilitation is the modernization of any structure that can be accomplished without a change to structural supports, but may require the removal of drywall and/or studs to accomplish the work. This refers to all problems the Offeror might typically encounter (technical, personnel, etc.).

9 1-12-C069 s and s 47. RFP Section X, Attachment 01 Statement of Work Section IX- Personnel, Page 2, 03.B, item j Section IX-03.B, bullet j does not specify "DCJS license with Locksmith certification"; however Section IX-01 states all proposed personnel must possess this certification. Please clarify which is accurate. 48. RFP Attachment 02.B.Evaluation Criteria Section1. Subsection 1.2.Sub-section 1.2 Base Services -Page 4. The criteria states that Proposed Functional Organization Chart. Offerors will provide a graphical depiction of the proposed organizational structure for delivery of services to the Airports Authority, including the integration of existing Airports Authority personnel. Please clarify what is expected and Authority intent? 49. RFP Section V Section 08- Solicitation Provisions, Page 3, D Please clarify what the Authority means by Prompt payment discounts. 50. RFP Section X Attachment 01 Statement of Work Section VI, Page 2 Para 07 A. Pre-Inspection of Equipment Para A. states the Contractor is required to provide a prioritized ESS Condition Survey Report documenting deficiency and to serve as a starting point for the contractor to provide ongoing maintenance. Further it states that the contractor shall provide any additional resources necessary to complete this task as part of the Base Services. How is the contractor to price such services under the Base Services if the survey is conducted after the award? See the answer to question twenty-five (25). See Amendment Two. Any financial discounts offered by vendors for payments made prior to the contract provision of NET 30. RFP Section III Price Schedule, Supplemental Services addresses hourly labor category prices for work outside of Base Services.

10 1-12-C069 s and s 51. RFP Section X Attachment 01 Statement of Work Section VI, Page 3 Para 08 A. and B. - Assessment of the ESS Spare Inventory and Attachment E Para A. states that the Contractor shall develop and maintain the ESS Spare Parts Inventory at each Airport to ensure the minimum stock levels in accordance with Section XII Airports Authority Furnished Resources, 05 ESS Spare Parts Inventory. Para B. Shall review and confirm the existing Airports Authority ESS spare parts inventory to establish the ESS property baseline. Has this baseline inventory as identified in Attachment E been established as the Authority s Baseline for spare parts? Have the high usage items been identified in Appendix E and have sufficient quantities been identified for these items? 52. RFP Section X Attachment 01 Statement of Work Section VII, Page 3 Para 09 I. ESS Spare Parts Inventory Para I states Failure to make repairs within 24 hours because any high usage equipment was not available in the ESS Spare Parts Inventory is unacceptable and will be considered a deficiency. The Authority has provided a spare parts list that has been developed over the history of services under this contract. How does the Authority expect to hold the Contractor accountable for this inventory that has been established by the Authority? Does the Authority have a historical record of spare parts utilization in order to enable the contractor to determine what the high use items are and the appropriate quantities? 53. RFP Section X Attachment 01 Statement of Work Section IX, Page 3 Para 03 On-site Personnel Please confirm that only contractor determined Key Personnel resumes are to be submitted in the proposal submission and all others are required 7 days after contract award. The Airports Authority pays for the ESS Spare Parts; the contractor simply manages the inventory and advises the COTR of any recommended changes to the inventory levels based on usage and trending. ESS Spare Parts Inventory reports will be released to the successful offeror after contract award. Please reference RFP Section VI Transition Period, 08 Assessment of the ESS Spare Parts Inventory. ESS Spare Parts Inventory reports will be released to the successful offeror after contract award. See Amendment Two.

11 1-12-C069 s and s 54. RFP Section X Attachment 01 Statement of Work Section IX, Page 4 Para 03.F.1.a/b./c./d. Dulles Airport Personnel- Maintenance Technicians Lead Technician Is the Authority requesting a minimum of one Lead Technician on the shift to cover the areas outlined in a./b./c. & d. or is the Authority requesting a minimum of four Lead Technicians for this shift? Is it a seven days a week requirement? 55. RFP Section X Attachment 01 Statement of Work Section IX, Page 4 Para 03.F.2.a/b./c./d. Dulles Airport Personnel-Maintenance Technicians Technician II Is the Authority requesting a minimum of one Technician II on the shift to cover the areas outlined in a./b./c. & d. or is the Authority requesting a minimum of four Technician II for this shift? Is it a seven days a week requirement? 56. RFP Section X Attachment 01 Statement of Work Section IX, Page 4 Para 03.F.3.a/b./c./d. Dulles Airport Personnel- Maintenance Technicians Technician I Is the Authority requesting a minimum of one Technician I on the shift to cover the areas outlined in a./b./c. & d. or is the Authority requesting a minimum of four Technician I for this shift? Is it a seven days a week requirement? 57. Section X Attachment 01 Statement of Work Section X Deliverables, Page 1 Para 04 states that the list of personnel requiring security badging are required to be submitted within 15 days prior to the contract start date yet this deliverable is under the section entitled Seven Business Days After The Contract Award Date. When is this deliverable required? RFP Section X Attachment 01 Statement of Work, Section IX Personnel, 03. On-Site Personnel, Dulles Airport Personnel G. Maintenance Technicians, 1. LEAD TECHNICIAN(S) The Contractor shall provide a minimum of one Lead Technician for the shift and each area identified below. Additional, please see RFP Section X Attachment 01 Statement of Work, Section VII General Requirements. 02 Duty Hours, A. Dulles Airport. RFP Section X Attachment 01 Statement of Work, Section IX Personnel, 03. On-Site Personnel, Dulles Airport Personnel G. Maintenance Technicians, 2. TECHNICIAN(S) II The Contractor shall provide a minimum of one Technician II for the shift and each area identified below. Additional, please see RFP Section X Attachment 01 Statement of Work, Section VII General Requirements. 02 Duty Hours, A. Dulles Airport. RFP Section X Attachment 01 Statement of Work, Section IX Personnel, 03. On-Site Personnel, Dulles Airport Personnel G. Maintenance Technicians, 3. TECHNICIAN(S) I The Contractor shall provide a minimum of one Technician I for the shift and each area identified below. Additional, please see RFP Section X Attachment 01 Statement of Work, Section VII General Requirements. 02 Duty Hours, A. Dulles Airport. See Amendment Two.

12 1-12-C069 s and s 58. RFP Section X Attachment 01 Statement of Work Section X Deliverables, Page 1 Seven Business Days After The Contract Award Date - Para 05 Resumes Of All Key Personnel Para 05 states that the resumes of all key personnel are required to be submitted within 15 days prior to the contract start date yet this deliverable is under the section entitled Seven Business Days After The Contract Award Date. When is this deliverable required? 59. RFP Section X Attachment 01 Statement of Work Section XIII, Page 1 Method Of Payment - Para 01 Base Services This paragraph states that the contractor shall invoice the Airports Authority for maintenance and repair services, preventative maintenance services work which was performed in accordance with the SOW, and shall be paid for actual services performed. The contract is a firm fixed price contract based on monthly unit cost for Base Services. What is meant by paid for actual services performed? 60. RFP Section X Attachment 02 Evaluation Criteria and Proposal Submission Requirements Page 3, Section 1 Offeror s Plan to Meet the Requirement, Subsection 1.1: Transition Services Bullet 2, last sentence specifies; This will include, at a minimum, all activities specified in Section 2.2 Transitions Services. Section 2.2 Transitions Services could not be found in the RFP or the SOW. Please clarify. 61. RFP Section X Attachment 01 Statement of Work Section IX Personnel, Section 03 On-Site Personnel For the EqualLogic PS Series Advanced features, Operations and Administrative training there is no certification offered by Dell (the manufacturer), will a Certificate of Completion satisfy the Authority s requirement? See Amendment Two. The Airports Authority will pay for actual services performed, not travel time, tolls, or for services required by the contract that are not performed. See the answer to question 13. See Amendment Two.

13 1-12-C069 s and s 62. RFP Section X Attachment 02 Evaluation Criteria and Proposal Submission Requirements Section1. Subsection 1.2.Sub-section 1.2 Base Services -Page 3 The SOW states Offerors will address the requirements of Sections 2.3 of the Statement of Work Base Services. Does the Authority mean Section IV Base Services? 63. RFP Section X Attachment 01 Statement of Work Section V Supplemental Services 01.C, Page 1 The Authority states that The Contractor shall not utilize on-site employees assigned to perform Base Services to accomplish Supplemental Services during Contract duty hours. When additional resources are utilized via supplemental services, would these personnel be managed and overseen by the Contractor s On-site Manager(s) and what level of coordination is permitted from the Base Services On-site Manager? If the On-site Manager is required to coordinate and oversee these services after hours, is their time billable as well under Supplemental Services? 64. Intellisoft, Kaplogic and Marathon Technologies do not offer an Integrator Status. Is an Offerors ability to purchase and install equipment from these manufacturers sufficient to satisfy the requirement for Integrator Status? 65. RFP Section X Attachment 01 Statement of Work Section IV- Base Services, 02.D.2 Will the contractor be responsible for purchasing software updates and/or software service contracts that are required to ensure continued factory service and support at no cost to the Authority? If so, please provide the current version of each software system and the status of all software service agreements. 66. Will access be granted to all facilities in the immediate seven days between contract award and the required submission of an updated Transition Plan? See the answer to question 13. Yes, the On-site Manager may coordinate and oversee the services as part of the tasks assigned to an On-site Manager. Their time is not billable under a separate line item under Supplemental Services. Yes, as long as purchases and qualified personnel are installing the equipment this is acceptable. See the answer to question 24 The Authority will provide escorted access when applicable after award.

14 1-12-C069 s and s 67. Will the Authority clarify their stipulation that Base Services personnel cannot perform on any Supplemental Services Call Orders? SOW, SEC V Will the Authority provide a dedicated telephone number that can be used as a local help desk and dispatch contact number? 69. Can the Authority provide an updated estimate of the number of annual service calls to the Help Desk? 70. Can the Authority provide an estimated number of annual vandalism related events anticipated for inclusion under Supplemental Services? The contractor needs to clearly document that personnel used are not being compensated for base services and supplemental services for the same work. Yes. IAD, service calls per year, dependent on new and/or refurbished facilities coming online. IAD, Average around 25 incidents per year.

1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010

1-10-C126 Questions and Answers Unarmed Guard Services at Washington Dulles International Airport and the Dulles Toll Road August 9, 2010 1. Does the contractor or subcontractor need to be a state licensed private security company? 2. If not, do you require the employees providing security services to have completed the Commonwealth Of VA.?

More information

PRE BID CONFERENCE. IFB 1 18 C058 Northwest Security Fence Replacement at DCA January 9, 2018

PRE BID CONFERENCE. IFB 1 18 C058 Northwest Security Fence Replacement at DCA January 9, 2018 PRE BID CONFERENCE IFB 1 18 C058 Northwest Security Fence Replacement at DCA January 9, 2018 Disclaimer The information contained in this presentation is for informational purposes only In the event of

More information

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

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

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 38 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

Please take note that the above referenced Request for Bid is amended as follows:

Please take note that the above referenced Request for Bid is amended as follows: Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150-2018 February 21, 2018 ADDENDUM NO. 1 BID NO. 12433 SECURITY GUARD SERVICES Opening Date: February 28, 2018

More information

FLORIDA STATE UNIVERSITY PURCHASING DEPARTMENT A1400 UNIVERSITY CENTER TALLAHASSEE FL ADDENDUM ACKNOWLEDGMENT FORM. DATE: October 4, 2006

FLORIDA STATE UNIVERSITY PURCHASING DEPARTMENT A1400 UNIVERSITY CENTER TALLAHASSEE FL ADDENDUM ACKNOWLEDGMENT FORM. DATE: October 4, 2006 FLORIDA STATE UNIVERSITY PURCHASING DEPARTMENT A1400 UNIVERSITY CENTER TALLAHASSEE FL 32306-2370 ADDENDUM ACKNOWLEDGMENT FORM DATE: October 4, 2006 ADDENDUM NO. 6 to our Bid K 5067-4 BID TITLE: IT Hardware

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 39 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training State of Vermont Agency of Transportation Contract Administration Finance & Administration One National Life Drive [phone] 802-828-2641 Montpelier VT 05633-5001 [fax] 802-828-5545 http://vtrans.vermont.gov/

More information

SOLICITATION OFFER AND AWARD

SOLICITATION OFFER AND AWARD Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 PROCUREMENT AND CONTRACTS DEPT. SOLICITATION OFFER AND AWARD 1. FOR INFORMATION CALL NAME: Darren Durbin Email:

More information

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO. QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.: PW1436 Please Note: The submittal deadline for the Request for Proposal

More information

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID The Yurok Tribe is soliciting proposals for radio communication equipment from qualified vendors in response to this solicitation package. The Yurok Tribe hereby invites you to submit

More information

Request for Proposal #12PSX0392

Request for Proposal #12PSX0392 Request for Proposal #12PSX0392 Department of Administrative Services AFAO: : Daniel Melesko Date Issued: December 21, 2012 Due Date: March 8, 2013 RFP template Last Saved 12/21/12 Page 1 of 12 TABLE OF

More information

RICHMOND PUBLIC SCHOOLS DIVISION OF PURCHASES 2395 Hermitage Road, Vatex Building RICHMOND, VIRGINIA May 19, 2015 ADDENDUM NO.

RICHMOND PUBLIC SCHOOLS DIVISION OF PURCHASES 2395 Hermitage Road, Vatex Building RICHMOND, VIRGINIA May 19, 2015 ADDENDUM NO. RICHMOND PUBLIC SCHOOLS DIVISION OF PURCHASES 2395 Hermitage Road, Vatex Building RICHMOND, VIRGINIA 23220-1307 May 19, 2015 ADDENDUM NO. 1 Invitation No.: Dated: April 29, 2015 Opening Date: May 28, 2015

More information

PART 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 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 information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE 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 information

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 Telephone:

More information

Lisa Alderson, Contracts and Procurement Supervisor

Lisa 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 information

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

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

More information

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025 REQUEST FOR PROPOSALS: 28 South State Street Farmington, UT 84025 Date of Issue: May 22, 2013 TABLE OF CONTENTS TITLE PAGE NO. I. INTRODUCTION 3 II. PURPOSE 3 III. LETTER OF INTENT 3 IV. PRE-PROPOSAL MEETING

More information

PART VII CONTRACT DELIVERABLES

PART VII CONTRACT DELIVERABLES PART VII CONTRACT DELIVERABLES SECTION TITLE Q R S Certificate of Insurance Invoices Project Reports/Documents 56 SECTION Q CERTIFICATE OF INSURANCE Q.1 GENERAL REQUIREMENTS A. By signing and submitting

More information

Purchasing Department 530 Water Street Oakland, CA ADDENDUM No. 1. RFP 12-13/07, Ramp Control Services Operations and Management

Purchasing Department 530 Water Street Oakland, CA ADDENDUM No. 1. RFP 12-13/07, Ramp Control Services Operations and Management Purchasing Department 530 Water Street Oakland, CA 94607 Date: March 22, 2013 ADDENDUM No. 1 RFP 12-13/07, Ramp Control Services Operations and Management This Addendum modifies the original RFP Documents

More information

Guaranteed Energy Savings Contract

Guaranteed Energy Savings Contract REQUEST FOR PROPOSALS NUMBER RFP # MASD 13-01 December 20, 2013 MINERSVILLE AREA SCHOOL DISTRICT Guaranteed Energy Savings Contract SUPERINTENDENT'S OFFICE 1 Battlin Miners Drive P.O. Box 787 Minersville,

More information

Addendum No. 2 May 28, 2014 Questions and Answers

Addendum No. 2 May 28, 2014 Questions and Answers CLARIFICATION: Submit documents should be of the following: RESPONDENT SHALL SUBMIT ONE (1) ORIGINAL PROPOSAL WITH ALL APPLICABLE SIGNED FORMS, FOUR (4) COPIES OF THE ORIGINAL DOCUMENTS AND ONE (1) ELECTRONIC

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 800 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal REQUEST FOR PROPOSALS Procurement Number: WDN2017GLOBAL18o Open

More information

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015 Request for Proposal Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville 1.0 Introduction and Background June 15, 2015 1.1 Fabrication and Installation of Municipal Way-finding

More information

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY RFP Coordinator: Brian Foster, Superintendent Tel: (207) 864-3312 e-mail: bfoster@rangeleyschool.org Fax: _(207) 864-2451 From the time this RFP is issued

More information

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4 PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/4/2018 ADDENDUM #4 To prospective Bidder(s) on Bid # 54291 Inspection, Testing and Maintenance of the

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 QUALIFICATIONS FOR CONSULTING, ENGINEERING AND LAND SURVEYING SERVICES (RFQ

REQUEST FOR QUALIFICATIONS FOR CONSULTING, ENGINEERING AND LAND SURVEYING SERVICES (RFQ ADDENDUM NO. 1 Issued March 15, 2010 TO REQUEST FOR QUALIFICATIONS FOR CONSULTING, ENGINEERING AND LAND SURVEYING SERVICES (RFQ Number 10-OP-006) (RFQ Issued February 1, 2010) Note: Entities that respond

More information

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

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

More information

ARC FLASH ANALYSIS RFP. Questions and Answers

ARC FLASH ANALYSIS RFP. Questions and Answers ARC FLASH ANALYSIS RFP Questions and Answers Q1. Do you have any existing one line diagrams which can be used to count the number of panelboards and other equipment that will require arc flash labels?

More information

REQUEST FOR PROPOSAL West Virginia Northern Community College RFP #

REQUEST FOR PROPOSAL West Virginia Northern Community College RFP # TABLE OF CONTENTS 1. Table of Contents 2. Section 1: General Information and Instructions 3. Section 2: Instructions to Vendors Submitting Bids 4. Section 3: General Terms and Conditions 5. Section 4:

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

More information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P April 5, 2016 Re: P2016-02, Backflow Testing To Small Works Roster: Fire Protection and Plumbing Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P2016 02

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS BOARD OF COMMISSIONERS PORT OF NEW ORLEANS Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FIELD CAMERAS ASSESSMENT June 7, 2017 Deadline for proposals is no later than Wednesday,

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

Botetourt County Public Schools

Botetourt 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 information

RFP-#07-01 REQUEST FOR PROPOSALS Governmental Procurement Cards ATHENS COUNTY, OHIO BOARD OF COMMISSIONERS

RFP-#07-01 REQUEST FOR PROPOSALS Governmental Procurement Cards ATHENS COUNTY, OHIO BOARD OF COMMISSIONERS BACKGROUND RFP-#07-01 REQUEST FOR PROPOSALS Governmental Procurement Cards ATHENS COUNTY, OHIO BOARD OF COMMISSIONERS Pursuit to the Ohio Revised Code Section 301.29, effective 2-12-04, and the Athens

More information

TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73

TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73 TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73 PENSION AND OPEB PLAN CONSULTING ACTUARIAL SERVICES For the period July 1, 2016 June 30, 2019 with possible renewals for an

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 33 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

REQUEST FOR QUALIFICATIONS INFORMATION. Task Contract - Construction Management/Engineering Services For Dulles Toll Road

REQUEST FOR QUALIFICATIONS INFORMATION. Task Contract - Construction Management/Engineering Services For Dulles Toll Road REQUEST FOR QUALIFICATIONS INFORMATION Task Contract - Construction Management/Engineering Services For Dulles Toll Road METROPOLITAN WASHINGTON AIRPORTS AUTHORITY CONSTRUCTION DEPARTMENT MA-36 MARCH 2015

More information

INVITATION TO BID FIREWORKS

INVITATION TO BID FIREWORKS INVITATION TO BID FIREWORKS PROPOSAL NUMBER: RFP 16-002PR ISSUE DATE: April 8, 2016 The City of Villa Rica Parks & Recreation Department seeks sealed bids for its Sunday, July 3, 2016 Fireworks Display.

More information

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR 72207-5186 RFP Number: 01-2014 Service: Outside Legal Counsel Date: REQUEST FOR PROPOSAL Buyer: Amanda Spicer

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

OFFEROR Name and Title of Person Authorized to Sign Offer (Print or Type)

OFFEROR Name and Title of Person Authorized to Sign Offer (Print or Type) RFP-FQ18033 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SOLICITATION, OFFER AND AWARD CONTRACT NO. SOLICITATION NO. DATE ISSUED ADDRESS OFFER TO OFFICE OF PROCUREMENT Office of Procurement 600 Fifth

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

ADDENDUM #1 RFP# DBE/ACDBE Consultant January 19, 2015

ADDENDUM #1 RFP# DBE/ACDBE Consultant January 19, 2015 ADDENDUM #1 RFP# 2016-01-001 DBE/ACDBE Consultant January 19, 2015 1. Does the RFP apply to Right of Way Consultant Firms? No 2. What is the expected level of effort required to address the supplemental

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

More information

VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) RFP No INSTALLATION AND INTEGRATION OF SECURITY CAMERA AND ACCESS CONTROL SYSTEMS

VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) RFP No INSTALLATION AND INTEGRATION OF SECURITY CAMERA AND ACCESS CONTROL SYSTEMS VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) INSTALLATION AND INTEGRATION OF SECURITY CAMERA AND ACCESS CONTROL SYSTEMS RFP Issued: June 19, 2017 Contact: Gerri Hill, Manager of Purchasing and

More information

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICE CONTRACT HYDROGRAPHIC & LAND SURVEYING ON-CALL SERVICES RFP Number: ASPA 43-017 AUGUST 2017 Professional Service Contract Request

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

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: April 28, 2016 BID NO.: 16-8067 FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

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

More information

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

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

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

REQUEST FOR SEALED COMPETATIVE PROPOSALS PROPOSALS FOR CCTV/SURVEILLANCE UPGRADES OF:

REQUEST FOR SEALED COMPETATIVE PROPOSALS PROPOSALS FOR CCTV/SURVEILLANCE UPGRADES OF: REQUEST FOR SEALED COMPETATIVE PROPOSALS PROPOSALS FOR CCTV/SURVEILLANCE UPGRADES OF: PIKE COUNTY PRIMARY SCHOOL PIKE COUNTY ELEMENTARY SCHOOL PIKE COUNTY HIGH SCHOOL PIKE COUNTY BOARD OF EDUCATION ZEBULON,

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

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

More information

TOWN OF GLOCESTER RFP FIREWORKS

TOWN OF GLOCESTER RFP FIREWORKS TOWN OF GLOCESTER RFP 2015-03 FIREWORKS Sealed bids, in quadruplicate, plainly marked ASealed Bid B RFP-2015-3 FIREWORKS@ will be received until 4:00 p.m. prevailing time, June 1, 2015 at the Office of

More information

ADDENDUM # 1. To prospective Bidders on Bid # 55721: Elevator Maintenance, Repair, Rehabilitation and Inspection Services at LaGuardia Airport:

ADDENDUM # 1. To prospective Bidders on Bid # 55721: Elevator Maintenance, Repair, Rehabilitation and Inspection Services at LaGuardia Airport: PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21ST FL. NEW YORK, NY 10007 12/24/2018 ADDENDUM # 1 To prospective Bidders on Bid # 55721: Elevator Maintenance, Repair, Rehabilitation

More information

Decorah Community School District Request for Proposal For DCSD Fiber Cable Maintenance Break/Fix RFP

Decorah Community School District Request for Proposal For DCSD Fiber Cable Maintenance Break/Fix RFP RFP 18-001 - RFP For DCSD Fiber Cable Maintenance Break/Fix Decorah Community School District Request for Proposal For DCSD Fiber Cable Maintenance Break/Fix RFP 18-001 RFP 18-001 - RFP For DCSD Fiber

More information

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR HCV HQS INSPECTIONS RFP # 18-HCV HQS IINSPECTIONS-OF

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR HCV HQS INSPECTIONS RFP # 18-HCV HQS IINSPECTIONS-OF HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR HCV HQS INSPECTIONS RFP # 18-HCV HQS IINSPECTIONS-OF CLOSING DATE: September 13, 2018 10:00 AM No late proposals will be accepted. Prepared

More information

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given

More information

R E Q U E S T F O R P R O P O S A L O N Q U A L I F I C A T I O N S F O R A C A M P U S W I D E E N E R G Y S E R V I C E S P R O G R A M

R E Q U E S T F O R P R O P O S A L O N Q U A L I F I C A T I O N S F O R A C A M P U S W I D E E N E R G Y S E R V I C E S P R O G R A M U N I V E R S I T Y O F N O R T H A L A B A M A R E Q U E S T F O R P R O P O S A L O N Q U A L I F I C A T I O N S F O R A C A M P U S W I D E E N E R G Y S E R V I C E S P R O G R A M R F P 2 0 1 7-23

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

MAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING

MAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING Approved: Effective: December 22, 2017 Review: October 10, 2017 Office: Maintenance Topic No.: 375-020-002-l Department of Transportation PURPOSE: MAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014 1.0 Background and Contact Information 1.01

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK. March 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK. March 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES CITY OF STILLWATER, OK March 2018 CITY OF STILLWATER, OKLAHOMA REQUEST FOR PROPOSAL FOR AUDIT SERVICES I. Introduction The City of Stillwater (the "City") operates

More information

ADDENDUM #1 & ACKNOWLEDGEMENT. 1 Questions & Answers Questions & Answers have been attached to this addendum.

ADDENDUM #1 & ACKNOWLEDGEMENT. 1 Questions & Answers Questions & Answers have been attached to this addendum. RFP 19-15 NJ integrated Eligibility System Independent Verification & Validation Addendum #1 & Acknowledgement ADDENDUM #1 & ACKNOWLEDGEMENT To: All Vendors Date: October 16, 2018 Changes to Specifications

More information

I. SUBMISSION DEADLINE

I. SUBMISSION DEADLINE REQUEST FOR PROPOSALS FOR MULTIFUNCTION COPIER/SCANNER/PRINTER/FAX SERVICES Cincinnati Museum Center ( CMC ) invites proposals from qualified and experienced companies that will provide full-service copy/scanner/print/fax

More information

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES

REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES REQUEST FOR QUALIFICATIONS FOR ON-CALL PROJECT MANAGEMENT AND TECHNICAL SUPPORT SERVICES SEPTEMBER 2018 Submit proposal to: Tony Williams, Principal Civil Engineer Marin County Flood Control & Water Conservation

More information

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE-211899 i REMINDER Please check your proposal to make sure you have included all

More information

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016)

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016) CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016) Section A. Introduction These Guidelines set forth the operative policy and instructions of the

More information

105 CMR: Department of Public Health

105 CMR: Department of Public Health (1) A RMD shall obtain and maintain general liability insurance coverage for no less than $1,000,000 per occurrence and $2,000,000 in aggregate, annually, and product liability insurance coverage for no

More information

REQUEST FOR PROPOSAL

REQUEST 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 information

VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY IV PROJECTS

VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY IV PROJECTS S108D00-0911 VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY IV PROJECTS March 1, 2011 Section 103.06(e) Progress Schedule of the Specifications is deleted

More information

Request for Clarification: Production Efficiency: Custom and Strategic Energy Management Request For Proposal

Request for Clarification: Production Efficiency: Custom and Strategic Energy Management Request For Proposal Request for Clarification: Production Efficiency: Custom and Strategic Energy Management Request For Proposal Questions and Answers ID Respondent Questions Energy Trust of Oregon Responses 1 May we reformat

More information

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m. REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 2018 @ 12:00 p.m. DATE THAT SEALED BID PROPOSALS WILL BE PUBLICLY OPENED: June

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor City, Zip Work Phone Number: Cell Phone Number: Fax Number: Email

More information

REQUEST FOR PROPOSAL. Compensation and Classification Study

REQUEST FOR PROPOSAL. Compensation and Classification Study School Employees Retirement System of Ohio Request for Information Investment Manager SCHOOL EMPLOYEES RETIREMENT SYSTEM OF OHIO 300 East Broad Street, Suite 100 Columbus, Ohio 43215 REQUEST FOR PROPOSAL

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL 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 information

National Association of State Auditors, Comptrollers and Treasurers 449 Lewis Hargett Circle, Suite 290 Lexington, Kentucky

National Association of State Auditors, Comptrollers and Treasurers 449 Lewis Hargett Circle, Suite 290 Lexington, Kentucky National Association of State Auditors, Comptrollers and Treasurers 449 Lewis Hargett Circle, Suite 290 Lexington, Kentucky 40503-3590 REQUEST FOR PROPOSALS RFP NO. 18-01 PROJECT TITLE: BENCHMARKING SERVICES

More information

REQUEST FOR PROPOSALS For LIFE AND ACCIDENTAL DEATH AND DISMEMBERMENT INSURANCE. RFP NO.: 2017-I-17 Date Issued: November 10, 2017

REQUEST FOR PROPOSALS For LIFE AND ACCIDENTAL DEATH AND DISMEMBERMENT INSURANCE. RFP NO.: 2017-I-17 Date Issued: November 10, 2017 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org REQUEST FOR PROPOSALS For LIFE AND ACCIDENTAL DEATH AND DISMEMBERMENT INSURANCE RFP NO.: 2017-I-17 Date Issued:

More information

WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014

WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014 1 WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014 WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL TABLE OF CONTENTS Purchasing Policy Introduction... 3 Policy Specifics...

More information

VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY III PROJECTS

VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY III PROJECTS S108C00-0911 VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY III PROJECTS March 1, 2011 Section 103.06(e) Progress Schedule of the Specifications is deleted

More information

REQUEST FOR QUALIFICATIONS DESIGN-BUILD NEW SERVICE CENTER PROJECT Solicitation Number: Q DD Job Nos.: ADDENDUM 2 FEBRUARY 7, 2014

REQUEST FOR QUALIFICATIONS DESIGN-BUILD NEW SERVICE CENTER PROJECT Solicitation Number: Q DD Job Nos.: ADDENDUM 2 FEBRUARY 7, 2014 REQUEST FOR QUALIFICATIONS DESIGN-BUILD NEW SERVICE CENTER PROJECT Solicitation Number: Q-14-001-DD Job Nos.: 11-7701 ADDENDUM 2 FEBRUARY 7, 2014 This addendum includes responses to questions, as well

More information

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS DOCUMENT 01 32 13 PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 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 information

CITY OF BEEVILLE. REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL AUDITING SERVICES

CITY OF BEEVILLE. REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL AUDITING SERVICES CITY OF BEEVILLE REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL AUDITING SERVICES RFP # 2015-001 DUE DATE: Wednesday, February 4, 2015 @ 4:00 P.M. CITY OF BEEVILLE, TEXAS 400 N. WASHINGTON BEEVILLE, TX 78102

More information

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS CONSULTANTS SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS SELECTION OF CONSULTANTS Japan International Cooperation Agency (JICA) September 2009 version 1.0 CONTENTS Preface... i Section 1. Letter

More information

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

Request 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 information

I. PROPOSAL PREPARATION INSTRUCTIONS AND REQUIRED PROPOSAL INFORMATION

I. PROPOSAL PREPARATION INSTRUCTIONS AND REQUIRED PROPOSAL INFORMATION Request for Proposals for AUDITING SERVICES for the FALLON PAIUTE-SHOSHONE TRIBE (Issued: August 8, 2016) All questions and inquiries should be directed to Jon Pishion, Tribal Treasurer, by email at fbctreasurer@fpst.org

More information

SOLICITATION OFFER AND AWARD

SOLICITATION OFFER AND AWARD Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. SOLICITATION OFFER AND AWARD 1.

More information

Invitation to Bid CO Video Laryngoscope

Invitation to Bid CO Video Laryngoscope Invitation to Bid 20161111-2CO Video Laryngoscope Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066

More information

REQUEST FOR PROPOSALS. Janitorial Services

REQUEST FOR PROPOSALS. Janitorial Services Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS Janitorial Services September 20, 2017 Deadline for proposals is no later than Tuesday, October 10, 2017 at 11:00am NEW ORLEANS,

More information

Prior to 2:00 p.m., DECEMBER 8, 2016 Local time

Prior to 2:00 p.m., DECEMBER 8, 2016 Local time Boone County, Kentucky REQUEST FOR PROPOSAL # 120816PKS-UP Outdoor Aquatic Center Assessment and Feasibility Study for the pool located in the Union Park in Boone County For the Boone County Fiscal Court

More information

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services Addendum No. 2 Q&A Responses ADDENDUM NO. 2 State of Florida Department of Management Services INVITATION TO Negotiate (ITN) No. 02 973 000 A Management Consulting and Auditing Services August 30, 2012

More information

INVITATION FOR BID Leak Detection Survey

INVITATION FOR BID Leak Detection Survey INSTRUCTIONS TO BIDDERS INVITATION FOR BID 2017-025-1230001 Leak Detection Survey This is a Loudoun Water Invitation for Bid solicitation for sealed bids to establish a contract through competitive negotiations

More information