RFx Opportunities
RFx due in May 2024:
Issuing Agency:  State of Tennessee - Tennessee Board of Regents (TBR) *NEW*

RFP Title/#: RFP 166/019-02-2022 for Jackson State Community College Master Plan

Due Date: May 24, 2024 @ 11:00 AM EDT

Description: Specifications include, but are not limited to: Master Plan Requirements: Executive Summary The summary will include key objectives for the master plan and recommended solutions. The institution may want to consider formatting the Executive Summary that could be distributed separately as an information or promotion document. Brief History and Campus Overview Provide a summary of pertinent history, basic and distinctive objectives and other attributes that make the institution unique. Include a synopsis of the Academic Plan and Strategic Plan that will be addressed in the campus master plan. Enrollment Include on-ground FTE and total FTE enrollment for the last 10 years for each campus included in the master plan. Compare existing enrollment to projections from the previous master plan. Provide projections of enrollment by campus, consistent with the timeline of the plan, and as supported by demographics. Five-year or ten-year projections may be considered and will be useful in the development of the annual capital budget. Additional enrollment projections by the college may be helpful as they relate to the development of future projects. Longer-term projections may be provided if desirable. Demographic Analysis Provide demographic information on the institution’s regional context and demographic trends, including the forecasted population growth in the service area, the high school graduation rates, and related data. Consider population density and participation rates. Evaluate job opportunities in the service area and surrounding region and compare these to the programs offered by the institution / campuses.

RFP Site

Issuing Agency: Department of Information Resources (DIR), State of Texas)

RFP Title/#: DIR-CPO-TMP-588 - Request for Offer for Education Information Technology (I.T.) Products and Related Services

Due Date: May 22, 2024 @ 2:00 PM CT

Description: The objective of this Request for Offer (RFO) is to solicit Responses from potential Respondents to provide Education Information Technology (I.T.) Products and Related Services to DIR Customers, acting by and through the Department of Information Resources (DIR). This is a subsequent procurement to DIR-TSO-TMP-424 under the cooperative contracts program and includes the products and related services that were previously awarded under DIR-TSO-TMP-430 for Graphing Calculators, Accessories and Related Services.

2.1.1    Products

Types of hardware within scope include, but are not limited to:

  • Classroom interactive tools
  • Interactive boards
  • Touch screens
  • Response systems
  • Active learning kits
  • Mobile/Tablet devices
  • Technology based laboratory products
  • Graphing calculators

Types of software (Commercial off-the-shelf (COTS) or Software-as-a-Service (SaaS) within scope, but not limited to:
 
  • Mobile device applications
  • Online and client-based curriculum solutions
  • Student information systems (i.e. student retention CRM, student enrollment CRM, subscriptions, etc.)
  • Learning Management Systems (LMS) with the purpose of delivering courses to students
  • Calculator software applications

Types of solution-based technology for education including, but not limited to:
  • Artificial intelligence enhanced products for education
  • Technology based solutions for education including bundled hardware and software with services
  • Blended learning tools
  • Technology based laboratory products
  • Accessibility solution-based technology hardware and software learning products

NOTE:  Solution-based technology must be hardware and software combined as a solution.

2.1.2    Services

Type of services for education within scope include, but are not limited to:

  • Information Technology (IT) Management Analysis Services 
  • Information Technology (IT) Assessment and Planning Services
  • Related services to hardware and software within scope including:
    • Installation
    • Warranty
    • Maintenance
    • Support
    • Training
    • Subscriptions
    • Managed Services

RFP Site
Issuing Agency:  Sourcewell, a State of Minnesota local government unit and service cooperative 

RFP Title/#: RFP 050924 for Athletic and Physical Education Equipment with Related Supplies

Due Date: May 9, 2024 @ 4:00 PM CT

Description: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Athletic and Physical Education Equipment with Related Supplies to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than May 9, 2024, at 4:30 p.m. Central Time, and late proposals will not be considered.

RFP Site

Issuing Agency:  Clarkston High School, DeKalb County, Georgia *NEW*

RFP Title/#: RFP 24-752-022 for GC Services for Clarkston High School Capital Improvement

Due Date: May 2, 2024 @ 2:00 PM ET

Description: To provide General Contractor services for the construction of the Owner’s Construction Project at Clarkston High School Capital Improvement

RFP Site

RFx due in April 2024:
Issuing Agency: Bullhead City School District, Arizona *NEW*

RFP Title/#: Food service management company (FSMC) to operate our SFA’s food service program.

Due Date: April 30, 2024 @ 12:00 PM MT

Description: Specifications include, but are not limited to: Bullhead City School District #15 desires to contract with a food service management company (FSMC) to operate our SFA’s food service program. Offers received by the correct time and date will be opened and the name of each offeror will be publicly read. Offers must be in the actual possession of Bullhead City School District #15 on or prior to the time and date and at the submittal location indicated. Late offers will not be considered. Offers must be submitted in a sealed envelope or package with the solicitation number and the offeror’s name and address clearly indicated on the envelope or package.eer or Project Manager. Questions/clarifications will not be answered by phone nor by email.

RFP Site
Issuing Agency:  Oakland Community College *NEW*

RFP Title/#: RFP 24-008-JR for IT Project Management and Support Staff Services

Due Date: April 30, 2024 @ 2:00 PM EDT

Description: OCC seeks proposals from qualified Suppliers of IT project management and interim staff support services. The major goal of the project is to assist the IT department in management and implementation of current and upcoming projects.

RFP Site

Issuing Agency: Department of Defense, Department of the Navy, United States Marine Corps, MARCOR SYSCOM, Commander's Office  

RFP Title/#: M67854-25-9-9000 - Source Sought Notice: Suite of Training Systems

Due Date: April 30, 2024 @ 2:00 PM ET

Description: Program Manager, Advanced Amphibious Assault (PM AAA) is planning for the design, development, and delivery of a suite of Training Systems incorporating advanced technological solutions to support the Amphibious Combat Vehicle (ACV) driver training.  This suite of training systems includes maintenance trainers, operator trainers, and digital classrooms.  This effort will include developing engineering drawings, manufacturing, and providing test support for the ACV Training Systems. This is not a request for instructors.

The ACV platform is currently being produced by BAE Systems (BAE) under competitively awarded contract M67854-16-C-0006.  The Government does not currently own the required rights to the ACV Technical Data Package (TDP); this will require Contractors to scan and model 3-D both virtually and hardware of the required components and their constituent parts, should a contract be awarded for this effort.  The Government will provide access to an ACV (a vehicle) as Government Furnished Equipment (GFE) to the successful Contractor, should a contract be awarded for this effort.  PM AAA desires the resultant Training Systems to maintain commonality with the ACV Family of Vehicles (FOV) (ACV-Personnel, ACV-Recovery, ACV-30mm, and ACV-Command variants).  The Government intends to make available to Contractors, software already developed via a previous effort that is built upon an Unreal Gaming Engine upon the start of the project.  This software consists of a surf zone and land scenarios and their accompanying physics models.  The software also includes 3-D modeling of the outside of the ACV-P variant and modeling of the driver’s station to include switch functionality. The Government is considering the incorporation of the Unreal Gaming Engine as a Brand Name Requirement as defined by FAR Part 6.302-1(c) for the purposes of requiring all potential offerors to incorporate this software into their solution.  The existing Driver Training System incorporates a realistic Unreal Gaming Engine environment that replicates the surf zone environment for students as part of its operating baseline.  The Program Manager is seeking standardization across all training platforms to gain increased training value in terms of safety, familiarization, and platform familiarization.  Interested vendors should submit any information that shows why their alternative solution or another gaming engine might offer a better solution than the Unreal Gaming Engine from a performance perspective and how its solution is compatible and interoperable with the Unreal Gaming Engine.  This information should include a description as to how their solution will enable a seamless training experience for students and minimize training discrepancies between its operating system and Unreal Gaming Engine.  The information should also address how they might close the gap on previous development to develop a fully immersive surf zone VR environment (6-9 months) and how their alternative platform incorporates open-source components that allow for easy and non-restrictive modification and development.

The Government may use the information received from this notice to justify a sole or limited source justification for Unreal Gaming Engine.

RFP Site
Issuing Agency: The University of Iowa *NEW*

RFP Title/#: RFP 18239 (Picture Archiving and Communication System)

Due Date: April 29, 2024 @ 3:00 PM CT

Description: The University of Iowa (hereafter, The University/University) located in Iowa City, Iowa, desires to obtain written proposals from qualified Suppliers to provide a Picture Archiving and Communication System (PACS) with an image archive and universal viewer application that is currently on the market.

Please be aware that this is an extensive bid. All Suppliers are cautioned to allow ample time for the submittal of RFP responses well before the due date time requirement. Bids must be submitted via the eBid system.

Questions regarding the bid may be submitted by registered Suppliers via the Questions tab within eBid prior to the question cutoff date. All Supplier questions and the University answers to those questions will be published sometime after the Questions close deadline for all interested Suppliers to review.

RFP Site
Issuing Agency: City of Westminster, Colorado 

RFP Title/#: RFP-HRX-23-435 - Learning Management System

Due Date: April 26, 2024 @ 5:00 PM MT

Description: The City of Westminster (City) intends to purchase a Learning Management System to be used for the administration, documentation, registration, tracking, reporting, and delivery of educational courses, training, and/or learning and development programs. Westminster is a “full service” City with approximately 1,100 full-time equivalent (FTE) positions. The total number of employees who fall under the Learning Management System is approximately 1,800, which includes full and part-time benefited, hourly, and seasonal positions.

The City of Westminster currently uses JD Edwards Enterprise One as its Human Resources Information System (HRIS) software provider and Saba TalentSpace for performance management and appraisals.

The City has a comprehensive training and development program that has been in place for 20+ years. Numerous live, in person, and virtual classes are scheduled each year and facilitated by internal staff and external trainers.

In addition to these annual classes and certification programs, the City administers courses designed for on-boarding new employees, compliance classes, succession management efforts, as well as technical skill and leadership development opportunities from external providers for supervisors, managers, and department heads. Staff currently uses NeoGov Learn. Our goal is to manage employee performance and development to support the individual and the organization towards the desired performance and results, with the ultimate goal of excellence in performance and documentation.

RFP Site
Issuing Agency: Boise State University *NEW*

RFP Title/#: ITB - Invitation to Bid (Informal) TH24-071 for Housing and Residence Life Summer Janitorial Services

Due Date: April 25, 2024 @ 4:00 PM MT

Description: The purpose of this Invitation to Bid is to solicit competitive quotations to perform janitorial services for Boise State University’s Housing for the months of May – August. There are multiple housing units. Maps for each building can be found: https://www.boisestate.edu/housing/boisestate-residence-hall-floor-plans/

● Contractor will be required to attend a weekly status update meeting – specific date, time and location will be determined once award is made.
● All cleaning chemicals and cloth rags to perform the services will be supplied by Boise State University. The supplies will be held at various predetermined locations across campus. It is the contractor's responsibility to pick up the supplies - they will not be delivered to the floor/building.
● Contractor must provide vacuums (vacuums are NOT available from Boise State University)
● There will be two types of cleanings that will be specified. • “Deep Clean” • “Light Turn”
● Additional work in locations specified in this ITB may be needed on a case-by-case basis. Contractor will be given a 5-business day notice from BSU Housing
● Each building has a different number of rooms and a variety of room sizes. Maps for each building can be found: https://www.boisestate.edu/housing/boise-state-residence-hallfloor-plans/

RFP Site
Issuing Agency: Mass Transportation Authority, Flint, Michigan

RFP Title/#: RFP 2024-02 - Cloud Based Disaster Recovery

Due Date: April 26, 2024 @ 3:00 PM PT

Description: The purpose of this RFP is to provide the MTA with a pool of vendor solutions and pricing from which the MTA can contract the desired IT recovery solution. The resulting services desired are cloud-based disaster recovery solutions that may be comprised of a combination of products and services necessary to support the implementation and ongoing operation of the MTA’s enterprise applications systems and
related technology services. The ancillary services related to the delivery of the cloud-based disaster recovery services include professional and administrative services related to implementation and ongoing operations and support of these solutions. These products and ancillary services are collectively known as “Cloud-Based Disaster Recovery” solutions.

The scope of the RFP is to select a Cloud-Based Disaster Recovery solution(s) that can be leveraged as and when needed by MTA. MTA is seeking proposals that will provide the most appropriate solution design to meet requirements for availability, connectivity, integration, and response. Proposals and demonstrations are expected to take these requirements into consideration.

There is high interest by the MTA to leverage cloud-hosted resources as a key component in Disaster Recovery solutions. The MTA faces a high risk of an extended interruption with its existing technology footprint. Modern cloud platforms can offer multi-site hosting of data, connectivity, and computer resources with scalability and pay-as-you-go subscription models.

RFP Site
Issuing Agency: Jefferson County Schools, Birmingham, Alabama 

RFP Title/#: Bid#13-24 - Non-Certified Personnel Support Services for All Schools

Due Date: April 15, 2024 @ 3:00 PM ET

Description: The Jefferson County Board of Education {"Board") is soliciting written, sealed bids from qualified contractors with experience in educational or other institutional settings to provide non-certified personnel support services {"Services") for any or all of the Board's schools, for all of the following designated positions:

Non-Certified Personnel Support Positions
  1. Substitute Food Service Worker (CNP Worker)
  2. Substitute Administrative School Office Assistant
  3. Substitute Exceptional Education Bus Aide
  4. Exceptional Education Instructional Paraprofessional

RFP Site
Issuing Agency: McAllen Independent School District *NEW*

RFP Title/#: RFP 2024-1043 for Dr. Rodney D. Cathey Middle School Fire Alarm Upgrades

Due Date: April 10, 2024 @ 10:00 AM CT

Description: McAllen Independent School District (the “District”) invites your proposal on the referenced project.

Interested respondents may obtain specifications and submit their proposals electronically through IonWave.

Contractors submitting a response shall not discuss this CSP with employees of District or members of the Board of Trustees of the District.  Failure to abide by this requirement may result in disqualification.

Any questions regarding this solicitation must be submitted through the “Questions” option located on the Ionwave website, no later than the date and time specified on the solicitation. Questions/clarifications regarding this solicitation will not be answered by phone nor email.

*Do not contact the Architect/Engineer or Project Manager. Questions/clarifications will not be answered by phone nor by email.

RFP Site
Issuing Agency: Cassia Jt. School District #151  

RFP Title/#: Ancillary Services for Speech/Language Services

Due Date: April 9, 2024 @ 3:00 PM MT

Description: Cassia Jt. School District is requesting proposals from qualified and endorsed service providers for Speech Language Therapy services for the period of August 1, 2024, through July 31, 2026. The services fall within the Medicaid approved service definition for speech language therapy as detailed in the Idaho Department of Health and Welfare, Idaho Administrative Code. The population to be serviced is children with speech language disabilities enrolled in the Cassia Jt. School District.

The primary intent of the is RP is to select and contract with a qualified service provider that demonstrates competencies in best practices and student outcomes, ensure health and safety for students and demonstrates ethical and responsible practices. The successful proposer will be offered a two-year contract which may be renewed at the board's discretion.

RFP Site
Issuing Agency: Behavorial Health Division, Minnesota Department of Human Services 

RFP Title/#: Request for Proposals for a Grantee to Develop Clinical Capacity to Provide Evidence-Based Mental Health Treatment to Children and Youth Across Minnesota: Managing and Adapting Practice (MAP)

Due Date: April 9, 2024 @ 4:00 PM CDT

Description: The Minnesota Department of Human Services, through its Behavioral Health Division (STATE), is seeking Proposals from qualified Responders to develop clinical capacity within mental health communities across Minnesota to utilize existing and emerging research to inform mental health treatment, and thereby improve outcomes for children and their families. The term of any resulting contract is anticipated to be for nine (9) Months, from July 2024 until April 2025. STATE may extend the contract up to a total of five (5) years.

RFP Site
Issuing Agency: Rockford School District 205, Rockford IL 

RFP Title/#: 24-39 - CCEC Data Center Renovations

Due Date: April 2, 2024 @ 2:00 PM CDT

Description: CCEC Interior Renovations. Building Location: CCEC, 4151 Samuelson Rd., Rockford, IL 61109

RFP Site
Issuing Agency: City of Anacortes, Washington State 

RFP Title/#: 23-254-IDS-002 Enterprise Resource Planning Software and Implementation Services

Due Date: April 1, 2024 @ 3:00 PM PT

Description: The City of Anacortes (City) is seeking to obtain proposals from experienced and qualified Vendors that can provide ERP software and services that satisfies all of the City’s functional and technical requirements.

The preferred Vendor shall have experience in successfully implementing the proposed solutions for cities of similar size and scope of services.

A detailed description of the products and services required are contained in Section 3 - Scope of Work and Timeline of this RFP.

The City is also open to receiving responses to this RFP from Vendors that provide best of breed solutions for Utility Billing or Human Capital Management that support the City’s required functionality.

It is important that these solutions have the ability to integrate with the selected ERP system. To submit a response for one of the best of breed solutions, complete the Requirements template in Section 6 for the relevant functionality and submit per the instructions contained in Section 5 of this RFP.

RFP Site

RFx due in March 2024:
Client: Disaster Non-Emergency Medical Transport Services, Seminole County OEM

RFP Title/#: Request for Proposal Office of Emergency Management Project ID: RFP-604624-23/MHH

Due Date: Mar 29, 2024, 2:00 PM

Description: The Seminole County Office of Emergency Management needs vendors who routinely transport persons who are confined to wheelchairs or stretchers and whose condition is such that these persons do not need, nor are likely to need, immediate medical attention during transport. Medical vans, ambulances, and similar transportations are all acceptable forms of transportation for this activity.  This vendor will be utilized on an as needed basis to support transportation needs.

RFP Site
Client: Maryland Schools for the Deaf 

RFP Title/#: Dell Desktop Purchase FY24 (BPM042841) - Lot : 1 / Round : 1 - LIMITED TO MASTER CONTRACTORS

Due Date: Mar 28, 2024, 10:00 AM EDT

Description: Desktop/Laptops/Ruggedized/Laptops/ Associated Peripherals

RFP Site
Issuing Agency: City of Portland, Oregon

RFP Title/#: 00002258 SmartPark Commercial Spaces - Property Management and Leasing

Due Date: March 25, 2024, 3:00 p.m. PDT

Description: As Authorized by Ordinance #191608, the City of Portland, Procurement Services is seeking proposals from qualified firms with demonstrated experience in commercial leasing, property management and building maintenance for SmartPark Commercial Spaces. In the past, the City of Portland’s Facilities Services and Property Management Divisions have provided these services at the SmartPark Commercial Spaces. Those services will no longer be provided effective July 1, 2024. The successful Proposer will be solely responsible, as outlined in this RFP, for managing leasing, property management, building maintenance in the commercial retail and office areas of the SmartPark Garages and will be the primary interface for tenant relations.

Operations and maintenance of the SmartPark Parking Garages are not included in this RFP. The SmartPark Parking Garages have separate contracts for garage operations and maintenance, janitorial services in the parking areas, elevators, and stairwells, elevator maintenance, fire/life safety system monitoring and maintenance, and security. Although performance standards and processes as described within this RFP may reflect the current system in place and the operational structures, it is not intended in any way to limit proposers in developing and proposing a unique solution as the proposed City’s business model.

The garages commercial spaces are primarily ground floor/street level spaces which include a variety of retail, commercial, and City bureau tenants who expect high quality responsive building management and professional landlord/tenant relations. See Attachment B, Maps and Building Information, which includes property locations/details.

RFP Site
Issuing Agency: Florida Gulf Coast University, Fort Myers FL 

RFP Title/#: ITN 24R 008 - Marketing and Branding Agency

Due Date: March 22, 2024, 3:00 PM EDT

Description: This project aims to engage a skilled marketing and branding agency to develop a comprehensive marketing campaign for the University. The Agency will create a compelling tagline and establish brand pillars that succinctly capture the University’s purpose and outcomes for today and in the future. The overall campaign will need a specific sub-campaign concepts that reach the more specific audiences.

RFP Site
Issuing Agency: City of Berkley, Oakland County, Michigan 

RFP Title/#: 20240084 - AS-Needed Construction Services

Due Date: March 21, 2024 04:00 PM EDT

Description: The City of Berkley is accepting sealed bids for As-Needed Construction Services which mainly consists of Concrete and HMA Road Repairs, Sidewalk and Approach Repairs, and Soft Surface Restorations.  Hard copy bids will be accepted by the City Clerk until 4 PM on March 21st, 2024.

RFP Site
Issuing Agency: Village of Tinley Park, Illinois

RFP Title/#: Microsoft 365 Licensing

Due Date: March 22, 2024 11:30 AM CDT

Description: The Village is seeking to identify and select a single vendor to provide 12 months of Microsoft Office 365 Government GCC licensing consisting of GCC G3 licenses, GCC F3 licenses and Azure AD Premium P1 for Government licenses.

RFP Site
Issuing Agency: DEPT OF DEFENSE, DEPT OF THE NAVY, USMC, MARCORP I&L
Office, MFR COMPTROLLER


RFP Title/#: M200024494595 | Knowledge manager and Exercise Support Analyst

Due Date: March 18, 2024 11:00 AM CDT

Description: MARFORSOUTH requires a Knowledge Manager and an Exercise Support Analyst to augment staff capacity and to carry out tasks which current GS and uniformed personnel do not have the training or experience to conduct.

RFP Site
Issuing Agency: FAA William J. Hughes Technical Center, United States Department of Transportation, Washington, DC 20591 

RFP Title/#: 692M15-22-R-00006 - Screening Information Request/Request for Proposal for Corporate Work Plan Program Management and IT Services

Due Date: March 14, 2024, 5:00 PM EDT

Description: The requirements outlined in this statement of work are described via the functional areas below. These functional areas are defined in terms of activities, support services, end results and deliverables that the Contractor must perform in support of CWP.

The Contractor must perform program management, specific project management, and IT support services to the Capital Budget Systems Branch in the operation and maintenance of the CWP.

The Contractor must perform specialized technical support work associated with Database Maintenance Support.

Contractor personnel must apply broad experience and technical knowledge of assigned disciplines and specialties, and understand how assigned systems, components, and disciplines are integrated with other Aeronautical Systems.

RFP Site
Issuing Agency: State Teacher's Retirement System, California 

RFP Title/#: 0000030332 RFO for Business Analyst

Due Date: March 13, 2024, 2:00 PM PDT

Description: *As of the RFO due date, the Respondent must hold a valid CMAS Agreement.

The purpose of this RFO is to select one (1) experienced Business Analyst with detailed knowledge and experience of requirements management methodologies, requirement elicitation, documentation and management in a pension, financial or similar type system, and to perform various business analysis activities related to system implementation and enhancement projects or work efforts. The Business Analyst will be responsible for working with a variety of CalSTRS business areas on the elicitation and documentation of business and systems requirements with a primary focus on implementation of a Business Intelligence and Data Warehouse (BI & DW) solution with business areas throughout the CalSTRS enterprise to work within Technology Service Branch.

RFP Site
RFx to submit in January 2024:
Client: The City of Jefferson, Parks, Recreation and Forestry Department
RFP Title/#: RFP4126-04/23 - Call to Artist - Public Sculptures
Due Date: Jan 30, 2024, 1:30 PM CST
Description: The City of Jefferson, Parks, Recreation and Forestry Department, is seeking proposals for public sculptures to be displayed at Community Park in Jefferson City, Missouri that will honor those who struggled and persevered in the local Historic Foot District area.
RFP Site
Client: Carroll Community College
RFP Title/#: Group Medical, Rx, Wellness, Stop-Loss, Dental & Vision Benefit Plans for Employees and Retirees - Bid Locker - CFY240723-01
Due Date: Jan 26, 2024, 2:00 PM EST
Description: The Board of Trustees of Carroll Community College (Carroll) and PSA Financial Services is requesting proposals from interested carriers to provide the medical, prescription drug, dental, vison, wellness, and stop loss benefit plans for Carroll Community College employees and retirees.  Interested and qualified firms are requested to provide sealed competitive bids in accordance with the time frame and specifications as provided herein.

The responses to each line of coverage requested will be reviewed and awarded independent of each other.  Please respond to the line(s) of coverage that are applicable to your company.

RFP Site
Client: Alameda County Behavioral Health Care Services
RFP Title/#: Housing Support Program RFPQ #22-06
Due Date: Jan 11, 2024, 2:00 PM  – This RFPQ reopens every 6 months – Email Submit
Description: 

It is the intent of these specifications, terms, and conditions for Alameda County Behavioral Health Care Services (hereafter ACBH or County) to establish a pool of Services as Needed (SAN) contracts with eligible licensed Adult Residential Facilities (ARF) or Residential Care Facilities for the Elderly (RCFE) operators to provide Housing Support Program (HSP) services to adults, ages 18 or older, living with Serious Mental Illness (SMI) in Alameda County.

ACBH intends to establish SAN contracts with HSP providers whose response conforms to this Request for Pre-Qualification (RFPQ) and meets County requirements. At this time, ACBH has allocated $5,363,486 per contract year for this ongoing program through Mental Health Services Act (MHSA) Community Support Services (CSS) funds.

Qualification of vendors will be performed by County staff with experience in HSP services and/or working with the priority population of adults with SMI. These staff will verify and evaluate Bidder Community Care Licensing certification and evaluate Bidder responses. Only qualified and approved Bidders will have the opportunity to provide contracted services.

ACBH will keep the RFPQ open on a continuous basis to allow operators to become qualified as they become eligible. Contracted providers may submit requests to the Office of Homeless Care and Coordination (OHCC) for client’s requiring higher levels of care throughout the annual contract term. The County does not guarantee any minimum or maximum dollar amount or any awarded scope of services under this contract. ACBH does not discriminate against particular Bidders that serve high-risk populations or specialize in conditions that require costly treatment.

SCOPE/PURPOSE 

Awarded HSP contractors serve clients as long as needed to support clients with care and supervision needs in a home environment, linking clients with needed health care services, and helping clients to participate and connect with community-based activities and social networks. The HSPs shall provide a program of care to accomplish the following goals: 

• Reduce severity of mental health symptoms;

• Improve daily functioning;

• Improve overall health status;

• Obtain/ maintain housing stability;

• Increase community connections/social networks;

• Reduce tobacco use; 

• Support clients in obtaining needed mental health, substance use, and primary care services;

• Meet care and supervision needs;

• Encourage engagement in community and wellness activities;

• Link with ACBH contracted Individualized Placement and Support (IPS) education and employment services; and 

• Support individuals to move to more integrated and independent housing settings appropriate to meet their needs and goals.

HSPs shall provide individualized, person-centered supplemental services consistent with the philosophy, principles, and practices of the Recovery Vision for Mental Health as outlined in the MHSA. These key recovery concepts include: hope, personal empowerment, respect, social connections, self-responsibility, and self-determination. HSPs shall also support Housing First principles in accordance with SB1380 enacted in 2016.2  Supplemental Services shall include, but not be limited to, all of the following components, as specified in each client’s Service Plan:

1. At time of entry, conduct care coordination treatment planning meeting. Include psychiatrist, medical provider and case/care manager, home operator/ staff, and client.

2. Coordinate referrals and access to employment, social, educational, and recreational supports for clients. 

3. Support and coordinate with outside resources to conduct services onsite to better connect clients to needed information and services. This may include support groups, educational events, workshops, trainings, etc. provided by external providers or agencies to take place in the homes. 

4. Organize social events for residents. 

5. Provide or arrange transportation to meet the client’s health needs and for other activities of interest and value to clients.

6. Encourage clients to take increasing responsibility for their own treatment by supporting self-established goals and the use of support and treatment through individual and group supports.

7. Encourage the client’s use of public transportation, use of leisure time in a constructive manner, and maintenance of adequate hygiene and grooming. 

8. Assist the client to learn social relationship skills, such as communication with others and the appropriate expression of thoughts and feelings.

9. Participate with County and County-contracted staff meetings in the facility. 

10. Assist clients in developing skills of budgeting, personal shopping, monetary transactions, menu planning, and shopping for, and the preparation of basic meals with the goal of supporting clients toward greater living independence over time. 

11. Assist clients in becoming responsible for self-medication, as prescribed by their treating provider. 

12. Provide close supervision of, and intensive interactions with, clients who require the management of difficult behavioral problems, consistent with the client’s service plan.  


In collaboration with County and County-contracted service providers, Supplemental Services shall also support and encourage clients to:

1. Identify and secure more independent living arrangements over time through a variety of strategies including, but not limited to, support with completing affordable housing applications, cultivating relationships with potential housemates, and fostering the development of community living skills. 

2. Pursue educational and employment opportunities. 

3. Increase their financial independence and personal assets. 

4. Address substance use disorders including, but not limited to, nicotine and alcohol dependence.

In addition, Contractors may submit claims for units that have been vacated and damaged by program tenants, with the approval of ACBH. The damage claim is not to exceed one month of the contract rent for the bed or $4,000, whichever is greater, and is capped at one reimbursement per client/per year.

RFP Site
Client: Clackamas County
RFP Title/#: Request for Proposal #2023-98 for Financial/Accounting Services for The Housing Authority of Clackamas County ("HACC" or "Housing Authority")
Due Date: Jan 9, 2024, 2:00 PM PST
Description: The Housing Authority of Clackamas County seeks proposals from qualified individuals, fee accounting firms and certified public accounting firms for finance and accounting services. One or more firms will be selected to enter into a contract with HACC for limited-duration technical assistance and organizational development, ongoing as-needed services, and/or ongoing outsourced services. Contracts issued from this RFP will have a term of one year, with optional renewal for up to four additional one-year terms.
RFP Site
Client: The City of Ontario
RFP Title/#: City of Ontario - Community Improvement Vehicle Abatement Program
Due Date: Jan 5, 2024, 5:00 PM PDT
Description: The City of Ontario ("City") is developing a Vehicle Abatement program ("Program") to provide vehicle owners and property owners with the resources necessary to proactively remove unwanted vehicles from their property and avoid formal City enforcement processes.

The City is soliciting information from interested firms with experience and expertise in the acquisition of unwanted vehicles from vehicle owners and the removal and disposal of said vehicles from private property, in compliance with all applicable local, state, and federal laws and in an environmentally responsible manner, to participate in the program.

RFP Site
Client: Virginia Information Technologies Agency
RFP Title/#: RFP 2023-03 - Managed Public Cloud Services
Due Date: Jan 2, 2024, 4:00 PM Portal Submit
Description: 

The purpose of this Request for Proposal (“RFP”) is to solicit proposals for the provision of Managed Public Cloud Services for Commonwealth executive branch agencies declared by the legislature to be “in-scope” to VITA.

For the purposes of this RFP, “Supplier” or “Offeror” means any entity that submits a proposal in response to this RFP.

VITA is seeking three distinct Managed Public Cloud Services Providers (MCS) to join its multi supplier integrated platform to provide managed public cloud services for the following Cloud Service Providers (CSPs):

·         Microsoft Azure

·         Google GCP

·         Oracle OCI

To ensure that VITA has adequate safeguards and redundancy within the managed cloud services environment and to reduce the risk of a single point of failure, it is the intention of VITA to make three (3) separate awards resulting in a one-to-one relationship between a single MCS awardee and a single CSP. One award for each of the three separate and distinct suppliers. For example, Supplier A would have a one-to-one relationship with MS Azure and Supplier B would have a one-to-one relationship with Google GCP. Therefore, Offerors shall submit one (1) proposal for one (1) CSP in response to this RFP. Multiple submissions from a single offeror will remove the offeror from further consideration.

VITA will be the owner of all CSP environments and tenants, in a VITA owned, contractor managed model. The MCS provider shall be an authorized partner of the CSP for which they submit a proposal, among other requirements.

The MCS provider will perform the following initial onboarding scope:

1)    Assume current services as described in Exhibit 2.1 (Description of Services – Managed Public Cloud Services), Tab 9.0 (Assume Current Services) from the incumbent supplier for the CSP scope which the MCS is awarded a contract;

2)    Successfully deliver a Remediation plan within 30 days of access to the Commonwealth’s environment;

3)    Successfully deliver a Modernization plan within 90 days of access to the Commonwealth’s environment;

4)    Process any Request For Solution (RFS) that the incumbent supplier has not fulfilled. A current list of planned projects is listed in Exhibit 2.6 (Current- Planned Projects).

The MCS provider shall integrate into VITA's multi-supplier Service Management Platform as a Tier 1 Supplier. Detailed information regarding cross-functional responsibilities supporting the Service Management main processes are listed in Exhibit

2.1 (Description of Services – Managed Public Cloud Services)Tab 2.0 (Cross- Functional Services)Tab 3.0 (Enterprise Architecture)Tab 4.0 (Security Requirementsand Tab 11.0 (SMM Responsibilities)A detailed description of the Integrated Services Platform is available in the Exhibit 1.0 (Integrated Services Platform) in the RFP package.

VITA's Multi-Sourcing Service Integrator (“MSI”), Science Applications International Corporation (“SAIC”) will provide Cloud Broker Technology Integration (“CBTI”) services into which the MCS supplier shall integrate. The MCS supplier may bring a suite of tools to manage the cloud platform, but all MCS provided tools shall integrate into the MSI CBTI platform.

This MCS supplier will design, architect, develop, integrate, deploy, support, and optimize solutions based on RFS received.

The MCS supplier will be required to provide end-to-end consulting services as part of its base offering. Agencies may request enhanced consulting services beyond the base offering for the development of comprehensive solutions that leverage applicable service components from the awarded CSP and their portfolio of services. The MCS supplier shall communicate the various ways the components of the cloud offerings can be assembled to solve business/Agency problems.

Offerors shall propose a cloud service management framework along with a staffed organization that oversees the fully managed use of the CSP's services. Suppliers shall have experience in providing solutions for varying lines of Business (Agencies), with differing needs, budgets, staff skills, and timeframes.

Furthermore:

•       Supplier will provide Services that are flexible, rapidly provisioned, cost effective, transparent, and elastic to meet VITA and Customer needs while preserving enterprise requirements such as Compliance and Security Management.

•       VITA is also open to any value-added services.

Timely proposals received in response to this RFP will be evaluated by the Managed Public Cloud Services evaluation team. Once the proposals have been evaluated, VITA will be in a position to determine the best course of action. VITA intends to select a Managed Public Cloud Services Supplier or Suppliers to successfully implement and perform the Services more fully described throughout this RFP. Although it is our intent to accomplish substantial improvements and cost efficiencies as the result of this project, VITA may determine that no change is warranted at this time. VITA may, at its sole discretion, make one award, multiple awards, or none at all.

Suppliers may use relationships with other providers to meet the requirements of this procurement. However, responding Suppliers shall act as a prime contractor, with any other participating providers indicated as subcontractors.

RFP Site
RFx to submit in December 2023:
Client: The U.S. Department of the Treasury’s Office of Technical Assistance (OTA)
RFP Title/#: Payroll Specialist - Personal Services Contractor - Notice ID 2032K823R00017
Due Date: Dec 31, 2023 11:59 PM EST
Description: The U.S. Department of the Treasury’s Office of Technical Assistance (OTA) provides technical assistance in over 50 countries in five functional areas: economic crimes, government debt management and issuance, budget and financial accountability, banking and financial services and revenue policy and administration.

OTA is seeking a Financial Specialist (Payroll) to provide payroll services for its Washington, D.C.-based headquarters. The person selected will be hired under a personal services contract.

RESPONSIBILITIES: Payroll Specialists perform accounting and payroll functions and financial related analyses to assist the Finance Manager in executing payroll processes and ensuring accuracy and timeliness of official accounting records and reports for projects and activities in the office. Experience with Federal Travel Regulations, the National Finance Center, and a strong background in payroll databases is valued.

QUALIFICATIONS: The work requires knowledge of pay and leave rules, regulations, procedures, programs, and systems requirements as well as personnel rules and regulations that affect pay. The incumbent shall be familiar with payroll tax rules such as wage bases, social security limits, and 401(k) limits.  Significant computer experience with word processing, creating reports, forms and queries using Access Database and Excel spreadsheets is required. Working experience with Paycheck8, WebTA, and Insight is desired.

Knowledge of Treasury accounting systems and NFC payroll systems, payroll experience, is preferred.  B.A. in accounting or related field is desired, and at least 3 years of accounting or financial-related experience is required.

RFP Site
Client: Plano Independent School District
RFP Title/#: Event Services and Related Products from Plano Independent School District(School)
Due Date: Dec 30, 2023
Description: THIS REQUEST FOR PROPOSALS IS TO ADD SUPPLEMENTAL VENDORS FOR THE NAMED SUPPLIES. PLANO ISD WILL UTILIZE ANY CONTRACTS AWARDED IN RESPONSE TO THIS REQUEST FOR PROPOSALS, AS THE FIRST CHOICE BEFORE CONTRACTS OF OTHER ENTITIES (i.e. interlocal and cooperative contracts). SUPPLIERS ARE ENCOURAGED TO SUBMIT A PROPOSAL TO BE PLACED ON PLANO ISD'S APPROVED VENDOR LIST. VENDORS THAT WERE AWARDED ON THE PREVIOUS PROPOSAL FOR RFP 2023-034 ARE NOT REQUIRED TO RESPOND TO THIS SUPPLEMENTAL PROPOSAL. This supplemental RFP is to add additional vendors to the already awarded list. PLEASE NOTE! IN ORDER TO BECOME (OR REMAIN) AN APPROVED VENDOR WITH PLANO ISD FOR ANY OF THE LISTED CATEGORIES, YOU MUST RESPOND TO THIS INVITATION WITH A PROPOSAL. IT IS NOT NECESSARY TO OFFER ALL CATEGORIES OF ITEMS LISTED. ENTER YOUR DISCOUNT AMOUNT FOR THOSE THAT YOU OFFER, AND SELECT "NO BID" ONLY FOR THE LINES YOU DO NOT OFFER. SCOPE: The Plano Independent School District (Plano ISD) is seeking proposals for PURCHASE OR RENTAL, of SUPPLIES AND SERVICES related to GRADUATION, ATHLETIC, CELEBRATORY & OTHER EVENTS, to include the following: Decorations (Arches, Balloons, Floral, Carpet, Centerpieces, Signage, Etc) Disc Jockeys/DJs or related services Event Security Staffing (Event Staff Supervisor, Ticket Taker/Gate Person, Usher, Parking Attendant, Unarmed Security Guard, Etc) Event Planning Party Equipment Rentals Photo Booths & Services Sound & Lighting Equipment & Services Tables, Chairs & Furniture Rental (may include Delivery, Setup & Pickup) Table Settings (Plates, Table- & Service- Ware, Linens, Etc) Tents or Other Temporary Covering Related Purchases & Rentals Not Otherwise Specified to fill the needs of the schools and various departments of PISD on an "As Needed" basis. This proposal is being issued in accordance with Title 2 of the Code of Federal Regulations (2 CFR) Part 200 requirements to procure vendors who provide goods and/or services purchased by Plano ISD using federal dollars. This proposal may be used with local, state, federal and grant funded programs. ESTIMATED ANNUAL EXPENDITURE: The estimated expenditure for this district-wide contract is approximately $250,000 annually. However, this estimate should not be construed to be a guarantee of either minimum or maximum since usage is dependent upon actual needs and available funding. This estimate may be exceeded by 25% annually. TERM: The initial term of this RFP will be for one (1) year from date of award. This contract, upon the agreement of both the successful vendor(s) and the Plano ISD, will automatically extend for four (4) additional one (1) year periods. This decision will be made in the best interests of Plano ISD. Plano ISD has the option to extend this RFP at the end of the performance period for up to 120 days if determined to be in the best interest of the district to ensure availability of products and/or services. Initial Contract Period: August 2023 - August 2024 Contract YR2 (Option): August 2024 - August 2025 Contract YR3 (Option): August 2025 - August 2026 Contract YR4 (Option): August 2026 - August 2027 Contract YR5 (Option): August 2027 - August 2028 Concat Info :- Name Tina Tomson Address Plano Independent School District 6600 Alma Drive Plano, TX 75023 USA Phone (469) 752-0285 Fax (469) 752-0281 Email tina.tomson@pisd.edu
RFP Site
Client: State of Arizona
RFP Title/#: Arizona Civics Education and Leadership Development Program Grant BPM005796
Due Date: Dec 18, 2023 3:00PM, MST
Description: Arizona Civics Education and Leadership Development Program Grant.
This grant is funded by Senate Bill 1054. The sum of $300,000 is appropriated from the state general fund 29 in fiscal year 2023-2024 to the Arizona civics education and leadership 30 development fund
established by section 15-718.02, Arizona Revised 31 Statutes, as added by this act Arizona Department of Education
RFP Site
Client: Truckee Donner Public Utility District

11570 Donner Pass Road, Truckee, CA 9616

RFP Title/#: RFP 2024GDS - 2024 Graphic Design Consultant
Due Date: Dec 14, 2023 1:30PM - Email Submit
Description: The District has been providing electric and water service to the greater Truckee community since 1927 and prides itself on its involvement in the community through offering numerous customer programs and participating in various educational events and activities.

The District utilizes a Graphic Design Consultant to create collateral to aid in the promotion of customer assistance programs, public service announcements and other projects that are important to the community. The Graphic Design Consultant will create visually compelling materials for both print and digital channels, to help the District communicate with the public. Some examples of projects the Graphic Design Consultant will be tasked with include:

· Creating advertisements for print and web publications

· Creating graphics for the District’s website and social media channels

· Creating one sheets and educational graphics to promote customer programs for rebates, financial assistance, projects etc.

· Creating promotional materials for events

· Assisting with overall branding design and creating new branding for special projects

The District is looking for a creative firm with experienced graphic design professionals to build on past graphic design efforts and help implement new campaigns and programs. This includes design of brand materials, media advertisements, program marketing materials, social media images, infographics, etc

Scope of Work

The District intends that a single Consultant or Agency will be the point of contact for the purposes of this RFP and this project.

Required Services

The services required include but are not limited to the following tasks:

· Digital graphic design of marketing and outreach materials

· Support of District’s execution for printing and digital materials

· Coordinate with the District’s staff on the timing and placement of ads and marketing materials.

· General graphic design efforts

RFP Site
Client: State of Pennsylvania Game Commission
RFP Title/#: 23SW DMA 3 RKD Removal
Due Date: Dec 11, 2023 2:00PM
Description: Deer carcass disposal services in the Southwest Region - within 50 feet of any roadway according to DMA 3 map.

RFP Site
Client: The City of Burlington
RFP Title/#: Security Assessment
Due Date: Dec 8, 2023 3:00PM
Description: 

The City of Burlington is seeking proposals for an organization-wide security assessment. This

security assessment is being conducted to be fully comprehensive where any weaknesses or

lack of measures needed to safeguard the City’s digital resources are identified. The cyber

threat analysis should cover external and internal threats within the proposed submission.

The City will utilize the information from this assessment to further strengthen and harden the

City’s cyber security posture thereby safeguarding current systems and providing a baseline for

future needs.

Vendors responding to this proposal must craft an overall solution to address the areas noted within the 'Testing Criteria' section.

Security Assessment Methodology

Identify the methods that will be used in conducting each security assessment. The testing methodology must not make changes to any systems that would impact production service. Prior to the live engagement commencing, a meeting will be scheduled, and a sample test result will be provided for review.

Certification

Provide all compliance standards, and accreditations of staff conducting the assessment to include their roles within the engagement.

Testing Criteria

The testing criteria includes but is not limited to the items listed below. Additional testing may be required to provide a full assessment of the City’s security posture.

Category

Test

Criteria

Physical Test

Breach Security

Able to breach physical security (i.e., tailgate)?

Physical Test

Building Entry and Surveillance Avoidance

Can you get into any secured building and avoid the cameras?

Physical Test

Vulnerable Entries

Are there any secured buildings with vulnerable entries (i.e., open windows, unlocked doors without cameras)?

Web Apps

Unauthorized Cloud Access

Can you access any of our cloud applications without having an ID?

Web Apps

Access to Financial Applications

Can you get to any of our applications used for collecting money (i.e., Munis, ELO, Chameleon)?

Network Test

Exploiting Vulnerabilities

Can you get into the network by exploiting vulnerabilities (i.e., access network ports in vacant office space)?

Network Test

Data Leaks

Can you determine if there are any data leaks from data sharing between devices?

Network Test

Access to PII Data

Can you get into our network and see any Personal Identifiable Information (PII) data?

Network Test

Access to Financials

Can you get into our network and get to any of our financials?

Network Test

Intercept Transactions

Can you access or intercept any transactions at point-of-sale (PoS) points?

Network Test

Phishing

Can you phish your way into city accounts/systems?

Network Test

Foreign Device Test

Can you test to see if city employees would plug in foreign thumb drives into their computers?

Network Test

Unattended Computers

Can you test to see if city employees leave their computers unlocked when they leave their desks/offices?

Network Test

Detection Evasion

Can you get into the network without our vulnerability monitoring vendor detecting the breach?

Network Test

WiFi Breach

Can you get into our network with our WiFi?

Network Test

SCADA System Access

Can you access any Water Resources Supervisory Control and Data Acquisition (SCADA) systems?

Network Test

SCADA System Vulnerabilities

Are there any vulnerabilities identified regarding the network or systems that are part of the City's SCADA systems?

Systems Test

Cloned Account Access

Can you gain access to the cloned user accounts set up for this test? Is permission escalation above the assigned permission possible?

Backup Vulnerability

Backup Access

Can you access any of our on-premise, remote, or cloud-based backups?

Backup Vulnerability

Backup Immunity

Are all backups in an immutable state that is impervious to modification?


Additional Requirements

The winning bidder will agree to the following as part of the contract:

  • Vendor will hold a kickoff meeting within two weeks of the contract award.
  • Security assessment planning will begin within 3 weeks of the contract award.
  • Vendor agrees to keep the designated City IT staff apprised of status and any issues.
  • If the vendor is stopped and detained by law enforcement as part of the security assessment, they will notify the IT department to provide verification of activity to avoid further detainment or arrest.
  • The winning vendor is required to provide a Certificate of Insurance (COI) upon notification that they have submitted the winning bid.

Reporting and Deliverables

After the assessment has been completed, the submitter shall clearly articulate the actionable recommendations with a step-by-step guide to implement these recommendations with full disclosure of the impact of such changes.

Post Engagement Support

The submitter will provide a follow-up review with designated City IT after 30 days of the completion of the assessment.


RFP Site
Client: Northwest Colorado Development Council (NWCDC)
RFP Title/#: RFP 802 - Website Development Professional Services
Due Date: Dec 7, 2023 1:00PM EST – Physical Submit
Questions due: Wednesday, November 15, 2023 by 4:30 PM.
Description: 

On behalf of the Northwest Colorado Development Council, (NWCDC), Routt County invites

qualified firms to be considered for the creation of a new regional economic development website to attract and recruit new industry clusters, including clean energy, light manufacturing,

outdoor recreation tourism, outdoor recreation manufacturing, cultural heritage tourism, health

care, technology, agriculture, and business services, and small business and entrepreneurship.

The NWCDC and its 10 member communities in Routt, Moffat, and Rio Blanco Counties voted unanimously to develop an economic development website to grow and diversify the regional

economy in our three-county region to replace the financial loss from the coal transition. The

website is an essential marketing tool to manage regional tourism, generate business development leads, recruit new companies to rural Northwest Colorado, and provide information about incentives and resources for existing businesses and workforce training opportunities for dislocated energy workers. To support existing businesses or start-ups, the website shall provide information about state, regional, and local resources (including descriptions and links to member and other stakeholder entities), incentives, and workforce training programs at local community colleges.

SCOPE OF WORK:

Under the guidance of the NWCDC, the selected website developer will coordinate with council representatives to coordinate and create a regional economic development website for the Northwest Colorado region of Moffat, Rio Blanco, Routt counties, and all municipalities within. The ideal candidate will have experience in Economic Development website design and will incorporate in the design that the website development is funded through a grant from the Office of Economic Development and International Trade’s Rural Technical Assistance Program Roadmaps Implementation Grant Program.


In order for a proposal to be considered, the following deliverables must be addressed.

● The proposal should include two years of URL domain and website hosting as well as two years of website maintenance and updating.

● The website must be ADA compliant, including content development, and a HTTP security certificate.

● The website must be built utilizing a user-friendly platform.

● The URL domain will be purchased for the NWCDC with access given to the organization to manage and edit the website upon completion.

● Proposals must detail the visual design process. The final design will be a collaborative effort between NWCDC and the vendor. There will be a minimum of three design concepts and three rounds of revisions included in the cost estimate. The design should be visually appealing and effectively represent NWCDC’s brand.

● Proposals must include a proposed site map identifying the web pages recommended for NWCDC, and then any additional costs to develop additional pages beyond the recommended.

● Include Search Engine Optimization.

● Include Google Analytics.

● Include an advanced lead tracking tool along with a detailed plan on how leads will be managed, engaged, qualified, and then equally presented to NWCDC’s members and stakeholders.

● Include one year of marketing promotions to build up the audience for all digital assets: website and social media. This will also include paid digital and social media advertising such as Google ads and social media-boosted ads. Social media widgets will also need to be hyperlinked to the website.

● The website must include quality-of-life information specific to each community in the region.

● The website will be utilized to drive more outdoor recreation tourism to the region and in alignment with existing local marketing and messaging.

● Include in your proposal methods to attract new business.

● The website will include Google Translate.

● The website should include a place to feature success stories, noteworthy recent events, and press releases, referencing relevant grant funding as applicable.

● The website should incorporate a safe and seamless server.

● The three NWCDC counties and communities have local chambers, visitors’ bureaus, destination management organization, economic development organizations/ departments, and other entities working in this space all with existing websites. Proposals must address how they will identify and engage each of these entities to ensure collaboration, alignment of messaging, minimal duplication, and highlighting/ directing website visitors to those local entity websites.

● Proposals must provide reasonable estimates of the potential annual operating costs to maintain the site beyond this two-year proposal so that NWCDC’s members, which are public entities, can start to budget for these anticipated recurring marketing expenses beyond this initial contract.

● Proposals must provide a recommended life span in years (2 years, etc.) for this website and a clear estimate of when it would need to go through a full redesign.

● Proposals must identify common metrics for success and a reporting system so that NWCDC members can track the website’s success and implement changes as needed.

● Proposals must acknowledge that NWCDC will obtain ownership of ALL design, code, and content of the website upon completion of the project and that NWCDC does not authorize the use of any proprietary code throughout the scope of this project

● Proposals must provide recommendations on a sustainable model for managing and

updating the site post-launch.

● Proposals should incorporate the development of 20-30 pages


RFP Site
Client: Dept of Defense, Dept of the Army
RFP Title/#: Sources Sought for U.S. Army West Point Men's & Women's Athletic Shoes
Due Date: Dec 06, 2023 - 12:00PM EST
Description: The U.S. Government desires to procure Men’s & Women’s Cross Training Shoes, sizes 3 ½ through 17 on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.
RFP Site
Client: Northwest Regional Workforce Investment Board, Inc.
RFP Title/#: Regional Sector Partnerships Website Host & Design
Due Date: Dec 1, 2023 4:00PM - Email Submit
Description: 

The Northwest Regional Workforce Investment Board is seeking a vendor capable of designing and hosting a new website for the Northwest Manufacturing and Healthcare Regional Sector Partnerships. Proposals should outline a plan to accomplish this task that includes a timeline, cost, and deliverables. The following RFP includes a background of the regional sector partnerships (RSPs) and describes the purpose of the design, its desired functionality, and specific requests relating to the proposal. We understand that details may be subject to change upon vendor recommendation and / or research of more optimal solutions. In your proposal, please feel free to suggest alternatives as appropriate.

Project Overview

The Northwest Regional Workforce Investment Board (NRWIB) is a non-profit organization dedicated to creating career pathways for adults and youth through in-demand workforce and training programs. The Next Generation Regional Sector Partnerships, a collaborative initiative under the NRWIB, are partnerships of businesses, from the same industry and in a shared labor market region, who work with education, workforce development, economic development, and community organizations to address the workforce and other competitiveness needs of the targeted industry. We are desirous of two new websites, one to host the Manufacturing RSP, and the other to host the Healthcare RSP. A rough site has already been developed for the Manufacturing RSP, powered and secured by Wix.com, which would require an overhaul in terms of design and content. Currently, there is no rough site developed for the Healthcare RSP, and therefore, we would require a completely new website design for the healthcare partnership. Some of our goals include but are not limited to:

  • Building a website that is relatively easy to update and user-friendly
  • A website that would follow a logical outline format as much as possible - a few big categories and, within each, several clear sub-categories
  • A forums page - interactive that can be searched and archived (may include an internal chat/direct messaging feature)
  • Networking features
  • Image scroll of lifestyles in the region - (what may attract talent)
  • Success stories of either talent or businesses
  • News Feed - events, milestones, achievements, and blog posts
  • Events calendar with easy registration and secure attendance tracking capabilities
  • A funding resource tab - "Show Me the Money" - with links solely for business funding i.e. equipment, training, staffing, etc., including a “contact me” prompt
  • For the Manufacturing RSP: easy to navigate "Business Resource" tab that would contain links to areas such as CCAT, MASC, CT Manufacture, Connex, other manufacturing RSPs in Ct, Ambassador Program, Chamber Manufacturing Coalitions, CT State Community Colleges, CareerConneCT, NWRWIB, Department of Labor, Next Generation Sector Partnerships, etc.
  • For the Healthcare RSP: an easy to navigate "Business Resource" tab that would contain links to areas such as Academy of Medical Training, RIBA Aspira Career Academy, other healthcare RSPs in CT, Ambassador Program, Chamber Healthcare Councils, CT State Community Colleges, NRWIB, CareerConneCT, Department of Labor, Next Generation Sector Partnerships, etc.
  • Interactive map of Connecticut highlighting the organizations that are members of the RSPs in Northwest CT
  • Link to online learning and training platform
  • Design/Re-design of RSP logos

Project Goals

Our vision for the new website includes one that is functional, easy to navigate and user- friendly along with the incorporation of “calls-to-action”. Our major target audience is a broad mix of healthcare and manufacturing employers and public supporter partners who have a vested interest in networking, collaborating on projects, and recruiting partners of their targeted sector to join RSP initiatives, which are heavily focused on expanding their industry talent pipelines by addressing urgent talent needs and improving job placement and advancement. Other target audiences to consider are low income and/or displaced job seekers needing training and /or job placement, and the youth population (including high school and middle school students), seeking career awareness and readiness resources. All of the above target audiences would also benefit from workforce services and labor market information provided by the NRWIB and the Connecticut Department of Labor. The ideal website would allow employers to collaborate and network, as well as jobseekers to explore healthcare and manufacturing career pathways from the convenience of their mobile device, with the capability to directly send emails for more information. The incorporation of easy access to our social media platforms along with news features, including information pertaining to upcoming events, would be ideal. An interactive calendar of RSP related events, along with easy and direct registration and attendance tracking capability would also be ideal. We are looking to streamline the design and aesthetic of the site while providing information to our target audiences as comprehensively as possible.

Scope of Work

Within your submission, please describe how you propose to manage the following topics regarding site redesign:


  • Project management
    • Content strategy
    • Copywriting
    • Illustration
    • Information design
    • Visual design
    • Search engine optimization
    • Front-end coding (HTML/CSS, animations)
    • Back-end coding (CMS, 3rd party APIs)
    • Custom software or app development
    • Mobile device optimization
    • Testing & quality assurance
    • Paid search placement / advertising
    • Software training
    • Analytics Software
    • Ongoing Support / Retainer
    • Timeline for Completion
    • Deliverables

Technical Requirements

Content Management Software

Web Host

Browser Support

Integrations (specifically, newsletter subscription)

User Accounts

Accessibility (ADA compliant)

Mobile Responsive Design

Project Overview

•      Technical expertise: Previous experience in building interactive, responsive sites.

•      Communication and autonomy: Manage project independently in addition to teamwork; pursue and meet established timelines without monitoring/prompting.

•   Partner: Act as a partner in the project build by involving our team but also taking the lead when needed.

•   Flexibility: Adapt when needed to unforeseen project changes.

•   Vision: Provide ideas for project beyond what is presented initially based on expertise in the field.

•   User interface design: Ability to create user-centered design, making the user’s experience as seamless as possible.


RFP Site
RFx to submit in November
2023:
Client: City of Beaverton
RFP Title/#: RFP - 24-035 - IT Assessment
Due Date: Nov 30, 2023 2:00PM - Portal Submit
Description: 

The City of Beaverton is seeking sealed proposals from qualified consultants to provide a city-wide IT Assessment. This assessment should encompass all aspects of the City’s IT operations, including but not limited to information systems, services, security, and processes, and other key areas relevant to the City’s operations. Consultants are invited to submit a proposal outlining their experience and

qualifications in performing work directly related to the services required.

Background

Facilities

The Information Technology & Services (ITS) Department of the City currently supports 5 large physical locations (City Hall, Library, Municipal Courts, Public Safety, Public Works). In addition, several smaller satellite locations are supported for Police, Public Works, and the Library. All internet service is provided by the governmental body known as the Broadband Users Group (BUG) which is a shared networking infrastructure with other cities located in Washington County.

Staffing

ITS currently has 32 staff divided into four divisions:

        • Web Services
        • Geographic Information Services
        • Infrastructure Operations
        • Enterprise Applications


Each division is overseen by a manager/supervisor that reports to the Chief Information Officer / ITS Director. ITS supports over 600 internal customers throughout the City.

Services

ITS provides the following services to the City's employees:

        • Identity and access control
        • Internet connectivity
        • Network infrastructure
        • File and print services
        • Email administration
        • Information security
        • IT service desk / helpdesk
        • End user device management
        • Custom application development
        • Enterprise application management

Web presence

All City websites, internal and external, are maintained by the ITS Web Services team. The City offers

several services to the public online, some directly through the City’s website and others through a redirect to a vendor’s portal. Some of those services include:

        • Utility Bill Payment
        • Job Notice, Application & Tracking
        • Traffic/Court Ticket Payment
        • Over the Counter Permit Payment
        • Citizen Report a Problem
        • Facility Reservation Information

 

Scope of Work

The services to be provided include an assessment of the current state of the City's information technology systems, services, security, and processes, and an evaluation of how those functions currently align with the City’s mission, objectives, and priorities. The assessment will identify gaps between the City’s current IT operations with generally accepted best practices, and prioritized recommendations for how the City should close gaps to align with best practices and to better support the City’s mission and objectives.


This project will require the consultant to work in cooperation with the CIO, the IT steering committee (“Senior IT”), Department Heads, managers, and staff throughout the city to illicit challenges and opportunities, and to understand the City's mission and objectives.


The consultant will create and deliver (1) a project plan that identifies the tasks, milestones, and a timeline for completion of the IT Assessment; (2) an IT Assessment that presents a clear understanding of the current state of City technology; (3) a prioritized list of recommendations, incorporated into the IT Assessment, based on the consultant’s evaluation of the current state; and (4) a presentation that summarizes the key findings and recommendations of the IT assessment. In addition, the consultant must provide the source materials used in the creation of the IT Assessment. These deliverables are further defined below.

Project Plan

The consultant will work with the City to develop and maintain the following Project Management Deliverables related to this project during the course of the engagement.

  • Project Management Plan
  • Project Schedule
  • Risk Register
  • Weekly Project Status Reports


With the exception of the Weekly Project Status Reports, consultant must provide the above deliverables within one month of the Contract commencement date.

IT Assessment

The IT Assessment will include an evaluation of the City’s current state related to IT systems, services,

and information security, including relevant benchmarks from similar organizations, as well as a detailed description of the recommended future state, based on widely recognized industry standards and best practices such as those published by NIST, ISO, CIS, OWASP, ISACA, Gartner, and Info-Tech. The outcome of this assessment is envisioned to be a comprehensive report with supporting analysis.


The key elements addressed and included within the IT Assessment should include:

  • Business Objectives and IT Alignment - Evaluate how the City's IT objectives align with its overall business goals and long-term strategic plans. Identify any gaps and provide recommendations on how to align IT initiatives with these objectives more effectively.
  • Enterprise Applications - Audit existing applications to determine their current state, identify any gaps in functionality, and assess the potential need for upgrades or new software. Analyze the use of cloud-based applications for their benefits in terms of cost, scalability, and efficiency.
  • IT Infrastructure - Review the city's IT infrastructure, including hardware, software, networks, and data centers. Assess the overall health, scalability, and future readiness of these elements, and suggest areas for improvement or upgrades.
  • IT Risk and Cyber Security Review - Analyze the city's IT risks and assess vulnerabilities, including cyber threats, data breaches, and compliance with relevant regulations such as PCI and CJIS. Develop a prioritized list of risks and recommended remediations.
  • Data Governance - Evaluate how the city manages, secures, and utilizes its data. This includes assessing data privacy practices, the state of the city's data architecture, and the effectiveness of data management strategies.
  • IT Service Management - Examine the city's current IT service delivery and support structures. Assess the effectiveness of these systems, including help desk functions, end-user support, and the process for managing IT service requests.
  • Cost Analysis - Assess the city's current IT expenditures and develop a forward-looking view of the IT budget. Estimate expected costs for necessary upgrades, replacements, new initiatives, and ongoing maintenance and support.
  • Personnel and Organizational Structure - Review the current IT organizational structure and roles, assessing current resourcing against the city's IT needs. Identify areas where additional training or hiring may be required.


Consultants are encouraged to submit proposals that optimize the allocation of resources to meet the objectives outlined above.


The selected consultant must complete the IT Assessment within three months of contract execution, or at a later date if agreed to in writing by both parties.

Summary Presentation

The consultant is required to develop and deliver a comprehensive presentation that effectively communicates the key findings and recommendations of the IT Assessment. This presentation is intended for the organization's IT steering committee ("Senior IT"), Executive Team, and Department Heads. It should be crafted to facilitate an informed decision-making process regarding future IT strategies and investments.

  • Format - The presentation should be prepared in a commonly used format such as Microsoft PowerPoint, Google Slides, or a comparable platform.
  • Length - The presentation should not exceed 30 slides, ensuring concise delivery of information while covering all essential findings.
  • Structure - The presentation should follow a logical flow, beginning with an introduction, followed by methodology, key findings segmented by assessment areas (e.g., information systems, technologies, security), recommendations, and a conclusion.
  • Visual Aids - Incorporate relevant charts, graphs, and infographics to illustrate data and findings. Visual representations should be clear, relevant, and accompanied by legends as necessary.
  • Analysis - Each key finding should be presented along with potential implications for the organization, benchmarks (if applicable), and supporting data.
  • Recommendations - Prioritized recommendations should be clear, actionable, supported by the assessment's findings, and include potential benefits, and anticipated challenges or risks.


The consultant should approach this presentation with the understanding that the audience comprises diverse backgrounds with varying degrees of technical expertise. The content should be accessible and clear for all attendees while maintaining depth and relevance.


The finalized presentation file should be submitted to the City of Beaverton project liaison at least one week prior to the scheduled presentation date to allow for any final adjustments and internal distribution. Adjustments may be requested to ensure alignment with the organization's objectives and clarity for the intended audiences.


The selected consultant must complete the Summary Presentation within four months of contract execution, or at a later date if agreed to in writing by both parties.

RFP Site
Client: Department of Veterans Affairs
RFP Title/#: Q401--Staffing Multi-Specialty Nursing & Medical Technician Services - Pittsburgh
Due Date: Nov 28, 2023
Description: 

Description of Action: The proposed sole source task order to One Stop Recruiting LLC against IDIQ 36C24421D0086 is for a one-year firm fixed price (FFP) effort for multi-specialty nursing and medical staffing for VA Pittsburgh Healthcare System.

Description of Supplies or Services: The proposed action is to provide multi-specialty nursing and medical staffing support for VA Pittsburgh Healthcare System. Specifically, the task order shall provide staffing for the following positions: Certified Nursing Assistant, Constant Observation Technician (Patient Sitter), and Licensed Practical Nurse.

RFP Site
Client: City Of Roswell
RFP Title/#: Advertising And Media Buying Services - RFP: 24-006
Due Date: Nov 21, 2023 2:00PM - Technical = 1 Original + 4 Copies | Cost = 1 Original + 4 Copies | Originals must be “Stamped – Original”
Description: The City of Roswell is seeking proposals from a qualified advertising agency to continue the successful City of Roswell brand identity to promote tourism, city assets, recreational, cultural, hospitality, lodging and other visitor services, facilities and attractions through well-placed media and publicity. Additionally, the scope of work may include the development of various City’s departments campaigns that would support visitation and positive City promotion.


Scope of Procurement

The initial contract(s) shall begin on July 1, 2024 or as soon as possible thereafter for one (1) year. This contract may be renewed by mutual agreements in annual increments for a renewal period of one (1) year for up to three (3) renewals, provided that the funds for subject contract are available and approved annually by the City Council. The City of Roswell will initially fund this contract up to $335,000 for tourism services rendered for the 2025 fiscal year. The budget is based on City Council discretion as it reserves the right to adjust this amount each budget cycle.

RFP Site
Client: Town of Windsor
RFP Title/#: 2023-0005 - On-Call Transportation/Traffic Planning/Engineering Services
Due Date: Nov 16, 2023, 7:00 PM EST
Description: 

The Town of Windsor (“Town”) is soliciting proposals from qualified individuals or firms to enter into a Professional Services Agreement to perform professional transportation planning and engineering services on an "on-call" basis.

The Town intends to establish Professional Services Agreement(s) with one or more qualified consultants to provide on-call services under this RFP.  Selected firms will be placed on an official list of qualified consultants who will be called upon as needed.  The initial term of the Professional Services Agreement is expected to run through 2024, with future one-year extensions subject to budget approval and appropriations.

RFP Site
Client: National Cooperative Purchasing Alliance
RFP Title/#: 12-23 - Request for Proposal (RFP) for MRO Products and Services
Due Date: Nov 16, 2023, 2:00 PM CST
Description: Introduction/Scope: Region 14 ESC on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein “Public Agency” or collectively “Public Agencies”) is soliciting proposals from qualified vendors to enter into a Master Agreement for a complete line of MRO Products and Services. 

Region 14 ESC, as the lead public agency, has partnered with NCPA to make the resultant contract available to all participating agencies in the United States. NCPA provides marketing and administrative support for the awarded vendor that promotes the successful vendor’s products and services to Public Agencies nationwide. The Vendor will execute the NCPA Administration Agreement (Tab 2) upon award. Vendor should thoroughly review all documents and note any exceptions to NCPA terms and conditions in their proposal.

Awarded vendor(s) shall perform covered product or services under the terms of this agreement. Respondents shall provide pricing based on a discount from their standard pricing schedules for products and/or services offered. Electronic Catalog and/or price lists must accompany the proposal. Multiple percentage discount structure is also acceptable. Please specify where different percentage discounts apply. Additional pricing and/or discounts may be included.

Each product or service proposed is to be priced separately with all ineligible items identified. Services may be awarded to multiple vendors. Respondents may elect to limit their proposals to a single product or service within any category, or multiple products or services within any and all categories.

The National Cooperative Purchasing Alliance (herein “NCPA”) assists public agencies to increase their efficiency and reduce their costs when procuring goods and services. This is accomplished by awarding competitively solicited contracts that are leveraged nationally by combining the volumes and purchasing power of entities nationwide. Our contracts are available for use by any entity that complies with procurement laws and regulations.

It is the intention of Region 14 ESC and NCPA to achieve the following objectives through this RFP. 

• Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Public Agencies; 

• Achieve cost savings of Vendors and Public Agencies through a single competitive solicitation process that eliminates the need for multiple proposals; • Combine the purchasing power of Public Agencies to achieve cost effective pricing; 

• Reduce the administrative and overhead costs of Vendors and Public Agencies through state of the art purchasing procedures.

Instructions to Respondents: Submission of Response 

• Only responses received via our online Bonfire portal will be accepted. Faxed or mailed responses will not be accepted. 

• Responses may be submitted on any or all items, unless stated otherwise. Region 14 ESC reserves the right to reject or accept any response. 

 • Deviations to the terms, conditions and/or specifications shall be conspicuously noted in writing by the respondent and shall be included with the response. 

• Withdrawal of response will not be allowed for a period of 120 days following the opening. Pricing will remain firm for 120 days from submittal.

Public Bid Opening: The public bid opening will be held via Zoom meeting. Interested parties who wish to attend the bid opening should email contracts@ncpa.us by 4:00 pm the day before the bid opening date to receive an invitation.

Required Proposal Format: Responses shall be provided electronically via our online Bonfire portal. Tabs should be used to separate the proposal into sections, as identified below. Respondents failing to organize in the manner listed may be considered non-responsive and may not be evaluated. It’s recommended that all tabs, with the exception of Tab 7 (Pricing), be submitted in Portable Document Format (PDF). Please note pricing can be submitted separately in a alternate format (e.g. xlsx, xls, csv).

RFP Site
Client: Rockingham County Tourism Development Authority (RoCo TDA)
RFP Title/#: RFQ # 2406 – TDA Website Development
Due Date: Nov 10, 2023 - Physical Submit - 3 Hardcopies + 1 USB
Description: Rockingham County Tourism Development Authority (RoCo TDA) is seeking a qualified web development firm to complete the redesign, development, and potential hosting of the destination website for Visit RoCo, NC (www.VisitRoCoNC.com).

Rockingham County invites and encourages participation in this procurement process by minority-owned businesses, women-owned businesses, and businesses owned by disabled persons.

An innovative and engaging website is critical to the success of any destination marketing organization as this is often the first impression a potential visitor has of your location. Rockingham County Tourism Development Authority (RoCo TDA) is seeking a qualified web development firm to complete the redesign, development, and potential hosting of the destination website for Visit RoCo, NC (www.VisitRoCoNC.com). This project will involve utilizing current content on the existing website as well as the implementation of a new information architecture that may involve additional content or information or content manager.

RoCo TDA’s existing website,  www.visitrockinghamcountync.com, outlines all there is to do in Rockingham County by category (i.e. rivers and lakes, venues, shopping, trails, and parks, sports, and recreation), food + drink, places to stay, etc. The RoCo TDA is looking to enhance the ease of use for both new and existing visitors as well as RoCo TDA staff with the content management system. The redesign is to be done in accordance with generally accepted website standards, including ADA compliance, cross-platform compatibility, and mobile accessibility.

Scope of Work

The primary objectives are to: 

• Create a positive user experience, 

• Making it simple for visitors to find and share information, 

• Easily book accommodations for local hotels/motels, Airbnbs, and VRBOs, 

• Improve SEO – with lower bounce rate, more time on site, and more pages visited, 

• Drive signups for e-newsletters (currently through Constant Contact), 

• Increase requests for RoCo guides including RoCo Blueway Guide, Quilt Trail Guide, and RoCo Visitor Guides.

As a small office, ease of maintenance by RoCo TDA staff is essential for this project allowing us to have more time dedicated to other projects vs. daily updates including business listings, calendar updates, itineraries/tours, etc.  An ideal firm will be able to give us the ability to power our website with automated content modules including: 

• Automated events calendar

• Google Places & Reviews

• Itinerary library

• Travel/trip planner

• Etc.

Intuitive and Attractive Design

• Clean, contemporary design, and flow,

• Easy and intuitive navigation that does not require multiple clicks to reach a desired page,

• Mobile responsive web design, 

• Balance between simplicity and relevant information, 

• Consistent use of Visit RoCo, NC’s brand style guide (to be provided once the project has been granted), 

• Consumer experience-led user interface that groups and presents information in a logical manner and requires no more than three levels of “scrolling” for the user to find the desired information. 

• Integration of VisitRockinghamCountyNC Instagram feed, event calendar, Visitor Guide request form, Newsletter sign-up, and contact us request form on the website homepage.

Functionality

• Events calendar (automated preferred) including the option for site users to upload events (that can be approved or denied by RoCo TDA staff) and options for sorting the calendar by date, location, type of event, etc. 

• Integration of existing and new third-party feeds, including, but not limited to, restaurants, breweries/wineries/vineyards/distilleries, hotels/Airbnbs/VRBOs, attractions, outdoor recreation including but not limited to blueways/greenways/trails, shopping, local and regional partners, etc. 

• Interactive map that enables users to search by municipality or by interest category (i.e. blueways, trails, shopping, eating, places to stay, etc.).

Content Management Strategy

• A content management system (automated preferred) that is instinctive, easy to use, supports the features and functionality outlined below (now and/or in the future), and can be updated/modified (approved or denied) by the website administrator(s),

• A blog platform that provides ability for administrator(s) to review and approve posts from guest writers,

• A tool that provides partners the ability to supply/upload and update content (business listing, events, etc.) to the administrator for approval and posting,

• Trip planning functionality that allows users to compile their list of activities, events, and accommodations to save, print, and/or share with friends and family.

Customer Engagement Strategy

• E-newsletter signup capability (through existing Constant Contact distribution),

• Guide requests/downloads and digital presentation (current subscription through Issuu),

• Content hub for downloadable material including but not limited to Visitor Guides, Blueway Guides, trail trackers, press articles, etc.,

• Contact us form, 

• Media library.

Other Key Requirements and Considerations Include:

• Dynamic photographs and video content on the homepage and other landing pages, easily changed out as needed and quick-loading, regardless of the device used to view the site,

• Ability to easily post and/or embed videos, images, animated GIFs, PDFs, and audio,

• Functionality to support image slideshows and carousels,

• Meets ADA standards of compliance,

• Displays correctly in all major browsers and on all mobile devices,

• Provides tools for tagging assets such as articles, links, media, maps, etc., including click trackers and tracking pixels,

• Utilizes SEO as part of website design, development, and maintenance,

• Utilizes best-in-class functionality for top user experience,

• Website must be safe and secure,

• Design and CMS must allow for easy changes to site navigation, images, listings, and overall content.

RFP Site
Client: Orange County Transportation Authority
RFP Title/#: OC Bus Marketing Program - RFP 3-2721
Due Date: Nov 7, 2023, 2:00 PM PST - Portal Submit
Description: 

The Orange County Transportation Authority (Authority) invites proposals from qualified consultants to develop an OC Bus marketing program on an as-needed basis. The budget for this project is $220,000 for a two-year term.

INTRODUCTION

The Orange County Transportation Authority (OCTA) was formed in June 1991 to address ongoing transportation needs in Orange County. The concept behind OCTA was to create one agency to develop and implement transportation programs designed to reduce traffic congestion and improve air quality. OCTA’s countywide bus system operates more than 50 routes.

The goal of the OC Bus Marketing Program is to retain existing customers, as well as to increase overall ridership through increased customer trips and induced trial usage among non-riders. OCTA is looking for a firm to develop marketing campaigns to target existing riders and new customers for more frequent and trial use and develop an innovative approach to generate interest.

OCTA is looking for a firm with proven experience with the following:

▪ Strategic marketing plan development

▪ Marketing and digital marketing campaign development; email management and optimization; social media and mobile marketing strategy development, implementation and optimization

▪ Online and traditional media planning, buying, and optimization

▪ Ethnic marketing and translation

▪ Print and digital creative development, design/copywriting, and production

▪ Market/customer research, segmentation study, online survey design, implementation, and reporting

▪ Photography, collateral production, printing, distribution, specialty printing, and

other promotional items as required

GOALS AND STRATEGIES

• Create and implement customer retention programs to enhance OC Bus customer loyalty and riding frequency.

• Design and conduct grassroots marketing and outreach programs to educate customers about how to ride and the benefits of riding OC Bus.

• Promote special fare/pass programs and core/improved routes to retain current riders and attract new customers.

• Strategically select and target high-propensity market segments with cost-effective marketing programs.

• Support OCTA’s ridership initiatives through strategic marketing and communications.

• Pivot when needed to accommodate new and different directions

SCOPE OF SERVICES

As the demographics and communication behaviors in Orange County residents continue to evolve, marketing OC Bus service is becoming increasingly complex. In order to address churn and grow ridership, new concepts for current customer retention need to be developed alongside targeted campaigns to attract prospective riders.

To address these changes and implement a comprehensive OC Bus marketing program, OCTA is planning to retain a full-service firm (Prime Contractor) to perform various marketing activities. Those bidding as the prime contractor on this RFP are encouraged to subcontract tasks outside their expertise. Applicants should have knowledge of and be able to act as a prime contractor or employ the services of a subcontractor in each of the following areas:

  • Integrated, Strategic Marketing Plan Development - A comprehensive and overarching plan should be developed to serve as a blueprint for the contractual period of time. The plan should be well thought-out and positioned to guide all marketing efforts to be cohesive and effective in achieving the organizational goals.
  • Marketing & Digital Marketing Campaign Development, Management and Optimization -Each campaign should include, but not be limited to, the following components to aid in driving traffic, building brand awareness, and increase ridership and sales:
    • Campaign goals development and effectiveness tracking
    • Identifying target audiences and providing insight to customer behavior
    • Developing key campaign messaging and potential offers for campaign success
    • Developing strategy for reaching and engaging target audiences
    • Developing mixed media campaign consisting of traditional and online media
  • Email, Social Media and Mobile Marketing Strategy Development, Implementation and Optimization – Research, develop and propose new and innovative digital marketing strategies and tactics through email, social media, and/or mobile to help OCTA retain current customers and acquire new customers. Execute a successful agile marketing plan to improve performance and ROI. Provide systematic solution to implement, manage and optimize social media platforms as well as analytics to maximize public interaction and engagement.
  • Online and Traditional Media Planning, Buying and Optimization – Understand where target audiences live online and offline, develop a flexible and high-quality media plan for each campaign to include targeting endemic and broad reach sites/media as well as niche media/sites with loyal and passionate followings to engage potential customers in a clutter-free, relevant environment. Online media buying and optimization systems and technology are also required to provide realtime analytics data for refining campaign and discover insights to maximize ROI. In addition to this contract, OCTA has some reserved funds for direct media buys.
  • Ethnic Marketing and Translation (Hispanic and Asian) - Research, develop and implement marketing programs targeting specific ethnic markets in Orange County. Develop media plans that reflect where ethnic target audiences live online and offline to meet ridership and sales goals. Provide translation services for target markets, including Spanish, Vietnamese, Korean and Chinese, as well as other languages as requested by OCTA.
  • Print and Digital Creative Development, Design, Copywriting and Production – Create strategic and innovative design theme and message that resonate with campaign target audiences in both online and print formats. Be able to respond quickly to execute creative development through design, copywriting, and production in a timely manner to meet the project deadlines. Firm shall have the ability to produce, deliver, accept, or share files from the following software:
    • Adobe Creative Suite (including Photoshop, Illustrator, InDesign)
    • Ability to transfer files via cloud-based solutions
  • Market and Customer Research, Segmentation Studies, Online Surveys, Implementation and Reporting – To assist marketing planning and strategy development, identified research needs to gain customer insights and market intelligent information through primary and secondary research and surveys. Use state-of-the-art techniques to design, implement, and report appropriate study/survey as needed.
  • Photography – Provide original photography services to support approved marketing plans to showcase OCTA’s products and services in a favorable and imaginative way. Photography support should include selection and management of paid models, the ability to provide studio shots on seamless, interior building and/or bus shots including people and location shots showcasing various buses. Buses will either be static or moving.
  • Printing and Fulfillment Services – Various types of printing projects will require production, distribution, installation and/or removal during the course of this contract term, based on the approved marketing plan developed. Prior to release of all projects for print, a formal estimate will be received and approved by OCTA’s project manager.
RFP Site
Client: Department of Health
RFP Title/#: Snow Plowing and Snow/Ice Removal Services at The David Axelrod Institute and Griffin Laboratory
Due Date: Nov 3, 2023, 3:00 PM EST
Description: 

Through this Invitation for Bids (“IFB”), the New York State (“NYS”) Department of Health (the “Department” or “DOH”) is seeking competitive bids from a qualified organization for Snow Plowing and Snow/Ice Removal services including Sanding and Salting for The David Axelrod Institute and Griffin Laboratory, as further detailed in Section 4 (DETAILED SPECIFICATIONS). It is the Department’s intent to award one (1) contract from this procurement.

Introductory Background: The Wadsworth Center is New York State’s public health laboratory. The David Axelrod Institute and the Griffin Laboratory are two facilities in the Albany, NY area which house many of the Wadsworth Center’s major public health programs. It is necessary to hire a contractor to plow, salt and remove snow from parking areas and walkways at both facilities. Without regular snow/ice removal and preventative treatment measures, parking would be negatively impaired and the safety of employees and guests would be at risk while on the premises. Failure to provide adequate snow/ice removal would also disrupt the Wadsworth Center’s ability to perform critical public health testing services. The selected Contractor will be providing annual snow plowing and snow/ice removal services, including sanding and salting, at the following Wadsworth Center facilities:

• David Axelrod Institute - 120 New Scotland Avenue, Albany, NY
• Griffin Laboratory – 5668 State Farm Road, Slingerlands, NY

Important Information: The Bidder must review, and is requested to have its legal counsel review, Attachment 8, the DOH Agreement (Standard Contract), as the successful Bidder must be willing to enter into the Contract awarded pursuant to this IFB in the terms of Attachment 8, subject only to any amendments to the Standard Contract agreed by the Department during the Question and Answer Phase of this IFB (see, Section 5.2). Please note that this IFB and the awarded Bidder’s Bid will become part of the Contract as Appendix B and C, respectively.

It should be noted that Appendix A of Attachment 8, “Standard Clauses for New York State Contracts”, contains important information, terms and conditions related to the Contract to be entered into as a result of this IFB and will be incorporated, without change or amendment, into the Contract entered into between DOH and the successful Bidder. By submitting a response to this IFB, the Bidder agrees to comply with all the provisions of the Contract, including all of the provisions of Appendix A.

Note, Attachment 7, the Bidder’s Certified Statements, must be submitted by each Bidder and includes a statement that the Bidder accepts, without any added conditions, qualifications or exceptions, the contract terms and conditions contained in this IFB including any exhibits and attachments, including, without limitation, Attachment 8. It also includes a statement that the Bidder acknowledges that, should any alternative proposals or extraneous terms be submitted with its Bid, such alternate proposals or extraneous terms will not be evaluated by the DOH.

Any qualifications or exceptions proposed by a Bidder to this IFB should be submitted in writing using the process set forth in Section 5.2 (Questions) prior to the deadline for submission of written questions indicated in Section 1. (Calendar of Events). Any amendments DOH makes to the IFB as a result of questions and answers will be publicized on the DOH web site and will be available and applicable to all Bidders equally.

RFP Site
RFx to submit in October 2023:
Client: Franklin County
RFP Title/#: RFP # 2023-04-10 Franklin County Fleet Management – Car Wash Services - Franklin County
Due Date: Oct 25, 2023, 4:00 PM
Description:
The Franklin County Board of Commissioners, on behalf of Fleet Management, is seeking proposals from vendors to provide Car Wash Services.

All Questions Should Be Directed To:
Written Questions are due by October 25, 2023 at 12:00 p.m. to lmkattner@franklincountyohio.gov.

Additional Information:
All amendments and clarifications will be posted on the Franklin County’s - Purchasing Department website at: http://purchasing.franklincountyohio.gov/businesses/bid-opportunities/. It is the responsibility of interested parties to monitor the Franklin County Purchasing website for any Amendments or Clarifications.
RFP Site
Client: City of Pomona
RFP Title/#: Consultant Services Sewer Collection System Data Analysis
Due Date: Oct 25, 2023, 3:00 PM PDT
Description:
Scope of Services

The City of Pomona's Water Resources Department (WRD) is seeking to award a multiyear contract to a well-qualified consultant to provide continuous data analysis and cleaning recommendations of the City’s sewer collection system, The system is composed of 316 miles of sewer mainlines, 1.4 miles of force main lines, 28,233 lateral connections, and 6,360 sewer manholes.

Other Details
The objective of this service is to assess the City’s data for all gravity sewer mains conditions, analyze results and recommend a monthly sewer main cleaning schedule. The long-term outcome will result in a systematic, data driven, monthly sewer main cleaning schedule.
• The awarded bidder will be responsible for receiving and analyzing the City’s Geographical Information System (GIS) data sets, sewer cleaning work data from ESRI Fieldmaps, CWIQS Spill data and Wincan Inspection Software Closed Circuit Television (CCTV) inspection data sets.
• The awarded bidder will analyze and summarize all data relative to Fats, Oils and Grease (FOG), roots, debris/ rags/ grit, and Smartcovers high water alerts, or any other relevant data sets.

• Deliverables will consist of a thorough data trend analysis and short and long term improvement recommendations for improved cleaning efficiency. Data delivered must also include an ESRI Fieldmaps format that is ready to be used by operations field staff instantaneously.

Notes
Fees proposal shall be valid for a minimum of 180 days after the published RFP due date.

Special Notices
Per Section 2-971(2) of the Pomona City Code, any unauthorized contact by the Bidder during the bid process with an official or city employee, other than those shown on the bid, the Finance Director or Purchasing Manager, shall cause the Bidder to be immediately disqualified from participating in the bidding process.
DO NOT USE THE CITY’S SEAL OR LOGO. DOING SO IS IN VIOLATION OF THE CITY’S CODE AND MAY RESULT IN IMMEDIATE DISQUALIFICATION OF THE SUBMITTAL. Section 2-5(3)a of the Pomona City Code prohibits the use of the City’s Seal or Logo, or any reproduction thereof, for any purpose other than for official business of the city, its council, officers or departments.
DO NOT REGISTER FOR THIS SOLICITATION THROUGH A THIRD PARTY OTHER THAN PLANETBIDS. BIDDERS MUST BE LISTED ON THE CITY OF POMONA'S "PROSPECTIVE BIDDERS LIST" ON PLANETBIDS IN ORDER TO PARTICIPATE IN THIS BID. IF BIDDERS FAIL TO REGISTER WITH PLANETBIDS PRIOR TO SUBMITTING A RESPONSE, THE CITY SHALL IMMEDIATELY REJECT ANY RESPONSE YOU SUBMIT IN REFERENCE TO THIS SOLICITATION.
RFP Site
Client: Justice Management Division - Civil Rights Division (CRT)
RFP Title/#: CRT Helpdesk and Information Technology (IT) Services Blanket Purchase Agreements (BPA) - Solicitation Number: 15JPSS23Q00000067
Due Date: Oct 25, 2023, 10:00 AM EDT
Description: The Civil Rights Division (CRT) works to uphold the civil and constitutional rights of all Americans and enforces federal statutes prohibiting discrimination based on race, color, sex, disability, religion, familial status, and national origin.

This procurement is to establish three (3) Blanket Purchase Agreements (BPA) across three (3) Functional Areas (FAs) to provide the Civil Rights Division (CRT) with tasks and services necessary to support its helpdesk and information technology mission requirements. BPA awardees shall provide industry experts possessing the knowledge, skills, and abilities to perform all task order requirements.

The BPA performance should align with Office of Information Technology and Cybersecurity (OITC)’s vision to unify operations by increasing organizational transparency and accelerating transformative IT business practices. OITC provides CRT the physical and digital capabilities that staff need to enforce civil rights laws and constitutional protections. OITC continuously works to operate efficiently to fully support CRT's mission.

This Statement of Work (SOW) describes the requirements and services for the contractor to provide qualified personnel for successful fulfilment of all BPA call orders. At the call order level, the BPA holder shall provide a team of personnel to meet the Office of Information Technology and Cybersecurity (OITC)’ requirements for helpdesk and operations, infrastructure engineering, cybersecurity, web and applications development support, reporting portal and software information technology (IT) tasks and services. The administration of each task order is through the government technical monitor (GTM), the BPA contracting officer representative (COR), and the task order COR.

The SOW is providing overarching and integrated support in the functional areas of:

• Functional Area 1: Help Desk and Operations Support

• Functional Area 2: Infrastructure Engineering and Cybersecurity Support

• Functional Area 3: Web and Applications Support, Civil Rights Reporting Portal Support and Software Services

RFP Site
Client: Housing resources of Western Colorado
RFP Title/#: Website RFP
Due Date: Oct 20, 2023 - 5pm - email to sarahf@hrwco.org

Deadline for questions: October 5, 2023. Questions must be sent to sarahf@hrwco.org. Questions will not be accepted by telephone or mail.

Description: Housing resources of Western Colorado is seeking a vendor to redesign, build, and deploy a new website for our organization. The selected vendor will design a new website that allows us to connect with various target audiences, allowing them to identify and review the information they need. The new website must be client focused, allowing new and existing clients to find their way to the programs that best suit their needs and current housing situation. Additionally, this site will play a key role in attracting new donors, grant makers and staff.

Housing Resources for Western Colorado is a 501(c) (3) nonprofit that serves renters, homebuyers, and homeowners across 15 counties in Western Colorado. Our mission is to advance equitable housing and healthy communities through education, empowerment, development, and preservation. Our services include:

• Housing counseling & education

• Home rehabilitation lending

• Affordable rentals

• Weatherization services

• Self-help/sweat equity home building

Not all services are offered across our entire service territory. Where we do not provide a specific service, we try to connect residents with other organizations who can assist them. Many of our services are provided at no charge to our clients, although we do have some fee-for-service offerings. We are funded through grants, donations, sponsorships and fees generated by some of our services.

New Website Objectives

The primary objectives of our new website will be to:

• Provide an easy route for navigating to program information, starting with the client as the focus.

• Provide secure and easy client data and document collection, at least through initial intake phase for all programs.

• Clearly demonstrate what we do and who we serve.

• Highlight program success stories.

• Allow donors to make donations easily and securely.

• Highlight donors and sponsors.

• Provide information to other stakeholders.

• Represent our brand, mission, and vision clearly.

Current Website

Navigation: HRWC’s current website is not organized with our clients in mind. The navigation and menu terminology used make it difficult for the audience to figure out how to get where they need to go and discover the services we offer. There are redundant menu items such as “Upcoming Events” and duplicative or confusing pages such as “Careers” and “Employment Opportunities,” which add to the complexity of navigating around the site. Some important pages such as job opportunities and donations are buried in the menu, making it difficult to find them.

Look & Branding: Imagery is not well utilized, and current photographs do not represent our brand, clients, activities, or service area effectively.

Mission, Impacts & Story Telling: Although our mission statement is presented in a primary position on the homepage, the other elements of our website do not effectively highlight our success stories. Updates & Additions: Making updates, especially to the homepage is clunky and unintuitive. For example, it is difficult to update the yearly impacts section of the home page, and so these are out of date. Other areas of the website such as the “News” section have not been maintained and so lack relevant and up-to-date information.

New Website Functionality Requirements

• Easy navigation for clients and stake holders

• Clear presentation of program information

• Easy for staff to update

• Multiple site admins/editors 3

• Multiple communications options directly from the website

• Secure donations option, or ability to direct donors to donation portal

• Easy, secure, and common intake form for client data collection

• Easy and secure document collection

• Board and employee portal options

• Integration or easy navigation to outside portals or tools

• Desktop, tablet, and cellphone friendly layout

• Compatible with screen readers

• ADA compliant New Website Wish List

• Integration with online classroom portals

• Multiple language options

• Ability to accept online payments

• Ability to RSVP/sign up for events

Ecommerce Details:

• Ability to take occasional donations.

• Potential to take online payments for fee-based services in the future.

RFP Site
Client: Borough of Mechanicsburg, Cumberland County
RFP Title/#: RFP for Outsourced IT Services
Due Date: Oct 20, 2023, 4:00 PM
Description: Mechanicsburg Borough (“Borough”) invites you to respond to this Request for Proposal (RFP).  The focus of the RFP is to select a single organization to provide IT managed services to the Borough over a 3-year period, beginning on January 1, 2024 and ending no later than December 31, 2026. Following the initial term, there is a possibility to renew this contract for multiple 1-year terms.  
RFP Site
Client: University of Northern Colorado
RFP Title/#: UNC-24-01 - RFP UNC-24-01 FOR HOUSING MANAGEMENT SYSTEM
Due Date: Oct 17, 2023, 4:00 PM EDT
Description: 

The University of Northern Colorado seeks to improve our Housing Management System (HMS). The purpose of this RFP is to search for a viable solution to meet UNC’s HMS software needs. All Features and Technical Requirements will be listed below under section III

CURRENT SOFTWARE RESOURCES

The University of Northern Colorado currently utilizes CBORD HMS to fill the needs of its students and housing staff. UNC also leverages the following software that may or may not integrate with a new Housing Management System:

A. Lenel – UNC uses Lenel for exterior access to residential buildings.

B. Banner – UNC uses Banner as our Student Information System.

C. CBORD CSGOLD – UNC uses CSGOLD as our main interior door card access system.

D. Atrium – UNC uses Atrium as our main meal plan and dining software.

E. Blackbaud – UNC Advancement uses Blackbaud as the main CRM for alumni and community relations.

F. EAB Navigate – UNC uses EAB Navigate as our main student success tool.

G. Slate – UNC uses Slate as our main student admissions CRM tool.

The successful vendor will be awarded a contract to provide the products and services as described in this RFP for a period of one year, with potential option(s) to renew for four (4) additional one-year periods, at the University's sole discretion and subject to annual appropriations as provided in the Contract.

RFP Site
Client: Office of Cybersecurity and IT Risk Management (OCRM)
RFP Title/#: Sources Sought & Request for Input - Cyber Security Youth Internship
Due Date: Oct 16, 2023, 2:00 PM EDT
Description: The Department of Commerce Office of the Secretary, Office of the Chief Information Office, Office of Cybersecurity and IT Risk Management (OCRM) seeks feedback and capabilities for a potential Cybersecurity Youth Job Partnership (paid internship).

Please review the attached draft PWS and provide the following:

  1. A completed RFI response sheet - Excel sheet is provided (10 yes/no questions)
  2. Any relevant capabilities information you would like to include which expands on the 10 questions.
  3. A redlined PWS with your recommended edits (if any) - emphasis on qualifications, certifications, and experience for the contractor providing these services.
RFP Site
Client: Michigan State University
RFP Title/#: RFP#763789 - Center for Great Lakes Literacy - Website Design
Due Date: Oct 13, 2023, 3:00 PM Eastern – Email Submit
Description: Michigan State University (the “University” or “MSU”) is soliciting proposals through this Request for Proposal (“RFP”) for the purpose of designing and hosting a website for the Center for Great Lakes Literacy. The requested services are more thoroughly described under the Scope of Work Section of this RFP. Firms intending to respond to this RFP are referred to herein as a “Respondent” or “Supplier.”

The Center for Great Lakes Literacy (CGLL) is a collaborative effort led by Sea Grant educators throughout the Great Lakes watershed. CGLL fosters informed and responsible decisions that advance basin-wide stewardship by providing hands-on experiences, educational resources, and networking opportunities promoting Great Lakes literacy among an engaged community of educators, scientists, and youth.

To improve our digital presence, the CGLL regional website (www.cgll.org) is in significant need of redesign, and additional funding would allow for a more robust effort to review, redesign, and rebuild the website. Digital curation, accessibility and website delivery of these educational curricular resources will serve as the primary focus for the CGLL website redesign process.

The website redesign will focus on developing a more inviting and user-friendly site for our target audiences - youth and educators. The website will continue to serve as our centralized location for organizing and sharing resources, lessons and professional learning opportunities to support educators engaging youth in Great Lakes Literacy across the basin. Primary improvements will focus on modernizing design and web functionality, design that enhances the user’s access and experience, and offers analytics and evaluation capabilities. Beyond the sharing content, it is equally important that the CGLL website and shared resources are digitally accessible supporting all our learners’ needs.

Requirements / Deliverables.

a. Design and development of an updated, new website for the Center for Great Lakes Literacy education network.

i. Website serving Sea Grant education teams from Great Lakes states

ii. Must incorporate current content and lessons from existing cgll.org website

b. Design features prioritizing high quality user experience for intended education audience

c. Visually appealing design and multimedia design features that include: i. Layout and design of multiple branded webpages within site

ii. Possible original logo and design work

iii. Possible development of icons designed for enhancing visual navigation of lessons and resources

d. Must include a system for dynamically organizing an education library, including sorting, filtering, and navigating diversity of educational resources, lessons, and curricula offered by Center for Great Lakes Literacy (CGLL)

e. Must be capable of supporting education curriculum microsites within regional Center for Great Lakes Literacy website, including design of at least one curricular microsite (Teaching Great Lakes Literacy) as part of overall CGLL website development project

f. Evaluation and usage analytics capabilities

g. CGLL team training for use and management of website

h. Ability to offer website hosting and maintenance services through 2027 with an uptime greater than or equal to 99.95%

RFP Site
Client: Virginia Information Technologies Agency
RFP Title/#: 2023-03 - Managed Public Cloud Services
Due Date: Oct 12, 2023, 4:00 PM EDT
Description: Specifications include, but are not limited to: VITA is seeking three distinct Managed Public Cloud Services Providers (MCS) to join its multi supplier integrated platform to provide managed public cloud services for the following Cloud Service Providers (CSPs):  Microsoft Azure  Google GCP  Oracle OCI To ensure that VITA has adequate safeguards and redundancy within the managed cloud services environment and to reduce the risk of a single point of failure, it is the intention of VITA to make three (3) separate awards resulting in a one-to-one relationship between a single MCS awardee and a single CSP. One award for each of the three separate and distinct suppliers. For example, Supplier A would have a one-to-one relationship with MS Azure and Supplier B would have a one-to-one relationship with Google GCP. Therefore, Offerors shall submit one (1) proposal for one (1) CSP in response to this RFP. Multiple submissions from a single offeror will remove the offeror from further consideration.
RFP Site
Client: City of Ontario
RFP Title/#: Branding, Marketing and Graphic Design Services - Invitation # 1696
Due Date: Oct 10, 2023, 2:00 PM EDT
Description: The City of Ontario is requesting proposals for Branding, Marketing and Graphic Design Services for two separate campaigns.
RFP Site
Client: City of Hanahan
RFP Title/#: Managed Service Provider RFQ - COH# 9112023
Due Date: Oct 9, 2023, 2:00 PM – 2 Originals + 1 Copy [Hand Delivered or Mailed]


City of Hanahan –
Managed Service Provider Request for Quotes COH# - 9112023
Purchasing Department
Attn: Robyn Brown
1255 Yeamans Hall Road
Hanahan, SC 29410


Description: The city’s mission is to strengthen the qualities that define the spirit of Hanahan. These include family values, an authentic hometown feeling, inclusivity, award- winning schools, neighbors helping neighbors, safe communities, and seizing opportunities to improve the city for future generations. With this RFQ, the City of Hanahan is requesting information about your company and the IT products and solutions you provide as outlined in the Service Requirements section. This information will be gathered from several different organizations and used to evaluate provider options for the City of Hanahan.

Environment Overview

  • City Hall – 1255 Yeamans Hall Rd.
  • Fire Station 1 – 5826 Campbell St.
  • Fire Station 2 - 1200 S Basillica Ave.
  • Fire Station 3 – 1100 Williams Ln.
  • Public Works – 1102 Williams Ln.
  • Hanahan Recreation Complex – 3100 Amphitheater Ave.
  • 53 Acre Park / Animal Control – 1177 Williams Ln.

Number of Employees: Fully staffed The City has 115 employees with an average of 100 network / computer users. Remote Employees: 0

Current Technical Environment:

Core Hardware [Servers, switches, firewalls, routers, etc.]

  • Cameras & NVR - Ubiquiti
  • Switches & AP’s - Ubiquiti
  • Firewall - Sophos

Software Systems [Email platform, security programs, other software used.]

  • SmartFusion by Harris – on Prem
  • LawTrak by Nicholson Business Systems – on Prem
  • ESO by ESO – Cloud hosted
  • ERIN by ERIN Technology – on Prem
  • CAD by Southern Software – on Prem / hosted hybrid
  • Authlite by Authlite – on Prem
  • O365 Government Tennent – Cloud hosted

Connectivity [Internet information]

  • Fiber into all locations but 1. Project underway for Fiber upgrades to all locations
  • Remote locations are connected through data center via VPN
  • RDWeb Applications are deployed for use by Police Department accessed via VPN over private APN

Remote Access / VPN

  • See above

Backups, Antivirus and Remote Support Software

  • Sophos Endpoint Protection
  • Sophos Managed Threat Response SOC

Workstations and other Devices

  • 3 Hosts
  • 9 servers
  • 35-50 Workstations
  • 50-60 Laptops

Service Requirements:

As part of this RFQ, the City of Hanahan has requirements for the following services. We realize that not every MSP will be able to provide all the services listed below, but we encourage you to respond regardless.

·         Help Desk Support - The MSP should offer superior 24x7x365 Help Desk support from Tier One to Three services utilizing industry best practice processes and procedures.

·         Server & Network System Monitoring – The MSP must provide 24x7 monitoring of City of Hanahan’s server & network system with proactive communication and escalation protocols based on the severity of any unscheduled outages.

·         Patch Management Services & Preventative Maintenance – The MSP must provide management of critical security and system patches to all servers and systems on the network to ensure City of Hanahan’s IT systems and resources are properly managed and maintained.

·         Business Continuity and Disaster Recovery – The MSP must be able to support City of Hanahan ability to recover based on the Recovery Time Objective (RTO) and Recovery Point Objective (RPO) agreed upon by organizational constituents. In addition, backup and redundancy should be used to support this need.

·         Remote Backup – The MSP must execute a nightly backup plan for the critical servers, including a regularly-tested recovery process.

·         Email / O365 Management - City of Hanahan requires the management and administration of City of Hanahan’s email system for all users.

·         Antivirus, AntiSpam & Antispyware Protection – City of Hanahan requires the management and continued support of the existing Sophos platform.

·         On-Site Support – When needed, the MSP should have the ability to deploy onsite resources to assist in issues which cannot be resolved through remote access to in- house systems.

·         Networking Support - City of Hanahan requires proactive management and monitoring of our switches, firewalls, routers and Wi-Fi systems, and other networking equipment as identified by City of Hanahan.

·         Security Systems Monitoring – MSP must provide proactive monitoring and management of City of Hanahan’s security systems, including firewalls, intrusion prevention, secure remote access, and any implementations of advanced security solutions City of Hanahan may utilize. This will primarily consist of being the primary point of contact for Sophos MTR – but may include other items as well as agreed upon by both parties.

·         Vendor Management – The MSP should be able to manage other vendors which may be contracted for by the City of Hanahan and serve as the key point of contact unless escalated.

·         Warranty and Asset Inventory Management – City of Hanahan expects the MSP to maintain a hardware and asset inventory that includes Desktops, Laptops, Servers, Printers/Scanners, and notify City of Hanahan of any potential service or warranty issues. The MSP must also assist with managing the lifecycle of City of Hanahan’s devices and maintain an equipment inventory to ensure our systems are always current. (Most printers/copiers have service agreements and will not require the MSP to provide any service other than network related.)

·         Software Licensing Control – Oversight of automatic renewal of software applications and maintenance of appropriate documentation.

·         Procurement Management – The MSP must assist with the selection of commercially rated equipment, order placement, order tracking, shipping, equipment returns, and sourcing and ordering of replacement parts.

·         PC Deployment – Delivery and setup of machines on-site.

·         Desktop and Laptop Support - MSPs must include their ability to support existing and future desktop and laptop hardware. This includes maintenance and repair, replacement for failed equipment, and the acquisition and provisioning of new equipment as needed.

·         Printers, Copiers, and Scanners -The MSP must be able to support existing printers, copiers and scanner-related network-printing issues.

·         Desktop Software Standardization and Software Licensing and Upgrades – MSP must have a process for identifying standardization and management of desktop images and ensuring that staff are using current products as well as current OS and browser versions.

·         Lifecycle Management of Hardware Units – The MSP should have processes for end-of-life notification, replacement, and asset decommissioning/disposal.

·         Break Fixes and Installation – The MSP should offer planned and on-call break/fix services, including emergency response to server issues.

·         Move, Add, Change (MAC) – City of Hanahan is looking for the MSP to help with any changes to the location, configuration of existing equipment or software, and installation of additional equipment or software as needed.

·         Mobile Device Support - In addition to laptops and desktops, some staff use mobile phones and tablets. The MSP will need to support secure provisioning (and ongoing support of that provisioning) of any mobile device into the company network. In the event the device is lost, the corporate mail and contact data should be able to be easily wiped from the device while preserving individual’s personal information. (Office 365 is in place for this. MSP would only need to manage and execute)

·         Reporting – The MSP should provide relevant reporting not only based on their performance from a help desk perspective but also regarding system health, uptime, and assist in keeping an accurate hardware inventory to inform ongoing planning of maintenance, warranties, and refresh schedules.

·         Technology Strategy Planning – The MSP will work with City staff to develop a long- term strategic technology plan. The plan will take advantage of new and existing technologies to produce a pragmatic and effective future roadmap that enables the organization to fulfill its overall mandate in the community.

·         Account Management – The MSP must offer an internal escalation process in tandem with City of Hanahan to ensure the ability to have multiple points of contact available if needed depending on the items or issue encountered.

·         Project Management – The MSP should be able to offer project management and technical engineering resources to assist with technical projects as identified by the MSP or City of Hanahan with the understanding that the MSP has the right to propose billable hours related to the project and the City has the right to bid out parts or all of a project to other vendors based on need.

·         Solution Design – The MSP must provide solution packages (e.g., hardware, software, licensing) and associated consolidation of data.

·         Service Levels – The MSP should identify service level agreements or objectives and report back on a regular basis to the City of Hanahan on their ability to meet these agreements or objectives.

·         IT Policy Review and Development – The MSP should be able to assist in the development of customized policies related to the use of technology.

·         Onboarding and Offboarding Staff - The MSP must have process and procedure in place to onboard or offboard team members in a timely and efficient manner.

·         Compliance – The MSP must use systems that comply with published Payment Card Industry Security (PCI) Standards. In addition, the MSP should also support rules and regulations as provided by relevant governing organizations as identified by regulatory or grant based requirements. The MSP must also be familiar with CJIS and HIPPA guidelines and be part of ensuring compliance as it relates to IT.

·         Multi-Factor Authentication (MFA) – MSP must be able to manage the City of Hanahan’s Multi-Factor Authentication (MFA) solution (Authlite for Domain Controller and SMS based for O365) to provide an easy-to-use method to verify user identities at login and to protect logins with multi-factor authentication.

·         Vulnerability Testing - The MSP could offer vulnerability tests, both internally and externally, to determine what flaws and potential threats exist from the outside, or perimeter, of City of Hanahan’s business network. Any costs associated with this testing would have to be agreed upon before testing.

RFP Site
Client: The Woodlands Township
RFP Title/#: RFP Website Development Redesign, Content Management System - C-2023-0273
Due Date: Oct 6, 2023, 4:00 PM
Description: The Woodlands Township is seeking proposals from professionals, and qualified website and content management firms to redesign the Township’s official website, www.thewoodlandstownship-tx.gov. A full redevelopment of the Township’s official website is a strategic priority identified by the Township Board of Directors. Proposals will be evaluated in accordance with the criteria set forth within this RFP. One or more professional firms may be selected to provide the requested services outlined in this RFP.
RFP Site
Client: City of South Gate
RFP Title/#: Supplemental IT Support Services - Reference Number 00003714993
Due Date: Oct 5, 2023, 5:00 PM EDT
Description: Specifications include, but are not limited to: The City of South Gate (City) is requesting proposals from qualified bidders to provide supplemental IT staffing support and project-based related task assistance. Potential candidate should possess the required experience and knowledge to successfully fulfill the role of a Server Administrator. The selected firm will assist the City by supporting, maintaining and upgrading physical server infrastructure and assigned tasks related to current IT projects. Preliminary project budgets will not be shared at this time. Environment Approximately 400 staff members (full and part time employees) Existing workstations are Windows 10 Professional. Electronic mail is Microsoft 365 hybrid configuration. The City supports 4 primary sites/locations


    1. This RFP seeks on-site Supplemental Server Administrator Support Services.

5.1.1         Two days per week (10-hour workdays) of on-site Server Administrator level support are required.

5.1.2         Support Responsibilities and Duties:

5.1.2.1                Setting up new users with required access (onboarding)

5.1.2.2                Disabling and removing employee access (offboarding)

5.1.2.3                Physical or virtual server and software installation for 3rd party bidders

5.1.2.4                Deployment or maintenance of new virtual machines

5.1.2.5                Preventative server maintenance & security – Windows updates and other software updates

5.1.2.6                Utilize Wireshark for the monitoring and troubleshooting of LAN and WAN connectivity and network security.

5.1.2.7                Malware & antivirus software protection monitoring and management.

5.1.2.8                Troubleshooting system hardware, operating systems, and applications

5.1.2.9                Testing of server hardware, OS, and applications

5.1.2.10            Testing disaster recovery policies and procedures

5.1.2.10.1      Experience with Datto BCDR backup solution helpful

5.1.2.11            Server systems documentation

5.1.2.12            Weekly and monthly system status and performance reporting

5.1.3         Project-related services may include:

5.1.3.1                Current server upgrades/migration

5.1.3.2                Wireless implementation

5.1.4         Asset Management Services include:

5.1.4.1                Physical inventory

5.1.4.2                Asset receiving

5.1.4.3                Asset tracking

5.1.4.4                Software license management

5.1.4.5                Asset disposal


    1. Documentation

5.2.1         Assist with the creation and maintenance of accurate and updated technology documentation, including, but not limited to:

5.2.1.1                Device configuration version control

5.2.1.2                Updated equipment, application, warranty, and license lists

5.2.1.3                Project-related network diagrams

    1. Skills and Qualifications

5.3.1         Bachelor’s degree in computer science or engineering

5.3.2         Must possess a minimum of seven (7) years of technical experience in the server administration role.

5.3.2.1                Current resume illustrating how potential candidates meet the above education and technical experience should be included in bidder proposal.

5.3.3         Ability to solve problems in stressful situations.

5.3.4         Proficient in PowerShell scripting

5.3.5         Ability to work independently and effectively manage time.

5.3.6         Attention to detail and ability to prioritize effectively.

5.3.7         Knowledge of incidence response life cycle

5.3.8         All potential employees are required to successfully complete a thorough background investigation, fingerprinting, and pass a post-offer pre-employment medical examination (which will include a drug/alcohol screening). New employees and contractors must complete a verification form designated by the United States Department of Homeland Security, Citizenship, and Immigration Services, that certifies eligibility for employment in the United States of America.

    1. Please describe your experience in providing the following value-added services

5.4.1         Microsoft server upgrades and deployment

5.4.2         Virtualization infrastructure

5.4.3         Backup methodologies

5.4.4         Wireless deployments and management

5.4.5         Technical support

5.4.6         Patch management

5.4.7         Asset inventory management

5.4.8         Software licensing control

5.4.9         Reporting, metrics, and communication

    1. Approach:

5.5.1         In this section, the bidder must include its approach to providing efficient and effective server administration services, as well as its proposed administrative procedures, areas of responsibility, and a discussion of service delivery, such as method of contact and assignments, etc. Bidders should provide descriptions of their approach to the following:

Two days (20 hours) per week on-site support

Not to exceed 1,000 hours for the term of this contract.

RFP Site
Client: State of Tennessee - Tennessee Board of Regents (TBR)
RFP Title/#: 24-0014 - Janitorial Services (JSCC)
Due Date: Oct 3, 2023, 4:00 PM EDT
Description: Specifications include, but are not limited to: Daily: Empty trash/waste baskets and replace liners. Clean & sanitize drinking fountains. Clean & disinfect lobby furniture. Clean all glass doors, including entrance and lobby. Spot clean walls (as needed). Dust mop floors. Spot damp mop floors. Clean walk off matts. Weekly: Damp mop floors Clean all other glass in corridor and lobby (2x monthly) Dust all furniture, including desks, chairs, tables, bookshelves, cabinets, shelves & telephones. RESTROOMS Daily: Clean, sanitize & polish all vitreous fixtures, including toilet bowls, urinals, & hand basins. Clean all glass & mirrors. Empty trash/waste containers & disposals, insert liners, clean & sanitize. Refill dispensers, soap, tissue, towels, liners, hand sanitizer. Sweep, damp mop & sanitize floors. Clean faucets, flush valves and all polished metal surfaces.
RFP Site
RFx to submit in September 2023:
Client: State of California - Department of Food and Agriculture (CDFA)
RFP Title/#: 23-0110 - Hazardous Waste Collection and Disposal Services, Northern California
Due Date: Sept 29, 2023 5:00 PM EDT
Description: Specifications include, but are not limited to: 1. Provide all labor, tools, materials, supplies (e.g., Department of Transportation (DOT) containers), equipment, insurance, permits, and licenses necessary to lawfully pickup, transport and properly dispose of pesticide waste products generated by the Northern District locations (See Attachment 2), on an as needed basis. 2. Prepare chemicals for packaging by labeling, marking, and weighing. 3. Complete required manifest. 4. Transport all sealed containers as required by California Vehicle Code; California Highway Patrol Regulations; the California State Fire Marshal Regulations; and United States Department of Transportation. 5. Provide a detailed cost sheet for chemicals picked up per location. This sheet shall include type and amount of waste and must be completed on site and verified by PDEP/ County staff at time of pickup. A copy will be given to PDEP/County at the time of pickup, to be followed up with a final copy mailed to pick up location. 6. Provide the CDFA Program Contract Manager current information on how to handle new or different waste requirements, plus provide information regarding waste stream categorization upon request. 7. Picking up chemical waste from the locations specified within the time frames required by PDEP and in accordance with the EPA, Cal EPA, and DTSC requirements. 8. Confirm with the PDEP staff in advance of the date and approximate time of pickup. If pickup date and time must be rescheduled, contractor will notify PDEP staff to arrange for another pickup date not to exceed the legal time frame to store chemical waste. 9. Reimburse PDEP for any monetary fines incurred for exceeding the legal time frame to store chemical waste. 10.Comply with all provisions of federal, state, and local laws and regulations relating to hazardous waste pickup, transporting, and disposal. 11.Immediately notifying, by phone, the CDFA Program Contract Manager or designated representative, of any incident involving material spills or lost manifested materials transported from PDEP locations. 12.Inspecting, noting, and reporting all hazards.
RFP Site
Client: Fairfax County
RFP Title/#: IT SPECIALIZED TRAINING - BID NUMBER: RFP2000003823
Due Date: Sept 29, 2023 12:00 PM
Description: IMPORTANT NOTICE THIS IS AN ELECTRONIC PROCUREMENT (eBID) SUBMISSIONS WILL ONLY BE ACCEPTED ELECTRONICALLY VIA THE BONFIRE PORTAL (https://fcps.bonfirehub.com) Fairfax County Public Schools (FCPS) uses a procurement portal powered by Bonfire Interactive for accepting and evaluating proposals. To register, visit https://fcps.bonfirehub.com. Additional assistance is also available at Support@GoBonfire.com. Submitting proposals via the Bonfire portal is mandatory. FCPS will not accept proposals submitted by paper, telephone, facsimile (“FAX”) transmission, or electronic mail (e-mail) in response to this RFP. Reference Special Provisions, Section 16 for additional information. FCPS strongly encourages offerors to submit proposals well in advance of the proposal submission deadline. A proposal submission is not considered successful unless all necessary files have been uploaded and the ‘Submit & Finalize’ step has been completed. Offerors are responsible for the consequences of any failure to plan ahead in the submission of its Proposal. An optional pre-proposal conference will be held on August 29, 2023 at 1:00 PM Eastern time via a Virtual Meeting/Conference. Those interested in attending the pre-proposal conference must contact the Contract Specialist Christine Beinhacker at cmbeinhacker@fcps.edu to obtain the link to the virtual meeting. Refer to Special Provisions, Para. 3 for additional information. All questions pertaining to this RFP should be submitted in writing to the Contract Specialist Christine Beinhacker at cmbeinhacker@fcps.edu no later than 5:00 PM Eastern Time on Monday September 25, 2023.
RFP Site
Client: The Siskiyou County Local Transportation Commission (“SCLTC”)
RFP Title/#: RFP #23-01 - SCLTC Website Development
Due Date: Sept 28, 2023 3:00 PM
Description: The Siskiyou County Local Transportation Commission (“SCLTC”) is the designated Regional Transportation Planning Agency (RTPA) for Siskiyou County, including nine incorporated cities and various tribal entities. The SCLTC is responsible for all manner of transportation planning activities, including but not limited to transit, streets and roads, bicycle and pedestrian activities.

The SCLTC is requesting proposals for the development of a public facing website. This project will deliver a new and future-focused digital strategy and web presence that increases public engagement and reflects best practices in design, content strategy, user experience, usability, accessibility, and technical implementation.
The website will be a key element in the Commission’s communications efforts and public
participation plan and will be an important vehicle for delivering information to external and internal audiences and key stakeholders.

The Commission currently has a page on the County of Siskiyou’s site (www.co.siskiyou.ca.us). The new website will be directly linked from this page.

The Commission has purchased a new domain name for their new site. Ongoing costs for the domain will be paid directly by the Commission.

RFP Site
Client: Omnitrans
RFP Title/#: RFP-ITS24-18 - Cyber Security Risk Assessment
Due Date: Sept 28, 2023 3:00 PM PDT
Description: 

Omnitrans invites qualified firms to submit proposals for the provision of a Cyber Security Risk Assessment. Omnitrans intends to award the Contract for eight (8) months. THIS IS A FEDERAL TRANSIT ADMINISTRATION FUNDED PROJECT

Omnitrans recognizes the importance of maintaining a robust cybersecurity posture to protect our organization's information assets. We require a comprehensive cybersecurity risk assessment to identify vulnerabilities, evaluate potential risks, and implement effective mitigation strategies.

The primary objectives of this cybersecurity risk assessment are as follows:

a. Identify and assess vulnerabilities and threats to our information systems, networks, and data.

b. Evaluate the effectiveness of existing security controls and measures.

c. Determine the potential impact of identified risks on the organization.

d. Provide actionable recommendations. This includes a road map, executive summary, and detailed reports.

The scope of this cybersecurity risk assessment includes, but is not limited to, the following:

a. Network Infrastructure Assessment: i. Firewall and router/switch configuration analysis. ii. Intrusion detection and prevention system evaluation.

b. Application and System Assessment: i. External Facing Web application vulnerability testing. ii. Database security assessment. iii. Operating system and software security analysis. Sample ten servers and ten workstations.

c. Data Protection Assessment: i. Data classification and access controls review. ii. Encryption and critical management evaluation. iii. Backup and disaster recovery assessment.

d. Employee Security Awareness Assessment: i. Evaluation of security awareness training programs. ii. Phishing simulation exercises and analysis. iii. Recommendations for improving employee security awareness.

e. Incident Response and Business Continuity Assessment: i. Assessment of incident response capabilities. ii. Business continuity and disaster recovery planning review.

The following deliverables are expected as part of this cybersecurity risk assessment:

a. Detailed assessment report, including findings, vulnerabilities, and risks.

b. Executive summary report highlighting key findings and recommendations.

c. Actionable recommendations/ road map for risk mitigation and enhancing cybersecurity controls.

d. Presentation of assessment findings to key stakeholders, if required.


IT Infrastructure Specifications & Assumptions

a. Existing network infrastructure

• Core switches with multiple VLANs.

• Wireless network with over 40 access points for employees' and guests' access.

• Over 250 workstations/laptops with various operating systems.

• IP VPN connections to remote partner networks.

• Firewalls, endpoint security, email security.

• SolarWinds Server and network monitoring system.

• Citrix environment with public-facing NetScaler.

b. Additional information and assumptions

• Only the IP addresses or IP address ranges and applications identified as belonging to Omnitrans will be scanned and tested.

• Omnitrans will provide a list of IP addresses or IP ranges for any hosts/systems/subnets that cannot be scanned or tested in the engagement.

• The service provider will collaborate with the Omnitrans Point of Contact (PoC) during the engagement.

• The service provider will provide a dedicated Point of Contact (PoC) with which the Omnitrans team can work.

• The penetration/auditing testing should not include (DoS) attack or any activities that would cause business disruption. The service provider must agree to notify of any portion of the assessment that may result in a disruption (for example, loss of network connectivity and access to applications and network services).

• Should the service provider find any critical/high vulnerabilities that post imminent threat or indicate past breach detection. In that case, the service provider must report those "initial findings" to the Omnitrans Point of Contact(s) upon discovery. Then, Omnitrans will determine whether the service provider should further exploit the vulnerability.

• All penetration/auditing and vulnerability testing must be conducted during Omnitrans approved timeframes

RFP Site
Client: The City of Milton
RFP Title/#: RFP 23-FN01, Enterprise Resource Planning System
Due Date: Sept 27, 2023 2:00 PM EDT
Description: The City of Milton (City) is seeking written proposals from qualified vendors for the implementation of a comprehensive Enterprise Resource Planning System.  Offeror should have adequate prior experience working with local government.  

Modules to be included in software proposal:

 1. Financial Management (General Ledger, Budgeting, Project Accounting, Bank Reconciliation, Accounts Payable, Accounts Receivable, Cash Receipting, Purchase Orders, Fixed Assets)

2. Property Tax
3. Community Development (Business License, Code Enforcement (optional)
4. Online Citizen Service Portal ~ Must include the following modules: (Business License,  Property Tax, Accounts Receivable)


The City of Milton reserves the right to reject any or all bid/proposals and to waive technicalities and informalities, and to make award in the best interest of the City of Milton.

RFP Site
Client: North Texas Municipal Water District
RFP Title/#: Enterprise Resource Planning (ERP) Consultant - 23-188-P
Due Date: Sept 26, 2023 10:00 AM CDT
Description: The North Texas Municipal Water District (NTMWD) is seeking an Enterprise Resource Planning (ERP) consultant.
RFP Site
Client: Siskiyou County Health and Human Services, Behavioral Health Division
RFP Title/#: RFP - Snow Removal Services
Due Date: Sept 25, 2023 5:00 PM
Description: Siskiyou County Health and Human Services, Behavioral Health Division serves clients from the county. The county is seeking a vendor to provide snow removal services for a period of three (3) years of all parking and walking areas at 1107 Ream Avenue in the city of Mt. Shasta.

The area consists of parking lots behind, to the side, and to the front of the building, the walkways, and the sidewalk between the mailbox and main entrance, the estimated total area is approximately 400 square feet. The property must be maintained to allow for access by clients and staff, during and after snow events.

RFP Site
Client: State of California - Business, Consumer Services and Housing Agency
RFP Title/#: RFI-BCH-001 - RFI Branding Alignment
Due Date: Sept 25, 2023 8:00 PM EDT
Description: Specifications include, but are not limited to: The Business, Consumer Services and Housing Agency (BCSH or Agency) is releasing this Request for Information (RFI) to obtain information from potential suppliers that can conceptualize, develop, and provide implementation materials, including media marketing for branding the Agency to better reflect the Agency’s existing powers and oversight authority, increase Californians’ awareness of the Agency’s mission and vision, and more effectively and efficiently implement the Agency’s strategic plan. Pending legislative approval, the brand alignment effort may include a name change to align with the actual scope and responsibilities of the Agency.

The primary objective of this project is to assess current brand and communications assets and their impact on BCSH messaging, engagement and outreach; plan for internal and external communications to facilitate change management; design and develop rebranding options to assess the impact of a new brand identity for BCSH, including a change to the name of the Agency; and completely redesign, restructure and message BCSH’s website. The project will include:

• Develop a work plan that includes all deliverables, proposed timelines for each component, budget and purchase plans, and completion dates for each component.

• Planning and facilitating internal meetings and development of materials for testing and evaluation of Agency’s current brand identity and potential rebrand.

• Planning and facilitating external meetings with Agency stakeholders to provide input and feedback on Agency’s vision and receive feedback on logo, messaging, key website resources and brand identity.

• Conduct research on key audiences, to include rationale for target audiences and communications approaches and channels to reach these audiences.

• Developing messaging to ensure a smooth transition across stakeholder, partner, media and public audiences, including media and stakeholder messaging, social media engagement, earned media outreach, etc.

• Designing a new suite of logo options and cohesive brand identity for the Agency as a whole

• Testing new logo options for user feedback with Agency staff and key partners

• Coordinating as needed to ensure full transition to new brand identity 3

• Developing key, branded assets such as letterhead, PowerPoint and fact sheets

• Designing, developing, and implementing an updated accessible, usercentered external facing website that highlights Agency’s brand identity and increase accessibility.

• Deliver weekly status report to client

RFP Site
Client: The Suwannee River Water Management District (District)
RFP Title/#: 22/23-032- JANITORIAL SERVICES
Due Date: Sept 22, 2023 2:00 PM
Description: The Suwannee River Water Management District (District) is conducting this Request for Proposal for Janitorial Services at District headquarters in Live Oak, Florida. The District headquarters’ complex consists of 4 buildings containing 2 large conference room areas, 6 restroom facilities, 100 offices, 1 breakroom and 1 kitchen area. Janitorial services will be performed after 5:30 p.m. three days a week on non-board meeting weeks (Monday/Wednesday/Friday) and 4 days a week on board meeting weeks (Monday/Tuesday/Wednesday/Friday).
RFP Site
Client: City of Seattle
RFP Title/#: RFQ # CD 2023-040 - On-Call Professional Engineering Consultant Services for Preliminary Engineering Studies at Various Municipal Buildings
Due Date: Sept 21, 2023 5:00 PM PDT
Description: The City of Seattle Department of Finance and Administrative Services (FAS), Capital Development Division (CD) seeks consultants to provide miscellaneous architectural/engineering services for general facilities projects located throughout Seattle. Selected firms may be large or small, with various areas of specialty. Typical task orders will involve early design phase scoping of energy efficiency upgrades, recommendations for future electrification of fossil fuel equipment, and calculations to understand electrical service upgrade requirements, utilizing existing electrical loads, future electrification loads and future electric vehicle (EV) charging loads.


The City of Seattle Department of Finance and Administrative Services (FAS), Capital Development division (CD) is responsible for conducting public works projects and associated planning and studies for government and other owned and managed facilities of the City of Seattle. The portfolio of City-owned real estate has around 100 facilities including City Hall, the Seattle Justice Center, the Seattle Municipal Tower, police precincts, fire stations, shops and yard facilities, and others. CD uses on-call contracts to address a volume of emergent needs for a variety of projects and clients in a timely manner. Upon contract execution, individual projects and scopes of work will be developed and authorized by CD on an as-needed basis, according to available City funding. For consultants selected for on-call contracts, specific projects, their exact scope of work, and the fee for the work will be determined by mutual agreement between the City and the consultant and issued by Letter of Authorization (LOA) to spend down the respective contract. Any such LOA will also detail the City’s project manager assigned to the work.

RFP Site
Client: McLennan County
RFP Title/#: Microsoft 365 Migration - RFP23-016
Due Date: Sept 21, 2023 2:00 PM
Description: 

McLennan County plans to migrate away from Windows Server based, on premise email solution, MDaemon; to the cloud-based platform, Microsoft 365.

Scope - McLennan County is seeking to enter into a services contract with a qualified Vendor capable of migrating County from our existing environment to Microsoft 365.  Below we provide existing environment and our expectations:

  1. Existing System (Environment Knowledge). 
  • 1307 Mail Boxes
  • Mail Relays
  • 845 PoP Accounts
  • 127 IMAP Accounts
  • 323 Server Accounts
  • 57 Service Accounts
  • Office 2016/2019/2021 offline installations
  • CRM requires offline Office applications
  • GOV domain migration in progress
  1. Expectations – Vendor will provide the following:
  1. Licenses for M365 email, office, and CALs as requested by client
  2. Consultation and review of existing environment to determine full aspect of project scope and deliverables
  3. Work hand in hand with client to setup and configure the M365 environment
    1. Adding Email Domains
    2. Active Directory Roles
    3. User Account Creation

                                                               i.      Administrators

                                                             ii.      Standard users

    1. Testing and compliance verification
  1. Data and Email Service Migration
    1. Shared mailboxes
    2. Quotas
    3. Archiving
    4. PST/OST Migration
    5. Auditing
  2. Systems Training and Support Documentation
    1. Office 365 Admin Center
    2. Exchange Admin Center
    3. Exchange Online PowerShell
    4. Setup Security Admin Center
    5. Setup Compliance Admin Center
    6. MFA
    7. Workstation Configuration
    8. SMTP Relay Configuration
  3. Final Handoff
RFP Site
Client: The Agency of Digital Services - Vermont
RFP Title/#: Office of Chief Medical Examiner Death Investigation Management System
Due Date: Sept 20, 2023 4:30 PM (EST)
Description: Through this Request for Proposal (RFP) the Agency of Digital Services (hereinafter the “State”) is seeking to establish contracts with one or more companies that can provide a vendor-hosted Software as a Solution (SaaS) product to support the Vermont Department of Health (VDH) Office of Chief Medical Examiner (OCME) Death Investigation. Vermont law created a statewide medical examiner system back in the mid-1950s. From its inception, death investigation has relied upon community-based death investigators coordinated through a central system led by a forensic pathologist – the chief medical examiner. This system has evolved over the years from local investigators, the majority of whom were physicians, to today's statewide cadre of advanced emergency medical service technicians, paramedics and nurses in addition to physicians. It is the mission of the Office of the Chief Medical Examiner (OCME) to ensure superior death investigations in a system that will operate efficiently and serve the needs of the citizens of Vermont. We do this by collecting and providing the best possible data to inform decisions at the individual, community, program and policy levels. The core function of the OCME is to conduct statutorily mandated (VSA 18 §506-509, 5205) medicolegal investigation of deaths occurring in Vermont, combining medicine and science with information from legal and law enforcement investigations to determine the cause and manner of death and further our understanding of the death circumstances. As such, the work of the OCME involves investigation of all non-natural deaths (accidents, suicides, and homicides), sudden deaths while in apparent good health, deaths without an attending physician, deaths in jail, prison, or police custody, deaths in psychiatric institutions, suspicious deaths, and deaths presenting a hazard to public health, welfare, or safety.  In conjunction with Vermont Health Statistics and Vital Records, the OCME routinely reviews all registered Vermont death certificates and works to ensure we have the best possible mortality data to inform public health. Our goal is always to provide technically excellent service in a timely fashion, with compassion and sensitivity for the special needs of bereaved families. Information related to death investigations is collected from and shared with multiple parties including OCME office staff, Medicolegal Death Investigators (MDIs), families of decedents, morgue staff, organ donation organizations, and partner organizations dependent on information.  This must be accomplished in a secure manner. Data must be available in a manner that supports syndromic surveillance, and for use in measurement, planning, and reporting publicly and to partner agencies. Vermont is specifically seeking a Software as a Service (SaaS) solution to support this work.  Users of this system will include at a minimum, Medical Examiners (currently 3), Death Investigators (~40), Support Staff (~10), as well as users with limited access (~10) including State public health analysts, consultants, interns, and representatives of Organ Procurement Organizations (via a defined role as outlined in the Functional Requirements section).  The system will be accessed both in a typical office or clinical setting as well as in the field. Any system must also support the OCME in its goal to achieve accreditation by National Association of Medical Examiners (NAME).  This includes demonstrating the Vendor’s familiarity with NAME requirements and ability of the system to meet security and other criteria to support accreditation. The OCME currently supports its needs via Occupational Research and Assessment (ORA)’s MediLog system.  Any proposal must include transfer and integration of legacy data from this system.
RFP Site
Client: Lane Transit District
RFP Title/#: S-R20549-00007939 - Request for Information 2023-56 - Microsoft 365
Due Date: Sept 15, 2023
Description: The purpose of this Request for Information (RFI) is to obtain information and recommendations from qualified Microsoft 365 consulting and strategic implementation service providers. Lane Transit District (LTD or District) desires to streamline our operations, enhance productivity and ensure seamless collaboration across our organization with this project.


We are dedicated to the implementation of Microsoft M365 and understand a well-executed implementation requires comprehensive assessment, efficient deployment, user training, and detailed documentation.


  1. Securely implement core M365 Applications (Exchange has been migrated to M365 in a hybrid model)

i.         Re-implementation of significant SharePoint corpus

ii.        Technology readiness assessment, planning and implementation

iii.       Consultation on workflow and business process migration from legacy environment


  1. Anticipated services and deliverables

i.         Include refining goals and expectations with stakeholders from a high-level project charter

ii.        Assessment of the District’s current infrastructure and workflow dependencies

iii.       Development of project plans targeting assessment-driven technical and operational requirements

iv.      Implementation, validation and support services

v.       End-user, subject matter expert and administrator training and transition support


  1. Related to M365 LTD anticipates support and deliverables that addresses the following:

i.         Overall system assessment

ii.        Implementation planning

iii.       Training and M365 Administrator training

iv.      SharePoint Migration and Implementation of SharePoint and OneDrive

v.       Documentation

vi.      Project Timeline

vii.         Power BI & Azure integrations into M365, SQL Server and 3rd Party API’s

viii.        Identifying workflow and business processes changes

ix.         Ongoing M365 administration and management of system

x.         M365 Security and Identity management

xi.         Microsoft Data Governance Guidance

xii.         Planning


RFP Site
Client: Omnitrans
RFP Title/#: IFB ITS24-21, Microsoft Software Assurance
Due Date: Sept 15, 2023 3:00 PM (PDT)
Description: Omnitrans invites qualified firms to submit bids for Microsoft Software Assurance agreement. Omnitrans intends to award the Contract for a three (3) year period. All requests for information, clarifications, approved equals and exceptions/deviations must be submitted through Omnitrans’ online bidding system Q&A section, by September 5, 2023 at 3:00 p.m. Late requests not submitted through the Q&A section will not be considered and may result in the proposal being deemed non-responsive. Bids must be received as stated in this solicitation at 3:00 p.m., September 15, 2023. Omnitrans’ online bidding system will not allow submittals after the date and time specified.
RFP Site
Client: City of Goodyear
RFP Title/#: RFP 24-0027 - RFP 24-0027 Healthcare Broker Services
Due Date: Sept 15, 2023 3:00 PM (MST)
Description: Healthcare Broker Services for the city of Goodyear
RFP Site
Client: Seattle City Light
RFP Title/#: RFI# 767036776 - Transportation and Climate Data
Due Date: Sept 15, 2023 12:00 PM (PDT)
Description: The RFI is seeking information, data, research, services, platforms, or related products that will provide quantitative and qualitative transportation information. This information is aimed at understanding the landscape of available data that will allow the city to track milestones towards our transportation electrification blueprint goals, transportation electrification strategic investment plan, upcoming related transportation decarbonization programs and plans, and our path to greater transportation greenhouse gas emission reduction goals overall. The City of Seattle seeks a comprehensive picture of the number of, and categories of, vehicle types on the road in Seattle and neighboring franchise cities (Shoreline, Lake Forest Park, Burien, SeaTac, Tukwila, Renton, Normandy Park, and Unincorporated King County).
RFP Site
Client: The City of Arlington
RFP Title/#: 23-0228 (Request for Qualifications for Consulting Services for the Transportation Department)
Due Date: Sept 14, 2023 2:00 PM (CT)
Description: The intent of this request for qualifications is to establish a contract for consulting services for the City of Arlington Transportation Department.

The City of Arlington strongly encourages bidders to submit their response to this bid electronically. If submitting a paper bid, it must be submitted in a sealed envelope or package and labeled with the company name, solicitation number and title. Late bids will not be accepted.
The City of Arlington exclusively uses IonWave for the notification and dissemination of all solicitations. The receipt of solicitations through any other means may result in your receipt of incomplete specifications and/or addendums which could ultimately render your bid/proposal non-compliant. The City of Arlington accepts no responsibility for the receipt and/or notification of solicitations through any other means.

RFP Site
Client: The Clarke County Purchasing Office
RFP Title/#: Tourism Branding and Website Development - RFP #23-0912
Due Date: Sept 12, 2023 3:00 PM
Description: The Clarke County Purchasing Office, on behalf of the Clarke County Economic Development Department, is soliciting competitive sealed proposals from qualified vendors that are qualified and capable of developing and creating tourism branding services and a website design as specified in this Request for Proposals.
RFP Site
Client: Riverside Transit Agency (RTA)
RFP Title/#: Migration to Oracle Cloud ERP - RFP S23093F
Due Date: Sept 12, 2023 2:00 PM (PDT)
Description: Riverside Transit Agency (RTA) invites proposals from qualified firms to implement the latest version of Oracle Cloud ERP to replace RTA’s current Oracle EBS 12.1.3 environment. RTA anticipates award of a firm-fixed priced contract for this project. RFP Site
Client: Harris County
RFP Title/#: 23/0249 - RFP - Cybersecurity Insurance for Harris County
Due Date: Sept 11, 2023 2:00 PM CDT
Description: Cybersecurity Insurance for Harris County Universal Services (For one (1) year beginning approximately November 1, 2023)
RFP Site
Client: Harris County Universal Services - Technology
RFP Title/#: 23/0120 - RFP - Penetration Testing for Harris County Universal Services - Technology
Due Date: Sept 11, 2023 2:00 PM CDT
Description: 

Harris County is soliciting proposals from qualified vendor(s) to provide penetration testing for Harris County Universal Services (HCUS), as described herein. The term shall begin on or about November 1, 2023 and ending twelve (12) months thereafter or until all services ordered prior to the expiration date have been satisfactorily delivered and accepted or performed satisfactorily for the using department.

HCUS is seeking a vendor to assess the current state of the County’s information security posture to ensure that it is configured and is operating the Information Technology (IT) infrastructure in a secure manner that meets or exceeds the County’s compliance obligations, and that the County’s electronic risks are adequately addressed. The vendor shall conduct penetration testing activities designed to provide the County with insight into external and internal vulnerabilities with agency networks, assets and applications. The scope of the penetration tests shall include the County’s internet points of presence including the County’s external facing website and internally hosted applications. The vendor shall:

  • Test and verify the security of the IT systems and network to ensure the effectiveness of deployed security measures;
  • Verify the perimeter security controls;
  • Ensure key applications are tested to ensure Confidentiality, Integrity and Availability (CIA).
  • Verify the security setup and configuration of HCUS IT infrastructure (on-premise and public facing) including the associated networks and systems with a perspective of ensuring CIA and authenticity of data and information systems; and
  • Identify and recommend suitable safeguards with the aim to strengthen the level of protection of the County’s IT infrastructure.

The vendor shall develop a proposed schedule to include the projected start and end dates of each activity and deliverable. The proposed schedule shall include planning for external and internal network penetration tests, and application penetration tests. The vendor shall further work with authorized HCUS personnel to accommodate its business hours, scheduling priorities and IT personal availability when scheduling penetration tests. Vendor shall work with HCUS to plan the execution of the penetration testing. The final schedule shall include changes from accommodations with the County that will obtain approval from the Chief Information Officer (CIO) no later than thirty (30) days after execution agreement. Vendor shall provide recommended changes and obtain approval of changes from the CIO in writing.

Prior to conducting a penetration test, the vendor shall develop and submit to HCUS for approval, a penetration test plan. The plan shall include a Rules of Engagement (ROE) document and shall define the steps to be taken and tools/equipment to be used to facilitate the testing as well as information to be collected and submitted in the final report. The penetration testing plan will be approved by the CIO before testing begins.

The vendor shall explicitly state whether they can meet the requirements. If the vendor cannot meet a requirement, vendor shall state either the status of the requirement and/or future developments to meet the requirement. All tests shall be non-destructive in nature, where all remote system scanning, and attempts to exploit vulnerabilities or escalate privileges are conducted with proper care to avoid any disruption of service. The vendor shall follow procedures set by the National Institute of Standards and Technology (NIST) Special Publication 800-115, Technical Guide to Information Security and Assessment.

Proposal shall address each of the following general requirements:

  • Vendor shall be able to provide complimentary post-remediation reviews.
  • Vendor shall provide a methodology of how the vendor shall assess Harris County’s network and assets.
  • Vendor shall complete all clean up processes before finishing the penetration test, including but not limited to:
    • Removal of accounts created as part of the assessment.
    • Removal of tools installed by tester on Harris County’s systems.
  • Confidential Harris County data obtained from the penetration test shall be disposed of in an appropriate manner.
  • Vendor shall not store any cardholder data, if obtained during a penetration test.
  • Awarded vendor shall sign a non-disclosure agreement, with a copy to be retained by Harris County.
  • Vendor shall provide verifiable references with a description of the vendor’s work with other clients and provide Harris County with contact information and/or testimonials if available.
  • Vendor shall specify the ability to perform and complete external, internal, web application, physical security and social engineering tests within ten (10) continuous business days.
  • Vendor shall supply a list of potential employees that will be performing the penetration testing exercise on the Harris County network in terms of:
    • Relevant working experience (employees must have at minimum     of three (3) years of experience) in the cybersecurity field.

·         Results of vendor’s employees Criminal Justice Information Services (CJIS) background check(s) with each employee having a clean background record.

·         The vendor shall provide a summary of any key differentiators that make vendor uniquely positioned to provide penetration testing services to Harris County.

·         Each phase of the assessment should be considered and itemized as independent modules of the overall assessment.

RFP Site
Client: The City of Coronado’s Public Services and Engineering Department
RFP Title/#: Hazardous Materials and Waste Management Services (RFP)
Due Date: Sept 8, 2023 5:00 PM
Description: The City of Coronado’s Public Services and Engineering Department intends to retain a qualified contractor to perform Hazardous Materials and Waste Management Services. The Scope of Services for this Contract will include the operations of the City’s Permanent Household Hazardous Waste Collection Facility (PHHWCF) located at the Public Services Yard at 101 B Ave., and the Household Hazardous Waste Collection Events located at the same address. The City also generates hazardous waste from City Operations at various City facilities, management of this waste is managed in the scope of this program.  The City’s goal is to ensure that the program operates effectively, according to all applicable rules and regulations, and provides exceptional customer service to all users of the program including residents, City personnel, and leaseholders.  This Request for Proposals (RFP) outlines the submission requirements and process that the City will use to select a contractor for its Hazardous Materials and Waste Management needs.
RFP Site
Client: Department of Water Resources
RFP Title/#: Janitorial and Landscaping Maintenance - IFB 10194436
Due Date: Sept 8, 2023 4:00 PM PDT
Description: Contractor to provide Janitorial, Landscaping and maintenance services to DWR Stockton Emergency Materials Transfer Facility (EMTF).
RFP Site
Client: Chemung County/City of Elmira
RFP Title/#: RFP-2548 Branding and Marketing for CTRAN
Due Date: Sept 8, 2023 2:00 PM EDT
Description: The objective of this project is to enhance the marketing and branding efforts of the CTRAN public bus system in Chemung County, New York, by creating a new website, logo, and graphic design elements for individual buses, signage, and other marketing collateral.  The project will focus on improving the overall image and visibility of the bus system, attracting more ridership, and increasing public awareness of the available services.
RFP Site
Client: Office of the Inspector General (OIG)
RFP Title/#: Migration of Local Infrastructure to Microsoft 365 / Azure
Due Date: Sept 7, 2023
Description: The Office of the Inspector General (OIG) is seeking proposals from qualified consultants to provide The OIG is seeking a qualified IT services provider to facilitate the migration of our local infrastructure, which includes a NetApp file system, 75 VMware virtual machines, and an Exchange Hybrid system, to Microsoft 365 / Azure. The services provider should have expertise in all areas of this migration, including the planning, migration, testing, and support phases.
RFP Site
Client: Water Replenishment District Of Southern California
RFP Title/#: RFQ-24-005 - RFQ for As-Needed Staff Augmentation Services
Due Date: Sept 6, 2023 2:00 PM PDT
Description: Specifications include, but are not limited to: WRD shall execute contracts for temporary staff augmentation in the following disciplines. However, it is anticipated that several firms may need to be contracted to have complete coverage across all disciplines. 1. Administration: Conducts research, maintains records, manages documents, coordinates meetings, handles correspondence, and ensures effective communication practices. 2. Human Resources: Focuses on recruitment, benefits administration, training coordination, policy compliance, and handling personnel issues. 3. Data & Technology Services: Develops and maintains geographic information systems, provides technical assistance, manages information systems and technology, and administers databases. 4. Engineering and Operations: Conducts research, designs, and constructs water treatment projects and facilities, manages maintenance, oversees budgets, and ensures regulatory compliance. 5. External Affairs: Implements public relations strategies, administers education programs, represents the District to the public, and conducts legislative advocacy. 6. Finance: Provides accounting support, financial analysis, report preparation, and budget development. 7. Hydrogeology: Acquires and assesses hydrogeologic information, performs research, water quality sampling, and applies geological principles. Water Resources: Manages water resources through tasks such as drafting documents, strategic planning, grants administration, report preparation, and ensuring compliance with regulations.
RFP Site
Client: The City of Sedona, Arizona
RFP Title/#: Branding and Marketing Services - RFP No. 2023/24-002
Due Date: Sept 5, 2023 4:00 PM
Description: The City of Sedona, Arizona is inviting firms to submit a proposal for the provision of branding and marketing services.  Sealed proposals for this Project will be received by the Procurement Office, located at 102 Roadrunner Drive, Building 106, Sedona, Arizona 86336, until 4:00 p.m., local Arizona time, on Tuesday, September 5, 2023.
RFP Site
RFx to submit in August 2023:
Client: The Embassy of the United States in Paris, France
RFP Title/#: Passenger Transportation Services - Notice ID 19FR6323R0006
Due Date: Aug 25, 2023 4:00 PM CEST
Description: The Embassy of the United States in Paris, France, will release a solicitation for the provision of Passenger transportation services with motor vehicles with drivers for the US Mission in Paris, France.

Please note this solicitation is not ready yet.  The Embassy of the United States in Paris, France will upload this solicitation on the SAM website when it is available.

The Government intends to award the contract resulting from this solicitation to the lowest priced technically acceptable offeror who is a responsible contractor. The Government may award the contract based on the initial offer without discussion.

The resultant contract will be an IDIQ (indefinite delivery indefinite quantity) contract under which will be issued task orders. The contract will be for one base year and two option years.

All contractors have to be registered in the SAM (System for Award Management) Database https://www.sam.gov  prior to submitting an offer pursuant to FAR provision 52.204-7.  Therefore, prospective offerors are encouraged to register at the earliest stage.

RFP Site
Client: National Highway Traffic Safety Administration (NHTSA)
RFP Title/#: Demonstration to Address Special Needs and Student Behavior on School Buses - Notice ID 693JJ923R0000134
Due Date: Aug 25, 2023 2:00 PM EDT
Description: The mission of the National Highway Traffic Safety Administration (NHTSA), an operating administration of the Department of Transportation (DOT), is to save lives, prevent injuries and reduce economic costs due to road traffic crashes, through education, research, safety standards and enforcement activity. NHTSA supports a coordinated approach in:

• Researching and demonstrating pilot, promising and evidence-based strategies to encourage positive traffic safety behaviors;

• Planning, disseminating, and executing countermeasures to support program activities; and

• Providing outreach, guidance, and support to enable others to conduct effective local highway safety programs.

The purpose of this project is to conduct a demonstration project, develop a program strategy and institutionalize a process for identifying and implementing effective strategies to address student behavior (misbehavior and standees) that cause risk to the safe transportation of children to and from school including higher risk populations such as children with special needs. This strategy will include the development of educational materials and resources focused on pupil transportation safety for high-risk populations.

Materials will be developed using available data from NHTSA and other credible sources, current information, and subject matter expertise. The Contractor would then use its vast network of school educators and administrators to disseminate the materials to directors of transportation, school bus drivers, schools, teachers and, the public across the United States.

• Developing a program on student behavior and the impact of misbehavior and standees relating to safety on a school bus.

• Complete a demonstration project on the developed program to assess effectiveness.

• Develop educational materials and resources focused on pupil transportation safety, special needs transportation and proper behavior on school buses.

• Identify barriers for communities of color or other underserved and marginalized communities face with regard to behavior and standees on school buses.

• The Contractor shall promote traffic safety that will assist in reducing or eliminating fatalities and injuries in and around school buses.

RFP Site
Client: Santa Clara Valley Transportation Authority
RFP Title/#: Eastridge to BART Regional Connector: Capitol Light Rail Project - Project ID:  C20120 - Request for Pre-Qualification
Due Date: Aug 15, 2023 2:00 PM
Description: Scope of work includes the construction of an aerial guideway (with MSE Wall approaches), two passenger stations (Story Station and Eastridge Station), a new pedestrian overcrossing at Story Station, trackwork, systems (including two traction power substations), underground drainage, minor road widening, and landscaping. Work also includes adding a section of overhead traction electrification supplemental feeder system on the existing light rail system north of the Alum Rock Light Rail Station.


The Project will also require Bidder to:

Have ten years of experience performing bridge aerial guideway construction work.

Have ten years of experience performing pile driving work.

Have ten years of experience performing traction electrification work.

Have ten years of experience performing light rail signal work.

Have ten years of experience performing railroad track construction work.

Have worked on a minimum of 3 Project(s) over $150 Million.

Self-perform at least 30% of the value of the original total bid.

A Bidder can demonstrate this experience through either its subcontractor, key personnel, or the joint-venture as a whole.


The estimated cost of construction for the Project is in the range of $275 million to $300 million.

The estimated duration for construction of the Project is between 1,250 and 1,600 calendar days, depending on the Contractor’s bid for time.

RFP Site
Client: Federal Aviation Administration
RFP Title/#: Las Vegas, NV Janitorial Services - Notice ID 697DCK-23-R-00221
Due Date: Aug 10, 2023 12:00 PM CDT
Description: This Solicitation (SIR) is for Janitorial Services for Las Vegas, NV – LAS L30 VGT FSDO to be completed as required in the Statement of Work (SOW) that is located as attachment J-1 of the attached Solicitation 697DCK-23-R-00221.


This acquisition is set aside for small business.  The principal North American Industry Classification System (NAICS) code applicable to this effort is 561270 – Janitorial Services.

[ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken

[ ] Signed SOLICITATION, OFFER, AND AWARD form (all amendments issued)

[ ] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST thru Part IV, Section K, REPRESENTATIONS,

CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data). The FAA follows the AMS, not the FAR, therefore submission of a SAM.gov Clause Report does not meet this requirement.

[ ] A Technical Proposal demonstrating how all the required services in the Statement of Work will be completed and a demonstration of Key Personnel that will manage this contract.

[ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in Section I, AMS Clause 3.4.1-12 Insurance (Oct 2019).

[ ] No less than three (3) Past Experience References of similar work (e.g. must be janitorial work of a similar size and scope) to the requirements in this SIR.

[ ] No less than three (3) Past Performance Submittals (Customer Satisfaction Surveys) completed and submitted by a third party that show completion of similar work, e.g must be janitorial work of a similar size and scope to the requirements in this SIR.

[ ] Completed Contractor Staffing Access Questionnaire

RFP Site
Client: The Allegheny County Jail
RFP Title/#: RFP-8981 - Allegheny County Jail Automatic Medication Dispensing Machine
Due Date: Aug 09, 2023 11:30 AM EDT
Description: The Allegheny County Jail is seeking a vendor to provide an automatic medication dispensing machine.
RFP Site
Client: County of Dunn, Wisconsin
RFP Title/#: IFB #2023-06 - Painting Rec Park Buildings
Due Date: Aug 09, 2023
Description: Dunn County is requesting bids to include the following: 

1. Pressure washing of all surfaces to remove peeling paint and prep surfaces to provide a chalk free surface for adhering paint.

2. Any remaining areas should be hand scraped.

3. Apply any necessary primer to surfaces.

4. Overhead doors and jambs should receive 2 coats of Sherwin Williams or similar white acrylic house paint.

5. All masonry surfaces should receive 2 coats of Sherwin Williams Conflex Masonry Coating or similar in grey color.

6. All materials, labor, and equipment for painting.


RFP Site
Client: OOG
RFP Title/#: 301-23-02386 - Advertising Effectiveness and Accountability Research Services
Due Date: Aug 09, 2023
Description: The OOG seeks written proposals from qualified Respondents in accordance with the specifications contained in this Solicitation for Advertising Effectiveness and Accountability research services.
RFP Site
Client: The State of Delaware Department of Education
RFP Title/#: Centralized Web-Based Recruitment and Talent Management Portal
Due Date: Aug 08, 2023 2:00 PM
Description: The State of Delaware Department of Education seeks professional services to project manage, train and consult for a web-based recruitment and talent management portal. This request for proposals (RFP) is issued pursuant to 29 Del.C. Sections 6981 and 6982.
RFP Site
Client: National Science Foundation
RFP Title/#: 23-579 - Research Training Groups in the Mathematical Sciences National Science Foundation
Due Date: Aug 08, 2023
Description: The long-range goal of the Research Training Groups in the Mathematical Sciences (RTG) program is to strengthen the nation's scientific competitiveness by increasing the number of well-prepared U.S. citizens, nationals, and permanent residents who pursue careers in the mathematical sciences, be they in academia, government, or industry. The RTG program supports efforts to improve research training by involving undergraduate students, graduate students, postdoctoral associates, and faculty members in structured research groups pursuing coherent research programs. Research groups supported by RTG must include vertically-integrated activities that span the entire spectrum of educational levels from undergraduates through postdoctoral associates.
RFP Site
Client: County of Dunn, Wisconsin
RFP Title/#: IFB #2023-08 Snowmobile Bridge
Due Date: Aug 08, 2023
Description: 

Dunn County is requesting bids for the following services: 

Phase 1 - Design

1. Preliminary design and specifications are required for the bidding process. Design shall specifically detail abutments including support pilings, footings, etc.  Area of ground disturbance, volume of fill, and type of fill must be included on bid document.

2. Specifications and standards for permitting and design shall satisfy all applicable laws.

3. This is a design-build project in which the contractor shall be required to perform all aspects of the project.  The minimum specifications for design are stated in Exhibit B “Bridge Guidelines” WI DNR Pub-CF-005-2017 and shall meet the following items.

4. A Professional Engineer with current registration on file with the State of Wisconsin shall stamp the bridge fabrication and abutment design drawings and plans.

5. The bridge fabrication and abutment design drawings and specifications shall be provided to the WI DNR for approval as defined in Exhibit B pages 2-3.

6. A final bridge and abutment design drawing, site specific to the bridge that will be installed, shall be provided to Dunn County at least two weeks in advance of the actual start date of fabrication.

7. All steel utilized in the actual bridge structure shall be self-weathering steel and shall be fabricated from high strength, low alloy, atmospheric corrosion resistant ASTM A847 cold formed welded square and rectangular tubing and/or ASTM A588, or ASTM A242, ASTM A606 plate and structural steel shapes (Fy=50,000 psi). The minimum corrosion index of atmospheric corrosion resistant steel, as determined in accordance with ASTM G101, shall be 6.0. Steel may be treated with a red oxide primer finish for weatherizing as an alternative to that stated above.

8. The bridge will be a prefabricated clear span steel truss bridge with a 12’ clear interior width supported by two abutments. The bridge shall span from bank to bank. The Creaser Bridge will be a minimum of 36’ long. The bridges shall meet the “Engineering Design Requirements” definitions found in Exhibit B with a design vehicle load rating of 25,000 pounds.

9. Obtain necessary soil borings if abutment design requires. Provide results to Dunn County if borings are performed.

10. Establish design for abutments to support the load bearing capacities for the designed bridge.

11. The actual bridge structure shall meet or exceed the bridge design specifications as provided in this Invitation for Bid document Exhibit B. Any deviations from those specifications shall be listed and submitted with your bid, along with clear detailed explanation why there is a deviation.

12. Bridge will not need to meet the minimum clearance elevation at the center of the bridge of 5’ above the baseline flow elevation.

13. Bridge footings must be designed to support design deck (live) loads and structure (dead) loads.

14. Footings shall extend a minimum depth of below frost penetration and preferably below streambed level. Footing design may vary with soil type. 

Suggested References

A. State of Wisconsin Department of Transportation “Standard Specifications for Construction”

B. AASHTO Standard Specifications for Highway Bridges

C. AWPA Standards

D. NFPA 1991 National Design Specification for Wood Construction 

Phase 2 – Permitting 1. Contractor shall determine all applicable permit requirements.

RFP Site
Client: TEXAS A&M FOREST SERVICE
RFP Title/#: IFB-23-018 - Janitorial Services for Hudson, TX facility
Due Date: Aug 08, 2023
Description: By means of this IFB, it is the intention of the TEXAS A&M FOREST SERVICE to acquire bids for an annual blanket award for cleaning/janitorial services for eight (8) buildings located in Hudson, TX.  Vendor shall furnish all cleaning equipment, tools, and supplies.  The duties shall be carried out each Wednesday in all buildings.  We plan to consolidate several of the currently occupied buildings into a single, larger building in January 2024.  Vendors are required to attend an On-Site Inspection and Pre-Bid Meeting on August 1, 2023 at 11:00am CT prior to bidding.  By submitting a bid response to this IFB, vendor agrees to perform all work under the conditions that exist at the job site to the satisfaction of the local office.
RFP Site
Client: City of Fort Pierce
RFP Title/#: BID NO. 2023-053 - Emergency Food Catering Services
Due Date: Aug 07, 2023 3:00 AM
Description: City of Fort Pierce is requesting bids from qualified vendors to provide Emergency Food Catering Services, including food truck vendors, for an emergency event or a disaster, natural or man-made, or a City declared emergency.  Services shall include, but not limited to, breakfast, lunch, dinner, for approximately two hundred and fifty (250) employees and incoming emergency work crews during storm restoration.  Providing meals to these individuals is necessary in order for them to carry out their duties to the public effectively.  To ensure availability, the City of Fort Pierce may award up to five (5) bidders (primary, secondary and tertiary), at its own discretion, and in the best interest of the City.
RFP Site
RFx to submit in July 2023:
Client: Missoula County
RFP Title/#: Enterprise Resource Planning (ERP) System RFP - RFP Number: 6-2023-1
Due Date: Jul 28, 2023 3:00 PM
Description: The purpose of this request for proposal (RFP) is to invite prospective proponents to submit a proposal to provide and implement enterprise solution software that includes Enterprise Resource Planning (ERP) and Property Tax Management to the County of Missoula in Montana (the County). The RFP provides proponents with the relevant operational, performance, application, and architectural requirements of the solution. Please click on the five links below to access the RFP, the Affidavit for Trade Secret Confidentiality, and three response templates; for the ERP response, for the property tax solutions response, and for the pricing response.
RFP Site
Client: United States Coast Guard (USCG)
RFP Title/#: Weapons Management System - Notice ID 70Z03823QJ0000021
Due Date: Jul 28, 2023 2:00 PM EDT
Description: The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause.  Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor.
RFP Site
Client: Capital Area Transportation Authority
RFP Title/#: BID #RFP 2023-148 - Marketing and Advertising Agency
Due Date: Jul 27, 2023
Description: Qualified vendors must offer in-house graphic design and creative development services/capabilities to ensure production of high-quality, timely deliverables outlined below: · Graphics and Signage: Various digital and print graphics and signage will be required for projects such as banners, posters, flyers, sandwich signs posted in CATA facilities, transit cards installed in buses, decals, bus wraps, digital billboards, social media graphics, etc. NOTE: The CATA Website Hosting Agency handles all major website design, e-commerce and hosting services for CATA · Brochures and Information Cards: Educational materials in both print and digital format will be required to promote CATA’s various products and services. · Advertisements and Mailers: CATA sponsors and purchases ads in various media outlets to promote the agency, services and events which requires ad creation for print and digital publications, websites, mobile and digital billboards, direct mail pieces, TV and radio spots, etc. · Digital Advertising: Create digital advertising with tracking metrics including search engine optimization, pay-per-click advertising, email marketing, Google search ads, social media advertising, broadcast (TV and radio) advertising, advertising on streaming services, online radio, mobile advertising, geofencing, influencer marketing, etc. CAPITAL AREA TRANSPORTATION AUTHORITY Marketing and Advertising Services, RFP # 2023-148 Page 10 of 33 031418(PS +100) · Internal and External Publications: Documents such as training guides, budget books and financial reports are released each year. The Community Report is an annual publication that requires intense design and project coordination. · Branding: Contribute to rebranding strategy with production of branding style guide and standards. · Campaign Creation: Contribute upon request to advertising and marketing initiatives, ensuring an integrated campaign approach. · Media Planning/Buying. Multimedia buying expertise, including production proficiency or ability to direct media production teams and needs. High performance in producing radio and television ads.
RFP Site
Client: University of Utah, UT
RFP Title/#: Bid #UU172136842 - Request for Proposal For Recruitment Search for Academic
Due Date: Jul 27, 2023 2:30 PM MDT
Description: The purpose of this Request for Proposals (RFP) is to solicit proposals to enter into a contract with a qualified vendor to obtain Recruitment Services for permanent placement recruiting/staffing for the Human Resources Department of the University of Utah, hereafter referred to as the "University."  The companies submitting proposals in response to this RFP will hereafter be referred to as “Vendor.”  The University is examining several alternatives of providing this recruitment services and may decide, after reviewing proposals submitted, not to enter into any agreement.
RFP Site
Client: Arizona Department of Emergency & Military Affairs
RFP Title/#: Transportation of Immigrants - BPM005503
Due Date: Jul 26, 2023 9:51:37 AM (UTC-7)
Description: The State plans to award a Contract to the Contractor best qualified to support AZDEMA by providing safe and humane transportation of the Immigrants to a designated location and transferring them to the care of a designated NGO.
RFP Site
Client: Illinois Public Higher Education Cooperative
RFP Title/#: Social Media Advertising to Twitch - SoleSource #IPHEC2411
Due Date: Jul 26, 2023
Description: The University intends to award a contract for Social Media Advertising to Twitch, San Francisco, CA, for an estimated $25,000,000.

Universities have a need for Social Media Advertising. Social media advertising continues to grow year-to-year and is an essential medium for universities to reach new students and maintain their social media presence. By allowing a term contract, universities will maintain their social media presence over the term of the award. With social media advertising at the forefront of advertising, university ad placements are always increasing. Current world events make it challenging to predict the best outlet for advertising (social media is likely to play a larger role) with more perspective University community members spending more time indoors and plugged in. Without the ability to purchase social media advertising, universities will not be able to reach new students, new employees, and maintain outreach with alumni, resulting in financial loss. The university, on information and belief, has concluded that only one vendor can meet its need or can meet the need economically. That vendor is Twitch. Twitch is the only vendor that can satisfy the need to advertise on Twitch. The university has provided detailed justification to support its conclusion as shown on the attached Sole Source Justification Form. Although the university has presented this as a sole source procurement, we are seeking competitive information from firms with the capability of meeting the university's need (even if performed in a manner different from what has been presented) to contact us and provide sufficient information to show the need can be met. If we receive that information, the Chief Procurement Officer will offer a public hearing to consider the matter. Hearing information is described below.

The University has determined that this purchase is only economically available from this source because the item or service is copyrighted or patented and is not available except from the holder of the copyright or patent.

RFP Site
Client: UNC - Chapel Hill Health Affairs
RFP Title/#: Lineberger Cancer Research Center Air Flow Reduction
Due Date: Jul 21, 2023
Description: Re-design building air flow based on new minimum ventilation standard. Replacement VFDs for existing AHUs. New VFDs for existing AHUs. Convert two existing constant volume steam hot water systems to variable volume. Design one new steam hot water system to replace two existing. Design one new general exhaust/fume hood exhaust system to replace existing. Miscellaneous mechanical work.
RFP Site
Client: The University of Texas System
RFP Title/#: 720-2313 - Cybersecurity Incident Response
Due Date: Jul 21, 2023 2:30 PM CDT
Description: 

The University of Texas System Administration (University) is soliciting proposals from qualified vendors to provide cybersecurity incident response services.

Contractor will provide the following services to University or UT institutions in the event of an information security breach or disruptive incident, such as ransomware or a distributed denial of service (DDOS) attack occurring anywhere within the UT System. While the exact nature of the services needed for any specific incident or event cannot be specified in advance, the following types of services are relevant and not necessarily comprehensive:

A. Incident scoping.

B. Analysis of malware to determine nature, origin, and scope of intrusion or infection.

C. Review of logs (i.e., network, system, application audit, etc.).

D. Real-time monitoring (e.g., search for threat actor activity, malicious network indicators, backdoor communications, data exfiltration).

E. Real-time corrective actions or recommendations, as necessary, to protect University or UT institution.

F. Collaboration with University, UT institution, outside legal counsel, public relations, and crisis management firms.

G. Collection of evidence in a manner that protects the chain of custody.

H. Data recovery and restoration requirements for damaged systems.

I. Data recovery and restoration actions required from backup systems.

J. Provide recommendations of process or system changes to prevent a repeat of the incident.

K. Provide comprehensive incident forensics at the conclusion of the incident.

L. Provide Executive Summaries to summarize what is known about how the incident unfolded, recommendations for process, procedure, and technology improvements to repeat a recurrence.

M. Provide executive-level briefings during the incident if requested.

N. Work with internal audit staff to provide relevant points for audit plans.

O. During an engagement, Contractor may be required to:

• Provide a written status report of activities completed; findings; and planned

activities, at minimum, on a weekly basis; and

• Provide University with an inventory of all copies made of files or configurations

from workstations, servers, or network devices.

P. Project Manager and personnel assigned must possess one (1) or more of the following

credentials:

• PMI Project Management Professional (PMP);

• Certified Cloud Security Professional (CCSP);

• GIAC Certified Incident Handler (GCIH);

• GIAC Certified Intrusion Analyst (GCIA);

• ISC2 Certified Information Systems Security Professional (CISSP); and/or

• Certified Ethical Hack (CEH).


RFP Site
Client: Salt Lake City School District, UT
RFP Title/#: Bid #TB2410-RD - Building Demolition, Rosslyn Heights Elementary
Due Date: Jul 20, 2023 2:00 PM MDT
Description: This Invitation for Bids is issued seeking a qualified vendor to demolish Rosslyn Heights Elementary.  The school is located at 2291 S 2000 E Salt Lake City, Utah .  The project involves building and structure demolition including concrete tunnels and footings. Site demolition to include interior fences, soccer goals, masonry walls, asphalt and concrete paving, removal of trees (including stumps), clearing of plant life, root systems and shrubs, installation of temporary caps on main sewer and water lines, and the removal of underground storm drain, sumps (5), boxes and piping.
RFP Site
Client: Town of Lake Park
RFP Title/#: ITB-109-0-2023/JW - Lake Park Town Hall Re-Roof
Due Date: Jul 20, 2023 2:00 PM Eastern
Description: The project scope of work includes removal of the existing roofing demolition, roof dry-in, installation of flashings and vents, installation of secondary water barrier, installation of clay roof tiles and re-installation / repair of gutters and down-spouts.

The project is considered a preservation improvement to a historic building and therefore specific guidelines for workmanship apply.

RFP Site
Client: City of West Palm Beach
RFP Title/#: Financial Audit Services - RFP-RFP 22-23-221 DL-0-2023/LA
Due Date: Jul 18, 2023 3:00 PM Eastern
Description: The City of West Palm Beach is soliciting the services of an independent certified public accounting firm to provide financial auditing services to the City for the audits of the financial statements, of the City and the Community Redevelopment Agency and any other financial or compliance special reports required by Federal, State or other grantor agencies for the five fiscal years beginning October 1, 2022 and ending September 30, 2027.
RFP Site
Client: US Army Corps of Engineers, Little Rock District
RFP Title/#: Ozark Powerhouse Janitorial - Notice ID W9127S23Q0037
Due Date: Jul 18, 2023 2:00 PM CDT
Description: This is a non-personal services contract to provide janitorial services for the Ozark Powerhouse. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
RFP Site
Client: The University of Texas at Austin
RFP Title/#: Digital Marketing and Advertising Services - RFP 721-2334
Due Date: Jul 13, 2023 2:30 PM CDT
Description: Project Overview The University of Texas at Austin (“UT Austin” or “University”) is requesting sealed proposals from qualified suppliers to manage digital marketing and advertising services which may include paid search, search engine optimization, paid social, display ads, retargeting, streaming video and/or audio.
RFP Site
Client: Santa Clara Valley Transportation Authority
RFP Title/#: Collision Avoidance and Navigation Systems - Project ID:  S23070
Due Date: Jul 13, 2023 2:00 PM
Description: VTA seeks proposals from qualified firms to provide design and engineering services for Collision Avoidance and Navigation Systems.

Collision avoidance and navigation systems are technologies designed to improve driving safety and reduce collisions and accidents on the road. Features of these technologies can vary, but many contain warning systems for pedestrian collision, forward collision warning, headway monitoring and warning, speed limit indication, and lane departure warning.

Collision avoidance system is a safety system for transit buses, and it visually & audibly alerts the operator when a pedestrian or cyclist is in one of the danger zones around the bus. The system is designed to warn, alert, or assist operators to avoid imminent collisions and reduce the risk of incidents. The safety system will be installed on vehicles which consists of a multivision-sensor system, sensor housings/mountings, operator interface displays and control units that use a variety of technologies such as radar, lasers, cameras, GPS, and artificial intelligence.

RFP Site
Client: Santa Clara Valley Transportation Authority
RFP Title/#: Industrial and Hazardous Waste Management - Project ID:  M22047
Due Date: Jul 13, 2023 2:00 PM
Description: Contractor will perform ongoing industrial waste management and removal services at all VTA facilities. All work will be performed on an on-call basis (“On-Call”), meaning that VTA may request unscheduled waste management services or emergency callout as necessary. The company placing the winning bid will have sole responsibility to carry out this Work, more fully described in Section 8, Technical Specification, to completion.

The Engineer’s Estimate for this Work ranges from $4,000,000 to $5,500,000.  Refer to Section 6.4, Time for Performance, for the time limit to complete all Work.

RFP Site
Client: New Hampshire Department of Administrative Services Bureau of Purchase and Property
RFP Title/#: Request For Information Relative to The Process Of Cloud Interconnect Provider Services - 2023-360
Due Date: Jul 13, 2023 9:00 AM EST
Description: This Request for Information (RFI) is issued by the New Hampshire Department of Administrative Services, Bureau of Purchase and Property.    This Request for Information has been issued with the intent of gathering information relative to the process of establishing a contract for Cloud Interconnect Provider Services for the State of New Hampshire.
The State’s objective is to evaluate Cloud Interconnect Provider Services industry and fortify the State’s current process and contracts.  Items will include, but will not be limited to the commodities, service or equipment herein.
RFP Site
Client: Howard County Government
RFP Title/#: RFP-16-2023 Racial Equity Strategic Plan
Due Date: Jul 12, 2023 12:00 AM
Description: Howard County, Maryland (the “County”) seeks a qualified firm (the “Contractor”) to furnish consulting services to develop a comprehensive three-year Racial Equity Strategic Plan, that will provide collected data, goals, benchmarks and strategies in making Howard County an equitable place to work, live, study, play, worship, and visit.
RFP Site
Client: Texas Southern University
RFP Title/#: Architectural & Engineering Services - RFQ # 717-23-731
Due Date: Jul 11, 2023
Description: The scope of services is to provide, upon notification of a need, providing a proposal, and after contracting through a properly executed assignment document, architectural/engineering services including, but not limited to, the following: 2.3.1 Preparation of studies, reports, schematic plans, preliminary construction cost estimates, measurements, photographic documentation, and project analysis for facilities on the Texas Southern University campus. 2.3.2 Recommend options for additions, remodeling, replacement, or new construction including project cost analysis. 2.3.3 Design services to include preliminary design, construction drawings and specifications for new construction and renovation projects, including preparation of cost estimates and bidding documents as well as assist in the procurement of construction services. 2.3.4 General contract administration including on-site observation during construction. 2.3.5 General consulting services for assisting the Owner with project management and program management services. 2.3.6 Architectural, structural, mechanical, electrical, plumbing, civil and other subconsultants as may be necessary to the A/E in fulfillment of its assignment. 2.3.7 SUBCONSULTANTS: Subconsultants providing services under any subsequent agreement shall meet the same requirements and level of experience as required of the Offeror. No subconsultant under the agreement shall relieve the primary Offeror of responsibility for the service. If the Offeror uses a subconsultant for 717-23-731 | Request for Qualifications Architectural/Engineering Services any or all of the work required, the following conditions shall apply under the listed circumstances: 2.3.7.1 Offerors planning to subcontract all, or a portion of the work shall identify the proposed subconsultant. 2.3.7.2 The Owner retains the right to verify subconsultant’s background and make determination to approve or reject the use of submitted subconsultants. 2.3.7.3 The Offeror shall be the only contact for the Owner and subconsultant. Offeror shall list a designated point of contact for all Owner and subconsultant inquiries.
RFP Site
Client: Waukesha County
RFP Title/#: RFP-2023010 - RideLine Accessible Transportation Services
Due Date: Jul 11, 2023 2:00 PM Central
Description: Waukesha County is soliciting proposals from qualified non-emergency medical transportation providers to provide the RideLine Accessible Transportation Service for the County’s seniors and adults with disabilities, transit-dependent population.
RFP Site
Client: Community College of Philadelphia
RFP Title/#: RFP 10194 - Snow Removal Services
Due Date: Jul 10, 2023 2:00 PM
Description: The Community College of Philadelphia is seeking a highly-qualified company to handle snow removal for the main campus and three off-site campuses located in the Philadelphia area.
RFP Site
Client: City & County of Honolulu
RFP Title/#: Flood Insurance Market Research and Outreach - RFP-MAY-1691604
Due Date: Jul 07, 2023 3:00 PM
Description: The purpose of this contract is to conduct flood insurance market research, for the City and County of Honolulu, and develop and implement an outreach strategy based on the research findings tailored to meet the unique challenges of Oahu to increase flood insurance coverage county-wide. The budget for this project is $150,000.00.
RFP Site
Client: Hawaiian Home Lands
RFP Title/#: RFP-23-HHL-017 - Land Acquisition and Development, Statewide
Due Date: Jul 07, 2023 2:00 PM
Description: DHHL is asking for proposals from interested landowners/developers ("Offerors") to offer real property for acquisition by DHHL. The offer may include a proposal for the properties to be developed by the Offeror, including, but not limited to, the design and construction of on- and off-site infrastructure, and the design, construction, and marketing of residential units to DHHL beneficiaries. DHHL may accept more than one submitted proposal, and reserves the right to reject unacceptable proposals. If the proposal includes offers for both land acquisition and development, DHHL may accept only the acquisition portion of the proposal.
RFP Site
Client: U.S. Department of Homeland Security (DHS), Cybersecurity and Infrastructure Security Agency (CISA)
RFP Title/#: DHS-23-CISA-127-CWDT-0001 – Cybersecurity Workforce Development and Training for Underserved Communities
Due Date: Jul 06, 2023
Description: All applicants should clearly state how the following objectives would be addressed in their application.

i. Implement an engaging training hub (virtual, in person, or a hybrid combination) covering both national and regional cybersecurity challenges to deliver cybersecurity training to underserved communities and connect participants and employers in one or more CISA regions.

ii. Implement an apprenticeship and/or placement program for entry-level cybersecurity professionals that’s supported by affiliations with cybersecurity entities who may support program enrollees and/or graduates.

iii. Decrease the cybersecurity workforce shortage and equity gap by placing NTTP program graduates into full-time, entry-level cybersecurity jobs.

RFP Site
Client: DEPT OF THE AIR FORCE
RFP Title/#: Media Manager for DAF Libraries and Marketing offices - Notice IDFA805223PRE044
Due Date: Jul 05, 2023 3:00 PM CDT
Description: Must be able to provide access to Getty Images with over 3.5 million photos/images with royalty free rights and clearances to use in marketing advertisements. Must be able to provide access to Getty Images with 6.9 million videos/b-roll footage with royalty free rights and clearances to use in marketing advertisements. Must be able to provide access to Getty Images with copy photographic and video images to support 80 Air Force bases located in the U.S and overseas in their circulated marketing resources. No seat license requirement per location/base. Integrated workflow that enables hi-res images to be placed directly into comps. Allow DAF Library and Marketing Programs to display in various locations and use in circulated marketing resources. Included in the subscription will be free tools and templates for usage in marketing advertisements.. Must be able to provide access to Getty Images with image collection will include historical, archival images and videos, content from Lonely Planet, BBC, Time Life, sports events. Etc. Must be able to store in cloud all downloaded images from Getty with access from all DAFL and Marketing locations.
RFP Site
RFx to submit in June 2023:
Client: Department of State U.S. Mission to Japan
RFP Title/#: NAGOYA-PAS-FY23-01 - Building Indo Pacific Cyber Security Allied with eSports
Due Date: Jun 30, 2023
Description: This project aims to improve regional connectivity and cooperation while increasing global competitiveness by fostering exchanges between the United States, Japan, and Indonesia through video games and interactive media. The project will involve a week-long tour to Indonesia for Japanese university students to participate in workshops, conferences, and visits to universities and/institutes focused on cybersecurity, developing technologies, and/or democracy education organized in collaboration with U.S Embassy or Consulate in Indonesia.
RFP Site
Client: Bureau of Land Management - Utah Green River District's (GRD) Fire Building Janitorial Services
RFP Title/#: Notice ID - 140L5723Q0011 - BLM-UT GRD FIRE BLDG JANITORIAL SERVICES
Due Date: Jun 30, 2023 4:00 PM MDT
Description: 

Bureau of Land Management - Utah Green River District's (GRD) Fire Building Janitorial Services

A site visit will be held on June 14, 2023, from 12-2 PM Mountain Daylight Time. RSVP is required to attend, RSVP to COR Henry Barela at hbarela@blm.gov. All questions from the site visit shall be submitted in writing to the Contracting Officer Cynthia Panasiewicz at cpanasiewicz@blm.gov by June 20, 2023 4PM Mountain Daylight Time.

RFP Site
Client: The Lake County Forest Preserve District (the “District”)
RFP Title/#: Contract No. 23019 - 23019 Janitorial Services
Due Date: Jun 30, 2023 11:00 AM (CST)
Description: The Lake County Forest Preserve District (the “District”) is seeking qualified companies specializing in the provision of janitorial services (each, a “Respondent” and collectively, “Respondents”) to submit proposals (each, a “Proposal” and collectively, the “Proposals”) in response to this Request For Proposal (“RFP”) in connection with the provision of the janitorial services set forth in this RFP (the “Services”) to the District for facilities owned and/or operated by the District (each, a “District Facility” and collectively, the “District Facilities”).  The facility information document attached hereto as Attachment 1 (the “Facility Information Document”) sets forth detailed information regarding each District Facility, including the address, the square footage of the building(s), description of the District Facility, and the Services and schedule for each District Facility.  The number of District Facilities subject to this RFP is subject to change and the District reserves the right to add to, delete from, modify, or amend the information set forth on the Facility Information Document at any time and from time to time without prior notice to Service Provider.
RFP Site
Client: Eau Claire County Purchasing
RFP Title/#: RFP-2023-323-0-2023/GB - Medication Delivery and Compliance Services for Eau Claire County DHS E COUNTY
Due Date: Jun 29, 2023 2:00 PM Central
Description: Eau Claire County is seeking qualified providers for Human Services clients needing assistance and/or monitoring of their compliance with taking prescribed medication.
RFP Site
Client: Texas Water Development Board (TWDB)
RFP Title/#: Branding And Creative Design Services - Solicitation ID: 580-23-RFP-0036
Due Date: Jun 28, 2023
Description:The Texas Water Development Board (TWDB) requests responses to this Request for Proposals (RFP) for the award of a service contract to assist with rebranding efforts for TWDB and Texas Natural Resources Information System (TNRIS) (the Project).  Pending signature by Governor Abbott, House Bill 2489 passed by the 88th Legislature would rename TNRIS, a division of TWDB, to the Texas Geographic Information Office (TxGIO), better reflecting its responsibilities and areas of expertise.


The Project will include designing two logos, one each for TWDB and TxGIO, as well as logo variations, file formats, and branding guidelines for each. This is an exciting opportunity to help rebrand a highly visible and growing agency leading immensely critical work for our state’s most important resource—water—and the data and geographic information driving Texas.

TWDB will consider proposals from business entities that demonstrate the ability to complete the Project within the guidelines of this Solicitation and any applicable federal, state, and local laws, rules, and regulations. Respondents must execute Content Item 1, Execution of Response to the Request for Proposals, and complete other items listed under 4.1.B, Contents, to be considered. Additional information on TWDB and its programs can be found at http://www.twdb.texas.gov.

RFP Site
Client: The Lowell Housing Authority (LHA)
RFP Title/#: RFP 2023-1 Housing Quality Standards Consultant
Due Date: Jun 28, 2023 11:00 AM
Description: The Lowell Housing Authority (LHA) is seeking proposals from qualified inspection companies to complete a limited number of Housing Quality Standards/Massachusetts Sanitary Code Inspections for units contracted under the Housing Choice Voucher Program, the Lowell Rental Assistance Program and the Massachusetts Rental Voucher Program.
RFP Site
Client: Argonne National Laboratory
RFP Title/#: Transportation Services - Notice ID 3-B175-Q-00632-00
Due Date: Jun 26, 2023 5:00 PM (CDT)
Description: Argonne National Laboratory is sourcing transportation services that can provide the necessary equipment and expertise to facilitate the transportation and brokered shipping services of activated low level radioactive girders with magnets from Argonne National Laboratory (ANL) to Brookhaven National Laboratory (BNL) and Thomas Jefferson National Accelerator Facility (TJNAF). The materials may consist of smaller non-bulk items and larger bulk items.  All requirement can be found in the Statement of Work, Transportation of Radioactive Material – The APS Removed Girders with Magnets, dated June 3, 2023, attached hereto and made a part hereof.

If able to offer this service, please complete and address the following.

  1. Proposal (Provide)
  2. Confirm start date of July 10, 2023 is acceptable
  3. PD-159 (Complete)
  4. ANL-70 (Complete)
  5. ANL-71COM (Review and Accept)
  6. ANL-366L (Review and Accept) 
RFP Site
Client: Maryland Transit Administration
RFP Title/#: MTA Vehicle Washing and Cleaning – ID BPM037120
Due Date: Jun 23, 2023 1:30 PM
Description: The Maryland Transit Administration (MDOT MTA or the "Department") is issuing this Invitation for Bids (IFB) in order to procure the services defined in this Section 2, as specified in this IFB, from a contract between the successful bidder(s) and the Maryland Transit Administration: to provide washing and cleaning services on non-revenue vehicles.
RFP Site
Client: The Natural Resources Conservation Service (NRCS)
RFP Title/#: USDA-NRCS-TN-MULTI-23-NOFO0001248 - Tennessee NRCS Urban Agriculture Grants
Due Date: Jun 23, 2023
Description: This Notice of Funding Opportunity (NFO) is being released prior to appropriation and/or apportionment of funds for fiscal year 2023. Enactment of additional continuing resolutions or an appropriations act may affect the availability or level of funding for this program.

The Natural Resources Conservation Service (NRCS), an agency under the United States Department of Agriculture (USDA), is announcing the potential availability of funding for the development of urban agriculture and innovative production activities. The Tennessee NRCS Urban Agriculture Project is an effort to challenge local Conservation Districts, non-profit organizations, non-government organizations, institutions of higher learning and other community partners to establish pollinator, urban, and community gardens across Tennessee. The simple act of planting a garden or creating a pollinator habitat can help unite neighbors in a common effort and inspire locally led solutions to some of the challenges facing local communities within the state. Addressing hunger and health, while inspiring beautification projects, with an urban garden can positively unite communities.

Proposals will be accepted from eligible entities for projects located in Tennessee. NRCS anticipates the total amount awarded under this announcement in Federal fiscal year 2023 will be approximately $150,000.00. Proposals are requested from eligible entities for projects with a one to two-year duration. Entity types that may be eligible under these criteria include the following:

• City or township governments

• County governments

• Independent school districts

• Nonprofits having a 501(c)(3) status with the IRS (other than institutions of higher education)

• Nonprofits that do not have a 501 (c)(3) status with the IRS (other than institutions of higher education)

• Private institutions of higher education

• Public and State-controlled institutions of higher education

• Small businesses

• Special district governments

• State governments

RFP Site
Client: Virginia Department of Transportation
RFP Title/#: IFB-18140 - Janitorial Services
Due Date: Jun 23, 2023 1:00 PM
Description: The Virginia Department of Transportation (herein referred to as “VDOT”) is soliciting bids from qualified firms to provide Janitorial Services for the Hampton Roads District Administration building, Equipment Shop Offices, Material Building, Regional Operations Building and Bartlett Area Headquarters.
RFP Site
Client: Duluth Transit Authority
RFP Title/#: Transit Bus Advertising Wraps
Due Date: Jun 22, 2023
Description: The Contractor shall perform the work required by the Contract Documents for this Request for Bids for the provision of Concrete Barrer and Wash Screen Repairs in accordance with the generally accepted standards of the profession for services of this type.


The DTA is seeking qualified firms to provide all labor, materials and tools to provide full bus wraps for four existing heavy duty Gillig 40-foot buses to brand them on high-frequency routes for the DTA’s Better Bus Blueprint, and eleven partial wraps for DTA BRT-style buses so they will reflect the new branding for the Blueprint.

RFP Site
Client: Rensselaer County Health Department Division for Children with Special Needs
RFP Title/#: RFP-23-30 - Transportation Consultant RFP - Department of Health
Due Date: Jun 22, 2023 2:00 PM
Description: Rensselaer county requests proposals from transportation consultant firms with experience in the following areas:

• Development of cost-effective routes for the transportation of children with special needs

• Development of bid specifications, evaluation of bids and recommendation of award(s) for the transportation of children with special needs

• Utilization of computerized route routing software and transportation program administration

• Adherence to New York state guidelines for the transportation of children with special needs

Proposals will be received at the office of the director, Bureau of central services, Rensselaer County office building, 99 troy Road, 4th floor, suite 403, East Greenbush, New York 12061 until 2:00 p.m., Thursday, June 22, 2023.

RFP Site
Client: Metropolitan
RFP Title/#: Website Development Services for Rideshare Program - Invitation #RFI-DS-1347
Due Date: Jun 22, 2023 11:00 AM (PDT)
Description: Metropolitan employs more than 1,900 full-time employees across all its worksites and offices who commute to work via different modes of transportation. Through its internal Rideshare Program, Metropolitan encourages employees to share the ride, utilize public transit, walk, or bike instead of driving alone, and use electric vehicles. This data is compiled through various methods, such as Nintex/eform(s) and Microsoft Access, to comply with the South Coast Air Quality Management District’s Rule 2202 and the Federal Clean Air Act.

Metropolitan’s Administrative Services Section’s Business Management Team manages the rideshare program and is looking to track participant information efficiently for the following rideshare categories/modules: 1) Vanpool, 2) Carpool, 3) Transit, 4) Electric Vehicle, 5) Bike, and 6) Walk. A complete description of the project is provided in Section 2.

RFP Site
Client: The City of Riverside
RFP Title/#: Invitation #2277 - Temporary Agency Employee Services
Due Date: Jun 21, 2023 2:00 PM (PDT)
Description: The City of Riverside (“City”) is seeking a qualified entities or individuals (“Company”, “-ies”) to provide Temporary Agency Employee Services to various City Departments. The city is seeking qualified temporary staffing agency(s) that can provide the city with high-quality, cost-effective, professional, technical, administrative, general labor, temporary employees for various citywide job classifications. The city anticipates selecting no more than five (5) firms to perform the services.
RFP Site
Client: The Department of Transportation and Infrastructure, City and County of Denver
RFP Title/#: Contract 202367200 - Land Survey Professional Services On-Call
Due Date: June 15, 2023, 11:00 AM
Description: The Consultant's services for each project to which it is assigned may consist of any one or combination of the following scope of work items: boundary surveys (including monumented land survey plats and ALTA/NSPS land title surveys), right-of-way surveys, ownership maps, monumentation diagrams, aerial surveys, topographic surveys, construction layout, as-built surveys, subsurface utility engineering surveys, updating existing surveys, preparing legal descriptions and exhibits, preparing Subdivision Plats, locating improvements, determining property lines, providing survey related GIS services, range point restoration(full dig and/or paved-overs), document scanning and indexing, and various other additional survey related tasks. The City desires to award multiple professional services contracts, each with a maximum contract limit of $2,500,000.00 for the three-year duration.
RFP Site
Client: Roanoke Regional Airport Commission
RFP Title/#: RFP # 23-011 Managed Cybersecurity Services
Due Date: June 14, 2023, 3:00 PM - Physical Submission – 1 Original + 1 USB Flash Drive (PDF)

[Proposal extended via Addendum 2]

Description: The Roanoke Regional Airport Commission is issuing this Request for Proposal (RFP) to solicit sealed proposals from a qualified Vendor to provide fully managed cybersecurity services.

RRAC will select a vendor to support the Commission in its efforts to prevent cybersecurity attacks on RRAC’s network, systems, and data. Attractive vendor(s) for this project will exhibit experience in performing analogous tasks for entities which possess relatively similar attributes to the Roanoke Regional Airport.

RFP Site
Client: Trinity County Health and Human Services (“TCHHS”)
RFP Title/#: 23-056 - Security Alarm, Surveillance and Fire Panel System Monitoring, Maintenance and Service
Due Date: June 9, 2023 - 5:00 PM
Description: Trinity County Health and Human Services ("TCHHS") serves the Frontier Communities of Trinity County, a total population of about 13,000 residents located just west of Redding, CA.  TCHHS is seeking proposals from qualified service providers for the provision of a security alarm and fire panel system with monitoring, maintenance and services for the Health and Human Services’ Hayfork office located at 6641 Highway 3, Ste. B, Hayfork, CA.
RFP Site
Client: DEPT OF DEFENSE
RFP Title/#: Basic Combat Training Resilience Program - Notice ID W9124C23T0004
Due Date: June 8, 2023, to June 13, 2023
Description: This is a non-personal service(s) contract to provide a healing approach to stress management using designed classes, in support of the Basic Combat Training Leader Resilience Program (BCT LRP). Provided services can include Healing Arts, Restorative Yoga, stress reductive techniques in group settings, and Myers-Briggs Type Indicator assessments to promote stress reduction and self-awareness. Services shall provide LRP attendees tools to be successful during their time on Fort Jackson and to be a time of rest, reflection, and personal growth.
RFP Site
Client: The Harbor Departments of the Cities of Los Angeles and Long Beach
RFP Title/#: Clean Truck Program Administrative Services - Opportunity ID 207354
Due Date: June 8, 2023, 6:00 PM EDT
Description: The Harbor Departments of the Cities of Los Angeles and Long Beach (the Port of Los Angeles and the Port of Long Beach, known collectively as “the Ports”) invite the submittal of proposals to provide program administration services for the Ports’ Clean Trucks Program.
RFP Site
Client: City of Houston
RFP Title/#: Software Solution and Services for Tracking of Emergency Medical, Personnel Compliance, and Online Continuing Education Training - SOLICITATION NO.: S49-T31165
Due Date: June 8, 2023, 4:00 PM CT
Description: The City of Houston (“City”) is seeking proposals from qualified firms to provide a software solution and services for tracking of emergency medical, personnel compliance, and online continuing education training platform to the City’s Houston Fire Department (HFD). This is for a three (3) year contract with two (2) one-year options to renew annually, for a maximum five (5) year term.
RFP Site
Client: Jefferson City, MO
RFP Title/#: RFP4135-05/23 - Transit Bus Wash Replacement
Due Date: June 8, 2023, 1:30 PM CDT
Description: The City is seeking proposals to remove and replace the current bus wash located at 820 E Miller Street, Jefferson City, Missouri. The contractor shall be responsible for removing the existing system and installing, testing, and training staff on a new bus wash system.
RFP Site
Client: Iowa Commission on Volunteer Service (Volunteer Iowa)
RFP Title/#: National Service Trainer on Diversity, Equity, & Inclusion (DEI)
Due Date: June 7, 2023 3:00 PM - Email Submit
Description: The Iowa Commission on Volunteer Service (Volunteer Iowa) is seeking a qualified service provider(s) (Service Provider) to provide training and technical assistance in summer and/or fall of 2023 to Iowa AmeriCorps State program staff and host site supervisors with a focus on diversity, equity, and inclusion (DEI) including common human resources challenges that relate to DEI. For these services, Volunteer Iowa desires a Service Provider who is culturally competent and familiar with common DEI challenges in national service programming.
RFP Site
Client: Maricopa County Community Colleges
RFP Title/#: RFP 3539-10 - IT Staff Augmentation and Consulting Services
Due Date: June 7, 2023 3:00 PM MST
Description: The Maricopa County Community College District (MCCCD or District) intends to engage the services of multiple, qualified individuals/companies to provide:

Information Technology Staff Augmentation and Consulting Services throughout the District; including the District Office, college campuses, and satellite offices

An interested Proposer may respond to the Staff Augmentation or Consulting request or both.  Respondents must demonstrate expertise in providing similar services for each category they propose. 

RFP Site
Client: The County of Roanoke, Virginia
RFP Title/#: IFB 2023-091 HVAC Maintenance Agreement
Due Date: June 6, 2023 2:00 PM
Description: The County of Roanoke, Virginia for the Regional Center for Animal Care & Protection (RCACP) and Green Ridge Recreation Center (GRRC) is requesting sealed bids from qualified companies to provide an HVAC Maintenance Agreement.
RFP Site
Client: The City of Rockford
RFP Title/#: EXCAVATION AND HAULING SERVICES - BID NO. 523-PW-045
Due Date: June 6, 2023 11:00 AM
Description: The City of Rockford, Illinois is seeking vendors to provide laborers and heavy equipment and/or hauling vehicles with operators for the purpose of, but not limited to, drainage improvements and channel improvements in natural or manmade waterways, roadside ditches or City right-of-way projects.  These projects are generally small (one week or less) in nature however the scope and duration of work will ultimately be determined by the City Engineer or his designee.  Clearing of natural waterways may have durations of longer than one week.
RFP Site
Client: City of San Diego
RFP Title/#: 10090019-23-E – Branding and Marketing Strategy Consulting Services for Police Recruitment for the San Diego Police Department
Due Date: June 5, 2023 2:00 PM (PDT)
Description: The City of the San Diego is the eighth largest City in the nation. The San Diego Police Department’s (SDPD or Department) successful recruitment of talented Police recruits is a top priority for the Department. With four (4) academies a year, the recruitment of (up to) 50 highly qualified Police recruits per class ensures that the welfare and safety of the community at large is constantly improving and that the Department is a true representation of the community.
RFP Site
Client: The City of Rock Hill, South Carolina
RFP Title/#: Janitorial Services - Neighborhood Services Building, Gettys Center, Elizabeth Lane Parking Deck, & Hagins St Police Substation - 2023-RFP-122
Due Date: June 5, 2023 2:00 PM
Description: The City of Rock Hill, South Carolina is seeking competitive proposals from qualified companies to provide the City with janitorial services at the Neighborhood Services Building (150 Johnston St.), the Gettys Center (201 E. Main St.), the Elizabeth Lane Parking Deck (116 N. Elizabeth Ln.), and the Hagins Street Police Substation (46 Sunset Dr.).
RFP Site
Client: The County of Roanoke, Virginia
RFP Title/#: IFB 2023-106 Glenvar Elementary School Kitchen Improvements
Due Date: June 2, 2023 2:00 PM
Description: Roanoke County, on behalf of RCPS, is requesting sealed bids from qualified vendors to provide kitchen improvements at Glenvar Elementary School.
RFP Site
Client: NC State University
RFP Title/#: Parking Services at Carter-Finley Stadium - Ref. #: 63-JDJ920307
Due Date: June 2, 2023 2:00 PM EDT
Description: NC State University Athletics Department (hereafter referred to as University or NC State Athletics) seeks proposals from qualified suppliers (hereafter referred to as Contractor) to provide parking management and control services for NC State football games and other events held at Carter-Finley Stadium in Raleigh, North Carolina.
RFP Site
Client: Orlando Housing Authority
RFP Title/#: RFP-FYE24-3377-0-2023/LM – Marketing, Public Relations, and Crisis Management (RE-BID)
Due Date: June 1, 2023 2:00 PM Eastern
Description: Orlando Housing Authority seeks a firm with the expertise to provide a multidisciplinary approach to provide Marketing, Public Relations, and Crisis Management Services.
RFP Site
RFx to submit in May 2023:
Client: City of Bend
RFP Title/#: Riverfront Street Design -RFP Ref. #: 23-3350
Due Date: May 31, 2023 3:00 PM (PDT)
Description: The City of Bend requests proposals for the Riverfront Street Design project. The purpose of the overall project is to (1) provide the missing link of the Deschutes River Trail between Miller’s Landing Park and Drake Park; (2) rebuild Riverfront Street due to its failing pavement conditions; and (3) upgrade and/or relocate existing utilities as necessary. This proposal request is for the project design that will require pre-survey work; a traffic control strategy; erosion and sediment control plans; public outreach; and design of road reconstruction, ADA ramps, water main replacement, water meter box and service relocations, stormwater pre-treatment facilities, and possible utility pole modifications/relocations.
RFP Site
Client: City of Boston
RFP Title/#: LEADERSHIP DEVELOPMENT - Project Number EV00012130
Due Date: May 31, 2023 12:00 PM
Description: The City of Boston, acting by and through its Boston Public Schools (BPS) Superintendent, requests proposals for a firm to provide a contract with a vendor to provide professional learning for two district leadership roles (new principals and aspiring school leaders) with differentiated professional development and authentic experiences that prepare them to be effective leaders in all Massachusetts department of elementary and secondary education school administrator standards.
RFP Site
Client: San Elijo Joint Powers Authority (SEJPA)
RFP Title/#: Invitation #44 - Janitorial Services
Due Date: May 30, 2023 2:00 PM (PDT)
Description: SEJPA is seeking proposals from qualified contractors with demonstrated experience in provide janitorial services.
RFP Site
Client: Calbright College
RFP Title/#: Temporary Technology Staffing Services – RFP 23-003
Due Date: May 26, 2023 5:00 PM (PDT)
Description: Calbright is seeking proposals for on-call, as-needed, temporary technology staffing services to perform work in support of Calbright programs, projects, and services. Calbright contemplates awarding contracts to multiple proposers for these services and reserves the right, at its sole discretion, to allocate the amount of work given to each successful proposer so as to most efficiently and economically satisfy Calbright’s needs. The anticipated contract term for each agreement is one (1) year, with four (4) optional one-year extensions.
RFP Site
Client: The University of Texas M.D. Anderson Cancer Center (MDACC)
RFP Title/#: AIS-ADM-01351-RFP - Direct Marketing Fundraising & Other Related Services
Due Date: May 26, 2023 4:00 PM CDT
Description: The University of Texas M.D. Anderson Cancer Center (MDACC) requests proposals from qualified and experienced firms to provide Direct Marketing Fundraising & Other Related Services.
RFP Site
Client: The Orange County Transportation Authority
RFP Title/#: 32493 – PVC Transpass Cards and Supplies
Due Date: May 25, 2023
Description: The Orange County Transportation Authority (Authority) invites bids from qualified vendors to provide PVC transpass cards and supplies.
RFP Site
Client: The City of Rock Hill, SC
RFP Title/#: Real Estate Brokerage Services - 2023-RFP-125
Due Date: May 25, 2023, 2:00 PM
Description: The City of Rock Hill, SC is seeking proposals from interested and qualified real estate brokers and their designated agent(s) to provide real estate brokerage services to assist with the sale or purchase of real property located within the City limits on an as-needed basis. It is the intent of the City to seek a non-exclusive multiple award schedule for this service.
RFP Site
Client: NC State University Energy Systems
RFP Title/#: 63-KGS923629 - Energy Consulting Services
Due Date: May 25, 2023, 2:00 PM EDT
Description: NC State University Energy Systems (hereafter referred to as NC State) seeks proposals from qualified technical consulting experts to assist in the energy risk management of natural gas purchases. Further, it is noted NC State is a state agency of North Carolina, therefore, all responses are subject to NC Public Records laws. NC State is soliciting Consultants which have performed comprehensive work in this area of energy risk management for at least five (5) years including a minimum of three (3) years within Transco Zone 5.
RFP Site
Client: Tampa Port Authority d/b/a Port Tampa Bay
RFP Title/#: RFQ-006-23-0-2023/AR - Outside Counsel - Cybersecurity
Due Date: May 25, 2023 1:00 PM Eastern
Description: Providing strategic guidance on compliance with cybersecurity and data privacy laws and regulations, including international, federal, state and local laws governing the security of personal information, protected health information, and confidential information, Advising, representing, and providing training and best-practice recommendations to PTB in matters related to cybersecurity, privacy, actual or potential data or information security breaches and incidents, including but not limited to facilitation of forensics investigation, assessment of consumer and regulatory notification obligations, drafting of notification letters to affected parties and appropriate regulators, facilitation of remediation services like credit monitoring or identity monitoring for affected parties, addressing the security of personal information, protected health information, and confidential information, and interfacing with regulators.
RFP Site
Client: Texas Department of Criminal Justice
RFP Title/#: IW150559 - Vanilla Wafer Cookies
Due Date: May 23, 2023
Description: The TDCJ is currently requesting bids to establish a Purchase Order for the procurement of vanilla wafer cookies for resale in the TDCJ Commissaries statewide.
RFP Site
Client: Athens-Clarke County
RFP Title/#: Bishop Park Pool Renovation - 01119
Due Date: May 23, 2023 - 3:00 PM
Description: The objective of the Project is to renovate the Bishop Park Pool facility to extend the life and usefulness of the facility located at 705 Sunset Ave, Athens, GA. Renovation will not require hazardous material abatement prior to any construction activities. Materials at the building site have tested and identified no hazardous material. The Hazardous Material Report is included in the RFP documents. The demolition phase requires selective removal of plumbing, mechanical, electrical, flooring, and non-load bearing walls, existing buildings, concrete decking, and pool. The construction phase will require the installation of but not limited to new plumbing, mechanical, electrical, pool related chemical feed systems, ADA access ramps, interior/exterior building renovations, new pump house, retaining walls, pool commissioning & start-up, perimeter fencing, and site work. Special care shall be considered during this project because the construction area is located in a public park that will remain open during construction. Bishop Park Pool was commissioned in 1977 and provides various aquatic activities for residents from May to the end of July. Various upgrades and repairs have been performed on the pool over the years but has reached the end of its service life. Additionally, it is reported that the pool losses approximately 10,000 – 15,000 gallons a day while in operation.
RFP Site
Client: The Procurement Division of Knox County, Tennessee
RFP Title/#: Proposal Number 3417 - Corporate Gym Membership Services
Due Date: May 23, 2023 - 2:00 p.m.
Description: The intent of this document is to set forth and convey to prospective proposers the general type, character and quality of Corporate Gym Membership Services as desired by the Knox County Government. Knox County Government seeks proposals from health clubs to provide all-inclusive (VIP) memberships for any Knox County employee (excluding seasonal and temporary) and eligible family members through payroll deduction. All-inclusive (VIP) memberships are defined as having access to all club locations during all hours of operation. Award will be based on Best Value. Best Value means more than low cost. It includes cost, service quality and other factors detailed herein. Knox County will not be contributing to the cost of these memberships. Knox County will be issuing one (1) check per month on behalf of all enrolled employees.
RFP Site
Client: City of Bloomington
RFP Title/#: 23-15 - Janitorial Cleaning Services
Due Date: May 23, 2023 - 11:00 AM (CDT).
Description: The City of Bloomington is seeking proposals for janitorial services for eleven (11) City buildings in accordance with this Request for Proposal (RFP). The contract resulting from this RFP will be a fixed two (2)-year term contract with one (1) two (2)-year extension option.
RFP Site
Client: State of New Hampshire Judicial Branch
RFP Title/#: Request For Proposals NHJB-2023-02 for Transportation For Drug, Mental Health, And  Family Treatment Courts
Due Date: May 22, 2023
Description: The New Hampshire Judicial Branch (NHJB) by and through the Administrative Office of the Courts (AOC) is seeking Vendor(s) to design, pilot and implement a collaborative transportation solution for the NHJB. The solution will arrange or provide transportation for Drug, Mental Health, and Family Treatment Court Participants (“DCP”)). The goal of this RFP is to address barriers to treatment access by providing transportation services, particularly in rural communities.    The AOC anticipates entering into one or more contracts for one or more of the following services:  -Providing DCP with access to transportation in order to attend non-medical and nonemergency services;  -Providing various modes of transportation, statewide, for DCPs;   -Processing requests for mileage reimbursement for transporting an eligible DCP to a covered service.
RFP Site
Client: Texas Comptroller of Public Accounts
RFP Title/#: Fish Feed – IFB No. 304T-23-325A1
Due Date: May 22, 2023
Description: The Statewide Procurement Division (SPD), a division of CPA, requests sealed responses for fish feed. A major customer for these items is the Texas Parks and Wildlife Department (TPWD).
RFP Site
Client: The Orange County Fire Authority (OCFA)
RFP Title/#: LK2608A - Children's Fire Helmets
Due Date: May 22, 2023 11:00 AM (PDT)
Description: The Orange County Fire Authority (OCFA) is requesting bids to establish a master agreement for the purchase of plastic children’s fire helmets. These items will be ordered on an as-needed basis by the Community Relations/Education Section and provided to children at various OCFA events. Samples of the helmets are required.

OCFA will contract with the respondent who submits a responsive and responsible bid and offers the best pricing and value. OCFA may elect to award contracts to multiple suppliers if it is determined to be in the agency’s best interest. The initial term of the agreement will be for three years and will allow for up to two optional one-year renewals, provided both parties agree to the extensions.

RFP Site
Client: The State of Alaska, Department of Corrections
RFP Title/#: RFP #2024-2000-0010 Behavioral Health and Substance Use Disorder Treatment Services
Due Date: May 19, 2023 - 2:00pm
Description: The State of Alaska, Department of Corrections is soliciting proposals from an individual or agency for Behavioral Health and Substance Abuse Services to be provided to persons incarcerated in the Ketchikan Correctional Center, located in Ketchikan, Alaska.
RFP Site
Client: The Educational Purchasing Interlocal Cooperative at Region 6 (EPIC6)
RFP Title/#: 19.23 - Musical Instruments, Sheet Music, Supplies, Repairs
Due Date: May 19, 2023 02:00:00 PM (CT)
Description: The Educational Purchasing Interlocal Cooperative at Region 6 (EPIC6) seeks proposals for Musical Instruments, Sheet Music, Supplies, Repairs on an "as needed" basis for the period from July 1, 2023 thru June 30, 2028. This Request for Proposal (RFP) is solicited on behalf of the EPIC6 Purchasing Coop and its members. Awarded vendor(s) must agree to extend contract pricing and terms to all members, current and future, as agreed to by the Cooperative in this contract. Volumes and quantities that will be purchased are unknown. Cooperative members are not required to purchase from awarded vendors. EPIC6 will be awarding this contract on a multi-vendor basis, so as to best serve the needs of its Cooperative members.
RFP Site
Client: The County of Rensselaer
RFP Title/#: RFB-23-26 - Cleaning Products, Chemicals, Solutions & Miscellaneous Janitorial Supplies
Due Date: May 17, 2023 11:00 AM
Description: Rensselaer County requires the awarded Vendor providing the service to be within a 30-mile radius of the Rensselaer County Office Building at 99 Troy Road, East Greenbush, New York 12061 or that the awarded Vendor has a site location within a 30-mile radius of the Rensselaer County Office Building at 99 Troy Road, East Greenbush, New York 12061 . The name, location, contact person and phone number of this service facility must be clearly identified on the Official Bid Form.
RFP Site
Client: The Procurement Division of Knox County, Tennessee
RFP Title/#: 3413 - Demolition Disposal Services
Due Date: May 16th 2023
Description: Knox County is seeking a Contractor to provide Demolition Class III/IV Landfill Services for various types of waste generated at Knox County Owned Facilities and other Knox County sponsored events located within Knox County, Tennessee. It is the objective of this bid to secure the services of a disposal provider where Knox County’s demolition waste or clean fill material can be disposed of, reused or recycled in compliance with all County, State and Federal laws, rules and regulations applicable to the business to be conducted under this Contract. The County further desires to establish long-term and economical demolition tipping fees per ton.
RFP Site
Client: City of Bend
RFP Title/#: 23-41912 - Transportation Fee Study- Informal Request for Proposal
Due Date: May 16th 2023, 3:00 PM PDT
Description: The City of Bend is requesting informal proposals from qualified firms to provide technical support for the development of a Transportation Fee, which will support the City’s goals of securing sustainable transportation funding aligned with the Transportation System Plan. The budget for this project is: $87,500.
RFP Site
Client: The City of Rockford
RFP Title/#: ENTERPRISE ASSET MANAGEMENT SOFTWARE – RFP No: 423-W-040
Due Date: May 16, 2023 at 11:00am
Description: The City of Rockford Water Division is soliciting proposals from qualified vendors to provide a fully GIS-centric Enterprise Asset Management system (EAMS) for asset and work management processes for our existing operations (primarily the Distribution Section). This software needs to directly interface with existing customer information systems management software from Tyler Technologies (Munis 11.3.25), as well as an existing ESRI ArcGIS Enterprise SDE environment with associated workflows.  The City of Rockford Water Division is interested in a fully integrated solution that provides all the functionality identified and related services including mobile functionality. Proposals are to provide scope of work, project plan, costs, and other information regarding the functionality and implementation of the system.
RFP Site
Client: The University of Iowa
RFP Title/#: 18068 - Onsite Sushi Provider
Due Date: May 15, 2023 - 03:00 PM (CT)
Description: The University of Iowa (hereafter, The University/University) located in Iowa City, Iowa, desires to obtain written proposals from qualified Suppliers to provide to provide onsite Sushi preparation services at two locations on the University campus; one at the Union Station in the Iowa Memorial Union and one in the University of Iowa Hospitals and Clinics Compass Express.
RFP Site
Client: Indian River School District
RFP Title/#: Personalized Student Transportation – IRD23016-TRANSPORT
Due Date: May 15, 2023 at 12:00 PM  (Local Time)
Description: The Indian River School District is seeking proposals from qualified vendors to provide personalized transportation services for students in the Indian River School District for the period July 1, 2023 through June 30, 2026. The services include, but are not limited to, to and/or from transportation for students experiencing homelessness, students in foster care placements, and students identified by the Indian River School District that need private transportation services.
RFP Site
Client: Chicago Public Schools
RFP Title/#: #23-158 - District-Wide Marketing Services
Due Date: May 12, 2023 - 12:00 PM CDT
Description: The Board seeks to establish a Marketing Service Pool comprised of the following categories of companies that will provide services and support to the CPS Marketing & Communication Offices, as well as other Board operating units:

1. Category A - Creative Staffing Firms (“Staffing Firms”) that can provide a variety of Temporary Staffing Services (“Staffing Services”) and qualified freelancers (“Assigned Personnel”) to the Board.

2. Category B - Media Partners that can provide Advertising Space and Promotional Opportunities (“Ads & Promos”) to the Board to market itself, its offerings and initiatives.

3. Category C - Marketing Support Firms (Support Firms) that can provide strategic and tactical  marketing project/campaign implementation services for district initiatives that are highly specialized or beyond the capacity of our internal teams.

Detailed descriptions of each of the categories above are set forth below. Respondents may propose in one or more (or all) categories. The Board will evaluate Respondents within each of the categories, as well as review the overall qualifications, capabilities and competitiveness of the Respondents. The Board does not expect every Respondent to submit a response on all or multiple service categories. The Board may award business by category. It is the desire of the Board to bundle these categories wherever possible to allow for synergy and scale to provide additional cost savings opportunities.

RFP Site
Client: North Little Rock Airport
RFP Title/#: #23-3813 - PROFESSIONAL JANITORIAL SERVICES
Due Date: May 8, 2023 - 10:00 a.m.
Description: The City of North Little Rock is seeking qualified parties to submit proposals including a pricing schedule and a summary of qualifications for providing janitorial services for the North Little Rock Airport according to the City’s specifications and all other terms and conditions. The selected Contractor shall provide all the necessary labor, supervision, materials, some supplies and equipment as hereinafter specified to satisfactorily perform janitorial services at 8240 Remount Road, North Little Rock, AR 72118.
RFP Site
RFx to submit in April 2023:
Client: Lee County, Southwest Florida
RFP Title/#: Non-Hazardous Waste Water Hauling and Disposal Services
Due Date: April 28, 2023 – Paper Submittal
Description: The Lee County Board of County Commissioners seeks to contract with a qualified Vendor(s) for Non-Hazardous Waste Water Hauling Services from County operated transfer stations. The Vendor shall transfer Non-Hazardous Waste Water to the Lee/Hendry Regional Solid Waste Disposal Facility, in accordance with all specifications, terms, and conditions specified herein. The Vendor shall furnish the necessary labor, tools, equipment, permits, fuel, and incidentals to meet its obligations under the terms and conditions of this solicitation.
RFP Site
Client: Boulder County
RFP Title/#: Asset Management Implementation - RFP #7455-23
Due Date: April 25, 2023 – Email Submittal
Description: Boulder County is accepting proposals from qualified, experienced software vendors to provide computerized enterprise-wide Asset Management System (AMS) Software, Implementation Services, Training, and Support for the Public Works and Parks & Open Space Departments.
The Departments intend to acquire an AMS for purposes not limited to the following: asset tracking and life-cycle management, data-driven decisions, single-source system for all subject matter experts, maintenance tracking (current and historic), proactive work orders (not reactive), work order backlog reduction, staff hour tracking, cost tracking, cost estimating, budget optimization, local and national standards and statutory compliance, public transparency, manual data entry reduction, and systematic asset disposal method development.
RFP Site
Client: The San Antonio International Airport (SAT)
RFP Title/#: 6100015427 ADVERTISING & MARKETING SERVICES
Due Date: August 19, 2022, 11:00 a.m. Central Time – Portal Submittal
Description: The San Antonio International Airport (SAT) is seeking proposals from qualified agencies to provide on-call services featuring guest-focused personalized advertising, marketing, and communications. SAT aims to advance its marketing and communications efforts through strategic planning, marketing and communications services, digital development, (web programming, placement, analytics, and optimization) and media relations support based on the continual development of an established brand that will resonate with residents, visitors and stakeholders.
RFP Site
Client: New Jersey Casino Reinvestment Development Authority
RFP Title/#: 2023 RFP Environmental Consulting Services as needed basis
Due Date: April 13, 2023 – Portal Submittal
Description: The CRDA is releasing this Request for Proposal (“RFP”) to solicit proposals to engage one or more consulting firms (the “Consultant”) on an as-needed basis to provide consulting services pertaining to site investigation and remediation projects, Services shall include, but are not limited to, inspection, reporting, remediation oversight, and post-remediation compliance inspections in Atlantic City, New Jersey.
RFP Site
Client: Boulder County Rocky Mountain Rescue Group Architectural Services
RFP Title/#: Architectural Services for Emergency Response Building
Due Date: April 11, 2023 – Email Submittal
Description: Boulder County Building Services (BCBS) is seeking a team of professional consultants with relevant architectural design experience to complete design, acquire site and building permits and manage construction administration for a Zero Energy Building (ZEB, as defined by the U.S. Department of Energy) firehouse type facility at 3720 Walnut Street in Boulder Colorado. The Schematic Design, preliminary Cost Estimates and Project Schedule was completed in 2022 for scoping purposed before County Issue 1B, a ballot tax, to support Emergency Services. The current schematic design size, budget and schedule for the facility is: 16,000 +/- SF, $19.765 M with an estimated completion date of 2nd quarter 2026. An overview of the “project” and initial concepts were developed to determine the approximate size and cost (Attachment B).
The Architectural firm selected from this RFP will review and verify programming data, design, schedule, and costs with County Staff through a series of (5) phases: Design Development, 50% CDs, 75% CDS, Bidding and Permitting Documents and Construction Administration. During the first (3) phases (DD/ 50% CDs/ 75%CDs) the Design team will get sign off on the project from all project stakeholders to ensure that the project is below budget, on schedule and that the design meets the needs for a Search and Rescue organization. Cost estimates from a professional cost estimator will be done at each of these three phases.
To ensure a streamlined permitting process, the Design Team and County representatives will work closely with the City of Boulder Planning Department to collect all the project data and plans needed for each stage of the plan review process: Preapplication Meeting, Site Review, Technical Documents and Building Permit application.
RFP Site
Proposal writing agency based in Villa Park, IL
© 2018-2021 Once Upon an RFP
info@onceuponanrfp.com
+1 (312) 883-3007
1210 S. Wayside Drive
Villa Park IL 60181

Proposal writing agency based in Villa Park, IL
© 2018-2024 Once Upon an RFP®

[bot_catcher]