COMPETITIVE SOLICITATION #1934-738 REQUEST FOR

2y ago
17 Views
2 Downloads
285.55 KB
30 Pages
Last View : 13d ago
Last Download : 3m ago
Upload by : Gannon Casey
Transcription

COMPETITIVE SOLICITATION#1934-738REQUEST FOR PROPOSALSProject Title:Estimated ContractPerformance Period:Over-the-Phone Spoken LanguageInterpreter (OPI) ServicesFebruary 21, 2020 through March 1, 2022Response Due Date:All Responses must be received in theirentirety by 2:00 p.m. Pacific Time onJanuary 10, 2020 unless an Amendment isissued modifying the Solicitation Scheduleset forth in Section C.1 of this SolicitationDocument.Submit Response To:Responses must be submitted to:William Taplin, CoordinatorDepartment of Social and Health ServicesFacilities, Finance and Analytics Admin.Central Contracts and Legal ServicesEmail: tapliwh@dshs.wa.govSolicitation and AmendmentsWill Be Posted on:DSHS Procurement d-contractingWEBS le WEBS Commodity Codes: 952-43, 961-17, 961-46Competitive Solicitation #1934-738Page 1 of 30

TABLE OF CONTENTSSection A. Contract Requirements .Section B. Definitions . .Section C. Explanation of Solicitation Process . .Section D. Instructions Regarding Content, Format andSubmission of Responses . . Section E. Evaluation of Responses. .Section F. Debriefing and Protest Procedure. Section G. Contracting Procedures . .Attachments:Attachment A.1: Sample Contract (DSHS)Attachment A.2: Sample Contract (DCYF)Attachment B: Sample Bid Submission LetterAttachment C: Bidder Certifications and AssurancesAttachment D: Bidder Response FormCompetitive Solicitation #1934-738Page 2 of 30

SECTION ACONTRACT REQUIREMENTS1.PurposeThis competitive solicitation is issued in order to assist the Washington StateDepartment of Social and Health Services (DSHS) and Department of Children, Youth,and Families (DCYF) in seeking qualified contractor(s) for on-demand, over-the-phoneinterpreter services. These services are required to assist clients with Limited EnglishProficiency (LEP). Immediate telephone-based interpreter services will facilitatecommunication between clients and customers at a service provider facility when an onsite interpreter is not available or not appropriate.2.BackgroundDSHS/DCYF encounter and serve persons with limited English proficiency (“personswith LEP”). DSHS/DCYF are required by legal mandates to provide meaningful accessto services for Washington’s residents with LEP. Whenever possible, DSHS/DCYF staffschedule in-person interpreters to provide best outcomes for these encounters.However, often encounters are not planned but arise spontaneously. In these situations,DSHS/DCYF rely on telephonic interpreter services. Currently, telephonic services areprovided to DSHS/DCYF by the NASPO ValuePoint Contract managed by Washington’sDepartment of Enterprise Services. This contract will no longer be available toDSHS/DCYF starting March 1, 2020. It is imperative that DSHS/DCYF have a contract inplace with a highly qualified, telephonic services provider prior to that date. DSHS/DCYFare the largest users of telephonic interpreter services within the State of Washington.From 2016 through 2019, DSHS/DCYF spent over 4 million on telephonic interpreterservices.3.Project ScopeThe Contractor will provide 365-days a year/7-days a week/24-hours a day On-DemandRemote Over-the-Phone Interpreting (OPI) services on an “as needed” basis for clientswith Limited English Proficiency (LEP) needing immediate interpreter assistance. Thissolicitation will generate two separate contracts. One for DSHS and one for DCYF.Additional requirements include:a. EQUIPMENT(1) Contractor must have all necessary equipment, installed and functioningat contract start date, to provide the services required in the contract.(a) Contractor must have telephone terminal equipment with expansioncapabilities to accommodate an increase in call volume, as needed.(b) Contractor’s telephone terminal must be capable of collecting thedetailed call traffic information needed to produce the reports andinvoice details required by the contract.Competitive Solicitation #1934-738Page 3 of 30

(c) Contractor must provide dual analog and/or digital handsets at adesignated monthly charge not to exceed the rate agreed upon at thestart of the contract.(2) Outbound calls and/or third-party calls will be required of the Contractorunder the resulting Agreement. Contractor shall not charge for these callsif they are to locations within North America.b. FACILITY(1) Interpreter and/or translation services for the most frequently usedlanguages must be performed within the United States from aprofessional facility or a home-based office. Interpreter services forlanguages other than the most frequently used languages may beperformed outside of the United States and/or from a home-based office.“Most frequently used languages” means Spanish, Russian, Vietnamese,Mandarin, Cantonese, Korean, Arabic, Khmer (Cambodian), Somali,Ukrainian, Punjabi, Amharic, Farsi, Tagalog, and Tigrigna.(2) Contractor agrees no interpretation work shall be performed:(a) By wireless communication device within a vehicle when theinterpreter is the driver, even if the vehicle is equipped with Bluetoothdevices and dash mounted phones; and/or(b) By wireless communication device in any situation or location withunreliable or intermittent connectivity; and/or(c) In any location or situation where background noise such as traffic,barking dogs, crying babies, wind, and other people carrying onnearby conversations is a distraction to the interpreter or to others onthe phone.c. LANGUAGES(1) Contractor must be able to provide interpreter services for the followinglanguages:AkanGeorgianMarshalleseAlbanian (Tosk MongolianArabicHaitian; Haitian CreoleNavajo; NavahoArmenianNepali (Nepalese)Haka ChinCompetitive Solicitation #1934-738Page 4 of 30

AssyrianHausaNorwegianAzeri (Azerbaijani)HebrewNuerBalochiHiligaynon (Ilonggo)Oromo (Afaan Oromo)BambaraHindiPalauanBengaliHmong; MongPampangaDzongkhaHungarianPangasinanBikolIgbo (Ibo, Egbo)Panjabi; PunjabiBini/EdoIloko (llocano)Pashto; PushtoBosnianIndonesianBulgarianItalianPersian waPortugueseCantoneseKanjobalQuechuaCebuanoKaren languagesRomanian (Moldavian)ChamKashmiriRundi (Kirundi)ChamorroKayahRussianChinSalish (Puget Sound)Khmer (Central)ChiuChowKhmuSalish (Straits)ChuukeseKikuyu; GikuyuSamoanCreoleKinaray-aSerbian (SerboCroation)French CreoleKinyarwandaShonaHatian creoleKirundiSinhala; nish; CastilianCompetitive Solicitation #1934-738Page 5 of 30

Dutch; mbaSwedishEsanLingalaTagalog lFarsiMalay (Malaysian)Telugu MandarinTigrinya (Tigrigna)FulahMandingo (Mandinka)TongaGanda d. CONNECTION(1) On average per month, Contractor must answer at least 95% of allincoming calls within five seconds of the call starting to ring at theContractor’s facility. The call may be answered by an automatedattendant but the customer must be given an option, either by voiceprompt or keypad selection, to speak with a live operator/customerservice representative. If the customer opts for a live operator/customerservice representative, connection must occur within ten seconds of thecustomer’s selection.(2) On average per month, Contractor must respond to calls at a rate of 95%or greater within 30 seconds of the client’s language being identified.Once interpretation begins, the call cannot be placed on hold or put into aqueue of any kind.(3) If in a given month the language mix of Spanish to all other languages isbelow 75%, the percentage of calls that must meet the 30 secondresponse time will be adjusted as follows:If percentage ofSpanish is:Connective time will be:Less than 60%80% of all calls will be responded to within 30 seconds, afterthe client’s language being identified60-70%85% of all calls will be responded to within 30 seconds, afterCompetitive Solicitation #1934-738Page 6 of 30

the client’s language being identified70-75%90% of all calls will be responded to within 30 seconds, afterthe client’s language being identified(4) In the event interpretation service for Spanish, Russian, Vietnamese,Mandarin, Cantonese, Korean, Arabic, Khmer (Cambodian), Somali,Ukrainian, Punjabi, Amharic, Farsi, Tagalog, and Tigrigna, does not beginwithin 60 seconds of the client’s language being identified, the customershall not be charged for any interpretation services provided for theduration of the call. In the event any interpretation service request forSpanish, Russian, Vietnamese, Mandarin, Cantonese, Korean, Arabic,Khmer (Cambodian), Somali, Ukrainian, Punjabi, Amharic, Farsi,Tagalog, and Tigrigna results in a customer being told “no interpreter isavailable,” the Contractor will be subject to a self-assessed penalty equalto the cost of the customer’s average interpreter call for the month inwhich the “no interpreter available” event occurs.(5) The above penalties will be assessed monthly by the Contractor and mustbe itemized and deducted from the appropriate monthly invoice total.(6) Contractor must provide toll-free access to interpreter services fromanywhere in the United States, 365-days a year, 7-days a week, 24-hoursa day.(7) Contractor must provide an option for requestor to select a languageidentification service at the onset of the call. The contractor will notcharge for the call if the language is not identified.e. INVOICING(1) Contractor must only invoice for the time that interpreter service isprovided. Time required establishing the language service needed and/orconnection time to the appropriate interpreter will not be chargeable.Billing of the interpretation period starts when the interpreter answers andbegins interpreting. The interpretation period is ended when theinterpreter has been disconnected from both the customer and the client.(2) Invoices will be prepared at the end of every calendar month anddelivered to the customer no later than the 15th day of the calendarmonth immediately following the month under invoice.(3) Invoices will reflect billing increments of one-tenth of one minute. For anyperiod of time which falls between tenths of a minute, Contractor willround up to the next tenth of a minute. One-tenth of one minute isdefined as six seconds.(4) The minimum billable charge shall be equal to a one minute charge at therate of the language for which interpreter service is provided.Competitive Solicitation #1934-738Page 7 of 30

(5) Contractor will be required to create at least one hundred separateaccounts and track usage for each. Invoices must contain the followinginformation, either within the invoice or as an attachment to the invoice, ata minimum:(a) Date of invoice.(b) Contractor name and address.(c) Invoice number and date.(d) Date of service for each transaction.(e) Start time and duration of call.(f) Account code assigned by the vendor.(g) Requestor staff ID.(h) Requestor name.(i) Interpreter ID.(j) Language.(k) Total cost per call (i.e. time in tenth of a minute increment x contractrate per minute for interpretation).(l) Total summary of each account.(m) For certain DSHS program requests, Client ID (Client ID is NOT theSocial Security Number – Please do not put SSN on invoice).(n) Total number of calls interpreted.(o) Total number of billable interpretation minutes.(p) Total number of “no interpreter available” calls.(q) Percentage of calls connected in 30 seconds or less.(r) Total number of calls resulting in interpreter connection times ofgreater than 60 seconds.(s) Total number of dropped calls or calls with lost connections betweenthe time the call is answered by an automated attendant or liveoperator and the time an interpreter is online.(t) Total dollar amount of credits and/or penalties for qualifying calls thatdo not meet the criteria established in, “Connection” sections above,Item #3.Competitive Solicitation #1934-738Page 8 of 30

(u) Total dollar amount due.(6) Only accurate invoices will be paid.(7) Contractor must submit invoices no later than 6 months after the dateservices were provided.(8) Failure to provide timely, accurate invoices consistently is cause fortermination of the contract.(9) After establishing each new account under the contract, the Contractorshall allow DSHS/DCYF one free call to test connection and how quicklyan interpreter is put on the line.f.EMERGENCY MANAGEMENT PLAN(1) Contractor must have in place an Emergency Management Plan (EMP) toguarantee continued services and/or limited disruptions during andfollowing natural disasters or other potentially disrupting events (e.g.;earthquakes, power outages, etc.).(2) Contractor must have a high-speed emergency notification system to beused for crisis communications. The system must be capable ofefficiently sending notifications via phone and/or email to all customersprior to, during, and after a crisis or emergency, 365-days a year, 7-daysa week, 24-hours a day.g. CONFIDENTIALITY STATEMENT(1) Contractor must possess a signed and dated Confidentiality Statement foreach interpreter or other staff who has access to recordings, eitheremployed or contracted, prior to that interpreter or staff providing servicesunder the Contract.h. INTERPRETER OPERATIONAL REQUIREMENTS(1) The interpreter will remain neutral in the conversation unless prompted bythe customer with additional instructions.(2) The interpreter will speak in the first (1st) person.(3) The interpreter will use the utmost courtesy when conversing with thecustomer and/or the client.(4) The interpreter will respect cultural differences of the client.(5) The interpreter will refrain from entering into a disagreement with theDSHS or DCYF staff and/or the client.(6) The interpreter will accurately interpret the client’s statements and relaythe message in its entirety with the meaning preserved throughout theCompetitive Solicitation #1934-738Page 9 of 30

conversation. Information will not be edited or omitted which mayerroneously change the meaning the of the speaker’s statements.(7) All conversations or interpretations will remain confidential and will not beshared with individuals unrelated to the call. Calls must only be recordedfor Quality Assurance purposes. Contractor must:(a) Provide details regarding call recording protocols including how oftenand what percentage(b) Provide retention period of recorded calls(c) Secure recordings in a locked room, cabinet or other container whennot in use and to which only authorized people have access.(d) Destroy recordings no later than 90 days after the recording date.(e) Send DSHS or DCYF confirmation certification of destruction whencalls are purged that includes a signature from the person responsiblefor the destruction.(f) Not use recordings for training purposes.(8) The interpreter must state his or her ID number (issued by the Contractor)on acceptance of the call. The interpreter must read the following script tothe client at the commencement of every call in the language that is beingrequested: “This call may be monitored and recorded for qualitypurposes”.i.CUSTOMER RESPONSE CRITERIA(1) Response to customer inquiries and complaints will be handled asexpeditiously as possible.(2) Instructional materials must be mailed to the customer within two workingdays of receiving the request.(3) Contractor must implement the following process for all inquiries and/orcomplaints submitted by DSHS and DCYF:(a) Provide an online location for inquiries and complaints that is easy toaccess and use.(b) Immediately acknowledge receipt of inquiry/complaint.(c) Respond substantively to the complaint within 5 business days withthe answer to an inquiry or a description of steps taken to resolve thecomplaint(d) Provide method to escalate inquiry or complaint if contractor is nonresponsive or if response is not acceptable.Competitive Solicitation #1934-738Page 10 of 30

(4) Customer questions and concerns and Contractor’s responses will betracked and reported to DSHS and DCYF quarterly or within 15 days ofthe request.j.QUALITY ASSURANCE PLAN(1) Contractor must have a Quality Assurance Plan (QAP) that describes anacceptable method for monitoring, tracking and assessing the quality ofservices provided under the Contract. The QAP must also describe howthe Contractor will identify and resolve issues related to interpreter qualityand/or performance, as well as customer initiated concerns and/orcomplaints. Failure to follow QAP and/or failure to maintain acceptablequality of services may be used as grounds for Termination or Default.k. INSTRUCTIONAL MATERIALS(1) Contractor must provide instructional materials at no additional charge toassist requestors in accessing the services that will be provided under theContract.(2) Instructional materials must be readily available to customers, at no cost,throughout the term of the Contract.l.USAGE REPORTS(1) Service usage reports are due quarterly and as requested within 15 daysof the request.(a) DSHS and DCYF prefer an interactive, online data sharing portal.(b) Reports must include:i.Geographical location (Region/County/City).ii. Agency name/office name.iii. Language.iv. Length of call.v. Total cost of services charged by contractor.4.Bidder Minimum QualificationsAll bidders must meet the following minimum qualifications:a. Bidders must have at least two years of experience in providing Over-thePhone Interpreter Services to state or local government entities on a 365days a year, 7-days a week, 24-hours a day basis.b. Bidders must currently be providing an average of at least 100,000 minutes ofOPI Interpretation Service calls per month within the past year.Competitive Solicitation #1934-738Page 11 of 30

Bidders failing to demonstrate in their responses to Attachment D Bidder ResponseForm Questions 2A and 2B that they meet these minimum qualifications will beconsidered non responsive and will therefore be disqualified from further consideration.5.Period of Contract PerformanceDSHS and DCYF intend to award multiple Contract(s) for the Services described in thisCompetitive Solicitation. The period of performance under the Contract shall beFebruary 21, 2020 through March 1, 2022. The term of the contract may beextended by amendment for up to one additional two year term, at the sole discretionof DSHS or DCYF. Additional services that are appropriate to the scope of thisSolicitation, as determined by DSHS or DCYF, may be added to the Contract in amutually agreeable amendment.6.FundingHistorically, DSHS and DCYF have spent over 500,000 per year on Over the PhoneInterpreter services, however the quantity of services required is subject to change asdemand increases or decreases. Total compensation for Contracts entered into underthis solicitation will vary depending on need.Competitive Solicitation #1934-738Page 12 of 30

SECTION BDEFINITIONSAdditional definitions for Contract-specific terms are found in the Sample Contract setforth as Attachment A to this Solicitation and shall apply to those terms as they are usedin this Solicitation. The following terms have the meanings set forth below:Agency or DSHS – The Washington State Department of Social and Health Services.DCYF – The Washington State Department of Children, Youth and Families.Amendment – A unilateral change to the Solicitation that is issued by DSHS at its solediscretion and posted on WEBS.Apparent Successful Bidder (ASB) – A Bidder submitting a Response to this Solicitationthat is evaluated and is identified and announced by DSHS as providing the best valueto the Agency. Upon execution of a Contract, the ASB is referred to as the successfulbidder or the Contractor.Authorized Representative – An individual designated by the Bidder to act on its behalfwho has the authority to legally bind the Bidder concerning the terms and conditions setforth in this Solicitation and related documents.Bid - An offer, proposal or quote for goods or services and all related materials preparedand submitted by a Bidder in response to this Solicitation. The terms Bid, Quotation,Response and Proposal are all intended to mean the same thing.Bidder – An individual, organization, public or private agency or other entity submitting abid, quotation, response or proposal in response to this Solicitation.Contract – A written agreement entered into between a successful Bidder and DSHS asa result of this Solicitation.Complaint – A process that may be followed by a Bidder prior to the deadline for bidsubmission to alert DSHS of certain types of asserted deficiencies in the Solicitation.Coordinator or Solicitation Coordinator – An individual or designee who is employed byDSHS within the DSHS Central Contracts and Legal Services Office and who isresponsible for conducting this Solicitation.Debriefing – a short meeting an Unsuccessful Bidder may request with the Coordinatorfollowing the announcement of the Apparent Successful Bidder for the purpose ofreceiving information regarding the review and evaluation of that Bidder’s Response.Procurement - The broad process of identifying goods and services for purchase oracquisition, of effecting the purchase or acquisition, and of managing the purchase oracquisition. This Solicitation is a part of an overall Procurement process. Despite thebroader meaning attributed to “procurement”, for purposes of this Solicitation, the termsSolicitation, RF* and Procurement are interchangeable.Competitive Solicitation #1934-738Page 13 of 30

Project - The undertaking or work for which contracted Services are being requested.Protest – A process that may be followed by a Bidder after the announcement of theapparent Successful Bidder to alert DSHS to certain types of alleged errors in theevaluation of the Solicitation.RCW – The Revised Code of Washington. All references to RCW chapters or sectionsshall include any successor, amended, or replacement statute.Responsible Bidder – An individual, organization, public or private agency, or other entitythat has demonstrated the capability to meet all the requirements of the Solicitation andto meet the elements of responsibility. (See RCW 39.26.160 (2))Responsive Bidder – An individual, organization, public or private agency, or other entitywho has submitted a Bid that fully conforms in all material respects to the Solicitationand all its requirements, in both form and substance.RFP – The request for proposals set forth in this Solicitation document.Scope of Work – The Project or work scope set forth in this Solicitation Document thatidentifies DSHS’ contractual needs and requirements.Services – Labor, work, analysis, or similar activities provided by a contractor toaccomplish a specific scope of work.Small Business - An in-state business, including a sole proprietorship, corporation,partnership, or other legal entity, that: (a) certifies, under penalty of perjury, that it isowned and operated independently from all other businesses and has either:(i) fifty or fewer employees; or (ii) a gross revenue of less than seven million dollarsannually as reported on its federal income tax return or its return filed with thedepartment of revenue over the previous three consecutive years; or (b) Is certified withthe office of women and minority business enterprises under chapter 39.19 RCW.Solicitation or Competitive Solicitation – A formal process providing and equal and openopportunity for bidders culminating in a selection based upon predetermined criteria. ACompetitive Solicitation requests the submission of bids, quotations or proposals for theconsideration of DSHS in contracting to meet its needs. This RF* is a Solicitation.Solicitation Document – This RFP document, including all attachments and allamendments that are issued by the Coordinator.Statement of Work – The detailed description services to be performed by the Contractorand set forth in the Contract.Subcontractor – An individual or other entity contracted by Bidder to perform part of theservices or to provide goods under the Contract resulting from this Solicitation.Subcontractors, if allowed, are subject to the advance approval of DSHS.WEBS – Washington’s Electronic Business Solution, the Bidder notification systemfound at https://pr-webs-vendor.des.wa.gov/ and maintained by the Washington StateDepartment of Enterprise Services.Competitive Solicitation #1934-738Page 14 of 30

SECTION CEXPLANATION OF SOLICITATION PROCESS1.Solicitation ScheduleThe Solicitation Schedule set forth below outlines the tentative schedule for importantevents relating to this Solicitation. Except as modified in an Amendment issued by theCoordinator, the dates and times listed through the date of Response Submission aremandatory deadlines. The remaining dates are estimates and may change without theposting of an Amendment. Failure to meet the Response deadline will result in Bidderdisqualification.ItemActionDate1.DSHS posts Competitive Solicitation.12/6/192.Prospective Bidders should register as a Vendor on WEBS using one of thecommodities code on the cover page of this Solicitation as soon as possibleto receive notifications.Bidder may submit written questions or requests for change in ContractRequirements until 2:00 p.m. Pacific Time.3.12/20/194.DSHS will post responses to written questions.12/27/195.1/3/206.Bidders may submit written Complaints by 2:00 p.m. Pacific Time (fivebusiness days before Response is Due).Bidder must submit Response by 2:00 p.m. Pacific Time7.DSHS evaluation of written Responses8.Announcement of Apparent Successful Bidder(s) on WEBS and beginning ofcontract negotiationsDSHS notifies unsuccessful Bidder(s)1/14/20 –1/16/201/21/199.10.11.Unsuccessful Bidders may request a debriefing conference until 2:00 p.m.Pacific Time (three business days after Bidder Notification)DSHS holds debriefing conferences, if requested1/10/201/21/191/24/1912.Deadline for submission of Protests by unsuccessful Bidders whoparticipated in a debriefing conference13.DSHS considers Protests, if any, and issues determination1/27/20 –1/31/12Five businessdays afterdate ofdebriefingTBD14.Contract Execution/Start Date2/21/20Competitive Solicitation #1934-738Page 15 of 30

2.Posting of Solicitation DocumentsDSHS shall post this Solicitation, and all amendments and announcements relating tothis Solicitation, on WEBS.WEBS can be accessed at: https://pr-websvendor.des.wa.gov/. In order to inform the largest number of potential bidders about thisopportunity, DSHS shall also post documents relating to this Solicitation on theProcurements page of the DSHS website, found ntractingAll Bidders must register as a vendor on WEBS, using an appropriate commodities codelisted on the front page of this Solicitation, and must download this Solicitation fromWEBS. This should be done as soon as possible in order for Bidder to receivenotifications automatically generated on WEBS, but no later than the date set forth onSection C.1., Solicitation Schedule for Announcement of the Apparent SuccessfulBidder(s).3.Amendment, Cancellation/Rejection of Bids, Reissuance of SolicitationDSHS may amend or add to, retract from or cancel this Solicitation at any time, in wholeor in part, and without penalty. DSHS may reject all bids and cancel or rebid thisSolicitation. All amendments and notifications of cancellation shall be posted on WEBS.In the event of a conflict between amendments or between an amendment and thisSolicitation Document, the document issued latest shall control.4.Communications regarding SolicitationUpon the posting of this Solicitation, all communications concerning this Solicitation mustbe directed to the Coordinator listed on the cover page of this Solicitation document.With the exception of the Response, which shall be submitted as provided in Section D,Instructions Regarding Content, Format and Submission of Written Responses,communications with the Coordinator should be sent via email. DSHS may disqualifyany Bidder who communicates with anyone in DSHS other than the Coordinatorregarding this Solicitation.DSHS considers all oral communications unofficial and non-binding on DSHS. Biddersshould rely only on written statements issued by the Coordinator. Email shall beconsidered an official method of communication unless otherwise specified in thisdocument.5.Questions and AnswersBidders may send written questions concerning this Solicitation to the Coordinator by thedate and time set forth on the Solicitation Schedule in Section C.1. for submission ofQuestions. Questions should be sent via email and should include the number and titleof this Solicitation in the subject line.DSHS may consolidate Bidder questions and shall respond by posting one or moreAmendments on WEBS and on the DSHS Procurement website on or around the datespecified in the Solicitation Schedule. Only Bidders who have properly registered anddownloaded the original Solicitation directly via the WEBS system: https://pr-websvendor.des.wa.gov/ will receive notification of Amendments and other correspondenceCompetitive Solicitation #1934-738Page 16 of 30

pertaining to this Solicitation.6.Request for Change in Solicitation RequirementsIf Bidder believes that this Solicitation contains requirements which would unreasonablyprohibit or restrict Bidder’s participation, or believes that different requirements wouldprovide better value to the State, Bidde

Competitive Solicitation #1934-738 Page 1 of 30. COMPETITIVE SOLICITATION #1934-738 . REQUEST FOR PROPOSALS. Project Title: Over-the-Phone Spoken Language Interpreter (OPI) Services. Estimated Contract . Performance Period: February 21, 2020 through March 1, 2022 Response Due Date: All Responses

Related Documents:

Fletcher Spigner One Falcon Drive Columbia, SC 29204 Phone: 803.738.7300 Fax: 803.738.7307 . 2 . Mr. Fletcher Spigner 738-7300 IBDP/IBCP Coordinator: 738-7300 Main Office: 738-7300 Principal's Secretary: Mrs. Denise Nelson 738-7305 Guidance Receptionist: Mrs. Sharon Pace 738-7278 .

Competitive Solicitation #2032-761 Page 1 of 32. COMPETITIVE SOLICITATION #2032-761 . R. EQUEST FOR PROPOSALS. . Developing, implementing, and managing systems and/or applications such as VR application for services, document participant information related to establishing a case service

CONTRACT INFORMATION: Method of Solicitation: Request for Proposal (RFP) Award Effective Date: TBD . Contract Period of Performance: TBD . Solicitation Number: USAC-20-093. Solicitation Issue Date: March 11, 2022. Offer Due Date: April 11, 2022. April 29, 2022. CONTRACT TO BE ISSUED BY: Universal Service Administrative Co. 700 12. th

programs maneuvering out of the way for new and innovative 3P Programs. RFA 85902 Page 5 C. RFA SOLICITATION OVERVIEW As described in PG&E's Solicitation Plan and in the Solicitation Decision, PG&E will utilize a 2-stage solicitation process for soliciting third-party program designs. The first stage will be

Amendment of Solicitation . Date of Issuance: 3/29/2019 Solicitation No. 6280000005 Requisition No. 6280001182 Amendment No. 1 Hour and date specified for receipt of offers is changed: No Yes, to: 5/8/2019 3:00 PM CST Pursuant to OAC 260: 115- 7-30( d), this document shall serve as official notice of amendment to the solicitation

Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

This solicitation is a request for competitive sealed proposals for construction under Texas Government Code 2260. Request for Competitive Sealed Proposals 21CSP010 Catering and Test Kitchen for Food Services . Appendix A LEED V4 for Schools Checklist . Appendix B LEED V4 for New Construction Checklist . Appendix C Austin Energy Green .

Accounting information and managerial work. Accounting, Organizations and Society, 35 (3), 301-315. ABSTRACT . Despite calls to link management accounting more closely to management (Jonsson, 1998), much is still to be learned about the role of accounting information in managerial work. This lack of progress stems partly from a failure to incorporate in research efforts the findings regarding .