REQUEST FOR PROPOSALS FOR EDUCATOR MANAGEMENT SYSTEM RFP - Tennessee

1y ago
19 Views
2 Downloads
1.63 MB
134 Pages
Last View : 1m ago
Last Download : 3m ago
Upload by : Matteo Vollmer
Transcription

04-15-21 RFPSTATE OF TENNESSEEDEPARTMENT OF EDUCATIONREQUEST FOR PROPOSALSFOREDUCATOR MANAGEMENT SYSTEMRFP # 33101-2014033105FAS5Release 3RFP CONTENTSSECTIONS:1.INTRODUCTION2.RFP SCHEDULE OF EVENTS3.RESPONSE REQUIREMENTS4.GENERAL CONTRACTING INFORMATION & REQUIREMENTS5.EVALUATION & CONTRACT AWARDATTACHMENTS:6.1.Response Statement of Certifications & Assurances6.2.Technical Response & Evaluation Guide6.3.Cost Proposal & Scoring Guide6.4.Reference Questionnaire6.5.Score Summary Matrix6.6.Pro Forma Contract

04-15-21 RFP1.INTRODUCTIONThe State of Tennessee, Department of Education hereinafter referred to as “the State,” issues thisRequest for Proposals (RFP) to define minimum contract requirements; solicit responses; detail responserequirements; and, outline the State’s process for evaluating responses and selecting a contractor toprovide the needed goods or services.Through this RFP, the State seeks to procure necessary goods or services at the most favorable,competitive prices and to give ALL qualified respondents, including those that are owned by minorities,women, service-disabled veterans, persons with disabilities and small business enterprises, anopportunity to do business with the state as contractors, subcontractors or suppliers.1.1.Statement of Procurement PurposeThe State is seeking to procure an Educator Management System (“EMS”) that will support aspiring andpracticing educators throughout their tenure in Tennessee. The desired EMS will provide a softwaresolution for the State and Local Educational Agencies (“LEA”) to manage and store data relating toeducator licensure, educator staffing and credentialing, educator evaluation, professional learning andlicensure advancement, years of experience, and educator salary data. The Respondent’s proposedcosts submitted in response to RFP Attachment 6.3 must be inclusive of the entire EMS.In 2014, the department released a request for proposals for an EMS. The resulting EMS has beencustomized to meet the unique context of managing educator licensure and evaluation acrossTennessee; prior to implementation of a statewide EMS in Tennessee, licensure transactions werepaper-driven. In addition to making the process paperless, Tennessee has continued to provideeducator licenses free of charge. The EMS has gradually been expanded to include monitoring of themandated Tennessee Academy for School Leaders (“TASL”) credits which are used for Administratorlicensure advancement and professional development, collection of data integrated from EducatorPreparation Programs (“EPPs”), and monitoring educator salary and years of experience data at thedistrict level.Any procurement resulting from this RFP needs to ensure that there is no degradation in service. TheState of Tennessee currently has over 1,800 schools within 147 districts that educate nearly 1,000,000students by approximately 80,000 educators, Administrators, and staff. The State’s EMS mustaccommodate, at a minimum, 100,000 educator Observation records, 6,000 Administrator Observationrecords, 70,000 Level of Overall Effectiveness (“LOE”) score calculations, 80,000 educator staffingrecords, 100,000 active educator license records, and 300,000 total individuals in the educatordatabase. The EMS shall also have the ability to support the roughly 38,000 educator licensuretransactions processed annually in the State of Tennessee. The State’s EMS must also be able tohouse historical data for the functional domains listed below. The EMS database must be able to tetherall relevant historical and current year data to respective users using a unique identifier, such as alicense number.In addition to providing for the customizations and domain specific functionalities, the proposed EMSmust allow for additional updates as needed to respond to changing legislative mandates and reportingobligations at the local, state, and federal levels. The proposed EMS must allow for the flexibility formodification/enhancement to capture additional data points or manage additional processes through alow or no code enhancement process. It must be a web-based application with no workstation clientsof tware or code, other than the browser, required to run the application.The EMS must support several functional domains, including Educator Licensure, Educator Evaluation,Educator Preparation Provider and Program Review and Approval, Leadership Development, andEducator Years of Experience, Staffing Assignment and Salary Scheduling.a. Educator Licensure is responsible for verifying that applicants meet all employment standardsrequirements necessary to acquire a licensing credential. A license is required for an individualRFP # 33101-2014033105FAS51

04-15-21 RFPto be employed as a Teacher, principal, or Administrator in a Tennessee school.b. Educator Evaluation is responsible for ensuring that all Teachers and Administrators areevaluated, every year, using multiple measures of effectiveness. Educator Evaluation is alsoresponsible for providing the tools that allow educators to be supported in improving theirpractice by way of data driven feedback conversations between the Teacher/Administrator andtheir evaluator.c. Educator Preparation Provider and Program Review and Approval is responsible for ensuring alleducator preparations programs maintain curriculum standards and clinical experiences thatadequately prepare aspiring educators to practice in the f ield.d. Leadership Development is responsible for ensuring that Teachers and Administrators are ableto participate in relevant and meaningful professional development and learning opportunitiesthat allow them to advance and renew their licenses while improving their craft.e. Educator Years of Experience, Staffing Assignment, and Salary Scheduling is responsible forensuring that the State is able to understand and manage educator compensation based oneducator years of experience and salary data loaded at the district level. This domain isresponsible for managing district reports that check compliance with the state minimum salaryschedule, store correct historical salary and experience records for educators, and comply withstate statute. This domain is also responsible for d ocumenting the LEA and School-levelplacement of licensed and evaluated educators in Tennessee, as recorded in annual staffingassignment listings and reports. Historical and current year staffing assignments must be storedon the EMS database and viewable based on appropriate user permissions, as established bythe State and assigned at the State, LEA, and School level.1.1.2.The total estimated maximum liability by the State for the contract period of the contract awardedpursuant to this RFP is 4,400,000 for a 60-month term, with one one-year option to renew.1.2.Scope of Service, Contract Period, & Required Terms and ConditionsThe RFP Attachment 6.6., Pro Forma Contract details the State’s requirements: Scope of Services and Deliverables (Section A);Contract Period (Section B);Payment Terms (Section C);Standard Terms and Conditions (Section D); and,Special Terms and Conditions (Section E).The pro forma contract substantially represents the contract document that the successful Respondentmust sign.1.3.NondiscriminationNo person shall be excluded from participation in, be denied benefits of, or be otherwise subjected todiscrimination in the performance of a Contract pursuant to this RFP or in the employment practices of theContractor on the grounds of handicap or disability, age, race, creed, color, religion, sex, national origin,or any other classification protected by federal, Tennessee state constitutional, or statutory law. TheContractor pursuant to this RFP shall, upon request, show proof of such nondiscrimination and shall postin conspicuous places, available to all employees and applicants, notices of nondiscrimination.1.4.RFP Communications1.4.1. The State has assigned the following RFP identification number that must be referenced in allcommunications regarding this RFP:RFP # 33101-2014033105FAS52

04-15-21 RFPRFP # 33101-2014033105FAS51.4.2. Unauthorized contact about this RFP with employees or officials of the State of Tennesseeexcept as detailed below may result in disqualification from consideration under thisprocurement process.1.4.2.1. Prospective Respondents must direct communications concerning this RFP to thef ollowing person designated as the Solicitation Coordinator:Laitin BeechamState of Tennessee, Central Procurement Office312 Rosa L. Parks Ave., 3rd Floor WRS Tennessee TowerNashville, TN 37243615-291-5794Laitin.Beecham@tn.gov1.4.2.2. Notwithstanding the foregoing, Prospective Respondents may alternatively contact:a. staf f of the Governor’s Office of Diversity Business Enterprise for assistanceavailable to minority-owned, woman-owned, service-disabled veteran-owned,businesses owned by persons with disabilities, and small businesses as well asgeneral, public information relating to this RFP -generalcontacts.html for contact information); andb. the f ollowing individual designated by the State to coordinate compliance with thenondiscrimination requirements of the State of Tennessee, Title VI of the CivilRights Act of 1964, the Americans with Disabilities Act of 1990, and associatedf ederal regulations:Helen CrowleyState of Tennessee, Central Procurement Office312 Rosa L. Parks Ave. 3rd Floor WRSTennessee Tower Nashville, TN 37243615-741-3836Helen.Crowley@tn.gov1.4.3. Only the State’s official, written responses and communications with Respondents are bindingwith regard to this RFP. Oral communications between a State official and one or moreRespondents are unofficial and non-binding.1.4.4. Potential Respondents must ensure that the State receives all written questions and comments,including questions and requests for clarification, no later than the Written Questions &Comments Deadline detailed in the RFP Section 2, Schedule of Events.1.4.5. Respondents must assume the risk of the method of dispatching any communication or responseto the State. The State assumes no responsibility for delays or delivery failures resulting from theRespondent’s method of dispatch; however, there will be a presumption of timely delivery to theState by the Response Deadline if properly addressed and postmarked within three (3) businessdays of Response Deadline if sent ordinary mail or if sent within (1) day of Response Deadline ifsent next day delivery with tracking. The State reserves the right to ask Respondent’s for proof ofpostmark. Failure to provide evidence of timely submission may result in a Respondent beingdeemed non-responsive.RFP # 33101-2014033105FAS53

04-15-21 RFP1.4.6. The State will convey all official responses and communications related to this RFP to theprospective Respondents from whom the State has received a Notice of Intent to Respond (referto RFP Section 1.8).1.4.7. The State reserves the right to determine, at its sole discretion, the method of conveying official,written responses and communications related to this RFP. Such written communications maybe transmitted by mail, hand-delivery, facsimile, electronic mail, Internet posting, or any othermeans deemed reasonable by the State. For internet posting, please refer to the followingwebsite: 4.8. The State reserves the right to determine, at its sole discretion, the appropriateness andadequacy of responses to written comments, questions, and requests related to this RFP. TheState’s official, written responses will constitute an amendment of this RFP.1.4.9. Any data or factual information provided by the State (in this RFP, an RFP amendment or anyother communication relating to this RFP) is for informational purposes only. The State will makereasonable efforts to ensure the accuracy of such data or information, however it is theRespondent’s obligation to independently verify any data or information provided by the State.The State expressly disclaims the accuracy or adequacy of any information or data that itprovides to prospective Respondents.1.5.Assistance to Respondents With a Handicap or DisabilityProspective Respondents with a handicap or disability may receive accommodation relating to thecommunication of this RFP and participating in the RFP process. Prospective Respondents may contactthe Solicitation Coordinator to request such reasonable accommodation no later than the DisabilityAccommodation Request Deadline detailed in the RFP Section 2, Schedule of Events.1.6.Respondent Required Review & Waiver of Objections1.6.1. Each prospective Respondent must carefully review this RFP, including but not limited to,attachments, the RFP Attachment 6.6., Pro Forma Contract, and any amendments, for questions,comments, defects, objections, or any other matter requiring clarification or correction (collectivelycalled “questions and comments”).1.6.2. Any prospective Respondent having questions and comments concerning this RFP must providethem in writing to the State no later than the Written Questions & Comments Deadline detailed inthe RFP Section 2, Schedule of Events.1.6.3. Protests based on any objection to the RFP shall be considered waived and invalid if theobjection has not been brought to the attention of the State, in writing, by the Written Questions &Comments Deadline.1.7.Pre-Response ConferenceA Pre-response Conference will be held at the time and date detailed in the RFP Section 2, Schedule ofEvents. Pre-response Conference attendance is not mandatory, and prospective Respondents may belimited to a maximum number of attendees depending upon overall attendance and space limitations.The conf erence will be held at:Microsoft Teams Meeting: 1:00-3:00pm CST, October 28, 2021RFP # 33101-2014033105FAS54

04-15-21 RFPMeeting ameeting 0thread.v2/0?context %7b%22Tid%22%3a%22472445bd-2424-4e8f-b850df 9fbb-3f669dec49e4%22%7dTelephone Call-in Line: 1 615-270-9704,,950758453# United States, NashvillePhone Conference ID: 950 758 453#The purpose of the conference is to discuss the RFP scope of goods or services. The State will entertainquestions, however prospective Respondents must understand that the State’s oral response to anyquestion at the Pre-response Conference shall be unofficial and non-binding. Prospective Respondentsmust submit all questions, comments, or other concerns regarding the RFP in writing prior to the WrittenQuestions & Comments Deadline date detailed in the RFP Section 2, Schedule of Events. The State willsend the official response to these questions and comments to prospective Respondents from whom theState has received a Notice of Intent to respond as indicated in RFP Section 1.8 and on the date detailedin the RFP Section 2, Schedule of Events.1.8.Notice of Intent to RespondBef ore the Notice of Intent to Respond Deadline detailed in the RFP Section 2, Schedule of Events,prospective Respondents should submit to the Solicitation Coordinator a Notice of Intent to Respond (inthe f orm of a simple e-mail or other written communication). Such notice should include the followinginf ormation: the business or individual’s name (as appropriate);a contact person’s name and title; andthe contact person’s mailing address, telephone number, facsimile number, and e-mail address.A Notice of Intent to Respond creates no obligation and is not a prerequisite for submitting aresponse, however, it is necessary to ensure receipt of any RFP amendments or other notices andcommunications relating to this RFP.1.9.Response DeadlineA Respondent must ensure that the State receives a response no later than the Response Deadline timeand date detailed in the RFP Section 2, Schedule of Events. The State will not accept late responses,and a Respondent’s failure to submit a response before the deadline will result in disqualification of theresponse. It is the responsibility of the Respondent to ascertain any additional security requirements withrespect to packaging and delivery to the State of Tennessee. Respondents should be mindful of anypotential delays due to security screening procedures, weather, or other filing delays whether foreseeableor unf oreseeable.RFP # 33101-2014033105FAS55

04-15-21 RFP2.RFP SCHEDULE OF EVENTS2.1.The f ollowing RFP Schedule of Events represents the State’s best estimate for this RFP.EVENTTIME(central timezone)1. RFP IssuedDATEOctober 18, 20212. Disability Accommodation Request Deadline2:00 p.m.October 25, 20213. Pre-response Conference1:00 p.m.October 28, 20214. Notice of Intent to Respond Deadline2:00 p.m.November 4, 20215. Written “Questions & Comments” Deadline2:00 p.m.November 18, 20216. State Response to Written “Questions & Comments”7. Response DeadlineDecember 17, 20212:00 p.m.January 12, 20228. State Completion of Technical Response EvaluationsFebruary 10, 20229. State Schedules Respondent Oral PresentationsFebruary 11, 202210. Respondent Oral PresentationFebruary 17-24, 202211. State Opening & Scoring of Cost Proposals8:00a.m.12. RFP Amendment 4 State sends revised CostProposal and ClarificationsFebruary 25, 2022March 4, 202213. Cost Proposal and Clarification Deadline2:00 p.m.March 11, 202214. State Opening & Scoring of Cost Proposals8:00 a.m.March 14, 2022March 14, 2022 – March18, 202215. Negotiations (Optional)16. State Notice of Intent to Award Released andRFP Files Opened for Public Inspection2:00 p.m.March 21, 202217. End of Open File PeriodMarch 28, 202218. State sends contract to Contractor for signatureMarch 30, 202219. Contractor Signature Deadline2.2.2:00 p.m.March April 1, 2022The State reserves the right, at its sole discretion, to adjust the RFP Schedule of Events as itdeems necessary. Any adjustment of the Schedule of Events shall constitute an RFP amendment, andthe State will communicate such to prospective Respondents from whom the State has received a Noticeof Intent to Respond (refer to section 1.8).RFP # 33101-2014033105FAS56

04-15-21 RFP3.RESPONSE REQUIREMENTS3.1.Response FormA response to this RFP must consist of two parts, a Technical Response and a Cost Proposal.3.1.1. Technical Response. RFP Attachment 6.2., Technical Response & Evaluation Guide providesthe specific requirements for submitting a response. This guide includes mandatory requirementitems, general qualifications and experience items, and technical qualifications, experience, andapproach items all of which must be addressed with a written response and, in some instances,additional documentation.NOTICE: A technical response must not include any pricing or cost information.If any pricing or cost information amounts of any type (even pricing relating toother projects) is included in any part of the technical response, the state maydeem the response to be non-responsive and reject it.3.1.1.1. A Respondent should duplicate and use the RFP Attachment 6.2., Technical Response& Evaluation Guide to organize, reference, and draft the Technical Response byduplicating the attachment, adding appropriate page numbers as required, and usingthe guide as a table of contents covering the Technical Response.3.1.1.2. A Technical Response should be economically prepared, with emphasis oncompleteness and clarity, and should NOT exceed 200 pages in length (maps, graphs,charts, as noted and included as an appendix will not count against this page limit). Aresponse, as well as any reference material presented, must be written in English andmust be written on standard 8 ½” x 11” pages (although oversize exhibits arepermissible) and all text must be at least a 12 point font. All response pages must benumbered.3.1.1.3. All inf ormation and documentation included in a Technical Response shouldcorrespond to or address a specific requirement detailed in the RFP Attachment 6.2.,Technical Response & Evaluation Guide. All information must be incorporated into aresponse to a specific requirement and clearly referenced. Any information notmeeting these criteria will be deemed extraneous and will not contribute to evaluations.3.1.1.4. The State may determine a response to be non-responsive and reject it if:a. the Respondent fails to organize and properly reference the Technical Responseas required by this RFP and the RFP Attachment 6.2., Technical Response &Evaluation Guide; orb. the Technical Response document does not appropriately respond to, address, ormeet all of the requirements and response items detailed in the RFP Attachment6.2., Technical Response & Evaluation Guide.3.1.2. Cost Proposal. A Cost Proposal must be recorded on an exact duplicate of the RFP Attachment6.3., Cost Proposal & Scoring Guide.NOTICE: If a Respondent fails to submit a cost proposal exactly as required, theState may deem the response to be non-responsive and reject it.RFP # 33101-2014033105FAS57

04-15-21 RFP3.1.2.1. A Respondent must only record the proposed cost exactly as required by the RFPAttachment 6.3., Cost Proposal & Scoring Guide and must NOT record any other rates,amounts, or information.3.1.2.2. The proposed cost shall incorporate ALL costs for services under the contract for thetotal contract period, including any renewals or extensions.3.1.2.3. A Respondent must sign and date the Cost Proposal.3.1.2.4. A Respondent must submit the Cost Proposal to the State on a separate e-mail or CDor USB f lash drive from the Technical Response (as detailed in RFP Sections 3.2.3., et.seq).3.2.Response Delivery3.2.1.A Respondent must ensure that both the Technical Response and Cost Proposal files meet allf orm and content requirements, including all required signatures, as detailed within this RFP.3.2.2.A Respondent must submit their response as specified in one of the two formats below.3.2.2.1.Digital Media Submission3.2.2.1.1.Technical ResponseThe Technical Response document should be in the form of one (1) digitaldocument in “PDF” format properly recorded on its own otherwise blank,standard CD-R recordable disc or USB flash drive and should be clearlyidentified as the:“RFP #33101-2014033105FAS5 TECHNICAL RESPONSE ORIGINAL”and three (3) digital copies of the Technical Response each in the form of one (1)digital document in “PDF” format properly recorded on its own otherwise blank,standard CD-R recordable disc or USB flash drive clearly labeled:“RFP #33101-2014033105FAS5 TECHNICAL RESPONSE COPY”The customer references should be delivered by each reference in accordancewith RFP Attachment 6.2, Section B.173.2.2.1.2.Cost Proposal:The Cost Proposal should be in the form of one (1) digital document in “PDF” or“XLS” f ormat properly recorded on a separate, otherwise blank, standard CD-Rrecordable disc or USB flash drive clearly labeled:“RFP #33101-2014033105FAS5 COST PROPOSAL”An electronic or facsimile signature, as applicable, on the Cost Proposal isacceptable.3.2.2.2.E-Mail Submission3.2.2.2.1.Technical ResponseThe Technical Response document should be in the form of one (1) digitaldocument in “PDF” format or other easily accessible digital format attached to ane-mail to the Solicitation Coordinator. Both the subject and file name should bothbe clearly identified as follows:RFP # 33101-2014033105FAS58

04-15-21 RFP“RFP #33101-2014033105FAS5 TECHNICAL RESPONSE”The customer references should be delivered by each reference in accordancewith RFP Attachment 6.2, Section B.173.2.2.2.2.Cost Proposal:The Cost Proposal should be in the form of one (1) digital document in “PDF” or“XLS” f ormat or other easily accessible digital format attached to an e-mail to theSolicitation Coordinator. Both the subject and file name should both be clearlyidentified as follows:“RFP #33101-2014033105FAS5 COST PROPOSAL”An electronic or facsimile signature, as applicable, on the Cost Proposal isacceptable.3.2.3. For e-mail submissions, the Technical Response and Cost Proposal documents must bedispatched to the Solicitation Coordinator in separate e-mail messages. For digital mediasubmissions, a Respondent must separate, seal, package, and label the documents and copiesf or delivery as follows:3.2.3.1. The Technical Response and copies must be placed in a sealed package that is clearlylabeled:“DO NOT OPEN RFP #33101-2014033105FAS5TECHNICAL RESPONSE FROM[RESPONDENT LEGAL ENTITY NAME]”3.2.3.2. The Cost Proposal must be placed in a separate, sealed package that is clearlylabeled:“DO NOT OPEN RFP #33101-2014033105FAS5 COST PROPOSAL FROM[RESPONDENT LEGAL ENTITY NAME]”3.2.3.3. The separately, sealed Technical Response and Cost Proposal components may beenclosed in a larger package for mailing or delivery, provided that the outermostpackage is clearly labeled:“RFP #33101-2014033105FAS5 SEALED TECHNICAL RESPONSE & SEALEDCOST PROPOSAL FROM [RESPONDENT LEGAL ENTITY NAME]”3.2.3.4. Any Respondent wishing to submit a Response in a format other than digital may do soby contacting the Solicitation Coordinator.3.2.4. A Respondent must ensure that the State receives a response no later than the ResponseDeadline time and date detailed in the RFP Section 2, Schedule of Events at the followingaddress:Laitin Beecham, Solicitation CoordinatorState of Tennessee, Central Procurement Office312 Rosa L. Parks Ave., 3rd Floor WRS Tennessee TowerNashville, TN 37243615-291-5794Laitin.Beecham@tn.govRFP # 33101-2014033105FAS59

04-15-21 RFP3.2.2.Respondent must submit their response as specified in one of the two formats below.3.2.2.1. Digital Media Submission3.2.2.1.1.Technical ResponseThe Technical Response document should be in the form of one (1) digitaldocument in “PDF” format properly recorded on its own otherwise blank,standard CD-R recordable disc or USB flash drive and should be clearlyidentified as the:“RFP #33101-2014033105FAS5 TECHNICAL RESPONSE ORIGINAL”and three (3) digital copies of the Technical Response each in the f orm ofone (1) digital document in “PDF” format properly recorded on its ownotherwise blank, standard CD-R recordable disc or USB flash drive clearlylabeled:“RFP # 33101-2014033105FAS5 TECHNICAL RESPONSE COPY”The customer references should be delivered by each reference inaccordance with RFP Attachment 6.2, Section B.17.3.2.2.1.2.Cost Proposal:The Cost Proposal should be in the form of one (1) digital document in “PDF”or “XLS” f ormat properly recorded on a separate, otherwise blank, standardCD-R recordable disc or USB flash drive clearly labeled:“RFP #33101-2014033105FAS5 COST PROPOSAL”An electronic or facsimile signature, as applicable, on the Cost Proposal isacceptable.3.2.2.2. E-Mail Submission3.2.2.2.1.Technical ResponseThe Technical Response document should be in the form of one (1) digitaldocument in “PDF” format or other easily accessible digital format attachedto an e-mail to the Solicitation Coordinator. Both the subject and file nameshould both be clearly identified as follows:“RFP #33101-2014033105FAS5 TECHNICAL RESPONSE”The customer references should be delivered by each reference inaccordance with RFP Attachment 6.2, Section B.17.RFP # 33101-2014033105FAS510

04-15-21 RFP3.2.2.2.2.Cost Proposal:The Cost Proposal should be in the form of one (1) digital document in “PDF”or “XLS” f ormat or other easily accessible digital format attached to an e-mailto the Solicitation Coordinator. Both the subject and f ile name should both beclearly identified as follows:“RFP #33101-2014033105FAS5 COST PROPOSAL”An electronic or facsimile signature, as applicable, on the Cost Proposal isacceptable.3.2.3.For e-mail submissions, the Technical Response and Cost Proposal documents must bedispatched to the Solicitation Coordinator in separate e-mail messages. For digital mediasubmissions, a Respondent must separate, seal, package, and label the documents andcopies f or delivery as follows:3.2.3.1.The Technical Response and copies must be placed in a sealed package thatis clearly labeled:“DO NOT OPEN RFP # 33101-2014033105FAS5 TECHNICALRESPONSE FROM [RESPONDENT LEGAL ENTITY NAME]”3.2.3.2.The Cost Proposal must be placed in a separate, sealed package thatis clearly labeled:“DO NOT OPEN RFP # 33101-2014033105FAS5 COST PROPOSALFROM [RESPONDENT LEGAL ENTITY NAME]”3.2.3.3.The separately, sealed Technical Response and Cost Proposal componentsmay be enclosed in a larger package for mailing or delivery, provided thatthe outermost package is clearly labeled:“RFP # 33101-2014033105FAS5 SEALED TECHNICAL RESPONSE &SEALED COST PROPOSAL FROM [RESPONDENT LEGAL ENTITYNAME]”3.2.3.4.Any Respondent wishing to submit a Response in a f ormat other than digitalmay do so by contacting the Solicitation Coordinator.3.2.4. A Respondent must ensure that the State receives a response no later than theResponse Deadline time and date detailed in the RFP Section 2, Schedule of Events atthe f ollowing address:Laitin BeechamState of Tennessee, Central Procurement Office312 Rosa L. Parks Ave., 3rd Floor WRS Tennessee TowerNashville, TN 37243615-291-5794Laitin.Beecham@tn.govRFP # 33101-2014033105FAS511

04-15-21 RFP3.3.Response & Respondent Prohibitions3.3.1. A response must not include alternate contract terms and conditions. If a response contains suchterms and conditions, the State, at its sole discretion, may determine the response to be a nonresponsive counteroffer and reject it.3.3.2. A response must not restrict the rights of the State or otherwise qualify either the offer to delivergoods or provide services as required by this RFP or the Cost Proposal. If a response restrictsthe rights of the State or otherwise qualifies either the offer to deliver goods or provide servicesas required by this RFP or the Cost Proposal, the State, at its sole discretion, may determine theresponse to be a non-respon

04-15-21 rfp state of tennessee department of education request for proposals for educator management system rfp # 33101-2014033105fas5 release 3 rfp contents sections: 1. introduction 2. rfp schedule of events 3. response requirements 4. general contracting information & requirements 5. evaluation & contract award attachments: 6.1.

Related Documents:

Bruksanvisning för bilstereo . Bruksanvisning for bilstereo . Instrukcja obsługi samochodowego odtwarzacza stereo . Operating Instructions for Car Stereo . 610-104 . SV . Bruksanvisning i original

1 . FY21 Section 4 CapacityBuilding Program . Request for Proposals - Urban Communities . CFDA Number: 14.252 . Request for Proposals Release January 11, 2023 Informational Webinar on Request for Proposals January 18, 2023, at 2:00 PM EDT Submission Deadline for Proposals February 24, 2023, at 11:59pm EDT Award Notifications April 2023 . Overview: Enterprise Community Partners (Enterprise .

10 tips och tricks för att lyckas med ert sap-projekt 20 SAPSANYTT 2/2015 De flesta projektledare känner säkert till Cobb’s paradox. Martin Cobb verkade som CIO för sekretariatet för Treasury Board of Canada 1995 då han ställde frågan

service i Norge och Finland drivs inom ramen för ett enskilt företag (NRK. 1 och Yleisradio), fin ns det i Sverige tre: Ett för tv (Sveriges Television , SVT ), ett för radio (Sveriges Radio , SR ) och ett för utbildnings program (Sveriges Utbildningsradio, UR, vilket till följd av sin begränsade storlek inte återfinns bland de 25 största

Hotell För hotell anges de tre klasserna A/B, C och D. Det betyder att den "normala" standarden C är acceptabel men att motiven för en högre standard är starka. Ljudklass C motsvarar de tidigare normkraven för hotell, ljudklass A/B motsvarar kraven för moderna hotell med hög standard och ljudklass D kan användas vid

LÄS NOGGRANT FÖLJANDE VILLKOR FÖR APPLE DEVELOPER PROGRAM LICENCE . Apple Developer Program License Agreement Syfte Du vill använda Apple-mjukvara (enligt definitionen nedan) för att utveckla en eller flera Applikationer (enligt definitionen nedan) för Apple-märkta produkter. . Applikationer som utvecklas för iOS-produkter, Apple .

Request for Proposals no. RFP 2021/007 – Consultancy Services for Evidence Review on Gender . This Addendum no. 2 is issued to complement and will constitute integral part of the Request for Proposals. The original Request for Proposals Document will remain in full force and effect. Respondents shall take this

REQUEST FOR PROPOSALS . RFP SOLICITATION NUMBER: FY17-RFP01-6022 . Request for proposals to conduct a Gender, Youth and Social Inclusion Analysis for the USAID Regional Health Integration to Enhance Services in East Central Uganda (USAID RHITES- EC) Date of Issue: 24th January 2017 . Closing Time and Date for Proposals’ Submission: