SUBMISSION OF PROPOSALS. Contractors should submit one proposal marked on the first page: “ORIGINAL”. If multiple proposals are submitted, the State will retain one copy marked “ORIGINAL” and destroy the other copies. The Contractor is solely responsible for any variance between the copies submitted. Proposal responses should include the completed Form A, “Contractor Proposal Point of Contact”. Proposals must reference the RFP number and be sent to the specified address. Please note that the address label should appear as specified in Section I B. on the face of each container or contractor’s proposal response packet. If a recipient phone number is required for delivery purposes, ▇▇▇-▇▇▇-▇▇▇▇ should be used. The RFP number should be included in all correspondence. The State will not furnish packaging and sealing materials. It is the contractor’s responsibility to ensure the solicitation is received in a sealed envelope or container and submitted by the date and time indicated in the Schedule of Events. Sealed proposals must be received in the Nebraska Department of Transportation by the date and time of the proposal opening per the Schedule of Events. No late proposals will be accepted. The Request for Proposal form must be manually signed in an indelible manner and returned by the proposal opening date and time along with the contractor’s Request for Proposal along with any other requirements as stated in the Request for Proposal document in order for the contractor’s Request for Proposal response to be evaluated. It is the responsibility of the contractor to check the website for all information relevant to this Request for Proposal to include addenda and/or amendments issued prior to the opening date. Website address is as follows: ▇▇▇▇://▇▇▇.▇▇▇▇▇▇▇▇.▇▇▇/business-center/business-opp/procure-service-opp/. Emphasis should be concentrated on conformance to the solicitation instructions, responsiveness to requirements, completeness, and clarity of content. If the contractor’s proposal is presented in such a fashion that makes evaluation difficult or overly time consuming the State reserves the right to reject the proposal as non-conforming. By signing the “Request for Proposal for Contractual Services” form, the contractor guarantees compliance with the provisions stated in this solicitation. The State shall not incur any liability for any costs incurred by contractors in replying to this solicitation, in the demonstrations and/or oral presentations, or in any other activity related to bidding on this solicitation. The Cost Proposal Template should be presented in separate sections (loose-leaf binders are preferred) on standard 8 ½” x 11” paper, except that charts, diagrams and the like may be on fold-outs which, when folded, fit into the 8 ½” by 11” format. Pages may be consecutively numbered for the entire proposal, or may be numbered consecutively within sections. Figures and tables should be numbered consecutively within sections. Figures and tables should be numbered and referenced in the text by that number. They should be placed as close as possible to the referencing text.
Appears in 1 contract
Sources: Contract
SUBMISSION OF PROPOSALS. Contractors Bidders should submit one proposal marked on the first page: “ORIGINAL”. If multiple proposals are submitted, the State will retain one copy marked “ORIGINAL” completed Master Agreement Acceptance Page for High Speed Transport Service for Network Nebraska RFP’s 2020-2023 and destroy the other copiesemail to ▇▇.▇▇▇▇▇▇▇▇▇▇▇▇▇▇▇▇▇▇@▇▇▇▇▇▇▇▇.▇▇▇. The Contractor is solely responsible for any variance between the copies submitted. Proposal responses should include the completed Form A, “Contractor Proposal Point of Contact”. Proposals must reference the RFP number and Acceptance Page may be sent to the specified addressmanually signed in an indelible manner or by DocuSign. Please note that the address label email subject line should appear as specified in Section I B. on the face of each container or contractor’s proposal response packet. If a recipient phone number is required for delivery purposes, ▇▇▇-▇▇▇-▇▇▇▇ should be used. The RFP number should be included in all correspondence. The State will not furnish packaging and sealing materials. It is the contractorbidder’s responsibility to ensure the solicitation completed Master Agreement Acceptance Page is electronically received in a sealed envelope or container and submitted by SPB with enough time for SPB to provide the bidder with instructions on how to electronically submit the related RFP proposal. It is also the bidder’s responsibility to submit the related RFP proposal by the date and time indicated in the related RFP Schedule of Events. Sealed Electronic sealed proposals must be received in by the Nebraska Department of Transportation State Purchasing Bureau by the date and time of the proposal opening per the RFP Schedule of Events. No late proposals will be accepted. The Request for Proposal form must be manually signed in an indelible manner and returned by By signing the proposal opening date and time along Master Agreement Acceptance Page, the bidder guarantees compliance with the contractor’s Request for Proposal along with any other requirements as provisions stated in the Request for Proposal document in order for the contractor’s Request for Proposal response to be evaluatedthis Master Agreement. It is the responsibility of the contractor bidder to check the website for all information relevant to this the related Request for Proposal to include addenda and/or amendments issued prior to the opening date. Website address is as follows: ▇▇▇▇://▇▇▇.▇▇▇▇▇▇▇▇.▇▇▇/business-center/materiel/business-opp/procure-service-opp/. purchasing.html. Emphasis should be concentrated on conformance to the solicitation Master Agreement and the related RFP instructions, responsiveness to requirements, completeness, and clarity of content. If the contractorbidder’s proposal is presented in such a fashion that makes evaluation difficult or overly time consuming the State reserves the right to reject the proposal as non-conforming. By signing the “Request for Proposal for Contractual Services” form, the contractor guarantees compliance with the provisions stated in this solicitation. The State shall not incur any liability for any costs incurred by contractors in replying to this solicitationthe Master Agreement or related RFP, in the demonstrations and/or oral presentations, or in any other activity related to bidding on this solicitation. The Cost Proposal Template should be presented in separate sections (loose-leaf binders are preferred) on standard 8 ½” x 11” paperOnce the signed Master Agreement Acceptance Page is received, except that chartsreviewed and approved by SPB, diagrams and the like may be on fold-outs which, when folded, fit into the 8 ½” by 11” format. Pages may be consecutively numbered for the entire proposal, or may be numbered consecutively within sections. Figures and tables should be numbered consecutively within sections. Figures and tables should be numbered and referenced in the text by that number. They should be placed as close as possible related RFP has been posted to the referencing textSPB website, a ShareFile link will be emailed to the vendor providing upload instructions on how and where to electronically upload the RFP bidder proposal.
Appears in 1 contract
SUBMISSION OF PROPOSALS. Contractors should submit one proposal marked on the first page: “ORIGINAL”. If multiple proposals are submitted, the State will retain one copy marked “ORIGINAL” and destroy the other copies. The Contractor is solely responsible for any variance between the copies submitted. Proposal responses should include the completed Form A, “Contractor Proposal Point of Contact”. Proposals must reference the RFP number and be sent to the specified address. Please note that the address label should appear as specified in Section I B. on the face of each container or contractor’s proposal response packet. If a recipient phone number is required for delivery purposesshall comply with all instructions provided in the ITO, ▇▇▇-▇▇▇-▇▇▇▇ should be usedto include maximum page limits. The RFP number should be contractor shall have a minimum of 14 calendar days to submit their proposal, unless another timeframe is included in the ITO at the discretion of the KO. Proposals shall normally consist of a task order management plan and a pricing proposal. Past performance information may be requested, dependent upon the requirement. Proposals shall not merely restate SOO/SOW/PWS requirements. The guidance in FAR Subpart 9.5 shall be followed at the task order level as required. OCI Disclosure Form (Attachment 2) and supporting documentation shall be submitted with the task order proposal when requested in the ITO, and will be evaluated by the KO to determine Responsibility. The KO will conduct OCI evaluation on all correspondenceproposal submissions, and any OCI found which was not submitted for review may exclude the offeror from the competition Proposal of 100% subcontracting and firewalls WILL NOT be considered an acceptable OCI mitigation plan. Any task that creates biased ground rules or impaired objectivity for a contractor or proposed subcontractor will make that prime offeror ineligible for award. The pricing template provided with the RFP shall be submitted without adjustment to ensure ease of task order award in conjunction with the contract writing system being utilized by the Government. All proposals shall be submitted using a standard file naming convention which will consist of the Government assigned 3-digit company code, the RFP number, and the submission type. For example: ABCA001TOMP, ABCA001Price, ABCA001OCI. These files constitute a proposal from ABC Company submitted in response to RFP A001, and encompass the Task Order Management Plan, Price proposal, and OCI Disclosure Form submissions. Written technical proposals may be required to address, as applicable, the following:
1. Site Specific Management Plan
2. Technical Approach
3. Mobilization/Transition Plan
4. Schedule
5. Key personnel assigned (if applicable)
6. Teaming Arrangement (including subcontracting)
7. Professional Compensation Plan Price/Cost written proposal will always be required, to include a complete Professional Compensation Plan. All ITOs will include a CLIN pricing template for offerors to include their pricing. The State will not furnish packaging and sealing materials. It is the contractor’s responsibility to ensure the solicitation is received in a sealed envelope or container and submitted by the date and time indicated in the Schedule of Events. Sealed proposals must be received in the Nebraska Department of Transportation by the date and time of the proposal opening per the Schedule of Events. No late proposals will be accepted. The Request for Proposal form must be manually signed in an indelible manner and returned by the proposal opening date and time along with the contractor’s Request for Proposal along with any other requirements as stated in the Request for Proposal document in order Government may require supporting documentation for the contractor’s Request for Proposal response to be evaluated. It is the responsibility of the contractor to check the website for all information relevant to this Request for Proposal to include addenda and/or amendments issued prior to the opening date. Website address is prices proposed as follows: ▇▇▇▇://▇▇▇applicable.▇▇▇▇▇▇▇▇.▇▇▇/business-center/business-opp/procure-service-opp/. Emphasis should be concentrated on conformance to the solicitation instructions, responsiveness to requirements, completeness, and clarity of content. If the contractor’s proposal is presented in such a fashion that makes evaluation difficult or overly time consuming the State reserves the right to reject the proposal as non-conforming. By signing the “Request for Proposal for Contractual Services” form, the contractor guarantees compliance with the provisions stated in this solicitation. The State shall not incur any liability for any costs incurred by contractors in replying to this solicitation, in the demonstrations and/or oral presentations, or in any other activity related to bidding on this solicitation. The Cost Proposal Template should be presented in separate sections (loose-leaf binders are preferred) on standard 8 ½” x 11” paper, except that charts, diagrams and the like may be on fold-outs which, when folded, fit into the 8 ½” by 11” format. Pages may be consecutively numbered for the entire proposal, or may be numbered consecutively within sections. Figures and tables should be numbered consecutively within sections. Figures and tables should be numbered and referenced in the text by that number. They should be placed as close as possible to the referencing text.
Appears in 1 contract
Sources: Contract
SUBMISSION OF PROPOSALS. Contractors should submit one proposal marked on the first page: “ORIGINAL”. If multiple proposals are submitted, the The State will retain one copy marked “ORIGINAL” and destroy the other copies. The Contractor is solely responsible for any variance between the copies submitted. Proposal only accepting electronic responses should include the completed Form A, “Contractor Proposal Point of Contact”. Proposals must reference the RFP number and be sent to the specified address. Please note that the address label should appear as specified submitted in Section I B. on the face of each container or contractor’s proposal response packet. If a recipient phone number is required for delivery purposes, ▇▇▇-▇▇▇-▇▇▇▇ should be used. The RFP number should be included in all correspondenceaccordance with this RFP. The State will not furnish packaging and sealing materials. It is the contractor’s responsibility to ensure the solicitation is received accept proposals by mail, email, voice, or telephone, unless otherwise explicitly stated in a sealed envelope or container and submitted writing by the date and time indicated in the Schedule of Events. Sealed proposals must be received in the Nebraska Department of Transportation by the date and time of the proposal opening per the Schedule of Events. No late proposals will be accepted. The Request for Proposal form must be manually signed in an indelible manner and returned by the proposal opening date and time along with the contractor’s Request for Proposal along with any other requirements as stated in the Request for Proposal document in order for the contractor’s Request for Proposal response to be evaluated. It is the responsibility of the contractor to check the website for all information relevant to this Request for Proposal to include addenda and/or amendments issued prior to the opening date. Website address is as follows: ▇▇▇▇://▇▇▇.▇▇▇▇▇▇▇▇.▇▇▇/business-center/business-opp/procure-service-opp/. Emphasis should be concentrated on conformance to the solicitation instructions, responsiveness to requirements, completeness, and clarity of content. If the contractor’s proposal is presented in such a fashion that makes evaluation difficult or overly time consuming the State reserves the right to reject the proposal as non-conforming. By signing the “Request for Proposal for Contractual Services” form, the contractor guarantees compliance with the provisions stated in this solicitation. The State shall not incur any liability for any costs incurred by contractors in replying to this solicitation, in the demonstrations and/or oral presentations, or in any other activity related to bidding on this solicitation. The Cost Proposal Template should be presented in separate sections (loose-leaf binders are preferred) on standard 8 ½” x 11” paper, except that charts, diagrams and the like may be on fold-outs which, when folded, fit into the 8 ½” by 11” formatState. Pages may be consecutively numbered for the entire proposal, proposal or may be numbered consecutively within sections. Figures and tables should be numbered consecutively within sections. Figures and tables should be numbered and referenced in the text by that number. They should be placed as close as possible to the referencing text. The Technical Proposal should not contain any reference to dollar amounts. However, information such as data concerning labor hours and categories, materials, subcontracts and so forth, shall be considered in the Technical Proposal so that the bidder’s understanding of the scope of work may be evaluated. The Technical Proposal shall disclose the bidder’s technical approach in as much detail as possible, including, but not limited to, the information required by the Technical Proposal instructions. It is the bidder’s responsibility to ensure the RFP is received electronically by the date and time indicated in the Schedule of Events. Proposals must be submitted via ShareFile by the date and time of the proposal opening per the Schedule of Events. No late proposals will be accepted. It is the responsibility of the bidder to check the website for all information relevant to this RFP to include addenda and/or amendments issued prior to the opening date. The website can be found here: ▇▇▇▇▇://▇▇▇.▇▇▇▇▇▇▇▇.▇▇▇/materiel/bidopps.html. Emphasis should be concentrated on conformance to the RFP instructions, responsiveness to requirements, completeness, and clarity of content. If the bidder’s proposal is presented in such a fashion that makes evaluation difficult or overly time consuming the State reserves the right to reject the proposal as non-conforming.
1. Bidders must submit responses via ShareFile using the proposal submission link.
a. The Technical, Rebate Proposal and Proprietary information should be uploaded as separate and distinct files.
i. If duplicated proposals are submitted, the State will retain only the most recently submitted response.
ii. If it is the bidder’s intent to submit multiple proposals, the bidder must clearly identify the separate submissions.
iii. It is the bidder’s responsibility to allow time for electronic uploading. All file uploads must be completed by the Opening date and time per the Schedule of Events. No late proposals will be accepted.
b. ELECTRONIC PROPOSAL FILE NAMES
i. RFP 6855 Z1 REBID, Company Name
ii. If multiple RFP proposals are submitted for the same RFP, add the proposal number to the file names:
Appears in 1 contract
Sources: Contract Award Terms and Conditions
SUBMISSION OF PROPOSALS. Contractors should submit one proposal marked The deadline for receipt of proposals is 4:00 PM ET on the first page: “ORIGINAL”27 September 2021. If multiple proposals are submitted, the State will retain one copy marked “ORIGINAL” All questions and destroy the other copies. The Contractor is solely responsible for any variance between the copies submitted. Proposal responses should include the completed Form A, “Contractor Proposal Point of Contact”. Proposals must reference the RFP number and quotes shall be sent submitted electronically via email as email attachments to the specified address. Please note that the address label should appear as specified in Section I B. on the face of each container or contractor’s proposal response packet. If a recipient phone number is required for delivery purposes, ▇▇▇-▇▇▇-▇▇▇▇ should be used. The RFP number should be included in all correspondence. The State will not furnish packaging and sealing materials. It is the contractor’s responsibility to ensure the solicitation is received in a sealed envelope or container and submitted by the date and time indicated in the Schedule of Events. Sealed proposals must be received in the Nebraska Department of Transportation by the date and time of the proposal opening per the Schedule of Events. No late proposals will be accepted. The Request for Proposal form must be manually signed in an indelible manner and returned by the proposal opening date and time along with the contractor’s Request for Proposal along with any other requirements as stated in the Request for Proposal document in order for the contractor’s Request for Proposal response to be evaluated. It is the responsibility of the contractor to check the website for all information relevant to this Request for Proposal to include addenda and/or amendments issued prior to the opening date. Website address is as follows: ▇▇▇▇://▇▇▇.▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇▇/business. Any other method of delivery (e.g., hard copy, CD, thumb drive, portal, emailed hyperlink, etc.) will not be accepted. Proposals shall be received no later than the DATE and TIME FOR RECEIPT OF PROPOSALS specified above & elsewhere in the solicitation. Proposals shall comply with the detailed instructions for the format and content of the proposals contained herein; proposals that do not comply may be considered unacceptable and may render the proposal ineligible for award. All electronic files and versions of quotes shall be submitted in Adobe Acrobat and Microsoft Office Suite (Excel) formats and be in an unlocked and searchable format. The quoter shall be responsible for ensuring that its submissions are virus free. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Lot OR-centerCI Support Services CPFF IAW the PWS FOB: Destination MILSTRIP: N0001820210736 PURCHASE REQUEST NUMBER: N0001820210736 PSC CD: R405 ESTIMATED COST FIXED FEE TOTAL EST COST + FEE ITEM NO SUPPLIES/businessSERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Lot OR-opp/procureCI Travel COST Travel in support of the PWS & IAW the JTR. Not to Exceed $10,000.00. FOB: Destination MILSTRIP: N0001820210736 PSC CD: R405 ESTIMATED COST Contract Title: Operational Readiness and Currency Integration Navy Medicine has clearly defined requirements to advance operational readiness and currency through an integrated services approach. The current approach includes numerous disaggregated and siloed efforts across multiple echelons thereby limiting comprehensive readiness. Navy Medicine leaders require accurate and timely access to readiness related data and analysis that reflects current, proposed and emerging capabilities. The integrated platform approach will fuse Navy Medicine analytic capabilities and capacity into readiness and currency nexus that is fully unified and coherent throughout the organization, providing seamless and comprehensive insights across the echelon 1-service5 organizations. To close the gap in advanced analytic capabilities supporting executive-opp/. Emphasis should be concentrated on conformance level decisions, Navy Medicine must elevate the current suite of readiness tools to a comprehensive platform-as- a-service solution able to leverage all disparate data sources for predictive modeling, while positioning the platform to integrate with the joint force. Enhancing the current suite of tools to a holistic platform that adds training, logistics, and maintenance data to the solicitation instructionspersonnel readiness and risk data will bring a holistic readiness modeling platform to accurately report a clear readiness picture to senior leaders. Application of operations research and data science techniques through an enhanced platform will enable Navy Medicine leadership to make high fidelity risk and resource-informed operational readiness focused decisions. The vision of the enhanced readiness platform will leverage previous work on knowledge, responsiveness to requirements, completenessskills, and clarity abilities to bring a currency picture that empowers leaders with actionable insights on critical wartime specialty currency. As part of content. If advancing the contractor’s proposal is presented in such a fashion that makes evaluation difficult or overly time consuming the State reserves the right to reject the proposal as non-conforming. By signing the “Request for Proposal for Contractual Services” formNavy Medicine analytic agenda, the contractor guarantees compliance enterprise must organize its analytic effort to meet the highest priority requirements. Improving Navy Medicine readiness reporting capabilities requires creating long term investments aimed at advancing and containerizing current tool sets as well as expanding the analytic problem set. The organization must continue to focus on increasing analytic agility to work through crises such as COVID-19 and emerging threats with medical superiority. The focus of these activities will be focused on operational medicine and advancing Navy Medicine’s ability to prepare, plan, forecast, predict, synthesize, and manage operational medicine data and analysis across operational components that have Surgeon General of the provisions stated Navy equities. Operational readiness and currency are two primary focal points for delivery in this solicitationwork performance. Identifying and monitoring on the operational readiness and currency of Navy Medicine personnel is not adequate going forward and advanced technical decision support requires optimized solutions that integrate the attributes that make a ready medical force. Reporting on readiness related activities is another key metric in achieving the desired end state. The State shall not incur any liability for any costs incurred by contractors in replying Surgeon General and other key leaders must have the most relevant and accurate analysis to this solicitation, in make informed decisions at the demonstrations and/or oral presentations, or in any other activity related to bidding on this solicitation. The Cost Proposal Template should be presented in separate sections (loose-leaf binders are preferred) on standard 8 ½” x 11” paper, except that charts, diagrams and the like may be on fold-outs which, when folded, fit into the 8 ½” by 11” format. Pages may be consecutively numbered for the entire proposal, or may be numbered consecutively within sections. Figures and tables should be numbered consecutively within sections. Figures and tables should be numbered and referenced in the text by that number. They should be placed as close as possible to the referencing texthighest level of Naval operations.
Appears in 1 contract
Sources: Contract