REQUEST FOR PROPOSAL Full Service Elevator Maintenance RFP#UCA-20-061

Transcription

UNIVERSITY OF CENTRAL ARKANSASPURCHASING OFFICE2125 COLLEGE AVENUE STE. 2CONWAY, AR 72034REQUEST FOR PROPOSALFull Service Elevator MaintenanceRFP#UCA-20-061PROPOSALS MUST BE RECEIVED BEFORE:1:30 P.M. Central Time on Thursday, February 13, 2020Proposal Delivery and Opening LocationUniversity of Central Arkansas2125 College Avenue Suite 2Purchasing DepartmentConway, AR 72034PROPOSALS WILL BE ACCEPTED UNTIL THE TIME AND DATE SPECIFIED ABOVE.THE PROPOSAL ENVELOPE MUST BE SEALED AND SHOULD BE PROPERLYMARKED WITH THE PROPOSAL NUMBER, DATE AND HOUR OF PROPOSALOPENING AND COMPANY'S RETURN ADDRESS1 Page

SECTION 1 ADMINISTRATIVE OVERVIEW1.0UCA BackgroundThe University of Central Arkansas was established as Arkansas State Normal School by theGeneral Assembly of Arkansas in 1907, with statewide responsibility for preparing citizens toteach Arkansas children. Summer sessions were started in 1910.The name of the institution was changed to Arkansas State Teachers College in 1925. Bylegislative enactment, the Board of Trustees was given authority to grant appropriate degrees. InJanuary 1967, the name of the institution was again changed by the State legislature to the StateCollege of Arkansas, expanding its statewide role to a multipurpose institution. On January 21,1975, the governor of Arkansas signed a bill granting university status to the institution andnaming it the University of Central Arkansas.The first diploma granted by Arkansas State Normal School was the Licentiate of Instruction,and in 1922 the first baccalaureate degrees were granted. Today the university’s comprehensiveundergraduate curriculum comprises more than 90 major programs and ten different degrees. Aprogram of study leading to the Master of Science in Education degree was inaugurated in 1955,and the Educational Specialist degree was begun in 1980. Since that time, UCA has developed avariety of high quality offerings in graduate studies, with more than 55 graduate program optionsand 14 different graduate degrees, including doctoral programs in physical therapy andpsychology. Extension classes were first offered through Correspondence Study courses in1919-1920 and Study Clubs in 1920-1921. Academic outreach, including extended-learningopportunities for undergraduate and graduate credit and in non-credit courses, continues to playan important role in fulfilling the university’s twenty-first century mission.1.1PurposeThe University of Central Arkansas is seeking proposals from qualified vendors for a full-serviceelevator maintenance agreement for the University of Central Arkansas.1.2Issuing OfficerJerry Coleman, Buyer SupervisorPhone: (501) 450-3173Fax: (501) 450-5020Email: jrcoleman@uca.eduThe Issuing Officer is the sole point of contact from the date of release of this request forproposals until the selection of the successful respondent. Respondents wishing to submitquestions and requests for clarification should contact the Issuing Officer in writing.1.3Contract AdministratorLarry LawrencePhone: (501) 450-5382Email: larryl@uca.edu2 Page

1.4 The following is a list of key project milestones:RFP ReleaseJanuary 16, 2020Pre-Proposal MeetingJanuary 23, 2020 at 10:00 a.m.Deadline to Submit QuestionsJanuary 28, 2020Responses to questions posted byJanuary 30, 2020Proposals due byFebruary 13, 2020 at 1:30 p.m.Tentative date for interviews (if necessary)February 20, 2020Estimated issuance of purchase order and services start date July 1, 20201.5 PresentationProposers selected for final evaluation may be required to make an oral presentation to theevaluation committee. The presentations will be scheduled after the Technical Proposal reviewprocess is completed. Such presentations provide an opportunity for Proposers to clarify theirproposal and ensure mutual understanding. If necessary, the Director of Purchasing will scheduletime and location for any required presentations. Proposers are strictly limited to the time allottedand the topics provided by the University. Points will be deducted if presentations exceed theallotted time or deviate from the presentation topics defined by the University.1.6Rejection of ProposalsThis solicitation does not commit the University of Central Arkansas to award a contract, to payany costs incurred in the preparation of a proposal, or to procure or contract for the articles ofgoods or services. The institution reserves the right to accept or reject any or all proposalsreceived as a result of this request, or to cancel in part or in its entirety this proposal if it is in thebest interest of the University. Failure to furnish all information may disqualify a respondent.1.7Contracting ConditionThe successful offeror and any entity or person directly or indirectly controlled by, undercommon control with, or controlling the offeror will not acquire any interest, direct or indirect,which would conflict in any manner or disagree with the performance of its services hereunder.The contractor further covenants that in the performance of the contract no person having anysuch known interest shall be employed. No official or employee of the State and no other publicofficial of the Federal Government who exercises any functions or responsibilities in the reviewor approval of the undertaking or carrying out of the project shall, prior to the completion of theproject, voluntarily acquire any personal interest, direct or indirect, in this contract or proposedcontract.1.8Term of the ContractInitial term of the contract will be July 1, 2020-June 30, 2021. By mutual agreement, theUniversity and the contractor may elect to extend the contract for maximum of seven years, inone or two-year increments or any portion thereof, but not less than monthly increments, at the3 Page

contract compensation for those renewal periods. In no case will the total contract termincluding extensions be greater than seven (7) years from.1.9Public Opening of ProposalsA public opening of all submitted proposals will be held on February 13, 2020 at 1:30 p.m. CSTat the:University of Central ArkansasPurchasing Department2125 College Avenue, Suite 2, Room 100Conway, AR 72034ANY CONFIDENTIAL, PROPRIETARY, COPYRIGHTED OR FINANCIALMATERIAL SUBMITTED BY RESPONDENTS, MUST BE MARKED AS SUCHAND SUBMITTED UNDER SEPARATE COVER. ALL SUBMITTALS BYPROPOSERS WILL BE AVAILABLE FOR REVIEW TO THE EXTENT PERMISSIBLE, PURSUANT TO THEARKANSAS FREEDOM OF INFORMATION ACT 25-19-10-1 ET SEQ.1.10 Contract Awarding and SigningContract awarding and signing will be contingent upon the University of Central Arkansasreceiving advice from approving authorities if necessary. The contract will be an incorporation ofthe contents of the RFP as well as negotiated terms and conditions.1.11 Proposal EvaluationThe University of Central Arkansas Evaluation Committee and the Director of Purchasing willevaluate all proposals to ensure all requirements are met. The contract will be awarded on thebasis of the proposal that receives the highest cumulative point total as defined in the evaluationcriteria.1.12 Protest of AwardWithin fourteen (14) days after the date that the proposer knew or should have known of thecause giving rise to protest, the prospective offeror must file a formal written notice of thatprotest with the Vice President of Finance. Failure to do so shall constitute a waiver of anyrights to administrative decision under ACA Section 19-11-244. Further details on protestingawards may be obtained by contacting the issuing Officer.1.13 Payment and Invoice ProvisionsAll invoices shall be forwarded to the University of Central Arkansas Accounts PayableDepartment and must show an itemized list of charges by type of equipment, service, etc.Payment will be made in accordance with applicable State of Arkansas accounting proceduresupon written acceptance by UCA Contract Administrator.4 Page

1.14 Intergovernmental/Cooperative Use of Proposal and ContractIn accordance with Arkansas Code §19-11-249, this proposal and resulting contract is availableto any college or university in Arkansas that wishes to utilize the services of the selectedproposer, and the proposer agrees, they may enter into an agreement as provided in this RFP.The use of this contract by other colleges and universities for services will be independentlyrequested and negotiated as separate projects and will have no relationship to this project forUCA.1.15 Written QuestionsSubmit written questions via email concerning this RFP before the deadline to:jrcoleman@uca.edu1.16 Addenda to RFPAddenda will be issued by the Chief Procurement Officer as the official means ofcommunicating with Vendors. Vendors should not rely on any other means of communication.Questions and answers will be posted at the following URL: https://www.uca.edu/purchasingIt is the responsibility of the Vendor to check this webpage for current information regarding theRFP.The UNIVERSITY reserves the right to cancel or amend the RFP at any time.SECTION 2 PROJECT SCOPE OF WORK2.1 Project OverviewThe University of Central Arkansas is seeking proposals from qualified vendors for a full-serviceelevator maintenance agreement to cover the forty-four (44) elevators located at the facilitieslisted in Exhibit B for the University of Central Arkansas.2.2 Elevator Maintenance Service Requirements1. The contractor shall regularly and systematically examine, adjust, lubricate and cleanthe elevators at a time agreeable to the Owner, and if conditions necessitate, repair orreplace parts and equipment with the following exceptions:The repairing, refinishing or replacing of cab enclosures, cab floors, cab door panels, hoistway door panels, frames and sills, hydraulic cylinders, and power switches and feeder tothe controller.2. It is expected that the above work will be performed during normal daytime working hoursof the elevator trade, 8:00 am to 4:30 pm Monday through Friday, excluding holidays.5 Page

3. When required, emergency callback service shall be provided during the normalworking hours stated above at no additional cost to the Owner.Emergency callbacks requested and/ or any examinations, adjustments or repairsconducted at the specific request of the Owner, during overtime hours shall be billed tothe Owner at a rate equal to the difference between the regular and overtime rate listed onthe contractor’s bid form.4. The cost of materials and labor for the installation of any attachments or features requiredby insurance companies or by governmental authorities, or for any parts of items whichmay be damaged by vandalism, misuse, fire, theft, water, or an Act of God, shall not beincluded in the contract price for this maintenance service. However, it is understood thatthe contractor shall be required to furnish the parts at a cost not to exceed the currentmarket price for the parts and the labor for the installation of the parts at the hourly ratesestablished in the bid.5. The Owner shall approve all necessary examination forms to be used by the contractor inorder to ensure compliance with the above specifications. These forms will be filed in theelevator machine room for each elevator and shall become property of the Owner.6. If the maintenance level is questioned by the Owner, a State of Arkansas Licensed ElevatorInspector may be called to verify possible negligence on the part of the contractor. If thealleged negligence is verified, the costs of such inspection and corrective action will beborne by the contractor.7. Evaluation standards shall be met to assure that the elevators are maintained at aperformance level in line with the original design:A. Door Performance: In evaluating the door performance, complete door opening andclosing times will be used. A determination that the doors open and close smoothlywithout slamming will also be required. Door closing pressures will be maintainedin conformance to existing codes. Door reopen devices shall be maintained tooperate as originally installed.B. Landing Performance: Landing accuracy shall be plus or minus ½”, regardless ofnumber of passengers, up to rated capacity. Medical facilities shall be plus orminus¼”.C. Rated Speed Performance: Rated speed shall be maintained within plus or minus 5%.8. Schedule of Maintenance Operations: The following schedule of examination andmaintenance operations shall be followed in carrying out the performance of this contract.This schedule constitutes the minimum of operations and frequency of performance6 Page

required. The successful contractor must recognize that additional services may berequired in order to comply with performance evaluation requirements.A. Monthly Services: the vendor shall provide a technician on campus for at least 3days a month (24 hours) performing preventive maintenance, cleaning theelevators and elevator pits, etc.B. Quarterly Services: Examination shall be provided. During such examinationsthe following operations are to be performed, but not limited to:1. Ride each car; check operation of car and hoistway doors; also acceleration;deceleration, floor stops, leveling, and brake action. Make requiredcorrections.2. Inspect and wipe clean all motors, machines and generators.3. Inspect controllers, selectors and governors.4. Clean and adjust all controller contacts and renew worn contacts and/orshunts where necessary. Check sequence operation.5. Clean direction and accelerating switches.6. Clean machine room.7. Check floors for missing indicator plates, arrows, buttons, etc. and replacewhere required.8. Replace or repair all non-functional lamps.9. Inspect door monitoring equipment and safety edge units. Clean, lubricate,adjust or repair, as necessary.10. Test emergency telephones.11. Clean hoist way pits and inspect equipment in them.12. Inspect working parts for free operation, clean and lubricate as necessary.Check contacts, shaft, brushings, and rubbing surfaces for cleanliness andwear.13. Inspect all door operating equipment, including motor brushes, commutator,belts or chains, contacts, drive canes and clocks. Clean, lubricate, adjust orreplace, as necessary.14. Examine traveling cables for wear and position.15. Clean and lubricate automatic switches on top of cars and in hoist way.7 Page

16. Clean car position indicators; adjust if necessary.17. Inspect and clean car guides. Replace worn and cracked parts.18. Check and clean car fan motors for proper operation.C. Annual Services:1. Thoroughly examine and clean starter and control panels. Check eachcontractor and relay by hand for war, cleanliness, proper adjustment. Clean, readjust, repair or replace, as necessary.2. Check, clean and adjust operation of slow down and limit switches.3. Clean and lubricate hoist way door hangers, track and door arms.4. Clean rails, hatch walls, car top, pit, overhead sheaves and beams.Check brackets and bolts for tightness.5. Perform a complete systems check of all logic featuresand/or programs.6. Automatic dialing communication systems that are part of elevatorcar shall be tested and maintained as originally installed.7. Hydraulic elevators shall be inspected and tested as per ANSI a 17.2.D. Repair Work: Repair work not covered under this contract must be pursued on thesite without interruption, on a regular working hour basis, until the job iscompleted. Should the Owner request that the work proceed on overtime, thecontractor shall be reimbursed at the bonus labor rate for these hours as follows:1. Please include hourly rate for (1) technician and (1) two-man team at regular rate.2. Please include hourly rate for (1) technician and (1) two-man team atovertime rate.During the performance of this contract, the contractor will not discriminate against anyemployee or applicant for employment because of race, religion, color, sex, national origin,age, disability, or other basis prohibited by state law.During the performance of this contract, the contractor agrees to provide a drug-free work8 Page

force.During the performance of this contract, the contractor agrees to follow ALL Federal, State andLocal laws relative to Sexual Harassment, etc. and as the law applies to Sex Offender’s entryonto school property and provide written statements on all work forces on school property.SECTION 3 PROPOSAL SUBMISSION REQUIREMENTS3.1 Proposal Format and RequirementsPlease limit your submission to twenty-five (25) one‐sided pages. Submit an original proposalin a three-ring loose-binder suitable for photocopying, four (4) complete copies on flash driveswithout the cost proposal, and one (1) redacted copy of your proposal. Cost proposal must besubmitted in a separate sealed envelope.Faxed or emailed proposals will not be accepted. All documents/information submitted inresponse to this solicitation will be considered public information after an award is made andwill be subject to the Arkansas Freedom of Information Act.The University will not be responsible for expenses incurred in the preparation and/orpresentation of a Proposal, or for interviews, or for the disclosure of any material or informationreceived in connection with this RFP.3.2 Vendor Qualifications and Points PossibleA. Statement of Qualifications and Contractor’s Capabilities: (25 points maximum)1. Submit four (4) projects completed within the last twenty-four (24) months, two (2)of which were located at universities. The following should be provided for each project: A brief description of the work including the location (be specific as to buildingname, address, etc.) The company/school name and contact information Average down time of equipment before repairs are made Average time it takes to order and receive replacement parts for repair Provide both best and worst response times with some details2. UCA is looking for a company with a proven track record of effectively and efficientlymanaging multiple buildings with individual schedules and locations. Please use thecontract you listed above and describe your business management procedures, approachthat allows your firm to successfully manage numerous small projects at once. List 2-5best practices. Contractors shall have a minimum ten-year record of successful experience in thebusiness of installing and/or servicing elevators of the type covered in this RFP.Subcontracting is not allowed.B. References (10 points maximum)1. List references (see Proposal Part II) of current and past customers and pastperformance on other projects.2. Provide three (3) letters of reference from clients that your company has worked9 Page

with on projects with limited plans and specifications.C. Contract Management and Personnel Capability (20 points maximum)1. Provide your company’s plan to manage this contract. Explainhow your company plans to staff and conduct the work of thecontract. Present your project management and procedures andproposed staffing in the following order: Corporate organizational chart showing interface with and support for this contract. Project Organizational Chart for the proposed staffing of this contract. Proposed interface of the Company staff with Owner to include communicationprocedures with Owner, customers, etc. Designate the proposed project manager, project senior superintendent, and thecorporate executive to be dedicated to the contract to be executed based on thissolicitation, and describe their depth of knowledge and experience in executingsimilar types of work. None of the key personnel (project manager, projectsuperintendent, or corporate executive dedicated to the contract) shall be changedduring the course of the contract term without the prior written consent of the Owner. Provide resumes showing relevant experience for the c ontract of the proposedproject manager, project superintendent, project engineer, business equity coordinator,and safety director. Describe how your firm can expand and contract its staffing based on afluctuating workload under the c ontract. It is anticipated that various levels ofsuperintendent support will be needed when there are multiple active projects,discuss how you will address this issue.D. Safety: (15 points maximum)1. In one page or less, describe your company’s approach to the prevention of accidentsand injuries. How does your company engage its employees in project safety? Whatexpectations about safety does your company have of its employees, and how are thoseexpectations communicated and subsequently met?2. Provide and example of a site-specific safety plan (SSSP) used on a project withinthe last year.3.3 Evaluation CriteriaSECTIONPOINTSPOSSIBLESTATEMENT OF QUALIFICATIONS &CONTRACTOR’S CAPABILITIES25REFERENCES10CONTRACT MANAGEMENT &PERSONNEL2010 P a g e

SAFETY15SUBTOTALPRICINGTOTAL POINTS POSSIBLE7050120SECTION 4 SUBMITTING PROPOSALSNo later than February 13, 2020 at 1:30 p.m., CST, one original (marked “original”) hard copy,four (4) electronic copies on flash drives (clearly identified with company name and RFPnumber), and one (1) redacted flash drive copy of the proposal to be submitted to:University of Central ArkansasPurchasing Department2125 College Avenue, Suite 2, Room 100Conway, AR 72034Addendum or amendments, if any, shall be signed, dated and included with the respondent’sproposal submission. Failure to do so may be cause for the rejection of the proposal.COST PROPOSAL MUST BE INCLUDED UPON SUBMISSION, BUT SEALEDSEPARATELY. DO NOT INCLUDE IN ELECTRONIC COPIES.All proposals must be executed by an authorized officer of the proposer and must be held firmfor acceptance for a minimum period of 90 days after the opening date.Addenda or amendments, if any, should be signed, dated and included with the respondent’sproposal submission. Failure to do so may be cause for rejection of the proposal.Acceptance of request for proposal issued by the Director of Purchasing indicated by submissionof a proposal by responder, will bind responder to the terms and conditions herein set forth,except as specifically qualified in any addendum issued in connection therewith. Any allegedoral agreement or arrangement made by a responder with any agency or Director of Purchasing,or an employee of the campus will be disregarded.SECTION 5 EVALUATION5.1 Evaluation of ProposalsProposals will be evaluated by a committee of three or more individuals in accordance with thecriteria stated. The Vendor that meets all the mandatory specifications and attains the finalhighest point score (maximum) may be awarded the contract.Recommendation of the successful Vendor will be made by a consensus of the11 P a g e

evaluation committee.The following approach will be used in evaluating the proposals: Review the technical proposals Contact selected references Select finalist(s) Schedule presentations of finalist if needed Select the vendorThe third phase will be the opening of the cost proposal by the UCA Purchasing Department, andreview by the evaluation committee appointed by the University of Central Arkansas. Theawarding of points will be determined by the following formula:a/b x c d (Dividing lowest price (a) by the next lowest price (b) and multiplying by the totalpoints for cost (c) will equal the number of cost points awarded (d). The effect of the formula isto ensure that the lowest proposal receives the maximum number of points and each of the otherproposals receive proportionately fewer points based on proposed bid price.SECTION 6 OTHER PROVISIONS6.1 Other Provisions That Apply to This RFPA.The UNIVERSITY reserves the right to add additional related services based on theoriginal offer upon mutual consent of the UNIVERSITY and the successful Vendor on pricing,performance, etc.B.Only written information, interpretations and instructions issued by the UCAProcurement Officer will be considered official. Vendors shall not rely on any oralinterpretations, information and instructions.C.Only requests for information received by the UNIVERSITY’s Procurement Officer inwriting from Vendors will be considered official.D.All expenses associated with preparing and submitting proposals are the exclusiveresponsibility of the Vendor. Proposals will become a matter of public record and open forinspection following the announcement of contract award.E.Vendors submitting proposals may be asked to provide a demonstration of theirproduct/service in person or via videoconference or webinar.F.Evaluations will be based on overall service, qualifications and costs presented inthe proposal. An award will be made based on the evaluation committee’s determination ofthe proposal that gives the UNIVERSITY and students the best value. An award will notnecessarily be made to the Vendor submitting the lowest cost.G.Payment for services will be made monthly in arrears upon completion of the required12 P a g e

services, submission of an uncontested invoice and the acceptance of the required reports.Advance payments are not allowed.H.The proposal of the Vendor shall provide complete and total compensation for thescope of work identified herein. The Chief of Staff must approve additional services andadditional compensation, if deemed appropriate, an approved change order/amendment to thecontract is required before payments will be issued.I.Discussions and interviews may be held with Vendors under final consideration priorto selecting for award; however, a proposal may be accepted without such discussions orinterviews. In the event that mutually acceptable terms cannot be reached within a reasonableperiod of time, the UNIVERSITY reserves the right to undertake negotiations with the nextmost advantageous Vendor without undertaking a new procurement process.J. The following are incorporated into this RFP and made a part here of: Exhibit A, Terms and Conditions Exhibit B, Current Elevator Information/Locations Exhibit C, Signature Certification Page Exhibit D, Reference Sheet Exhibit E, Addendum Sheet Exhibit F, Cost Proposal Pricing Sheet13 P a g e

EXHIBIT AUCA STANDARD TERMS AND CONDITIONS1.GENERAL: Any Special Terms and Conditions included in the Invitation for Bids override theseStandard Terms and Conditions. The Standard Terms and Conditions and any Special Terms andConditions become a part of any contract entered into if any or all parts of the bid are accepted by theUniversity of Central Arkansas, hereafter called University or UCA.2.ACCEPTANCE AND REJECTION: The University of Central Arkansas reserves the right toaccept or reject all or any part of a bid or any and all bids, to waive any informalities and minortechnicalities and to award the bid to best serve the interest of the University and State of Arkansas.This Invitation for Bid does not in any way commit UCA to contract for the commodities/services listedherein.3.BID SUBMISSION: Bids must be submitted to the Purchasing Department on this form withattachments, when appropriate, on or before the date and time specified for the bid opening. If thisform is not used, the bid may be rejected. Each bid submitted must be properly identified with aminimum of Bid Number, Time and Date of Opening. The bid should be typed or printed in ink. Latebids will not be considered under any circumstances.4.SIGNATURE:Failure to sign a bid will disqualify it. The person signing the bid shouldshow title or authority to bind the firm in a contract. Signature means a manual or an electronic ordigital method executed or adopted by a party with the intent to be bound by or to authenticate a recordwhich is (a) unique to the person using it; (b) capable of verification; (c) under the sole control of theperson using it; (d) linked to data in a manner that if the data are changed, the electronic signature isinvalidated.5.NO BID:If not submitting a bid, the bidder should respond by returning the front page of thisform, making it a No Bid, and explaining the reason. Individual bidders may be removed from theUniversity's Bidders List by failure to respond three times in succession.6.PRICES:Bid pricing on the unit price to include FOB destination to UCA. In cases of errorsin extension, unit prices shall govern. Prices are firm and not subject to escalation unless otherwisespecified in the Invitation for Bid. Unless otherwise specified, the bid must be firm for acceptance forthirty (30) days from the bid opening dates. "Discount from List" bids are not acceptable unlessrequested in the Invitation for Bid. Time or cash discounts will not be considered. Quantity discountsshould be included in the price of the item.7.QUANTITIES:Quantities stated on "firm" contracts are actual requirements of theUniversity. The quantities stated in "term" contracts are estimates only and are not guaranteed. Bidunit price on the estimated quantity and unit of measure specified. The University may order more orless than the estimated quantity on any "term" contract.8.BRAND NAME REFERENCES: Unless specified "No Substitutes", any catalog brand name ormanufacturer's reference used in the bid invitation is descriptive only, not restrictive, and used toindicate the type and quality desired. Bids on brands of like nature and quality will be considered. Ifbidding on other than the referenced specifications the bid must show the manufacturer, brand or tradename, and other descriptions, and should include the manufacturer's illustration and completedescription of the product(s) offered. If the bidder fails to submit such the bid can be rejected. TheUniversity reserves the right to determine whether a substitute offered is equivalent to and meets thestandards of the item specified. The University may require the bidder to supply additional descriptivematerial. The bidder guarantees that the product offered will meet or exceed specifications identified inthe bid invitation. If the bidder takes no exception to the specifications or referenced data in the bid,14

he/she will be required to furnish the product according to the brand, names, numbers, etc., as specifiedin the invitation for bid document.9.GUARANTY: All items shall be newly man

Pre-Proposal Meeting January 23, 2020 at 10:00 a.m. Deadline to Submit Questions January 28, 2020 Responses to questions posted by January 30, 2020 Proposals due by February 13, 2020 at 1:30 p.m. Tentative date for interviews (if necessary) February 20, 2020 Estimated issuance of purchase order and services start date July 1, 2020