Travel Services - Band - Ireland 2024

expired opportunity(Expired)
From: Western Carolina University(Higher Education)
73-RFP00636

Basic Details

started - 19 Apr, 2022 (about 2 years ago)

Start Date

19 Apr, 2022 (about 2 years ago)
due - 02 May, 2022 (about 2 years ago)

Due Date

02 May, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
73-RFP00636

Identifier

73-RFP00636
UNIVERSITY - Western Carolina

Customer / Agency

UNIVERSITY - Western Carolina
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

STATE OF NORTH CAROLINA WESTERN CAROLINA UNIVERSITY Request for Proposal #: 73-RFP00636 DESCRIPTION: Band Travel – Pride of the Mountains Band to Ireland 2024 – St Patrick’s Day Parade Date of Issue: 04/19/2022 Proposal Opening Date: 05/02/2022 at 2:00PM ET Direct all inquiries concerning this RFP to: Rick Hooper Associate Director of Purchasing Email: hooperr@email.wcu.edu Phone: 828-227-7203 Ver: 11/2021 STATE OF NORTH CAROLINA Request for Proposal # 73-RFP00636 ______________________________________________________ For internal State agency processing, including tabulation of proposals, provide your company’s eVP (Electronic Vendor Portal) Number. Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page shall be filled out and returned with
your proposal. Failure to do so may subject your proposal to rejection. ___________________________________________________ Vendor Name ______________________________ Vendor eVP# Note: For your proposal to be considered, your company (you) must be a North Carolina registered vendor in good standing. You must enter the vendor number assigned through eVP (Electronic Vendor Portal). If you do not have a vendor number, register at https://vendor.ncgov.com/vendor/login https://vendor.ncgov.com/vendor/login Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 1 Refer ALL Inquiries regarding this RFP to: Rick Hooper Purchasing Department Western Carolina University Phone: 828-227-7203 Fax: 828-227-7444 Email: hooperr@email.wcu.edu Request for Proposal #: 73-RFP00636 Proposals will be publicly opened: 05/02/2022 @ 2:00PM ET Using Agency: Western Carolina University Commodity No. and Description: 961-78 Travel Agency Services Requisition No.: Not Assigned EXECUTION In compliance with this Request for Proposals (RFP), and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this proposal, the undersigned Vendor understands that false certification is a Class I felony and certifies that: ▪ this proposal is submitted competitively and without collusion (G.S. 143-54), ▪ none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and ▪ it is not an ineligible Vendor as set forth in G.S. 143-59.1. Furthermore, by executing this proposal, the undersigned certifies to the best of Vendor’s knowledge and belief, that: ▪ it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this RFP, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public contracts; or awarding or administering public contracts; or inspecting or supervising delivery of the public contract of any gift from anyone with a contract with the State, or from any person seeking to do business with the State. By execution of this response to the RFP, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor is not aware that any such gift has been offered, accepted, or promised by any employees of your organization. By executing this proposal, Vendor certifies that it has read and agreed to the INSTRUCTION TO VENDORS and the NORTH CAROLINA GENERAL TERMS AND CONDITIONS. These documents can be accessed from the ATTACHMENTS page within this document. Failure to execute/sign proposal prior to submittal may render proposal invalid and it MAY BE REJECTED. Late proposals shall not be accepted. STATE OF NORTH CAROLINA WESTERN CAROLINA UNIVERSITY PURCHASING DEPARTMENT 301 H F ROBINSON BLDG CULLOWHEE, NC 28723 Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 2 COMPLETE/FORMAL NAME OF VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #12): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE*: DATE: EMAIL: VALIDITY PERIOD Offer shall be valid for at least 90 days from date of bid opening, unless otherwise stated here: ______ days, or if extended by mutual agreement of the parties. Any withdrawal of this offer shall be made in writing, effective upon receipt by the agency issuing this RFP. ACCEPTANCE OF PROPOSAL If your proposal is accepted, all provisions of this RFP, along with the written results of any negotiations, shall constitute the written agreement between the parties (“Contract”). The NORTH CAROLINA GENERAL TERMS AND CONDITIONS are incorporated herein and shall apply. Depending upon the Goods or Services being offered, other terms and conditions may apply, as mutually agreed. FOR STATE USE ONLY: Offer accepted and Contract awarded this________ day of __________, 20____, as indicated on The attached certification, by ____________________________________________________________________. (Authorized Representative of Western Carolina University) Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 3 Contents 1.0 PURPOSE AND BACKGROUND ............................................................................................. 5 1.1 CONTRACT TERM – One Time Event ................................................................................... 5 2.0 GENERAL INFORMATION ....................................................................................................... 5 2.1 REQUEST FOR PROPOSAL DOCUMENT ............................................................................. 5 2.2 E-PROCUREMENT FEE - This is not an E-Procurement Solicitation. ................................ 5 2.3 NOTICE TO VENDORS REGARDING RFP TERMS AND CONDITIONS ............................... 5 2.4 RFP SCHEDULE ..................................................................................................................... 6 2.5 PROPOSAL QUESTIONS ....................................................................................................... 6 2.6 PROPOSAL SUBMITTAL ....................................................................................................... 6 2.7 PROPOSAL CONTENTS ........................................................................................................ 7 2.8 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ............................................................ 7 3.0 METHOD OF AWARD AND PROPOSAL EVALUATION PROCESS ....................................... 7 3.1 METHOD OF AWARD ............................................................................................................. 7 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION......... 7 3.3 PROPOSAL EVALUATION PROCESS ................................................................................... 8 3.4 EVALUATION CRITERIA ........................................................................................................ 8 3.5 PERFORMANCE OUTSIDE THE UNITED STATES ............................................................... 9 3.6 INTERPRETATION OF TERMS AND PHRASES .................................................................. 10 4.0 REQUIREMENTS ................................................................................................................... 10 4.1 PRICING ................................................................................................................................ 11 4.2 INVOICES .............................................................................................................................. 11 4.3 FINANCIAL STABILITY ........................................................................................................ 11 4.4 HUB PARTICIPATION .......................................................................................................... 11 4.5 VENDOR EXPERIENCE ........................................................................................................ 11 4.6 REFERENCES ...................................................................................................................... 11 4.7 BACKGROUND CHECKS ..................................................................................................... 11 4.8 PERSONNEL ......................................................................................................................... 13 4.9 VENDOR’S REPRESENTATIONS ........................................................................................ 14 4.10 AGENCY INSURANCE REQUIREMENTS MODIFICATION ................................................. 14 4.11 NC COVID-19 VACCINATION AND TESTING REQUIREMENT ........................................... 14 4.12 FEDERAL COVID-19 VACCINATION REQUIREMENT ........................................................ 15 5.0 SPECIFICATIONS AND SCOPE OF WORK .......................................................................... 15 5.1 GENERAL ................................................................................................................................... 15 Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 4 5.2 SPECIFICATIONS. ................................................................................................................ 16 5.3 PROJECT ORGANIZATION .................................................................................................. 18 5.4 TECHNICAL APPROACH ..................................................................................................... 18 6.0 CONTRACT ADMINISTRATION............................................................................................. 18 6.1 PROJECT MANAGER AND CUSTOMER SERVICE ............................................................ 18 6.2 POST AWARD PROJECT REVIEW MEETINGS .................................................................. 18 6.3 CONTINUOUS IMPROVEMENT ............................................................................................ 18 6.4 PERIODIC STATUS REPORTS ............................................................................................ 19 6.5 DISPUTE RESOLUTION ....................................................................................................... 19 6.6 CONTRACT CHANGES ........................................................................................................ 19 ATTACHMENT A: Cost Response .................................................................................................... 20 ATTACHMENT B: INSTRUCTIONS TO VENDORS .......................................................................... 21 ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS ................................... 21 ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION .............................................. 21 ATTACHMENT E: CUSTOMER REFERENCE FORM ....................................................................... 21 ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR ........................................... 21 ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION ................................................... 21 ATTACHMENT H: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY .. 21 Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 5 1.0 PURPOSE AND BACKGROUND Western Carolina University is seeking proposals to enter into an agreement to provide travel services as listed in the Scope of Services section of this bid for Western Carolina University’s Band and others accompanying them to participate in the Pride of the Mountains Band trip to Ireland. Vendors with documented experience in providing travel services for marching bands for overseas travel are encouraged to participate in this bid solicitation. The intent of this solicitation is to award an Agency Contract. 1.1 CONTRACT TERM – One Time Event Proposals shall be submitted in accordance with the terms and conditions of this RFP and any addenda issued hereto. 2.0 GENERAL INFORMATION Vendors are to reply to this bid in accordance with section 2.6 of this bid. 2.1 REQUEST FOR PROPOSAL DOCUMENT This RFP is comprised of the base RFP document, any attachments, and any addenda released before Contract award, which are incorporated herein by reference. 2.2 E-PROCUREMENT FEE - This is not an E-Procurement Solicitation. ATTENTION: The E-Procurement fee may apply to this solicitation. See the paragraph entitled ELECTRONIC PROCUREMENT of the North Carolina General Terms and Conditions. General information on the E-Procurement Services can be found at: http://eprocurement.nc.gov/. 2.3 NOTICE TO VENDORS REGARDING RFP TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions to Vendors, the North Carolina General Terms and Conditions, all relevant exhibits and attachments, and any other components made a part of this RFP and comply with all requirements and specifications herein. Vendors are also responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this RFP. If Vendors have questions, issues, or exceptions regarding any term, condition, or other component of this RFP, those must be submitted as questions in accordance with the instructions in the PROPOSAL QUESTIONS Section. If the State determines that any changes will be made as a result of the questions asked, then such decisions will be communicated in the form of an RFP addendum. The State may also elect to leave open the possibility for later negotiation and amendment of specific provisions of the Contract that have been addressed during the question-and-answer period. Other than through this Q and A process or negotiation under 01 NCAC 05B.0503, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s proposal or otherwise. This applies to any language appearing in or attached to the document as part of the Vendor’s proposal that purports to vary any terms and conditions or Vendors’ instructions herein or to render the proposal non-binding or subject to further negotiation. Vendor’s proposal shall constitute a firm offer that shall be held open for the period required herein (“Validity Period” above). By execution and delivery of this RFP Response, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s proposal as nonresponsive. The State may exercise its discretion to consider Vendor proposed modifications. http://eprocurement.nc.gov/ Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 6 2.4 RFP SCHEDULE The table below shows the intended schedule for this RFP. The State will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue RFP State 04/19/2022 Submit Written Questions Vendor 04/25/2022 @ 10:00 AM ET Provide Response to Questions State 04/25/2022 @ 05:00 PM ET Submit Proposals Vendor 05/02/2022 @ 02:00 PM ET Campus Presentations State 05/09/2022 & 05/11/2022 Contract Award State TBD 2.5 PROPOSAL QUESTIONS Upon review of the RFP documents, Vendors may have questions to clarify or interpret the RFP in order to submit the best proposal possible. To accommodate the Proposal Questions process, Vendors shall submit any such questions by the “Submit Written Questions” date and time provided in the RFP SCHEDULE Section above, unless modified by Addendum. Written questions shall be emailed to hooperr@wcu.edu by the date and time specified above. Vendors should enter “RFP # 73-RFP00636 Questions” as the subject for the email. Question submittals should include a reference to the applicable RFP section and be submitted in the format shown below: Reference Vendor Question RFP Section, Page Number Vendor question …? Questions received prior to the submission deadline date, the State’s response, and any additional terms deemed necessary by the State will be posted in the form of an addendum to the Interactive Purchasing System (IPS), http://www.ips.state.nc.us, and shall become an Addendum to this RFP. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise in connection with this RFP, shall be considered authoritative or binding. Vendors shall rely only on written material contained in the RFP and an addendum to this RFP. 2.6 PROPOSAL SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Vendor shall bear the risk of late submission due to unintended or unanticipated delay. It is the Vendor’s sole responsibility to ensure its proposal has been received as described in this RFP by the specified time and date of opening. The time and date of receipt will be documented on each proposal when uploaded to Bonfire. Proposals or portion thereof received after the proposal deadline will be rejected. Attempts to submit a Bid via mail, facsimile (FAX) machine, telephone or electronic means, including but not limited to e-mail, in response to this RFP will not be accepted. Contact with anyone working for or with the State regarding this RFP other than the State Contract Lead named on the face page of this RFP in the manner specified by this RFP shall constitute grounds for rejection of said Vendor’s offer, at the State’s election. SUBMISSION INSTRUCTIONS – MAILED COPIES WILL NOT BE ACCEPTED SEE SECTION 4.0 REQUIREMENTS FOR SUBMISSION INSTRUCTION http://www.ips.state.nc.us/ Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 7 Critical updated information may be included in Addenda to this RFP. It is important that all Vendors responding to this RFP periodically check the Bonfire website or the State’s IPS website for any Addenda that may be issued prior to the bid opening date. All Vendors shall be deemed to have read and understood all information in this RFP and all Addenda thereto. 2.7 PROPOSAL CONTENTS Vendors shall populate all attachments of this RFP that require the Vendor to provide information and include an authorized signature where requested. Failure to provide all required items, or Vendor’s submission of incomplete items, may result in the State rejecting Vendor’s proposal, in the State’s sole discretion. Vendor RFP responses shall include the following items and attachments, which shall be arranged in the following order: a) Title Page: Include the company name, address, phone number and authorized representative along with the Proposal Number. b) Completed and signed version of all EXECUTION PAGES, along with the body of the RFP. c) Signed receipt pages of any addenda released in conjunction with this RFP, if required to be returned. d) Vendor’s Proposal addressing all Specifications of this RFP. e) Completed version of ATTACHMENT A: PRICING f) Completed version of ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION g) Completed version of ATTACHMENT E: CUSTOMER REFERENCE FORM h) Completed version of ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR i) Completed and signed version of ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION j) Completed and signed version of ATTACHMENT H: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY 2.8 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS Relevant definitions for this RFP are provided in 01 NCAC 05A .0112 and in the Instructions to Vendors found below which are incorporated herein by this reference. 3.0 METHOD OF AWARD AND PROPOSAL EVALUATION PROCESS 3.1 METHOD OF AWARD North Carolina G.S. 143-52 provides a general list of criteria the State shall use to award contracts, as supplemented by the additional criteria herein. The Goods or Services being procured shall dictate the application and order of criteria; however, all award decisions shall be in the State’s best interest. All qualified proposals will be evaluated, and awards will be made to the Vendor(s) meeting the specific RFP Specifications and achieving the highest and best final evaluation, based on the criteria described below. While the intent of this RFP is to award a Contract(s) to a single Vendor, the State reserves the right to make separate awards to different Vendors for one or more-line items, to not award one or more line items or to cancel this RFP in its entirety without awarding a Contract, if it is considered to be most advantageous to the State to do so. The State reserves the right to waive any minor informality or technicality in proposals received. 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION While this RFP is under evaluation, the responding Vendor, including any subcontractors and suppliers, is prohibited from engaging in conversations intended to influence the outcome of the evaluation. See the Paragraph of the Instructions to Vendors entitled Confidential Information. Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 8 3.3 PROPOSAL EVALUATION PROCESS Only responsive submissions will be evaluated. Proposals will be received according to the method stated in the Proposal Submittal Section (2.6) above. All proposals must be uploaded in Bonfire by the issuing agency not later than the date and time specified in the RFP SCHEDULE Section above, unless modified by Addendum. Vendors are cautioned that this is a request for offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all offers at any time if such rejection is deemed to be in the best interest of the State. At the date and time provided in the RFP SCHEDULE Section above, unless modified by Addendum, the proposal from each responding Vendor will be opened publicly and the name of the Vendor and total cost offered may be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position. If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public until award. The State shall review all Vendor responses based on criteria listed in section 3.4. From the total of submissions approximately two to three (2-3) vendors will be chosen for presentations which will be scheduled by the selection committee in consultation with the vendors. The chosen vendors must meet requirements of bid and receive one of the top two - three (2-3) scores based on criteria listed. In the event of multiply vendors receiving the same scores the number of years in business as well as number of services provided as listed in the evaluation criteria will be used as a tie breaker. The selected vendors will be required to appear on the campus of Western Carolina University for presentations focusing on detailed information of the list of items included as well as areas they feel would be of interest and benefit to Western Carolina University. At the end of presentations vendors will be required to respond to questions put forth by the selection committee. All members of the selection committee will be allowed to participate in the questioning session. Questions cannot be provided in advance as they may concern lines of questioning related to the vendor’s presentation. Vendor receiving the highest ranking by the selection committee will be awarded the contract. 3.4 EVALUATION CRITERIA In addition to the general criteria in G.S. 143-52 which may or may not be relevant to this RFP, all qualified proposals will be evaluated, and award made based on considering the following criteria, to result in an award most advantageous to the State: BEST VALUE: "Best Value" procurement methods are authorized by N.C.G.S. §§143-135.9 and 143B-1350(h). The award decision is made based on multiple factors, including: total cost of ownership, meaning the cost of acquiring, operating, maintaining, and supporting a product or service over its projected lifetime; the evaluated technical merit of the Vendor's offer; the Vendor's past performance; and the evaluated probability of performing the specifications stated in the solicitation on time, with high quality, and in a manner that accomplishes the stated business objectives and maintains industry standards compliance. The intent of "Best Value" procurement is to enable Vendors to offer and the Agency to select the most appropriate solution to meet the business objectives defined in the solicitation and to keep all parties focused on the desired outcome of a procurement. A ranking method of source selection will be utilized in this procurement using evaluation criteria listed in order of importance in the Evaluation Criteria section below to allow the State to award this RFP to the Vendor(s) providing the Best Value and recognizing that Best Value may result in award other than the lowest price or highest technically qualified offer. By using this method, the overall ranking may be adjusted up or down when considered with, or traded-off against, other non-price factors. EVALUTION METHOD: Narrative and by consensus of the evaluating committee, explaining the strengths and weaknesses of each proposal and why the recommended awardee(s) provide the best value to the State. Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 9 Each bid submission will be reviewed by members of the marching band committee for potential selection of 2-3 vendors that will provide presentations for the group. Review by members will include the following. • Vendor Experience and References. • Vendor Qualifications. • Vendor Technical Approach. • Pricing Package. Once the initial evaluations are complete in this phase members of the selection committee will determine finalist vendors based on criteria listed above for presentations. Criteria for presentations. Presentations will be evaluated based on best value of strengths and weaknesses and will be ranked in order of most advantageous. This ranking will be determined by the vendor’s ability to provide within the presentation the following. • A well prepared/professional presentation while on campus • Specifics of transportation – (Bus service in United States, air travel to and from Ireland, bus services while in Ireland). • A designated property and their ability to secure one (1) FULL-SERVICE HOTEL that would be able to provide meal services, house, service 300+ people and have on-site bus parking. • Names of specific schools/bands that they have serviced at major parades such as St. Patrick’s Day, Macy’s, AND Tournament of Roses. These are the parades where credible travel companies earn their reputations. • Names of specific schools/bands that they have serviced for equivalent events other than above mentioned parades. • Provide list and overview of required paperwork and processes (such as COVID requirements) for international travel • Overview of qualifications and guarantee that assigned personnel from their company will be on-site for the entirety of the trip. Vendor receiving the highest ranking by the selection committee will be awarded the contract. 3.5 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this RFP, the State may also consider, for purposes of evaluating proposed or actual contract performance outside of the United States, how that performance may affect the following factors to ensure that any award will be in the best interest of the State: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 10 e) Availability of pertinent skills f) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.6 INTERPRETATION OF TERMS AND PHRASES This RFP serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the State; and (2) to provide (together with other specified documents) the terms of the Contract resulting from this procurement. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether proposals should be evaluated or rejected, the State will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the State’s needs as described in the RFP. Except as specifically stated in the RFP, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the State exercising its discretion to reject a proposal in its entirety. 4.0 REQUIREMENTS This Section lists the requirements related to this RFP. By submitting a proposal, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements, and terms and conditions stated in this RFP. If a Vendor is unclear about a requirement or specification or believes a change to a requirement would allow for the State to receive a better proposal, the Vendor is urged to submit these items in the form of a question during the question-and-answer period in accordance with the Proposal Questions Section above. **Proposals must be submitted electronically at: https://wcu.bonfirehub.com To be considered, responding Vendors shall have at a minimum the following: • Must upload RFP in a timely manner with all sections requiring responses completed and document signed. • Detailed pricing for the services provided in the Scope of Services as well as a summary on the Cost Response Form. • Presentation Documentation from Section 3.4 to be provided prior to presentation. • A complete list of all personnel including name, job title, years with the company and role for this project. • Copy of insurance policies. • Support services and resources that are available, such as cooperative agreements with other companies and memberships in Travel or Tour Associations that would be beneficial to WCU. • All applicable license certificates. Customers (a minimum of three (3) for whom similar services have been provided— preferable at least three (3) that were travel services for marching bands for travel outside the United States) ...See section 4.6. References will be contacted to confirm services provided and quality of these services. IS YOUR COMPANY ABLE TO MEET ALL REQUIREMENTS LISTED ABOVE? YES: _____ NO: _____ IF YOU REPLIED NO TO THE ABOVE QUESTION, PLEASE DETAIL REQUIREMENTS THAT CANNOT BE MET. Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 11 4.1 PRICING Proposal price shall constitute the total cost to the State for complete performance in accordance with the requirements and specifications herein, including all applicable charges for handling, transportation, administrative and other similar fees. Complete ATTACHMENT A: PRICING FORM and include in Vendor’s proposal. The pricing provided in ATTACHMENT A, or resulting from any negotiations, is incorporated herein and shall become part of any resulting Contract. 4.2 INVOICES Vendor shall invoice the Purchasing Agency. The standard format for invoicing shall be Single Invoices meaning that the Vendor shall provide the Purchasing Agency with an invoice for each order. Invoices shall include detailed information to allow Purchasing Agency to verify pricing at point of receipt matches the correct price from the original date of order. The following fields shall be included on all invoices, as relevant: Vendor’s Billing Address, Customer Account Number, NC Contract Number, Order Date, Buyer’s Order Number, Manufacturer Part Numbers, Vendor Part Numbers, Item Descriptions, Price, Quantity, and Unit of Measure. 4.3 FINANCIAL STABILITY As a condition of contract award, the Vendor must certify that it has the financial capacity to perform and to continue to perform its obligations under the Contract; that Vendor has no constructive or actual knowledge of an actual or potential legal proceeding being brought against Vendor that could materially adversely affect performance of this Contract; and that entering into this Contract is not prohibited by any contract, or order by any court of competent jurisdiction. Each Vendor shall certify it is financially stable by completing ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential issues from contracting with a Vendor that is financially unstable. From the date of the Certification to the expiration of the Contract, the Vendor shall notify the State within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certification. The Contract Manager may require annual recertification of the Vendor’s financial stability. 4.4 HUB PARTICIPATION Pursuant to North Carolina General Statute G.S. 143-48, it is State policy to encourage and promote the use of small, minority, physically handicapped, and women contractors in purchasing Goods and Services. As such, this RFP will serve to identify those Vendors that are minority owned or have a strategic plan to support the State’s Historically Underutilized Business program by meeting or exceeding the goal of 10% utilization of diverse firms as 1st or 2nd tier subcontractors. Vendor shall complete ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION. 4.5 VENDOR EXPERIENCE In its Proposal, Vendor shall demonstrate experience with public and/or private sector clients with similar or greater size and complexity to the State. Vendor shall provide information as to the qualifications and experience of all executive, managerial, legal, and professional personnel to be assigned to this project, including resumes citing experience with similar projects and the responsibilities to be assigned to each person. 4.6 REFERENCES Vendor shall provide at least three (3) references, using ATTACHMENT E: CUSTOMER REFERENCE FORM, for which it has provided Services of similar size and scope to those proposed herein. The State may contact these users to determine whether the Services provided are substantially similar in scope to those proposed herein and whether Vendor’s performance has been satisfactory. The information obtained may be considered in the evaluation of the Proposal. 4.7 BACKGROUND CHECKS 4.7.1 GENERAL INFORMATION It is the policy of the State to provide a safe environment for State Government employees to work. Due to the Contract requirements, the State requires criminal background checks of awarded Vendors, including but not limited to: owners, Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 12 employees, agents, representatives, subcontractors, and all personnel of their respective companies. All costs and expenses associated with criminal background checks are the responsibility of the Vendor. The following requirements must be met: a) Criminal background checks shall be current and completed within ninety (90) days of the Contract effective date. b) The criminal background check shall include a social security verification/check, felonies, misdemeanors, and traffic records covering a minimum of the last seven (7) years for all states and countries where the individual has resided. The criminal background check information shall be first thoroughly reviewed by the Vendor and then sent to the Contract Administrator for review and approval. Out of state searches shall be required for persons living in the state of NC for fewer than seven (7) years. Fingerprint background checks may be required in some instances depending on the facility requirements. c) A criminal background check on the awarded Vendor and its employees shall be provided by the Vendor prior to Contract effective date. Copies of the original criminal background check shall be sent to the Contract Administrator for evaluation. In some cases, badging cannot take place until after the evaluation and approval of the Vendor’s criminal checks. d) When a new employee or individual is identified to perform Services on this Contract, the Vendor shall provide the Contract Administrator with a criminal background check before the individual can be approved for work. Persons without approved criminal background checks shall not be allowed to work in the relevant buildings until proper documentation is submitted and approved. e) The State may require the Vendor to exclude the Vendor’s employees, agents, representatives, or subcontractors based on the background check results. Discovery that one or more employees have convictions does not disqualify the Vendor from award. f) Additionally, the State may use The North Carolina Department of Public Safety Offender Public Information or similar Services to conduct additional background checks on the Vendor’s proposed employees. 4.7.2 BACKGROUND CHECK REQUIREMENTS As part of Vendor’s criminal background checks, the details below must be provided to the State: a) Any criminal felony conviction, or conviction of any crime involving moral turpitude, including but not limited to fraud, misappropriation or deception, of Vendor, its officers or directors, or any of its employees or other personnel to provide Services on this project of which Vendor has knowledge, or provide a statement that Vendor is aware of none; b) Any criminal investigation for any offense involving moral turpitude, including, but not limited to fraud, misappropriation, falsification or deception pending against Vendor of which it has knowledge, or provide a statement Vendor is aware of none; c) Any regulatory sanctions levied against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies within the past three years or a statement that there are none. As used herein, the term “regulatory sanctions” includes the revocation or suspension of any license or certification, the levying of any monetary penalties or fines, and the issuance of any written warnings; d) Any regulatory investigations pending against Vendor or any of its officers, directors or its professional employees expected to provide Services on this project by any state or federal regulatory agencies of which Vendor has knowledge, or provide a statement that there are none. e) Any civil litigation, arbitration, proceeding, or judgments pending against Vendor during the three (3) years preceding submission of its proposal herein, or provide a statement that there are none. 4.7.3 BACKGROUND CHECK LIMITATIONS Any individual representing the Vendor, who: a) In his/her lifetime, has been adjudicated as a habitual felon as defined by GS 14-7.1 or a violent habitual felon as defined by GS 14-7.7, shall not be allowed to work in buildings occupied by State Government employees. https://webapps.doc.state.nc.us/opi/offendersearch.do?method=view Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 13 b) During the last seven (7) years has been convicted of any criminal felony or misdemeanor sexual offense or a crime of violence shall not be allowed to work in buildings occupied by State Government employees. c) At any time has an outstanding warrant or a criminal charge for a crime described in (b) above shall not be allowed to work on State property. d) The Vendor must ensure that all employees have a responsibility to self-report to the Vendor within twenty-four (24) hours any arrest for any disqualifying offense. The Vendor must notify the Contract Administrator within twenty-four (24) hours of all details concerning any reported arrest. e) Upon the request of the Contract Administrator, the Vendor will re-screen any of its employees, agents, representatives, and subcontractors during the term of the Contract. f) Vendor’s responses to these background check requests shall be considered a continuing representation, and Vendor’s failure to notify the State within thirty (30) days of any criminal charge, investigation, or proceeding involving Vendor or its then-current officers, directors or persons providing Services under this Contract during its term shall constitute a material breach of contract. The provisions of this paragraph shall also apply to any subcontractor utilized by Vendor to perform Services under this Contract. g) If there are problems or delays with performance associated with the completion and compliance with this background check requirements, any Vendor’s performance bond could be used to complete these Services. 4.7.4 DOCUMENT REQUIREMENTS Required documentation to be submitted ninety (90) days prior to performance period of services and for performing any Services on State property shall include: a) A cover letter by the Vendor on company letterhead with a list of the full names matching a required government issued photo ID, addresses, and birth dates of each person representing the contracting company. b) Vendor shall also provide a photocopy of the required State or Federal government issued picture ID or Driver License. c) A letter on company letterhead is not acceptable proof in itself but can be used to further clarify information on the criminal background check submitted. All documentation shall be submitted at the same time. Submit documents which are clear and legible. d) Background checks consisting of: 1. Original unaltered criminal background check from the organization providing the background check. 2. The background check provider’s company name, company mailing address, and contact phone numbers. 3. The full name of the individual, which matches the government issued photo ID. 4. The current address of individual being checked. 5. The date the criminal background check search was conducted. 4.7.5 VENDOR BACKGROUND CHECK AGREEMENT Vendor agrees to conduct a criminal background check per the specifications above in this section on all employees proposed to work under this Contract, at its expense, and provide the required documentation to the State in order to perform Services under this Contract: YES NO 4.8 PERSONNEL Vendor warrants that qualified personnel shall provide Services under this Contract in a professional manner. “Professional manner” means that the personnel performing the Services will possess the skill and competence Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 14 consistent with the prevailing business standards in the industry. Vendor will serve as the prime contractor under this Contract and shall be responsible for the performance and payment of all subcontractor(s) that may be approved by the State. Subcontractors utilized in the performance of this contract will be subject to all requirements that are required of the awarded Vendor. Names of any third-party Vendors or subcontractors of Vendor may appear for purposes of convenience in Contract documents; and shall not limit Vendor’s obligations hereunder. Vendor will retain executive representation for functional and technical expertise as needed in order to incorporate any work by third party subcontractor(s). Should the Vendor’s proposal result in an award, the Vendor shall be required to agree that it will not substitute key personnel assigned to the performance of the Contract without prior written approval by the Contract Lead. Vendor shall further agree that it will notify the Contract Lead of any desired substitution, including the name(s) and references of Vendor’s recommended substitute personnel. The State will approve or disapprove the requested substitution in a timely manner. The State may, in its sole discretion, terminate the Services of any person providing Services under this Contract. Upon such termination, the State may request acceptable substitute personnel or terminate the contract Services provided by such personnel. 4.9 VENDOR’S REPRESENTATIONS If Vendor’s Proposal results in an award, Vendor agrees that it will not enter any agreement with a third party that may abridge any rights of the State under the Contract. If any Services, deliverables, functions, or responsibilities not specifically described in this solicitation are required for Vendor’s proper performance, provision and delivery of the Service and deliverables under a resulting Contract, or are an inherent part of or necessary sub-task included within such Service, they will be deemed to be implied by and included within the scope of the Contract to the same extent and in the same manner as if specifically described in the Contract. Unless otherwise expressly provided herein, Vendor will furnish all of its own necessary management, supervision, labor, facilities, furniture, computer and telecommunications equipment, software, supplies and materials necessary for the Vendor to provide and deliver the Services and/or other Deliverables. 4.10 AGENCY INSURANCE REQUIREMENTS MODIFICATION A. Default Insurance Coverage from the General Terms and Conditions applicable to this Solicitation: ☐ Small Purchases ☐ Contract value in excess of the Small Purchase threshold, but up to $1,000,000.00 ☒ Contract value in excess of $1,000,000.00 B. The Purchasing Agency has conducted a risk assessment and determined that certain default coverage provisions in the North Carolina General Terms and Conditions, paragraph entitled Insurance, should be increased from the minimums stated. Increased or additional insurance coverage amounts for this Solicitation are as follows. Coverages not changed here remain as stated in the General Terms and Conditions. a) Commercial General Liability $__1,500,000.00___ Combined Single Limit 4.11 NC COVID-19 VACCINATION AND TESTING REQUIREMENT Executive Order 224, signed by Governor Cooper on July 30, 2021, requires all state employees and contractors who may enter facilities at Cabinet Agencies or other participating State Agencies to provide proof of full vaccination or a negative Covid test result within the last seven (7) days. Contractors must follow the requirements of this policy to ensure that their employees are: (1) fully vaccinated or tested weekly, and (2) wearing face coverings where required at Agency facilities. Each Vendor shall certify its acknowledgement and intent to comply with this policy by completing ATTACHMENT H: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY. Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 15 4.12 FEDERAL COVID-19 VACCINATION REQUIREMENT President Biden recently issued Executive Order 14042 requiring that all employees working on or in connection with a federal contract be fully vaccinated against COVID-19. By responding to this solicitation, Vendor acknowledges and agrees to comply with the federal COVID-19 vaccination requirements 5.0 SPECIFICATIONS AND SCOPE OF WORK 5.1 GENERAL The Western Carolina University Band will be traveling internationally, in order to participate in band activities located in Dublin, Ireland. The band members traveling consists of 300 members. Travel services required will be to organize, facilitate, and participate in travel arrangements, to include bus transportation, air travel, and band participation activities throughout the entire travel experience. Tour company shall provide a proposed itinerary, to facilitate travel experience. A sample itinerary is provided as a guideline below, allowable for any modifications that would be beneficial to the program. Sample Itinerary MONDAY, MARCH 11, 2024 TBA DEPART USA FOR IRELAND TUESDAY, MARCH 12, 2024 TBA ARRIVE DUBLIN TOUR MALAHIDE CASTLE TRAVEL TO LIMERICK DINNER AND OVERNIGHT IN LIMERICK WEDNESDAY, MARCH 13, 2024 BREAKFAST AT HOTEL CLIFFS OF MOHER GALWAY BLARNEY CASTLE DINNER AND OVERNIGHT IN LIMERICK THURSDAY, MARCH 14, 2024 BREAKFAST AT HOTEL FREE MORNING IN LIMERICK AFTERNOON - BUNRATTY FOLK PARK MEDIEVAL DINNER BANQUET FRIDAY, MARCH 15, 2024 BREAKFAST AT HOTEL CHECKOUT TRAVEL TO DUBLIN VISIT ROCK OF CASHEL ENROUTE TO DUBLIN DINNER AND OVERNIGHT IN DUBLIN SATURDAY, MARCH 16, 2024 BREAKFAST AT HOTEL CITY TOUR OF DUBLIN, INCLUDING BOOK OF KELLS, ST. PATRICK’S CATHEDRAL FREE AFTERNOON IN DUBLIN DINNER ON YOUR OWN SUNDAY, MARCH 17, 2024 Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 16 BREAKFAST AT HOTEL ST. PATRICK’S DAY PARADE DINNER AT HOTEL MONDAY, MARCH 18, 2024 TBA DEPART FOR USA FROM DUBLIN Band will be providing the following performances while in Ireland: • St. Patrick’s Day Parade • Other performance opportunities during the festival • One (1) concert performance 5.2 SPECIFICATIONS. Below are detailed specifications of services awarded vendor is to provide: Prices are to include the following items/activities plus transportation for all. Item # Transportation Specifications 1 Round Trip Flight to Dublin Ireland. * Provide best estimate of cost on “Attachment A Cost Response. • Commercial or Charter are options. • Flights may leave out of Asheville, Greenville/Spartanburg, Charlotte, and/or Atlanta. 2 Charter Buses from WCU to and from Commercial/Charter Flight 3 Charter Bus services to and from airport while in Ireland. 4 Charter Bus services to and from all activities while in Ireland. Item # Meal Specifications 5 Full Breakfast Buffet each day at the hotel – Starting 03/12/2024 Item # Accommodations Specifications Seven (7) nights lodging at full-service hotel (3/11/2024 – 3/18/2024) 6 300 Band Members (Preferably Standard Quad Occupancy Accommodations for band members) 7 Twenty (20) Standard Double Occupancy Accommodations (free of charge) 8 Three (3) Directors Upgraded Single Occupancy Accommodations Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 17 9 Ten (10) Driver Standard Single Occupancy Accommodations. Item # Site Inspection Specifications 10 Site Inspection to Ireland for six (6) people. Item # Activities 11 City tour of Dublin 12 Admission to Trinity College 13 Admission to The Book of Kells 14 Admission to St. Patrick’s Cathedral 15 Admission to Malahide Castle and Gardens 16 Admission to Cliffs of Moher 17 Admission to Guinness Factory and Old Jameson Distillery Item # Other Inclusions 18 Group Photo at a major landmark 19 Group Photo of the band marching in parade 20 Rehearsal space for marching band rehearsal 21 Complimentary bus parking at host hotel 22 Complimentary WiFi at hotel 23 Service of Tour Company representative 24 Truck Reimbursement up to $8,000.00 Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 18 25 Must help sponsor trophies and program ad for the 2023 & 2024 Tournament of Campions Marching Competition 26 Post Departure Travel Protection 27 Coach Driver Gratuities 28 One (1) complimentary Director Package (Air+Land), based on double occupancy for every 12 paid students (i.e., 300 students – 25 comp trips) 29 Itinerary and baggage tags per person 5.3 PROJECT ORGANIZATION Vendor shall describe the organizational and operational structure it proposes to utilize for the work described in this RFP and identify the responsibilities to be assigned to each person Vendor proposes to staff the work. 5.4 TECHNICAL APPROACH Vendor’s proposal shall include, in narrative, outline, and/or graph form the Vendor's approach to accomplishing the tasks outlined in the Scope of Work section of this RFP. A description of each task and deliverable and the schedule for accomplishing each shall be included. *Provide specifics of transportation – (Bus service in United States, air travel to and from Ireland, bus services while in Ireland.) * Provide a designated property and their ability to secure one (1) FULL-SERVICE HOTEL that would be able to provide meal services, housing services for 300+ people and have on-site bus parking. * Provide list of required paperwork and processes (such as COVID requirements) for international travel. A description of each task and deliverable and the schedule for accomplishing each shall be included. 6.0 CONTRACT ADMINISTRATION All Contract Administration requirements are conditioned on an award resulting from this solicitation. This information is provided for the Vendor’s planning purposes. 6.1 PROJECT MANAGER AND CUSTOMER SERVICE The Vendor shall be required to designate and make available to the State a project manager. The project manager shall be the State’s point of contact for Contract related issues and issues concerning performance, progress review, scheduling, and service. 6.2 POST AWARD PROJECT REVIEW MEETINGS The Vendor, at the request of the State, shall be required to meet periodically (Minimum of six (6) times over the life of the contract) with the State for Project Review meetings. The purpose of these meetings will be to review project progress reports, discuss Vendor and State performance, address outstanding issues, review problem resolution, provide direction, evaluate continuous improvement and cost saving ideas, and discuss any other pertinent topics. 6.3 CONTINUOUS IMPROVEMENT The State encourages the Vendor to identify opportunities to reduce the total cost the State. A continuous improvement effort consists of various ways to enhance business efficiencies as performance progresses. Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 19 6.4 PERIODIC STATUS REPORTS The Vendor shall be required to provide update reports to the designated Contract Lead on a bi-weekly basis. This report shall include, at a minimum, information concerning progress of securing all aspects of this bid. These reports shall be well organized and easy to read. The Vendor shall submit these reports electronically using Microsoft Excel and as needed, either Microsoft PowerPoint or Microsoft Word. The Vendor shall submit the reports in a timely manner and on a regular schedule as agreed by the parties. Within 14 (fourteen) business days of the award of the Contract the Vendor shall submit a final work plan and a sample report, both to the designated Contract Lead for approval. 6.5 DISPUTE RESOLUTION During the performance of the Contract, the parties agree that it is in their mutual interest to resolve disputes informally. Any claims by the Vendor shall be submitted in writing to the State’s Contract Manager for resolution. Any claims by the State shall be submitted in writing to the Vendor’s Project Manager for resolution. The Parties shall agree to negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under this Contract. The Parties will agree on a reasonable amount of time to resolve a dispute. If a dispute cannot be resolved between the Parties within the agreed upon period, either Party may elect to exercise any other remedies available under the Contract, or at law. This provision, when agreed in the Contract, shall not constitute an agreement by either party to mediate or arbitrate any dispute. 6.6 CONTRACT CHANGES Contract changes, if any, over the life of the Contract shall be implemented by contract amendments agreed to in writing by the State and Vendor. THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 20 ATTACHMENT A: Cost Response BASED ON 300 PEOPLE TRAVELING WHAT IS THE PER PERSON COST OF THE TRIP: $ ___________ TOTAL COST FOR TRIP: $ __________________ While it will be difficult to estimate an accurate total for air transportation until closer to the travel date, we request you list the total amount you have estimated in the above totals for air travel: Per Person cost of estimated air travel: $ ________ Total Cost of estimated air travel: $ __________ Proposal Number: 73-RFP00636 Vendor: __________________________________________ Ver: 11/2021 21 ATTACHMENT B: INSTRUCTIONS TO VENDORS The Instructions to Vendors, which are incorporated herein by this reference, may be found here: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2021.pdf ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS The North Carolina General Terms and Conditions, which are incorporated herein by this reference, may be found here: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_11.2021.pdf ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION Complete and return the Historically Underutilized Businesses (HUB) Vendor Information form, which can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_HUB-Supplemental-Vendor-Information_9.2021.pdf ATTACHMENT E: CUSTOMER REFERENCE FORM Complete and return the Customer Reference Form, which can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Customer_Reference_Template_09.2021.pdf ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR Complete and return the Location of Workers Utilized by Vendor, which can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Location-of-Workers_09.2021.pdf ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION Complete, sign, and return the Certification of Financial Condition, which can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Certification-of-Financial-Condition_09.2021.pdf ATTACHMENT H: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY Complete, sign, and return the ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY associated with this RFP is a separate document that can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/COVID_Policy_Acknowledgement_-_Fillable.pdf *** Failure to Return the Required Attachments May Eliminate Your Response from Further Consideration *** **IMPORTANT NOTICE** RETURN THE REQUIRED ATTACHMENTS WITH YOUR RESPONSE FOLLOW THE LINKS TO ACCESS EACH ATTACHMENT https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_11.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_HUB-Supplemental-Vendor-Information_9.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Customer_Reference_Template_09.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Location-of-Workers_09.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Certification-of-Financial-Condition_09.2021.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/COVID_Policy_Acknowledgement_-_Fillable.pdf

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Travel Services

Due: 06 May, 2024 (in 7 days)Agency: Police Dept.

Travel Agency Services FY2023-2024 Pro Travel of Hattiesburg Inc.

Due: 30 Jun, 2024 (in 2 months)Agency: Pro Travel of Hattiesburg, Inc.

TRAVEL SERVICES

Due: 16 Nov, 2025 (in 18 months)Agency: EXECUTIVE OFFICE OF THE PRESIDENT