RFP - Opportunity to Operate Children¡¯s Educational Center

Agency: State Government of Louisiana
State: Louisiana
Type of Government: State & Local
NAICS Category:
  • 611710 - Educational Support Services
Posted Date: Apr 22, 2024
Due Date: May 1, 2024
Solicitation No: 923456-24-7-3
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
bid number description date issued bid open date/time help
923456-24-7-3 RFP - Opportunity to Operate Children’s Educational Center
Original: 923456-24-7-3
03/27/2024 05/01/2024
2:00:00 PM CT
923456
Addendum 1 - Questions & Answers
Addendum 1: 923456-24-7-3-1
04/22/2024

Attachment Preview

ST. TAMMANY PARISH
MICHAEL B. COOPER
PARISH PRESIDENT
NOTICE OF REQUEST FOR PROPOSALS
ST. TAMMANY PARISH
St. Tammany Parish Government is seeking responses for the following project:
RFP# 24-7-3 Opportunity to Operate Children’s Educational Center
This RFP is available online at: LaPAC Louisiana Procurement and Contract
Network:https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=1
85
It is the Proposer’s responsibility to check the LaPAC website frequently for any possible addenda
that may be issued. The Parish is not responsible for a proposer’s failure to download any addenda
documents required to complete an RFP.
Responses will be received by the Department of Procurement, until 2:00pm CST Wednesday,
May 1, 2024. RFP responses will be opened publicly at the physical location as stated in Section
1.4 of the RFP documents and only respondents who have submitted an RFP response shall be
identified aloud. Prices shall not be read. Each response will be evaluated by designated Parish
personnel after the submission deadline and public opening has passed.
Each Proposal must be sealed. The outside of the envelope, box or package should be marked with
the Proposer’s Name and Address, the Proposal Name, the RFP #, and the Proposal Opening Date.
The successful Respondent must supply St. Tammany Parish Government with all required
documentation as specified in the RFP documents. Said Respondent must also be in Good Standing
and licensed to do business in the State of Louisiana.
PROCUREMENT DEPARTMENT
P.O. BOX 628 | COVINGTON, LOUISIANA | 70434 | PROCUREMENT@STPGOV.ORG 985-898-2520
WWW.STPGOV.ORG
Proposals will be received at the St. Tammany Parish Government Department of Procurement
Office, 21454 Koop Dr., Suite 2F, Mandeville LA., 70471 from each Respondent or his agent, or
by certified mail with return receipt requested.
Procurement Department
PROCUREMENT DEPARTMENT
P.O. BOX 628 | COVINGTON, LOUISIANA | 70434 | PROCUREMENT@STPGOV.ORG 985-898-2520
WWW.STPGOV.ORG
REQUEST FOR PROPOSAL
ST. TAMMANY PARISH GOVERNMENT
Opportunity to Operate
Children’s Educational Center
RFP Number: 24-7-3
Proposal Opening Date: Wednesday, May 1, 2024
Proposal Opening Time: 2:00 PM
March 20, 2024
Version 2024 Q1
TABLE OF CONTENTS
PART I: OVERVIEW ...................................................................................................... 1
1.1 Background/Purpose ......................................................................................... 1
1.2 Definitions .......................................................................................................... 1
1.3 Schedule of Events ............................................................................................ 2
1.4 Proposal Submittal............................................................................................. 2
1.5 Proposal Response Format ............................................................................... 3
PART II: SCOPE OF WORK/SERVICES ....................................................................... 5
2.1 Scope of Work/Services..................................................................................... 5
2.2 Period of Agreement .......................................................................................... 6
2.3 Price Schedule- ................................................................................................. 6
2.4 Deliverables ....................................................................................................... 6
2.5 Location ........................................................................................................... 7
PART III: EVALUATION ................................................................................................. 7
PART IV: PERFORMANCE STANDARDS .................................................................... 7
4.1 Performance Requirements ............................................................................... 7
4.2 Performance Measurement/Evaluation.............................................................. 7
PART V: GENERAL PROVISIONS ................................................................................ 8
5.1 Legibility/Clarity.................................................................................................. 8
5.2 Confidential Information, Trade Secrets, and Proprietary Information ............... 8
5.3 Proposal Clarifications Prior to Submittal........................................................... 9
5.3.1 Pre-proposal Conference............................................................................. 9
5.3.2 Proposer Inquiry Periods ............................................................................. 9
5.3.3 Blackout Period ......................................................................................... 10
5.4 Errors and Omissions in Proposal ................................................................... 11
5.5 Performance Bond ........................................................................................... 11
5.6 Changes, Addenda, Withdrawals..................................................................... 11
5.7 Withdrawal of Proposal .................................................................................... 11
5.8 Material in the RFP .......................................................................................... 11
5.9 Waiver of Administrative Informalities .............................................................. 11
5.10 Proposal Rejection........................................................................................... 11
5.11 Ownership of Proposal .................................................................................... 12
5.12 Cost of Offer Preparation ................................................................................. 12
5.13 Non-negotiable Contract Terms ....................................................................... 12
5.14 Taxes ............................................................................................................... 12
5.15 Proposal Validity .............................................................................................. 12
5.16 Prime Contractor Responsibilities .................................................................... 12
5.17 Use of Subcontractors ..................................................................................... 13
5.18 Written or Oral Discussions/Presentations....................................................... 13
5.19 Acceptance of Proposal Content ..................................................................... 13
5.20 Evaluation and Selection ................................................................................. 13
5.21 Contract Negotiations ...................................................................................... 14
5.22 Contract Award and Execution ........................................................................ 14
5.23 Acknowledgment and Waiver of Protest Rights ............................................... 14
Version 2024 Q1
5.24 Notice of Intent to Award.................................................................................. 14
5.25 Insurance Requirements.................................................................................. 15
5.26 Subcontractor Insurance.................................................................................. 15
5.27 Indemnification and Limitation of Liability ........................................................ 15
5.28 Fidelity Bond Requirements............................................................................. 16
5.29 Payment........................................................................................................... 16
5.29.1 Payment for Services ............................................................................. 16
5.30 Termination...................................................................................................... 16
5.30.1 Termination of the Contract for Cause ................................................... 16
5.30.2 Termination of the Contract for Convenience ......................................... 17
5.30.3 Termination for Non-Appropriation of Funds .......................................... 17
5.30.4 Default of Contractor .............................................................................. 17
5.31 Assignment ...................................................................................................... 17
5.32 No Guarantee of Quantities ............................................................................. 18
5.33 Audit of Records .............................................................................................. 18
5.34 Civil Rights Compliance ................................................................................... 18
5.35 Record Retention ............................................................................................. 18
5.36 Record Ownership ........................................................................................... 18
5.37 Content of Contract/ Order of Precedence ...................................................... 19
5.38 Contract Changes ............................................................................................ 19
5.39 Substitution of Personnel ................................................................................. 19
5.40 Governing Law................................................................................................. 19
5.41 Anti-Kickback Clause ....................................................................................... 19
5.42 Clean Air Act.................................................................................................... 19
5.43 Energy Policy and Conservation Act................................................................ 20
5.44 Clean Water Act............................................................................................... 20
5.45 Anti-Lobbying and Debarment Act ................................................................... 20
Attachment “A” – Site Drawing
Attachment “B” – Sample Scoring Matrix
Attachment “C” – Sample Corporate Resolution
Version 2024 Q1

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Title Ends Time Left 50-24 Mini Golf Ambulances for High Schools 09-May-2024 2:00:00

Ouachita Parish School

Bid Due: 5/09/2024

Title Ends Time Left 5000145017 Sale of Surplus Immovable Parish Property - 1132

Jefferson Parish, LA

Bid Due: 5/26/2024

Title Ends Time Left 48-24 Scoreboards 07-May-2024 2:00:00 PM CDT 25d, 17h+

Ouachita Parish School

Bid Due: 5/07/2024

bid number description date issued bid open date/time help 3000022802 Microfiche and Microfilm

State Government of Louisiana

Bid Due: 5/09/2024