Active SLED Opportunity · SOUTH CAROLINA · GREENVILLE COUNTY
AI Summary
Greenville County seeks proposals for Officiating Assignor Services to coordinate officials for approximately 800 youth and adult sports games annually, including basketball, softball, and football. The contract may be awarded to one or multiple vendors. Proposals must detail evaluation systems, pay schedules, and training requirements for officials.
Greenville County seeks proposals from qualified sources capable of providing Officiating Assignor Services for the County in compliance with all governing codes and applicable regulations. It is the County's intent to contract with a firm responsible for coordinating the booking and staffing of officials for the athletic programs outlined in this solicitation.
The County expects the awarded vendor to provide officiating assignor services for approximately 800 games per year. The County reserves the right to award this contract to a single vendor or to multiple vendors by sport or sport category, whichever is deemed most advantageous to the County. Proposers may submit proposals for one or more sports programs. The County is not obligated to award all sports programs to a single assignor.
All proposals must include the following:
1. Details for the system used in evaluating, grading, disciplining, and implementing performance improvement plans for active officials
2. The pay schedule for officials if they are working as part of a shorthanded crew
3. A complete list of all training, certification, and continuing education requirements officials must complete, including but not limited to NAYS, head injury awareness, game management, and player safety.
Greenville County Parks, Recreation and Tourism hosts approximately 800 games per year across four athletic programs. The assignor of record is responsible for scheduling all referees and officials for the following sports:
Adult programs include Basketball and Softball.
Youth programs include Spring Flag Football and Fall Tackle Football
Adult Basketball
Adult Softball
Youth Flag Football
Youth Tackle Football
Officials are scheduled across multiple facilities within Greenville County. The awarded vendor will serve as the primary point of contact for all officiating matters and will work directly with the County's Athletics Department throughout the duration of the contract.
How does the per-team pricing compare to current costs? And to other respondents?
How many years of relevant assigning experience on work of this scale and scope does the respondent have?
How thoroughly are the training requirements for officials outlined? What is the evaluation system for officials? Is the organizational structure clear and concise? What is the method for scheduling officials and delivering a weekly schedule to Greenville County?
At least three professional references must be submitted with the proposal
Oral interviews will not be scored on a separate matrix. Following each interview, individual evaluation committee members may adjust a proposer's Phase 1 written score by up to plus or minus 10 points based on the proposer's demonstrated knowledge, key personnel, and overall fit with the County's programs. The adjusted score becomes the proposer's final score for award purposes.
By submitting an offer, Contractor certifies that it will comply with the applicable requirements of Title 8, Chapter 14 of the South Carolina Code of Laws (originally enacted as Section 3 of The South Carolina Illegal Immigration Reform Act , 2008 S.C. Act No. 280) and agrees to provide upon request any documentation required to establish either: (a) the applicability of Title 8, Chapter 14 to Contractor and any subcontractors or sub-subcontractors; or (b) the compliance with Title 8, Chapter 14 by Contractor and any subcontractor or sub-subcontractor. Pursuant to Section 8-14-60, “A person who knowingly makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this chapter is guilty of a felony, and upon conviction, must be fined within the discretion of the court or imprisoned for not more than five years, or both.” Contractor agrees to include in any contracts with its subcontractors language requiring the subcontractors to (a) comply with the applicable requirements of Title 8, Chapter 14, and (b) include in any contracts with the sub-subcontractors language requiring the sub- subcontractor to comply with the applicable requirements of Title 8, Chapter 14. In the event any contractor, subcontractor and/or sub-subcontractor is found not to be in compliance with the SC Immigration Reform Act [hereinafter "The Act"], the contractor agrees to fully indemnify the County for any loss suffered by the County as a result of such contractor, subcontractor or sub-subcontractor's failure to comply with the Act.
Upon award of contract under this response, the person, partnership, association or corporation to whom the award is made must comply with the laws of South Carolina which require such person or entity to be authorized and/or licensed to do business with this State. Notwithstanding the fact that applicable statutes may exempt or exclude the successful bidder from requirements that it be authorized and/or licensed to do business in this State, by submission of this signed response, the responder understands and agrees to be bound to the jurisdiction and process of the courts of the State of South Carolina, as to all matters and conflicts or future conflicts under the contract and the performance thereof, including any questions as to the liability for taxes, licenses, or fees levied by the State.
The contractor may become involved in situations where a conflict of interest could occur due to individual or organizational activities within the County. The vendor, by submitting a response, is in essence assuring the County that the company, and/or subcontractors, is in compliance with all federal, state, and local conflict of interest laws, statutes, and regulations.
The contractor expressly warrants and certifies that neither the Contractor nor its employees or associates has directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding in conjunction with this response.
By submitting an offer, Contractor certifies that it will comply with the applicable requirements of The Prison Rape Elimination Act of 2003 and agrees to provide or submit the needed information to (a) examine the criminal history of Contractor or any subcontractor who will perform services, which result in contact with inmates and (b) Contractor agrees to disclose any information regarding past history of allegations of sexual harassment or sexual abuse by Contractor or any subcontractor. Contractor and subcontractor agree to complete Training provided by the County and sign an acknowledgement of understanding of PREA requirements. In the event the Contractor or any subcontractor is found not to be in compliance with PREA, the Contractor agrees to fully indemnify the County for any loss suffered by the County as a result of such Contractor or subcontractor’s failure to comply with the Act.
Please upload your COG Substitute W-9 form found in the Attachments Section. Please complete all sections including the Services Provided section of the form. The IRS W9 Form will not be accepted.
Vendors shall upload their proposal information for the RFP. Please review Submission Requirements before uploading. All required documents should be submitted as specified.
If your submission contains confidential information, please upload a redacted version here. It will be the sole discretion of the County to approve any redacted information.
Explanatory Note: The purpose of this question is to confirm the responder’s or offeror’s acknowledgement and acceptance of the terms and conditions of the Solicitation, subject to any exceptions, deviations or modifications to terms or conditions that are expressly requested in the following or that have been requested and approved prior to submission of the Offer. All exceptions, deviations or modifications to the Solicitation, regardless of whether the County approved such items prior to submission of the Offer, must be clearly set forth in this question.
A response of "No" will mean the Offeror takes no exceptions or modifications to the terms and conditions of this solicitation.
A response of "Yes" will mean the Offeror takes exceptions or modifications to the terms and conditions of this solicitation. A response of "Yes" will open another question for any exceptions or modifications to be detailed.
If there are any exceptions, deviations or modifications, please indicate those clearly by referencing the specific language.
If there are multiple exceptions, the Offeror may respond with "Please see details in response." These details must be included in the uploaded response.
(Note: Unacceptable exceptions shall remove the proposal from consideration for award. Greenville County Procurement Division shall be the sole judge on the acceptance of exceptions, deviations or modifications and the decision shall be final.)
The County requires responders to list at least three (3) references including their company name, name of contact, address, telephone number, and email address of contact person with whom the responder has performed or provided similar work, service or product. The reference may be contacted to fill out a short questionnaire on the work with that company. If the reference does not complete the questionnaire by the time requested, the County may ask the responder to give an alternate reference. The County may also ask for additional references if needed.
The County asks that responders do not list Greenville County representatives or departments as a reference.
References MUST be formatted as the following:
Contact Name
Contact email address
Contact Phone Number
Company Name, Address
Project Title of similar work, service or product
Is your agency certified as a Small, Disadvantaged or Minority business? This is for monitoring purposes only. No special consideration will be offered unless specifically notated in the solicitation.
Indicate yes or no if your agency is certified small. disadvantaged, or a minority business.
Indicate below or in your response any certifications held in areas of involvement for small, disadvantaged, or minority business. Certifications shall be uploaded in your response.
The following contact shall have the authority to submit the response to this solicitation, clarify any information needed, and will be the contact for any contract negotiations.
Please identify an authorized contact for your response in the following format.
Full Name of Contact Person:
Title of Contact Person:
Contact Person Telephone Number:
Contact Person Email Address:
See Section 8. Bonds for instructions on submitting Bid Bonds.
Please enter your Bid Bond information from Surety2000 below. For the Vendor ID, if you have done business with the County prior to this solicitation, please enter your County Vendor Number. You may call Procurement Services Division at 864-467-7200 to verify your number. If you have never done business with the County, please enter up to the first five letters of your company name.
Please enter your Bid Bond information from Surety2000 below. For the Vendor ID, if you have done business with the County prior to this solicitation, please enter your County Vendor Number. You may call Procurement Services Division at 864-467-7200 to verify your number. If you have never done business with the County, please enter up to the first five letters of your company name.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.