Skip to content
Tennessee Department of General Services

Continuing Education Seminars and Newsletters: Tennessee Auctioneer Commission - UPDATED

Solicitation: Not available
Notice ID: tn_cpo__RFP 33501-267301

Federal opportunity from Central Procurement Office • Tennessee Department of General Services. Place of performance: TN.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$68,699,272,131
Sector total $68,699,272,131 • Share 100.0%
Live
Median
$253,715
P10–P90
$29,763$10,909,709
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($68,699,272,131)
Deal sizing
$253,715 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on official portal →
Place of Performance
Not listed — check the files for details.

Point of Contact

Not available

Agency & Office

Department
Tennessee Department of General Services
Agency
Central Procurement Office
Subagency
Central Procurement Office
Office
Not available
Contracting Office Address
Not available

Description

09-18-25 RFP

STATE OF TENNESSEE
DEPARTMENT OF COMMERCE AND INSURANCE

REQUEST FOR PROPOSALS
FOR
CONTINUING EDUCATION SEMINARS AND NEWSLETTERS
FOR THE TENNESSEE AUCTIONEER COMMISSION

RFP # 33501- 267301

RFP CONTENTS
SECTIONS:
1. INTRODUCTION
2. RFP SCHEDULE OF EVENTS
3. RESPONSE REQUIREMENTS
4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS
5. EVALUATION & CONTRACT AWARD
ATTACHMENTS:
6.1. Response Statement of Certifications & Assurances
6.2. Technical Response & Evaluation Guide
6.3. Cost Proposal & Scoring Guide
6.4. Reference Questionnaire
6.5. Score Summary Matrix
6.6. Pro Forma Contract

09-18-25 RFP

RFP # 33501- 267301
1 1. INTRODUCTION

The State of Tennesse e, Department of Commerce and Insurance, her einafter referred to as “the State,”
issues this Request for Proposals (RFP) to define minimum contract requirements; solicit responses;
detail response requirements; and, outline the State’s process for evaluating responses and selecting a
contractor to provide the needed goods or services.

Through this RFP, the State seeks to procure necessary goods or services at the most favorable,
competitive prices and to give ALL qualified respondents , including those that are owned by minorities,
women, service- disabled veterans, persons with disabilities and small business enterprises, an
opportunity to do business with the state as contractors, subcontractors or suppliers.

1.1. Statement of Procurement Purpose
The State intends to secure a contract for the provision of Continuing Education Seminars and a biannual
newsletter for the Tennessee Auctioneer Commission (“Commission”). The Commission is the primary regulatory entity for the auctioneering profession in the state. Its purpose is to license and regulate bid
callers, principal and affiliate auctioneers, and public automobile auctions. The State of Tennessee
licenses approximately one thousand five hundred (1,500) auctioneers. At any given seminar, a
Contrac tor could expect to host up to two hundred (200) attendees.

1.2. Scope of Service, Contract Period, & Required Terms and Conditions

The RFP Attachment 6.6., Pro Forma Contract details the State’s requirements:

 Scope of Services and Deliverables (Section A);
 Contract Period (Section B);
 Payment Terms (Section C);
 Standard Terms and Conditions (Section D); and,
 Special Terms and Conditions (Section E).
The pro forma contract substantially represents the contract document that the successful Respondent
must sign.

1.3. Nondiscrimination
No person shall be excluded from participation in, be denied benefits of, or be otherwise subjected to
discrimination in the performance of a Contract pursuant to this RFP or in the employment practices of the
Contractor on the grounds of handicap or disability, age, race, creed, color, religion, sex, national origin, or any other classification protected by federal, Tennessee state constitutional, or statutory law. The
Contractor pursuant to this RFP shall, upon request, show proof of such nondiscrimination and shall post
in conspicuous places, available to all employees and applicants, notices of nondiscrimination.

1.4. RFP Communications

1.4.1. The State has assigned the following RFP identification number that must be referenced in all
communications regarding this RFP:

RFP # 33501- 267301

1.4.2. Unauthorized contact abo ut this RFP with employees or officials of the State of Tennessee
except as detailed below may result in disqualification from consideration under this procurement process.

1.4.2. 1. Prospective Respondents must direct communications concerning this RFP to the
following person designated as the Solicitation Coordinator :

09-18-25 RFP

RFP # 33501- 267301
2
DeRenne Raley, Sourcing Specialist
Department of General Services, Central Procurement Office
William R. Snodgrass Tennessee Tower, 3rd Floor
312 Rosa L. Parks Avenue
Nashville, TN 37243
615-251-5173
DeRenne.Raley@tn.gov

1.4.2.2. Notwithstanding the foregoing, Prospective Respondents may alternatively contact the
following individual designated by the State to coordinate compliance with the nondiscrimination requirements of the State of Tennessee, Title VI of the Civil Rights
Act of 1964, the Americans with Disabilities Act of 1990, and associated federal regul ations:

Maliaka Bass, Deputy General Counsel
Department of Commerce and Insurance
500 James Robertson Parkway
Nashville, TN 37243 615-741-9594
Maliaka.Bass@tn.gov

1.4.3. Only the State’s official, written responses and communications with Respondents are binding
with regard to this RFP. Oral comm unications between a State official and one or more
Respondents are unofficial and non- binding.

1.4.4. Potential Respondents must ensure that the State receives all written questions and comments,
including questions and requests for clarification, no later than the Written Questions &
Comments Deadline detailed in the RFP Section 2, Schedule of Events .

1.4.5. Respondents must assume the risk of the method of dispatching any communication or response
to the State. The State assumes no responsibility for delays or delivery failures resulting from the Respondent’s method of dispatch. Actual or digital “postmarki ng” of a communication or
response to the State by a specified deadline is not a substitute for the State’s actual receipt of a communication or response. It is encouraged for Respondents to submit bids digitally.
1.4.6. The State will convey all official responses and communications related to this RFP to the
prospective Respondents from whom the State has received a Notice of Intent to Respond (refer
to RFP Section 1.8).

1.4.7. The State reserves the right to determine, at its sole discretion, the method of conveying official,
written responses and communications related to this RFP. Such written communications may
be transmitted by mail, hand- delivery, facsimile, electronic mail, Internet posting, or any other
means deemed reasonable by the State. For internet posting, please refer to the following
website:
https://www.tn.gov/generalservices/procurement/central -procurement -office --cpo -
/supplier -information/request -for-proposals --rfp--opportunities1.html .

1.4.8. The State reserves the right to determine, at its sole discretion, the appropriateness and
adequacy of responses to written comments, questions, and requests related to this RFP. The
State’s official, written responses will constitute an amendment of this RFP.

1.4.9. Any data or factual information provided by the State (in this RFP, an RFP amendment or any
other communication relating to this RFP) is for informational purposes only. The State will make
reasonable efforts to ensure the accuracy of such data or inform ation, however it is the
Respondent’s obligation to independently verify any data or information provided by the State.

09-18-25 RFP

RFP # 33501- 267301
3 The State expressly disclaims the accuracy or adequacy of any information or data that it
provides to prospective Respondents.

1.5. Assistance to Respondents With a Handicap or Disability

Prospective Respondents with a handicap or disability may receive accommodation relating to the
communication of this RFP and participating in the RFP process. Prospective Respondents may contact
the Solicitation Coordinator to request such reasonable accommodation no later than the Disability
Accommodation Request Deadline detailed in the RFP Section 2, Schedule of Events.

1.6. Respondent Required Review & Waiver of Objections

1.6.1. Each prospective Respondent must carefully review this RFP, including but not limited to,
attachments, the RFP Attachment 6.6., Pro Forma Contract , and any amendments, for questions,
comments, defects, objections, or any other matter requiring clarification or correction (collectively called “questions and comments”).

1.6.2. Any prospective Respondent having questions and comments concerning this RFP must provide
them in writing to the State no later than the Written Questions & Comments Deadline detailed in
the RFP Section 2, Schedule of Events.

1.6.3. Protests based on any objection to the RFP shall be considered waived and invalid if the
objection has not been brought to the attention of the State, in writing, by the Written Questions &
Comments Deadline.

1.7. Pre-Response Conference

A Pre -response Conference will be held at the time and date detailed in the RFP Section 2, Schedule of
Events. Pre- response Conference attendance is not mandatory, and prospective Respondents may be
limited to a maximum number of attendees depending upon overall attendance and space limitations.

The conference will be held at:

Microsoft Teams : https://teams.microsoft.com/l/meetup -
join/19%3ameeting_ODE0OTMwNDctZGZhZC00OGRkLTg1ZjQtZDg3ZmE0YTA5ZDM0%40thread.v2/0?
context=%7b%22Tid%22%3a%22f345bebf -0d71- 4337- 9281-
24b941616c36%22%2c%22Oid%22%3a%223a6edfba- 698b -4ce2- 9ae1- cf98f89c8571%22%7d
Meeting ID: 244 963 979 770 20 Passcode: 4wv2cE7G

The purpose of the conference is to discuss the RFP scope of goods or services. The State will entertain questions, however prospective Respondents must understand that the State’s oral response to any
question at the Pre- response Conference shall be unofficial and non- binding. Prospective Respondents
must submit all quest ions, comments, or other concerns regarding the RFP in writing prior to the Written
Questions & Comments Deadline date detai led in the RFP Section 2, Schedule of Events. The State will
send the official response to these questions and comments to prospective Respondents from whom the
State has received a Notice of Intent to respond as indicated in RFP Section 1.8 and on the date detailed
in the RFP Section 2, Schedule of Events.

1.8. Notice of Intent to Respond
Before the Notice of Intent to Respond Deadline detailed in the RFP Section 2, Schedule of Events,
prospective Respondents should submit to the Solicitation Coordinator a Notice of Intent to Respond (in
the form of a simple e- mail or other written communication). Such notice should include the following
information:

 the business or individual’s name (as appropriate) ;

09-18-25 RFP

RFP # 33501- 267301
4  a contact person’s name and title; and
 the contact person’s mailing address, telephone number, facsimile number, and e- mail address .

A Notice of Intent to Respond creates no obligation and is not a prerequisite for submitting a
response, however, it is necessary to ensure receipt of any RFP amendments or other notices and communications relating to this RFP.
1.9. Response Deadline

A Respondent must ensure that the State receives a response no later than the R esponse Deadline time
and date detailed in the RFP Section 2, Schedule of Events. The State will not accept late responses, and a Respondent’s failure to submit a response before the deadline will result in disqualification of the
response. It is the responsibility of the Respondent to ascertain any additional security requirements with
respect to packaging and delivery to the State of Tennessee. Respondent s should be mindful of any
potential delays due to security screening procedures , weather, or other filing delays whether foreseeable
or unforeseeable.

09-18-25 RFP

RFP # 33501- 267301
5 2. RFP SCHEDULE OF EVENTS

2.1. The following RFP Schedule of Events represents the State’s best estimate for this RFP.

EVENT
TIME
(central time zone) DATE

1. RFP Issued January 26, 2026
2. Disability Accommodation Request Deadline 2:00 p.m. January 29, 2026
3. Pre-response Conference 2:00 p.m. February 2, 2026
4. Notice of Intent to Respond Deadline 2:00 p.m. February 3, 2026
5. Written “Questions & Comments” Deadline 2:00 p.m. February 6, 2026
6. State Response to Written “Questions &
Comments” February 25, 2026
7. Response Deadline 2:00 p.m. March 4, 2026
8. State Completion of Technical Response Evaluations March 25, 2026
9. State Opening & Scoring of Cost Proposals 2:00 p.m. March 26, 2026
10. Negotiations (Optional) 4:30 p.m. March 30 – April 1 , 2026
11. State Notice of Intent to Award Released and
RFP Files Opened for Public Inspection 2:00 p.m. April 2 , 2026
12. End of Protest Period April 9 , 2026
13. State sends contract to Contractor for signature April 10 , 2026
14. Contractor Signature Deadline 2:00 p.m. April 13 , 2026

2.2. The State reserves the right, at its sole discretion, to adjust the RFP Schedule of Events as it deems necessary. Any adjustment of the Schedule of Events shall constitute an RFP amendment, and
the State will communicate such to prospective Respondents from whom the State has received a Notice of Intent to Respond (refer to section 1.8).

09-18-25 RFP

RFP # 33501- 267301
6 3. RESPONSE REQUIREMENTS

3.1. Response Form

A response to this RFP must consist of two parts, a Technical Response and a Cost Proposal.

3.1.1. Technical Response. RFP Attachment 6.2., Technical Response & Evaluation Guide provides
the specific requirements for submitting a response. This guide includes mandatory requirement
items, general qualifications and experience items, and technical qualifications, experience, and
approach items all of which must be addressed with a written response and, in some instances,
additional documentation.

NOTICE: A technical response must not include any pricing or cost information.
If any pricing or cost information amounts of any type (even pricing relating to
other projects) is included in any part of the technical response, the state may
deem the response to be non- responsive and reject it.

3.1.1.1. A Respondent should duplicate and use the RFP Attachment 6.2., Technical Response
& Evaluation Guide to organize, reference, and draft the Technical Response by
duplicating the attachment, adding appropriate page numbers as required, and using
the guide as a table of contents covering the Technical Response.

3.1.1.2. A response should be economically prepared, with emphasis on completeness and clarity. A response, as well as any reference material presented, must be written in
English and must be written on standard 8 ½” x 11” pages (although oversize exhibits
are permissible) and use a 12 point font for text. All response pages must be
numbered.

3.1.1.3. All information and documentation included in a Technical Response should
correspond to or address a specific requirement detailed in the RFP Attachment 6.2.,
Technical Response & Evaluation Guide. All information must be incorporated into a
response to a specific requirement and clearly referenced. Any information not
meeting these criteria will be deemed extraneous and will not contribute to evaluations.
3.1.1.4. The State may determine a response to be non- responsive and reject it if:

a. the Respondent fails to organize and properly reference the Technical Response as required by this RFP and the RFP Attachment 6.2., Technical Response &
Evaluation Guide; or

b. the Technical Response document does not appropriately respond to, address, or
meet all of the requirements and response items detailed in the RFP Attachment
6.2., Technical Response & Evaluation Guide.

3.1.2. Cost Proposal . A Cost Proposal must be recorded on an exact duplicate of the RFP Attachment
6.3., Cost Proposal & Scoring Guide .

NOTICE: If a Respondent fails to submit a cost proposal exactly as required, the
State may deem the response to be non -responsive and reject it.

3.1.2.1. A Respondent must only record the proposed cost exactly as required by the RFP
Attachment 6.3., Cost Proposal & Scoring Guide and must NOT record any other rates,
amounts, or information.

09-18-25 RFP

RFP # 33501- 267301
7 3.1.2.2. The proposed cost shall incorporate ALL costs for services under the contract for the
total contract period, including any renewals or extensions.

3.1.2.3. A Respondent must sign and date the Cost Proposal.

3.1.2.4. A Respondent must submit the Cost Proposal to the State in a sealed package
separate from the Technical Response (as detailed in RFP Sections 3.2.3., et seq. ).
3.2. Response Delivery

3.2.1. A Respondent must ensure that both the Technical Response and Cost Proposal files meet all
form and content requirements, including all required signatures, as detailed within this RFP.
3.2.2. A Respondent must submit their response as specified in one of the two formats below.
3.2.2.1. Digital Media Submission
3.2.2.1.1. Technical Response
The Technical Response document should be in the form of one (1) digital document in
“PDF” format properly recorded on its own otherwise blank, standard CD -R recordable
disc or USB flash drive and should be clearly identified as the:

“RFP #33501- 267301 TECHNICAL RESPONSE ORIGINAL”

and one (1) digital cop y of the Technical Response each in the form of one (1) digital
document in “PDF” format properly recorded on its own otherwise blank, standard CD -
R recordable disc or USB flash drive clearly labeled:

“RFP # 33501- 267301 TECHNICAL RESPONSE COPY”

The customer references should be delivered by each reference in accordance with
RFP Attachment 6.4. Reference Questionnaire.

3.2.2.1.2. Cost Proposal :
The Cost Proposal should be in the form of one (1) digital document in “PDF” or “XLS”
format properly recorded on a separate, otherwise blank, standard CD -R recordable
disc or USB flash drive clearly labeled:

“RFP #33501- 267301 COST PROPOSAL”

An electronic or facsimile signature, as applicable, on the Cost Proposal is acceptable.

3.2.2.2. E-mail Submission
3.2.2.2.1. Technical Response
The Technical Response document should be in the form of one (1) digital document in
“PDF” format or other easily accessible digital format attached to an e- mail to the
Solicitation Coordinator. Both the subject and file name should be clearly identified as
follows:
“RFP #33501- 267301 TECHNICAL RESPONSE”

The customer references should be delivered by each refer ence in accordance with RFP Attachment 6.4.
Reference Questionnaire.

09-18-25 RFP

RFP # 33501- 267301
8 3.2.2.2.2. Cost Proposal :
The Cost Proposal should be in the form of one (1) digital document in “PDF” or “XLS”
format or other easily accessible digital format attached to an e- mail to the Solicitation
Coordinator. Both the subject and file name should be clearly identified as fo llows:
“RFP #33501- 267301 COST PROPOSAL”
An electronic or facsimile signature, as applicable, on the Cost Proposal is acceptable.

3.2.3. For e -mail submissions, the Technical Response and Cost Proposal documents must be
dispatched to the Solicitation Coordinator in separate e-mail messages. For digital media
submissions, a Respondent must separate, seal, package, and label the documents and copies
for delivery as follows:

3.2.3.1. The Technical Response and copies must be placed in a sealed package that is clearly
labeled:

“DO NOT OPEN… RFP # 33501- 267301 TECHNICAL RESPONSE FROM
[RESPONDENT LEGAL ENTITY NAME] ”

3.2.3.2. The Cost Proposal must be placed in a separate, sealed package that is clearly
labeled:
“DO NOT OPEN… RFP # 33501- 267301 COST PROPOSAL FROM [RESPONDENT
LEGAL ENTITY NAME] ”

3.2.3.3. The separately, sealed Technical Response and Cost Proposal components may be
enclosed in a larger package for mailing or delivery, provided that the outermost
package is clearly labeled:

“RFP # 33501- 267301 SEALED TECHNICAL RESPONSE & SEALED COST
PROPOSAL FROM [RESPONDENT LEGAL ENTITY NAME] ”

3.2.3.4. Any Respondent wishing to submit a Response in a format other than digital may do so
by contacting the Solicitation Coordinator.

3.2.4. A Respondent must ensure that the State receives a response no later than the Response
Deadline time and date detailed in the RFP Section 2, Schedule of Events at the following
address:

DeRenne Raley, Sourcing Specialist
Department of General Services, Central Procurement Office William R. Snodgrass Tennessee Tower, 3rd Floor
312 Rosa L. Parks Avenue
Nashville, TN 37243
615-251-5173
DeRenne.Raley@tn.gov

3.3. Response & Respondent Prohibitions

3.3.1. A response must not include alternate contract terms and conditions. If a response contains such
terms and conditions, the State, at its sole discretion, may determine the response to be a non-
responsive counteroffer and reject it.

3.3.2. A response must not restrict the rights of the State or otherwise qualify either the offer to deliver
goods or provide services as required by this RFP or the Cost Proposal. If a response restricts

09-18-25 RFP

RFP # 33501- 267301
9 the rights of the State or otherwise qualifies either the offer to deliver goods or provide services
as required by this RFP or the Cost Proposal, the State, at its sole discretion, may determine the
response to be a non- responsive counteroffer and reject it.

3.3.3. A response must not propose alternative goods or services ( i.e., offer services different from
those requested and required by this RFP) unless expressly requested in this RFP. The State
may consider a response of alternative goods or services to be non- responsive and reject it.

3.3.4. A Cost Proposal must be prepared and arrived at independently and must not involve any
collusion between Respondents. The State will reject any Cost Proposal that involves collusion,
consultation, communication, or agreement between Respondent s. Regardless of the time of
detection, the State will consider any such actions to be grounds for response rejection or contract termination.

3.3.5. A Respondent must not provide, for consideration in this RFP process or subsequent contract
negotiations, any information that the Respondent knew or should have known was materially
incorrect. If the State determines that a Respondent has provided such incorrect information, the
State will deem the Response non- responsive and reject it.

3.3.6. A Respondent must not submit more than one Technical Response and one Cost Proposal in
response to this RFP , except as expressly requested by the State in this RFP . If a Respondent
submits more than one Technical Response or more than one Cost Proposal, the State will deem all of the responses non- responsive and reject them.

3.3.7. A Respondent must not submit a response as a prime contractor while also permitting one or
more other Respondents to offer the Respondent as a subcontractor in their own responses.
Such may result in the disqualification of all Respondents knowingly involved. This restrictio n
does not, however, prohibit different Respondents from offering the same subcontractor as a part of their responses (provided that the subcontractor does not also submit a response as a prime
contractor).

3.3.8. The State shall not consider a response from an individual who is, or within the past six (6)
months has been, a State employee. For purposes of this RFP:

3.3.8.1. An individual shall be deemed a State employee until such time as all compensation for
salary, termination pay, and annual leave has been paid;
3.3.8.2. A contract with or a response from a company, corporation, or any other contracting
entity in which a controlling interest is held by any State employee shall be considered to
be a contract with or proposal from the employee; and
3.3.8.3. A contract with or a response from a company, corporation, or any other contracting
entity that employs an individual who is, or within the past six (6) months has been, a
State employee shall not be considered a contract with or a proposal from the employ ee
and shall not constitute a prohibited conflict of interest.
3.3.9. This RFP is also subject to Tenn. Code Ann. § 12- 4-101—105.

3.4. Response Errors & Revisions

A Respondent is responsible for any and all response errors or omissions. A Respondent will not be
allowed to alter or revise response documents after the Response Deadline time and date detailed in the
RFP Section 2, Schedule of Events unless such is for mally requested, in writing, by the State.
3.5. Response Withdrawal

A Respondent may withdraw a submitted response at any time before the Response Deadline time and
date detailed in the RFP Section 2, Schedule of Events by submitting a written request signed by an

09-18-25 RFP

RFP # 33501- 267301
10 authorized Respondent representative. After withdrawing a response, a Respondent may submit another
response at any time before the Response Deadline. After the Response Deadline, a Respondent may
only withdraw all or a portion of a response where the enforcement of the response would impose an
unconscionable hardship on the Respondent.

3.6. Additional Services

If a response offers goods or services in addition to those required by and described in this RFP, the
State, at its sole discretion, may add such services to the contract aw arded as a result of this RFP.
Notwithstanding the foregoing, a Respondent must not propose any additional cost amounts or rates for additional goods or services. Regardless of any additional services offered in a response, the
Respondent’s Cost Proposal must only record the proposed c ost as required in this RFP and must not
record any other rates, amounts, or information.
NOTICE: If a Respondent fails to submit a Cost Proposal exactly as required, the State may deem
the response non -responsive and reject it.

3.7. Response Preparation Costs

The State will not pay any costs associated with the preparation, submittal, or presentation of any
response.

09-18-25 RFP

RFP # 33501- 267301
11 4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS

4.1. RFP Amendment

The State at its sole discretion may amend this RFP, in writing, at any time prior to contract award.
However, prior to any such amendment, the State will consider whether it would negatively impact the
ability of potential Respondents to meet the respons e deadline and revise the RFP Schedule of Events if
deemed appropriate. If an RFP amendment is issued, the State will convey it to potential Respondents
who submitted a Notice of Intent to Respond (refer to RFP Section 1.8). A response must address the
final RFP (including its attachments) as amended.

4.2. RFP Cancellation
The State reserves the right, at its sole discretion, to cancel the RFP or to cancel and reissue this RFP in
accordance with applicable laws and regulations.

4.3. State Right of Rejection

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 17, 2026
Executive summary

The State of Tennessee Department of Commerce and Insurance is seeking proposals for Continuing Education Seminars and biannual newsletters for the Tennessee Auctioneer Commission, referenced as RFP # 33501-267301. The selected contractor will provide educational services to approximately 1,500 licensed auctioneers, with each seminar potentially hosting 200 attendees. The RFP emphasizes competitive pricing and aims to include diverse businesses in the bidding process.

What the buyer is trying to do

The buyer aims to procure services for Continuing Education Seminars and newsletters to enhance professional development among auctioneers in Tennessee.

Work breakdown
  • Review RFP contents including sections on response requirements and evaluation processes.
  • Develop a technical response that follows the evaluation guide provided.
  • Prepare a cost proposal according to the scoring guide suggestions.
  • Compile references as stated in the questionnaire attachments.
  • Create a summary matrix to organize proposal data effectively.
Response package checklist
  • Completed Response Statement of Certifications & Assurances
  • Technical Response & Evaluation Guide adherence
  • Cost Proposal & Scoring Guide details
  • Completed Reference Questionnaire
  • Score Summary Matrix as per guide
Suggested keywords
Continuing EducationAuctioneer CommissionRFP 33501-267301SeminarsNewsletters
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific deadline for submission of proposals.
  • Details on the specific evaluation criteria being used.
  • Information about the current contractors and services provided.
  • The anticipated budget range for the contract.
  • Exact dates for the pre-response conference.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.