Medicaid Related Consultants

Agency: State Government of Arkansas
State: Arkansas
Type of Government: State & Local
Posted Date: Mar 1, 2024
Due Date: Mar 20, 2024
Solicitation No: 710-24-037
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
description agency opening date/time bid number buyer
Medicaid Related Consultants Department of Human Services 03/20/2024 02:00 PM CDT 710-24-037

03/01/2024 CST

Attachment Preview

STATE OF ARKANSAS
Department of Human Services
Office of Procurement
700 Main Street
Little Rock, Arkansas 72201
Solicitation Number:
REQUEST FOR QUALIFICATION
SOLICITATION DOCUMENT
SOLICITATION INFORMATION
710-24-037
Solicitation
Issued:
February 20, 2024
Description:
Medicaid Related Consultants
Division:
Department of Human Services
SUBMISSION DEADLINE
Response Submission
Date and Tune
March 20, 2024
1:00 p.m., Central Time
Response Opening
Date and Time:
March 20, 2024
2:00 p.m., Central Time
Proposals shall not be accepted after the designated bid opening date and time. In accordance with Arkansas Procurement Law and
Rules, it is the responsibility of Contractors to submit proposals at the designated location on or before the bid opening date and time.
Proposals received after the designated bid opening date and time shall be considered late and shall be returned to the Contractor
without further review. It is not necessary to return “no bids” to the Office of Procurement (OP).
Drop off Address:
United States mail
(USPS):
Commercial Carrier
(UPS, FedEx or
USPS Exp):
DELIVERY OF RESPONSE DOCUMENTS
Arkansas Department of Human Services
Attn: Office of Procurement
700 Main Street
Little Rock, AR 72201
Note: Hand delivered responses must be delivered directly to the security desk otherwise these
deliveries will not be accepted and may be grounds for disqualification.
Arkansas Department of Human Services
Attn: Office of Procurement
P.O. Box 1437 Slot W345
Little Rock, AR 72203-1437
Arkansas Department of Human Services
Attn: Office of Procurement
112 West 8th Street, Slot W345
Little Rock, AR 72201
Proposal’s Outer
Packaging:
OP Buyer:
Email Address:
DHS Website:
OSP Website:
Delivery providers, USPS, UPS, and FedEx deliver mail to OP’s street address on a schedule determined by
each individual provider. These providers will deliver to OP based solely on the street address. Prospective
Contractors assume all risk for timely, properly submitted deliveries.
Seal outer packaging and properly mark with the following information. If outer packaging of proposal
submission is not properly marked, the package may be opened for proposal identification purposes.
Solicitation number Date and time of proposal opening Vendor’s name and return address
OFFICE OF PROCUREMENT CONTACT INFORMATION
Arnetia Dean
Buyer’s Direct Phone Number:
DHS.OP.Solicitations@dhs.arkansas.gov DHS’s Main Number:
https://humanservices.arkansas.gov/do-business-with-dhs
http://www.arkansas.gov/dfa/procurement/bids/index.php
501-683-5969
501-396-6045
20160104
Bid Solicitation Document
Solicitation No. 710-24-037
SECTION 1 – GENERAL INFORMATION AND INSTRUCTIONS
Do not provide responses to items in this section unless specifically and expressly required.
1.1 INTRODUCTION
This Request for Qualification (RFQ) is issued by the Arkansas Department of Human Services (DHS), Office of
Procurement (OP), to establish a Qualified Vendor List (QVL) comprised of consultants for services related to
Medicaid. The resultant QVL shall be non-mandatory. The QVL may be used by DHS as a means for eliminating
the preliminary step of agreement to standard terms and conditions in future bid solicitations which utilize this
vendor pool. At the time of this solicitation, specific requirements are not available for potential scopes of work
(SOW).
1.2 VENDOR LISTING
A. As a result of this RFQ, DHS intends to establish a QVL of multiple Qualified Contractors that divisions may elect
to provide services.
B. The anticipated starting date for the resulting QVL is April 1, 2024. The initial term of a resulting QVL will be for
one (1) year. Upon mutual agreement by DHS and the vendor, DHS shall have the option to extend the QVL on a
year-to-year basis, for up to six (6) additional one-year terms or a portion thereof. The total term of the QVL shall
not exceed seven (7) years. The State shall have the right to terminate the QVL, or any parts thereof, prior to
exercising any renewal option, if it is in the best interest of the State to do so.
C. The resultant QVL shall be comprised only of those vendors meeting the requirements of this RFQ and whose
responses were received at the designated location (see Response Opening Location) prior to the designated
response opening date and time as established on page one (1) of this solicitation. This RFQ will be closed after
the date specified on page one (1) of this solicitation. The RFQ will reopen for additional vendors to submit their
qualifications to DHS for each extended year on the following schedule:
QVL Effective Date
April 1, 2024 through March 31, 2025
April 1, 2025 through March 31, 2026
April 1, 2026 through March 31, 2027
April 1, 2027 through March 31, 2028
April 1, 2028 through March 31, 2029
April 1, 2029 through March 31, 2030
April 1, 2030 through March 31, 2031
Qualifications Submission Allowed
October 1, 2024 through October 31, 2024
October 1, 2025 through October 31, 2025
October 1, 2026 through October 31, 2026
October 1, 2027 through October 31, 2027
October 1, 2028 through October 31, 2028
October 1, 2029 through October 31, 2029
D. DHS shall be responsible for maintaining and administering the resulting QVL and any resulting contracts. Each
year prior to DHS renewing the QVL for an additional term or portion thereof, DHS will send a renewal notice to
the listed vendors. The renewal notice will detail information and/or documents required from the vendor in order
to continue inclusion on the QVL. Contractors, who do not provide the information and/or documents as specified
in the renewal notice, shall not be included on the renewed QVL. Contractors, who have been removed from the
QVL, shall not have the right to submit a new response for consideration.
E. Throughout any validity period of the QVL, the Contractor shall be responsible for notifying DHS of changes to
their contact information, as well as sending DHS written notification requesting they no longer be listed under a
specific area of expertise. DHS shall not be held responsible for a vendor not receiving communications (i.e.,
renewal information, agency solicitations, etc.) due to a Contractor neglecting to notify the agency’s designated
buyer with updated contact information.
F. A submittal of qualifications and placement on the QVL does not guarantee that the Contractor will be contracted
to perform any services but only serves notice as a desire to be considered.
1.3 INTERGOVERNMENTAL/COOPERATIVE USE OF PROPOSAL AND CONTRACT
In accordance with Arkansas Code §19-11-249, this proposal and resulting contract is available to any State
Agency or Institution of Higher Education that wishes to utilize the services of the selected proposer, and the
proposer agrees, they may enter into an agreement as provided in this solicitation.
Page 2 of 18
Bid Solicitation Document
Solicitation No. 710-24-037
1.4 ISSUING AGENCY
The OP, as the issuing office, is the sole point of contact throughout this solicitation process. Vendor may contact
the OP buyer with procurement-related questions at any time prior to the bid opening. Answers to verbal questions
may be given as a matter of courtesy and must be evaluated at the vendor’s risk.
1.5 RESPONSE OPENING LOCATION
Responses submitted by the opening date and time will be opened via video conference. DHS will publish a link to
the live response opening on the DHS website for public access. Individuals will not be permitted to attend in-
person. If the response opening cannot be held as scheduled due to technical or other issues, DHS will publish an
updated schedule and video conference link on the DHS website.
1.6 ACCEPTANCE OF REQUIREMENTS
A. The words “must” and “shall” signify a Requirement of this solicitation and that the Contractor’s agreement to
and compliance with that item is mandatory.
B. A Contractor’s proposal will be disqualified if a Contractor takes exceptions to any Requirements named in this
RFQ.
C. Contractor may request exceptions to NON-mandatory items. Any such request must be declared on, or as an
attachment to, the appropriate section’s Agreement and Compliance Page. Contractor must clearly explain the
requested exception and should reference the specific solicitation item number to which the exception applies.
(See Agreement and Compliance Page.)
D. DHS must not be required to accept any requested exceptions. Only exceptions expressly accepted by DHS
will become part of the resulting contract.
1.7 DEFINITION OF TERMS
A. Unless otherwise defined herein, all terms defined in Arkansas Procurement Law and used herein have the
same definitions herein as specified therein.
B. “Prospective Contractor,” means a responsible offeror who submits a proposal in response to this solicitation.
“Prospective Contractor,” “Contractor,” “bidder,” “vendor,” and “respondent” are used synonymously in this
document.
C. The terms “buyer” and “Issuing Officer” are used synonymously in this document.
D. The terms “Request for Qualification,” “RFQ,” “RFQ Solicitation,” “Bid Solicitation,” and “Solicitation” are used
synonymously in this document.
E. “Responsive” means a proposal submitted in response to this solicitation that conforms in all material
respects to this RFQ.
F. “Submission Requirement” means a task a Prospective Contractor shall complete when submitting a
response. These requirements will be distinguished by using the term “shall” or “must” in the requirement.
G. “Requirement” means a specification that a Contractor’s commodity and/or service must meet or exceed in the
performance of its contractual duties under any contract awarded as a result of this RFQ. These specifications
will be distinguished by using the terms “shall” or “must” in the requirement.
H. “State” means the State of Arkansas. When the term “State” is used herein to reference any obligation of the
State under a contract that results from this solicitation, that obligation is limited to the State Department using
such a contract.
1.8 RESPONSE DOCUMENTS
A. Original Response Packet
The following items are submission requirements and must be submitted in the original Response Packet.
1. A hard copy of the original Response Packet must be received on or before the bid submittal date and
time. Copy should not be two sided.
Page 3 of 18
Bid Solicitation Document
Solicitation No. 710-24-037
2. The Response Packet should be clearly marked “Original” and must include the following:
a. Original signed Response Signature Page. Signature may be ink or digital (See Response Signature
Page.)
b. Original signed Agreement and Compliance Page. (See Response Packet.)
c. Original Proposed Subcontractors Form. (See Subcontractors.)
d. Other documents and/or information as may be expressly required in this Solicitation.
3. The following items should be submitted in the original Response Packet.
a. Copy of Contractor’s Equal Opportunity Policy. (See Equal Opportunity Policy.)
b. EO 98-04 Disclosure Form, Attachment A. (See Standard Terms and Conditions.)
c. Signed addenda to this RFQ, if applicable. (See Requirement of Addendum.)
4. DO NOT include any other documents or ancillary information, such as a cover letter or
promotional/marketing information.
5. Pricing is not requested for this solicitation and must not be submitted with the response.
B. Pricing
Prospective Contractor shall not include any pricing in their response. Should the Prospective Contractor
response contain any pricing, the response may be rejected.
C. Additional Copies and Redacted Copy of the Response Packet
In addition to the original Response Packet, the following items should be submitted:
1. Additional Copies of the Response Packet
a. One (1) electronic copy of the Response Packet, preferably on flash drive and in PDF format. CDs will
also be acceptable. All items on flash drive or CD should be in PDF format. Do not send electronic
copies via email or fax.
b. All additional hard copies and electronic copies must be identical to the original hard copy. In case of a
discrepancy, the original hard copy shall govern.
c. One (1) redacted copy, in PDF format, if applicable, (marked “REDACTED”) of the original Response
Packet, preferably on a flash drive. A CD will also be acceptable. (See Proprietary Information.)
d. If OP requests additional copies of the proposal, the copies must be delivered within twenty-four (24)
hours of request.
1.9 ORGANIZATION OF RESPONSE DOCUMENTS
A. It is strongly recommended that Contractors adhere to the following format and suggestions when preparing
their Response.
B. The original Response Packet and all copies should be arranged in the following order:
Response Signature Page.
Agreement and Compliance Page.
Signed Addenda, if applicable.
E.O. 98-04 – Contract Grant and Disclosure Form.
Equal Opportunity Policy.
Proposed Subcontractors Form.
Other documents and/or information as may be expressly required in this Bid Solicitation. Label
documents and/or information so as to reference the Bid Solicitation’s item number.
Page 4 of 18
Bid Solicitation Document
Solicitation No. 710-24-037
1.10 RESPONSE SIGNATURE PAGE
A. An official authorized to bind the Contractor(s) to a resultant contract must sign the Signature Page included in
the Response Packet.
B. Contractor’s signature on this page shall signify contractor’s agreement that either of the following shall cause
the contractor’s proposal to be disqualified:
1. Additional terms or conditions submitted intentionally or inadvertently.
2. Any exception that conflicts with a Requirement of this Bid Solicitation.
1.11 AGREEMENT AND COMPLIANCE PAGE
A. Contractor must sign the Agreement and Compliance Page relevant to each section of the Bid Solicitation
Document. The Agreement and Compliance Page is included in the Response Packet.
B. Contractor’s signature on this page shall signify agreement to and compliance with all Requirements within the
designated section.
1.12 SUBCONTRACTORS
A. Contractor must complete and submit the Proposed Subcontractors Form included in the Response Packet to
indicate contractor’s intent to utilize, or to not utilize, subcontractors.
B. Additional subcontractor information may be required or requested in this Solicitation. Do not attach any
additional information to the Proposed Subcontractors Form.
C. The utilization of any proposed subcontractor is subject to approval by the State agency.
1.13 PRIME CONTRACTOR RESPONSIBILITY
A. A single contractor must be identified as the prime contractor and shall be the sole point of contact.
B. The prime Contractor shall be held responsible for the contract and jointly and severally liable with any of its
subcontractors, affiliates, or agents to the State for the performance thereof.
1.14 PROPRIETARY INFORMATION
A. Submission documents pertaining to this Bid Solicitation become the property of the State and are subject to
the Arkansas Freedom of Information Act (FOIA).
B. In accordance with FOIA and to promote maximum competition in the State competitive bidding process, the
State may maintain the confidentiality of certain types of information described in FOIA. Such information may
include trade secrets defined by FOIA and other information exempted from the Public Records Act pursuant to
FOIA.
C. Contractor may designate appropriate portions of its response as confidential, consistent with and to the extent
permitted under the Statutes and Rules set forth above, by submitting a redacted copy of the response.
D. By so redacting any information contained in the response, the Contractor warrants that it has formed a good
faith opinion having received such necessary or proper review by counsel and other knowledgeable advisors
that the portions redacted meet the requirements of the Rules and Statutes set forth above.
E. Under no circumstances will pricing information be designated as confidential.
F. One (1) complete copy of the submission documents from which any proprietary information has been redacted
should be submitted on a flash drive in the Response Packet. A CD is also acceptable. Do not submit
documents via e-mail or fax.
G. Except for the redacted information, the redacted copy must be identical to the original hard copy, reflecting the
same pagination as the original and showing the space from which information was redacted.
H. The Contractor is responsible for identifying all proprietary information and for ensuring the electronic copy is
protected against restoration of redacted data.
Page 5 of 18

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

description agency opening date/time bid number buyer Pharmacy Services Arkansas Department of Human

State Government of Arkansas

Bid Due: 5/07/2024

Mandatory Contract Description Agency Opening Date/Time Bid Number Buyer Occupational Therapist Arkansas School

State Government of Arkansas

Bid Due: 4/29/2024

Options Event # Version Name Category Sub Category Type Reference Open Date Close

City of Little Rock

Bid Due: 4/29/2024

Follow Q201--Harrison, AR Community Based Outpatient Center (CBOC) Active Contract Opportunity Notice ID

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/15/2024