Physical Therapy Services

Agency: State Government of Arkansas
State: Arkansas
Type of Government: State & Local
NAICS Category:
  • 621340 - Offices of Physical, Occupational and Speech Therapists, and Audiologists
Posted Date: Apr 20, 2024
Due Date: May 1, 2024
Solicitation No: 710-24-083
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
Physical Therapy Services Arkansas Department of Human Services 05/01/2024 11:00 AM CDT 710-24-083

Attachment Preview

STATE OF ARKANSAS
Department of Human Services
Office of Procurement
700 Main Street
Little Rock, Arkansas 72201
INVITATION FOR BID
BID SOLICITATION DOCUMENT
Bid Number:
Description:
Agency:
SOLICITATION INFORMATION
710-24-083
Solicitation Issued: April 19, 2024
Physical Therapy Services for Conway Human Development Center (CHDC)
Department of Human Services (DHS), Division of Developmental Disabilities Services
SUBMISSION DEADLINE
Bid Submission Date/Time May 1, 2024, 10:00 a.m., CST. Bid Opening Date/Time: May 1, 2024, 11:00 a.m., CST.
Bids shall not be accepted after the designated bid submission date and time. In accordance with Arkansas Procurement Law and
Rules, it is the responsibility of vendors to submit proposals at the designated location on or before the bid submission date and time.
Bids received after the designated bid submission date and time shall be considered late and shall be returned to the vendor without
further review. It is not necessary to return no bidsto the Office of Procurement.
Delivery
Address:
United States
mail (USPS):
Commercial
Carrier (UPS,
FedEx or USPS
Exp):
Bid’s Outer
Packaging:
OP Buyer:
Email Address:
DHS Website:
OSP Website:
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
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 bid
submission is not properly marked, the package may be opened for bid identification purposes.
• • • Bid number & name Date and time of bid opening Prospective Contractor's name and return
address
OFFICE OF PROCUREMENT CONTACT INFORMATION
Susie Taylor
Buyer’s Direct Phone Number:
DHS.OP.Solicitations@dhs.arkansas.gov DHS’ Main Number:
https://humanservices.arkansas.gov/do-business-with-dhs
http://www.arkansas.gov/dfa/procurement/bids/index.php
501-682-9603
501-396-6045
Bid Solicitation Document
Bid No. 710-24-083
SECTION 1 - GENERAL INSTRUCTIONS AND INFORMATION
1.1 PURPOSE
This Invitation for Bid (IFB) is issued by the Office of Procurement (OP) for the Arkansas Department of Human
Services (DHS), Division of Developmental Disabilities Services (DDS) seeks to obtain pricing and a contract for
Physical Therapy Services for Conway Human Development Center (CHDC). This is a 24/7 Intermediate Care
Facility for persons (male and female) with developmental disabilities.
The location is as follows:
Conway Human Developmental Center
150 East Siebenmorgen Road
Conway, AR 72032
The Office of Procurement is the sole point of contact throughout this solicitation process.
1.2 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.
1.3 TYPE OF CONTRACT
A. A Term contract will be awarded to a single vendor.
B. Any resultant contract of this Bid Solicitation shall be subject to State approval processes which may include
Legislative review.
C. The term of this contract shall be for one (1) year. The anticipated starting date for the contract is July 1, 2024.
Upon agreement by the vendor and agency the contract may be renewed by the Office of Procurement (OP) on
a year-to-year basis, for up to six (6) additional one-year terms or a portion thereof not to exceed a total
aggregate contract term of seven (7) years.
1.4 ISSUING AGENCY
The OP, as the issuing office, is the sole point of contact throughout this solicitation process. Vendor questions
regarding this Bid Solicitation should be made through the State’s buyer as shown on page two of this document.
Vendor’s questions will be answered as a courtesy and at vendor’s own risk.
1.5 BID OPENING LOCATION
Bids submitted by the opening date and time will be opened via video conference. DHS will publish a link to the live
bid opening on the DHS website for public access. Individuals will not be permitted to attend in-person. If the bid
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 DEFINITION OF REQUIREMENT
A. The words “must” and “shall” signify a Requirement of this solicitation and that vendor’s agreement to and
compliance with that item is mandatory.
B. Exceptions taken to any Requirement in this Bid Solicitation, whether submitted in the vendor’s bid or in
subsequent correspondence, shall cause the vendor’s bid to be disqualified.
1.7 DEFINITION OF TERMS
A. The State Procurement Official has made every effort to use industry-accepted terminology in this Bid
Solicitation and will attempt to further clarify any point of an item in question as indicated in Clarification of Bid
Solicitation.
B. The words “bidder,” “vendor,” and “contractor” are used synonymously in this document.
Page 2 of 21
Bid Solicitation Document
Bid No. 710-24-083
C. The terms “Invitation for Bid”, “IFB” and “Bid Solicitation” are used synonymously in this document.
D. “Direct Patient Care” means therapy and evaluation services and are billable.
E. “Indirect Patient Care” means all other service requirements that are not billable including without limitation:
x Continuing education including but not limited to NAPPI, CPR, training, and orientation.
x Travel (mileage, lodging, etc. will not be billable)
x Screening
x Documentation
x Treatment Team meetings
1.8 RESPONSE DOCUMENTS
A. Bid Response Packet
1. An official authorized to bind the vendor(s) to a resultant contract must sign the Bid Signature Page.
2. Vendor’s signature on this page shall signify vendor’s agreement that either of the following shall cause
the vendor’s bid to be disqualified:
a. Additional terms or conditions submitted intentionally or inadvertently.
b. Any exception that conflicts with a Requirement of this Bid Solicitation.
3. The following items shall be submitted with the Bid Response Packet in a sealed envelope:
a. EO 98-04 Disclosure Form (Attachment A).
b. Copy of Vendor’s Equal Opportunity Policy. (See Equal Opportunity Policy.)
c. Signed addenda to this IFB, if applicable. (See Requirement of Addendum.)
d. Documentation that vendor meets the minimum qualifications outlined in this IFB. (See Minimum
Qualifications.)
4. DO NOT include any other documents or ancillary information, such as a cover letter or
promotional/marketing information. Submit one (1) electronic copy of the response packet, excluding
the Official Bid Price Sheet, preferably on a flash drive and one (1) hard copy. To the extent
possible, all electronic files should be a single document in PDF format.
B. Official Bid Price Sheet. (See Pricing.)
5. Vendor’s original Official Bid Price Sheet must be submitted in hard copy format.
6. Vendor should also submit one (1) electronic copy of the Official Bid Price Sheet, preferably on a flash
drive, in a single PDF file.
7. The Official Bid Price Sheet, including the hard copy and electronic copy, must be separately sealed from
the Bid Response Packet and should be clearly marked as “Pricing.” Vendor must not include any pricing
in the hard copies or electronic copies of the Bid Response Packet.
1.9 AGREEMENT AND COMPLIANCE PAGE
A. Vendor 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 Bid Response Packet.
B. Vendor’s signature on these pages shall signify agreement to and compliance with all requirements within the
designated section.
1.10 SUBCONTRACTORS
A. Vendor must complete and submit the Proposed Subcontractors Form included in the Bid Response Packet to
indicate vendor’s intent to utilize, or to not utilize, subcontractors.
B. Additional subcontractor information may be required or requested in following sections of this Bid 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.
Page 3 of 21
Bid Solicitation Document
Bid No. 710-24-083
1.11 PRICING
A. Vendor(s) must include all pricing on the Official Bid Price Sheet(s) only. Any cost not identified by the
successful vendor but subsequently incurred in order to achieve successful operation shall be borne by the
vendor. The Official Bid Price Sheet is provided in the Bid Response Packet.
B. A justification of prices quoted should be attached to the Official Bid Price Sheet.
C. To allow time to evaluate bids, prices must be valid for one hundred twenty (120) days following the bid
opening.
D. Failure to complete and submit the Official Bid Price Sheet shall result in disqualification.
E. All bid pricing must be in United States dollars and cents.
F. The Official Bid Price Sheet may be reproduced as needed.
1.12 PRIME CONTRACTOR RESPONSIBILITY
A. A joint bid submitted by two (2) or more vendors is acceptable. However, a single vendor must be identified as
the prime contractor.
B. The prime contractor shall be held responsible for the contract and shall be the sole point of contact.
1.13 INDEPENDENT PRICE DETERMINATION
A. By submission of this bid, the vendor certifies, and in the case of a joint response, each party thereto certifies
as to its own organization, that in connection with this bid:
1. The prices in the bid have been arrived at independently, without collusion.
2. No prior information concerning these prices has been received from, or given to, a competitive
company.
B. Evidence of collusion shall warrant consideration of this bid by the Office of the Attorney General. All vendors
shall understand that this paragraph may be used as a basis for litigation.
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. Prospective 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 redacting any information contained in the response, the Prospective 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 Bid Response Packet. A CD is also acceptable. Do not submit
documents via email 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.
Page 4 of 21
Bid Solicitation Document
Bid No. 710-24-083
H. The Prospective Contractor is responsible for identifying all proprietary information and for ensuring the electronic
copy is protected against restoration of redacted data.
I. The redacted copy will be open to public inspection under FOIA without further notice to the Prospective
Contractor.
J. If a redacted copy of the submission documents is not provided with Prospective Contractor’s Bid Response
Packet, a copy of the non-redacted documents, with the exception of financial data (other than pricing), will be
released in response to any request made under FOIA.
K. If the State deems redacted information to be subject to FOIA, the Prospective Contractor will be contacted prior
to release of the documents.
L. The State has no liability to a Prospective Contractor with respect to the disclosure of Prospective Contractor’s
confidential information ordered by a court of competent jurisdiction pursuant to FOIA or other applicable law.
1.15 CAUTION TO VENDORS
A. Prior to any contract award, all communication concerning this Bid Solicitation must be addressed through OP.
B. Vendor must not alter any language in any solicitation document provided by the State.
C. Vendor must not alter the Official Bid Price Sheet.
D. All official documents and correspondence related to this solicitation shall be included as part of the resultant
contract.
E. Bids must be submitted in the English language.
F. The State shall have the right to award or not award a contract, if it is in the best interest of the State to do so.
G. Vendor must provide clarification of any information in their response documents as requested by OP.
H. Bids must meet or exceed all defined specifications as set forth in this Bid Solicitation.
I. Bids must meet all terms and conditions of this Invitation for Bid and the laws of the State of Arkansas.
J. Vendors may submit multiple bids.
1.16 REQUIREMENT OF ADDENDUM
A. This Bid Solicitation shall be modified only by an addendum written and authorized by OP.
B. An addendum posted within three (3) calendar days prior to the bid opening shall extend the bid opening and
may or may not include changes to the Bid Solicitation.
C. The vendor shall be responsible for checking the following websites for any and all addenda up to bid opening:
https://humanservices.arkansas.gov/do-business-with-dhs
https://www.arkansas.gov/dfa/procurement/bids/index.php
1.17 AWARD PROCESS
A. Vendor Selection
1. Award will be made to lowest responsible, responsive bidder based on annual grand total.
Consideration will only be given to those that bid all line items. Bidders must meet minimum
qualifications. Bids must meet or exceed all defined specifications. Bids must meet all terms and
conditions of this Invitation for Bid and the laws of the State of Arkansas.
Page 5 of 21

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 Therapy Services Department of Veterans Affairs

State Government of Arkansas

Bid Due: 5/10/2024

Bid Information Type .PC-Request For Proposal Status Issued Number RFP-24-003 (Education Consultant-Instructor) Issue

Pulaski County

Bid Due: 5/14/2024

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

City of Little Rock

Bid Due: 5/08/2024

description agency opening date/time bid number buyer Home Studies Arkansas Department of Human

State Government of Arkansas

Bid Due: 5/22/2024