Agency: | State Government of Ohio |
---|---|
State: | Ohio |
Type of Government: | State & Local |
NAICS Category: |
|
Posted Date: | Dec 30, 2024 |
Due Date: | Feb 28, 2025 |
Solicitation No: | SRC0000027052 |
Original Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
Solicitation ID: | SRC0000027052 |
Solicitation Name: | Principles of Early Intervention Service Coordination DCY-C-0146R |
Original Begin Date: | 12/30/2024 12:00:00 AM |
Begin Date: | 12/30/2024 12:00:00 AM |
End Date: | 2/28/2025 1:00:00 PM |
Inquiry End Date: | 2/18/2025 1:00:00 PM |
Commodity: | Specialized educational services |
MBE Set Aside: | MBE Set Aside |
Agency: | KID-Department of Children & Youth |
Solicitation Status: | Open for Bidding |
Solicitation Type: | Request For Proposal (RFP) (Double Envelope) |
In an MBE set-aside solicitation, only those bidders/suppliers with an active MBE certification at the time the solicitation closes can submit a response
|
|||
Solicitation ID
SRC0000027052
|
|||
Solicitation Name
Principles of Early Intervention Service Coordination DCY-C-0146R
|
RFx Type
Request For Proposal (RFP) (Double Envelope)
|
||
Lot #
1
|
Solicitation Status
Open for Bidding
|
||
Round #
2
|
MBE Set Aside
|
||
Begin Date
12/30/2024 12:00:00 AM (EST)
|
Amendment?
|
||
End Date
2/28/2025 1:00:00 PM (EST)
|
Inquiry End Date
2/18/2025 1:00:00 PM
|
||
Summary
The purpose of this RFP is to solicit proposals for obtaining one qualified vendor to provide the content and course build for the state’s Principles of Early Intervention Service Coordination (PoEISC) asynchronous course.
|
|||
Process
OhioBuys training materials can be located at this site: https://procure.ohio.gov/bidders-and-suppliers/resources/Bidder+and+Supplier+Training/02_OB+training |
|||
Ship To
|
|||
1 Record(s)
|
0 Record(s)
|
2 Record(s)
|
STATE OF OHIO
DEPARTMENT OF CHILDREN AND YOUTH
REQUEST FOR PROPOSALS
RFP NUMBER: DCY-C-0146R
The Department of Children and Youth (DCY), is issuing the following Request for Proposals (RFP):
Principles of Early Intervention Service Coordination (PoEISC) RFP
Proposals received after the due date and time will not be evaluated.
This RFP consists of 7 sections, 8 parts, and 1 exhibit, totaling 67 consecutively numbered pages excluding the exhibits. Please verify that you have a complete copy of all documents.
Table of Contents
RFP Details
Section 1 Overview of Work
Section 2 Procurement Authority, RFP Overview, and Calendar of Events
Section 3 Instructions to Offeror
Section 4 Requirements for Proposals
Section 5 Evaluation Process
Section 6 Evaluation Metrics
Section 7 Contract Award
Contract
Part 1 Scope of Work
Part 2 Contract-Specific Terms and Conditions
Part 3 RFP-Specific Terms and Conditions
Part 4 Standard Terms and Conditions
Part 5 Cost Proposal
Part 6 Mutually Agreed Upon Changes
Part 7 Required Forms
Part 8 Sample Contract
Exhibit to RFP and Contract
Exhibit 1 Glossary
RFP DETAILS
Section 1 - Overview of Work
A. Term of Contract
Once awarded, the term of the Contract will be from the effective date stated in the Contract through 6/30/2027. The State may solely renew this Contract at its discretion for a period of one month. Any further renewals will be by mutual agreement between the Contractor and the State. The cumulative time of all mutual renewals may not exceed four years, and each renewal is subject to and contingent upon the discretionary decision of the Ohio General Assembly to appropriate funds for this Contract in each new biennium. The State may renew all or part of this Contract subject to the satisfactory performance of the Contractor and the needs of the Agency.
B. Purpose and Background
The purpose of this RFP is to solicit proposals for obtaining one qualified vendor to provide the content and course build for the state’s Principles of Early Intervention Service Coordination (PoEISC) asynchronous course.
The Ohio Department of Children and Youth (Agency) serves as lead agency for the State’s Early intervention (EI) program, under the federal Individuals with Disabilities Education Act (IDEA). The Agency is mandated to ensure that relevant provisions of IDEA are implemented. Including:
1. Ensure that their EI systems include policies and procedures relating to the establishment and maintenance of qualification standards to ensure that EI personnel are appropriately and adequately prepared and trained (IDEA, Sec 303.119[a]).
2. Ensure that infants, toddlers, and young children with disabilities and their families are provided services by knowledgeable, skilled, competent, and highly qualified personnel, and that enough of these personnel are available in the state to meet service needs (IDEA, Sec 303.118).
3. Provide each infant or toddler with a disability, and that child's family, one service coordinator who is responsible for (a) coordinating all services required across agency lines; and (b) Serving as the single point of contact for carrying out EI activities and protections (IDEA, Sec 303.34[a]). Ohio implements a dedicated EI service coordination model.
C. Scope of Work Overview
An overview of the Work is provided below. The scope of work and requirements are provided in greater detail within Part 1, Scope of Work.
The Agency is seeking proposals from qualified contractors to provide the content and course build for the state’s PoEISC asynchronous course. The course build must meet technical aspects that align with the Agency designated learning management system that will house the training. The course will be designed to meet the federal and state requirements under IDEA Part C to facilitate the necessary training of EI service coordinators. The course content will align with the Ohio EI rules, the mandated roles and responsibilities of the Early Intervention Service Coordination (EISC) under IDEA, and the Knowledge and Skills for Service Coordinators (KSSC) outlined in The Division for Early Childhood/IDEA Infant and Toddlers Coordinators Association joint position statement on service coordination in early intervention.
D. Objectives
The State has the following objectives that it wants this work to fulfill, and it will be the Contractor’s obligation to ensure that the personnel the Contractor provides are qualified to perform their portions of the Work: The development and implementation of the PoEISC is to ensure EI service coordinators meet the below requirements through the development and delivery of effective training.
1. The Division for Early Childhood and the IDEA Infant and Toddlers Coordinators Association published a joint position statement on service coordination in early intervention. The statement describes a service coordinator as having expertise on navigating the EI system, using family centered practices, linking families to community resources, fostering strong family-professional partnerships, and facilitating and documenting the EI process. The EI service coordinator is the family’s single point of contact to ensure that EI services are individualized and appropriate to child and family strengths, interests, and priorities.
2. States and territories are required to ensure that infants, toddlers, and young children with disabilities and their families are provided services by knowledgeable, skilled, competent, and highly qualified personnel IDEA, Sec 303.118 . IDEA allows each US state and territory to develop minimum qualifications for professionals providing service coordination.
3. Ohio Administrative Code (OAC) 5123-10-04 establishes credentialing requirements of early intervention service coordinators and service coordination supervisors. The purpose of the rule is to establish minimum qualifications for obtaining and maintaining EISC and EISC supervisor credentials. The rule outlines pre-service and professional development requirements for these key roles in early intervention.
Section 2 – Procurement Authority, RFP Overview, and Calendar of Events
A. Procurement Authority and RFP Overview
This is a request for competitive sealed proposals (RFP) under Section 125.05 of the Ohio Revised Code (R.C.) and Section 123:5-1-03 of the Ohio Administrative Code (OAC). The State of Ohio, through the Department of Children and Youth (DCY alternatively the State or the Agency), is soliciting competitive sealed proposals (Proposals) for this PoEISC RFP.
If a suitable Proposal is made by an offeror (Offeror) in response to this RFP, The Agency may enter into a contract (Contract). The selected Offeror (the Contractor) will perform all or part of the scope of work described in this RFP (the Work). This RFP provides details on what is required to submit a Proposal for the Work, how the State will evaluate the Proposals, and what will be required of the Contractor in performing the Work.
B. Schedule of Events
The schedule of events for the RFP process and Work is provided in the solicitation general information section in OhioBuys for this RFP. The State may change this schedule at any time. If the State changes the schedule before the Proposal due date, it will post an amendment to this RFP in the OhioBuys public portal. It is each Offeror’s responsibility to monitor the OhioBuys public portal for current information regarding this RFP. Offerors must not contact Agency staff (except as provided in this RFP) until the Contract award is announced.
There are references in this RFP to the Proposal due date. Unless it is clearly stated to the contrary, any such reference means the date and time that the Proposals are due.
Proposals received after 1:00 p.m. on the Proposal due date will not be evaluated. Any failure to meet a deadline or any objection to the dates for performance of the Work may result in the State refusing to consider a Proposal.
Section 3 – Instructions to Offeror
A. Introduction to General Instructions
The following sections provide details on how to get more information about this RFP and how to respond to this RFP. All responses must be complete and in the prescribed format.
B. Contacts
The following person will represent the State:
Matthew Cunningham, Deputy Director
During the performance of the Work, a State representative (Agency Representative) will represent the Agency and be the primary contact for matters relating to the Work. The Agency Representative will be designated in writing after the Contract award.
C. Inquiries
Offerors may not contact the State directly at any time during the solicitation process, however Offerors may make inquiries regarding this RFP any time during the inquiry period listed in the Calendar of Events.
To make an inquiry, Offerors must login to OhioBuys, navigate to the solicitation, open the Inquiry tab and submit their inquiry. Offerors will not receive a personalized e-mail response to their question, nor will they receive notification when the question has been answered. Offerors may view inquiries and responses on the OhioBuys Public Solicitations page by opening the Solicitation Overview and navigating to the inquiries section of that page.
Offerors are to base their proposal responses, and the details and costs of their proposed projects, on the requirements and performance expectations established in this RFP.
The State is under no obligation to acknowledge questions submitted through the Q&A process if those questions are not in accordance with these instructions or deadlines. The State does not consider questions asked during the inquiry period through the inquiry process as exceptions to the requirements or the terms and conditions of this RFP.
The State will try to respond to all inquiries within three business days of receipt, excluding State holidays. The State will not respond to any inquiries received after 8:00 a.m. on the inquiry end date. The State will use its discretion in deciding whether to provide responses as part of this RFP process. Responses to inquiries are not considered changes to the RFP.
D. Restrictions on Communication
Other than the communication options described in this RFP, Offerors must not make unsolicited contact with any elected official or office of the State, any staff member of the Agency, or any agent or representative of the Agency, regarding this RFP. Offerors must not represent themselves to anyone as having the endorsement of the Agency or the State, nor as the Agency’s next supplier of the Work. For contractors currently doing business with the Agency, any communication regarding this RFP is prohibited except as provided for in this RFP. Any such unauthorized contact may result in an Offeror being disqualified from further consideration under this RFP. The State will not discuss the particulars of this RFP process with external parties.
E. Amendments to this RFP
If the State decides to revise this RFP before the Proposal due date, an amendment will be issued in OhioBuys as a new round. If an offeror has submitted a Proposal prior to an amendment being issued and wishes to be considered, the offeror must resubmit their Proposal in response to the latest round of the RFP. Proposals submitted in response to amended RFPs prior to the most recent amendment will not be opened or evaluated. The State may issue amendments any time before Proposals are due, and it is each prospective offeror’s responsibility to check for amendments and other current information regarding this RFP.
Unless otherwise stated in the notice by the State, modifications and withdrawals must be submitted within OhioBuys prior to the end date of the amendment response period. If this RFP provides for a negotiation phase, this procedure will not apply to changes negotiated during that phase. Any modification that is broader in scope than the State has authorized may be rejected and treated as a withdrawal of the Offeror’s Proposal.
F. Proposal Submittal
Each Offeror must submit a technical proposal and a cost proposal as separate sections of its Proposal before the opening time on the Proposal due date and pursuant to the instructions in Section 4.
Each section must be submitted in its own separate, electronic submission as indicated by the solicitation questionnaire. The submission with the technical proposal will be electronically sealed (the electronic envelope), and the submission with the cost proposal will be separately electronically sealed (the electronic envelope).
Each requirement of a Proposal represents only a part of the total basis for a decision to award the Contract, and a failure by an Offeror to make a required submission or meet a Mandatory Requirement normally will result in a rejection of that Proposal. The value assigned to each requirement is used to determine which Proposal is the most advantageous to the State in relation to the other Proposals received. It is not a basis for determining the importance of meeting that requirement.
Offerors must submit their Proposals electronically in OhioBuys before the noted time on the Proposal due date. OhioBuys will not allow submission or modification to a submission after the deadline. An Offeror submitting an electronic Proposal must allow for adequate time for uploading a Proposal prior to the due date and time. Technical difficulties experienced by the Offeror will not be an exception.
Each Offeror must carefully review the requirements of this RFP and the contents of its Proposal. Once opened, Proposals cannot be altered or withdrawn, except as allowed by this RFP.
The State is not responsible for the accuracy of any information regarding this RFP that was gathered through a source other than the inquiry process described in the RFP.
The State may reject any Proposal if the Offeror takes exception to the terms and conditions of this RFP, includes unacceptable assumptions or conditions in its Proposal, fails to comply with the procedure for participating in the RFP process, or fails to meet any requirement of this RFP. The State also may reject any Proposal it believes is not in its interest to accept, cancel this RFP, or decide not to award a Contract to any or all of the Offerors responding to this RFP.
Offerors may not prepare or modify their Proposals on State premises.
All Proposals and other material that Offerors submit will become the property of the State and may be returned only at the State's option. All Proposals will be open to the public after the State has awarded the Contract.
The State will retain all Proposals, or a copy of them, as part of the Contract file for at least 3 years. After the three-year retention period, the State may return, destroy, or otherwise dispose of the Proposals and any copies of them.
The State is not responsible for any costs an Offeror incurs in responding to this RFP or from participating in the evaluation process or negotiations process (if any), regardless of whether the State awards the Contract through this process, decides not to go forward with the Contract award, cancels this RFP for any reason, or contracts for the Work through some other process or through another RFP.
G. Rejection of Proposals Generally
The State may reject any Proposal for the reasons listed in this RFP, that fails to comply with the procedure for participating in the RFP process, that fails to meet the RFP requirements, or that is not in the State’s interest to consider or to accept. In addition, the State may cancel this RFP, reject all Proposals, and seek to do the Work through a new RFP or by other means.
H. Exceptions
The State may reject any Proposal if the Offeror takes exception to the terms and conditions of the Contract or includes unacceptable assumptions or conditions in its Proposal.
I. Proprietary Information
As set forth in Ohio Administrative Code 123:5-1-07 and 123:5-1-08, if an Offeror includes in its Proposal information it considers exempt from disclosure in a public records request, it must submit a redacted version of any document containing such information, as further described in this paragraph. Offerors must only redact (black out) the specific language that is exempt from disclosure pursuant to the Ohio Public Records Act. Examples of actions that are not acceptable for the protection of information in a Proposal include: (a) redaction of sections in their entirety simply because they may contain some information exempt from disclosure pursuant to the Ohio Public Records Act; (b) inclusion of a blanket confidentiality or copyright notice anywhere in the Proposal; and (c) redaction of the cost proposal in its entirety. Prices, makes, models, catalog numbers of the items offered, deliveries, and terms of payment will be available for public inspection regardless of any designation to the contrary.
In addition to the redacted document(s), Offerors must submit a list of each redaction, using the Offeror Redaction Justification Form (Form 7j) in Part 7, with a detailed legal explanation for each redaction to demonstrate that the redacted information is protected under the Ohio Public Records Act. A blanket statement that all redactions are exempt from disclosure pursuant to the Ohio Public Records Act and/or the Uniform Trade Secrets Act is not a sufficient explanation. The redacted version(s) must be submitted as an electronic copy in a searchable PDF format. The redacted version(s) and accompanying explanation, as submitted, will be available for inspection and released in response to public records requests.
The Offeror agrees to indemnify the State, DCY, and the Agency for any court costs, statutory damages, attorney fees, or other award issued against the State, DCY, or the Agency for any violation of the Ohio Public Records Act resulting from the State, DCY, or the Agency providing the Offeror’s redacted version of its Proposal in response to a public records request.
By not submitting a redacted version of the Proposal with accompanying explanation, an Offeror consents to the release of the original Proposal submission in response to a public records request. If redacted version(s) with the accompanying explanation are not submitted, or if an improperly redacted version or insufficient explanation is submitted, the State will advise the Offeror in writing what portions of the Proposal are subject to disclosure in response to public records requests.
J. Changes to Proposals
The State will allow modifications of Proposals only if the State receives them before the Proposal due date. No modifications will be permitted after the Proposal due date, except as authorized by this RFP.
K. Offeror Warranties
By submitting a Proposal, the Offeror acknowledges it has read this RFP, understands it, and agrees to be bound by the requirements of this RFP.
Ohio Revised Code 9.24 prohibits the State from awarding a contract to any entity against whom the Auditor of State has issued a finding for recovery (a "Finding") if the Finding is unresolved at the time of the award. This also applies to renewals of contracts. By submitting a Proposal, the Offeror warrants it is not subject to an unresolved Finding under R.C. 9.24 at the time of its submission. Additionally, the Offeror warrants it will notify the Ohio Department of Children and Youth in writing immediately upon becoming subject to such an unresolved Finding after submitting its Proposal and before the award of a Contract under this RFP. Further, the State may treat any unresolved Finding against the Contractor that prevents a renewal of the Contract as a breach in accordance with the provisions of the Contract.
L. Notice on Use of Social Security Numbers as Federal Tax Identification Numbers
If an Offeror uses its Social Security Number as its Federal Taxpayer Identification Number, please be aware that the information submitted is a public record, and the State may be compelled by Ohio law to release Federal Taxpayer Identification Numbers as a public record. If an Offeror does not want to have its Social Security Number potentially disclosed as a Federal Taxpayer Identification Number, the State encourages Offerors to use a separate Employee Identification Number (EIN) obtained from the United States Internal Revenue Service to serve as the Federal Taxpayer Identification Number.
M. Supplier Registration
Offerors must provide evidence that they are registered with Ohio Shared Services to do business in the State of Ohio. To register to do business in Ohio and to access supplier forms, see Form 7b.
N. Debriefing and Protests
The State maintains a policy that debriefing of the evaluation process will not be conducted. Offerors should not contact the State either during or after the solicitation process to request a debriefing. In lieu of a debriefing, Offerors may file a public records request with the State.
This protest language only pertains to this RFP. A protest may be filed by a prospective Offeror objecting to the process of soliciting the Proposals or an actual Offeror objecting to the subsequent award of a Contract resulting from the RFP. The protest must be in writing and contain the following information:
1. The name, address, and telephone number of the protester.
2. The name and number of the RFP being protested.
3. A detailed statement of the legal and factual grounds for the protest, including copies of any relevant documents.
4. A request for a ruling by the State.
5. A statement as to the form of relief requested from the State; and
6. Any other information the protester believes to be essential to the determination of the factual and legal questions at issue in the written request.
A timely protest will be considered by the State if it is received at the filing location below within the following periods:
7. A protest based on alleged improprieties in the issuance of the RFP, or any other event preceding the Proposal due date, which are apparent or should be apparent must be filed no later than five business days prior to the Proposal due date.
8. If the protest relates to the recommendation of the evaluation team for an award of the Contract, the protest must be filed as soon as practicable after the Offerors are notified of the decision by the State regarding the Proposals.
All protests must be filed at the following location:
Department of Children and Youth
Office of Contracts and Monitoring
Procurement_Inquiries@childrenandyouth.ohio.gov
SUBJECT: this RFP Number and Index Number
O. Disclosure of Proposal Contents
The State will seek to open the Proposals in a manner that avoids disclosing their contents. Additionally, the State will seek to keep the contents of all Proposals confidential until the Contract is awarded; however, the State will prepare a registry of Proposals that contains the name of each Offeror. The public may inspect that registry after the State opens the Proposals and before the Contract award.
P. Unfair Competitive Advantage
Any and all prior work performed by the Offeror or its proposed subcontractor(s) that the State determines results in an unfair competitive advantage to that Offeror, including but not limited to the development of specifications for this RFP, may result in the Offeror’s Proposal being precluded due to a conflict of interest.
Section 4 – Requirements for Proposals
A. Proposal Format
These instructions describe the required format for a responsive Proposal.
Each Proposal must include sufficient data to allow the State to verify the total cost for the Work and all of the Offeror's claims of meeting the RFP's requirements. Each Proposal must respond to every request for information in this RFP, whether the request requires a simple "yes" or "no" or requires a detailed explanation. Simply repeating the RFP's requirement and agreeing to comply may be an unacceptable response and may cause the Proposal to be rejected.
Proposals should use a consistent contrasting font and color so that the responses are readily distinguishable to the State; using the color blue to provide responses is suggested to contrast with the black text of this document. Formats are acceptable that use different typefaces, styles, or shaded backgrounds, so long as the use of these formats is consistent throughout the Offeror’s Proposal and readily distinguishable from the original RFP. Below is an example of the required format for responding to the RFP requirements. Alterations to the State-provided RFP language are strictly prohibited. The State will electronically compare Offeror Proposals to the posted RFP, and deviations or alterations to the State’s RFP requirements may result in a rejection of the Proposal.
Illustrative Example: Customers Served in the Widget Space
Instructions: The Offeror is to describe the customers (i.e., companies, agencies, entities, etc.) served in the Widget domain and the nature of the services provided, as well as the duration of the service. Offeror Response: The Acme Corporation has been in business for over 20 years. Acme is a leading supplier of Widget and Widget-based services with clients in a variety of sectors, including public (23 states) and private (125 companies). |
Offerors are advised to limit Offeror marketing statements and pre-printed technical inserts to the area(s) of the Proposal applicable to those statement(s) and not include duplicative or otherwise repetitive statements throughout its Proposal.
Any additional links or documents incorporated by reference by the Offeror will not become part of the Contract unless expressly accepted by the State.
The Offeror may include any additional information it believes is relevant. All pages, except pre-printed technical inserts, must be sequentially numbered. Any material deviation from the format outlined in this RFP may result in a rejection of the non-conforming Proposal.
Technical Proposal: The Offeror’s technical proposal must be submitted in Microsoft Word® through OhioBuys as instructed in the technical questionnaire in OhioBuys. The technical proposal shall consist of all questionnaire responses and documents submitted in response to this RFP excluding the cost proposal.
Cost Proposal: The Offeror’s cost proposal must be submitted through OhioBuys as instructed in the cost questionnaire in OhioBuys. The cost proposal shall consist of a separate cost section as described in subsection B(2) below and in the required format of Part 5.
B. Proposal Specifics
Each Proposal must contain the following components.
1. Technical proposal components
a. Required Forms. Each Proposal must include the completed forms listed below. All required forms are included in Section 7 unless otherwise indicated.
i. Offeror Certification Form (Form 7a). The Offeror must complete the Offeror Certification Form.
ii. Independent Contractor Acknowledgement Form (Form 7c). Unless the Offeror is a “business entity” as that term is defined in R.C. 145.037 (“an entity with five or more employees that is a corporation, association, firm, limited liability company, partnership, sole proprietorship, or other entity engaged in business”), the Offeror must have any individual performing services under the Contract complete the Independent Contractor Acknowledgement Form
iii. Subcontractor Utilization Form (Form 7d). For each proposed subcontractor, the Offeror must submit a completed Subcontractor Utilization Form signed by someone authorized to legally bind the subcontractor.
iv. Offeror Prior Project Experience and Qualifications Form (Form 7e). The Offeror must utilize the Offeror Prior Project Experience and Qualifications Form to document the Offeror’s previous experience and expertise by completing a form for a minimum of two previous projects in the past five years. These projects must be of similar size, scope, and nature to the Work in this RFP. Details of the similarities must be included.
The form(s) must be filled out completely for each of the projects required. The form(s) contained in this RFP have been customized for the applicable Offeror requirements. Each page of the form(s) may contain minor variations. If an Offeror elects to duplicate the form electronically, the Offeror must carefully review each page of the form to ensure that it has been copied accurately. Failure to duplicate the form exactly may lead to the rejection of the Proposal.
When contacted, each reference provided must be willing to discuss the Offeror’s previous performance on projects detailed on the form(s).
If this RFP allows qualifications and experience to be met through a subcontractor, the Offeror must identify the subcontractor by name in the appropriate part of the form(s) for each reference.
v. Affirmation and Disclosure Form (Form 7f). The Offeror must complete, sign, and submit the Affirmation and Disclosure Form by uploading the signed document with its Proposal.
vi. Candidate Information Education and Training Form (Form 7h). The Offeror must complete a Candidate Information Education and Training Form for each candidate named in this RFP.
vii. Candidate Experience Requirement Form (Form 7i). The Offeror must complete a Candidate Experience Requirement Form for each candidate named in this RFP.
viii. Offeror Redaction Justification Form (Form 7j). The Offeror must complete the Offeror Redaction Justification Form pursuant to the instructions in Section 3(K) and Form 7j if the Offeror includes in its Proposal information it considers exempt from disclosure in a public records request.
ix. Proposed Pre-Existing Materials and Commercial Software Form (Form 7k). The Offeror must complete the Proposed Pre-Existing Materials and Commercial Software Form pursuant to the instructions below.
x. Mandatory Requirements Form (Form 7l). The Offeror must complete the Mandatory Requirements Form(s). The Offeror must demonstrate that it meets all of the Mandatory Requirements listed in the Mandatory Requirements table (Section 7, Table 1). The State will evaluate the Mandatory Requirements Form(s) to determine whether the Proposal meets all of the Mandatory Requirements.
Mandatory Requirements may be met by Offerors or their subcontractors.
b. Scope of Work Response. The Offeror must provide a response to Part 1 – Scope of Work in this section of its Proposal. The content of Part 1 must not be modified. If the content of Part 1 is modified in any way, the applicable Proposal may be disqualified. The Offeror must provide complete and coherent responses to Part 1 and demonstrate the ability to quickly undertake and successfully complete the Work under the Contract.
c. Acceptance of Terms and Conditions. The Offeror must include the entire content of Parts 2 through 4 as a single section in its Proposal. The Offeror must include a statement at the beginning of this section indicating that the Offeror read, understands, and agrees to all of the terms and conditions contained in Parts 2 through 4.
d. Acceptance of Exhibit 2. The Offeror must include the entire content of Exhibit 2 as a single section in its Proposal. The Offeror must include a statement at the beginning of this section indicating that the Offeror read, understands, and agrees to all of the terms and conditions contained in Exhibit 2.
e. Exhibit 3 Response. The Offeror must include a fully completed copy of Exhibit 3 in its Proposal. The Offeror must follow the completion instructions contained in Exhibit 3 and must not modify the content of Exhibit 3.
f. Assumptions. The Offeror must provide a comprehensive list of all the assumptions the Offeror made in preparing the Proposal in Part 6. If any assumption is unacceptable to the State, the State may, in its sole discretion, request that the Offeror remove the assumption or choose to reject the Proposal entirely. No assumptions may be included regarding the outcomes of negotiation, terms and conditions, or requirements. Assumptions should be provided as part of the Proposal as a stand-alone response section that is inclusive of all assumptions with reference(s) to the section(s) of the RFP to which the assumption is applicable. Offerors should not include assumptions elsewhere in their Proposals.
g. Proof of Insurance. The Offeror must provide the certificate of insurance required by Part 2 - Contract-Specific Terms and Conditions. The policy may be written on an occurrence or claims made basis.
h. Payment Address. The Offeror must provide the address to which the State should send payments under the Contract.
i. Affirmative Action. An Offeror must supply as part of its Proposal either a copy of its Affirmative Action plan that has been approved by the State of Ohio or an attestation to the fact that the Offeror has completed the Affirmative Action Program Verification application that is pending approval by the State of Ohio.
j. Legal Notice Address. The Offeror must provide the name, title, and address to which the State should send legal notices under the Contract.
k. Work Plan. The Offeror must submit a Work Plan that will be the basis of a later-created detailed comprehensive plan of action used to guide the Work. In this plan, the Offeror must demonstrate a thorough understanding of the nature of the Work and what the Contractor must do to complete the Work properly. In addition, the Offeror must fully describe its current capacity, approach, methods, and specific processes and procedures for doing the Work. The elements of the Work Plan must include, at a minimum, all tasks and dependencies related to scope definition, requirements gathering, design, development, conversion, testing, benchmarking, implementation, training, and transition, as applicable.
The specifics of the Work Plan must include sufficient detail for the State to understand the Offeror’s knowledge and approach to the following: managing the Work; documenting planning assumptions and decisions; facilitating communication among stakeholders; defining key management review as to content, scope, and schedule; and providing a baseline for progress measurement and Work control.
At a minimum, the Work Plan must include the following:
i. A description of the project management approach; and
ii. A high-level overview of the following subsidiary project management plans:
(a) Integration management,
(b) Scope management,
(c) Schedule management,
(d) Cost management,
(e) Quality management,
(f) Staffing management,
(g) Communications management, and
(h) Risk management (including constraints and assumptions, planned responses, and contingencies).
The Offeror must identify all proposed equipment needed for the Work during the installation, customization (as applicable), implementation, and ongoing operations phases.
The State seeks insightful responses that describe proven state-of-the-art methods. Recommended solutions should demonstrate that the Offeror would be prepared to immediately undertake and successfully complete the Work. The Work Plan should clearly and specifically identify key Work personnel assignments. (NOTE: The Staffing Plan described below should be consistent with the Work Plan).
Additionally, in the Work Plan, the Offeror should address potential and known risks, risk mitigation strategies, and the assumptions used in developing those risk mitigation strategies.
k. Staffing Plan and Time Commitment. The Offeror must provide a Staffing Plan identifying all proposed personnel by position that the Offeror proposes and that are required to do the Work. The Staffing Plan must show each individual’s responsibilities for the Work. The State also requires that the Staffing Plan match the proposed personnel and their qualifications to the activities and tasks set forth in the RFP for the Work. At a minimum, the Staffing Plan must identify the following proposed personnel: one Project Manager, two Functional/Technical Lead, and three Early Intervention Service Coordination Subject Matter Expert on Content Development
In addition, the Staffing Plan must include the following information:
i. An organizational chart, including any subcontractors and key management and administrative personnel assigned to the Work.
ii. A contingency plan showing the ability to add more staff if needed to ensure meeting the Work due date(s).
iii. A statement and a chart that clearly indicate the time commitment of the proposed Project Manager, and other proposed personnel for this Work during each of its phases.
iv. A statement indicating to what extent, if any, the proposed personnel may work on other projects or assignments that are not State related during the term of the Contract. The State may reject any Proposal that commits the proposed Project Manager or any personnel to other projects during the term of the Work, if the State believes that any such commitment may be detrimental to the Offeror’s performance.
v. The Offeror must propose a Work team that collectively meets all of the requirements in this RFP. Each team member may have specific mandatory requirements listed in this RFP that the team member must individually meet.
vi. All proposed personnel must be named and meet the technical experience for the position.
l. Support Requirements from the State. The Offeror must describe the support it requests from the State in addition to any support the State has offered in this RFP. Specifically, the Offeror should address the following in this section of the Proposal:
i. The nature and extent of State support required in terms of staff roles, percentage of time available, etc.
ii. The specific required assistance from State staff and the experience and/or qualification level required for such assistance; and
iii. Other support requirements.
The State may not be able or willing to provide the additional support the Offeror lists in this part of its Proposal. The Offeror must therefore indicate whether its request for additional support is a requirement for its performance. If any part of the list is a requirement, the State may reject the Proposal if the State is unwilling or unable to meet the requirements.
m. Additional Innovation or Value-Added Services. The Offeror may propose additional innovation or value-added services that are outside of the scope of Work that it perceives to be valuable to the State but have not been defined in Part 1 – Scope of Work. In this section, the Offeror must describe in detail any value-added services included in its Proposal above the minimum requirements. The Offeror should also include additional innovation or value-added services that are provided at no additional charge to the State.
n. Offeror Best Practices. The Offeror may propose alternative processing approaches, new tools, services, methodologies, business processes, or any other best practices that demonstrate a commitment to continuous improvement that are not included in Part 1 – Scope of Work for the State’s consideration. In this section, the Offeror must describe in detail any best practices included in its Proposal.
o. Pre-Existing Materials. The Offeror must list any Pre-Existing Materials (defined in Part 2, Section C(1)) that will be included in a Deliverable in the Form 7k in Part 7. The State may reject any Proposal that includes Pre-Existing Materials for a custom solution if the State believes that such is not appropriate or desirable for the Work.
p. Commercial Material. The Offeror must list any Commercial Material (defined in Part 2, Section C(3)), including Commercial Software (defined in Part 2, Section C(4)), that the Offeror will deliver in which the State will have less than full ownership in Form 7k in Part 7. Generally, these will be from third parties. The Offeror need not list patented parts of equipment.
The Offeror must attach the applicable license agreement(s) for all Commercial Material for the State to review. However, the State may require the Offeror or third party to enter into the State’s Master Contract for Software Licensing included in Exhibit 5.
q. Team Requirements. In the case of any requirements for a team of people, the Offeror must submit a team to do the Work that collectively meets all of the team requirements. The experience of multiple candidates may not be combined to meet a single requirement. Further, previous experience of the candidate submitted for a Project Manager position may not be used to meet any other team member requirements. Each candidate proposed for the Work team must meet at least one of the requirements.
2 Cost Proposal components
a. Cost Proposal Form. The Offeror’s total cost for the Work must include all one-time and ongoing costs and be represented as a firm fixed price for a not-to-exceed cost.
Contractor will be paid according to the fee structure within the Cost Proposal Form.
The Offeror must ensure its cost proposals are submitted separately from the technical proposals as indicated in the Proposal Submittal paragraph of RFP Section 4. Cost information must not be included in the technical proposal.
The Offeror may not modify or reformat the Cost Proposal Form. The Offeror must complete the required portions of the Cost Proposal Form. Additionally, all portions of the Cost Proposal Form must be completed in the exact format provided. The Offeror must not include exceptions, additional terms and conditions, or assumptions in the submitted Cost Proposal Form. The State may reject any Proposal with a modified or reformatted Cost Proposal Form; a Cost Proposal Form that is not separately submitted; or a Cost Proposal Form that includes exceptions, additional terms and conditions, or assumptions.
The State will not be liable for any costs the Offeror does not identify in its cost proposal. There will be no additional reimbursement for travel or other related expenses.
b. Alternate Funding. All proposed costs must be based on providing a solution that would be fully funded by the State and independent of any Offeror-recommended alternative funding models.
c. Additional Statements of Work and/or Deliverables. The State requires the Offeror to provide the capability to address additional statements of work and/or Deliverables after award of the Contract. The Offeror’s cost proposal must include, in addition to the not-to-exceed fixed price for the Work, a rate card of positions with corresponding hourly rates applicable for additional statements of work and/or Deliverables added after award of the Contract.
d. Phases. If the Proposal includes phases to complete the Work, the costs for all phases for the design, development, and implementation of the Work must be included as not-to-exceed fixed prices with payments based on Deliverables. Any ongoing maintenance and support costs must be shown as annual costs.
e. Hardware/Software Costs. The Offeror must provide all required costs for packaged software and hardware as necessary for its Proposal.
f. Additional Innovation or Value-Added Services. A tab has been included for the costs of additional innovation or value-added services in the Cost Proposal Form. This pricing will not be included as part of the not-to-exceed fixed pricing for the Work.
g. Offeror Best Practices. A tab has been included for the costs for proposed best practices in the Cost Proposal Form. The Offeror must provide a breakdown of percent discounts from list prices the Offeror proposes for any of these potential best practices. This pricing will not be included as part of the not-to-exceed fixed pricing for the Work.
h. Optional Elements. Elements identified as “Optional” will not be evaluated for scoring purposes. A tab has been included for optional elements in the Cost Proposal Form. This pricing will not be included as part of the not-to-exceed fixed pricing for the Work and must be independent of all pricing proposed in the Cost Proposal Form.
Section 5 – Evaluation Process
...With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Solicitation ID: SRC0000028415 Solicitation Name: FY26/27 Educational Survey Distribution and Data Collection Original
State Government of Ohio
Bid Due: 4/15/2025
Solicitation ID: SRC0000027290 Solicitation Name: DOH 55791 BPHL Laboratory Information Management System (LIMS)
State Government of Ohio
Bid Due: 4/03/2025
Solicitation ID: SRC0000028728 Solicitation Name: OPI FARM 2025 FERTILIZER AND APPLICATION Original Begin
State Government of Ohio
Bid Due: 3/25/2025
Bid Number: 03-03-2025 Bid Title: RFQ - Planning & Demonstration Project Implementation Category:
County of Lorain
Bid Due: 3/24/2025