51
STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health Program Office Certified Recovery Peer Specialist Training REQUEST FOR PROPOSAL RFP # 09H11GC1 COMMODITY CODE # 912-200

STATE OF FLORIDA...STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health Program Office Certified Recovery Peer Specialist Training 2 RFP # 09H11GC1

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

STATE OF FLORIDA

DEPARTMENT OF CHILDREN AND FAMILIES

Substance Abuse and Mental Health Program Office

Certified Recovery Peer Specialist Training

REQUEST FOR PROPOSAL

RFP # 09H11GC1

COMMODITY CODE # 912-200

RFP # 09H11GC1 2

TABLE OF CONTENTS SECTION TITLE PAGE

Section 1 INTRODUCTION 1.1 Introduction to the Procurement 4 1.2 Statement of Purpose 4 1.3 Term of Agreement 4 1.4 Contact Person and Procurement Manager 4 1.5 Definitions 4

Section 2 RFP PROCESS 2.1 General 5 2.2 Official Notices and Public Records 5 2.3 Protest and Disputes 5 2.4 Limitations on Contacting Department Personnel 6 2.5 Schedule of Events and Deadlines 7 2.6 Notice of Intent to Submit a Proposal 8 2.7 Solicitation Conference Call 8 2.8 Written Inquiries 8 2.9 Receipt and Rejection of Proposals and Waiver of Minor Irregularities 8 2.10 Request to Withdraw Proposal 8 2.11 Cost of Preparation of Proposal 9 2.12 PUR 1001 9 2.13 Department’s Reserved Rights 9

Section 3 THE SELECTION METHODOLOGY 3.1 Application of Mandatory Requirements 10 3.2 Evaluation Methodology for Ranking 10 3.3 Final Selection and Notice of Intent to Award Contract 11

Section 4 MINIMUM SPECIFICATIONS 4.1 Respondent Qualifications 12 4.2 Minimum Programmatic Specifications 12 4.3 Minimum Financial Specifications 12 4.4 Contract 13 4.5 Order of Precedence 13

Section 5 INSTRUCTIONS FOR RESPONDING TO THE RFP 5.1 How to Submit a Response 14 5.2 Content of the Response 14 5.3 Response Format 20 5.4 Public Records and Trade Secrets 21

APPENDICES

RFP # 09H11GC1 3

APPENDICES TITLE PAGE

Appendix I Notice of Intent to Submit a Proposal 22 Appendix II Respondent’s Statements and Certifications 23

Appendix III Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion For Contracts/Subcontracts

25

Appendix IV Certification Regarding Lobbying: Certification for Contracts, Grants, Loans and Cooperative Agreements

26

Appendix V Project Budget Summary and Detail Instructions 27 Appendix VI Project Budget Summary 28 Appendix VII Proposed Cost Allocation Plan 29 Appendix VIII Mandatory Requirements 30 Appendix IX Instructions to Evaluators 31 Appendix X Rating Summary Sheet 33 Appendix XI Rating Sheets for the Programmatic Proposal (Criterion 1) 34 Appendix XII Rating Sheets for the Programmatic Proposal (Criterion 2) 35 Appendix XIII Rating Sheets for the Programmatic Proposal (Criterion 3) 36 Appendix XIV Rating Sheets for the Programmatic Proposal (Criterion 4) 37 Appendix XV Rating Sheets for the Programmatic Proposal (Criterion 5) 38 Appendix XVI Rating Sheet for the Cost Proposal 39 Appendix XVII Rating Sheet for Financial Stability 40 Exhibit A Florida Certification Board Certification Standard for CRPS-A 41 Exhibit B Florida Certification Board Certification Standard for CRPS-F 42 Exhibit C Florida Certification Board Certification Standard for CRPS 43 Exhibit D CRPS-A Role Delineation Study, Appendix C: Detailed Test Blueprint 44 Exhibit E CRPS-F Role Delineation Study, Appendix C: Detailed Test Blueprint 48

RFP # 09H11GC1 4

SECTION 1: INTRODUCTION

1.1 INTRODUCTION TO THE PROCUREMENT

The Florida Department of Children and Families (Department), Substance Abuse and Mental Health Program Office, is issuing this solicitation to interested parties for the purpose of obtaining Certified Recovery Peer Specialist training services. This solicitation is issued in accordance with the provisions of Section 287.057, Florida Statutes, Chapter 60A-1 of the Florida Administrative Code, and applicable Department policies and procedures. Any person interested in responding to the solicitation must comply with any and all of the terms and conditions described in the solicitation. A failure to read, understand, or comply with the terms of the solicitation may result in the Department’s inability to accept or fully consider the response. Parties interested in responding to the solicitation should read the solicitation in its entirety before contacting the Department’s Contact Person for further information or submitting written inquiries.

1.2 STATEMENT OF PURPOSE

Subject to the availability of funds, the Department is seeking proposals from qualified Respondents to conduct training events for applicants of the certification as an Adult and/or Family Certified Recovery Peer Specialist (CRPS). Training events are expected to be held as face-to-face events in each of the six (6) Department designated Regions to prepare both Adult and Family Certified Recovery Peer Specialist applicants for certification by the Florida Certification Board (FCB).

1.3 TERM OF AGREEMENT

The Department intends to enter into one (1) contract as a result of this RFP. The anticipated start date of the resulting contract is January 1, 2012. The contract shall end on June 30, 2014. The contract may be renewed for a period not to exceed three (3) years or for the term of the original contract, whichever period is longer. Such renewal shall be made by mutual agreement and shall be contingent upon satisfactory performance as determined by the Department and shall be subject to the availability of funds. Any renewal shall be in writing and shall be subject to the same terms and conditions as set forth in the initial contract, including any amendments.

1.4 CONTACT PERSON AND PROCUREMENT MANAGER

This RFP is issued by the State of Florida, Department of Children and Families. The contact point for all communication regarding this RFP is:

Tarha Sondesky, Procurement Manager

Mailing Address:

Florida Department of Children and Families Mental Health Program Office 1317 Winewood Blvd., Building 6, Room 234 Tallahassee, Florida 32399-0700

Email: [email protected]

1.5 DEFINITIONS

1.5.1 Contract Terms

Contract terms used in this document can be found in the Department’s Glossary of Contract Terms, which is hereby incorporated by reference and maintained at the following website: http://ewas.dcf.state.fl.us/asc/glossary/glossary.asp

1.5.2 Program or Service Specific Terms. Program or service specific terms can be found in the Draft Attachment I, which is being posted on the Department of Management Services Vendor Bid System website (VBS) along with this RFP, and is herein incorporated by reference.

RFP # 09H11GC1 5

SECTION 2: RFP PROCESS

2.1 GENERAL

Replies that meet the Mandatory Requirements of this RFP and are otherwise responsive will be eligible for evaluation. Such responsive Respondents will be evaluated and ranked. Following the evaluation and the Secretary’s decision regarding the recommended ranking, the Department will post a notice of intended contract award, identifying the Respondent(s) selected for award. Final contract terms will be established with the selected Respondent(s).

2.2 OFFICIAL NOTICES AND PUBLIC RECORDS

2.2.1 Notices Regarding the RFP. All notices, decisions, intended decisions, and other matters relating to this procurement will be electronically posted on the Department of Management Services’ (DMS) Vendor Bid System (VBS) website located at: http://vbs.dms.state.fl.us/.

In order to find postings at such location:

1. Click on Search Advertisements 2. Under “Agency” select Department of Children and Families 3. Scroll down to the bottom of the screen and click on “Initiate Search”

It is the responsibility of prospective Respondents to check the VBS for addenda, notices of decisions and other information or clarifications to this RFP.

2.2.2 Public Records. All electronic and written communications pertaining to this RFP, whether sent from or received by the Department, are subject to the Florida public records laws.

2.3 PROTESTS AND DISPUTES

2.3.1 Time Limits for Filing Protests. Any person who is adversely affected by the decision or intended decision made by the Department pursuant to this solicitation shall file with the Department a notice of protest in writing within 72 hours (Saturdays, Sundays, and state holidays excluded) after the posting of the notice of decision, or intended decision. The formal written protest shall be filed within ten (10) days after the date the notice of protest is filed.

2.3.2 Protests of the Specifications. With respect to a protest of the terms, conditions and specifications contained in this solicitation, including any provisions governing the methods for ranking proposals, awarding contracts, or modifying or amending any contract, the notice of protest shall be filed in writing within 72 hours (Saturdays, Sundays, and state holidays excluded) after the posting of the solicitation. For purposes of this provision, the term “the solicitation” includes any addendum, response to written questions, clarification or other document concerning the terms, conditions, or specifications of the solicitation. The formal written protest shall be filed within ten (10) days after the date the notice of protest is filed.

2.3.3 Bond Must Accompany Protest. When protesting a decision or intended decision (including a protest of the terms, conditions and specifications contained in the solicitation), the protestor must post a bond equal to one percent (1%) of the Department’s estimated contract amount. The estimated contract amount shall be based upon the contract price submitted by the protestor. If no contract price was submitted, the Department shall provide the estimated contract amount to the protestor within 72 hours (excluding Saturdays, Sundays, and state holidays) after the notice of protest has been filed. The estimated contract amount is not subject to protest pursuant to s. 120.57(3), F. S. The bond shall be conditioned upon the payment of all costs and charges that are adjudged against the protestor in the administrative hearing in which action is brought and in any subsequent appellate court proceeding. FAILURE TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL PROTEST WILL RESULT IN A REJECTION OF THE PROTEST. In lieu of a bond, the Department may accept a cashier’s check, official bank check, or money order in the amount of the bond.

RFP # 09H11GC1 6

2.3.4 Filing a Protest. A notice of protest, formal protest, and bond are “filed” when received by the Contact Person listed in Section 1.4 above. Filing may be achieved by hand-delivery, courier, US Mail or facsimile transfer. Filing by email will not be accepted. All methods of delivery or transmittal to the Department’s Contact Person shall remain the responsibility of the protestor and the risk of non-receipt or delayed receipt shall be upon the protestor. FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN S. 120.57(3), F.S., OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, F.S.

2.4 LIMITATIONS ON CONTACTING DEPARTMENT PERSONNEL

2.4.1 Contact Other than During the Negotiations Phase. Prospective Respondents or persons acting on their behalf may not contact, between the release of this RFP and the end of the 72-hour period (Saturdays, Sundays and state holidays excluded), following the Department's posting of the notice of intended award, Department personnel or any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the Contact Person identified in Section 1.4 above or as provided in this solicitation. Any such contact by an affiliate, a person with a relevant business relationship with a prospective Respondent, or an existing or prospective subcontractor to a prospective Respondent is assumed to be on behalf of a prospective Respondent unless otherwise shown.

2.4.2 Violation of Contact Limitations. Violation of the provisions of Section 2.4 of this RFP will be grounds for rejecting a proposal, if determined by the Department to be material in nature. Violation of Section 2.4 is material in nature if the contact (oral, electronic, or written):

1. is heard or read by a person, prior to the completion of that person's final duties under this RFP, which person is responsible for reviewing, evaluating, scoring, ranking, or selecting Respondents under this RFP, or for advising any such person;

2. (i) advocates for the selection of the prospective Respondent, the disqualification of any other prospective Respondent, or the rejection of all proposals;

(ii) comments on the qualifications of any Respondent or the responsiveness of any proposal;

(ii) presents additional information favorable to the prospective Respondent or adverse to another prospective Respondent; or

(iv) otherwise seeks to influence the outcome of this RFP;

3. may not be waived as a minor irregularity by virtue of the nature, intent, and extent of the information conveyed.

The foregoing does not preclude a determination by the Department that other forms of contact are material violations of the provisions of this RFP.

[THIS SPACE INTENTIONALLY LEFT BLANK]

RFP # 09H11GC1 7

2.5 SCHEDULE OF EVENTS AND DEADLINES

ACTIVITY DATE TIME1 ADDRESS

RFP advertised and released on Vendor Bid System

10/07/2011 5:00 PM Vendor Bid System (VBS): http://vbs.dms.state.fl.us - See Section 2.3 for instructions.

Notice of Intent to Submit a Proposal to be received by the Department no later than: THIS IS NOT MANDATORY

10/13/2011 5:00 PM

FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Rm 234 Tallahassee, FL 32399

[email protected]

Solicitation Conference Call 10/17/2011 2:00 PM Conference Call Number:1-888-808-6959 Access Code: 2644622331

Submission of written inquiries must be received by:

10/19/2011 5:00 PM

FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Rm 234 Tallahassee, FL 32399

[email protected]

Anticipated Department’s response to inquiries

10/24/2011 5:00 PM http://vbs.dms.state.fl.us

Sealed proposals must be received by the Department

11/01/2011 2:00 PM FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Rm 234 Tallahassee, FL 32399

Opening of the proposals 11/01/2011 2:30 PM FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Rm 234 Tallahassee, FL 32399

Meeting of Department evaluators 11/02/2011 10:00 AM

FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Second Floor, Conference Room B, Tallahassee, FL 32399

Conference Call Number:1-888-808-6959 Access Code: 2644622331

Debriefing Meeting of the Department evaluators and ranking of the proposals

11/09/2011 10:00 AM

FL Dept. of Children and Families 1317 Winewood Blvd., Bldg 6, Second Floor, Conference Room B, Tallahassee, FL 32399

Conference Call Number:1-888-808-6959 Access Code: 2644622331

Anticipated posting of Intended Contract Award

11/16/2011 9:00 AM http://vbs.dms.state.fl.us

Anticipated effective date of contract

12/01/2011 N/A

1All times are local time in Tallahassee, Florida.

Although the Department may choose to use additional means of publicizing the results of this procurement, posting on the VBS is the only official notice recognized for the purpose of determining timeliness in the event of a protest.

RFP # 09H11GC1 8

2.6 NOTICE OF INTENT TO SUBMIT A PROPOSAL

Respondents who are interested in responding to this RFP are encouraged to send a Notice of Intent to Submit a Proposal (Appendix I) to the Procurement Manager specified in Section 1.4, on or before the date and time specified in the Schedule of Events and Deadlines (Section 2.5). Submission of a Notice of Intent is not a pre-requisite for acceptance of proposals from prospective Respondents.

2.7 SOLICITATION CONFERENCE CALL

The purpose of the Solicitation Conference Call is to review the RFP with interested Respondents so that areas of misunderstanding or ambiguity are clarified. The Department encourages all prospective Respondents to participate in the solicitation conference, during which Respondents may pose questions. The Solicitation Conference for this RFP will be held at the time and date specified in the Schedule of Events and Deadlines (Section 2.5).

2.7.1 Small and Minority Business Participation. Small Businesses, Certified Minority and Women’s Business Enterprises and Service-Disabled Veteran Business Enterprises are encouraged to participate in any conferences, conference calls, pre-solicitation, or pre-proposal meetings which are scheduled. All Respondents shall be accorded fair and equal treatment.

2.7.2 Official Department Responses. Only responses posted on the VBS website are to be considered official Department responses to the Respondent.

2.7.3 Participation not a Prerequisite. Participation in the solicitation conference is not a pre-requisite for acceptance of proposals from prospective Respondents.

2.8 WRITTEN INQUIRIES

Prospective Respondent questions will only be accepted if submitted in writing to the Procurement Manager specified in Section 1.4, via electronic mail, U.S. mail, or other mail service, and received on or before the date and time specified in Section 2.5, Schedule of Events and Deadlines. No questions will be accepted by facsimile or telephone.

Responses to all inquiries, clarifications, or addenda if made to the RFP, will be made available by the date and time specified in Section 2.5 through electronic posting on the VBS website at: http://vbs.dms.state.fl.us/vbs/main_menu.

2.9 RECEIPT OF PROPOSALS AND WAIVER OF MINOR IRREGULARITIES

2.9.1 Proposal Deadline. Proposals must be received by the Department no later than the date and time provided in Section 2.5, at the address listed in the Schedule of Events and Deadlines. Respondents are encouraged to be aware of any holiday shipping delays and ensure that proposals are received by the stated deadline, as no exceptions will be permitted. All methods of delivery or transmittal to the Department’s Contact Person shall remain the responsibility of the prospective Respondent and the risk of non-receipt or delayed receipt shall be upon the prospective Respondent.

2.9.2 Binding Proposals. Any proposal submitted shall remain a valid offer for at least 90 days after the proposal submission date. Except as provided in Section 2.13.1, no changes, modifications, or additions to the proposal submitted (after the deadline for proposal opening has passed) will be accepted by or be binding on the Department.

2.9.3 Receipt Statement. Proposals not received at either the specified place, or by the specified date and time, or both, will be rejected and returned unopened to the Respondent by the Department. The Department will retain one unopened original for use in the event of a dispute.

2.10 REQUEST TO WITHDRAW PROPOSAL

A written request to withdraw a proposal, signed by the Respondent, may be considered if received by the Department within 72 hours after the proposal opening time and date as specified in Section 2.5. A

RFP # 09H11GC1 9

request received in accordance with this provision may be granted by the Department upon proof of the impossibility to perform based upon an obvious error on the part of the Respondent.

2.11 COST OF PREPARATION OF PROPOSAL

By submitting a proposal, the Respondent agrees that the Department is not liable for any costs incurred by the Respondent in responding to this Invitation to Negotiate.

2.12 PUR 1001

The standard “General Instructions to Respondents” Form PUR 1001 (11/04) is hereby incorporated into this solicitation by reference as if fully recited herein. Sections 3, 4, 5, and 17 of the PUR 1001 Form are not applicable to this solicitation. In the event of any conflict between Form PUR 1001 and this solicitation, the terms of this solicitation shall take precedence over the Form PUR 1001 unless the conflicting term is required by any section of the Florida Statutes, in which case the term contained in PUR 1001 shall take precedence. The PUR 1001 form is available at:

http://dms.myflorida.com/index.php/content/download/1907/8062/version/9/file/1001.doc.

2.13 DEPARTMENT’S RESERVED RIGHTS

2.13.1 Waiver of Minor Irregularities. The Department reserves the right to waive minor irregularities when to do so would be in the best interest of the State of Florida. A minor irregularity is a variation from the terms and conditions of this RFP which does not affect the price of the proposal or give the Respondent a substantial advantage over other Respondents and thereby restrict or stifle competition and does not adversely impact the interest of the Department. At its option, the Department may correct minor irregularities but is under no obligation to do so. In doing so the Department may request a Respondent to provide, and at the request of the Department the Respondent may provide to the Department, clarifying information or additional materials to correct the irregularity. However, the Department will not request and a Respondent may not provide the Department with additional materials that affect the price of the proposal, or give the Respondent an advantage or benefit not enjoyed by other Respondents.

2.13.2 Reserved Rights After Notice of Award. The Department reserves the right, after posting notice thereof, to withdraw or amend its Notice of Award and reopen discussions with any Respondent at any time prior to execution of a contract.

2.13.3 Withdrawal of RFP. The Department reserves the right to withdraw the RFP at any time, including after an award is made when to do so would be in the best interest of the State of Florida, and by doing so assumes no liability to any Respondent.

2.13.4 Other Reserved Rights. The Department reserves all rights described elsewhere in this RFP.

[THIS SPACE INTENTIONALLY LEFT BLANK]

RFP # 09H11GC1 10

SECTION 3: THE SELECTION METHODOLOGY

3.1 APPLICATION OF MANDATORY REQUIREMENTS

A Respondent must comply with all Mandatory Requirements in order to be considered for selection under this RFP. The Mandatory Requirements for this RFP are set forth in Appendix VIII. If the Department determines that a Respondent has failed to meet any of the Mandatory Requirements, unless waived, that Respondent’s proposal will not be evaluated.

The Procurement Manager will examine each proposal to determine whether the proposal meets the Mandatory Requirements specified in Appendix VIII. A proposal that fails to meet the Mandatory Requirements will be deemed nonresponsive and will not be evaluated. Meeting the Mandatory Requirements alone will not impact any ranking in the evaluation process.

3.2 EVALUATION METHODOLOGY FOR RANKING

3.2.1 Recommendation of Evaluators. All proposals that meet the Mandatory Requirements and are determined to be otherwise responsive will be evaluated using the following process:

3.2.1.1 The Department’s evaluators will evaluate each proposal in accordance with the criteria and methodology provided in Section 3.2.3 and the Rating Sheets (Appendices XI-XVI).

3.2.1.2 The Procurement Manager will develop a ranking based on the methodology provided in Section 3.2.3. This ranking will serve as the recommended ranking of the Department’s evaluators.

3.2.2 Recommendation of the Procurement Manager. After developing the recommended ranking per Section 3.2.1.2, the Procurement Manager will provide to the Secretary or his designee a report on proposals deemed nonresponsive and, as to those deemed responsive, the recommended ranking of the evaluators, along with a recommendation for selection of the Respondent(s) to which a contract(s) should be awarded.

3.2.3 Scoring Criteria and Determination of Ranking. The Secretary or his designee will approve a ranking of all responsive Respondents taking into consideration the criteria provided below, the recommended ranking by the Department’s evaluators and the report and recommendation of the Procurement Manager. The criteria for ranking responsive Respondents are:

CRITERIA RELATIVE

VALUE

1. Response to the introduction, scope of service and project goals. 18

2. Description of approach to performing tasks and experience in performing similar tasks.

49.5

3. Experience and approach to training and technical assistance. 15

4. Description of deliverables, performance measures and quality assurance. 9

5. Description of organizational, technology and personnel capacity. 18

6. Cost Proposal 11

7. Financial Stability 6

TOTAL 126.5

The Secretary or his designee is not required to score the proposals in arriving at this ranking, but the Secretary or his designee will base their decision on the criteria set forth in Section 3.2.3.

RFP # 09H11GC1 11

3.3 FINAL SELECTION AND NOTICE OF INTENT TO AWARD CONTRACT

3.3.1 Award Selection. The Department will select for award of the contract the responsive Respondent(s), as determined by the Secretary or his designee, to provide the best value to the State based on the selection criteria outlined in Section 3.2.3.

3.3.2 Identical or Tie Responses. If the Secretary or his designee determines that two (2) or more responses most advantageous to the State are equal with respect to all relevant considerations, including price, quality and service, the award will be made in accordance with Rule 60A-1.011, Florida Administrative Code and Section 295.187, Florida Statutes.

3.3.3 Secretary’s Approval. The Secretary or his designee will approve an award that will provide the best value to the State, based on the selection criteria in Section 3.2.3, taking into consideration the recommended ranking and the scoring by the evaluators and the report and recommendation of the Procurement Manager. In so doing, the Secretary or his designee is not required to score the Respondents, but will base his or her recommendation on the criteria set forth above.

No scoring by the Secretary or his designee will be required in arriving at this selection and award, but the Secretary or his designee will consider the relative importance of price and other evaluation criteria set forth in Section 3.2.3 of this solicitation. The scoring and ranking by the evaluators shall serve as a recommendation only.

The Secretary or his designee will also make a determination as to whether to deem one or more respondents ineligible for award due to the qualifications of the Respondent or the quality of the proposal.

3.3.4 Department’s Reserved Rights. The Department reserves the right to:

3.3.4.1 Select one (1) or more Respondents for the services encompassed by this solicitation, any addenda thereto and any request for additional or revised detailed written proposals or request for best and final offers;

3.3.4.2 Reject any or all proposals received or to withdraw this RFP, even after award, if it is determined to be in the best interest of the Department to do so;

3.3.4.3 Divide the work among Respondents by type of service or geographic area, or both; and

3.3.4.4 Award contracts for less than the entire service area or less than all services encompassed by this solicitation, or both.

3.3.5 Posting Notice of Award. The Department will post a Notice of Intent to Award Contract, stating its intent to enter into one (1) or more contracts with the Respondent or Respondents identified therein, on the DMS VBS website (http://vbs.dms.state.fl.us/vbs/main_menu).

[THIS SPACE INTENTIONALLY LEFT BLANK]

RFP # 09H11GC1 12

SECTION 4: MINIMUM SPECIFICATIONS

4.1 RESPONDENT QUALIFICATIONS

4.1.1 Mandatory Requirements. The vendor must meet the requirements of Sections 5.2.3.2.2 – 5.2.3.2.5 and 5.2.3.2.7.

4.1.2 Respondent Disqualification. In addition to other criteria set forth herein, failure to have performed any previous contractual obligations with the Department or any other State Agency in a manner satisfactory to the Department/State Agency will be sufficient cause for disqualification or termination. To be disqualified as a Respondent under this provision, the Respondent must have:

1. Previously failed to satisfactorily perform in a contract with the Department or any other State Agency, been notified by the Department/State Agency of the unsatisfactory performance, and failed to correct the unsatisfactory performance to the satisfaction of the Department/State Agency;

2. Had a contract terminated by the Department/State Agency for cause; or

3. Failed to sign a Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Contract/Subcontracts (Appendix III) prior to contract execution.

4.1.3 Discriminatory Vendor List. Pursuant to section 287.134, F.S., the following restrictions are placed on the ability of persons placed on the discriminatory vendor list to transact business with the Department: When an entity or affiliate has been placed on the discriminatory vendor list, he/she may not submit a bid on a Contract to provide any goods or services to a public entity, submit a bid on a Contract with a public entity for the construction or repair of a public building or public work, submit bids on leases of real property to a public entity, be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, or transact business with any public entity.

4.1.4 Public Entity Crimes. Pursuant to section 287.133, F.S., the following restrictions are placed on the ability of persons convicted of public entity crimes to transact business with the Department: When a person or affiliate has been placed on the convicted vendor list following a conviction for a public entity crime, he/she may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or the repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017, F.S., for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list.

4.2 MINIMUM PROGRAMMATIC SPECIFICATIONS

The selected Respondent shall perform the tasks outlined in the Draft Attachment I in accordance with al terms thereof, which is being posted on the VBS along with this RFP, and is herein incorporated by reference.

4.3 MINIMUM FINANCIAL SPECIFICATIONS

4.3.1 Funding Source. Funding for these services shall be provided by the Department of Health and Human Services, 93.958, Block Grants for Community Mental Health Services.

RFP # 09H11GC1 13

4.4 CONTRACT

The terms and conditions contained in this RFP document constitute the basis for this procurement and any resulting contract. This RFP and the accepted proposal will become part of any agreement between the parties. The Department’s contract manager will be responsible for rendering decisions in matters of interpretation on all terms and conditions.

The contract awarded as a result of this solicitation will be composed of:

4.4.1 The Department’s Standard Contract. The Department’s Standard Contract contains general contract terms and conditions required by the Department for all Respondents. The Department’s Standard Contract is available as a separate document on the Vendor Bid System along with the advertisement for this RFP.

4.4.2 Attachment I. The Attachment I contains additional contract terms and conditions which are required of the selected Respondent(s)

4.4.3 Additional Documents. All other attachments and exhibits to the contract referenced in this solicitation or the above documents.

4.5 ORDER OF PRECEDENCE

In the event of conflict in terms among the foregoing, the following order of precedence will apply. The proposal submitted in response to this solicitation may be incorporated into or attached to the contract but will not change the provisions of the below documents.

4.5.1 Attachment I

4.5.2 The Department’s Standard Contract

4.5.3 The RFP document (including all Appendices and Exhibits referred herein)

4.5.4 The Respondent’s proposal submitted in response to this solicitation may be incorporated into or attached to the contract but will not change the provisions and requirements of the above documents.

[THIS SPACE INTENTIONALLY LEFT BLANK]

RFP # 09H11GC1 14

SECTION 5: INSTRUCTIONS FOR RESPONDING TO THE RFP

5.1 HOW TO SUBMIT A RESPONSE

5.1.1 Mandatory Response Deadline. All responses must be received by the Procurement Manager by the deadline, and at the location set forth in Section 2.5, Schedule of Events and Deadlines

5.1.2 Electronic Responses Not Acceptable. Facsimile or electronic transmissions of responses will not be accepted. The Respondent may choose the appropriate means for delivery, and is responsible for receipt of the response by the Procurement Manager at the address listed in Section 1.4 by the date and time indicated in Section 2.5. Late responses will not be evaluated.

5.1.3 Response Amendments. Any amendments to the response as originally submitted by the Respondent, not required by the Department, must comply with the requirements of this section and must be received on or before the due date as specified in Section 2.5.

5.1.4 Number of Copies Required. Respondents shall submit one (1) original and three (3) copies of the Programmatic Response, one (1) original and one (1) copy of the Cost Response, and two (2) copies of the Financial Stability Documentation. The original copy of both the Programmatic Response and the Cost Response submitted to the Department must contain an original signature of an official who is authorized to bind the Respondent to their response. Two (2) copies of electronic versions of the response, each containing all three (3) parts of the response (programmatic, cost, and financial stability), identical to the hard copies, must also be submitted with the hard copies (see Section 5.3.5. for formatting instructions).

5.1.5 Responses to be in Sealed Envelopes. The original and each copy of the Programmatic Response, the Cost Response, the Financial Stability Documentation, and the electronic versions must be individually sealed in separate envelopes. The outside of each envelope must be clearly marked with the following;

5.1.5.1 title of the response,

5.1.5.2 RFP number,

5.1.5.3 Respondent's name;

5.1.5.4 identification of enclosed documents; and

5.1.5.5 the original response must be clearly marked as such, and the copies identified and numbered (i.e., original, copy #1 of 3, etc).

All individually sealed envelopes must be placed in an appropriate sealed mailing container. Clearly mark the exterior of the mailing container “Response to DCF RFP# 09H11GC1 for Substance Abuse Prevention Workforce Development Services.”

5.2 CONTENT OF THE RESPONSE

5.2.1 Title Page. The first page of the Programmatic Response shall be a Title Page that contains the following information:

5.2.1.1 Department to which proposal is submitted;

5.2.1.2 Title of proposal;

5.2.1.3 RFP number;

5.2.1.4 Identification of enclosed documents;

5.2.1.5 Prospective Respondent’s name and federal tax identification number;

5.2.1.6 Name, title, telephone number and address of person who can respond to inquiries regarding the proposal; and

RFP # 09H11GC1 15

5.2.1.7 Name of program coordinator (if known).

5.2.2 Respondent’s Cross Reference Table. Programmatic proposals must include a cross-reference between the proposal and the RFP requirements in Section 5. The Programmatic Proposal cross-reference table must be directly behind the title page. The cross-reference tables must be formatted as follows:

SAMPLE RFP / PROPOSAL CROSS REFERENCE TABLE

RFP PROPOSAL

Page(s) Sect/Part Subject Subject Page(s) Sect/ Part

37 5.2 Title Page Title Page

38 5.2.3

Required Respondent’s Statements and Certifications – Mandatory Requirements

Required Respondent’s Statements and Certifications – Mandatory Requirements

40 5.2.5 Description of Approach To Performing Tasks

Description of Approach To Performing Tasks

5.2.3 Programmatic Proposal – Tab 1: Required Respondent’s Statements and Certifications – Mandatory Requirements

Mandatory Requirements are listed in Appendix VIII. Failure to comply with each and every Mandatory Requirement will render a proposal non-responsive and ineligible for further evaluation.

5.2.3.1 Receipt of Proposal. The proposal was received by the Procurement Manager by the time, date and at the location specified in Section 2.5.

5.2.3.2 Statements and Certifications. The proposal must include a signed Appendix II, completed with the required information for the following Mandatory Requirements;

5.2.3.2.1 Acceptance of Contract Terms and Conditions. The proposal must include a signed statement in response to the RFP indicating acceptance of the terms and conditions governing the provision of services as specified in the RFP and contained in the resulting contract.

5.2.3.2.2 Statement of No Involvement. The proposal must include a signed statement indicating that neither the prospective Respondent, nor any person with an interest in the firm, has been awarded a contract by the Department of Children and Families on a noncompetitive basis to perform a feasibility study concerning the scope of work contained in this Solicitation, or participated in drafting this Solicitation, or developed a program for future implementation with specific subject matter contained in this Solicitation.

5.2.3.2.3 Conflict of Interest Statement (Non-Collusion). The proposal must include a signed statement indicating that the proposal is made without collusion with any other party.

5.2.3.2.4 Proof of Signature Authority. The proposal must include a signed statement indicating the name of the individual, if the Respondent is a

RFP # 09H11GC1 16

sole proprietorship, or individual representative of the Respondent agency who is authorized to sign the RFP, accompanied by, if applicable, a delegation of signature authority letter or corporate resolution.

5.2.3.2.5 Drug Free Workplace. The proposal must include a signed statement indicating that the Respondent maintains a drug-free workplace environment in accordance with Chapter 287.087, F.S., and will continue to promote this policy through implementation of that section.

5.2.3.3 Certification Regarding Debarment. The proposal must include a completed and signed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Contracts/Subcontracts. (Appendix III)

5.2.3.4 Certification Regarding Lobbying. The proposal must include a completed and signed copy of the Certification Regarding Lobbying. (Appendix IV)

5.2.3.5 Evidence of Authority to Do Business in the State of Florida. Any Respondent, other than a governmental entity or public health trust organized pursuant to Part II of Chapter 154, F.S., must provide evidence of each corporation, partnership, firm, and person’s ability to do business in the State of Florida. Domestic and foreign profit and nonprofit corporations, limited liability companies, and limited partnerships must supply a current Certificate of Status from the Florida Department of State’s office. To access and print the Certificate of Status online, log on to www.sunbiz.org. Choose the link for “Electronic Certification,” and then choose the link for “Certificate of Status”. General Partnerships and limited liability partnerships must furnish evidence of registration with the Florida Department of State. Respondents may telephone the Department of State’s office at 850-245-6053 to obtain a current Certificate of Status or evidence of registration. A copy of the current Certificate of Status or evidence of registration must be included in the Respondent’s proposal.

5.2.3.6 Liability Insurance Coverage. The proposal must include a copy of the Respondent’s verification of Liability Insurance Coverage as provided in Section 10 of the Standard Contract. The Department’s Standard Contract is available as a separate document on the Vendor Bid System along with the advertisement for this RFP.

5.2.3.7 Respondent Registration in MyFloridaMarketPlace. To comply with Rule 60A-1.030, Florida Administrative Code (F.A.C.), each selected Respondent doing business with the State for the sale of commodities or contractual services as defined in section 287.012 F.S., shall register in the MyFloridaMarketPlace system, unless exempted under Rule 60A-1030(3), F.A.C., in order to be paid. Information about the registration process is available, and registration may be completed, at http://myfloridamarketplace.com. All Respondents are responsible for submitting evidence of registration, or proof of exemption by Rule from registration, with any response to a Request for Proposal.

5.2.3.8 Programmatic Proposal. The proposal must include a separate programmatic proposal, as detailed in Sections 5.2.3 through 5.2.8.

5.2.3.9 Cost Proposal. The proposal must include a separate cost proposal, as detailed in Section 5.2.9.

5.2.3.10 Financial Stability. The proposal must include independent financial and compliance audit reports and/or certified financial statements for the three (3) most recent years as detailed in Section 5.2.10.

5.2.3.11 Approval to Provide Training. The proposal must include proof that the respondent is approved by the Florida Certification Board (FCB) to provide

RFP # 09H11GC1 17

Certified Recovery Peer Specialist Training for both the Adult and the Family Designations.

5.2.3.12 Curriculum. The proposal must include a completed curriculum which includes a summary of the curriculum and a crosswalk that identifies where the job tasked for each of the domains for CRPS-A, CRPS-F, and CRPS are addressed in the curriculum. (Certification standards for the domains can be found in Exhibit A, Exhibit B, and Exhibit C of this RFP.)

5.2.4 Programmatic Proposal – Criterion 1/Tab 2: Response to Introduction, Scope of Service, and Goals

5.2.4.1 Statement of Need. Provide a brief explanation describing the Respondent’s understanding of the need for Certified Recovery Peer Specialist Training services required in this RFP. Demonstrate an understanding of the need for the services the project will provide and the effects of resulting outcomes.

5.2.4.2 Scope of Service. Provide a summary of the manner in which the Respondent proposes to provide the best and most cost effective Certified Recovery Peer Specialist Training opportunities for individuals and family members who must deal with issues related to mental illnesses and substance abuse disorders. The successful Respondent shall offer training to a minimum of 60 CRPS-A applicants and 60 CRPS-F applicants in the first year of the contract. The successful Respondent shall offer training to a minimum of 120 CRPS-A applicants and 60 CRPS-F applicants in the subsequent years of the contract. The training events will be held throughout the Department’s various Regions. Final training event locations are subject to the Department’s approval. Should additional funding become available, the scope of service may be expanded to include training for applicants of the certification for the Certified Recovery Support Specialist (CRSS) designation.

5.2.4.3 Major Project Goals. Provide an overview of the Respondent’s service delivery model and how the project will attain and support the Department’s primary goal to have applicants to pass the CRPS certification test administered by the FCB.

5.2.5 Programmatic Proposal – Scoring Criterion 2/Tab 3: Description of Approach to Performing Tasks and Respondent Experience in Performing Similar Tasks

5.2.5.1 Knowledge, Capacity and Experience. Describe the Respondent’s knowledge, capacity and experience with the following topics and how the Respondent would use these in developing and conducting CRPS training to accomplish the goals set forth by the Department in this RFP:

5.2.5.1.1 Organizational history and experience, with examples, regarding conducting face-to-face CRPS training.

5.2.5.1.2 Respondent’s knowledge and understanding of certification requirements established by the FCB for Adult and Family Recovery Peer Specialist.

5.2.5.1.3 Respondent’s process for ensuring that the course curriculum in each training is relevant, current, and accurate.

5.2.5.1.4 Respondent’s method, through its curriculum and training, will provide basic skills to training participants, which can be utilized for entry level employment.

5.2.5.1.5 Respondent’s process for evaluating the effectiveness of the curriculum’s content that will be offered in each training.

RFP # 09H11GC1 18

5.2.5.1.6 Respondent’s process for ensuring that their curriculum meets the requirements of the FCB.

5.2.5.1.7 Respondent’s process of continuous quality improvement in regards to their curriculum and how the curriculum is reviewed and revised in response to participant feedback and the needs of the consumers.

5.2.5.1.8 Respondent’s strength of their curriculum and training process, and highlight the areas which exceed minimum expectations as established by the FCB.

5.2.5.1.9 Respondent’s process and ability to target and recruit participants, provide information about the training(s), and manage training registration using web-based technology. Provide information on the Respondent’s website and how it addresses information, referrals, registration, training information, resources, and linkages to continuing education opportunities.

5.2.5.1.10 Respondent’s process for screening applicants for peer specialist training to determine whether or not the individual is far enough along his or her personal recovery to benefit from the training and is a suitable candidate for a position as a peer specialist.

5.2.5.1.11 Experience in managing and monitoring a project of this nature and scope.

5.2.6 Programmatic Proposal – Scoring Criterion 3/Tab 4: Description of Approach to Training and Technical Assistance and Experience

5.2.6.1 Describe how the Respondent will focus the training on personal empowerment, teaching, listening, coaching, and role model skills to prepare the applicants to pass the certification test administered by the FCB.

5.2.6.2 Describe how the Respondent will teach basic communication skills.

5.2.6.3 Describe how the Respondent will emphasize family dynamics and identification and support of family needs for those training programs designed for family specialists.

5.2.6.4 Describe the Respondent’s relationship with the Department’s Regional/Circuit offices and other community partners.

5.2.6.5 Describe how the Respondent plans to promote attendance and help participants attend the training (e.g., travel, sponsorships, etc.)

5.2.7 Programmatic Proposal – Scoring Criterion 4/Tab 5: Description of Reports/Deliverables and Performance Measures

5.2.7.1 Reports/Deliverables. Describe the structure and content of the reports/deliverables outlined in Section B.5.b.(1) of the Draft Attachment I.

5.2.7.2 Performance Measures. The Respondent’s proposal shall include a description of how the Respondent will monitor service delivery to ensure the required performance standards are met and the percent that can be achieved by the Respondent for each performance measure. If the percent varies from those listed in Section B.6.a. of the Draft Attachment I, the Respondent must provide justification in the proposal.

In addition, the proposal shall indicate the Respondent’s historical evidence of their ability to meet the required performance standards, their experience tracking performance and improving program service delivery to ensure performance

RFP # 09H11GC1 19

standards are met, and the Respondent’s method for collecting and analyzing data to ensure credible documentation of service delivery.

The Respondent is required to propose a minimum of one (1) additional performance measure which relates to improved outcomes and service delivery. Any proposed additional performance measures may be negotiated with the Department, to be included in the final contract.

5.2.8 Programmatic Proposal – Scoring Criterion 5/Tab 6: Description of Organizational Capacity

5.2.8.1 Personnel. Identify the number (indicate FTEs) and type of staff to be used to accomplish all of the tasks and other responsibilities under this RFP. Describe the rationale for the numbers and types of staff to be used. Provide information about specific training staff will receive including job-specific training. If this is a new project and staff are to be hired, provide a timetable for hiring and training.

Provide a job description for each staff person who will provide direct services. The job descriptions must include specific job functions; minimum educational, training, and experience requirements; salary range and individuals responsible for supervision and performance evaluations. Professional and paraprofessional staff shall be qualified, as detailed in the job description, in a field appropriate to the services being provided under the resulting contract.

Describe the capabilities of the Respondent’s ability to develop and maintain a network of qualified CRPS trainers that meet the need of the market and of the services requested in this RFP.

Describe the qualifications of the CRPS trainers and how they will meet minimum staffing requirements.

Describe the cultural and linguistic background of staff in relation to the service population.

5.2.8.2 Organizational Chart. Provide a project organizational chart that shows the proposed project’s relationship within the overall organization’s structure, supervisory staff within the organization that will have direct supervision over the proposed project and personnel and subcontractors working directly for the project. Provide the names of the members of the Board of Directors.

5.2.8.3 Management Information System Capability. Describe the Respondent’s electronic management information systems capability that is necessary to complete all reporting requirements. Outline any additional technological capabilities that may be beneficial to program performance. Describe any specialized technology, computer training, or capabilities personnel have that will assist in helping to meet program requirements.

5.2.9 Cost Proposal Instructions. The Respondent must submit a detailed Cost Proposal and there must be no reference to the costs or the Cost Proposal in the Programmatic Proposal. Inclusion of any costs or pricing information in the Programmatic Proposal may result in the rejection of the proposal.

5.2.9.1 Budget and Allowable Costs. Prospective Respondents shall submit a line item budget (as detailed in the Project Budget Summary, Appendix VI) and a complete budget narrative (Appendix VI) that displays proposed total costs for the entire proposed contract period with specific breakouts by each state fiscal year.

The Respondent must include only those costs identified as allowable costs in accordance with the appropriate Office of Management and Budget (OMB) Circular (A-87 for governmental agencies, A-122 for nonprofit organizations, or A-21 for educational institutions).

RFP # 09H11GC1 20

Administrative Costs, including any indirect costs that are administrative in nature, must not exceed 10% of the total operating costs of the proposed program budget.

5.2.9.2 Cost Allocation. The Respondent’s detailed Cost Proposal must include a Proposed Cost Allocation Plan (Appendix VII) for each year of the contract which identifies the distribution of costs between the proposed services and any other programs operated by the Respondent and which identifies by line item any cost in the proposed budget which will be charged at less than 100 percent to the proposed service. The Respondent’s Cost Allocation Plan must include any indirect costs included in the Cost Proposal, the indirect rate and the allocation methodology used to determine the indirect rate.

5.2.10 Financial Stability. To demonstrate Financial Stability, the Respondent shall submit copies of their independent financial and compliance audit reports and/or certified financial statements for the three (3) most recent fiscal years. The copies shall include all applicable financial statements, auditor’s reports, management letters, and any corresponding re-issued audit components. If the Respondent does not have audit reports for the three (3) most recent years, reviewed or compiled financial statements with the applicable Certified Public Accountant’s report shall be submitted. A newly created entity shall submit the requested financial reports from collaborative partners.

5.3 RESPONSE FORMAT

5.3.1 Responses to be Thorough. Respondents must provide thorough and specific responses in the Programmatic Response for how they propose to address each of the programmatic requirements as specified in Section 5.2.3 through 5.2.8 of this solicitation, and must include all the documentation required in Section 5.2.9 in a separate Cost Response, as well as the separate Financial Stability Documentation required in Section 5.2.10. Respondent responses must follow the format described below.

5.3.2 Response Clarity Essential. Respondents are advised that the Department’s ability to conduct a thorough review of responses is dependent on the Respondent’s ability and willingness to submit responses which are well ordered, detailed, comprehensive, and readable. Clarity of language and adequate, accessible documentation is essential, and is the responsibility of the Respondent.

5.3.3 Responses to be Concise. The response should be prepared concisely and economically, providing a straightforward description of services to be provided and clearly describing the Respondent’s capability to satisfy the requirements of this solicitation. Emphasis should be on completeness and clarity of content. The terms “shall”, “will” and “must” used within the RFP identify items that are required to be submitted as part of the response unless the context clearly indicates that simple futurity is in view. A failure to comply with the submission of a required item may result in the response being rejected at the Department’s discretion.

5.3.4 Hard-copy Response Format. Responses must be typed, single-spaced, on 8-1/2” x 11” paper. Pages must be numbered in a logical, consistent fashion. Figures, charts and tables should be numbered and referenced by number in the text. The response must be bound in 3-ring binders, labeled and submitted in Tabbed Sections in the order listed in Sections 5.2.3 through 5.2.8 for the programmatic section of the response, Section 5.2.9 for the separately bound cost section of the response, and Section 5.2.10 bound separately for the Financial Stability Documentation.

5.3.5 Electronic Copy Format. The required electronic format of the response must be on non-rewritable CD-ROM. The software used to produce the electronic files must be Adobe portable document format (“pdf”), version 6.0 or higher. Responses must be able to be opened and viewed by the Department utilizing Adobe Acrobat, version 9.0. The electronic copies must be identical to the original response submitted, including the format, sequence and section headings identified in this solicitation. The electronic media must be clearly labeled in the same manner as the hard copies and submitted with the corresponding hard

RFP # 09H11GC1 21

copies. The hard copy marked “original” shall take precedence over the electronic version(s) of the response and all non-“original” hard copy versions of the response in the event of any discrepancy. If a discrepancy is found between the hard copy response marked “original” and any of the electronic versions submitted on CD-ROM, the Department reserves the right, at its sole discretion, to reject the entire response.

5.3.6 References to Separately Bound Material. References to any separately bound, supporting materials may be made. Any such references must be clear. Referenced documents must be numbered for ease of use and must be identified as such. References to supporting documents must include the document, page, and paragraph numbers. The Department’s evaluators will not be responsible for searching for relevant reference material.

5.4 PUBLIC RECORDS AND TRADE SECRETS

These provisions apply in lieu of Section 18 of PUR 1001. Unless exempted by law, all public records are subject to public inspection and copying under Florida’s Public Records Law, Chapter 119, F.S. The State of Florida shall have the right to use such ideas or adaptations of those ideas contained in any proposal without cost or charge. Selection or rejection of a proposal will not affect this right.

If the Respondent considers any portion of the documents, data or records submitted in response to this solicitation to be confidential, trade secret or otherwise exempt from public inspection or disclosure pursuant to Florida’s Public Records Law, the Respondent must submit all such information in a separately bound document clearly labeled "Attachment to Request for Proposal, Number RFP # 09H11GC1 — Confidential Material." Where such information is part of material already required to be submitted as a separately bound or enclosed portion of the response, it shall be further segregated and separately bound or enclosed and clearly labeled as set forth above in addition to any other labeling required of the material. The separately bound document or documents must contain a signed written statement identifying the specific statutes and facts that authorize exemption of the information from the Public Records Law and agreeing to all terms of this Section 4.4.1 of this RFP.

In response to any notice by the Department that a public records request encompasses any portion of the separately bound material, the Respondent shall promptly provide the Department with a redacted version of the separately bound material and identify in writing the specific statutes and facts that authorize exemption of the information from the Public Records Law. If different exemptions are claimed to be applicable to different portions of the redacted information, the Respondent shall provide information correlating the nature of the claims to the particular redacted information. The redacted copy must exclude or obliterate only those exact portions that are claimed confidential, proprietary, or trade secret. If the Respondent fails to promptly submit a redacted copy and justification in response to the notice of a public records request, the Department is authorized to produce the records sought without any redaction. The Department is not obligated to agree with the Respondent’s claim of exemption and the Respondent shall be responsible for defending its claim that each and every portion of the redactions is exempt from inspection and copying under Florida’s Public Records Law. Further, the Respondent shall protect, defend, and indemnify, including attorneys fees and costs, the Department for any and all claims and litigation (including litigation initiated by the Department) arising from or relating to the Respondent’s claim that the redacted portions of its response are confidential, proprietary, trade secret, or otherwise not subject to disclosure.

RFP # 09H11GC1 22

APPENDIX I

NOTICE OF INTENT TO SUBMIT A PROPOSAL

_________________________________________________________ (Respondent name) wishes to inform the Department of Children and Families of its intent to respond to the Request for Proposal entitled "Certified Recovery Peer Specialist Training”, RFP # ______________.

PLEASE PRINT OR TYPE REQUESTED INFORMATION

Name of Authorized Official:

Title of Authorized Official:

Signature of Authorized Official:

Date:

Address:

Telephone No:

FAX No:

E-mail Address:

RFP # 09H11GC1 23

APPENDIX II

RESPONDENT’S STATEMENTS AND CERTIFICATIONS

MANDATORY REQUIREMENTS

ANY ALTERATIONS TO THE CONTENTS OF THIS FORM SHALL RENDER THE PROPOSAL NON-RESPONSIVE AND INELIGIBLE FOR FURTHER EVALUATION

a. Acceptance of Contract Terms and Conditions

I, ________________________, as an authorized representative of _________________________, (the Respondent) hereby submit this proposal in response to the Department of Children and Families' Request for Proposal, and agree that if awarded any contract as a result of the Department of Children and Families solicitation, the Respondent will comply with the requirements, terms, and conditions stated in the Request for Proposal and in the State of Florida, Department of Children and Families Standard Contract. In recognition thereof, the Respondent’s authorized representative has read, understood, and agrees to comply with, and any intent by the Respondent to deviate from the terms and conditions set forth therein may result, at the Department’s exclusive determination, in rejection of the proposal. The Respondent's authorized representative hereby certifies, to the best of his or her knowledge, that the information contained in this proposal is true and correct.

Type Name of Authorized Official: Title:

Signature of Authorized Official:

Date:

b. Statement of No Involvement

I, _________________________________________, as an authorized representative of ___________________________________________, certify that no member of this firm or any person having interest in this firm has:

1. Been awarded a contract that was procured using procedures other than those described in s. 287.057 (1-5), F.S., to perform a feasibility study of the potential implementation of a subsequent contract to support this project;

2. Participated in drafting of a solicitation for this specific project; or

3. Developed a program for future implementation of this project.

Type Name of Authorized Official Title:

Signature of Authorized Official:

Date:

c. Conflict of Interest Statement (Non-Collusion)

I hereby certify, that all persons, companies, or parties interested in the Request for Proposal as principals are named therein, that the proposal is made without collusion with any other person, persons, company, or parties submitting a proposal; that it is in all respect made in good faith; and as the signer of the proposal, I have full authority to legally bind the Respondent to the provisions of this proposal.

Type Name of Authorized Representative:

Title:

Signature of Authorized Representative:

Date:

(Page 1 of 2)

RFP # 09H11GC1 24

d. Proof of Signature Authority

The Department must receive proof that the person signing this proposal is authorized to do so:

If the submitting Respondent is an individual signing on his/her own behalf, no further proof is required.

If the submitting Respondent is a limited liability organization, this proposal shall include a copy of the organizational documents establishing the signing authority of the signer.

If the submitting Respondent is a corporation, this proposal shall include proof of signature authority if someone signs the proposal other than the President of the corporation. If the signer is someone other than the President, this proof shall be one of the following:

� A written statement by the President delegating authority to a particular person; or

� A copy of the entity’s by-laws reflecting signature authority to a particular position; or

� A copy of the Board of Directors’ meeting minutes that documents delegation of signature authority to a particular person or position; or

• A Certificate of Incumbency issued by the corporation's Secretary.

If delegating signature authority, please complete below and include the above requested document(s).

Type Name of President:

Signature of President:

Date:

Type Title of Person to Whom Signature Authority is Delegated:

Type Name of Person to Whom Signature Authority is Delegated:

e. Drug-Free Workplace

I, , as an authorized representative of _____________________________________hereby certify that my agency currently maintains a drug-free workplace environment in accordance with Chapter 287.087, F.S., and will continue to promote this policy through implementation of that section.

Type Name of Authorized Representative:

Title:

Signature of Authorized Representative:

Date:

(Page 2 of 2)

RFP # 09H11GC1 25

APPENDIX III

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION FOR CONTRACTS/SUBCONTRACTS

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, signed February 18, 1986. The guidelines were published in the May 29, 1987 Federal Register (52 Fed. Reg., pages 20360-20369).

INSTRUCTIONS

1 Each Provider whose contract/subcontract equals or exceeds $25,000 in federal moneys must sign this certification prior to execution of each contract/subcontract. Additionally, Providers who audit federal programs must also sign, regardless of the contract amount. The Department of Children and Families cannot contract with these types of Providers if they are debarred or suspended by the federal government.

2 This certification is a material representation of fact upon which reliance is placed when this contract/subcontract is entered into. If it is later determined that the signer knowingly rendered an erroneous certification, the Federal Government may pursue available remedies, including suspension and/or debarment.

3 The Provider shall provide immediate written notice to the contract manager at any time the Provider learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4 The terms “debarred,” “suspended,” “person,” “principal,” and “voluntarily excluded,” as used in this certification, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the Department’s contract manager for assistance in obtaining a copy of those regulations.

5 The Provider agrees by submitting this certification that, it shall not knowingly enter into any subcontract with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this contract/subcontract unless authorized by the Federal Government.

6 The Provider further agrees by submitting this certification that it will require each subcontractor of this contract/subcontract, whose payment will equal or exceed $25,000 in federal moneys, to submit a signed copy of this certification.

7 The Department of Children and Families may rely upon a certification of a Provider that it is not debarred, suspended, ineligible, or voluntarily excluded from contracting/subcontracting unless it knows that the certification is erroneous.

8 This signed certification must be kept in the contract manager’s contract file. Subcontractor’s certification must be kept at the Provider’s business location.

CERTIFICATION

(1) The prospective Provider certifies, by signing this certification, that neither he nor his principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this contract/subcontract by any federal Department or agency.

(2) Where the prospective Provider is unable to certify to any of the statements in this certification, such prospective Provider shall attach an explanation to this certification.

Signature Date

Name and Title of Authorized Signee

RFP # 09H11GC1 26

APPENDIX IV

CERTIFICATION REGARDING LOBBYING

CERTIFICATION FOR CONTRACTS, GRANTS, LOANS AND COOPERATIVE AGREEMENTS

The undersigned certifies, to the best of his or her knowledge and belief, that:

(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or an employee of any agency, a member of congress, an officer or employee of congress, or an employee of a member of congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress, an officer or employee of congress, or an employee of a member of congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.

(3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

___________________________________________________ ________________________

Signature Date

_________________________________________________ _______________________

Name of Authorized Individual Application or Contract Number

Name and Address of Organization

RFP # 09H11GC1 27

APPENDIX V

PROJECT BUDGET SUMMARY AND DETAIL INSTRUCTIONS

The project budget summary should display all costs that will be paid by the Department for the delivery of services resulting from this RFP. Use the Project Budget Summary format and list the appropriate amounts for all line items that will be expended during the budget period. The format displays the suggested line items to be covered for this project; other line items may be added, if necessary. “Miscellaneous” and “Other” are not acceptable line items.

In addition to and in support of the Project Budget Summary, a detailed description must be provided for each line item displaying the methodology used to calculate the total for the line item. Documentation must show the percentage of costs being charged to the Department, if the Respondent has another source of income providing funding to this project. Items requiring estimated costs must be accompanied by sufficient documentation or explanation to support the estimation. An estimated number of units must be provided for each line item calculated using a unit rate x unit cost calculation. In addition;

□ Salaries provided must be comparable with similar positions in the surrounding labor market and a job description must be provided for each position listed. Include the number of FTEs that will be funded in whole or in part by this project.

□ Fringe benefits must display the calculation of costs, specifically the percentages or rates for each benefit being charged to this project.

□ Staff Travel is reimbursed as specified by Department travel policies and procedures in CFOP 40-1 and state statute (s. 112.061, F.S.).

□ Office expenses should be based on prior history, a reasonable estimated monthly expense or written Respondent policy.

□ Insurance costs must provide sufficient documentation to explain the percentage of cost being charged to this project and/or the calculation of the cost and the insurance coverage being provided.

□ Financial audits being covered in part or in whole with project funds must show the rate used to calculate this cost or the percentage of cost being allocated to this project.

□ Indirect costs being charged to the project must show the percentage of funding required by the Respondent to carry out the common or joint tasks covered by this line item. A summary of the expenditures covered by these funds is required.

RFP # 09H11GC1 28

APPENDIX VI

PROJECT BUDGET SUMMARY

Provider Name

FFY (Insert Year) - (Insert Dates)

Budget Line Item Line Item Totals Category

Total

Personnel Category

A. Personnel $ -

B. Fringe Benefits $ -

Total Personnel Category: $ -

Travel Category

C. Staff Travel $ -

$ -

Total Travel Category: $ -

Expense Category

D. Office Expenses

1. Postage/Shipping $ -

2. Copies/Printing $ -

3. Office Supplies $ -

Total Office Expenses: $ -

E. Insurance $ -

F. Financial Audit $ -

Total Expense Category: $ -

Direct Costs Category

-

G. Indirect Costs ____

% of Total Direct Costs

$ -

Subtotal Direct Costs: $ -

Total Project Budget $ -

RFP # 09H11GC1 29

APPENDIX VII

PROPOSED COST ALLOCATION PLAN

for the

(Insert) CONTRACT YEAR

Line Item This

Application Funding Source A

Funding Source B

Funding Source C

Total

Personnel Category

<insert position title>

<insert position title>

<insert position title>

<insert position title>

<insert position title>

<insert position title>

Fringe Benefits

Staff Travel

Office Expenses

Insurance

Financial Audit

Indirect Costs

Total

Note: Sample Format - Columns and rows can be added as needed.

RFP # 09H11GC1 30

APPENDIX VIII MANDATORY REQUIREMENTS

If any of these criteria are not met, the response cannot be considered further.

If any responses are “no”, the proposal is disqualified from further evaluation.

Type or Print Respondent’s Name (Agency):

Name of Department Reviewer:

Title:

Signature of Department Reviewer:

Date:

Name of Department Witness:

Title:

Signature of Department Witness:

Date:

(1) The proposal was received by the Procurement Manager by the time, date and at the location specified in this RFP, as specified in Section 2.5.

Yes No

(2) The proposal includes Appendix II, as required by Section 5.2.3.2, with the Respondent’s information and signature regarding the following required Statements and Certifications:

a. Signed Acceptance of Contract Terms and Conditions Yes No

b. Signed Statement of No Involvement Yes No

c. Signed Conflict of Interest Statement (Non-Collusion) Yes No

d. Signed Proof of Signature Authority Yes No

e. Signed Certification Regarding Drug-Free Workplace Yes No

(3) The proposal includes a Signed Certification Regarding Debarment form (Appendix III), as required by Section 5.2.3.3.

Yes No

(4) The proposal includes a Signed Certification Regarding Lobbying form (Appendix IV), as required by Section 5.2.3.4.

Yes No

(5) The proposal includes Evidence of Authority to Do Business in the State of Florida as required by Section 5.2.3.5.

Yes No

(6) The proposal verification of the Respondent’s Liability Insurance Coverage as required by Section 5.2.3.6.

Yes No

(7) The proposal includes verification of Respondent Registration in MyFloridaMarketPlace as required by Section 5.2.3.7.

Yes No

(8) The proposal includes a separate Programmatic Proposal as required by Section 5.2.3.8.

Yes No

(9) The proposal includes a separate Cost Proposal as required by Section 5.2.3.9. Yes No

(10) The proposal includes financial stability documentation as required by Section 5.2.3.10.

Yes No

(11) The proposal includes proof of approval to provide training as required by Section 5.2.3.11.

Yes No

(12) The proposal includes a completed curriculum as required by Section 5.2.3.12. Yes No

RFP # 09H11GC1 31

APPENDIX IX INSTRUCTIONS TO EVALUATORS

The following instructions will be given to all evaluators at the initial meeting of the evaluators:

Programmatic Proposal

1. The Department will appoint up to five (5) persons to evaluate the programmatic proposals who collectively have experience and knowledge in the program areas and service requirements for the commodities or contractual services being sought by this solicitation. The evaluators will not participate in the scoring of the cost proposals or the evaluation of the financial stability of the proposers.

2. The Procurement Manager identified in Section 1.4 of this RFP, or that person’s designee, will screen the proposals for compliance with the Mandatory Requirements. This is done with another Department employee looking on to prevent error. As a result, the Programmatic Proposals, which the evaluators will score, have already met the Mandatory Requirements.

3. Each evaluator shall fill out a Conflict of Interest Certification prior to evaluating any proposal.

4. The evaluators shall evaluate Criteria 1-5 of Appendix XI through Appendix XV.

5. Prior to reviewing the proposals, each evaluator will read the RFP and become familiar with all requirements.

6. Each evaluator must independently evaluate each proposal. Only the rating scale included in the RFP solicitation document and its explanation may be used in determining the score for each criterion. Comparisons of one proposal to another are not permitted.

7. Proposals must be evaluated based upon the material within the proposal. Evaluators also may refer to the RFP which will be provided during the initial meeting. No additional information may be used. No group discussions of the relative merits of any proposal will be allowed.

8. It is the Respondent’s responsibility to present its proposal in a clear and understandable manner. Evaluators should not feel obligated to interpret responses to make them more valuable to the Department.

9. Evaluators may request assistance in understanding evaluation criteria and proposal responses only from the Procurement Manager. Technical assistance, if needed, will be provided by the Procurement Manager to all evaluators at the same time.

10. The Procurement Manager will make as many copies of Appendix XI through Appendix XV as there are proposals, to carry out the following scoring process.

11. In filling out the RFP Rating Sheets in Appendix XI through XV, all raw scores for each consideration must be assigned utilizing the scoring range of 0 – 3, as indicated below.

Superior (3 points): Respondent demonstrated extensive competency, proven capabilities, and an outstanding approach to the delivery of services.

Adequate (2 points): Respondent demonstrated fundamental competency, adequate capability and a basic approach to the delivery of services.

Poor (1 point): Respondent demonstrated little competency, minimal capability and has not adequately addressed an approach to the delivery of services.

Omitted (0 points): Respondent has so poorly responded or has not responded at all, that a clear understanding of the response is not possible.

12. On the Rating Sheets, record the score beside each consideration. Add the scores from all of the considerations related to that criterion and total the scores to calculate the Total Score for each criterion and insert it in the blank space for that purpose on the Rating Sheet for that criterion.

13. In the boxes on the Rating Sheets marked “References”, record the page number, section, and/or attachment number where the main information upon which the score was based was found.

14. In the on the Rating Sheets marked “Notes”, record short notes that will indicate why the numerical score for the consideration related to that criterion was chosen.

(Page 1 of 2)

RFP # 09H11GC1 32

15. If an error is made, do not erase. Simply draw a single line through any errors or changes and write in the correct score, note, or reference.

16. Any fractional values or missing scores will be returned to the evaluator for scoring.

17. Insert the Total Score for each criterion for each Respondent in the boxes for that purpose in each proposal’s Rating Summary Sheet, Appendix X.

Cost Proposal

18. On the Rating Sheet for the Cost Proposal (Appendix XVI), the Procurement Manager will assign a score corresponding to the cost proposal’s total price for the project (cumulative price for multiyear projects), relative to the lowest price of any responsive Respondent responding to this RFP. This is done with another Department employee looking on to prevent error. This score will be inserted into the appropriate box in the Rating Summary Sheet (Appendix X).

Financial Stability Criterion

19. The Department will appoint one (1) person with an accounting background to evaluate the financial stability of the Respondents. The Financial Stability criterion will be evaluated to rate the financial stability of each Respondent.

20. The financial stability evaluator shall add the scores from considerations a, b, and c on the Rating Sheet for Financial Stability (Appendix XVII), total the points assigned and determine the final score for Financial Stability according to the Rating Table at the bottom of the page.

21. The Score will be entered in the box for that purpose on the Rating Summary Sheet (Appendix X).

22. If an error is made, do not erase. Simply draw a single line through any errors or changes and write in the correct score, note, or reference.

Debriefing

23. Following completion of the independent evaluations of the programmatic proposals, the Procurement Manager will hold a debriefing meeting with the evaluators to record their scores. There may be discussion to ensure that each evaluator considered all of the relevant information in each proposal and each evaluator will have an opportunity to change their written scores, if desired, after the discussion. However, there will be no effort made to persuade an evaluator to change their score. No attempt will be made by the Department or anyone else to influence the evaluator’s scoring. If any attempt is made to do so the evaluator must immediately report that attempt to the Procurement Manager and, if the attempt is made by the Procurement Manager, to the Procurement Manager’s supervisor.

24. All evaluators’ proposal copies, RFP copies, and rating sheets will be turned in to the Procurement Manager at the end of the debriefing meeting. These documents will be filed with the procurement file.

Calculation of each Respondent’s Average Total Score

25. The Procurement Manager will average each proposal’s Total Programmatic Proposal Scores, Total Cost Proposal Score and Total Financial Stability Score, yielding that Respondent’s Average Score for the Proposal.

(Page 2 of 2)

RFP # 09H11GC1 33

APPENDIX X

RATING SUMMARY SHEET

Respondent Name:

Evaluator Name:

Criteria Number Total Possible

Score Weighted

Value Maximum Points

Respondent’s Total Weighted

Score

Programmatic

Criteria 1/Tab 2 9 2 18

Criteria 2/Tab 3 33 1.5 49.5

Criteria 3/Tab 4 15 1 15

Criteria 4/Tab 5 9 1 9

Criteria 5/Tab 6 9 2 18

Cost Proposal 11 1 11

Financial Stability 6 1 6

Total Proposal Score 126.5

The maximum score for the entire proposal is 126.5 points.

The Average Score for the proposal must meet a minimum score of 95 points.

If the Average Score for the programmatic and cost proposals do not meet the minimum score, the Procurement Manager may recommend that the Respondent not be eligible for a contract award.

RFP # 09H11GC1 34

APPENDIX XI

RATING SHEET FOR THE PROGRAMMATIC PROPOSAL

Respondent Name:

Evaluator Name:

PROGRAMMATIC CRITERION 1/TAB 2

Response to the introduction, scope of service and project goals.

Considerations (Rate each consideration from 0 to 3).

a.

Brief explanation describing the Respondent’s understanding of the need for Certified Recovery Peer Specialist Training services required in this RFP. Demonstrate an understanding of the need for the services the project will provide and the effects of resulting outcomes.

b. Summary of the manner in which the Respondent proposes to provide the best and most cost effective Certified Recovery Peer Specialist Training opportunities for individuals and family members who must deal with issues related to mental illnesses.

c. Overview of the Respondent’s service delivery model and how the project will attain and support the Department’s primary goal to have applicants to pass the CRPS certification test administered by the FCB.

(Possible = 9) Total:

Weighted Value: x 2

(Total Possible = 18) TOTAL WEIGHTED SCORE:

REFERENCES:

NOTES:

RFP # 09H11GC1 35

APPENDIX XII

RATING SHEET FOR THE PROGRAMMATIC PROPOSAL

Respondent Name:

Evaluator Name:

PROGRAMMATIC CRITERION 2/TAB 3

Description of approach to performing tasks and experience in performing similar tasks.

Considerations (Rate each consideration from 0 to 3).

a. Organizational history and experience, with examples, regarding conducting face-to-face CRPS training.

b. Respondent’s knowledge and understanding of certification requirements established by the FCB for Adult and Family Recovery Peer Specialists.

c. Respondent’s process for ensuring that the course curriculum in each training is relevant, current, and accurate.

d. Respondent’s method, through its curriculum and training, of providing basic skills to training participants, which can be utilized for entry level employment.

e. Respondent’s process for evaluating the effectiveness of the curriculum’s content that will be offered in each training.

f. Respondent’s process for ensuring that the Respondent’s curriculum meets the requirements of the FCB.

g. Respondent’s process of continuous quality improvement in regards to their curriculum and how the curriculum is reviewed and revised in response to participant feedback and the needs of the consumers.

h. The strength of the Respondent’s curriculum, training process, and highlighted areas which exceed minimum expectations as established by the FCB.

i.

Respondent’s process and ability to target and recruit participants, provide information about the training(s), and manage training registration using web-based technology. Provide information on the Respondent’s website and how it addresses information, referrals, registration, training information, resources, and linkages to continuing education opportunities.

j. Respondent’s process for screening applicants for peer specialist training to determine whether or not the individual is far enough along his or her personal recovery to benefit from the training and it s suitable candidate for a position as a peer specialist.

k. jExperience in managing and monitoring a project of this nature and scope.

(Possible = 33) Total:

Weighted Value: x 1.5

(Total Possible = 49.5) TOTAL WEIGHTED SCORE:

REFERENCES:

NOTES:

RFP # 09H11GC1 36

APPENDIX XIII

RATING SHEET FOR THE PROGRAMMATIC PROPOSAL

Respondent Name:

Evaluator Name:

PROGRAMMATIC CRITERION 3/TAB 4

Experience and approach to training and technical assistance.

Considerations (Rate each consideration from 0 to 3).

a. How the Respondent will focus the training on personal empowerment, teaching, listening, coaching, and role modeling skills to prepare the applicants to pass the certification test administered by the FCB.

b. How the Respondent will teach basic communication skills.

c. How the Respondent will emphasize family dynamics and identification and support of family needs for those training programs designed for family specialists.

d. The Respondent’s relationship with the Department’s Regional/Circuit offices and other community partners.

e. How the Respondent plans to promote attendance and help participants attend the training (e.g., travel, sponsorships, etc.)

(Possible = 15) Total:

Weighted Value: x 1

(Total Possible = 15) TOTAL WEIGHTED SCORE:

REFERENCES:

NOTES:

RFP # 09H11GC1 37

APPENDIX XIV

RATING SHEET FOR THE PROGRAMMATIC PROPOSAL

Respondent Name:

Evaluator Name:

PROGRAMMATIC CRITERION 4/TAB 5

Description of deliverables, performance measures and quality assurance.

Considerations (Rate each consideration from 0 to 3).

a. Approach to structuring and preparing reports/deliverables outlined in Section B.5.b.(1) of the Draft Attachment I.

b.

Approach to monitoring service delivery to ensure the required performance standards are met and the percent that can be achieved by the Respondent for each performance measure. If the percent varies from those listed in this RFP, the Respondent must provide justification in the proposal.

c.

Historical evidence of the Respondent’s ability to meet the required performance standards, their experience tracking performance and improving program service delivery to ensure performance standards are met, and the Respondent’s method for collecting and analyzing data to ensure credible documentation of service delivery.

(Possible = 9) Total:

Weighted Value: x 1

(Total Possible = 9) TOTAL WEIGHTED SCORE:

REFERENCES:

NOTES:

RFP # 09H11GC1 38

APPENDIX XV

RATING SHEET FOR THE PROGRAMMATIC PROPOSAL

Respondent Name:

Evaluator Name:

PROGRAMMATIC CRITERION 5/TAB 6

Description of organizational, technology and personnel capacity.

Considerations (Rate each consideration from 0 to 3).

a.

Identify professional staff that will be paid as part of this project, describe the contributions that each will make and their qualifications to make that contribution. Attach resume(s) or vita(s) of each professional person named in this response. If new staff or subcontractors are to be engaged, provide a timetable for hiring and training.

b. The capabilities of the Respondent’s ability to develop and maintain a network of qualified CRPS trainers that meet the need of the market and of the services requested in this RFP.

c.

The Respondent’s electronic management information systems capability that is necessary to complete all reporting requirements. Outline of any additional technological capabilities that may be beneficial to program performance. Description of any specialized technology, computer training, or capabilities personnel have that will assist in helping to meet program requirements

(Possible = 9) Total:

Weighted Value: x 2

(Total Possible = 18) TOTAL WEIGHTED SCORE:

REFERENCES:

NOTES:

RFP # 09H11GC1 39

APPENDIX XVI

RATING SHEET FOR THE COST PROPOSAL

Respondent Name:

Procurement Manager:

Witness:

COST PROPOSAL CALCULATION

Lowest Acceptable Cost Proposal Submitted

X Total Possible

Points =

Points Awarded

Respondent’s Proposed Cost

X 11 =

RFP # 09H11GC1 40

APPENDIX XVII

RATING SHEET FOR FINANCIAL STABILITY

Respondent Name:

Evaluator Name:

Please circle the point value achieved in each section below. The total score for sections a-c will be entered on the table at the bottom of the page.

a.

A Current Ratio (Total Current Assets divided by Total Current Liabilities for the most recent year)

1.75 or greater 3 points 1.25 or greater, but less than 1.75 2 points Greater than 1.00 but less than 1.25 1 point Less than or equal to 1.00 0 points

b.

Months of Working Capital (Total Current Assets Less Total Current Liabilities for the most recent year divided by one twelfth of the total expenses for the year as of the date of the financial statement.)

1.75 or greater 3 points 1.25 or greater, but less than 1.75 2 points Greater than 0.80 but less than 1.25 1 point Less than or equal to 0.80 0 points

c.

Independent Auditor’s Report, Financial Statement Opinion

Financial Statements “present fairlyU” 3 points Financial Statements “present fairlyUexcept (minor) 2 points Financial Statements “present fairlyUexcept (major) 1 point Unaudited Financial Statements presented 1 point Financial Statements “do not present fairlyU” 0 points

Procedure for determining a score for financial stability where two or more agencies have come together to create a new entity:

Score each agency’s financial and compliance audits and/or certified financial statements, or where Respondents were not subject to audit requirements, their financial statements, independently of the other agencies.

Once a score has been determined for each agency participating in the newly created entity, total their scores and divide by the number of participating agencies to arrive at an average score.

The averaged score derived from the preceding paragraph, is the final score that is to be recorded below.

RATING NOTES

The documentation submitted reflects that the Respondent obtained a score of 7-9 on factors listed above. 6 Points

The documentation submitted reflects that the Respondent obtained a score of 4-6 on factors listed above. 4 Points

The documentation submitted reflects that the Respondent obtained a score of 2-3 on factors listed above. 2 Point

The documentation submitted reflects that the Respondent obtained a score of 0-1 on factors listed above.

0 Points

Subtotal Weighted Value X 1

Total Score Respondent: _________________________ SCORE: __________ Evaluator Initials: ______

Florida Certification Board Certification Standard for CRPS-A Exhibit A

41

Florida Certification Board Certification Standard for CRPS-F Exhibit B

42

Florida Certification Board Standard for CRPS Exhibit C

43

CRPS-A Role Delineation Study, Appendix C: Detailed Test Blueprint Exhibit D

44

CRPS-A Role Delineation Study, Appendix C: Detailed Test Blueprint Exhibit D

45

CRPS-A Role Delineation Study, Appendix C: Detailed Test Blueprint Exhibit D

46

CRPS-A Role Delineation Study, Appendix C: Detailed Test Blueprint Exhibit D

47

CRPS-F Role Delineation Study, Appendix C: Detailed Test Blueprint Exhibit E

48

CRPS-F Role Delineation Study, Appendix C: Detailed Test Blueprint Exhibit E

49

CRPS-F Role Delineation Study, Appendix C: Detailed Test Blueprint Exhibit E

50

CRPS-F Role Delineation Study, Appendix C: Detailed Test Blueprint Exhibit E

51