Prevention Services for Lesbian/Gay/Bisexual/Transgendered or Queer/Questioning (LGBTQ) Youth in New Jersey Middle or High Schools

expired opportunity(Expired)
From: New Jersey(State)

Basic Details

started - 22 Mar, 2023 (13 months ago)

Start Date

22 Mar, 2023 (13 months ago)
due - 06 Apr, 2023 (13 months ago)

Due Date

06 Apr, 2023 (13 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
State of New Jersey

Customer / Agency

State of New Jersey
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Prevention Services for LGBTQ Youth RFP - 3 I. Purpose and Intent This Request for Proposals (RFP) is issued by the New Jersey Department Human Services (DHS), Division of Mental Health and Addiction Services (DMHAS) for Prevention Services for Lesbian/Gay/Bisexual/Transgendered or Queer/Questioning (LGBTQ) youth in New Jersey middle or high schools. Funding for services will be provided by the Federal Substance Abuse Prevention and Treatment Block Grant from the Substance Abuse and Mental Health Services Administration. Total annualized funding is $225,000 subject to Federal appropriations. DMHAS anticipates making one $225,000 award in the central region of the state as indicated below. DMHAS currently funds two programs that serve LGBTQ youth in northern and southern New Jersey. Central: Hunterdon, Mercer, Middlesex, Monmouth, Somerset, and Union Counties Research indicates that young adults who identify as lesbian, gay, bisexual or queer/questioning have 1.3 times the odds of
heavy alcohol use, 1.6 times the odds of marijuana use, 2.9 times the odds of injection drug use, and 3.3 times the odds of cocaine use than their non-LGBTQ peers.1 Identifying as LGBTQ affects girls’ substance use risk more dramatically than boys’, though boys are more likely to use drugs and alcohol overall. There is some evidence that bisexual youth are particularly likely to use alcohol and other drugs.2 DMHAS seeks proposals for prevention programs and non-clinical services for LGBTQ youth that are comprehensive and that employ prevention strategies that are evidence-based or that have been empirically demonstrated as effective in working with this population. The successful bidder will ensure that the services provided ensure diversity, inclusion, equity, and cultural and linguistic competence to the target population. The successful bidder will continually assess and utilize demographic data of participants’ catchment area in its development and delivery of programming, evaluation, and program outcomes to ensure it is relevant to the population served. Additionally, the successful bidder will analyze data to implement strategies to increase program participation. No funding match is required; however, bidders will need to identify any other sources of funding, both in-kind and monetary, that will be used on their proposal budget. Bidders may not fund any costs incurred for the planning or preparing a proposal in response to this RFP from current DHS/DMHAS contracts. The following summarizes the RFP schedule: March 9, 2023 Notice of Funding Availability March 16, 2023 Questions on RFP Due - no later than 4:00 p.m. ET 1 Substance Abuse and Mental Health Services Administration. 2018 National Survey on Drug Use and Health: Lesbian, Gay, & Bisexual (LGB) Adults (Annual Report). samhsa.gov. https://www.samhsa.gov/data/report/2018-nsduh-lesbian-gay-bisexual-lgb-adults. Published January 14, 2020. 2 PREVENTING SUBSTANCE ABUSE AMONG LGBTQ TEENS. Human Rights Campaign Foundation, Growing Up LGBT in America. Washington, DC: Human Rights Campaign, 2012, http://www.hrc.org/youth-report https://www.samhsa.gov/data/report/2018-nsduh-lesbian-gay-bisexual-lgb-adults Prevention Services for LGBTQ Youth RFP - 4 March 30, 2023 Deadline to submit written intent to apply - no later than 4:00 p.m. ET March 30, 2023 Deadline to request DHS secure file transfer protocol (SFTP) site login credentials - no later than 4:00 p.m. ET April 6, 2023 Deadline for receipt of proposals - no later than 4:00 p.m. ET April 28, 2023 Preliminary award announcement May 12, 2023 Appeal deadline - no later than 4:00 p.m. ET May 19, 2023 Final award announcement June 1, 2023 Anticipated contract start date II. Background and Population to be Served The odds of substance use for LGBTQ youth are on average 190 percent higher than for heterosexual youth, according to a study by Davis and his colleagues published in the June 2014 issue of the Drug and Alcohol Review. Researchers found that for some sub- populations of LGBTQ youth, the odds were substantially higher, including 340 percent for bisexual youth and 400 percent for lesbians.3 Results from the National Youth Advocacy Coalition’s “Lesbian, Gay, Bisexual Transgender and Questioning Youth National Health Survey” for individuals between 13 and 24 years of age indicate that most survey respondents have used alcohol (53%) and a large percentage of participants have used tobacco (42%) and marijuana (43%). Nine percent of the youth report using crystal meth in the past 12 months and nine percent have used cocaine/crack in the same time period. Seven percent indicated having used Ecstasy. Two percent report having used heroin/morphine and two percent report having used PCP. Three percent indicated using other drugs including soma, mushrooms, special K and speed during this time period. Participants reported that in the six months prior to completing the survey they had sex with someone under the influence of drugs/alcohol (21%); with someone who injects drugs (1%); and/or while under the influence of drugs/alcohol (30%). Seven percent of respondents have been hospitalized or received treatment because of alcohol or drug use and one percent report being denied substance abuse treatment because of their identity.4 In a meta-analysis of eighteen studies from 2010 to 2016, which tested the association between sexual orientation and teen substance use, Hatzenbuehler and colleagues found that gay youth reported higher rates of cigarette, alcohol and marijuana use, as well as other illicit drugs, including cocaine, methamphetamines and injection drugs. The authors conducted a systematic review of the prevention and intervention guidelines published by the American Medical Association, the National Institute on Drug Abuse, the National Institute on Alcohol and Alcoholism and the Institute of Medicine. They found that none of the institutions mentioned sexual orientation as a potential risk factor for substance use 3 Kelly J, Davis C, Schlesinger C. Substance use by same sex attracted young people: Prevalence, perceptions and homophobia. Drug Alcohol Rev 2015;34:358–365. 4 Coker TR, Austin SB, Schuster MA. The health and health care of lesbian, gay, and bisexual adolescents. External Annual Review of Public Health 2010;31:457–477. https://www.ncbi.nlm.nih.gov/pubmed/20070195 https://www.ncbi.nlm.nih.gov/pubmed/20070195 Prevention Services for LGBTQ Youth RFP - 5 in teens and did not provide information for researchers and health care professionals on how to prevent such problems.5 DMHAS seeks to address this oversight. Not unlike their peers, LGBTQ adolescents often cope with the problems they encounter at home, school, or on the streets by using and often abusing alcohol and other drugs. In a study that tracked youth substance use over three-months, 68 percent of gay male adolescents reported alcohol use with 26 percent using one or more times weekly. Forty- four percent reported drug use in addition to alcohol, and 8 percent considered themselves drug dependent. Eighty-three percent of lesbian adolescents reported alcohol use, 56 percent reported drug use, and 11 percent specifically reported crack/cocaine use. The facts6 presented below highlight the vital importance of providing comprehensive prevention services to this high-risk population. • There are an estimated 2.7 million school age LGBTQ youth in the U.S. • LGBTQ youth are more likely than their heterosexual peers to: experience depression, attempt suicide, be harassed at school and in the community, experience verbal and physical violence, abuse substances, drop out of school and become homeless. • 31% of LGBTQ youth report skipping school each month because of fear of their own safety. This rate is 4.5 times higher than peers. • 28% of LGBTQ youth drop out of school because of peer harassment. This percentage is three times the national average. • 84% of LGBTQ youth report being verbally harassed at school. • Over 39% of all lesbian, gay and bisexual youth report being punched kicked or injured with a weapon at school because of their sexual orientation. • Between 20-40% of homeless youth are LGBTQ. • 26% of LGBTQ youth who “come out” to their families are thrown out of their homes because of conflicts with moral and religious values. • 78% of LGBTQ youth in foster care are removed or run away from their foster placements as a result of hostility toward their sexual orientation. • 33% of LGBTQ high school students attempted suicide in the previous year, compared to 8% of their heterosexual peers. • LGBTQ youth of color often do not identify as “gay,” which may mean they will not seek services or hear message designed for the White LGBTQ community. III. Who Can Apply? To be eligible for consideration for this RFP, the bidder must satisfy the following requirements: • The bidder must be a non-profit or governmental entity; 5 Hatzenbuehler ML, Corbin WR, Fromme K. Trajectories and determinants of alcohol use among LGB young adults and their heterosexual peers: results from a prospective study. Dev. Psychol. 2008a;44:81– 90. 6 Human Rights Campaign Foundation, Growing Up LGBT in America. Washington, DC: Human Rights Campaign, 2012, http://www.hrc.org/youth-report. Prevention Services for LGBTQ Youth RFP - 6 • The bidder must be licensed by the Department of Health Certificate of Need Licensing Office prior to the start of services if it is a substance use disorder treatment provider; • For a bidder that has a contract with DMHAS in place when this RFP is issued, that bidder must have all outstanding Plans of Correction for deficiencies submitted to DMHAS for approval prior to submission; • The bidder must be fiscally viable based upon an assessment of the bidder's audited financial statements. If a bidder is determined, in DMHAS’ sole discretion, to be insolvent or to present insolvency within the twelve (12) months after bid submission, DMHAS will deem the proposal ineligible for contract award; • The bidder must not appear on the State of New Jersey Consolidated Debarment Report7 or be suspended or debarred by any other State or Federal entity from receiving funds; and • The bidder shall not employ a member of the Board of Directors as an employee or in a consultant capacity. IV. Contract Scope of Work Sexual minority status, homophobic victimization and stress, and family and peer rejection and bullying place LGBTQ youth at increased risk for depression, suicidal ideation and attempted suicide. Additional literature indicates that LGBTQ youth have increased rates of smoking, substance abuse, alcohol use, unsafe sex and violence. LGBTQ youth also are a disproportionate percentage of the homeless population. Some national studies estimate that 40% of homeless youth are LGBTQ. Successful bidder will be expected to: • Develop or enhance existing substance abuse prevention services for LGBTQ youth to improve access and achieve positive health outcomes. • Promote collaboration and integration of programs providing services to LGBTQ youth and their families with mainstream services and programs. • Increase knowledge of LGBTQ health and human service providers regarding prevention services for this population. • Address issues that impede access to and compromise the quality of prevention and related services for diverse and underserved LGBTQ youth. • Expand the capacity of non-LGBTQ health and human service organizations to provide sensitive and affirming LGBTQ services. DMHAS encourages programs that serve young people to integrate the principles and practices of youth development into its prevention service models. A youth development approach extends and enhances traditional harm reduction and prevention models by focusing on strengthening the protective factors that contribute to promoting healthy outcomes for all young people. A youth development approach focuses on young people’s assets (capacities, strengths) and not solely on their deficits (negative behaviors, 7 http://www.nj.gov/treasury/revenue/debarment/debarsearch.shtml http://www.state.nj.us/treasury/revenue/debarment/debarsearch.shtml Prevention Services for LGBTQ Youth RFP - 7 problems). This approach requires a shift away from a crisis mentality that concentrates on stopping problems, to one that implements strategies designed to increase young people’s exposure to positive and constructive relationships and activities that promote healthy and responsible choices. Programs that use a youth development approach work with young people to help them realize their fullest potential. Successful bidder will be expected to incorporate the following youth development principles and practices into their proposed programs to serve LGBTQ youth: • Focus on building young people’s strengths and promoting positive outcomes • View young people as resources, contributors and leaders for the program • Involve multiple sectors of the community in contributing to the well-being of LGBTQ young people; and • Employ a long-term outlook that recognizes the importance of ongoing positive opportunities and relationships to help young people succeed as adults. Successful proposal will demonstrate that the bidder: • Provides services that are ethnically, culturally and linguistically appropriate, and delivered at a literacy level suitable for clients. • Responds to the range of cultural and gender norms that may inhibit or support the adoption and practice of safer behaviors and addresses those within the proposed program. • Involves LGBTQ youth in the planning and design of the proposed program. Funded programs are expected to maintain ongoing involvement by youth in an advisory capacity, and bidders should describe the method for doing so. • Coordinates services with other health and human service providers and participates in local planning groups. Funded programs are expected to collaborate with DMHAS, local health departments, and other health and human service providers in identifying and responding to emerging trends that affect LGBTQ young people. Successful bidder will: • Include evidence of their commitment to equity and reduction of disparities in access, quality, and treatment outcomes of marginalized populations. This includes a diversity, inclusion, equity, cultural/linguistic competence plan as outlined in the national culturally and linguistically appropriate services standards (CLAS Standards). The plan should include information about the following domains: workforce diversity (data informed recruitment), workforce inclusion, reducing disparities in access quality, and outcomes in the target population, and soliciting input for diverse community stakeholders and organizations. • Use available demographic data from agency and target population catchment area (race/ethnicity/gender/sexual/orientation/language) to shape decisions pertaining to services, agency policies, recruitment, and hiring of staff. • Work with system partners to identify and combat barriers that may impede the target population from seeking and accessing services. Obstacles to services may Prevention Services for LGBTQ Youth RFP - 8 include misinformation and lack of knowledge regarding the target populations’ race, ethnicity, sexual orientation, substance use, socioeconomic status, generational considerations, and language, etc. Collaborate with system partners to ensure coordination, equity, and inclusion of care. • Deliver services in a culturally competent manner that exemplify CLAS Standards. • Ensure services meet the language access needs of individuals served by this project (e.g., limited English proficiency, Deaf/ASL, Braille, limited reading skills). • Coordinate and lead efforts to reduce disparities in access, quality, and program outcomes. Funded provider will be required to provide monthly narrative descriptions of the program’s progress in meeting work plan objectives, quarterly service data and demographics reports, and collaborate with the DMHAS-identified evaluator. Provider will be responsible for designing and conducting process and outcome program evaluation activities to ensure that high quality and appropriate substance abuse prevention and other supportive services are provided. Program evaluation activities should be conducted in the context of Continuous Quality Improvement (CQI) where evaluation results are routinely reviewed to identify ways to improve program performance. DMHAS will provide guidance to funded provider regarding this requirement. All DMHAS-funded prevention providers are required to employ a staff member who has earned the Certified Prevention Specialist (CPS) credential. Providers who do not meet this requirement will be expected to do so within two years after initiation of the contract with DMHAS. Credentials or degrees that will be accepted in lieu of the CPS are the Certified Health Education Specialist, Masters in Public Health, or a Doctoral degree in the medical, health, or behavioral sciences. The successful bidder will describe their efforts to ensure workforce diversity and inclusion in the recruiting, hiring, and retention of staff who are from or have had experience working with target population and other identified individuals served in this initiative. Additionally, the successful bidder will ensure that there is a training strategy related to diversity, inclusion, cultural competence, and the reduction of disparities in access, quality, and outcomes for the target population. The trainings will include education about implicit bias, diversity, recruitment, creating inclusive work environments, and providing languages access services. Data Collection/Evaluation The successful bidder will be required to enter data into DMHAS’ web-based Prevention Outcomes Management System and comply with the Division’s program evaluation by responding to data requests from DMHAS, participating in the data collection system to be developed for this program, facilitating completion of consumer satisfaction questionnaires and any other monitoring activities. When requested, the successful bidder will document units of service delivered. Prevention Services for LGBTQ Youth RFP - 9 The successful bidder will work with the Division’s program evaluation team and other collaborative partners to identify specific program outcomes demonstrating the effectiveness of this service model. The provider will then be expected to report on these outcomes annually. The successful bidder will be expected to participate in the evaluation of program outcomes, including support services provided for achievement of identified wellness and recovery related goals, and consumer satisfaction and the effectiveness of activities related to diversity, inclusion, equity, and cultural/linguistic competence. Other outcomes to be assessed will focus on drug use, education and employment, criminal justice involvement, social connectedness, well-being and quality of life. Other The successful bidder must have in place established, facility-wide policies that prohibit discrimination against consumers of prevention, treatment and recovery support services who are assisted in their prevention, treatment and/or recovery with legitimately prescribed medication(s). These policies must be in writing, legible and posted in a clearly visible, common location accessible to all who enter the facility. Moreover, no individual admitted into a treatment facility, or a recipient of or participant in any prevention, treatment or recovery support services, shall be denied full access to, participation in and enjoyment of that program, service or activity, available or offered to others, due to the use of legitimately prescribed medications. Capacity to accommodate individuals who present or are referred with legitimately prescribed medications can be accomplished either through direct provision of services associated with the provision or dispensing of medications and/or via development of viable networks/referrals/consultants/sub-contracting with those who are licensed and otherwise qualified to provide medications. V. General Contracting Information Bidders must currently meet or be able to meet the terms and conditions of the Department of Human Services (DHS) contracting rules and regulations as set forth in the Standard Language Document, the Contract Reimbursement Manual, and the Contract Policy and Information Manual. These documents are available on the DHS website8. Bidders are required to comply with the Affirmative Action Requirements of Public Law 1975, c. 124 (N.J.A.C. 17:27) and the requirements of the Americans with Disabilities Act of 1991 (P.L. 101-336). Budgets should accurately reflect the scope of responsibilities in order to accomplish the goals of this project. 8https://www.nj.gov/humanservices/olra/contracting/policy/ https://www.nj.gov/humanservices/olra/contracting/policy/ Prevention Services for LGBTQ Youth RFP - 10 All bidders will be notified in writing of the State’s intent to award a contract. The contract awarded as a result of this RFP is anticipated to have an initial term of June 1, 2023 through May 31, 2024, and may be renewable at DMHAS’ sole discretion and with the agreement of the successful bidder. Funds may only be used to support services that are specific to this award; hence, this funding may not be used to supplant or duplicate existing funding streams. Actual funding levels will depend on the availability of funds and satisfactory performance. Should the provision of services be delayed through no fault of the provider, funding continuation will be considered on a case-by-case basis dependent upon the circumstances creating the delay. In no case shall the DMHAS continue funding when service commencement commitments are not met, and in no case shall funding be provided for a period of non-service provision in excess of three (3) months. In the event that the timeframe will be longer than three (3) months, DMHAS must be notified so the circumstances resulting in the anticipated delay may be reviewed and addressed. Should services not be rendered, funds provided pursuant to this agreement shall be returned to DMHAS. The bidder must comply with all rules and regulations for any DMHAS program element of service proposed by the bidder. VI. Written Intent to Apply and Contact for Further Information Bidders must email SUD.upload@dhs.nj.gov no later than 4:00 p.m. ET on March 30, 2023 indicating their agency’s intent to submit a proposal for the Prevention Services for LGBTQ Youth RFP. It is required that the bidder email their notice of intent to submit a proposal no later than the March 30, 2023 deadline. If a bidder’s notice to intent to submit a proposal is received after the deadline their agency is not eligible to submit a proposal for consideration. Submitting a notice of intent to apply does not obligate an agency to apply. Any questions regarding this RFP should be directed via email to SUD.upload@dhs.nj.gov no later than 4:00 pm. ET on March 16, 2023. All questions and responses will be compiled and emailed to all those who submit a question and/or provide a notice of intent to apply. Bidders are guided to rely upon the information in this RFP and the responses to questions that were submitted by email to develop their proposals. Specific guidance, however, will not be provided to individual bidders at any time. VII. Required Proposal Content All bidders must submit a written narrative proposal that addresses the following topics, and adheres to all instructions and includes required supporting documentation noted below: Prevention Services for LGBTQ Youth RFP - 11 Funding Proposal Cover Sheet (RFP Attachment A) Bidder’s Organization, History and Experience (20 points) Bidders must have a substantive and well-documented history of providing services to the LGBTQ community, ideally with a focus on serving LGBTQ youth. Provide a brief and concise summary of the bidder’s background and experience in implementing this or related types of services and explain how the bidder is qualified qualification to fulfill the obligations of the RFP. The written narrative should: 1. Describe the agency’s history, mission, purpose, current licenses and modalities, and record of accomplishments. Explain the agency’s work with the target population and marginalized underserved populations, and the number of years’ experience working with the target population and marginalized underserved populations. 2. Describe the bidder’s background and experience in implementing this or related types of services. Describe why the bidder is the most appropriate and best qualified to implement this program in the target service area. 3. Summarize the bidder’s administrative and organizational capacity to establish and implement sound administrative practices and successfully carry out the proposed program. 4. Describe the bidder's current status and history relative to debarment by any State, Federal or local government agency. If there is debarment activity, it must be explained with supporting documentation as an appendix to the bidder's proposal. 5. Provide a description of all active litigation in which the bidder is involved, including pending litigation of which the bidder has received notice. Failure to disclose active or pending litigation may result in the agency being ineligible for contract award at DMHAS’ sole discretion. 6. Include a description of the bidder’s ability and commitment to provide culturally competent services in accordance with CLAS Standards and diversity (N.J.S.A. 10.5- 1 et seq.). Attach a cultural competency plan as an addendum and discuss in the narrative how the plan will be updated and reviewed regularly. 7. If applicable, document that the bidder’s submissions are up-to-date in the New Jersey Substance Abuse Management System, Unified Service Transaction Form, Quarterly Contract Monitoring Report and Bed Enrollment Data System. 8. Describe the bidder’s current status and compliance with DMHAS contract commitments in regard to programmatic performance and level of service, if applicable. Project Description (35 points) In this section, the bidder is to provide an overview of how the services detailed in the scope of work will be implemented and the timeframes involved, specifically addressing the following: 1. The bidder's proposed approach to the business opportunity or problem described in the State's RFP, including the following. a. how the bidder's approach satisfies the requirements as stated in the RFP; Prevention Services for LGBTQ Youth RFP - 12 b. the bidder's understanding of the project goals and measurable objectives; c. the bidder’s needs assessment to justify the services; d. all anticipated collaboration with other entities in the course of fulfilling the requirements of the contract resulting from this RFP, i.e., a description of how the bidder will coordinate services with other health and human service providers and participate in local planning groups and collaborate with DMHAS, local health departments, and other health and human service providers in identifying and responding to emerging trends that affect LGBTQ young people; e. all anticipated barriers and potential problems the bidder foresees itself and/or the State encountering in the successful realization of the initiative described herein; and f. all other resources needed by the bidder to satisfy the requirements of the contract resulting from this RFP. 2. The evidence-based practice(s) that will be used in the design and implementation of the program. 3. Describe the how the bidder will involve LGBTQ youth in the planning and design of the proposed program and maintain ongoing involvement by youth in an advisory capacity. 4. Describe the organization’s committees or workgroups that focus on efforts to reduce disparities in access, quality, and program outcomes for the target population. Include the membership of committee members and their efforts to review agency services/programs, correspond and collaborate with quality assurance/improvement, and make recommendations to executive management with respect to cultural competency. 5. Describe how the demographic makeup of the catchment area population (race, ethnicity, gender, sexual orientation, language, etc.) will shape the design and implementation of evidence based and best practice program approaches and interpretation of outcomes. 6. The bidder's capacity to accommodate all individuals who take legitimately prescribed medications and who are referred to or present for admission. 7. Summary of the policies that prohibit discrimination against individuals who are assisted in their prevention, treatment and/or recovery from substance use disorders and/or mental illness with legitimately prescribed medication(s). 8. A description of the bidder's last Continuous Quality Improvement effort, identified issue(s), actions taken, and outcome(s). 9. The implementation schedule for the contract, including a detailed monthly timeline of activities, commencing with the date of award, through service initiation, to timely contract closure. Outcome(s) and Evaluation (10 points) Provide the following information related to the projected outcomes associated with the proposal as well any evaluation method that will be utilized to measure successes and/or setbacks associated with this project: 1. The bidder's approach to measurement of consumer satisfaction. 2. The bidder's measurement of the achievement of identified goals and objectives. 3. The evaluation of contract outcomes. Prevention Services for LGBTQ Youth RFP - 13 4. Description of all tools to be used in the evaluation. 5. The assessment, review, implementation, and evaluation of quality assurance and quality improvement recommendations particularly noting any reduction of disparities and barriers in access, quality, and program outcomes. 6. Assurance that the bidder will complete the data collection tool developed by DMHAS and cooperate with the DMHAS evaluator. 7. Details about any outside entity planned for use to conduct the evaluation, including but not limited to the entity's name, contact information, brief description of credentials and experience conducting program evaluation. 8. Tools and activities the bidder will implement to ensure fidelity to the evidence-based practice. Staffing (10 points) Bidders must determine staff structure to satisfy the contract requirements. Bidders should describe the proposed staffing structure and identify how many staff members will be hired to meet the needs of the program. 1. Describe the composition and skill set of the proposed program team, including staff qualifications. 2. Provide details of the Full Time Equivalent (FTE) staffing required to satisfy the contract scope of work. Describe proposed staff qualifications, including professional licensing and related experience. Details should include currently on-board or to be hired staff, with details of recruitment effort. Identify bilingual staff or recruitment plan that addresses the strategy to hire bilingual staff. 3. Describe program efforts to recruit, hire and train staff who are from or have experience working with target population. 4. Describe the management level person responsible for coordinating and leading efforts to reduce disparities in access, quality, and outcomes for the populations served. Information provided should include the individual’s title, organizational positioning, education, and relevant experience. 5. Provide copies of job descriptions or resumes as an appendix – limited to two (2) pages each – for all proposed staff. 6. Identify the number of work hours per week that constitute each FTE in the bidder's proposal. If applicable, define the Part Time Equivalent work hours. 7. Description of the proposed organizational structure, including an organizational chart in an appendix to the bidder's proposal. 8. The bidder's hiring policies, including background and credential checks, as well as handling of prior criminal convictions. 9. Describe the strategy to deliver topics related to diversity, inclusion, cultural competence, and the reduction of discrepancies in the access, quality, and program outcomes, which includes information on implicit bias, diversity, recruitment, creating inclusive working environments, and providing languages access services. 10. The approach for supervision of clinical staff, if applicable. 11. A list of the bidder's board members and their current terms, including each member's professional licensure and organizational affiliation(s). The proposal shall indicate if the Board of Directors votes on contract-related matters. Prevention Services for LGBTQ Youth RFP - 14 12. A list of consultants the bidder intends to utilize for the contract resulting from this RFP, including each consultant's professional licensure and organizational affiliation(s). Facilities, Logistics, Equipment (5 points) The bidder should detail its facilities where normal business operations will be performed and identify equipment and other logistical issues, including: 1. A description of the manner in which tangible assets, i.e., computers, phones, other special service equipment, etc., will be acquired and allocated. 2. A description of the bidder's Americans with Disabilities Act accessibility to its facilities and/or offices for individuals with disabilities. 3. A description of the location(s) in which the program will be held. Please provide information about accessibility, safety, access to public transportation, etc. Budget (20 points) DMHAS will consider the cost efficiency of the proposed budget as it relates to the scope of work. Therefore, bidders must clearly indicate how this funding will be used to meet the program goals and/or requirements. In addition to the required Budget forms, bidders are asked to provide budget notes. The budget should be reasonable and reflect the scope of responsibilities required to accomplish the goals of this project. All costs associated with the completion of the project must be delineated and the budget notes must clearly articulate budget items including a description of miscellaneous expenses and other costs. 1. A detailed budget using the Annex B Excel template is required. The Excel budget template will be emailed to those who submit a timely intent to apply. The Annex B Excel template must be uploaded as an Excel file onto the file transfer protocol site as instructed in VIII. Submission of Proposal Requirements. Failure to submit the budget as an Excel file may result in a deduction of points. The standard budget categories for expenses include: A. Personnel, B. Consultants and Professionals, C. Materials and Supplies, D. Facility Costs, E. Specific Assistance to Clients, and F. Other. Supporting schedules for Revenue and General and Administrative Costs Allocation are also required. The budget must include two (2) separate, clearly labeled sections: a. Section 1 – Full annualized operating costs to satisfy the scope of work detailed in the RFP and revenues excluding one-time costs; and b. Section 2 - Proposed one-time costs, if any, which will be included in the Total Gross Costs. 2. Budget notes detailing and explaining the proposed budget methodology, estimates and assumptions made for expenses and the calculations/computations to support the proposed budget are required. The State's proposal reviewers need to fully understand the bidder's budget projections from the information presented in its proposal. Failure to provide adequate information could result in lower ranking of the proposal. Budget notes, to the extent possible, should be displayed on the Excel template itself. Prevention Services for LGBTQ Youth RFP - 15 3. The name and address of each organization – other than third-party payers – providing support and/or money to help fund the program for which the proposal is being submitted. 4. For all proposed personnel, the template should identify the staff position titles and staff names for current staff and total hours per workweek. 5. Identify the number of hours per clinical consultant. 6. Staff fringe benefit expenses, which may be presented as a percentage factor of total salary costs, should be consistent with the bidder's current fringe benefit package. 7. If applicable, General & Administrative (G&A) expenses, otherwise known as indirect or overhead costs, should be included if attributable and allocable to the proposed program. Since administrative costs for existing DMHAS programs reallocated to a new program do not require new DMHAS resources, a bidder that currently contracts with DMHAS should limit its G&A expense projection to “new” G&A only by showing the full amount of G&A as an expense and the off-set savings from other programs’ G&A in the revenue section. 8. Written assurance that if the bidder receives an award pursuant to this RFP, it will pursue all available sources of revenue and support upon award and in future contracts, including agreement to obtain approval as a Medicaid-eligible provider. Attachments/Appendices The enumerated items of Required Attachments #1 through #8 and Appendices #1 through #8 must be included with the bidder's proposal. Please note that if Required Attachments #1 through #5 are not submitted and complete, the proposal will not be considered. Required Attachments #6 through #8 below are also required with the proposal unless the bidder has a current contract with DMHAS and these documents are current and on file with DMHAS. The collective of Required Attachments #1 through #6 and Appendices #1 through #9, is limited to a total of 50 pages. Audits and financial statements (Required Attachments #7 and #8) do not count towards the appendices’ 50-page limit. Appendix information exceeding 50 pages will not be reviewed. Required Attachments 1. Department of Human Services Statement of Assurances (RFP Attachment C); 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions (RFP Attachment D); 3. Disclosure of Investment in Iran9; 4. Certification of Non-Involvement in Prohibited Activities in Russia or Belarus10; 5. Statement of Bidder/Vendor Ownership Disclosure11; 6. Pursuant to Policy Circular P. 11, a description of all pending and in-process audits identifying the requestor, the firm’s name and telephone number, and the type and scope of the audit; 9 www.nj.gov/treasury/purchase/forms.shtml 10 www.nj.gov/treasury/purchase/forms.shtml 11 www.nj.gov/treasury/purchase/forms.shtml http://www.nj.gov/treasury/purchase/forms.shtml http://www.nj.gov/treasury/purchase/forms.shtml http://www.nj.gov/treasury/purchase/forms.shtml http://www.nj.gov/treasury/purchase/forms.shtml http://www.nj.gov/treasury/purchase/forms.shtml http://www.nj.gov/treasury/purchase/forms.shtml Prevention Services for LGBTQ Youth RFP - 16 7. Audited financial statements and Single Audits (A133), prepared for the two (2) most recent fiscal years; and 8. All interim financial statements prepared since the end of the bidder’s most recent fiscal year. If interim financial statements have not already been prepared, provide interim financial statements (balance sheet, income statement and cash flows) for the current fiscal year through the most recent quarter ended prior to submission of the bid. 9. Department of Human Services Commitment to Defend and Indemnify Form (RFP Attachment F). Appendices 1. Copy of documentation of the bidder’s charitable registration status12; 2. Bidder mission statement; 3. Organizational chart; 4. Job descriptions of key personnel; 5. Resumes of proposed personnel if on staff, limited to two (2) pages each; 6. List of the board of directors, officers and terms; 7. Original and/or copies of letters of commitment/support; and 8. Cultural Competency Plan. VIII. Submission of Proposal Requirements A. Format and Submission Requirements DMHAS assumes no responsibility and bears no liability for costs incurred by the bidder in the preparation and submittal of a proposal in response to this RFP. The narrative portion of the proposal should be no more than 15 pages, be single-spaced with one (1”) inch margins, normal character spacing that is not condensed, and not be in smaller than twelve (12) point Arial, Courier New or Times New Roman font. For example, if the bidder's narrative starts on page 3 and ends on page 18 it is 16 pages long, not 15 pages. DMHAS will not consider any information submitted beyond the page limit for RFP evaluation purposes. The budget notes and appendix items do not count towards the narrative page limit. Proposals must be submitted no later than 4:00 p.m. ET on April 6, 2023. The bidder must submit its proposal (including proposal narrative, budget, budget notes, and appendices) electronically using the DHS secure file transfer protocol (SFTP) site. Proposals should be submitted in the following three files. 1. PDF file of entire proposal consisting of proposal narrative, budget, budget notes, attachments and appendices. Do not include financial statements and Single Audits (A133) which should be submitted in a separate PDF file (see #3 below). Label file with the following title: Name of Agency/Provider Prevention Services for LGBTQ Youth Proposal 12 www.njconsumeraffairs.gov/charities http://www.njconsumeraffairs.gov/charities http://www.njconsumeraffairs.gov/charities Prevention Services for LGBTQ Youth RFP - 17 2. Excel file of budget using the DMHAS Excel budget template. Label file with the following title: Name of Agency/Provider Prevention Services for LGBTQ Youth Budget 3. PDF file of financial statements and Single Audits (A133), prepared for the two (2) most recent fiscal years template. Label file with the following title: Name of Agency/Provider Prevention Services for LGBTQ Youth Audit Additionally, bidders must request login credentials for this RFP by emailing SUD.upload@dhs.nj.gov no later than 4:00 p.m. ET on March 30, 2023 in order to receive unique login credentials for the Prevention Services for LGBTQ Youth RFP to upload your proposal to the SFTP site. Email requests for login credentials must include the title of this RFP, individual’s first name, last name, email address and name of agency/provider. Proposals must be uploaded to the DHS SFTP site, https://securexfer.dhs.state.nj.us/login using your unique login credentials. B. CONFIDENTIALITY/COMMITMENT TO DEFEND AND INDEMNIFY Pursuant to the New Jersey Open Public Records Act (OPRA), N.J.S.A. 47:1A-1 et seq., or the common law right to know, proposals can be released to the public in accordance with N.J.A.C. 17:12-1.2(b) and (c). Bidder should submit a completed and signed Commitment to Defend and Indemnify Form (RFP Attachment F) with the proposal. In the event that Bidder does not submit the Commitment to Defend and Indemnify Form with the proposal, DHS reserves the right to request that the Bidder submit the form after proposal submission. After the opening of the proposals, all information submitted by a Bidder in response to a Bid Solicitation is considered public information notwithstanding any disclaimers to the contrary submitted by a Bidder. Proprietary, financial, security and confidential information may be exempt from public disclosure by OPRA and/or the common law when the Bidder has a good faith, legal/factual basis for such assertion. As part of its proposal, a Bidder may request that portions of the proposal be exempt from public disclosure under OPRA and/or the common law. Bidder must provide a detailed statement clearly identifying those sections of the proposal that it claims are exempt from production, and the legal and factual basis that supports said exemption(s) as a matter of law. DHS will not honor any attempts by a Bidder to designate its price sheet, price list/catalog, and/or the entire proposal as proprietary and/or confidential, and/or to claim copyright protection for its entire proposal. If DHS does not agree with a Bidder’s designation of proprietary and/or confidential information, DHS will use commercially reasonable efforts to advise the Bidder. Copyright law does not prohibit access to a record which is otherwise available under OPRA. Prevention Services for LGBTQ Youth RFP - 18 DHS reserves the right to make the determination as to what to disclose in response to an OPRA request. Any information that DHS determines to be exempt from disclosure under OPRA will be redacted. In the event of any challenge to the Bidder’s assertion of confidentiality that is contrary to the DHS’ determination of confidentiality, the Bidder shall be solely responsible for defending its designation, but in doing so, all costs and expenses associated therewith shall be the responsibility of the Bidder. DHS assumes no such responsibility or liability. In order not to delay consideration of the proposal or DHS’ response to a request for documents, DHS requires that Bidder respond to any request regarding confidentiality markings within the timeframe designated in DHS’ correspondence regarding confidentiality. If no response is received by the designated date and time, DHS will be permitted to release a copy of the proposal with DHS making the determination regarding what may be proprietary or confidential. IX. Review of Proposals There will be a review process for responsive proposals. DMHAS will convene a review committee of public employees to conduct a review of each responsive proposal. The bidder must obtain a minimum score of 70 points out of 100 points for the proposal narrative and budget sections in order to be considered eligible for funding. DMHAS will award up to 20 points for fiscal viability, using a standardized scoring rubric based on the audit, which will be added to the average score given to the proposal from the review committee. Thus, the maximum points any proposal can receive is 120 points, which includes the review committee’s averaged score for the proposal’s narrative and budget sections combined with the fiscal viability score. In addition, if a bidder is determined, in DMHAS’ sole discretion, to be insolvent or to present insolvency within the twelve (12) months after bid submission, DMHAS will deem the proposal ineligible for contract award. Contract award recommendations will be based on such factors as the proposal scope, quality and appropriateness, bidder history and experience, as well as budget reasonableness. The review committee will look for evidence of cultural competence in each section of the narrative. The review committee may choose to visit a bidder's existing program(s) and/or invite a bidder for interview. The bidder is advised that the contract award may be conditional upon final contract and budget negotiation. DMHAS reserves the right to reject any and all proposals when circumstances indicate that it is in its best interest to do so. DMHAS' best interests in this context include, but are not limited to, loss of funding, inability of the bidder(s) to provide adequate services, an indication of misrepresentation of information and/or non-compliance with State and Prevention Services for LGBTQ Youth RFP - 19 federal laws and regulations, existing DHS contracts, and procedures set forth in Policy Circular P1.0413. DMHAS will notify all bidders of contract awards, contingent upon the satisfactory final negotiation of a contract, by April 28, 2023. X. Appeal of Award Decisions An appeal of any award decision may be made only by a respondent to this RFP. All appeals must be made in writing and be received by DMHAS at the address below no later than 4:00 p.m. ET on May 12, 2023. The written appeal must clearly set forth the basis for the appeal. Appeal correspondence should be addressed to: Valerie L. Mielke, Assistant Commissioner Department of Human Services Division of Mental Health and Addiction Services PO Box 362 Trenton, NJ 08625-0362 Fax: 609-341-2302 Or via email: Helen.Staton@dhs.nj.gov Please note that all costs incurred in connection with appeals of DMHAS decisions are considered unallowable cost for the purpose of DMHAS contract funding. DMHAS will review all appeals and render a final decision by May 19, 2023. Contract award(s) will not be considered final until all timely filed appeals have been reviewed and final decisions rendered. XI. Post Award Required Documentation Upon final contract award announcement, the successful bidder(s) must be prepared to submit (if not already on file), one (1) original signed document for those requiring a signature or copy of the following documentation (unless noted otherwise) in order to process the contract in a timely manner, as well as any other contract documents required by DHS/DMHAS. 1. Most recent IRS Form 990/IRS Form 1120, and Pension Form 5500 (if applicable) (submit two [2] copies); 2. Copy of the Annual Report-Charitable Organization14; 3. A list of all current contracts and grants as well as those for which the bidder has applied from any Federal, state, local government or private agency during the 13 https://www.nj.gov/humanservices/olra/contracting/policy/ 14 https://www.njportal.com/DOR/annualreports/ https://www.nj.gov/humanservices/olra/contracting/policy/ https://www.njportal.com/DOR/annualreports/ Prevention Services for LGBTQ Youth RFP - 20 contract term proposed herein, including awarding agency name, amount, period of performance, and purpose of the contract/grant, as well as a contact name for each award and the phone number; 4. Proof of insurance naming the State of New Jersey, Department of Human Services, Division of Mental Health and Addiction Services, PO Box 362, Trenton, NJ 08625- 0362 as an additional insured; 5. Board Resolution identifying the authorized staff and signatories for contract actions on behalf of the bidder; 6. Current Agency By-laws; 7. Current Personnel Manual or Employee Handbook; 8. Copy of Lease or Mortgage; 9. Certificate of Incorporation; 10. Co-occurring policies and procedures; 11. Policies regarding the use of medications, if applicable; 12. Policies regarding Recovery Support, specifically peer support services; 13. Conflict of Interest Policy; 14. Affirmative Action Policy; 15. Affirmative Action Certificate of Employee Information Report, newly completed AA 302 form, or a copy of Federal Letter of Approval verifying operation under a federally approved or sanctioned Affirmative Action program. (AA Certificate must be submitted within 60 days of submitting completed AA302 form to Office of Contract Compliance); 16. A copy of all applicable licenses; 17. Local Certificates of Occupancy; 18. Current State of New Jersey Business Registration; 19. Procurement Policy; 20. Current equipment inventory of items purchased with DHS funds (Note: the inventory shall include: a description of the item [make, model], a State identifying number or code, original date of purchase, purchase price, date of receipt, location at the Provider Agency, person(s) assigned to the equipment, etc.); 21. All subcontracts or consultant agreements, related to the DHS contract, signed and dated by both parties; 22. Business Associate Agreement (BAA) for Health Insurance Portability Accountability Act of 1996 compliance, if applicable, signed and dated; 23. Updated single audit report (A133) or certified statements, if differs from one submitted with proposal; 24. Business Registration (online inquiry to obtain copy at Registration Form15; for an entity doing business with the State for the first time, it may register at the NJ Treasury website16; 25. Source Disclosure (EO129)17; and 26. Chapter 51 Pay-to-Play Certification18. XII. Attachments 15 https://www1.state.nj.us/TYTR_BRC/jsp/BRCLoginJsp.jsp 16 http://www.nj.gov/treasury/revenue 17 www.nj.gov/treasury/purchase/forms.shtml 18 www.nj.gov/treasury/purchase/forms.shtml https://www1.state.nj.us/TYTR_BRC/jsp/BRCLoginJsp.jsp http://www.nj.gov/treasury/revenue http://www.nj.gov/treasury/purchase/forms.shtml http://www.nj.gov/treasury/purchase/forms.shtml

Trenton, New Jersey 08625Location

Address: Trenton, New Jersey 08625

Country : United StatesState : New Jersey

You may also like

TO PROVIDE MONITORING, EVALUATION, AND LEARNING SERVICES FOR THE MIDDLE EAST AND NORTH AFRICA

Due: 22 Sep, 2024 (in 4 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

Learning Tree - SAMHSA Grant Evaluator

Due: 30 Sep, 2026 (in about 2 years)Agency: Sedgwick County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.