FAMILY PEER SUPPORT AND NAVIGATION SERVICES

expired opportunity(Expired)
From: Maryland(State)
MDH OPASS # 21-18369

Basic Details

started - 11 Feb, 2020 (about 4 years ago)

Start Date

11 Feb, 2020 (about 4 years ago)
due - 30 Mar, 2020 (about 4 years ago)

Due Date

30 Mar, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
MDH OPASS # 21-18369

Identifier

MDH OPASS # 21-18369
State Of Maryland

Customer / Agency

State Of Maryland
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.

STATE OF MARYLAND DEPARTMENT OF HEALTH/ BEHAVIORAL HEALTH ADMINISTRATION (MDH/BHA) REQUEST FOR PROPOSALS (RFP) FAMILY PEER SUPPORT AND NAVIGATION SERVICES RFP NUMBER: 21-18369 ISSUE DATE: FEBRUARY 11, 2020 NOTICE A Prospective Offeror that has received this document from a source other than eMarylandMarketplace (eMMA) https://procurement.maryland.gov should register on eMMA. See Section 4.2. MINORITY BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND TO THIS SOLICITATION. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page ii of 100 VENDOR FEEDBACK FORM To help us improve the quality of State solicitations, and to make our procurement process more responsive and business friendly, please provide comments and suggestions regarding this solicitation. Please return your comments with your response. If you
have chosen not to respond to this solicitation, please email or fax this completed form to the attention of the Procurement Officer (see Key Information Summary Sheet below for contact information). Title: Family Peer Support and Navigation Services Solicitation No: 21-183699 1. If you have chosen not to respond to this solicitation, please indicate the reason(s) below:  Other commitments preclude our participation at this time  The subject of the solicitation is not something we ordinarily provide  We are inexperienced in the work/commodities required  Specifications are unclear, too restrictive, etc. (Explain in REMARKS section)  The scope of work is beyond our present capacity  Doing business with the State is simply too complicated. (Explain in REMARKS section)  We cannot be competitive. (Explain in REMARKS section)  Time allotted for completion of the Proposal is insufficient  Start-up time is insufficient  Bonding/Insurance requirements are restrictive (Explain in REMARKS section)  Proposal requirements (other than specifications) are unreasonable or too risky (Explain in REMARKS section)  MBE or VSBE requirements (Explain in REMARKS section)  Prior State of Maryland contract experience was unprofitable or otherwise unsatisfactory. (Explain in REMARKS section)  Payment schedule too slow  Other: __________________________________________________________________ 2. If you have submitted a response to this solicitation, but wish to offer suggestions or express concerns, please use the REMARKS section below. (Attach additional pages as needed.) REMARKS: ____________________________________________________________________________________ ____________________________________________________________________________________ Vendor Name: ________________________________ Date: _______________________ Contact Person: _________________________________ Phone (____) _____ - _________________ Address: ______________________________________________________________________ E-mail Address: ________________________________________________________________ Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page iii of 100 STATE OF MARYLAND DEPARTMENT OF HEALTH/ BEHAVIORAL HEALTH ADMINISTRATION (MDH/BHA) KEY INFORMATION SUMMARY SHEET Request for Proposals Services - Family Peer Support & Navigation Services Solicitation Number: 21-18369 RFP Issue Date: February 11, 2020 RFP Issuing Office: Maryland Department of Health/Behavioral Health Administration (MDH/BHA) Procurement Officer: Dana Dembrow Procurement Officer Maryland Department of Health Office of Procurement and Support Services 201 West Preston St., Rm. 416A Baltimore, MD 21201 Phone: (410) 767-0974 Fax: (410) 333-5958 e-mail: dana.dembrow1@maryland.gov Contract Monitor: Laura Burns-Heffner Behavioral Health Administration 55 Wade Avenue, Catonsville, Maryland 21228 Laura.burns-heffner@maryland.gov Proposals are to be sent to: MDH/Office of Procurement and Support Services 201 West Preston Street, Room 416A Baltimore, MD 21201 Attention: Afua Tisdale Pre-Proposal Conference: February 25, 2019 at 10:00 AM Local Time Spring Grove Hospital Center 55 Wade Avenue, Catonsville, MD 21228 Dix Bldg, Lower Level Conference RM See Attachment A for directions and instructions. Questions Due Date and Time March 10, 2020 at 10:00 AM Local Time Proposal Due (Closing) Date and Time: March 30, 2020 @ 2:00 PM Local Time Offerors are reminded that a completed Feedback Form is requested if a no-bid decision is made (see page ii). MBE Subcontracting Goal: 2% VSBE Subcontracting Goal: 2% mailto:dana.dembrow1@maryland.gov Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page iv of 100 Contract Type: Firm Fixed Price Contract Duration: Three (3) year base period with two (2) one-year option periods. Primary Place of Performance: As proposed by Offeror SBR Designation: No Federal Funding: No Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page v of 100 TABLE OF CONTENTS – RFP 1 Minimum Qualifications ...................................................................................................................... 1 1.1 Offeror Minimum Qualifications ................................................................................................. 1 2 Contractor Requirements: Scope of Work ........................................................................................ 2 2.1 Summary Statement........................................................................................................................ 2 2.2 Background and Purpose ............................................................................................................. 2 2.3 Responsibilities and Tasks........................................................................................................... 3 2.4 Deliverables ................................................................................................................................. 7 2.4.2 Deliverable Acceptance ............................................................................................................... 8 3 Contractor Requirements: General .................................................................................................. 10 3.1 Contract Initiation Requirements ............................................................................................... 10 3.2 End of Contract Transition ........................................................................................................ 10 3.3 Invoicing .................................................................................................................................... 10 3.4 Liquidated Damages .................................................................................................................. 12 3.5 Disaster Recovery and Data ...................................................................................................... 12 3.6 Insurance Requirements ........................................................................................................... 14 3.7. Security Requirements ............................................................................................................... 15 3.8 Problem Escalation Procedure ................................................................................................... 18 3.9 SOC 2 Type 2 Audit Report ...................................................................................................... 18 3.10 Experience and Personnel .......................................................................................................... 19 3.11 Substitution of Personnel ........................................................................................................... 20 3.12 Minority Business Enterprise (MBE) Reports ........................................................................... 23 3.13 Veteran Small Business Enterprise (VSBE) Reports ................................................................ 24 3.14 Work Orders .............................................................................................................................. 24 3.15 No-Cost Extensions ................................................................................................................... 24 4 Procurement Instructions .................................................................................................................. 26 4.1 Pre-Proposal Conference ........................................................................................................... 26 4.2 eMaryland Marketplace (eMM) ................................................................................................ 26 4.3 Questions ................................................................................................................................... 26 4.4 Procurement Method ................................................................................................................. 26 4.5 Proposal Due (Closing) Date and Time ..................................................................................... 27 4.6 Multiple or Alternate Proposals ................................................................................................. 27 Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page vi of 100 4.7 Economy of Preparation ............................................................................................................ 27 4.8 Public Information Act Notice .................................................................................................. 27 4.9 Award Basis ............................................................................................................................... 27 4.10 Oral Presentation ....................................................................................................................... 28 4.11 Duration of Proposal .................................................................................................................. 28 4.12 Revisions to the RFP ................................................................................................................. 28 4.13 Cancellations ............................................................................................................................. 28 4.14 Incurred Expenses ..................................................................................................................... 28 4.15 Protest/Disputes ......................................................................................................................... 29 4.16 Offeror Responsibilities ............................................................................................................. 29 4.17 Acceptance of Terms and Conditions ........................................................................................ 29 4.18 Proposal Affidavit ..................................................................................................................... 29 4.19 Contract Affidavit ...................................................................................................................... 29 4.20 Compliance with Laws/Arrearages ........................................................................................... 30 4.21 Verification of Registration and Tax Payment .......................................................................... 30 4.22 False Statements ........................................................................................................................ 30 4.23 Payments by Electronic Funds Transfer .................................................................................... 30 4.24 Prompt Payment Policy ............................................................................................................. 31 4.25 Electronic Procurements Authorized ......................................................................................... 31 4.26 MBE Participation Goal ............................................................................................................ 32 4.27 VSBE Goal ................................................................................................................................ 35 4.28 Living Wage Requirements ....................................................................................................... 36 4.29 Federal Funding Acknowledgement .......................................................................................... 37 4.31 Non-Disclosure Agreement ....................................................................................................... 37 4.32 HIPAA - Business Associate Agreement .................................................................................. 38 4.33 Nonvisual Access ...................................................................................................................... 38 4.34 Mercury and Products That Contain Mercury ........................................................................... 38 4.35 Location of the Performance of Services Disclosure ................................................................ 38 4.36 Department of Human Services (DHS) Hiring Agreement ....................................................... 38 4.37 Small Business Reserve (SBR) Procurement ............................................................................ 38 4.38 Maryland Healthy Working Families Act Requirements .......................................................... 38 5 Proposal Format ................................................................................................................................. 39 5.1 Two Part Submission ................................................................................................................. 39 5.2 Proposal Delivery and Packaging .............................................................................................. 39 Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page vii of 100 5.3 Volume I - Technical Proposal .................................................................................................. 40 5.4 Volume II – Financial Proposal ................................................................................................. 47 6 Evaluation and Selection Process ...................................................................................................... 48 6.1 Evaluation Committee ............................................................................................................... 48 6.2 Technical Proposal Evaluation Criteria ..................................................................................... 48 6.3 Financial Proposal Evaluation Criteria ...................................................................................... 48 6.4 Reciprocal Preference ................................................................................................................ 48 6.5 Selection Procedures.................................................................................................................. 49 6.6 Documents Required upon Notice of Recommendation for Contract Award ........................... 50 7 RFP Attachments & Appendices ...................................................................................................... 51 Attachment A. Pre-Proposal Conference Response Form ................................................................ 54 Attachment B. Financial Proposal Instructions & Form .................................................................. 55 Attachment C. Proposal Affidavit ....................................................................................................... 57 Attachment D. Minority Business Enterprise (MBE) Forms ........................................................... 58 Attachment E. Veteran-Owned Small Business Enterprise (VSBE) Forms ................................... 59 Attachment F. Maryland Living Wage Affidavit of Agreement for Service Contracts ................ 60 Attachment G. Federal Funds Attachments ....................................................................................... 62 Attachment H. Conflict of Interest Affidavit and Disclosure ........................................................... 63 Attachment I. Non-Disclosure Agreement (Contractor) ................................................................. 64 Attachment J. HIPAA Business Associate Agreement ..................................................................... 65 Attachment K. Mercury Affidavit ....................................................................................................... 66 Attachment L. Location of the Performance of Services Disclosure ............................................... 67 Attachment M. Contract ....................................................................................................................... 68 Attachment N. Contract Affidavit ...................................................................................................... 86 Attachment O. DHS Hiring Agreement .............................................................................................. 87 Appendix 1. – Abbreviations and Definitions ......................................................................................... 88 Appendix 2. Offeror Information Sheet .................................................................................................. 93 Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 1 of 100 1 Minimum Qualifications 1.1 Offeror Minimum Qualifications There are no Offeror Minimum Qualifications for this procurement. THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 2 of 100 2 Contractor Requirements: Scope of Work 2.1 Summary Statement 2.1.1 The Maryland Department of Health, Behavioral Health Administration (MDH/BHA or the “Administration”) is issuing the Request for Proposals (RFP) in order to implement and provide a statewide system of Family Peer Support and Navigation Services to families with children, adolescents, young adults, and loved ones with a mental health, substance use, problem gambling, and/or co-occurring disorder. 2.1.2 Specifically, the Contractor will provide: 1) Family Peer Support and Navigation services for families with loved ones experiencing mental health, substance use, problem gambling and/or co- occurring disorders; and 2) a Good Samaritan Ambassador Project using trained Family Peer Support and Navigation Specialists. 2.1.3 It is the State’s intention to obtain goods and services, as specified in this RFP, from a Contract between the selected Offeror and the State. 2.1.4 The MDH/BHA intends to make a single award as result of this RFP. See RFP Section 4.9 Award Basis for more Contract award information. 2.1.5 An Offeror, either directly or through its subcontractor(s), must be able to provide all goods and services and meet all of the requirements requested in this solicitation and the successful Offeror (the Contractor) shall remain responsible for Contract performance regardless of subcontractor participation in the work. 2.2 Background and Purpose 2.2.1 The BHA’s vision is “Improved health, wellness and quality of life for individuals across the lifespan through a seamless and integrated behavioral health system of care.” Its mission states that “BHA will, through publicly-funded services and supports, promote recovery, resiliency, health and wellness for individuals who have, or are at risk for, emotional, substance-related, addictive, and/or psychiatric disorders to improve their ability to function effectively in their communities.” The types of services offered within the fee for service system include outpatient mental health and substance use services, intensive outpatient substance use services, partial hospitalization, lab services, health homes, care coordination, respite care, targeted case management, specialty 1915(i) intensive services, specialized transitional aged youth services, recovery housing and supports, residential treatment, withdrawal management, medication assisted treatment, psychiatric and residential rehabilitation services, mobile treatment, assertive community treatment, crisis services, a range of evidence-based practices, and other specialized programs. In addition to its community services, BHA also operates five State psychiatric hospitals and two residential treatment facilities for youth. Other non-fee for service functions include responsibility for health promotion and prevention activities such as primary substance use disorder (SUD), overdose and suicide prevention, early intervention and wellness services, problem gambling, and tobacco smoking cessation. 2.2.2 Family Peer Support and Navigation is the non-clinical practice for providing emotional assistance and practical guidance to another person experiencing distress and/or lack of information regarding a family member or loved one with a mental health, substance use, problem gambling disorder and/or co-occurring disorder. Family Peer Support has been a part of the mental health service system for children and adolescents for approximately 25 years. More recently, the importance of family peer support and navigation services for young adults with mental health issues has been recognized. Specialized approaches have been developed to take Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 3 of 100 into account the different circumstances that come to bear when a youth attains the age of majority and enters the adult service system. Over the past several years, the value of Family Peer Support and Navigation Services has been embraced within the substance use and problem gambling service systems as well. 2.2.3 Family Peer Support and Navigation Services are proven and effective components in the overall approach to serving families who have children, youth and young adults, or loved ones with a mental health, substance use, problem gambling, and/or co-occurring disorder. Therefore, BHA is interested in consolidating any prior Family Peer Support and Navigation Service programs, along with a Good Samaritan Ambassador Program into one statewide system of service. 2.2.4 BHA currently funds programs for Family Peer Support and Navigation Services for families with children and adolescents with mental health disorders; and for families with young adults, or loved ones with substance use, problem gambling, and/or co-occurring disorders. Family Peer Support and Navigation Specialists in these programs have Lived Experience with family members affected by these disorders, and provide peer to peer support and information on how to access or “navigate” the system of care. 2.2.5 BHA also contracts for a Good Samaritan Ambassador Project to educate the public about the Maryland Good Samaritan Law and its intent. The Good Samaritan Ambassador Project consists of a cadre of trained Family Peer Support and Navigation Specialists who also serve as Good Samaritan Ambassadors that go out into the community and educate the public about the Good Samaritan Law. Maryland Code Annotated, Criminal Procedure Article, § 1-210 (Good Samaritan Law) provides immunity to any person who seeks, provides, or assists in seeking medical assistance for someone else or themselves, as the result of ingesting a criminal substance, either by alcohol consumption by a minor or the ingestion of an illegal substance. The law protects a person from arrest, charge or prosecution from six misdemeanors in the Criminal Law Article: § 5-601: Possessing or Administering CDS; § 5-619: Drug Paraphernalia; § 5-620: Controlled Paraphernalia; § 10-114: Underage Possession of Alcohol; § 10-116: Obtaining Alcohol for Underage Consumption; § 10-117: Furnishing for or allowing underage consumption of alcohol. The purpose of the law is to encourage any person that is experiencing or observing a medical emergency to seek help without fear of arrest or prosecution. This project includes a strategic planning process with BHA, and all information disseminated about the Good Samaritan Law is pre-approved by BHA. These pre-approved print and verbal messages, called “messaging”, consist of printed and verbal information provided in a consistent manner through in-person meetings, forums, town hall discussions, etc. The Ambassadors delivering this messaging are required to be family members/loved ones and/or advocates who have Lived Experience with someone who has a substance use disorder, or co-occurring disorder, or someone who engages in underage drinking. 2.3 Responsibilities and Tasks 2.3.1 Family Peer Support and Navigation Service Program The Contractor shall: Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 4 of 100 2.3.1.1 Establish and promote mechanisms for families to request peer support and navigation services to include at a minimum, one dedicated telephone line and email address. 2.3.1.2 Provide telephone, electronic, and in-person education and support to family members and their loved ones of an individual with a mental health, substance use, problem gambling, and/or co-occurring disorder to improve their ability to navigate and utilize the social, legal, educational and health care systems. 2.3.1.3 Connect family members and their loved ones with a mental health, substance use, problem gambling, and/or co-occurring disorder to appropriate accredited treatment and/or associated support services in the community in order to improve quality of life, prevent relapse, and sustain recovery. 2.3.1.4 Provide family members and their loved ones with resource materials regarding: local mental health, substance use, problem gambling, and/or co-occurring disorders; Maryland-specific information on how to access screening and referral for treatment; national resources; recovery support meetings; educational and support group for families; therapeutic and/or pro- social recreation; volunteer training opportunities; and other services designed to meet the needs of loved ones and the person in recovery. 2.3.1.5 Provide role modeling and advocacy for those coping with a loved one’s mental health, substance use, gambling, and/or co-occurring disorder. 2.3.1.6 Provide and document education and support to family members impacted by or identify a need for assistance in caring for someone with a mental health, substance use, problem gambling and/or co-occurring disorder. Provide and document statewide outreach and distribution of information to community based groups, organizations, social and somatic care agencies about the Family Peer Support and Navigation Services program; Assist in the development of policies and procedures for receiving and following up with referrals from the Center of Excellence on Problem Gambling (CEPG)’s Helpline Line, and update, quarterly and/or other policy and procedures as needed. 2.3.1.7 Be available to assist in providing Family Peer Support and Navigation Services information during Statewide or regional trainings, such as the BHA Annual Conference or as scheduled by the staff of the MD Center of Excellence on Problem Gambling. 2.3.1.8 Assist in the development of materials for print and media public awareness initiatives to ensure inclusion of mental health, substance use, problem gambling, and/or co-occurring disorder signs, symptoms, and referral for assistance. 2.3.1.9 Offer monthly groups to support families in building the necessary skills and identifying resources to better respond to and address the needs of youth or young adult family members with mental health, substance use and/or problem gambling disorders to: A. Strengthen the relationship between the family member and the youth person they are caring for; B. Understand the role of family in the recovery process; and C. Share information, resources, and fellowship. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 5 of 100 2.3.1.10 As a part of the above requirements, provide a plan to deliver education and support to approximately 1,500 families statewide in year one, with an increase to approximately 2,000 families in subsequent years across three contact levels: A. Level 1 (brief contact) is a one-time contact with a family or loved one that does not require any follow-up assistance and may or may not provide their contact information. Approximately 35-40% of families requesting service will fall into this category. B. Level 2 contact is a family or loved one that requires up to four hours a month of one- to-one support. Approximately 40% of families requesting service will fall into this category. Level 3 contact is a family or loved one that requires more than 4 hours of one-to-one support monthly. Approximately 20-25% of families requesting service will fall into this category. 2.3.1.11 Provide and implement Family Peer Support and Navigation Services training for Family Peer Support and Navigation Specialists. Training curricula must include content focused on mental health, substance use, Good Samaritan Law, problem gambling, and co-occurring disorders. 2.3.1.12 Develop and implement an outreach program to increase the numbers of families served in the problem gambling area, or any of the subject areas or jurisdictions that are not proportionately represented. 2.3.1.13 Develop and distribute outreach materials that can be used to train stakeholders and educate the community-at-large about the Family Peer Support and Navigation Service program and the Good Samaritan Law. A maximum of 10% of the total budget can be spent on development and printing of these materials in year 1 unless BHA gives special approval for higher spending. In subsequent years, a maximum of 3% may be used for this purpose. Outreach materials must be approved by BHA Contract Monitor during the development process, with final approval prior to printing and distribution of any materials. 2.3.1.14 Develop and implement Family Peer Support and Navigation Services Program policies and procedures within 30 days of award. Program policies must be submitted to BHA Contract Monitor for approval. 2.3.1.15 Conduct and provide results of an annual written family satisfaction survey in a format approved by BHA Contract Monitor. 2.3.1.16 Annually update information on national resources and issues in the provision of Family Peer Support and Navigation Services. 2.3.1.17 Establish a procedure and mechanism for receiving calls transferred from the Center of Excellence on Problem Gambling’s Help Line, in collaboration with and approval of the Center of Excellence on Problem Gambling. 2.3.1.18 Establish and document monthly meetings at a location mutually agreeable to the Contractor and with designated staff of the Contractor and the Center of Excellence on Problem Gambling to address any issues, barriers, or concerns with the referral process for family members. The Contractor will initiate the first of these monthly meetings within 60 days of award. 2.3.1.19 Establish a procedure and mechanism for receiving calls transferred from State Crisis Hotline Program during business hours, and a call back system for any calls received after hours, in collaboration with State Crisis Hotline Program and BHA. 2.3.1.20 Participate in calls or in-person meeting with the BHA Contract Monitor and associated staffs for the State Crisis Hotline program in order to review call transfer procedures and mechanisms, written materials, progress, and troubleshoot any problem areas as needed or as directed by the BHA Contract Monitor. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 6 of 100 2.3.2 Good Samaritan Ambassador Project 2.3.2.1 Develop and implement a Good Samaritan Ambassador Project plan involving the use of Family Peer Support and Navigation Specialists to provide outreach, education, and BHA pre-approved messaging on the Good Samaritan Law. The project plan must include provision of materials and education in all 24 jurisdictions in Maryland to reach a minimum of 16,000 persons. 2.3.2.2 Contractor must: A. Develop Good Samaritan Ambassador program policies and procedures within 30 days of award for BHA approval. B. Maintain current knowledge of updates in local or statewide regulations related to the Good Samaritan Law. C. Coordinate with BHA within 30 days of award to create BHA approved messaging for Ambassadors that include the creation of script/talking points to be used by the Ambassadors when talking with individuals and groups. Contractor is not permitted to use messaging or materials that are not approved by BHA. D. Provide presentations containing approved messaging to a minimum of 125 specific audiences statewide, covering all jurisdictions. These audiences could include support groups, community and faith-based leaders, local law enforcement, judges and courts, etc. E. Collaborate with BHA within 30 days of award and throughout campaign as needed to create, print, and circulate any other needed resource materials. F. Ensure that Ambassadors provide their contact information to those with whom they engage and document further 1-1 contact with individuals regarding Good Samaritan Law information. G. Maintain responsibility for the printing and distribution of all materials developed within the planning process and during subsequent Contract years unless otherwise specified by BHA. All developed materials must be approved by BHA 2.3.2.3 Funding for the Good Samaritan Ambassador program shall not exceed 5% of total budget unless otherwise authorized by BHA. 2.3.3 Contract Monitoring and Audits The Department may periodically review a sampling of family peer support cases. The Contractor shall: 1) Cooperate with the Department in the performance of any Contract Monitoring functions. The Contract Monitor may request the Family Peer Support Specialist and/or the Contractor’s Director to be present during the designated Contract Monitoring session. 2) Cooperate with the Department for announced or unannounced Contract Monitoring visits as deemed appropriate by the Department. Permit the Contract Monitor or designee access to any or all materials determined to be needed to monitor conditions of the contract, including, but not limited to case files, or other fiscal, personnel, or sub-contractor records. The Department may also monitor meetings, conferences, trainings, etc. as deemed appropriate by the Department. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 7 of 100 2.4 Deliverables The Contractor must provide monthly progress reports, including but not limited to data and progress toward associated outcome performance measures. Data items to be included: A. Family Peer Support and Navigation Service Program: 1) Total # of Family Peer Support and Navigation Specialist referrals received by Contractor (self or agency referral) for that month. 2) Total # of new families served by Contractor by service area (Problem Gambling, Substance Use Disorder, Mental Health) and by jurisdiction each month. 3) Total # of continuing families served by Contractor (by service area and by jurisdiction) each month. Of the above three areas, a) Total # of families provided Level 1 Brief Contact only, b) Total # of families provided Level 2 Contact (up to four hours), c) Total # of families provided Level 3 Contact (over 4 hours), and d) Total # of referrals made by Family Peer Support and Navigation Specialists (by service area and jurisdiction) each month to include type of referral (social service, medical, behavioral health, etc.) 4) Description of all outreach activities provided by service area and jurisdiction each month. 5) Total number of groups (Section 2.3.1.6) provided to support families in building skills and identifying resources; provided by service area and jurisdiction each month. B. Good Samaritan Ambassador Project: 1) Total # of and list of specific audience types (groups, organizations, and agencies) reached by jurisdiction. 2) Total approximate number of individuals reached in these audiences and mechanism for how audiences were reached: a) Provision of printed materials, b) In-person group presentations. 3) Total # of 1-1 follow-up contacts with individuals regarding Good Samaritan Law information. Progress reports for Family Peer Support and Navigation Services and The Good Samaritan Ambassador Projects are due on the 15th of each month. Quarterly reports are due the 15th of the month following the end of each quarter, and the Annual Report is due 30 days following the end of the State fiscal year. Report content and format for all reports will be determined in collaboration with, and pre-approved by, BHA, no later than 60 days post award. 2.4.1 Deliverable Submission A. For every deliverable, the Contractor shall request the Contract Monitor confirm receipt of that deliverable by sending an e-mail identifying the deliverable name and date of receipt. B. For any written deliverable, the Contract Monitor may request a draft version of the deliverable, to comply with the minimum deliverable quality criteria listed in Section 2.4.3 Minimum Deliverable Quality. Drafts of each final deliverable, except status reports, are required at least Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 8 of 100 two weeks in advance of when the final deliverables are due (with the exception of deliverables due at the beginning of the project where this lead time is not possible, or where draft delivery date is explicitly specified). Draft versions of a deliverable shall comply with the minimum deliverable quality criteria listed in Section 2.4.3 Minimum Deliverable Quality. 2.4.2 Deliverable Acceptance A. A final deliverable shall satisfy the scope and requirements of this RFP for that deliverable, including the quality and acceptance criteria for a final deliverable as defined in Section 2.4.4 Deliverable Descriptions/Acceptance Criteria. B. The Contract Monitor shall review a final deliverable to determine compliance with the acceptance criteria as defined for that deliverable. The Contract Monitor is responsible for coordinating comments and input from various team members and stakeholders. The Contract Monitor is responsible for providing clear guidance and direction to the Contractor in the event of divergent feedback from various team members. C. In the event of rejection, the Contract Monitor will formally communicate in writing any deliverable deficiencies or non-conformities to the Contractor, describing in those deficiencies what shall be corrected prior to acceptance of the deliverable in sufficient detail for the Contractor to address the deficiencies. The Contractor shall correct deficiencies and resubmit the corrected deliverable for acceptance within a mutually agreed-upon time period for correction. 2.4.3 Minimum Deliverable Quality The Contractor shall subject each deliverable to its internal quality-control process prior to submitting the deliverable to the State. Each deliverable shall meet the following minimum acceptance criteria: A. Be presented in a format appropriate for the subject matter and depth of discussion. B. Be organized in a manner that presents a logical flow of the deliverable’s content. C. Represent factual information reasonably expected to have been known at the time of submittal. D. In each section of the deliverable, include only information relevant to that section of the deliverable. E. Contain content and presentation consistent with industry best practices in terms of deliverable completeness, clarity, and quality. F. Meets the acceptance criteria applicable to that deliverable, including any State policies, functional or non-functional requirements, or industry standards. G. Contains no structural errors such as poor grammar, misspellings or incorrect punctuation. H. Must contain the date, author, and page numbers. When applicable for a deliverable, a revision table must be included. I. A draft written deliverable may contain limited structural errors such as incorrect punctuation, and shall represent a significant level of completeness toward the associated final written deliverable. The draft written deliverable shall otherwise comply with minimum deliverable quality criteria above. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 9 of 100 2.4.4 Deliverable Descriptions/Acceptance Criteria In addition to the items identified in the table below, the Contractor may suggest other subtasks, artifacts, or deliverables to improve the quality and success of the assigned tasks. Deliverables Summary Table ID # Deliverable Description Acceptance Criteria Due Date / Frequency Family Peer Support and Navigation Service Program Monthly Report Items to be included are found in Section 2.4.A. Contract Monitor will review or reject. Minimum Deliverable Quality must match the requests found in Section 2.4.3. Due on the 15th of each month Good Samarian Ambassador Project Monthly Report Items to be included are found in Section 2.4.B. Contract Monitor will review or reject. Minimum Deliverable Quality must match the requests found in Section 2.4.3. Due on the 15th of each month Family Peer Support and Navigation Service Program Annual Report Items to be included are found in Section 2.4.A. Contract Monitor will review or reject. Minimum Deliverable Quality must match the requests found in Section 2.4.3. Due Annually, on the 30th of the month following the end of each State fiscal year. Good Samarian Ambassador Project Annual Report Items to be included are found in Section 2.4.B. Contract Monitor will review or reject. Minimum Deliverable Quality must match the requests found in Section 2.4.3. Due Annually, on the 30th of the month following the end of each State fiscal year. *The deliverables summary table may not list every contractually-required deliverable. Offerors and Contractors should read the RFP thoroughly for all Contract requirements and deliverables. THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 10 of 100 3 Contractor Requirements: General 3.1 Contract Initiation Requirements A. Contractor shall schedule and hold a kickoff meeting within 10 Business Days of NTP Date. At the kickoff, the Contractor shall furnish an updated Project Schedule describing the activities for the Contractor, the State, and any third parties for fully transitioning to the Contractor’s Solution. 3.2 End of Contract Transition 3.2.1 The Contractor shall provide transition assistance as requested by the State to facilitate the orderly transfer of services to the State or a follow-on contractor, for a period up to 60 days prior to Contract end date, or the termination thereof. Such transition efforts shall consist, not by way of limitation, of: A. Provide additional services and support as requested to successfully complete the transition; and B. Maintain the services called for by the Contract at the required level of proficiency. 3.2.2 The Contractor shall work toward a prompt and timely transition, proceeding in accordance with the directions of the Contract Monitor. The Contract Monitor may provide the Contractor with additional instructions to meet specific transition requirements prior to the end of the Contract. 3.2.3 The Contractor shall ensure that all necessary knowledge and materials for the tasks completed are transferred to the custody of State personnel or a third party, as directed by the Contract Monitor. 3.2.4 The Contractor shall support end-of-Contract transition efforts with technical and project support to include but not be limited to: A. The Contractor shall provide a draft Transition-Out Plan 120 Business Days in advance of Contract end date. B. The Transition-Out Plan shall address at a minimum the following areas: 1) Any staffing concerns/issues related to the closeout of the Contract; 2) Communications and reporting process between the Contractor, the MDH/BHA and the Contract Monitor; 3) Security and system access review and closeout; and 4) Knowledge transfer, to include review with the MDH/BHA the procedures and practices that support the business process and current system environments. 3.3 Invoicing 3.3.1 General A. The Contractor shall e-mail each signed invoice to the Contract Monitor at the email provided in the Key Information Sheet and BHA Fiscal Office at BHA- fiscal.invoices@maryland.gov. B. All invoices for services shall be verified by the Contractor as accurate at the time of submission. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 11 of 100 C. An invoice not satisfying the requirements of a Proper Invoice (as defined at COMAR 21.06.09.01 and .02) cannot be processed for payment. To be considered a Proper Invoice, invoices must include the following information, without error: 1) Contractor name and address; 2) Remittance address; 3) Federal taxpayer identification (FEIN) number, social security number, as appropriate; 4) Invoice period (i.e. time period during which services covered by invoice were performed); 5) Invoice date; 6) Invoice number; 7) State assigned Contract number; 8) State assigned (Blanket) Purchase Order number(s); 9) Goods or services provided; 10) Amount due; and 11) Any additional documentation required by regulation or the Contract. C. Invoices that contain both fixed price and time and material items shall clearly identify each item as either fixed price or time and material billing. D. The Administration reserves the right to reduce or withhold Contract payment in the event the Contractor does not provide the Administration with all required deliverables within the time frame specified in the Contract or otherwise breaches the terms and conditions of the Contract until such time as the Contractor brings itself into full compliance with the Contract. E. Any action on the part of the Administration, or dispute of action by the Contractor, shall be in accordance with the provisions of Md. Code Ann., State Finance and Procurement Article §§ 15-215 through 15-223 and with COMAR 21.10.04. F. The State is generally exempt from federal excise taxes, Maryland sales and use taxes, District of Columbia sales taxes and transportation taxes. The Contractor; however, is not exempt from such sales and use taxes and may be liable for the same. G. Invoices for final payment shall be clearly marked as “FINAL” and submitted when all work requirements have been completed and no further charges are to be incurred under the Contract. In no event shall any invoice be submitted later than 60 calendar days from the Contract termination date. 3.3.2 Invoice Submission Schedule The Contractor shall submit invoices monthly with submission of data report. A. For items of work for which there is annual pricing, see Attachment B– Financial Proposal Form, those items shall be billed in equal monthly installments for the applicable Contract year in the month following the performance of the services. 3.3.3 Deliverable Invoicing A. Deliverable invoices shall be accompanied by notice(s) of acceptance issued by the State for all invoices submitted for payment. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 12 of 100 B. Payment for deliverables will only be made upon completion and acceptance of the deliverables as defined in Section 2.4. 3.3.4 For the purposes of the Contract an amount will not be deemed due and payable if: A. The amount invoiced is inconsistent with the Contract; B. The proper invoice has not been received by the party or office specified in the Contract; C. The invoice or performance is in dispute or the Contractor has failed to otherwise comply with the provisions of the Contract; D. The item or services have not been accepted; E. The quantity of items delivered is less than the quantity ordered; F. The items or services do not meet the quality requirements of the Contract; G. If the Contract provides for progress payments, the proper invoice for the progress payment has not been submitted pursuant to the schedule; H. If the Contract provides for withholding a retainage and the invoice is for the retainage, all stipulated conditions for release of the retainage have not been met; or I. The Contractor has not submitted satisfactory documentation or other evidence reasonably required by the Procurement Officer or by the Contract concerning performance under the Contract and compliance with its provisions. 3.3.5 Travel Reimbursement Travel will not be reimbursed under this RFP. 3.4 Liquidated Damages 3.4.1 MBE Liquidated Damages MBE liquidated damages are identified in Attachment M. 3.4.2 Liquidated Damages other than MBE THIS SECTION IS INAPPLICABLE TO THIS RFP. 3.5 Disaster Recovery and Data The following requirements apply to the Contract: 3.5.1 Redundancy, Data Backup and Disaster Recovery A. Unless specified otherwise in the RFP, Contractor shall maintain or cause to be maintained disaster avoidance procedures designed to safeguard State data and other confidential information, Contractor’s processing capability and the availability of hosted services, in each case throughout the Contract term. Any force majeure provisions of the Contract do not limit the Contractor’s obligations under this provision. B. The Contractor shall have robust contingency and disaster recovery (DR) plans in place to ensure that the services provided under the Contract will be maintained in the event of disruption to the Contractor/subcontractor’s operations (including, but not limited to, disruption to information technology systems), however caused. 1) The Contractor shall furnish a DR site. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 13 of 100 2) The DR site shall be at least 100 miles from the primary operations site, and have the capacity to take over complete production volume in case the primary site becomes unresponsive. C. The contingency and DR plans must be designed to ensure that services under the Contract are restored after a disruption within twenty-four (24) hours from notification and a recovery point objective of one (1) hour or less prior to the outage in order to avoid unacceptable consequences due to the unavailability of services. D. The Contractor shall test the contingency/DR plans at least twice annually to identify any changes that need to be made to the plan(s) to ensure a minimum interruption of service. Coordination shall be made with the State to ensure limited system downtime when testing is conducted. At least one (1) annual test shall include backup media restoration and failover/fallback operations at the DR location. The Contractor shall send the Contract Monitor a notice of completion following completion of DR testing. E. Such contingency and DR plans shall be available for the MDH/BHA to inspect and practically test at any reasonable time, and subject to regular updating, revising, and testing throughout the term of the Contract. 3.5.2 Data Export/Import A. The Contractor shall, at no additional cost or charge to the State, in an industry standard/non-proprietary format: 1) Perform a full or partial import/export of State data within 24 hours of a request; or 2) Provide to the State the ability to import/export data at will and provide the State with any access and instructions which are needed for the State to import or export data. B. Any import or export shall be in a secure format per the Security Requirements. 3.5.3 Data Ownership and Access A. Data, databases and derived data products created, collected, manipulated, or directly purchased as part of a RFP are the property of the State. The purchasing State agency is considered the custodian of the data and shall determine the use, access, distribution and other conditions based on appropriate State statutes and regulations. B. Public jurisdiction user accounts and public jurisdiction data shall not be accessed, except (1) in the course of data center operations, (2) in response to service or technical issues, (3) as required by the express terms of the Contract, including as necessary to perform the services hereunder or (4) at the State’s written request. C. The Contractor shall limit access to and possession of State data to only Contractor Personnel whose responsibilities reasonably require such access or possession and shall train such Contractor Personnel on the confidentiality obligations set forth herein. D. At no time shall any data or processes – that either belong to or are intended for the use of the State or its officers, agents or employees – be copied, disclosed or retained by the Contractor or any party related to the Contractor for subsequent use in any transaction that does not include the State. E. The Contractor shall not use any information collected in connection with the services furnished under the Contract for any purpose other than fulfilling such services. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 14 of 100 3.5.4 Provisions in Sections 3.5.1 – 3.5.3 shall survive expiration or termination of the Contract. Additionally, the Contractor shall flow down the provisions of Sections 3.5.1-3.5.3 (or the substance thereof) in all subcontracts. 3.6 Insurance Requirements The Contractor shall maintain, at a minimum, the insurance coverages outlined below, or any minimum requirements established by law if higher, for the duration of the Contract, including option periods, if exercised: 3.6.1 The following type(s) of insurance and minimum amount(s) of coverage are required: A. Commercial General Liability - of $1,000,000 combined single limit per occurrence for bodily injury, property damage, and personal and advertising injury and $1,000,000 annual aggregate. The minimum limits required herein may be satisfied through any combination of primary and umbrella/excess liability policies. B. Errors and Omissions/Professional Liability - $1,000,000 per combined single limit per claim and $3,000,000 annual aggregate. C. Crime Insurance/Employee Theft Insurance - to cover employee theft with a minimum single loss limit of $1,000,000 per loss, and a minimum single loss retention not to exceed $10,000. The State of Maryland and the Administration should be added as a “loss payee.” D. Cyber Security / Data Breach Insurance – (For any service offering hosted by the Contractor) ten million dollars ($10,000,000) per occurrence. The coverage must be valid at all locations where work is performed or data or other information concerning the State’s claimants or employers is processed or stored. E. Worker’s Compensation - The Contractor shall maintain such insurance as necessary or as required under Workers’ Compensation Acts, the Longshore and Harbor Workers’ Compensation Act, and the Federal Employers’ Liability Act, to not be less than. One million dollars ($1,000,000) per occurrence (unless a state’s law requires a greater amount of coverage). Coverage must be valid in all states where work is performed. F. Automobile or Commercial Truck Insurance - The Contractor shall maintain Automobile or Commercial Truck Insurance (including owned, leased, hired, and non-owned vehicles) as appropriate with Liability, Collision, and PIP limits no less than those required by the State where the vehicle(s) is registered, but in no case less than those required by the State of Maryland. 3.6.2 The State shall be listed as an additional insured on the faces of the certificates associated with the coverages listed above, including umbrella policies, excluding Workers’ Compensation Insurance and professional liability. 3.6.3 All insurance policies shall be endorsed to include a clause requiring the insurance carrier provide the Procurement Officer, by certified mail, not less than 30 days’ advance notice of any non- renewal, cancellation, or expiration. The Contractor shall notify the Procurement Officer in writing, if policies are cancelled or not renewed within five (5) days of learning of such cancellation or nonrenewal. The Contractor shall provide evidence of replacement insurance coverage to the Procurement Officer at least 15 days prior to the expiration of the insurance policy then in effect. 3.6.4 Any insurance furnished as a condition of the Contract shall be issued by a company authorized to do business in the State. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 15 of 100 3.6.5 The recommended awardee must provide current certificate(s) of insurance with the prescribed coverages, limits and requirements set forth in this section within five (5) Business Days from notice of recommended award. During the period of performance for multi-year contracts, the Contractor shall provide certificates of insurance annually, or as otherwise directed by the Contract Monitor. 3.6.6 Subcontractor Insurance The Contractor shall require any subcontractors to obtain and maintain comparable levels of coverage and shall provide the Contract Monitor with the same documentation as is required of the Contractor. 3.7. Security Requirements The following requirements are applicable to the Contract: 3.7.1 Employee Identification A. Contractor Personnel shall display his or her company ID badge in a visible location at all times while on State premises. Upon request of authorized State personnel, each Contractor Personnel shall provide additional photo identification. B. Contractor Personnel shall cooperate with State site requirements, including but not limited to, being prepared to be escorted at all times, and providing information for State badge issuance. C. Contractor shall remove any Contractor Personnel from working on the Contract where the State determines, in its sole discretion that Contractor Personnel has not adhered to the Security requirements specified herein. D. The State reserves the right to request that the Contractor submit proof of employment authorization of non-United States Citizens, prior to commencement of work under the Contract. 3.7.2 Security Clearance / Criminal Background Check A. A criminal background check for each Contractor Personnel providing services shall be completed prior to each Contractor Personnel providing any services under the Contract. F. The Contractor shall obtain at its own expense a Criminal Justice Information System (CJIS) State and federal criminal background check, including fingerprinting, for all Contractor Personnel listed in sub-paragraph A. This check may be performed by a public or private entity. G. The Contractor shall obtain from each individual required to obtain a criminal background check a statement permitting a criminal background check. H. The Contractor shall provide certification to the MDH/BHA that the Contractor has completed the required criminal background check described in this RFP for each required Contractor Personnel prior to assignment, and that the Contractor Personnel have successfully passed this check. I. Persons with a criminal record may not perform services under the Contract unless prior written approval is obtained from the Contract Monitor. The Contract Monitor reserves the right to reject any individual based upon the results of the background check. Decisions of the Contract Monitor as to acceptability of a candidate are final. The State reserves the right Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 16 of 100 to refuse any individual Contractor Personnel to work on State premises, based upon certain specified criminal convictions, as specified by the State. 3.7.3 On-Site Security Requirements THIS SECTION IS INAPPLICABLE TO THIS RFP. 3.7.4 Information Technology The Contractor shall: 1) Implement administrative, physical, and technical safeguards to protect State data that are no less rigorous than accepted industry best practices for information security such as those listed below (see Section 3.7.5); 2) Ensure that all such safeguards, including the manner in which State data is collected, accessed, used, stored, processed, disposed of and disclosed, comply with applicable data protection and privacy laws as well as the terms and conditions of the Contract; and 3) The Contractor, and Contractor Personnel, shall (i) abide by all applicable federal, State and local laws, rules and regulations concerning security of Information Systems and Information Technology and (ii) comply with and adhere to the State IT Security Policy and Standards as each may be amended or revised from time to time. Updated and revised versions of the State IT Policy and Standards are available online at: www.doit.maryland.gov – keyword: Security Policy. 3.7.5 Data Protection and Controls A. Contractor shall ensure a secure environment for all State data and any hardware and software (including but not limited to servers, network and data components) provided or used in connection with the performance of the Contract and shall apply or cause application of appropriate controls so as to maintain such a secure environment (“Security Best Practices”). Such Security Best Practices shall comply with an accepted industry standard, such as the NIST cybersecurity framework. B. The Security Plan shall detail the steps and processed employed by the Contractor as well as the features and characteristics which will ensure compliance with the security requirements of the contract. 3.7.6 Security Plan A. The Contractor shall protect State data according to a written security policy (“Security Plan”) no less rigorous than that of the State, and shall supply a copy of such policy to the State for validation, with any appropriate updates, on an annual basis. 3.7.7 Security Incident Response A. The Contractor shall notify the MDH/BHA in accordance with Section 3.7.7A-D when any Contractor system that may access, process, or store State data or State systems experiences a Security Incident or a Data Breach as follows: 1) Notify the MDH/BHA within twenty-four (24) hours of the discovery of a Security Incident by providing notice via written or electronic correspondence to the Contract Monitor, MDH/BHA chief information officer and MDH/BHA chief information security officer; 2) Notify the MDH/BHA within two (2) hours if there is a threat to Contractor’s Solution as it pertains to the use, disclosure, and security of State data; and Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 17 of 100 3) Provide written notice to the MDH/BHA within one (1) Business Day after Contractor’s discovery of unauthorized use or disclosure of State data and thereafter all information the State (or MDH/BHA) requests concerning such unauthorized use or disclosure. B. Contractor’s notice shall identify: 1) the nature of the unauthorized use or disclosure; 2) the State data used or disclosed, 3) who made the unauthorized use or received the unauthorized disclosure; 4) what the Contractor has done or shall do to mitigate any deleterious effect of the unauthorized use or disclosure; and 5) what corrective action the Contractor has taken or shall take to prevent future similar unauthorized use or disclosure. 6) The Contractor shall provide such other information, including a written report, as reasonably requested by the State. C. The Contractor may need to communicate with outside parties regarding a Security Incident, which may include contacting law enforcement, fielding media inquiries and seeking external expertise as mutually agreed upon, defined by law or contained in the Contract. Discussing Security Incidents with the State should be handled on an urgent as-needed basis, as part of Contractor communication and mitigation processes as mutually agreed upon, defined by law or contained in the Contract. D. The Contractor shall comply with all applicable laws that require the notification of individuals in the event of unauthorized release of State data or other event requiring notification, and, where notification is required, assume responsibility for informing all such individuals in accordance with applicable law and to indemnify and hold harmless the State (or MDH/BHA) and its officials and employees from and against any claims, damages, and actions related to the event requiring notification. 3.7.8 Data Breach Responsibilities A. If the Contractor reasonably believes or has actual knowledge of a Data Breach, the Contractor shall, unless otherwise directed: 1) Notify the appropriate State-identified contact within 24 hours by telephone in accordance with the agreed upon security plan or security procedures unless a shorter time is required by applicable law; 2) Cooperate with the State to investigate and resolve the data breach; 3) Promptly implement commercially reasonable remedial measures to remedy the Data Breach; and 4) Document responsive actions taken related to the Data Breach, including any post- incident review of events and actions taken to make changes in business practices in providing the services. B. If a Data Breach is a direct result of the Contractor’s breach of its Contract obligation to encrypt State data or otherwise prevent its release, the Contractor shall bear the costs associated with (1) the investigation and resolution of the data breach; (2) notifications to individuals, regulators or others required by State law; (3) a credit monitoring service Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 18 of 100 required by State or federal law; (4) a website or a toll-free number and call center for affected individuals required by State law; and (5) complete all corrective actions as reasonably determined by Contractor based on root cause; all [(1) through (5)] subject to the Contract’s limitation of liability. 3.7.9 The State shall, at its discretion, have the right to review and assess the Contractor’s compliance to the security requirements and standards defined in the Contract. 3.7.10 Provisions in Sections 3.7.1 – 3.7.8 shall survive expiration or termination of the contract. Additionally, the Contractor shall flow down the provisions of Sections 3.7.4-3.7.8 (or the substance thereof) in all subcontracts. 3.8 Problem Escalation Procedure 3.8.1 The Contractor must provide and maintain a Problem Escalation Procedure (PEP) for both routine and emergency situations. The PEP must state how the Contractor will address problem situations as they occur during the performance of the Contract, especially problems that are not resolved to the satisfaction of the State within appropriate timeframes. 3.8.2 The Contractor shall provide contact information to the Contract Monitor, as well as to other State personnel as directed should the Contract Monitor not be available. 3.8.3 The Contractor must provide the PEP no later than ten (10) Business Days after notice of recommended award. The PEP, including any revisions thereto, must also be provided within ten (10) Business Days after the start of each Contract year and within ten (10) Business Days after any change in circumstance which changes the PEP. The PEP shall detail how problems with work under the Contract will be escalated in order to resolve any issues in a timely manner. The PEP shall include: A. The process for establishing the existence of a problem; B. Names, titles, and contact information for progressively higher levels of personnel in the Contractor’s organization who would become involved in resolving a problem; C. For each individual listed in the Contractor’s PEP, the maximum amount of time a problem will remain unresolved with that individual before the problem escalates to the next contact person listed in the Contractor’s PEP; D. Expedited escalation procedures and any circumstances that would trigger expediting them; E. The method of providing feedback on resolution progress, including the frequency of feedback to be provided to the State; F. Contact information for persons responsible for resolving issues after normal business hours (e.g., evenings, weekends, holidays) and on an emergency basis; and G. A process for updating and notifying the Contract Monitor of any changes to the PEP. 3.8.4 Nothing in this section shall be construed to limit any rights of the Contract Monitor or the State which may be allowed by the Contract or applicable law. 3.9 SOC 2 Type 2 Audit Report A SOC 2 Type 2 Report is not a Contractor requirement for this Contract. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 19 of 100 3.10 Experience and Personnel 3.10.1 Preferred Offeror Experience The following experience is expected and will be evaluated as part of the Technical Proposal (see the Offeror experience, capability and references evaluation factor from Section 6.2): A. An existing relationship with federal, state, and/or local partners. B. A minimum of two (2) years of demonstrated organizational experience providing peer support and navigation services to families and loved ones or individuals with a mental health, substance use, problem gambling, and/or co-occurring disorder, preferably experience with providing Family Peer Support and Navigation Services to families with children, adolescents, young adults, or loved ones. C. Knowledge and experience training and supervising Peer Specialists, preferably Family Peer Support and Navigation Specialists. D. Demonstrated knowledge of proven and effective components and plan to implement a statewide system of Family Peer Support and Navigation Services for families with loved ones experiencing mental health, substance use, problem gambling, and/or co-occurring disorders; and a plan to implement a Good Samaritan Ambassador Project using training Family Peer Support and Navigation Specialists. A. Preference will be given for: Experience providing Family Peer Support and navigation Services to families with children, adolescents, young adults, or loved ones. B. Knowledge and experience training and supervising Family Peer Support and Navigation Specialists. 3.10.2 Personnel Experience The following experience is expected and will be evaluated as part of the Technical Proposal (see the capability of proposed resources evaluation factor from Section 6.2): A. The staff providing Family Peer Support and Navigation Services have Lived Experience with a family members or loved one in the area in which they are providing the services, or have Lived Experience in one of the problem areas and have received training in the area in which they are providing the services: mental health, substance use, problem gambling and/or co-occurring disorder. Family Peer Support specialist shall at minimum have a high school diploma or GED, and experience in community outreach, health care, behavioral health, education and /or social services. Prior experience providing peer to peer or family peer services is preferred, but not required. B. The Good Samaritan Ambassador staffs who delivers Good Samaritan messaging is to be a Family Peer Support and Navigation Specialist having Lived Experience with someone with a substance use and/or co-occurring disorder or with someone involved and/or impacted by underage drinking. C. The Program Director shall possess a master’s degree from an accredited college or university in a health or human service field, or business administration, health care management, public administration, or related field of study, as well as three years of experience leading and managing programmatic and administration/operations in a human services related organization. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 20 of 100 D. Specialty area supervisors shall have a bachelor’s degree in a human service field and at least one year of experience supervising human service workers such as peers, case managers, counselors, etc. 3.10.3 Number of Personnel to Propose As part of the Proposal evaluation, Offerors shall propose exactly one Program Director and a minimum of two Family Peer Navigation Specialists who are expected to be available as of the start date specified in the Notice to Proceed (NTP Date). Offerors shall describe in a Staffing Plan how additional resources shall be acquired to meet the needs of the Administration. Offerors may generally describe planned positions in a Staffing Plan. Such planned positions may not be used as evidence of fulfilling personnel minimum qualifications. 3.10.3 Key Personnel Identified For the Contract, the following position to be identified in the Technical Proposal will be considered Key Personnel, and shall be required to meet the qualifications stated in Section 3.10. A. Program Director The Program Director shall provide fiscal, data collection, staffing, personnel supervision, and general oversight of both components of the program as described in the RFP, to include, the Family Peer Support and Navigation Program; and The Good Samaritan Ambassador Project. 3.10.4 Contractor Personnel Experience Equivalency (including Key Personnel submitted in response to this RFP) A. Substitution of Experience for Education: Substitution of experience for education may be permitted at the discretion of the State. 3.10.5 Work Hours Unless otherwise specified, the following work hour requirements are applicable: • Business Hours Support: Contractor shall assign Contractor Personnel to support Normal State Business Hours (see definition in Appendix 1). • Contractor Personnel may also be required to provide support outside of normal State Business Hours, including evenings and weekends. Occasionally, there may be a need to provide support services overnight and/or Holidays. 3.11 Substitution of Personnel 3.11.1 Continuous Performance of Key Personnel When Key Personnel are identified for the Contract, the following apply: A. Key Personnel shall be available to perform Contract requirements as of the NTP Date. Unless explicitly authorized by the Contract Monitor or specified in the Contract, Key Personnel shall be assigned to the State of Maryland as a dedicated resource. B. Key Personnel shall perform continuously for the duration of the Contract, or such lesser duration as specified in the Technical Proposal. Key Personnel may not be removed by the Contractor from working under the Contract without the prior written approval of the Contract Monitor. A. The provisions of this section apply to Key Personnel identified in any Task Order proposal and agreement, if issued, and any Work Order Request and Work Order, if issued. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 21 of 100 3.11.2 Definitions For the purposes of this section, the following definitions apply: A. Extraordinary Personal Event – means any of: leave under the Family Medical Leave Act; an Incapacitating injury or Incapacitating illness; or other circumstances that in the sole discretion of the State warrant an extended leave of absence, such as extended jury duty or extended military service that precludes the individual from performing his/her job duties under the Contract. B. Incapacitating – means any health circumstance that substantially impairs the ability of an individual to perform the job duties described for that individual’s position in the RFP or the Contractor’s Technical Proposal. 3.11.3 Contractor Personnel General Substitution Provisions The following provisions apply to all of the circumstances of Contractor Personnel substitution described in Section 3.11.4. A. The Contractor shall demonstrate to the Contract Monitor’s satisfaction that the proposed substitute has qualifications at least equal to those of the Contractor Personnel proposed to be replaced. B. The Contractor shall provide the Contract Monitor with a substitution request that shall include: 1) A detailed explanation of the reason(s) for the substitution request; 2) The resume of the proposed substitute, signed by the substituting individual and his/her formal supervisor; 3) The official resume of the current personnel for comparison purposes; and 4) Evidence of any required credentials. C. The Contract Monitor may request additional information concerning the proposed substitution and may interview the proposed substitute personnel prior to deciding whether to approve the substitution request. D. The Contract Monitor will notify the Contractor in writing of: (i) the acceptance or denial, or (ii) contingent or temporary approval for a specified time limit, of the requested substitution. The Contract Monitor will not unreasonably withhold approval of a proposed Contractor Personnel replacement. 3.11.4 Replacement Circumstances A. Directed Personnel Replacement 1) The Contract Monitor may direct the Contractor to replace any Contractor Personnel who, in the sole discretion of the Contract Monitor, are perceived as being unqualified, non-productive, unable to fully perform the job duties, disruptive, or known, or reasonably believed, to have committed a major infraction(s) of law, MDH/BHA policies, or Contract requirements. Normally, a directed personnel replacement will occur only after prior notification of problems with requested remediation, as described in paragraph 3.11.4.A.2. 2) If deemed appropriate in the discretion of the Contract Monitor, the Contract Monitor may give written notice of any Contractor Personnel performance issues to the Contractor, describing the problem and delineating the remediation Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 22 of 100 requirement(s). The Contractor shall provide a written response to the remediation requirements in a Remediation Plan within ten (10) days of the date of the notice and shall immediately implement the Remediation Plan upon written acceptance by the Contract Monitor. If the Contract Monitor rejects the Remediation Plan, the Contractor shall revise and resubmit the plan to the Contract Monitor within five (5) days, or in the timeframe set forth by the Contract Monitor in writing. 3) Should performance issues persist despite an approved Remediation Plan, the Contract Monitor may give written notice of the continuing performance issues and either request a new Remediation Plan within a specified time limit or direct the substitution of Contractor Personnel whose performance is at issue with a qualified substitute, including requiring the immediate removal of the Contractor Personnel at issue. 4) Replacement or substitution of Contractor Personnel under this section shall be in addition to, and not in lieu of, the State’s remedies under the Contract or which otherwise may be available at law or in equity. 5) If the Contract Monitor determines to direct substitution under 3.11.4.A.1, if at all possible, at least fifteen (15) days advance notice shall be given to the Contractor. However, if the Contract Monitor deems it necessary and in the State’s best interests to remove the Contractor Personnel with less than fifteen (15) days’ notice, the Contract Monitor may direct the removal in a timeframe of less than fifteen (15) days, including immediate removal. 6) In circumstances of directed removal, the Contractor shall, in accordance with paragraph 3.11.4.A.1 of this section, provide a suitable replacement for approval within fifteen (15) days of the notification of the need for removal, or the actual removal, whichever occurs first. B. Key Personnel Replacement 1) To replace any Key Personnel in a circumstance other than as described in 3.11.4.B, including transfers and promotions, the Contractor shall submit a substitution request as described in Section 3.11.3 to the Contract Monitor at least fifteen (15) days prior to the intended date of change. A substitution may not occur unless and until the Contract Monitor approves the substitution in writing. 2) Key Personnel Replacement Due to Sudden Vacancy a) The Contractor shall replace Key Personnel whenever a sudden vacancy occurs (e.g., Extraordinary Personal Event, death, resignation, termination). A termination or resignation with thirty (30) days or more advance notice shall be treated as a replacement under Section 3.11.4.B.1. b) Under any of the circumstances set forth in this paragraph B, the Contractor shall identify a suitable replacement and provide the same information and items required under Section 3.11.3 within fifteen (15) days of the actual vacancy occurrence or from when the Contractor first knew or should have known that the vacancy would be occurring, whichever is earlier. 3) Key Personnel Replacement Due to an Indeterminate Absence a) If any Key Personnel has been absent from his/her job for a period of ten (10) days and it is not known or reasonably anticipated that the individual will be returning to work within the next twenty (20) days to fully resume all job Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 23 of 100 duties, before the 25th day of continuous absence, the Contractor shall identify a suitable replacement and provide the same information and items to the Contract Monitor as required under Section 3.11.3. b) However, if this person is available to return to work and fully perform all job duties before a replacement has been authorized by the Contract Monitor the Contract Monitor may, at his/her sole discretion, authorize the original personnel to continue to work under the Contract, or authorize the replacement personnel to replace the original personnel, notwithstanding the original personnel’s ability to return. 3.11.5 Substitution Prior to and Within 30 Days After Contract Execution Prior to Contract execution or within thirty (30) days after Contract execution, the Offeror may not substitute proposed Key Personnel except under the following circumstances (a) for actual full-time personnel employed directly by the Offeror: the vacancy occurs due to the sudden termination, resignation, or approved leave of absence due to an Extraordinary Personal Event, or the death of such personnel; and (b) for any temporary staff, subcontractors or 1099 contractors: the vacancy occurs due to an Incapacitating event or the death of such personnel. To qualify for such substitution, the Offeror must demonstrate to the State's satisfaction the event necessitating substitution. Proposed substitutions shall be of equal caliber or higher, in the State's sole discretion. Proposed substitutes deemed by the State to be less qualified than the originally proposed individual may be grounds for pre-award disqualification or post-award termination. 3.12 Minority Business Enterprise (MBE) Reports If this solicitation includes an MBE Goal (see Section 4.26), the Contractor shall: A. Submit the following reports by the 10th of each month to the Contract Monitor and the MDH’s MBE Liaison Officer: 1) A Prime Contractor Paid/Unpaid MBE Invoice Report (Attachment D-4A) listing any unpaid invoices, over 45 days old, received from any certified MBE subcontractor, the amount of each invoice and the reason payment has not been made; and 2) (If Applicable) An MBE Prime Contractor Report (Attachment D-4B) identifying an MBE prime’s self-performing work to be counted towards the MBE participation goals. B. Include in its agreements with its certified MBE subcontractors a requirement that those subcontractors submit an MBE Subcontractor Paid/Unpaid Invoice Report (Attachment D- 5) by the 10th of each month to the Contract Monitor and the MDH’s MBE Liaison Officer that identifies the Contract and lists all payments to the MBE subcontractor received from the Contractor in the preceding reporting period month, as well as any outstanding invoices, and the amounts of those invoices. C. Maintain such records as are necessary to confirm compliance with its MBE participation obligations. These records must indicate the identity of certified minority and non-minority subcontractors employed on the Contract, type of work performed by each, and actual dollar value of work performed. Subcontract agreements documenting the work performed by all MBE participants must be retained by the Contractor and furnished to the Procurement Officer on request. D. Consent to provide such documentation as reasonably requested and to provide right-of- entry at reasonable times for purposes of the State’s representatives verifying compliance with the MBE participation obligations. Contractor must retain all records concerning MBE Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 24 of 100 participation and make them available for State inspection for three years after final completion of the Contract. E. Upon completion of the Contract and before final payment and release of retainage, submit a final report in affidavit form and under penalty of perjury, of all payments made to, or withheld from MBE subcontractors. 3.13 Veteran Small Business Enterprise (VSBE) Reports If this solicitation includes a VSBE Goal (see Section 4.27), the Contractor shall: A. Submit the following reports by the 10th of the month following the reporting period to the Contract Monitor and the MDH VSBE representative: 1) VSBE Participation Prime Contractor Paid/Unpaid VSBE Invoice Report (Attachment E-3) listing any unpaid invoices, over 45 days old, received from any VSBE subcontractor, the amount of each invoice and the reason payment has not been made; and 2) Attachment E-4, the VSBE Participation Subcontractor Paid/Unpaid VSBE Invoice Report by the 10th of the month following the reporting period to the Contract Monitor and the VSBE Liaison Officer. B. Include in its agreements with its VSBE subcontractors a requirement that those subcontractors submit monthly by the 10th of the month following the reporting period to the Contract Monitor and MDH VSBE representative a report that identifies the prime contract and lists all payments received from Contractor in the preceding reporting period month, as well as any outstanding invoices, and the amount of those invoices (Attachment E-4). C. Maintain such records as are necessary to confirm compliance with its VSBE participation obligations. These records must indicate the identity of VSBE and non-VSBE subcontractors employed on the contract, the type of work performed by each, and the actual dollar value of work performed. The subcontract agreement documenting the work performed by all VSBE participants must be retained by the Contractor and furnished to the Procurement Officer on request. D. Consent to provide such documentation as reasonably requested and to provide right-of- entry at reasonable times for purposes of the State’s representatives verifying compliance with the VSBE participation obligations. The Contractor must retain all records concerning VSBE participation and make them available for State inspection for three years after final completion of the Contract. E. At the option of the MDH/BHA, upon completion of the Contract and before final payment and release of retainage, submit a final report in affidavit form and under penalty of perjury, of all payments made to, or withheld from VSBE subcontractors. 3.14 Work Orders THIS SECTION IS INAPPLICABLE TO THIS RFP. 3.15 No-Cost Extensions In accordance with BPW Advisory 1995-1 item 7.b, in the event there are unspent funds remaining on the Contract, prior to the Contract's expiration date the Procurement Officer may modify the Contract to Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 25 of 100 extend the Contract beyond its expiration date for a period up to, but not exceeding, one-third of the base term of the Contract (e.g., eight-month extension on a two-year contract) for the performance of work within the Contract's scope of work. Notwithstanding anything to the contrary, no funds may be added to the Contract in connection with any such extension. THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 26 of 100 4 Procurement Instructions 4.1 Pre-Proposal Conference 4.1.1 A pre-Proposal conference (Conference) will be held at the date, time, and location indicated on the Key Information Summary Sheet. 4.1.2 Attendance at the Conference is not mandatory, but all interested parties are encouraged to attend in order to facilitate better preparation of their Proposals. 4.1.3 Following the Conference, the attendance record and summary of the Conference will be distributed via the same mechanism described for amendments and questions (see Section 4.2.1 eMM). 4.1.4 Attendees should bring a copy of the solicitation and a business card to help facilitate the sign-in process. 4.1.5 In order to assure adequate seating and other accommodations at the Conference, please e-mail the Pre-Proposal Conference Response Form (Attachment A) no later than the time and date indicated on the form. In addition, if there is a need for sign language interpretation or other special accommodations due to a disability, please notify the Procurement Officer at least five (5) Business Days prior to the Conference date. The Administration will make a reasonable effort to provide such special accommodation. 4.2 eMaryland Marketplace Advantage (eMMA) 4.2.1 eMMA is the electronic commerce system for the State of Maryland. The RFP, Conference summary and attendance sheet, Offerors’ questions and the Procurement Officer’s responses, addenda, and other solicitation-related information will be made available via eMMA. 4.2.2 In order to receive a contract award, a vendor must be registered on eMMA. Registration is free. Go to, click on “Register” to begin the process, and then follow the prompts. 4.3 Questions 4.3.1 All questions, including concerns regarding any applicable MBE or VSBE participation goals, shall identify in the subject line the Solicitation Number and Title (RFP #21-183699 -Family Peer Support and Navigation Services) , and shall be submitted in writing via e-mail to the Procurement Officer at least five (5) days prior to the Proposal due date. The Procurement Officer, based on the availability of time to research and communicate an answer, shall decide whether an answer can be given before the Proposal due date. 4.3.2 Answers to all questions that are not clearly specific only to the requestor will be distributed via the same mechanism as for RFP amendments, and posted on eMMA. 4.3.3 The statements and interpretations contained in responses to any questions, whether responded to verbally or in writing, are not binding on the Administration, unless it issues an amendment in writing. 4.4 Procurement Method A Contract will be awarded in accordance with the Competitive Sealed Proposals method under COMAR 21.05.03. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 27 of 100 4.5 Proposal Due (Closing) Date and Time 4.5.1 Proposals, in the number and form set forth in Section 5 Proposal Format, must be received by the Procurement Officer no later than the Proposal due date and time indicated on the Key Information Summary Sheet in order to be considered. 4.5.2 Requests for extension of this date or time shall not be granted. 4.5.3 Offerors submitting Proposals should allow sufficient delivery time to ensure timely receipt by the Procurement Officer. Except as provided in COMAR 21.05.03.02.F and 21.05.02.10, Proposals received after the due date and time listed in the Key Information Summary Sheet will not be considered. 4.5.4 The date and time of an e-mail submission is determined by the date and time of arrival in the e- mail address indicated on the Key Information Summary Sheet. 4.5.5 Proposals may be modified or withdrawn by written notice received by the Procurement Officer before the time and date set forth in the Key Information Summary Sheet for receipt of Proposals. 4.5.6 Proposals may not be submitted by e-mail or facsimile. Proposals will not be opened publicly. 4.5.7 Potential Offerors not responding to this solicitation are requested to submit the “Notice to Vendors” form, which includes company information and the reason for not responding. 4.6 Multiple or Alternate Proposals Multiple or alternate Proposals will not be accepted. 4.7 Economy of Preparation Proposals should be prepared simply and economically and provide a straightforward and concise description of the Offeror’s Proposal to meet the requirements of this RFP. 4.8 Public Information Act Notice 4.8.1 The Offeror should give specific attention to the clear identification of those portions of its Proposal that it considers confidential and/or proprietary commercial information or trade secrets, and provide justification why such materials, upon request, should not be disclosed by the State under the Public Information Act, Md. Code Ann., General Provisions Article, Title 4 (See also RFP Section 5.3.2.B “Claim of Confidentiality”). This information should be identified by page and section number and placed after the Title Page and before the Table of Contents in the Technical Proposal and if applicable, separately in the Financial Proposal. 4.8.2 Offerors are advised that, upon request for this information from a third party, the Procurement Officer is required to make an independent determination whether the information must be disclosed. 4.9 Award Basis A Contract shall be awarded to the responsible Offeror(s) submitting the Proposal that has been determined to be the most advantageous to the State, considering price and evaluation factors set forth in this RFP (see COMAR 21.05.03.03F), for providing the goods and services as specified in this RFP. See RFP Section 6 for further award information. Family Peer Support and Navigation Services Solicitation #: 21-183699 RFP Document RFP for Maryland Department of Health/Behavioral Health Administration Page 28 of 100 4.10 Oral Presentation Offerors may be required to make oral presentations to State representatives. Oral presentations are considered part of the Technical Proposal. Offerors must confirm in writing any substantive oral clarification of, or change in, their Proposals made in the course of discussions. Any such written clarifications or changes then become part of the Offeror’s Proposal. The Procurement Officer will notify Offerors of the time and place of oral presentations. 4.11 Duration of Proposal Proposals submitted in response to this RFP are irrevocable for the latest of the following: 120 days following the Proposal due date and time, best and final offers if requested (see Section 6.5.2), or the date any protest concerning this RFP is finally resolved. This period may be extended at the Procurement Officer’s request only with the Offeror’s written agreement. 4.12 Revisions to the RFP 4.12.1 If the RFP is revised before the due date for Proposals, the MDH/BHA shall post any addenda to the RFP on eMM and shall endeavor to provide such addenda to all prospective Offerors that were sent this RFP or are otherwise known by the Procurement Officer to have obtained this RFP. It remains the responsibility of all prospective Offerors to check eMM for any addenda issued prior to the submission of Proposals. 4.12.2 Acknowledgment of the receipt of all addenda to this RFP issued before the Proposal due date shall be included in the Transmittal Letter accompanying the Offeror’s Technical Proposal. 4.12.3 Addenda made after the due date for Proposals will be sent only to those Offerors that remain under award consideration as of the issuance date of the addenda. 4.12.4 Acknowledgement of the receipt of addenda to the RFP issued after the Proposal due date shall be in the manner specified in the addendum notice. 4.12.5 Failure to acknowledge receipt of an addendum does not relieve the Offeror from complying with the terms, additions, deletions, or corrections set forth in the addendum, and may cause the Proposal to be deemed not reasonably susceptible of being selected for award. 4.13 Cancellations 4.13.1 The State reserves the right to cancel this RFP, accept or reject any and all Proposals, in whole or in part, received in response to this RFP, waive or permit the cure of minor irregularities, and conduct discussions with all qualified or potentially qualified Offerors in any manner necessary to serve the best interests of the State. 4.13.2 The State reserves the right, in its sole discretion, to award a Contract based upon the written Proposals received without discussions or negotiations. 4.13.3 In the event a government en

100 Community Pl, Crownsville, MD 21032Location

Address: 100 Community Pl, Crownsville, MD 21032

Country : United StatesState : Maryland

You may also like

NETWORK SCIENCE SUPPORT SERVICES FOR RESEARCH PROJECTS

Due: 29 Sep, 2025 (in 17 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Peer Support Services for DSPD Clients and their Families

Due: 30 Jun, 2028 (in about 4 years)Agency: State of Utah

Peer Support Services for DSPD Clients and their Families

Due: 30 Jun, 2028 (in about 4 years)Agency: Utah Division of Purchasing

Please Sign In to see more like these.

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