Professional Development Services

expired opportunity(Expired)
From: North Carolina Department of Public Instruction(State)
40-PR12068045-2

Basic Details

started - 04 Jun, 2021 (about 2 years ago)

Start Date

04 Jun, 2021 (about 2 years ago)
due - 23 Jun, 2021 (about 2 years ago)

Due Date

23 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
40-PR12068045-2

Identifier

40-PR12068045-2
Department of Public Instruction

Customer / Agency

Department of Public Instruction
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 NORTH CAROLINA Division of Public Instruction Invitation for Bid #: 40-PR12068045-2 SFSP Professional Development Services Date Issued: June 4, 2021 Bid Opening Date: June 16, 2021 At 2:00PM ET Direct all inquiries concerning this IFB to: Shamekia Gales Procurement Specialist II Email: shamekia.gales@dpi.nc.gov Phone: 919-263-2378 STATE OF NORTH CAROLINA Invitation for Bids # 40-PR12068045-2 ______________________________________________________ For internal State agency processing, including tabulation of bids in the Interactive Purchasing System (IPS), provide your company’s eVP (Electronic Vendor Portal) Number or alternate identification number (e.g., Social Security Number). Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This
page shall be filled out and returned with your bid. Failure to do so shall be sufficient cause to reject your bid. ___________________________________________________ Vendor Name ______________________________ Vendor # Note: For your bid to be considered, your company (you) must be a North Carolina registered vendor in good standing. You must enter the vendor number assigned through eVP (Electronic Vendor Portal). If you do not have a vendor number, register at https://vendor.ncgov.com/vendor/login Electronic responses ONLY will be accepted for this solicitation. https://vendor.ncgov.com/vendor/login Ver: 2/1/2021 Page 1 of 19 EXECUTION In compliance with this Invitation for Bids (IFB), and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, the undersigned Vendor understands that False certification is a Class I felony and certifies that: ▪ this bid is submitted competitively and without collusion (G.S. 143-54), ▪ that none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143- 59.2), and ▪ it is not an ineligible Vendor as set forth in G.S. 143-59.1. Furthermore, by executing this bid, the undersigned certifies to the best of Vendor’s knowledge and belief, that: ▪ it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this IFB, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public Contract; or awarding or administering public Contracts; or inspecting or supervising delivery of the public Contract of any gift from anyone with a Contract with the State, or from any person seeking to do business with the State. By execution of this bid response to the IFB, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor are not aware that any such gift has been offered, accepted, or promised by any employees or agents of Vendor’s organization. By executing this bid, Vendor certifies that it has read and agreed to the INSTRUCTION TO VENDORS and the NORTH CAROLINA GENERAL TERMS AND CONDITIONS, and it has read the SAMPLE AGREEMENT. These documents can be accessed from the ATTACHMENTS page within this document. Failure to execute/sign bid prior to submittal may render bid invalid and it MAY BE REJECTED Late bids cannot be accepted. COMPLETE/FORMAL NAME OF VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #11): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE: DATE: E-MAIL: STATE OF NORTH CAROLINA Division of Public Instruction Refer ALL Inquiries regarding this IFB to: Shamekia Gales Shamekia.gales@dpi.nc.gov 984-236-2378 Invitation for Bids # 40-PR12068045-2 Bids will be publicly opened: June 16, 2021 2:00PM ET Using Agency: NC Department of Public Instruction Commodity No. and Description: 861322 - Educational support services Requisition No.: PR12068045 mailto:Shamekia.gales@dpi.nc.gov Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 2 of 19 FOR STATE USE ONLY FOR DEPARTMENT OF PUBLIC INSTRUCTION USE ONLY Offer accepted and contract awarded this ___ day of _____________________, 20__, as indicated on attached certification, by ____________________________ (Authorized representative of Department of Public Instruction), Chief Financial Officer North Carolina Department of Public Instruction By: ____________________________________________ Catherine Truitt, NC Superintendent of Public Instruction VALIDITY PERIOD Offer valid for at least 60 days from date of bid opening, unless otherwise stated here: ______ days. After this date, any withdrawal of offer shall be made in writing, effective upon receipt by the agency issuing this IFB. BID ACCEPTANCE The contract is a separate document that represents the Vendor’s and the State’s entire agreement (herein “Contract”). If your bid is accepted and results, through negotiation or otherwise, in a contract award you will be expected to accept the NORTH CAROLINA GENERAL TERMS AND CONDITIONS as part of the Contract. Dependent upon the product or service being offered, other terms and conditions may apply. https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_01.2020.pdf Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 3 of 19 1.0 PURPOSE AND BACKGROUND .......................................................................................... 5 1.1 CONTRACT TERM................................................................................................................. 5 2.0 GENERAL INFORMATION .................................................................................................... 5 2.1 INVITATION FOR BID DOCUMENT ....................................................................................... 5 2.2 E-PROCUREMENT SOLICITATION ...................................................................................... 5 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS ................................ 5 2.4 IFB SCHEDULE ..................................................................................................................... 6 2.5 BID QUESTIONS ................................................................................................................... 6 2.6 BID SUBMITTAL .................................................................................................................... 7 2.7 BID CONTENTS ..................................................................................................................... 7 2.8 ALTERNATE BIDS ................................................................................................................. 7 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS .................................................. 8 3.1 METHOD OF AWARD ............................................................................................................ 8 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ......... 8 3.3 BID EVALUATION PROCESS ................................................................................................ 8 3.4 PERFORMANCE OUTSIDE THE UNITED STATES .............................................................. 9 3.5 INTERPRETATION OF TERMS AND PHRASES ................................................................... 9 4.0 REQUIREMENTS ................................................................................................................... 9 4.1 PRICING .............................................................................................................................. 11 4.2 VENDOR’S REPRESENTATIONS ....................................................................................... 11 4.3 REFERENCES ..................................................................................................................... 11 5.0 PRODUCT SPECIFICATIONS ............................................................................................. 12 6.0 CONTRACT ADMINISTRATION .......................................................................................... 15 6.1 PROJECT MANAGER AND CUSTOMER SERVICE ............................................................ 15 6.2 POST AWARD MANAGEMENT REVIEW MEETINGS ......................................................... 15 6.3 INVOICES ............................................................................................................................ 15 6.4 PERIODIC Bi-MONTHLY STATUS REPORTS .................................................................... 15 6.5 ACCEPTANCE OF WORK ................................................................................................... 15 6.6 DISPUTE RESOLUTION ...................................................................................................... 16 6.7 CONTRACT CHANGES ........................................................................................................... 16 7.0 ATTACHMENTS .................................................................................................................. 18 ATTACHMENT A: PRICING FORM ..................................................................................................... 18 ATTACHMENT B: INSTRUCTIONS TO VENDORS............................................................................. 19 ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS ................ 19 ATTACHMENT D: VENDOR REQUEST FOR EO50 PRICE-MATCHING ........................................... 19 ATTACHMENT E: LOCATION OF WORKERS UTILIZED BY VENDOR ............................................ 19 Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 4 of 19 ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION ...................................................... 19 ATTACHMENT G: CUSTOMER REFERENCE FORM ......................................................................... 19 ATTACHMENT H: HUB SUPPLEMENTAL SUPPLIER INFORMATION ............................................. 19 ATTACHMENT I: SAMPLE AGREEMENT .......................................................................................... 19 Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 5 of 19 1.0 PURPOSE AND BACKGROUND According to Federal regulations located at 7 CFR §225.7(a)(d), State agencies that administer the Federally assisted School Nutrition Programs must provide continuing education and training for sub-recipient agencies that are approved to operate the programs locally. As a result of this regulation, the North Carolina Department of Public Instruction (NCDPI) is required to make continuing education and training opportunities available and accessible to subrecipient personnel, food service management company representatives, auditors, health inspectors and others who are involved in the administration and oversight of the Summer Food Service Program (SFSP) within the State. The NCDPI is also required to provide sufficient, qualified staff to ensure proper professional development and training and technical assistance for sponsoring entities including School Food Authorities (SFAs) and Community Organizations (COs). Prior to beginning program operations annually, the NCDPI must ensure sponsoring entity’s supervisory personnel who are responsible for meal preparation and service and overall program accountability, participate in a comprehensive professional development and training program that includes instruction in all necessary areas of program administration and operations. Such a program can provide the foundation for programs that achieve the goals of providing nutritious, wholesome, appealing meals for children/students, while simultaneously supporting operational accountability, program viability and sustainability and overall program integrity. The intent of this solicitation is to award an Agency Specific Contract 1.1 CONTRACT TERM The Contract shall have an initial term of two (2) years, beginning on the date of contract award (the “Effective Date”). At the end of the Contract’s current term, the State shall have the option, in its sole discretion, to renew the Contract on the same terms and conditions for one additional one-year term. The State will give the Vendor written notice of its intent whether to exercise the option no later than thirty (30) days before the end of the Contract’s then-current term. In addition, the State reserves the right to extend a contract term after the last active term. Bids shall be submitted in accordance with the terms and conditions of this IFB and any addenda issued hereto. 2.0 GENERAL INFORMATION 2.1 INVITATION FOR BID DOCUMENT The IFB is comprised of the base IFB document, any attachments, and any addenda released before Contract award. All attachments and addenda released for this IFB in advance of any Contract award are incorporated herein by reference. 2.2 E-PROCUREMENT SOLICITATION ATTENTION: This is an E-Procurement solicitation. See paragraph entitled ELECTRONIC PROCUREMENT of the North Carolina General Contract Terms and Conditions. General information on the E-Procurement Services can be found at: http://eprocurement.nc.gov/. 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions, the State’s terms and conditions, all relevant exhibits and attachments, and any other components made a part of this IFB and comply with all requirements and specifications herein. Vendors also are responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this IFB. If Vendors have questions, issues, or exceptions regarding any term, condition, or other component within this IFB, those must be submitted as questions in accordance with the instructions in Section 2.6 BID QUESTIONS. If the State determines that any changes will be made as a result of the questions asked, then such decisions will be http://eprocurement.nc.gov/ Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 6 of 19 communicated in the form of an IFB addendum. The State may also elect to leave open the possibility for later negotiation and amendment of specific provisions of the Contract that have been addressed during the question and answer period. Other than through this process, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s bid. This applies to any language appearing in or attached to the document as part of the Vendor’s bid that purports to vary any terms and conditions or Vendors’ instructions herein or to render the bid non-binding or subject to further negotiation. Vendor’s bid shall constitute a firm offer. By execution and delivery of this IFB Response, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s bid as nonresponsive. By executing and submitting its bid in response to this IFB, Vendor understands and agrees that the State may exercise its discretion not to consider any and all proposed modifications Vendor(s) may request and may accept Vendor’s bid under the terms and conditions of this IFB. 2.4 IFB SCHEDULE The table below shows the intended schedule for this IFB. The State will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue IFB State June 04, 2021 Submit Written Questions Vendor June 08, 2021 2:00PM ET Provide Responses to Questions State June 11, 2021 Submit Bids Vendor June 16, 2021 2:00PM ET Due to COVID-19 Requirements of Social Distancing the Public bid opening for this solicitation will be conducted via MS Teams Meeting To hear the bid opening for 40-PR12068045: Email shamekia.gales@dpi.nc.gov for meeting invitation. 2.5 BID QUESTIONS Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best bid possible. To accommodate the Bid Questions process, Vendors shall submit any such questions by the above due date. Written questions shall be e-mailed to shamekia.gales@dpi.nc.gov by the date and time specified above. Vendors will enter “IFB # 40-PR12068045-2 Questions” as the subject for the email. Questions submittals will include a reference to the applicable IFB section and be submitted in a format shown below: Reference Vendor Question IFB Section, Page Number Vendor question …? Questions received prior to the submission deadline date, the State’s response, and any additional terms deemed necessary by the State will be posted in the form of an addendum to the Interactive Purchasing System (IPS), http://www.ips.state.nc.us, and shall become an Addendum to this IFB. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise in connection with this IFB, shall be considered authoritative or binding. Vendors shall rely only on written material contained in an Addendum to this IFB. mailto:shamekia.gales@dpi.nc.gov http://www.ips.state.nc.us/ Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 7 of 19 2.6 BID SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Vendor shall bear the risk for late submission due to unintended or unanticipated delay—whether submitted electronically, delivered by hand, U.S. Postal Service, courier or other delivery service. It is the Vendor’s sole responsibility to ensure its bid has been received by this Office by the specified time and date of opening. The date and time of submission will be marked on each bid when received. Any bid received after the bid submission deadline will be rejected. [NC BIDS] If applicable to this IFB and using NC BIDS, all bid responses shall be submitted electronically via the North Carolina Business Invitation Delivery System (NC BIDS). For additional information, the NC BIDS for Vendors page includes online training videos and a link to NC BIDS FAQs for Vendors. Failure to submit a bid in strict accordance with these instructions shall constitute sufficient cause to reject a Vendor’s bid(s). Vendors are strongly encouraged to allow sufficient time to upload bids. Critical updated information may be included in Addenda to this IFB. It is important that all Vendors bidding on this IFB periodically check the State’s IPS website for any Addenda that may be issued prior to the bid opening date. All Vendors shall be deemed to have read and understood all information in this IFB and all Addenda thereto. 2.7 BID CONTENTS Vendors shall populate all attachments of this IFB that require the Vendor to provide information and include an authorized signature where requested. Vendor response to this IFB shall include each of the following items and these items should be arranged in the following order: a) Cover Letter, must include a statement that confirms that the proposer has read the IFB in its entirety, including all links, and all Addenda released in conjunction with the IFB. b) Title Page: Include the company name, address, phone number and authorized representative along with the Bid Number. c) Completed and signed version of EXECUTION PAGES d) Vendor Response e) Completed version of ATTACHMENT A: PRICING f) Completed and signed version of ATTACHMENT D: VENDOR REQUEST FOR EXECUTIVE ORDER #50 PRICE MATCHING form that confirms that a price matching opportunity is requested g) Completed and signed version of ATTACHMENT E: LOCATION OF WORKERS UTILIZED BY VENDOR h) Completed and signed version of ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION i) Completed and signed version of ATTACHMENT G: CUSTOMER REFERENCE FORM j) Completed and signed version of ATTACHMENT H: HUB SUPPLEMENTAL VENDOR INFORMATION 2.8 ALTERNATE BIDS Vendor may submit alternate bids for various methods or levels of service(s) or that propose different options, in addition to its principal bid. Alternate bids must specifically identify the IFB requirements and advantage(s) addressed by the alternate bid. Any alternate bid, in addition to the marking described above, must be clearly marked with the legend: “Alternate Bid #___ for [name of Vendor”]. Each bid must be for a specific set of goods and must include specific pricing. If a Vendor chooses to respond with various offerings, each must be offered with a separate price and be contained in a separate bid document. Each bid must be complete and independent of other bids offered. https://ncadmin.nc.gov/nc-bids-vendors https://ncadmin.nc.gov/nc-bids-faqs-vendors Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 8 of 19 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS 3.1 METHOD OF AWARD North Carolina G.S. 143-52 provides a list of criteria the State shall use to award contracts. The goods or services being procured shall dictate the application and order of criteria; however, all award decisions shall be in the State’s best interest. While the intent of this IFB is to award a Contract(s) to a single Vendor for all line items, the State reserves the right to make separate awards to different Vendors for one or more line items, to not award one or more line items or to cancel this IFB in its entirety without awarding a Contract, if it is considered to be most advantageous to the State to do so. If a Vendor selected for award is determined by the State to be a non-resident of North Carolina, all responsive bids will be reviewed to determine if any of them were submitted by a North Carolina resident Vendor who requested an opportunity to match the price of the winning bid, pursuant to Executive Order #50 and G.S. 143-59 (for more information, please refer to ATTACHMENT D: VENDOR REQUEST FOR EXECUTIVE ORDER #50 PRICE MATCHING. If such bid(s) are identified, the State will then determine whether any such bid falls within the price- match range, and, if so, make a Contract award in accordance with the process that implements G.S. 143-59 and Executive Order #50. The State reserves the right to waive any minor informality or technicality in bids received. 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION While this IFB is under evaluation, the bidder, including any subcontractors and suppliers are prohibited from engaging in conversations intended to influence the outcome of the evaluation. See the Paragraph 29, CONFIDENTIAL INFORMATION and Paragraph 30, COMMUNICATIONS BY VENDORS of the INSTRUCTIONS TO VENDORS. 3.3 BID EVALUATION PROCESS Only responsive submissions will be evaluated. The State will conduct an evaluation of responsive Bids, as follows: Bids will be received according to the method stated in section 2.7. All bids must be received by the issuing agency not later than the date and time specified on the cover sheet of this IFB. At the date and time specified as the bid opening, the bid responses from each responding Vendor will be opened publicly and the name of the Vendor and bid’s total cost will be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position. If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public until award. At their sole option, the evaluators may request oral presentations or discussions with any or all Vendors for the purpose of clarification or to amplify the materials presented in any part of the proposal. Vendors are cautioned, however, that the evaluators are not required to request presentations or other clarification—and often do not. Therefore, all bids should be complete and reflect the most favorable terms available from the Vendor. Prices bid cannot be altered or modified as part of a clarification. Bids will generally be evaluated, based on completeness, content, cost and responsibility of the Vendor to supply the requested goods and services. Specific evaluation criteria are listed in Section 3.1 METHOD OF AWARD. Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 9 of 19 Upon completion of the evaluation process, the State will make Award(s) based on the evaluation and post the award(s) to IPS under the IFB number for this solicitation. Award of a Contract to one Vendor does not mean that the other bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the State. The State reserves the right to negotiate with one or more vendors, or to reject all original offers and negotiate with one or more sources of supply that may be capable of satisfying the requirement and submit a best and final offer (BAFO), based on discussions and negotiations with the State, if the initial responses to the RFP have been evaluated and determined to be unsatisfactory. 3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT E: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this IFB, the State may also consider—for purposes of evaluating proposed or actual contract performance outside of the United States and to ensure that any award will be in the best interest of the State—how that performance may affect or be affected by the following factors: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property e) Availability of pertinent skills f) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.5 INTERPRETATION OF TERMS AND PHRASES This Invitation for Bids serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the Department; and (2) to provide (together with other specified documents) the terms of the Contract that results from this procurement. As such, all terms in the Invitation for Bids shall be enforceable as contract terms in accordance with the North Carolina General Contract Terms and Conditions. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the Department will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the Department’s needs as described in the Invitation for Bids. Except as specifically stated in the Invitation for Bids, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement, if determined to be essential under the circumstances then existing, may result in the Department exercising its discretion to reject a bid in its entirety. 4.0 REQUIREMENTS This Section lists the requirements related to this IFB. By submitting a bid, the Vendor agrees to meet all stated requirements in this Section and as otherwise stated in this IFB. If a Vendor is unclear about a requirement or believes a change in a requirement would allow for the State to receive a better bid, the Vendor is encouraged to submit these items in the form of a question during the question and answer period. The School Nutrition Division (SND) is seeking a qualified contractor to create meal pattern and meal service Professional Development and Training Programs. These professional development programs serve as the foundation for the successful operation and regulatory compliance of SFAs and COs in the administration and operation of the SFSP; successful operation and regulatory compliance are examined through comprehensive administrative and program reviews. The Professional Development programs developed under this contract shall, at a minimum, include but not be limited to the following: • facilitator’s guide, • participant’s guide, Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 10 of 19 • introduction, • objectives, • instructional videos that provide a memorable combination of visual and audio content, • various participant resources, including instructional materials, • reference materials, • pre-and post-test assessments, and • both the United States Department of Agriculture and the North Carolina Department of Public Instruction’s non-discrimination statement. The Professional Development and Training program shall be self-paced, web-based, and must include twelve (12) or more courses for the School Nutrition Learning Management System (LMS) known as “Canvas.” Canvas is an LMS that provides a platform to connect different digital learning tools in one location. This platform has been integrated within the NCEdCloud Identity and Access Management (IAM) Service. It will also integrate with Google Apps for Education and Microsoft Office 365. Currently, School Nutrition owns 10,000 instances in the Canvas LMS to allow broad access to professional development and training opportunities for SFA and CO personnel. What sets Canvas apart? • A clean, user-friendly interface • A dashboard page that quickly summarizes assignments, announcements, and other relevant information across course sites • Customizable notifications • A working calendar that can be added to Google Calendar, iCal or other popular calendar tools • Support for media content • The power of the cloud. Canvas includes several major LMS tools, a user-friendly web-based platform and the ability to easily connect users across North Carolina. The target audience for these professional development resources are primarily Community Organizations and food preparation site personnel with diverse food service and food service management proficiency. This Professional Development and Training Program shall be developed in a manner that (1) reflects the wide range of program proficiency among program participant (from highly to minimally experienced), and (2) addresses the unique needs and interested of adult learners ultimately improve participants’ ability to administer the Program with integrity and meet the federal regulatory requirements. Each course shall be designed to be approximately 30-45 minutes long. Courses may vary in length based on the content provided. Course work and final deliverables must be completed by September 24, 2021. Each course shall be designed in Microsoft PowerPoint to enable seamless implementation into School Nutrition’s Canvas learning management system. The Contract shall incorporate an interactive element on each slide, use digital storytelling and create a simulated environment where learners can freely practice including devise branching scenarios. Interactive content and/or activities will be built into the PowerPoint to allow participants to apply their knowledge and target all adult learning styles. Each course will be accompanied with a pre-and post-assessment to gauge participant understanding and follow up material to promote continuous learning. Upon completion of course design, the School Nutrition Division will be provided with and will be able to edit all relevant artifacts including but not limited to PowerPoint, audio files, handouts/participant materials, resource library, assessments etc. The contractor is encouraged to develop additional graphics, materials, and artifacts to support learning objective. Please note, all graphics must be approved, authorized, and promote diversity, equity, and inclusion. Graphics must be accompanied by the licensed permission for use, as deemed necessary, without the actual or perceived endorsement of specific product/s. Course work and final deliverables must be completed by September 24, 2021. Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 11 of 19 4.1 PRICING Note that this contract is all-inclusive. The School Nutrition Division is not responsible for any incidental costs, such as travel costs, staff overtime, copying costs, etc. associated with deliverables. The contractor’s outline proposal will require significant planning, design, and deployment. All courses and related materials shall be included. Based on the course offering and methods of delivery, the overall projected cost is $2,500 per course. The contractor will submit an invoice after the final course is provided and approved by the School Nutrition Division. ALL DELIVERABLES, INCLUDING THE FINAL INVOICE, MUST BE PROVIDED TO NCDPI ON OR BEFORE SEPTEMBER 24, 2021 FOR PAYMENT. FEDERAL FUNDS TO SUPPORT THIS PROGRAM EXPIRE ON SEPTEMBER 30, 2021. 4.2 VENDOR’S REPRESENTATIONS If the bid results in an award, the Vendor agrees that it will not enter any agreement with a third party that may abridge any rights of the State under the Contract. If any Services, deliverables, functions, or responsibilities not specifically described in this solicitation are required for Vendor’s proper performance, provision and delivery of the service and deliverables under a resulting Contract, or are an inherent part of or necessary sub-task included within such service, they will be deemed to be implied by and included within the scope of the contract to the same extent and in the same manner as if specifically described in the contract. Unless otherwise expressly provided herein, Vendor will furnish all of its own necessary management, supervision, labor, facilities, furniture, computer and telecommunications equipment, software, supplies and materials necessary for the Vendor to provide and deliver the Services and Deliverables. Vendor expressly assumes full responsibility for prompt notification to the Purchasing Agency listed on the face of this IFB of any product recall in accordance with the applicable state or federal regulations. The Vendor shall support the State, as necessary, to promptly replace any such products, at no cost to the State. 4.3 REFERENCES Vendors shall provide at least three (3) references, using ATTACHMENT G: CUSTOMER REFERENCE FORM, for which your company has supplied the exact model of equipment offered. The State may contact these users to determine quality level of the offered equipment; as well as, but not limited to user satisfaction with Vendor performance. Information obtained may be considered in the evaluation of the proposal. Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 12 of 19 5.0 PRODUCT SPECIFICATIONS The specific items and any specifications that the Purchasing Agency is seeking are listed below. Items offered by the Vendor must meet or exceed the listed Specifications. At a minimum, the following courses will be developed for use within the School Nutrition’s Canvas learning management system. Item # Specifications Product/Service Offered Meets Specification 1 Program Integrity: The SFSP Breakfast Meal Pattern: This course will explain the breakfast meal pattern, provide real examples of compliant food and menus, and discuss the areas of consideration from procurement to menu planning. An activity will be provided to demonstrate knowledge YES NO 2 Program Integrity: The SFSP Lunch and Supper Meal Pattern: This course will address the lunch meal pattern for SFSP. This session will discuss the different components required for a compliant meal, provides examples of acceptable meals, and utilize an activity for identifying compliant meals to demonstrate knowledge. YES NO 3 Program Integrity: The SFSP Snack Meal Pattern: This course will demonstrate the different components available for snack, discuss how to build snack menus and test knowledge through a fun activity. YES NO 4 Program Integrity: Meal Pattern Requirement Resources and Documentation: This course will discuss present and demonstrate helpful resources to ensure meeting the minimal SFSP meal pattern with compliant sizes and portions such as, but not limited to all components of the USDA’s Food Buying Guide, Food Buying Calculator and Shopping List, CN labels and Product Formulation Statements. This course will also review what documentation is required to be maintained for compliance reviews and for how long. YES NO 5 Program Integrity: Serving Food to Meet Combination Meal Components: This course will review the combination foods and how to document and ensure that the minimal meal pattern requirements are adhered. This course shall test the participants ability to utilize a variety of tools and demonstrate helpful resources such as, but not limited to all components of the USDA’s Food Buying Guide, Food Buying Calculator and Shopping List, CN Labels, Standardized Recipes and Product Formulation Statements. This course will explain how these areas of operation are monitored during a compliance review and will provide information on best practices and pitfalls to avoid. An activity will be provided to demonstrate knowledge. YES NO 6 Ordering, Receiving and Storing Food: For small SFSP sponsors, one staff maybe in charge of ordering, receiving, and storing food with limited or no experience in one or more of these areas. This course will review the basic concepts from ordering or shopping for compliant options, receiving practices and proper food storage, discuss and demonstrate helpful resources such as, but not limited to all components of the USDA’s Food Buying Guide, Food Buying YES NO VENDOR’S RESPONSE Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 13 of 19 Calculator and Shopping List, CN labels and Product Formulation Statements. This course will explain how these areas of operation are monitored during a compliance review and will provide information on best practices and pitfalls to avoid. An activity will be provided to demonstrate knowledge. 7 Meal Service in SFSP: This course will discuss several common meal service scenarios and how to ensure that whichever scenario is utilized, it is done in a compliant manner. This course will present how to avoid pitfalls in meal service and provide best practices to ensure compliance. An activity will be provided to demonstrate knowledge. YES NO 8 Operating a Compliant Point-of-Sale in SFSP … This course will demonstrate how to appropriately count and document meals for reimbursement. The course will focus on real life scenarios encountered by reviewers and how to implement and manage a compliant operation. This course will present how to avoid pitfalls in meal service and provide best practices to ensure compliance. An activity will be provided to demonstrate knowledge. YES NO 9 Meal Service Documentation in SFSP: This course will discuss preparation records, inventories, menus, CN Label, Product Formulation Statement, receiving documents, food safety related documents, meal counts, delivery receipts and more. An activity will be provided to demonstrate knowledge. YES NO 10 Procurement of Goods and Services in SFSP: This session will discuss the requirements and process of procuring goods and services under SFSP. This course will address all purchasing types from micro-purchases to formal bidding to emergency purchasing and will apply to all sizes of SFSP operations. Recordkeeping requirements will also be highlighted. An activity will be provided to demonstrate knowledge. YES NO 11 Utilizing a Vendor for SFSP Meals: This course will review the factors a sponsor must consider when deciding to use a vendor, the respective responsibilities of the sponsor and vendor and what responsibilities the sponsor must retain. The contractor will utilize NCDPI, vendor and invitation for bid documents as foundation for this course. YES NO 12 Meeting Civil Rights Requirements in the SFSP: This course will explain that participating sponsors must inform potential participants of the availability of the SFSP and outline the civil rights requirements that must be met during the meal service operation of the Program. Topics will include the nine civil rights compliance area listed below but the focus will be civil rights requirements in the actual meal service. This module will be interactive with activities designed to reinforce learning. Collection and Use of Data Effective Public Notification Systems Compliant Procedures Compliance Review Techniques Resolutions of Noncompliance YES NO Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 14 of 19 Requirements for Reasonable Accommodations for persons with Disabilities Requirements for Language Assistance Conflict Resolution Customer Service Explain how compliance with the nine civil rights areas looks from a practical standpoint in the meal service, which may include but not be limited to: Displaying the “And Justice for All” poster, developed by USDA, in a prominent place at the site and in the sponsor’s office. Making the Program information available to the public upon request. Taking reasonable steps to ensure meaningful access to services for limited English proficient persons by providing information in the frequently encountered, non-English languages of individuals eligible to be served or likely to be affected by the program. Ensuring that translations are accurate concerning the availability and nutritional benefits of the Program. Explain where to obtain USDA translations of key documents. Making reasonable modifications in policies and procedures to ensure individuals with disabilities have equal access and effective communication when accessing the Program. Including the nondiscrimination statement, and instructions for filing a complaint, in the public release and in any Program, information directed to parents of participants and potential participants. Ensuring that meals are served to all attending children, regardless of their race, color, national origin, sex, age, or disability. Ensuring that all children have equal access to services and facilities at the site regardless of race, color, national origin, sex, age or disability. Explaining why and how to collect Racial and Ethnic Data Collection as required by the USDA. 13 The contractor may recommend additional courses to improve compliance with Federal regulations and improve learning outcomes of participants. Additional courses shall be approved by NCDPI. YES NO Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 15 of 19 6.0 CONTRACT ADMINISTRATION 6.1 PROJECT MANAGER AND CUSTOMER SERVICE If selected for award, the Vendor shall designate and make available to the State a single point of contact for contract related issues and issues concerning performance, progress review, scheduling and any service required. 6.2 POST AWARD MANAGEMENT REVIEW MEETINGS The Vendor, at the request of the State, shall be required to meet periodically monthly with the State for Project Review meetings. The purpose of these meetings will be to review project progress reports, discuss Vendor and State performance, address outstanding issues, review problem resolution, provide direction, evaluate continuous improvement and cost saving ideas, and discuss any other pertinent topics. 6.3 INVOICES Vendor shall invoice the Purchasing Agency. The standard format for invoicing shall be Single Invoices meaning that the Vendor shall provide the Purchasing Agency with an invoice for each order. Invoices shall include detailed line item information to allow Purchasing Agency to verify pricing at point of receipt matches the correct price from the original date of order. The Contractor must complete the administrative reviews and invoice must be submitted NCDPI not later than September 24, 2021 in order to received 2021 federal funding. At a minimum, the following fields shall be included on all invoices: Vendor’s Billing Address, Customer Account Number, NC Contract Number, Order Date, Buyer’s Order Number, Manufacturer Part Numbers, Vendor Part Numbers, Item Descriptions, Price, Quantity, and Unit of Measure. INVOICES MAY NOT BE PAID UNTIL AN INSPECTION HAS OCCURRED AND THE GOODS ACCEPTED. 6.4 PERIODIC Bi-MONTHLY STATUS REPORTS The Vendor shall be required to provide Progress Management Reports to the designated Contract Lead on a bi- monthly basis. This report shall include, at a minimum, information concerning the work accomplished during the reporting period; work to be accomplished during the subsequent reporting period; problems, real or anticipated, and notification of any significant deviation from previously agreed upon work plans and schedules. These reports shall be well organized and easy to read. The Vendor shall submit these reports electronically using Microsoft Excel and, as needed, either Microsoft PowerPoint or Microsoft Word. The Vendor shall submit the reports in a timely manner and on a regular schedule as agreed by the parties. Within 10 business days of the award of the Contract the Vendor shall submit a final work plan and a sample report, both to the designated Contract Lead for approval. 6.5 ACCEPTANCE OF WORK Performance of the work and delivery of goods shall be conducted and completed in accordance with recognized and customarily accepted industry practices and shall be considered complete when the services or goods are approved as acceptable by the Contract Administrator. The State and the Vendor will negotiate and agree on an acceptable notification process and resubmission period, which will be memorialized in the Contract. Acceptance of work products shall be based on the following criteria: Item # Specifications NCDPI will 1 Develop the plan, course objectives, preliminary outline of the structure of each course, including interactive activities, student focused SMART goals, clarification of key topics and proposed content for each course. Contractor’s course recommendations for optimal Review contractor’s submission and provide written feedback to authorize the contractor to proceed to step #2. Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 16 of 19 student learning experiences are also expected. Information provided in this step describes the framework for the course. 2 Upon approval of the contractor’s step one, contractor shall proceed with the facilitator and participant guide based on basic principles of adult learning including the initial draft of assessment questions pre-test and post- test, graphics, resource library, reference materials and or handouts. Review contractor’s submission and provide written feedback to authorize the contractor to proceed to step #3. 3 Upon approval of step #3, the contractor’s assigned subject matter expert to write the course. Upon completion, the contractor will conduct an internal review of the completed course, and a preliminary final draft will be sent to the SN for final comments and approval. Review contractor’s submission and provide written feedback to authorize the contractor to proceed to step #4. 4 Upon feedback from the preliminary final draft, the contractor will make any needed changes and provide the final draft to the SN for use within its learning management system. ALL DELIVERABLES INCLUDING THE FINAL INVOICE MUST BE PROVIDED TO NCDPI ON OR BEFORE SEPTEMBER 24, 2021 FOR PAYMENT. FEDERAL FUNDS TO SUPPORT THIS PROGRAM EXPIRES SEPTEMBER 30, 2021. Review contractor’s submission and provide written feedback to authorize the contractor to proceed to launch the final approved version in Canvas. In the event acceptance criteria for any work or deliverables is not described in contract documents or work orders hereunder, the State shall have the obligation to notify Vendor, in writing ten (10) calendar days following completion of such work or deliverable described in the Contract that it is not acceptable. The notice shall specify in reasonable detail the reason(s) it is unacceptable. Acceptance by the State shall not be unreasonably withheld; but may be conditioned or delayed as required for reasonable review, evaluation, installation or testing, as applicable of the work or deliverable. Final acceptance is expressly conditioned upon completion of all applicable assessment procedures. Should the work or deliverables fail to meet any requirements, acceptance criteria or otherwise fail to conform to the contract, the State may exercise any and all rights hereunder, including, for deliverables, such rights provided by the Uniform Commercial Code as adopted in North Carolina. 6.6 DISPUTE RESOLUTION During the performance of the contract, the parties must agree that it is in their mutual interest to resolve disputes informally. Any claims by the Vendor shall be submitted in writing to the State’s Contract Manager for resolution. Any claims by the State shall be submitted in writing to the Vendor’s Project Manager for resolution. The Parties shall agree to negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under this Contract. The parties will agree on a reasonable amount of time to resolve a dispute. If a dispute cannot be resolved between the Parties within the agreed upon period, either Party may elect to exercise any other remedies available under the Contract, or at law. This term, when agreed in the Contract, shall not constitute an agreement by either party to mediate or arbitrate any dispute. 6.7 CONTRACT CHANGES Contract changes, if any, over the life of the contract shall be implemented by contract amendments agreed to in writing by the State and Vendor. Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 17 of 19 The remainder of this page is intentionally left blank Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 18 of 19 7.0 ATTACHMENTS ATTACHMENT A: PRICING FORM Item # QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE 1 1 DOL Professional Development Services 2021 TOTAL EXTENDED PRICE: $ ______________ Bid Number: 40-PR12068045-2 Vendor: ____________________________________ Ver: 2/1/2021 Page 19 of 19 ATTACHMENT B: INSTRUCTIONS TO VENDORS The Instructions to Vendors, which are incorporated herein by this reference, may be found here: http://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2020.pdf ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS The North Carolina General Terms and Conditions, which are incorporated herein by this reference, may be found here: http://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_12.2020.pdf ATTACHMENT D: VENDOR REQUEST FOR EO50 PRICE-MATCHING The Vendor Request for EO50 Price-Matching associated with this IFB is a separate document that is captioned ATTACHMENT D: VENDOR REQUEST FOR EO50 PRICE-MATCHING and can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Vendor-Price-Matching-Opportunity_01.2020.pdf ATTACHMENT E: LOCATION OF WORKERS UTILIZED BY VENDOR The Location of Workers Utilized by Vendor associated with this IFB is a separate document that is captioned ATTACHMENT E: LOCATION OF WORKERS UTILIZED BY VENDOR and can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Location-of-Vendors-Located-Outside-the-United- States_01.2020.pdf ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION The Certification of Financial Condition associated with this IFB is a separate document that is captioned ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION and can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/CERTIFICATION-OF-FINANCIAL-CONDITION.pdf ATTACHMENT G: CUSTOMER REFERENCE FORM The Customer Reference Form associated with this IFB is a separate document that is captioned ATTACHMENT G: CUSTOMER REFERENCE FORM and can be found at the following link: http://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Customer-Reference-Template_092020.pdf ATTACHMENT H: HUB SUPPLEMENTAL SUPPLIER INFORMATION The Historically Underutilized Businesses (HUB) Supplier Information associated with this IFB is a separate document that is captioned ATTACHMENT H: HUB SUPPLEMENTAL SUPPLIER INFORMATION and can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_HUB-Supplemental-Vendor-Information_9.2020.pdf ATTACHMENT I: SAMPLE AGREEMENT The Sample Agreement with this IFB is a separate document that is captioned ATTACHMENT I: SAMPLE AGREEMENT and can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Sample_Agreement.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/CERTIFICATION-OF-FINANCIAL-CONDITION.pdf

116 W Jones St. 5106, Raleigh, NC 27603, USALocation

Address: 116 W Jones St. 5106, Raleigh, NC 27603, USA

Country : United StatesState : North Carolina

You may also like

Curricula, High Quality and Professional Learning

Due: 01 Dec, 2024 (in 7 months)Agency: State of Rhode Island

Request for Information - Online Teacher Professional Development Course

Due: 04 May, 2024 (in 7 days)Agency: Education and Early Development

Academic Educational Consultants and Professional Development Services

Due: 30 May, 2024 (in 1 month)Agency: Arlington ISD

Please Sign In to see more like these.

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