DMHA Medical Staffing Services RFP - Indiana FSSA
The Request for Proposal (RFP) 19-026 aims to address the immediate medical staffing needs of Indiana's Division of Mental Health and Addiction (DMHA) facilities. The RFP seeks to establish a vendor list for future staffing requirements, emphasizing continuity and quality service provision. Key dates and scopes of work are outlined, emphasizing the significance of filling staffing needs efficiently and effectively.
Download Presentation

Please find below an Image/Link to download the presentation.
The content on the website is provided AS IS for your information and personal use only. It may not be sold, licensed, or shared on other websites without obtaining consent from the author.If you encounter any issues during the download, it is possible that the publisher has removed the file from their server.
You are allowed to download the files provided on this website for personal or commercial use, subject to the condition that they are used lawfully. All files are the property of their respective owners.
The content on the website is provided AS IS for your information and personal use only. It may not be sold, licensed, or shared on other websites without obtaining consent from the author.
E N D
Presentation Transcript
Request for Proposal 19-026 Division of Mental Health and Addiction (DMHA) Medical Staffing Services Indiana Department of Administration On Behalf Of Indiana Family and Social Services Administration (FSSA), DMHA Pre-Proposal Conference September 12, 2018 Teresa Deaton, CPPB, CPPO Senior Account Manager
Agenda General Information Purpose of RFP Key Dates & Term of Contract Project Background Scope of Work Business Proposal, Technical Proposal, Cost Proposal Resume Submission Form Proposal Preparation & Evaluation Minority and Women s Business Enterprises (M/WBE) Indiana Veteran Owned Small Businesses (IVOSB) Additional Information Question and Answer Session
General Information Sign-In Sheet for Attendees Sign-In Sheet and PowerPoint will be posted on IDOA s Solicitation Website Hold questions until the end of the presentation Any verbal response is not considered binding; Respondents are encouraged to submit any questions formally, in writing, if it affects the proposal that will be submitted to the State.
Purpose of the RFP It is the intent of this RFP to fill immediate Medical Staffing needs and establish a qualified vendor list for future medical staffing needs for the State-operated Facilities (SOFs) and NeuroDiagnostic Institute (NDI). Awards will be made under two scopes of work: Scope D1 (General SOF Staffing) and Scope D2 (NDI Staffing). Scope D1 requests staff augmentation and on-call services for SOFs. Awarded Respondents will form a vendor pool from which the State will request these services. Scope D2 requests whole-unit nurse staffing for three units at the NDI. Respondents may propose to provide staffing for one or more units. The State expects continuity in staffing, with limited turnover and vacancies.
Key Dates Activity Date Issue of RFP August 31, 2018 Pre-Proposal Conference September 12, 2018 Deadline to Submit Intent to Respond (optional) and Written Questions September 14, 2018 Response to Written Questions/RFP Amendments September 21, 2018 Submission of Proposals October 12, 2018 The dates for the following activities are target dates only. These activities may be completed earlier or later than the date shown. Proposal Evaluation TBD Proposal Discussions/Clarifications (if necessary) TBD Oral Presentations (if necessary) TBD Best and Final Offers (if necessary) TBD RFP Award Recommendation November 30, 2018
Term of Contract The State intends to sign a contract with five (or more) Respondents for both Scope D1 (General SOF Staffing) and Scope D2 (NDI Staffing). The State expects contract terms to be standardized across Contractors. The initial term of the contract shall be for four (4) years from the date of contract execution. There may be two (1) one-year renewals for a total of six (6) years at the State s option.
Project Background The Division of Mental Health and Addiction requires staff augmentation and on-call staffing services for SOFs, including the Evansville State Hospital, Logansport State Hospital, Madison State Hospital, Richmond State Hospital, and the NeuroDiagnostic Institute. As a part of FSSA s initiative to modernize and reengineer Indiana s network of state-operated mental health facilities, the NDI will begin serving patients in early 2019. The State is contracting for nursing staff for three units under this Contract: Adolescent Substance Use Disorder (SUD) Unit Neuro-Cognitive Unit Psych-Med Unit
Scope of Work General SOF Staffing Attachment D1 Contractors will propose qualified medical staff for vacant positions under this Contract. Contractors must ensure that staff comply with SOF medical staff by-laws, policies, rules and regulations and other appropriate hospital-wide policies, as well as regulatory agencies. Contractors must also provide the following for staff: Primary source verification of education and training (medical degree, residency) Verification of Indiana license, DEA, State Substance Control #. Ensuring the availability of Medicare B billable services by way of an assigned NPI number. Current peer references (a minimum of three). Verification of medical practice experience. Criminal background check and drug testing. Contractors shall provide requested and required services during the normal business hours and at the discretion of the SOFs.
Scope of Work NDI Staffing Attachment D2 Awarded Respondents will be the sole provider of staff for one or more units in the NeuroDiagnostic Institute (NDI). Contractors are responsible for staffing all requested positions 24/7, including all State-recognized holidays. Contractors must ensure that staff comply with NDI medical staff by-laws, policies, rules and regulations and other appropriate hospital-wide policies as well as regulatory agencies. Contractors must also provide the following for staff: Primary source verification of education and training (nursing degree, residency, etc.) Verification of Indiana license. Verification of medical practice experience. Criminal background check and drug testing. Proof of TB test and flu vaccine. All Contractor staff must complete a three (3) week orientation hosted by the State before the Contractor staff can provide services for the State.
Business Proposal (Attachment F) Company Financial Information (Section 2.3.3) Confidential information must be kept separate from the proposal in the electronic copies. IDOA recommends sending a public file that has the confidential information redacted (may be in PDF format) and a final file that includes all required information (must be in format provided). Contract Terms (Section 2.3.5) Respondent should review the sample State contract (Attachment B) and note exceptions to State non-mandatory clauses in Business Proposal. The Respondent should accept the mandatory clauses in the Business Proposal and Transmittal Letter. References (2.3.6) The Respondent must include a list of at least three (3) clients for whom the Respondent has provided products and/or services that are the same or similar to those products and/or services requested in this RFP.
Technical Proposal (Attachments G1 and G2) If a Respondent is submitting a proposal to Scope D1, it should use Attachment G1 to complete its Technical Proposal. Use the yellow shaded fields to answer the questions in Attachment G1. If a Respondent is submitting a proposal to Scope D2, it should use Attachment G2 to complete its Technical Proposal. Use the yellow shaded fields to answer the questions in Attachment G2. Yellow fields will expand to accommodate content. Make every attempt to preserve the original format of Attachment G1 and G2. Where appropriate, supporting documentation (e.g. diagrams, certificates, graphics, or other exhibits) may be submitted as an attachment and referenced within the relevant answer field.
Cost Proposal (Attachment E) Please complete the template provided for the Cost Proposal by populating ONLY the green-shaded cells. Cost scores will then be calculated, based on the lowest cost proposal evaluated. The lowest cost proposal receives a total of 40 points. The normalization formula is as follows: Respondent s Cost Score = (Lowest Cost Proposal / Total Cost of Proposal) X 40
Cost Proposal (Cont.) (Attachment E) For Respondents submitting a proposal to Scope D1, Respondents must fill in all the green-shaded cells in the Scope D1 Tab. The qualifications for each of the positions can be found in the Bidder s Library. The all-inclusive hourly rate must factor in any standard employee benefits. Respondents must honor the proposed rates for six (6) months after the due date of the RFP.
Cost Proposal (Cont.) (Attachment E) In the Scope D2 tab, Respondents may propose to staff one or more of the units within Scope D2. In order to submit a proposal to a unit, Respondents must fill in all of the green-shaded cells within the unit. The all-inclusive hourly rate must factor in any standard employee benefits.
Cost Proposal (Cont.) (Attachment E) In the Cost Summary Tab, Respondents only need to fill in the Reference Reduction % for Staff in the scope(s) for which they are submitting proposal(s). If the State introduces an individual to the Contractor that then becomes employed under this Contract, the State expects a Reference Reduction % on the pay rate for the individual. The rest of the Cost Summary Tab will automatically pull data from the other tabs to generate total costs for each scope.
Cost Proposal (Cont.) (Attachment E) The Cost Summary tab also calculates an Adjusted Total Amount for each scope that is 25% of the total cost for Scope D1 and each unit within Scope D2. This is to account for the fact that the bulk of the expenditures will go directly to the medical professionals. Respondents must use the figures in the Adjusted Total Amount table for the MBE, WBE, and IVOSB calculations. Refer to RFP Section 1.21, 1.22, and Attachments A and A1 for more information.
Resume Submission Form (Scope D1 - Attachment H1) In order to bid on Scope D1, Respondents must provide one resume for each position (NOT position title) listed in Attachment E Cost Proposal that are vacant at the time of this RFP s posting. The resumes must be for named individuals who are both available and qualified to satisfy the needs of the State. Every resume submitted with this RFP (including if bidding on both Scope D1 and D2) must be unique across all scopes and units.
Resume Submission Form (Scope D2 - Attachment H2) In order to bid on Scope D2, Respondents must provide the minimum number of resumes specified in Attachment E Cost Proposal for all the positions listed in the unit. The resumes must be for named individuals who are both available and qualified to satisfy the needs of the State for the specific unit. Every resume submitted with this RFP (including if bidding on both Scope D1 and D2) must be unique across all scopes and units. Example: For Respondents proposing to staff the Psych-Med Unit, see the table below.
Proposal Preparation When submitting your response, please create a separate electronic folder for each component to which you are responding. This folder should contain all of the pertinent files for only that component, e.g., MWBE forms, Transmittal Letter, Business Proposal, etc. Your proposal may be deemed as non- responsive if these instructions are not followed.
Proposal Preparation Attachment E (Cost Proposal) must be returned in the original Excel format (No PDFs) Use the templates provided for all responses Do not alter any templates Submit all questions via email using the Q&A Template (Attachment I)
Evaluation Criteria Criteria Points 1. Adherence to Mandatory Requirements Pass/Fail 2. Management Assessment/Quality (Business and Technical Proposal) 35 points 3. Cost (Cost Proposal) 40 points 4. Indiana Economic Impact 5 points 5. Buy Indiana 5 points 6. Minority Business Enterprise Subcontractor Commitment 5 points (1 bonus point is available, see Section 3.2.6) 7. Women Business Enterprise Subcontractor Commitment 5 points (1 bonus point is available, see Section 3.2.6) 8. Indiana Veteran Business Enterprise (IVOSB) Subcontractor Commitment 5 points (1 bonus point is available, see Section 3.2.7) Total 100 (103 if bonus awarded)
Minority and Womens Business Enterprises Mission/Vision Promote, monitor, and enforce the standards for certification of minority and women s business enterprises. Provide equal opportunity to minority and women enterprises in the state s procurement and contracting process. Nondiscrimination and Antidiscrimination Laws Pursuant to Indiana Civil Rights Law, specifically IC 22-9-1-10, every state contract shall contain a provision requiring the contractor and subcontractors to not discriminate against any employee or applicant with respect to Protected Characteristics
Minority and Womens Business Enterprises Contact Information Phone: 317-232-3061 E-mail: mwbecompliance@idoa.in.gov Web: www.in.gov/idoa/mwbe Bids to the following scopes, Must have the following MWBE Form Scope D1 - General SOF Staffing Attachment A-a Scope D2 NDI Staffing: NeuroCognitive Unit Attachment A-b Scope D2 NDI Staffing: Psych-Med Unit Attachment A-c Scope D2 NDI Staffing: Adolescent Substance Use Disorder Unit Attachment A-d All submissions must have subcontractor s letters of commitment Goals for Proposal - 8% Minority Business Enterprise - 8% Women s Business Enterprise
Minority and Womens Business Enterprises Prime contractors must ensure that the proposed subcontractors meet the following criteria: Are listed in the IDOA Directory of Certified Firms, on or before the proposal due date, national diversity plans are generally not accepted. The directory can be found here: http://www.in.gov/idoa/mwbe/2743.htm Serve a Commercially Useful Function (CUF) and value-added purpose on the engagement, as confirmed by the State. Provide the goods or services specific to the contract and within the industry area for which it is certified
Minority and Womens Business Enterprises Prime contractors should note the following: Subcontractors MBE/WBE Certification Letter, provided by IDOA, must accompany the proposal to show current status of certification. Each firm may only serve as one classification MBE, WBE, or IVOSB (see section 1.22) Pursuant to 25 IAC 5-6-2(b)(d), a Prime Contractor who is a MBE or WBE must meet subcontractor goals by using other listed certified firms. Certified Prime Contractors cannot count their own workforce or companies to meet this requirement.
Example Attachment A-a- MBE/WBE Subcontractor Commitment Form - SOF General Staffing IMPORTANT Please use the Adjusted Total Amount figures in the Cost Proposal as the cost basis for MBE and WBE participation calculation. These figures represent 25% of the total cost for Scope D1 and D2.
Minority and Womens Business Enterprises New Process Effective 2014, MWBE scoring is conducted based on 10 points plus a possible 2 bonus points scale MBE: Possible 5 points + 1 bonus point WBE: Possible 5 points + 1 bonus point Professional Services Scoring Methodology: -The points will be awarded on the following schedule: % 1% 2% 3% 4% 5% 6% 7% 8% Pts. .625 1.25 1.875 2.5 3.125 3.75 4.375 5.0 Fractional percentages will be rounded up or down to the nearest whole percentage -If the respondent s commitment percentage is rounded down to 0% for MBE or WBE participation the respondent will receive 0 points. -Submissions of 0% participation will result in a deduction of 1 point in each category -The highest submission which exceeds the goal in each category will receive 6 points (5 points plus 1 bonus point). In case of a tie both firms will receive 6 points
Minority and Womens Business Enterprises RFP MWBE Scoring Example Bidder MBE % Pts. WBE % Pts. Total Pts. Bidder 1 12.0% 5.0 10.0% 6.0 11.0 Bidder 2 6.0% 3.75 4.0% 2.5 6.25 Bidder 3 8.0% 5.0 8.0% 5.0 10.0 Bidder 4 16.0% 6.0 0.2% 0.0 6.0 Bidder 5 0.0% -1.0 0.0% -1.0 -2.0
Minority and Womens Business Enterprises Pay Audit System Tool utilized to monitor the state s diversity spend for subcontractors Selected primes and subcontractors are required to report payments submitted or received through this web-based tool Based on contract terms payments should be reported monthly or quarterly Questions? Contact MWBE Compliance mwbecompliance@idoa.in.gov www.in.gov/idoa/mwbe/payaudit.htm Prime Payment Pay Audit System Subcontractor
Indiana Veteran Owned Small Businesses Bids to the following scopes, Must have the following IVOSB Form Scope D1 - General SOF Staffing Attachment A1-a Scope D2 NDI Staffing: NeuroCognitive Unit Attachment A1-b Scope D2 NDI Staffing: Psych-Med Unit Attachment A1-c Scope D2 NDI Staffing: Adolescent Substance Use Disorder Unit Attachment A1-d All submissions must have subcontractor s letters of commitment Goals for Proposal 3% Veteran Business Enterprise
Indiana Veteran Owned Small Business Prime Contractors must ensure that the proposed subcontractors meet the following criteria: Must be listed on Federal Center for Veterans Business Enterprise (VA OSDBU) registry or be listed on the IDOA Directory of Certified Firms, on or before the proposal due date. Prime Contractor must include with their proposal the subcontractor s veteran business Certification Letter provided by either IDOA or Federal Govt. (VA OSDBU), to show current status of certification. Each firm may only serve as one classification MBE, WBE (see Section 1.21) or IVOSB A Prime Contractor who is an IVOSB must meet subcontractor goals by using other listed certified firms. Certified Prime Contractors cannot count their own workforce or companies to meet this requirement. Must serve a Commercially Useful Function (CUF). The firm must serve a value-added purpose on the engagement, as confirmed by the State. Must provide goods or service only in the industry area for which it is certified as listed in the VA OSDBU or IDOA Certified Firm directories, https://www.in.gov/idoa/2862.htm Must be used to provide the goods or services specific to the contract
Indiana Veteran Owned Small Business IMPORTANT Please use the Adjusted Total Amount figures in the Cost Proposal as the Total Bid Amount and also as the cost basis for IVOSB participation calculation. These figures represent 25% of the total cost for Scope D1 and D2.
Additional Information IDOA PROCUREMENT LINKS AND NUMBERS http://www.in.gov/idoa/2354.htm 1-877-77BUYIN (8946) For Vendor Registration Questions http://www.in.gov/idoa/2464.htm For Inquiries Regarding Substantial Indiana Economic Impact http://www.in.gov/idoa/2467.htm Link to the developing one stop shop for vendor registry with IDOA and Secretary of State. B. Secretary of State of Indiana: Can be reached at (317) 232-6576 for registration assistance. www.in.gov/sos C. See Vendor Handbook: Online version available at http://www.in.gov/idoa/files/VendorHandbook.pdf D. Minority and Women Owned Business Enterprises: http://www.in.gov/idoa/mwbe/2743.htm for table of IDOA certified MBEs and WBEs. For more WBE information http://www.in.gov/idoa/mwbe/index.htm E. Veteran s Business Enterprise Program: https://www.vip.vetbiz.gov/ for a search of certified IVOSB s. For more IVOSB s information http://www.in.gov/idoa/2862.htm F. RFP posting and updates: Go to http://www.in.gov/idoa/2354.htm (select Current State of IN Opportunities link) Scroll through table until you find desired RFP/RFI number on left-hand side and click the link. A.
Questions Any verbal response is not considered binding; Respondents are encouraged to submit any question formally in writing if it affects the proposal that will be submitted to the State.
Thank You Tdeaton@idoa.IN.gov