STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF PUBLIC BENEFITS INTEGRITY

Similar documents
STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES ECONOMIC SELF-SUFFICIENCY PROGRAM OFFICE INVITATION TO NEGOTIATE

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES CENTRAL REGION FAMILY SAFETY PROGRAM

INVITATION TO NEGOTIATE REGISTRATION

STATE OF FLORIDA AGENCY FOR PERSONS WITH DISABILITIES. SUNLAND CENTER Marianna, Florida. TACACHALE CENTER Gainesville, Florida REQUEST FOR PROPOSAL

Florida Department of Children and Families

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal

INVITATION TO BID ITB # SNR1112FS01

State of Florida Department of Financial Services

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION FAMILY SAFETY PROGRAM

STATE OF FLORIDA. DEPARTMENT OF CHILDREN AND FAMILIES Northwest Region Contract Management Circuits Two and Fourteen

REQUEST FOR PROPOSAL REGISTRATION

State of Florida Department of Transportation

Agency for Persons with Disabilities State of Florida Tacachale HOUSEKEEPING AND JANITORIAL SERVICES

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

State of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF STATE GROUP INSURANCE INVITATION TO NEGOTIATE

October 16, Title: Statewide Medicaid Prepaid Dental Health Program

State of Florida Department of Financial Services

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

State of Florida Department of Financial Services

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

Tallahassee, Florida Telephone Number:

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

State of Florida Department of State REQUEST FOR PROPOSALS FOR

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL DEPARTMENT OF ECONOMIC OPPORTUNITY. Solicitation Acknowledgement Form

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

COMPLETE AND RETURN THIS FORM

Philadelphia County, Pennsylvania

REQUEST FOR PROPOSALS (RFP) FOR MEDIA BUYING SERVICES FDC RFP RELEASED ON December 6, 2017

DELHAIZE AMERICA PHARMACIES AND WELFARE BENEFIT PLAN HIPAA SECURITY POLICY (9/1/2016 VERSION)

Florida Healthy Kids Corporation

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

ADDENDUM #1 RFP# DBE/ACDBE Consultant January 19, 2015

Pharmacy Benefits Management program for State Employee Workers Compensation Claims

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF STATE GROUP INSURANCE INVITATION TO NEGOTIATE HEALTHCARE TRANSPARENCY SERVICES ENTITY

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

HOUSING AUTHORITY OF THE CITY OF TULSA

BID REGISTRATION TELEPHONE: ( ) FAX NUMBER: ( )

Project No Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania

UNIVERSITY OF WEST FLORIDA BOARD OF TRUSTEES NOTICE TO PROFESSIONAL CONSULTANTS 13PQS-10JJ Greek Village Design Services

STATE OF FLORIDA AGENCY FOR HEALTH CARE ADMINISTRATION REQUEST FOR INFORMATION AHCA RFI /16

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO NEGOTIATE Acknowledgement Form

REQUEST FOR PROPOSALS (RFP) FOR DEPENDENT ELIGIBILITY VERIFICATION AUDIT SERVICES RFP NO: DMS-17/ THE STATE OF FLORIDA

Sealed proposals will be received until 4 pm on Friday, March 16, 2018.

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

State of Florida Department of Transportation

FLORIDA DEPARTMENT OF LAW ENFORCEMENT Request for Proposal Acknowledgement Form

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN

Invitation to Bid (ITB) For Motor Vehicles. ITB No C The State of Florida Department of Management Services

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION

Exhibit 1 Florida Minority Business Enterprise (MBE) Utilization Report 2

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

IOWA LOTTERY AUTHORITY RFP IL REQUEST FOR PROPOSALS INSTANT TICKET PRINTING AND RELATED SERVICES

Request for Proposal

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Request for Bid/Proposal

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Invitation to Negotiate (ITN) Number: DFS OIT ITN Enterprise Financial System Support Services

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

FLORIDA PREPAID COLLEGE BOARD INVITATION TO NEGOTIATE FOR THE BENEFIT OF FLORIDA ABLE, INC. CUSTOMER SERVICE ITN #17-02 COMMODITY CODES (UNSPSC)

SOLICITATION/ADVERTISEMENT

THE PUBLIC SERVICE COMMISSION FOR THE DISTRICT OF COLUMBIA REQUEST FOR PROPOSALS NO. PSC MANAGEMENT AND ORGANIZATIONAL ASSESSMENT

Iowa Dept. of Inspections & Appeals, Health Facilities Division Iowa licensed attorney

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

BID REGISTRATION TITLE: CLASSROOM ASSESSMENT SCORING ASSESSMENT (CLASS ) MATERIALS

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

Spanish Language Market Advertising Services

INVITATION TO NEGOTIATE REGISTRATION

NOTICE TO BID. Electrician/Helper Temporary Service, Florida State University

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

District Five Intelligent Transportation System (ITS) Software Integration and Maintenance Services

FOR COMMENT PERIOD NOT YET APPROVED AS NEW STANDARD

COMMISSION ADOPTED POLICY Procurement Policy

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors

INSTRUCTIONS TO BIDDERS

"Check Image Metadata" means information about the Check Image, as well as pointers to the actual image data (also known as image tags).

REQUEST FOR PROPOSAL

1.0 INTRODUCTION 2.0 DEFINITIONS. A. Vendor: Any firm or person who submits a response to the Department in regard to this RFI.

ACH Origination Agreement

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

Transcription:

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF PUBLIC BENEFITS INTEGRITY REQUEST FOR PROPOSALS Employment and Income Verification Services RFP 11F13GC1 Commodity Code: 973-500 1

TABLE OF CONTENTS EMPLOYMENT AND INCOME VERIFICATION SERVICES... 1 SECTION 1.... INTRODUCTION... 4 1.1 Introduction to the Procurement...4 1.2 Statement of Purpose...4 1.3 Term of the Agreement...4 1.4 Contact Person and Procurement Manager...4 1.5 Definitions...5 1.6 Supporting Documentation...5 1.7 Small, Minority, and Florida Certified Veterans Business Participation...5 SECTION 2.... RFP PROCESS... 5 2.1 General Overview of the Process...5 2.2 Official Notices and Public Records...6 2.3 Protests and Disputes...6 2.4 Limitations on Contacting Department Personnel and Others....7 2.5 Schedule of Events and Deadlines....8 2.6 Notice of Intent to Submit A Proposal...8 2.7 Written Inquiries...9 2.8 Receipt of Proposals and Waiver of Minor Irregularities...9 2.9 Request to Withdraw Proposal... 10 2.10 Cost of Preparation of Proposal... 10 2.11 Form PUR 1001... 10 2.12 Department s Reserved Rights... 10 SECTION 3.... SPECIFICATIONS... 11 3.1 Vendor Qualifications... 11 3.2 Minimum Programmatic Specifications... 14 3.3 Composition of the Contract... 14 3.4 Order of Precedence... 15 3.5 Vendor Registration in MyFloridaMarketPlace... 15 SECTION 4.... INSTRUCTIONS FOR RESPONDING TO THE RFP... 15 4.1 How to Submit a Proposal... 15 2

4.2 Content of the Proposal... 16 4.3 Proposal Format... 19 4.4 Public Records and Trade Secrets... 20 SECTION 5.... THE SELECTION METHODOLOGY... 22 5.1 Application of Mandatory Requirements... 22 5.2 Evaluation Methodology... 22 5.3 Department s Reserved Rights Relating to Contract Award... 23 5.4 Posting Notice of Award... 24 APPENDIX I - NOTICE OF INTENT TO SUBMIT A PROPOSAL... 25 APPENDIX II - CERTIFICATE OF SIGNATURE AUTHORITY... 26 APPENDIX III - VENDOR S CERTIFICATIONS... 27 APPENDIX IV - CHILDREN AND FAMILIES STANDARD CONTRACT... 32 APPENDIX V - DRAFT CONTRACT ATTACHMENT I... 42 APPENDIX VI - MANDATORY REQUIREMENTS CHECKLIST... 58 APPENDIX VII - EVALUATION MANUAL... 60 Criteria for Understanding of the Statement of Purpose:... 65 Organizational Qualifications Criteria:... 67 Technical Capability Criteria:... 69 Project Staffing Criteria:... 70 Project Management Criteria:... 72 Vendor Approach and Solution Criteria:... 73 Appendix VIII - Cost Proposal... 75 Appendix IX - STATE OF FLORIDA PUR 1000... 76 3

SECTION 1. INTRODUCTION 1.1 Introduction to the Procurement The Department of Children and Families (Department), Office of Public Benefits Integrity (OPBI) is issuing this solicitation to interested parties for the purpose of obtaining employment and income verification services to assist in the investigative and recovery processes of the office. This solicitation is issued in accordance with the provisions of section 287.057, Florida Statutes, Chapter 60A-1, Florida Administrative Code, and applicable Department policies and procedures. Any person interested in responding to the solicitation must comply with any and all of the terms and conditions described in the solicitation. A failure to read, understand, or comply with the terms of the solicitation may result in the Department s inability to accept or fully consider the response. 1.2 Statement of Purpose The Department is seeking employment and income verification services to assist OPBI staff in performing the essential duties associated with ACCESS Integrity (AI) investigations and Benefit Recovery (BR) claims and collections. OBPI staffs performing these functions need to be able to verify any unreported income and/or employment that could affect customer eligibility for public assistance programs, including Supplemental Nutrition Assistance Program (SNAP), Temporary Assistance to Needy Families (TANF), or Medicaid. The information needed is at the individual level, and often must be found with limited information, e.g., name and social security number. Specific data are required to validate and calculate benefits overpayments. 1.3 Term of the Agreement The anticipated start date of the resulting contract is November 27, 2013. The contract shall end on June 30, 2016. The contract may be renewed for a period not to exceed three (3) years or for the term of the original contract, whichever period is longer. Such renewal shall be made by mutual agreement and shall be contingent upon satisfactory performance evaluations as determined by the Department and shall be subject to the availability of funds. Any renewal shall be in writing and shall be subject to the same terms and conditions as set forth in the initial contract, including any amendments. 1.4 Contact Person and Procurement Manager This Request for Proposal (RFP) is issued by the State of Florida, Department of Children and Families. The contact point for all communication regarding this RFP is: Tammy Lary, Procurement Manager Mailing Address: Florida Department of Children and Families 1317 Winewood Boulevard, Building 2 Tallahassee, Florida 32399-07000 Email: Tammy_Lary@dcf.state.fl.us 4

All contact with the Procurement Manager shall be in writing via electronic mail, U.S. mail, or other common courier. No facsimiles or telephone calls will be accepted for any reason. 1.5 Definitions 1.5.1 Contract Terms Contract terms used in this RFP can be found in the Department s Glossary of Contract Terms, which is hereby incorporated by reference and maintained at the following website: http://www.dcf.state.fl.us/admin/contracts/docs/glossaryofcontractterms.pdf 1.5.2 Program or Service Specific Terms. There are no Program or Service Specific Terms identified for this Request for Proposal. 1.6 Supporting Documentation The table below lists the supporting documentation, filename(s) of the supporting documentation, and the associated link to download the supporting documentation. These documents are hereby incorporated into this RFP by reference as if fully recited herein. Description Filename Link Cross Reference These documents will be discussed further in the sections noted in the above table. 1.7 Small, Minority, and Florida Certified Veterans Business Participation Small Businesses, Certified Minority and Florida Certified Veterans Business Enterprises are encouraged to participate in any conferences, conference calls, pre-solicitation, or pre-proposal meetings which are scheduled. All vendors shall be accorded fair and equal treatment SECTION 2. RFP PROCESS 2.1 General Overview of the Process Proposals that meet the Mandatory Requirements in this RFP (see Sections 3.1.1, 3.2.1 and Section 5.1) and are otherwise responsive will be eligible for evaluation. Oral presentations by vendors may be permitted as part of the evaluation process. Following the evaluation and the Secretary s decision regarding the recommended ranking, the Department will post a notice of intended contract award, identifying the vendor(s) selected for award. 5

2.2 Official Notices and Public Records 2.2.1 Notices Regarding the RFP All notices, decisions, intended decisions, addenda and other matters relating to this procurement will be electronically posted on the Department of Management Services (DMS) Vendor Bid System (VBS) website located at: http://vbs.dms.state.fl.us/. In order to find postings at such location: 1. Click on Search Advertisements 2. Under Agency select Department of Children and Families 3. Scroll down to the bottom of the screen and click on Initiate Search IT IS THE RESPONSIBILITY OF PROSPECTIVE VENDORS TO CHECK THE VBS FOR ADDENDA, NOTICES OF DECISIONS AND OTHER INFORMATION OR CLARIFICATIONS TO THIS RFP. 2.2.2 Public Records All electronic and written communications pertaining to this RFP, whether sent from or received by the Department, are subject to the Florida public records laws. Section 4.4 addresses the submission of trade secret and other information exempted from public inspection 2.3 Protests and Disputes 2.3.1 Time Limits for Filing Protests Any person who is adversely affected by the decision or intended decision made by the Department pursuant to this RFP shall file with the Department a notice of protest in writing within 72 hours (Saturdays, Sundays, and state holidays excluded) after the posting of the notice of decision, or intended decision. The formal written protest shall be filed within ten (10) days after the date the notice of protest is filed. 2.3.2 Protests of Terms, Conditions and Specifications With respect to a protest of the terms, conditions and specifications contained in this solicitation, including any provisions governing the methods for ranking proposals, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract, the notice of protest shall be filed in writing within 72 hours (Saturdays, Sundays, and state holidays excluded) after the posting of the solicitation. For purposes of this provision, the term the solicitation includes any addendum, response to written questions, clarification or other document concerning the terms, conditions, or specifications of the solicitation. The formal written protest shall be filed within ten (10) days after the date the notice of protest is filed. 2.3.3 Protest Bond Requirement When protesting a decision or intended decision (including a protest of the terms, conditions and specifications contained in the solicitation), the protestor must post a bond equal to one percent (1%) of the Department s estimated contract amount. The estimated contract amount shall be based upon the contract price submitted by the protestor. If no contract price was submitted, the Department shall provide the estimated contract amount to the protestor within 72 hours 6

(excluding Saturdays, Sundays, and state holidays) after the notice of protest has been filed. The estimated contract amount is not subject to protest pursuant to s. 120.57(3), F. S. The bond shall be conditioned upon the payment of all costs and charges that are adjudged against the protestor in the administrative hearing in which action is brought and in any subsequent appellate court proceeding. FAILURE TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL PROTEST WILL RESULT IN A REJECTION OF THE PROTEST. In lieu of a bond the Department may accept a cashiers check, official bank check, or money order in the amount of the bond. 2.3.4 Filing a Protest A notice of protest, formal protest, and bond are filed, when received by the contact person listed in Section 1.4 above. Filing may be achieved by handdelivery, courier, US Mail or facsimile transfer. Filing by email shall not be accepted. All methods of delivery or transmittal to the Department s contact person shall remain the responsibility of the protestor and the risk of non-receipt or delayed receipt shall be upon the protestor. FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN S. 120.57(3), F.S., OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, F.S. 2.4 Limitations on Contacting Department Personnel and Others. 2.4.1 General Limitation Prospective vendors or persons acting on their behalf may not contact, between the release of this RFP and the end of the 72-hour period (Saturdays, Sundays and state holidays excluded), following the Department's posting of the notice of intended award, Department personnel or any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the contact person identified in Section 1.4 above or as provided in this solicitation. Any such contact by an affiliate, a person with a relevant business relationship with a prospective vendor, or an existing or prospective subcontractor to a prospective vendor is assumed to be on behalf of a prospective vendor unless otherwise shown. As part of a response to a Department request for additional or clarifying information pursuant to Section 2.12.1 or inspection or a Department investigation, vendor representatives may communicate directly with other Department personnel or consultants identified by the Procurement Manager for such purposes. 2.4.2 Violation of Contact Limitations Violation of the provisions of Section 2.4 of this RFP will be grounds for rejecting a proposal, if determined by the Department to be material in nature. 7

2.5 Schedule of Events and Deadlines ACTIVITY DATE TIME (Eastern) RFP advertised and released on Florida VBS: 11/20/2013 6:00 p.m. Notice of Intent to Submit a Proposal to be received by the Department: Submission of written inquiries must be received by: 11/25/2013 3:00 p.m. 11/25/2013 3:00 p.m. Deadline for Department's Response to Inquiries: 11/27/2013 5:00 p.m. Sealed Proposals must be received by the Department: *Proposal Opening and Review of Mandatory Requirements: *Meeting of Department Evaluators: 12/04/2013 *Debriefing Meeting of the Evaluators and ranking of the proposals: 12/03/2013 3:00 p.m. 12/03/2013 3:00 p.m. 12/06/2013 10:00 a.m. - 12:00 p.m. 2:00 p.m. - 3:00 p.m. Anticipated posting of Intended Contract Award: 12/09/2013 3:00 p.m. Anticipated Effective Date of Contract: 12/13/2013 N/A ADDRESS DMS VBS Electronic Posting site: http://myflorida.com/apps/vbs/ vbs_www.main_menu Attn: Procurement Manager Dept. of Children & Families Attn: Procurement Manager Dept. of Children & Families DMS VBS Electronic Posting site: http://myflorida.com/apps/vbs/ vbs_www.main_menu Attn: Procurement Manager Dept. of Children & Families Section Reference 2.2.1 2.6 2.8 2.8 2.9 Dept. of Children & Families 2.9, 5.1 Dept. of Children & Families 5.2 Dept. of Children & Families 5.2 VBS Electronic Posting site: http://myflorida.com/apps/vbs/ vbs_www.main_menu N/A *All vendors are hereby notified that the meetings noted with an asterisk above (*) are open to the public and may be electronically recorded by any member of the audience. Although the public is invited, no comments or questions will be taken from vendors or other members of the public (except for the Solicitation Conference, in which comments and questions will be taken from vendors). Note: All times in the event schedule are local times for the Eastern Time Zone. Although the Department may choose to use additional means of publicizing the results of this RFP, posting on the VBS is the only official notice recognized for the purpose of determining timeliness in the event of protest. 2.6 Notice of Intent to Submit A Proposal Vendors who are interested in responding to this RFP are encouraged to send a Notice of Intent to Submit a Proposal (Appendix I) to the Procurement Manager specified in Section 1.4, on or before the date and time specified in the Schedule of Events and Deadlines (Section 2.5). Submission of a Notice of Intent is a pre-requisite for acceptance of proposals from prospective vendors. 5.4 N/A 8

2.7 Written Inquiries Prospective vendor questions will only be accepted, if submitted, in writing to the Procurement Manager specified in Section 1.4, via electronic mail, U.S. mail, or other delivery service, and received on or before the date and time specified in Section 2.5, Schedule of Events and Deadlines. No questions will be accepted by facsimile or telephone. Copies of the responses to all inquiries, and clarifications or addenda if made to the RFP, will be made available by the date and time specified in Section 2.5 through electronic posting on the VBS website at: http://vbs.dms.state.fl.us/vbs/main_menu. 2.8 Receipt of Proposals and Waiver of Minor Irregularities 2.8.1 Proposal Deadline Proposals must be received by the Department no later than the date and time provided in Section 2.5, at the address listed in the Schedule of Events and Deadlines. All methods of delivery or transmittal to the Department s contact person shall remain the responsibility of the prospective vendor and the risk of non-receipt or delayed receipt shall be upon the prospective vendor. 2.8.2 Binding Proposals By submitting a proposal, each vendor agrees that its proposal shall remain a valid offer for at least 90 days after the proposal opening date and that, in the event the contract award is delayed by appeal or protest, such 90-day period is extended until entry of a final order in response to such appeal or protest. 2.8.3 Bid Bond Not Required A bid bond or equivalent security is not required in order to submit a proposal to this RFP. 2.8.4 Payment and Performance Bond Not Required A payment and performance bond is not required for this contract and submission of evidence of the vendor s ability to do so is not required in order to submit a proposal to this RFP. 2.8.5 Changes to Proposals After Submission Prohibited Except as provided in Section 2.12.1, no changes, modifications, or additions to the proposal submitted (after the deadline for proposal opening has passed) will be accepted by or be binding on the Department. The Department reserves the right to correct minor irregularities as provided in Section 2.12.1, but is under no obligation to do so. 2.8.6 Receipt Statement Proposals that are not received at either the specified place by the specified date and time will be rejected and returned unopened to the vendor by the Department. The Department will retain one unopened original for use in the event of a dispute. 9

2.9 Request to Withdraw Proposal A written request to withdraw a proposal, signed by the vendor, may be considered if received by the Department within 72 hours after the proposal opening time and date as specified in Section 2.5 above. A request received in accordance with this provision may be granted by the Department upon proof of the impossibility to perform based upon an obvious vendor error. 2.10 Cost of Preparation of Proposal By submitting a proposal, a vendor agrees that the Department is not liable for any costs incurred by the vendor in responding to this RFP. 2.11 Form PUR 1001 The standard General Instructions to Respondents Form PUR 1001 (11/06) is hereby incorporated into this solicitation by reference as if fully recited herein. Sections 3, 4, 5, and 17 of the Form PUR 1001 are not applicable to this RFP. In the event of any conflict between Form PUR 1001 and this RFP, the terms of this RFP shall take precedence over the Form PUR 1001 unless the conflicting term is required by any section of the Florida Statutes, in which case the term contained in Form PUR 1001 shall take precedence. The Form PUR 1001 form is available at: http://dms.myflorida.com/index.php/content/download/1907/8062/version/9/file/1001.doc. 2.12 Department s Reserved Rights 2.12.1 Waiver of Minor Irregularities The Department reserves the right to waive minor irregularities when doing so would be in the best interest of the State of Florida. A minor irregularity is a variation from the terms and conditions of this RFP which does not affect the price of the proposal or give the vendor a substantial advantage over other vendors and thereby restrict or stifle competition and does not adversely impact the interest of the Department. At its option, the Department may correct minor irregularities but is under no obligation to do so. When correcting minor irregularities, the Department may request vendor to provide clarifying information or additional materials to correct the minor irregularity. However, the Department will not request and a vendor shall not provide additional materials that affect the price of the proposal, or give the vendor an advantage or benefit not enjoyed by other vendors. 2.12.2 Reserved Rights After Notice of Award The Department reserves the right, after posting notice thereof, to withdraw or amend its Notice of Award and reopen discussions with any vendor at any time prior to execution of a contract. 2.12.3 Withdrawal of RFP The Department reserves the right to withdraw the RFP at any time, including after an award is made when doing so would be in the best interest of the State of Florida, and by doing so assumes no liability to any vendor. 2.12.4 Other Reserved Rights The Department reserves all rights described elsewhere in this RFP. 10

SECTION 3. SPECIFICATIONS 3.1 Vendor Qualifications 3.1.1 Mandatory Requirements. The vendor must meet the requirements of Appendix VI, items 3 c. through k and 4. 3.1.2 Service Times Service times are described in Subsection 1.3 of the draft Attachment I, Appendix V. 3.1.3 Service Limits Service limits are described in Subsection 1.4 of the draft Attachment I, Appendix V. 3.1.4 Confidentiality and Security 3.1.4.1 If the proposed service is limited to online database access in which no Department data are accessed or retained by the vendor, confidentiality and security requirements are described in Subsection 1.5 of the draft Attachment I, Appendix V. 3.1.4.2 If the proposed service requires access to or retention of any Department data, the following confidentiality and security requirements apply and will be included in the final Attachment I: 3.1.4.2.1 Provider staff having any access, either logical or physical, to data shall have background screening consistent with their duties and access to the data. Provider staff having either logical or physical access to actual data will be in a position of special trust or responsibility, and each such person requires background screening that meets the Level 2 Employment Screening standards as specified in sections 435.04, 110.1127, and subsection 39.001(2), Florida Statutes, as a condition of initial and continued employment that shall include but not be limited to: 3.1.4.2.1.1. Employment history checks; 3.1.4.2.1.2. Fingerprinting for all criminal record checks; 3.1.4.2.1.3. Statewide criminal and juvenile delinquency records checks through the Florida Department of Law Enforcement (FDLE); 3.1.4.2.1.4. Five year FDLE re-screening; 3.1.4.2.1.5. Federal criminal records checks from the Federal Bureau of Investigation (FBI) via the FDLE; and 3.1.4.2.1.6. Security background investigation, which may include local criminal record checks through local law enforcement agencies. 3.1.4.2.2 The Provider shall sign an affidavit each state fiscal year for the term of the contract stating that all required staff has been screened or the Provider is awaiting the results of screening. 3.1.4.2.3 Any person who is required to undergo a security background investigation pursuant to this policy/procedure and who refuses to cooperate in such investigation, or who refuses to submit fingerprints, must be disqualified from both logical and physical access to the data or, if already employed by the Provider, shall be dismissed or securely barred from gaining any logical or physical access to the data. 11

3.1.4.2.4 The Department shall have the right to conduct all or any portion of the background investigation of any of the Provider s present or prospective employees or volunteers at its own cost, without making the contents or copies of the records generated as a result of the investigation available to the Provider if such access poses an unacceptable risk of improper handling or dissemination of sensitive data. 3.1.4.2.5 The Department shall have the right to investigate any error attributable to the Provider relating to access or dissemination of records, as well as any instance of lost or missing data affecting records. The investigation may include, without limitation, auditing the Provider s performance and financial information. The Department may take any appropriate legal action as a result of such investigation. 3.1.4.2.6 The following summary of key security standards are applicable to all data covered by federal or state laws or regulations (Covered Data). The following list is not intended to be, and is not, exhaustive. The Provider must comply with all security requirements related to Covered Data and any other State of Florida data provided to the Provider. Further, the Provider's employees, sub Providers, agents, or other affiliated third party persons or entities, as well as contracted third parties, must meet the same requirements of the Provider under this contract and all agreements with the Provider's employees, sub Providers, agents, Providers or other affiliated persons or entities shall incorporate the terms and conditions of data security into any contractual relationships established. 3.1.4.2.7 The Provider s own systems and premises shall be subject to inspection by the Department s representatives at any time to verify compliance with security requirements. 3.1.4.2.8 Any data communications involving the Department may also be monitored by the Department security or systems personnel for compliance with these requirements or misuse of the systems. 3.1.4.2.9 Material security violations or improper information disclosures shall constitute sufficient grounds for a determination that the contract has been breached. 3.1.4.2.10 Access Controls: 3.1.4.2.10.1. Viewing Covered Data must be restricted to authorized individuals as need for business related use. 3.1.4.2.10.2. Unique authorization is required for each person permitted access to Covered Data and access must be properly authenticated and recorded for audit purposes, including HIPAA audit requirements. 3.1.4.2.10.3. Access to all Covered Data provided to the Provider's employees, sub Providers, Providers, agents, or other affiliated persons or entities must meet the same requirements of the Provider under this contract and all agreements with same shall 12

incorporate the terms and conditions of data security in the access authorization. 3.1.4.2.11 Copying/Printing (applies to both paper and electronic forms): 3.1.4.2.11.1. Covered Data should only be printed when there is a legitimate need. 3.1.4.2.11.2. Copies must be limited to individuals authorized to access the Covered Data and have a signed CF114 on file with the Department. 3.1.4.2.11.3. Covered Data must not be left unattended. 3.1.4.2.12 Network Security: 3.1.4.2.12.1. All electronic communication including, but not limited to, Covered Data between the Provider and the Department shall use compatible, industry standard File Transfer Protocol software, using data encryption or a Virtual Private Network connection to ensure a secure file transfer, at no additional cost to the Department. 3.1.4.2.12.2. Covered Data must be protected with a network firewall using default deny rule set required. 3.1.4.2.12.3. Servers hosting the Covered Data cannot be visible to the entire Internet, nor to unprotected subnets. 3.1.4.2.13 Physical Security (Servers, laptops and remote devices on which Covered Data is stored). (For purposes of these standards, mobile devices must be interpreted broadly to incorporate current and future devices which may contain or collect Covered Data): 3.1.4.2.13.1. The computing device must be locked or logged out when unattended. 3.1.4.2.13.2. Servers must be hosted in a secure data center hardened according to relevant security standards, industry best practices and the Department security policies. 3.1.4.2.13.3. Physical access to servers containing Covered Data must ensure physical access is monitored, logged and limited to authorized individuals twenty-four hours a day, seven days a week. 3.1.4.2.13.4. Routine back up of Covered Data is required and backed up Covered Data must be stored in a secure off-site location. 3.1.4.2.14 Data Storage: 3.1.4.2.14.1. Storage of Covered Data on a secure server in a secure data center according to relevant security standards, industry best practices and the Department security policies is required. 3.1.4.2.14.2. Covered Data stored on individual workstations or mobile devices must use whole disk encryption. Encryption of backup media is similarly required to be encrypted. 3.1.4.2.14.3. Covered Data is not to be transmitted through e-mail or social networking sites unless encrypted and secured with a digital signature. 13

3.1.4.2.15 The Provider must meet all of the Department and State requirements for individual employee security, information security, and physical security of all non-public data in the possession of the Provider. 3.1.4.2.16 The Provider acknowledges that all Covered Data, other data and the Department content uploaded to the Provider s servers, workstations or mobile devices from the Department, or made accessible to the Provider s servers, workstations or mobile devices or personnel remains the property of the Department. 3.1.4.2.17 Termination provisions related to Data: 3.1.4.2.17.1. Within thirty (30) days after the termination or expiration of this contract for any reason, the Provider shall either: return or physically or electronically destroy, as applicable, all Covered Data provided to the Provider by the Department, including all Covered Data provided to the Provider's employees, sub Providers, agents, or other affiliated persons or entities according to the standards enumerated in D.O.D.5015.2 Electronic Records Management Software Applications Design Criteria Standard; or in the event that returning or destroying the Covered Data is not feasible, provide notification of the conditions that make return or destruction not feasible, in which case, the Provider must continue to protect all Covered Data that it retains and agree to limit further uses and disclosures of such Covered Data to those purposes that make the return or destruction not feasible as the Provider maintains such Covered Data. This includes any and all copies of the data such as backup copies created at any Provider site. 3.2 Minimum Programmatic Specifications 3.2.1 Mandatory Requirements. The vendor s database must meet the requirements of Appendix VI, item 3.l. 3.2.2 The selected Respondent shall perform the tasks outlined in Section 1.6 of the draft Attachment I (Appendix V) in accordance with all terms thereof. 3.3 Composition of the Contract The contract awarded as a result of this RFP will be composed of: 3.3.1 Standard Contract The Department s Standard Contract (Appendix IV) contains general contract terms and conditions required by the Department for all vendors. 3.3.2 Attachment I The Department s draft Attachment I (Appendix V) contains contract terms and conditions governing the performance of the work, the clients to be served, required deliverables and performance standards, and compensation. The Attachment I will be part of the contract resulting from the RFP and its terms and conditions are binding upon all vendors. 3.3.3 Form PUR 1000 The From PUR 1000 (Appendix IX) is incorporated by reference into the Department s Standard Contract. 14

3.3.4 Other Attachments or Exhibits All other attachments and exhibits to the contract referenced in this RFP shall also be part of the resulting contract, if any. 3.4 Order of Precedence In the event of conflict in terms among the foregoing, the following order of precedence will apply. 3.4.1 Attachment I. 3.4.2 All attachments and exhibits to Attachment I. 3.4.3 The Department s Standard Contract. 3.4.4 Form PUR 1000. 3.4.5 The vendor s proposal. The proposal submitted in response to this RFP may be incorporated into or attached to the contract but will not change the provisions of the above documents. 3.5 Vendor Registration in MyFloridaMarketPlace In order to be paid, each vendor doing business with the state must register in the MyFloridaMarketPlace system and pay the required transaction fees, unless exempted under Rule 60A-1.030(3), F.A.C. If the vendor is already registered in MyFloridaMarketPlace prior to submitting a proposal, the vendor may include a signed Certificate of Registration. Vendors who are not subject to registration requirements should include proof of exemption from registration. Failure to include either proof of registration or exemption will not prevent the evaluation of the proposal, however, proof of registration or exemption must be provided prior to execution of a contract, if any. SECTION 4. INSTRUCTIONS FOR RESPONDING TO THE RFP 4.1 How to Submit a Proposal 4.1.1 Mandatory Proposal Deadline All proposals must be received by the Procurement Manager by the deadline, and at the location set forth in Section 2.5, Schedule of Events and Deadlines. Late proposals will not be evaluated. See also Section 2.8.1. 4.1.2 Electronic Proposals Not Acceptable Facsimile or electronic transmissions of proposals will not be accepted. The vendor may choose the appropriate means for delivery, and is responsible for receipt of the proposal by the Procurement Manager at the address listed in Section 1.4 by the date and time indicated in Section 2.5. Late proposals will not be evaluated. 4.1.3 Proposal Amendments Any amendments to the proposal as originally submitted by the vendor, not required by the Department, must comply with the requirements of this section and must be received on or before the due date as specified in Section 2.5. 4.1.4 Number of Copies Required Vendors shall submit one (1) original and two (2) copies of the programmatic Proposal, two (2) originals and two (2) copies of the Cost Proposal. The original 15

copy of both the Programmatic Proposal and the Cost Proposal submitted to the Department must contain an original signature of an official who is authorized to bind the vendor to their proposal. One (1) copy of the electronic versions of the proposal, each containing all three parts of the proposal (programmatic and cost), identical to the hard copies, must also be submitted with the hard copies (see Section 4.3. for formatting instructions). 4.1.5 Proposals to be in Sealed Envelopes The original and each copy of the Programmatic Proposal, the Cost Proposal, and the electronic versions must be individually sealed in separate envelopes. The outside of each envelope must be clearly marked with the title of the proposal, the RFP number, the vendor's name, and identification of enclosed documents (i.e., Programmatic Proposal for Employment and Income Verification Services; Cost Proposal for Employment and Income Verification Services; or Electronic Copy of Proposal for Employment and Income Verification Services;). The original proposal must be clearly marked as such, and the copies identified and numbered (i.e., original, copy #1 of 3, etc). All individually sealed envelopes must be placed in an appropriate sealed mailing container. Clearly mark the exterior of the mailing container Proposal to DCF Competitive Solicitation Number [RFP 11F13GC1]; for Employment and Income Verification Services. 4.2 Content of the Proposal 4.2.1 Title Page The first page of the proposal shall be a Title Page that contains the following information: 4.2.1.1 Department to which proposal is submitted; 4.2.1.2 Title of proposal; 4.2.1.3 RFP number; 4.2.1.4 Identification of enclosed documents; 4.2.1.5 Prospective vendor s name and federal tax identification number; 4.2.1.6 Name, title, telephone number and physical and email address of person who can respond to inquiries regarding the proposal; and 4.2.1.7 Name of program coordinator (if known). 4.2.2 Vendor s Cross Reference Table Vendor proposals must include a cross-reference between the proposal and the RFP requirements in Section 3. Separate cross-reference tables must be developed for the Programmatic and Cost Proposals. The Programmatic crossreference table must be directly behind the title page in the Programmatic Proposal. The Cost Proposal cross-reference table must be directly behind the title page in the Cost Proposal. Both cross-reference tables must be formatted as follows: 16

SAMPLE RFP / PROPOSAL CROSS REFERENCE TABLE RFP PROPOSAL Page(s) Sect/Part Subject Subject Page(s) Sect/ Part Title Page Required Vendor s Statements and Certifications Mandatory Requirements Response to Understanding the Statement of Purpose Description of the Vendor s Organizational Qualifications Title Page Required Vendor s Statements and Certifications Mandatory Requirements Response to Understanding the Statement of Purpose Description of the Vendor s Organizational Qualifications 4.2.3 Programmatic Proposal TAB 1: Required Vendor s Statements and Certifications Mandatory Requirements The proposal must include all of the mandatory requirements, described below, and must be received by the date and time and at the address specified in Section 2.5. A proposal that fails to meet the Mandatory Requirements will be deemed nonresponsive and will not be evaluated. 4.2.3.1 Certificate of Signature Authority (Appendix II) The proposal must include a signed certificate, completing either Section A (or providing a corporate resolution or other duly executed certification issued in the Vendor s normal course of business) or Section B, demonstrating that the person signing the proposal and its statements and certifications is authorized to make such representations and to bind the Vendor. 4.2.3.2 Acceptance of Contract Terms and Conditions The proposal must include a Mandatory Certifications - Master Certification (Appendix III) signed by the person named in the Certificate of Signature Authority as the Authorized Representative of the Vendor and the true box must be checked next to each of the Certifications (a) through (l). 4.2.3.3 Evidence of Ability to Provide Payment and Performance Bond Not Required Evidence of the vendor s ability to provide a payment and performance bond is not required to accompany the proposal. 4.2.4 Programmatic Proposal TAB 1 (continued): Tie Breaking Certifications The proposal may include the Master Certification - Tie Breaking Certifications (also in Appendix III). The vendor may check the true box for any or all Tie Breaking Certifications identified in Appendix III l. through o. for which a vendor 17

qualifies. Completion of the Tie Breaking Certifications is optional for qualifying vendors, however, a vendor waives all rights to consideration of a tie breaker if it fails to timely submit the certification for a tie breaker. 4.2.5 Programmatic Proposal TAB 2: Understanding the Statement of Purpose 4.2.5.1 Describe in detail vendor s understanding of the Department s need for employment and income verification services 4.2.5.2 Describe prior experience with providing same or similar services to the Department or other state agencies 4.2.5.3 Demonstrate record of integrity, competence, and satisfactory service delivery through objective evidence, e.g., performance evaluations, monitoring reports, professional journal articles, etc. 4.2.6 Programmatic Proposal TAB 3: Description of the Vendor s Organizational Qualifications 4.2.6.1 Identify all state of Florida agencies with which the vendor has current contracts or has had contracts in the past five years. 4.2.6.2 Describe compliance with Section 3.2.1 relating to the size and nature of the database that will be used to provide employment and income verification services. 4.2.6.3 Provide a representative list of the Fortune 500 companies that are included in the database proposed for this service from each of the following industry sectors: Retail Trade (NAICS 44-45) Accommodation and Food Services (NAICS 72) Health Care and Social Assistance (NAICS 62). 4.2.6.4 Demonstrate full and complete corporate or organizational commitment to meeting the Department s requirements and service needs. 4.2.7 Programmatic Proposal TAB 4: Description of Vendor s Technical Capability 4.2.7.1 Describe the information technology equipment, staff, and qualifications to provide the proposed services. 4.2.7.2 Describe the physical and logical security requirements for delivering the proposed services. 4.2.7.3 Describe the proposed method(s) for meeting the requirements for records and documentation standards required by law, rule, or prescribed best practices. 4.2.8 Programmatic Proposal TAB 5: Description of Project Staffing 4.2.8.1 Describe proposed staffing plans, including organization chart, staff roles and responsibilities, and associated supervision. 4.2.8.2 Provide resumes and references for key staff. 18

4.2.8.2.1 Include proposed project manager, contract manager, and other managers and directors assigned to the project. 4.2.8.2.2 Must demonstrate experience providing the same or comparable services in similar government environments. 4.2.9 Programmatic Proposal TAB 6: Description of Project Management 4.2.9.1 Describe overall approach to planning, organizing, and managing the resources, tasks, and milestones needed for project completion. 4.2.9.2 Describe any quality control processes in use that enable quick identification of service delivery deficiencies, systematic assessment of root causes, development of solutions; and continued feedback and follow-up actions. 4.2.10 Programmatic Proposal TAB 7: Description of Vendor's Approach and Solution 4.2.10.1 Provide detailed description of the proposed approach for providing the following services: 4.2.10.1.1 Employment verification services 4.2.10.1.2 Income verification services 4.2.10.2 Describe how this approach will meet the service needs described in the proposed Statement of Work. 4.2.11 Programmatic Proposal TAB 8: Cost Proposal 4.2.11.1 Fixed fee or per transaction cost for employment verification services 4.2.11.2 Fixed fee or per transaction cost for income verification services 4.2.11.3 Describe any transaction ceilings or limitations 4.3 Proposal Format 4.3.1 Proposals to be Thorough Vendors must provide thorough and specific proposals in the Programmatic Proposal for how they propose to address each of the programmatic requirements as specified in Section 4.2.3 through 4.2.10 of this solicitation, and must include all the documentation required in Section 4.2.11 in a separate tab. Vendors are advised to consider the evaluation criteria set forth in Appendix VII. Vendor proposals must follow the format described below. 4.3.2 Proposal Clarity Essential Vendors are advised that the Department s ability to conduct a thorough review of proposals is dependent on the vendor s ability and willingness to submit proposals which are well ordered, detailed, comprehensive, and readable. Clarity of language and adequate, accessible documentation is essential, and is the responsibility of the vendor. 4.3.3 Proposals to be Concise The proposal should be prepared concisely and economically, providing a straightforward description of services to be provided and clearly describing the vendor s capability to satisfy the requirements of this solicitation. Emphasis 19

should be on completeness and clarity of content. Unless the context clearly indicates otherwise, the terms shall, will and must used within the RFP identify items that are required to be submitted as part of the proposal A failure to comply with the submission of a required item may result in the proposal being rejected at the Department s discretion. 4.3.4 Hard-copy Proposal Format Proposals must be typed, single-spaced, on 8-1/2 x 11 paper. Pages must be numbered in a logical, consistent fashion. Figures, charts and tables should be numbered and referenced by number in the text. The proposal must be bound in 3-ring binders, labeled and submitted in Tabbed Sections in the order listed in Sections 4.2.3 through 4.2.11 for the programmatic section of the proposal. 4.3.5 Electronic Copy Format The required electronic format of the proposal must be on non-rewritable CD- ROM. The software used to produce the electronic files must be Adobe portable document format ( pdf ), version 6.0 or higher. Proposals must be able to be opened and viewed by the Department utilizing Adobe Acrobat, version 9.0. The electronic copies must be identical to the original proposal submitted, including the format, sequence and section headings identified in this solicitation. The electronic media must be clearly labeled in the same manner as the hard copies and submitted with the corresponding hard copies. The hard copy marked original shall take precedence over the electronic version(s) of the proposal and all non- original hard copy versions of the proposal in the event of any discrepancy. If a discrepancy is found between the hard copy proposal marked original and any of the electronic versions submitted on CD-ROM, the Department reserves the right, at its sole discretion, to reject the entire proposal. 4.3.6 Separately Bound Material No separately bound supporting materials will be accepted. The Department s evaluators will not be responsible for searching for relevant reference material. 4.4 Public Records and Trade Secrets 4.4.1 Proposals and Other Submissions Are Property of the State These provisions apply in lieu of Section 18 of PUR 1001. All materials submitted in proposal to this RFP become the property of the State of Florida and will be a public record subject to the provisions of Chapter 119, F.S. The State of Florida shall have the right to use such ideas or adaptations of those ideas contained in any proposal without cost or charge. Selection or rejection of a proposal will not affect this right. 4.4.2 Proposals and Other Submissions Are Subject to Public Inspection Unless exempted by law, all public records are subject to public inspection and copying under Florida s Public Records Law, Chapter 119, F.S. A time-limited exemption from public inspection is provided for the contents of a proposal and other submittals pursuant to section 119.071(1)(b), F.S. Once that exemption expires, all contents of a proposal and other submittals become subject to public inspection unless another exemption applies. Any claim of trade secret exemption for any information contained in a Respondent s proposal or other submittal to this solicitation will be waived upon opening of the proposal or 20

submittal by the Department, unless the claimed trade secret information is submitted in accordance with this Section. This waiver includes any information included in the Respondent s proposal or other submittal outside of the separately bound document described below. 4.4.3 How to Claim Trade Secret Protection If the Respondent considers any portion of the documents, data or records submitted in its proposal to be trade secret and exempt from public inspection or disclosure pursuant to Florida s Public Records Law, the Respondent must submit all such information in a separately bound document (or in the case of electronic media, a separate CD, with the words "Trade Secret" included in the file name) clearly labeled "Attachment to Proposal, RFP No. 11F13GC1 Trade Secret Material". Appropriate cross-references should be included in nonexempt materials. The first page of the electronic file or hard copy document must explain why the information in the electronic file or hard copy document is a trade secret. This submission must be made no later than the proposal submittal deadline. Where such information is part of material already required to be submitted as a separately bound or enclosed portion of the proposal, it shall be further segregated and separately bound or enclosed and clearly labeled as set forth above in addition to any other labeling required of the material. If the Vendor considers any portion of a submission made after its proposal to be trade secret the Vendor must clearly label the submission as containing trade secret information (or in the case of electronic media, include "Trade Secret" in the relevant file names). 4.4.4 Vendor s Duty to Respond to Public Records Requests In response to any notice by the Department that a public records request received by the Department encompasses any portion of the separately bound part of the vendor s proposal or other submissions labeled as trade secret, the Vendor shall expeditiously provide the Department with a redacted version of the document(s) and identify in writing the specific statutes and facts that authorize exemption of the information from the Public Records Law. If different exemptions are claimed to be applicable to different portions of the redacted information, the Respondent shall provide information correlating the nature of the claims to the particular redacted information. The redacted copy must only exclude or obliterate only those exact portions that are claimed confidential or trade secret. If the Respondent fails to promptly submit a redacted copy and justification in response to the notice of a public records request, the Department is authorized to produce the records sought without any redaction. 4.4.5 Department Not Obligated to Defend Vendor Claims The Department is not obligated to agree with the Respondent s claim of exemption and, by submitted a proposal or other submission, the Respondent agrees to be responsible for defending its claim that each and every portion of the redactions is exempt from inspection and copying under Florida s Public Records Law. Further, the Respondent agrees that it shall protect, defend, and indemnify, including attorneys fees and costs, the Department for any and all claims and litigation (including litigation initiated by the Department) arising from or relating to Respondent s claim that the redacted portions of its proposal are confidential, proprietary, trade secret, or otherwise not subject to disclosure or the scope of the provider s redaction. 21

SECTION 5. THE SELECTION METHODOLOGY The Department intends to award the contract to the responsible and responsive vendor or vendors whose proposal is determined by the Secretary or his designee to be the most advantageous to the state. The Department will award the contract based on a final selection by the Secretary or his designee, who will consider the relative importance of price and other evaluation criteria set forth in this solicitation. The Secretary or designee may also make a determination as to whether to deem one or more vendors ineligible for award. The Department will electronically post the Secretary s or designee s final decision and intent to award in accordance with s. 120.57(3)(a), F.S. and Rule 60A-1.021, F.A.C. Nothing herein limits the ability of the Secretary or his or her designee to confer with any Department personnel in the course of the process. 5.1 Application of Mandatory Requirements A vendor must comply with all Mandatory Requirements in order to be considered for selection under this RFP. The Mandatory Requirements for this RFP are set forth in Appendix VI. 5.1.1 The Procurement Manager will examine each proposal to determine whether the proposal meets the Mandatory Requirements specified in Appendix VI. A proposal that fails to meet the Mandatory Requirements will be deemed nonresponsive and will not be evaluated. 5.1.2 Meeting the Mandatory Requirements is a minimum threshold and shall not impact any ranking in the evaluation process. 5.1.3 An initial determination that a proposal meets the Mandatory Requirements does not preclude a subsequent determination of non-responsiveness 5.2 Evaluation Methodology All proposals that meet the Mandatory Requirements and are determined to be otherwise responsive will be evaluated using the following process: 5.2.1 Scoring by Evaluators The Department s evaluators will evaluate each proposal in accordance with the criteria and methodology provided in the Rating Sheets (Appendix VII). 5.2.2 Ranking by Procurement Manager The Procurement Manager will develop a ranking based on the methodology provided in Appendix VII. This ranking will serve as the recommended ranking of the Department s evaluators. 5.2.3 Recommendation of the Procurement Manager After developing the recommended ranking per Section 5.2.2, the Procurement Manager will provide to the Secretary or his designee a report on proposals deemed nonresponsive and, as to those deemed responsive, the recommended ranking of the evaluators, along with a recommendation for final action. 22