REQUEST FOR PROPOSALS

Similar documents
ANNE ARUNDEL COUNTY MENTAL HEALTH AGENCY, INC. REQUEST FOR PROPOSALS FOR TRANSITION AGE YOUTH PROGRAM

REQUEST FOR PROPOSALS

Anne Arundel County Mental Health Agency, Inc

MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

Midway City Council 11 July 2018 Regular Meeting. Financial Advisory Services / Award Contract

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

Provider Application Packet Respite Care Providers 1915(i) Intensive Behavioral Health Services for Children, Youth, and Families

SUPERIOR COURT OF CALIFORNIA, SANTA BARBARA COUNTY REGARDING:

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSAL

City of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm

Clinical Dental Education Innovations Grants

Request for Proposal. Housing Opportunity Program Development Services

Programmer. Request for Contracted Services

The University of Texas System Request for Proposal to. Launch an Entrepreneurship Mentor Network Pilot Program RFP# OTC

All proposals must be received by August 30, 2016 at 2:00 PM EST

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR INFORMATION STAFF AUGMENTATION/IT CONSULTING RFI NO.: DOEA 14/15-001

County of Santa Clara, California Social Services Agency Request for Proposals For Supportive and Therapeutic Options Program (STOP)

INDEPENDENT AUDIT OF FINANCIAL STATEMENTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

RE: Request for Proposal Number GCHP081517

Request for Proposals (RFP) to Provide Auditing Services

ANNE ARUNDEL COUNTY DEPARTMENT OF HEALTH BUREAU OF DISEASE PREVENTION AND MANAGEMENT STI PROVIDER CONTRACT REQUEST FOR APPLICATIONS (RFA)

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

PIONEER CENTER NORTH PIONEER CENTER EAST Substance Use Disorder (SUD) Residential Adult Long Term Care Statement of Work

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

RFI APD 14-00_ FLORIDA AGENCY FOR PERSONS WITH DISABILITIES REQUEST FOR INFORMATION

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

TOWN AUDITING SERVICES

Request for Proposal Crisis Intervention Services

Included in this packet are: 1915(i) Program Applicants. Maryland Department of Health

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR SERVICE QUALIFICATIONS (RSQ) FOR AUDIT & TAX SERVICES

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

I. General Instructions

RFI /17. State of Florida Agency for Persons with Disabilities Request for Information

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL (RFP)

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

RFI /14 STATE OF FLORIDA AGENCY FOR HEALTH CARE ADMINISTRATION REQUEST FOR INFORMATION

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

Application Cover Sheet for FY2019 Recreation and Parks Community Support Grant July 1, 2018 to June 30, 2019

Request for Proposals. For RFP # 2011-OOC-KDA-00

REQUEST FOR PROPOSAL FOR Network Penetration and Vulnerability Testing

Request for Proposal PROFESSIONAL AUDIT SERVICES

CONTRA COSTA MENTAL HEALTH

Kitsap County Mental Health, Chemical Dependency & Therapeutic Court Program Request for Proposal. June 14, 2018

State Universities Retirement System

SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA)

OWENS VALLEY CAREER DEVELOPMENT CENTER

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY STRATEGIC PLAN SERVICES

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

Request for Proposals

Londonderry Finance Department

REQUEST FOR INFORMATION FOR REHABILITATION ENGINEERING SERVICES RFI

Announcement of Request for Proposals: CPP Adult Day & Individualized Services. Fiscal Year

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 49 EFFECTIVE DATE: JULY 1, 2018 REVISION #4: JULY 1, 2018

Skagit County 0.1% Behavioral Health Sales Tax Permanent Supportive Housing Program - Services Request for Proposals (RFP)

Request for Proposals. Be A Buddy: A Community-Based Climate Health Resiliency Pilot Project. Issue Date: December 20, 2017

Request for Proposals: Supporting Male Survivors of Violence (SMSV) Baltimore

REQUEST FOR STATEMENT OF QUALIFICATIONS (RSQ) Summer Youth Employment and Learning Program Sustainability September 15, 2017

Request for Proposals (RFP) for: Food Waste Curbside Collection Pilot Program. City of South Portland, ME

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR PROPOSALS (RFP) FOR MONITORING SERVICES

Small Business Reserve Procurement for the UMBC Pest Management Service Contract RFP #BC K. Pre-Proposal Meeting April 27, 2017

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Request for Proposal. Independent Living

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH16-069

REQUEST FOR PROPOSAL (RFP) PROFESSIONAL AUDITING SERVICES

Department of Health and Mental Hygiene. Eastern Shore Hospital Center and Upper Shore Community Mental Health Center

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Trinity Valley Community College. Grants Accounting Policy and Procedures 2012

Legal Aid Workshop Trainer

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSAL After Hours Answering Services

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

RFP FOR PROFESSIONAL SERVICES

APPENDIX A. I. Background & General Guidance. A. Public-private partnerships create opportunities for both the public and private sectors

TABLE OF CONTENTS. Request for Proposals (RBFF-18-C-387) STRATEGIC PLANNING FACILITATOR I. Request for Proposals. II.

Transcription:

ANNE ARUNDEL COUNTY MENTAL HEALTH AGENCY, INC. 1 TRUMAN PARKWAY, SUITE 101 ANNAPOLIS, MARYLAND 21401 REQUEST FOR PROPOSALS FOR Residential Crisis Services (Residential Crisis Beds) RFP-SHC 2015 1

TABLE OF CONTENTS Page I. Background 3 II. Summary of Project 3 III. Provider Eligibility 3 IV. Offeror Qualifications 4 V. Scope of Work 5 VI. Mechanisms to Integrate with Existing System 5 VII. Procurement Process 6 VIII. Pre-Bid Conference 6 IX. Closing Date 6 X. Duration of Offer 6 XI. Proposal Submission 7 XII. Proposal Format & Content 8 XIII. Proposal Evaluation Criteria 11 XIV. Contract Requirements 12 RFP-SHC 2015 2

I. BACKGROUND Springfield Hospital Center (SHC) provides inpatient psychiatric services for Montgomery, Howard, Prince George s, Anne Arundel and Carroll Counties with an inpatient capacity of 230 beds. The Anne Arundel County Mental Health Agency (AACMHA) desires to identify vendors interested in developing and operating 16 Residential Crisis Beds in collaboration with SHC as a means of transitioning SHC patients into community settings. II. SUMMARY OF PROJECT The selected Provider would develop and operate 16 Residential Crisis Beds in one or more buildings. The following are important components of the project: A. All buildings to be located off the grounds of SHC but in Carroll County or any of its adjacent counties which are Baltimore, Frederick and Howard. It is SHC s preference that the beds be located within a 45 minute drive of SHC. It is possible that the Provider may utilize buildings on the SHC grounds temporarily, up to the first 12 months after award. This will allow the program to have a quick start up, if the building(s) for the services are not ready for occupancy. However, a timeline for occupancy must be submitted, if this option is used. B. Average length of stay for residents would be 90 days, and the Administrative Services Organization (ASO) will be informed of this standard. It will be the Provider s responsibility to solicit and secure community placements for individuals served. C. All referrals will come from SHC, or another state hospital, if SHC so designates because there are no ready referrals. D. The Provider will not be required to accept individuals who are listed on the Maryland Sex Offender Registry. E. The Provider will be required to serve individuals regardless of their U.S. citizenship status. F. All referrals will be approved for eligibility in the Maryland Public Behavioral Health System (PBHS) and specifically for Residential Crisis Services (RCS) fee-for-service reimbursement. G. The Provider will be paid through a combination of fee-for-service reimbursement for covered services, such as RCS, and grant funds which can go toward costs not covered by Medical Assistance or the PBHS uninsured fee-for-service funds. III. PROVIDER ELIGIBILITY Providers must meet the following eligibility criteria: RFP-SHC 2015 3

A. At time of RFP response, the Provider must be an approved provider in the Maryland PBHS for any covered service, and it must demonstrate that it can become approved specifically as an RCS provider in 90 days from date of award. B. The Provider must demonstrate capacity and experience in billing through PBHS and in collaborating with state hospitals in transitioning patients to community settings (this does not have to have been as an RCS, Psychiatric Rehabilitation Program (PRP), or Residential Rehabilitation Program (RRP) provider). C. Providers will need to demonstrate capacity and experience in program development and operations, including designing innovative systems of care that bridge hospital and community services, renting or purchasing residential properties that support clinical and rehabilitation goals, hiring and training a significant number of qualified staff in a relatively short period of time, and developing positive community relations to promote integration of individuals served. D. The Provider will need to demonstrate capacity and experience in financial aspects of program operations. Specifically, the Provider must submit a proposed budget for the remainder of Fiscal Year (FY) 2015 and the annual budget for FY 2016. These budgets must identify costs and revenue, including the fee-for-services reimbursement and the fixed grant amounts. The budget must identify all costs reimbursed by the grant funds and why these costs are not covered by PBHS fee-for-service reimbursement (Medicaid or uninsured). E. Two separate bid envelopes must be submitted: one with the technical/narrative proposal, and the other with the proposed budget. IV. OFFEROR QUALIFICATIONS To be awarded this contract, all of the following criteria must be met: Be licensed by the Office of Health Care Quality (OHCQ) by June 1, 2015. Be approved by the Maryland Medicaid System as a Residential Crisis Beds Provider within 90 days from the date of award. Provide a narrative demonstrating at least three (3) years experience operating a residential crisis beds facility that provides mental health services to populations with serious mental illness and/or substance use disorders. Have a valid Medicaid Provider billing number by June 1, 2015. Provide a copy of audited financial statements for the last two years, or demonstrate that the organization is sound and its business practices are consistent with general accounting principles. Have the ability to staff according to the standard of the grant, which consists of the following: 26 FTE Direct Service RCS Counselors 2 FTE Site Supervisors 2 FTE In-Reach Coordinators 1 FTE Program Manager RFP-SHC 2015 4

Show evidence of the ability to bill the PBHS by providing an MA billing number. Provide proof of good standing status with the Maryland State Department of Assessments and Taxation. Demonstrate capacity and experience in billing through PBHS and in collaborating with state hospitals in transitioning patients to community settings (this does not have to have been as an RCS, PRP, or RRP provider). Meet all the requirements for Community Mental Health Programs - Residential Crisis Services as outlined under COMAR 10.21.26.01 12. V. SCOPE OF WORK A. Overview The selected Provider would develop and operate 16 Residential Crisis beds in one or more buildings. The Provider will operate the Program in compliance with all applicable COMAR regulations, including but not limited to COMAR 10.21.26. Dedicated Provider staff will become full and active members of designated SHC treatment teams. Provider staff will meet with patients at SHC identified as candidates to step down to the RCS beds and collaborate with the treatment teams on identifying suitable patients for this transition. Provider staff will meet on a regular rotating basis with treatment teams throughout the hospital. Each hospital treatment team shall be attended within the context of a treatment team meeting, an IPOC meeting, regarding a specified patient, or a Length of Stay Meeting, at least twice per month by a provider staff person. Treatment team members shall be continually available to meet or discuss on the phone a provider's concerns or issues regarding a specific patient. B. Reporting Requirements The Provider will develop and submit quarterly reports by the 15 th of the month following the end of the quarter. These reports will present and analyze the following data: admissions and discharges from SHC and from the Program, average lengths of stay in the Program, barriers to successful transitions from the Program into appropriate community settings, and the number of Program residents returning to a state hospital. C. Staffing Requirements The staffing pattern must be sufficient to meet the COMAR regulations concerning requirements for treatment in a residential crisis bed. Because of the unique nature of this Program and the intensive needs of the residents, the Provider will need to hire additional staff than that required by COMAR 10.21.26. Grant funds will be available to cover these additional staff positions. VI. MECHANISMS TO INTEGRATE WITH EXISTING SYSTEM The selected vendor will be required to sign a Memorandum of Understanding (MOU) with the Anne Arundel County Mental Health Agency. In this MOU, at a minimum, the parties will specifically address collaboration, sharing of information in conformance with applicable laws and regulations and grievances and complaints. RFP-SHC 2015 5

VII. PROCUREMENT PROCESS (Attachment 2) Issuing Agency: Adrienne Mickler Executive Director Anne Arundel County Mental Health Agency, Inc. 1 Harry S Truman Parkway, Suite 101 Annapolis, Maryland 21401 410 222-7858 VIII. PRE-BID CONFERENCE A pre-bid conference will be held on Monday, April 6, 2015. The purpose of the conference is to address questions concerning the expectations of the project. All interested parties should register with the AACMHA no later than the close of business on Friday, March 27, 2015. IX. CLOSING DATE The deadline for submission of proposals is 11:59 pm Eastern Daylight Saving Time on Monday, May 4, 2015, at AACMHA. Please submit six (6) copies each of both the Offeror s Qualifications, Technical Proposals and Budget Analysis. X. DURATION OF OFFER The Offeror agrees to be bound by its Technical/Narrative Proposal and Proposed Budget. AACMHA may request clarification or corrections for the purpose of evaluation. Amendments or clarifications requested by AACMHA shall not affect the remainder of the proposals, but only that portion so amended or clarified. A. Timetable If it is deemed appropriate, Offerors submitting proposals in response to this RFP may be required to make oral presentations or negotiations of their proposals. AACMHA will schedule the time and place for such discussions, if any. It is expected that this will take place approximately two weeks after the proposal deadline, depending on the number of proposals received. It is planned that the selection of the contractor will be announced on Wednesday, May 27, 2015 and a contract will be executed and the program will begin June 1, 2015. The announcement will also be available to Offerors on the AACMHA website at www.aamentalhealth.org. B. Cost of Proposal Preparation Any costs incurred by Offerors in preparing or submitting proposals are the sole responsibility of RFP-SHC 2015 6

the Offerors. AACMHA will not reimburse any Offeror for any costs incurred in making a proposal or subsequent pre-contract discussions, presentations, or negotiations. C. Selection and Ad Hoc Committee A committee will be formed to review the proposals, score them, and recommend a selection to the AACHMA Board of Directors Contract Committee. After acceptance of their recommendation by the AACHMA Board of Directors, AACHMHA will make the contract award. XI. PROPOSAL SUBMISSION A. Form of Proposal Proposals must be submitted by each Offeror in separate sealed packages, grouped and marked as follows: 1. Residential Crisis Services (Crisis Beds) RFP Response Qualification Proposal Offeror s name and date of proposal 2. Residential Crisis Services (Crisis Beds) RFP Response Technical Proposal Offeror s name and date of proposal 3. Residential Crisis Services (Crisis Beds) RFP Response Proposed Budget Offeror s name and date of proposal B. Freedom of Information Offerors should give specific attention to the identification of those portions of their proposals that they deem to be confidential proprietary information or trade secrets and provide any justification why such material, upon request, should not be discussed by AACMHA under the Maryland Public Information Act, State Government Article, Sections 10-611 et seq. annotated Code of Maryland. Offerors are advised that the mere assertion of confidentiality is not sufficient to make matters confidential under the act. Information is confidential only if it is customarily so regarded in the trade and/or the withholding of the data would serve an objectively recognized private interest sufficiently compelling as to override the general disclosure policy of the act. In determining whether information designated as such is proprietary, AACMHA will follow the direction provided by the AACMHA attorney when responding to requests for information RFP-SHC 2015 7

contained in proposals. It may be necessary that the entire contents of the proposal of the selected Offeror be made available and reproduced for the purpose of examination and discussion by a broad range of interested parties. XII. PROPOSAL FORMAT and CONTENT A. Overview The proposal should address all points outlined in this RFP, and should be clear and precise in response to the information and requirements described. A transmittal letter should accompany the proposal. The sole purpose of this letter is to transmit the proposal. It should be brief and signed by an individual who is authorized to commit the Offeror to the services and requirements as stated in this RFP. B. Qualification Format Each Offeror s submission must bear the Offeror s name, the closing date for proposals and Residential Crisis Services (Crisis Beds) Offeror Qualifications on the outside of the package. Inside this package (an original and five copies) shall be the Offeror's Qualification submission. C. Qualification Content Response to each qualification required. D. Technical Proposal Format Each Offeror s submission must bear the Offeror s name, the closing date for proposals and Residential Crisis Services (Crisis Beds) Technical Proposal on the outside of the package. Inside this package (an original and five copies) shall be the Offeror's Technical Proposal. E. Technical Proposal Content a. Executive Summary -The Offeror shall condense and highlight the contents of the technical Proposal in a separate section entitled "Executive Summary. The summary shall provide a description of the objectives of the RFP, the scope of work, the contents of the proposal, and any related issues which should be addressed. b. Proposed Services - Work Plan The Offeror shall provide a detailed discussion of the Offeror's approach, methods, techniques, tasks, work plan for addressing the requirements outlined in the scope of RFP-SHC 2015 8

work, and any additional requirements that might be identified by the Offeror. The Offeror shall fully explain how the proposed services will satisfy the requirements of this RFP. It shall also indicate all significant tasks, aspects, or issues that will be examined to fulfill the scope of work, as well as include a time-phased schedule by tasks for meeting the proposed objective, a breakdown of proposed staff assignments, and time requirements by task. An Offeror that can demonstrate an ability to work closely with AACMHA as a partner will be given preference. Additionally, preference may be given to Minority Business and/or Not-For-Profit Entities. The Offeror shall demonstrate a full understanding of the purpose, expectations and complexities of the project and how the objective may best be accomplished. The total scope of effort and resources proposed by the Offeror should be convincing and consistent with the view and nature of the engagement. c. Project Organization and Management The Offeror shall demonstrate the capability to successfully manage and complete the contract, including an outline of the overall management concepts and methodologies to be employed by the Offeror, and a project management plan including project control mechanisms, and describe the quality control procedures of the Offeror. Key management individuals responsible for coordinating with the AACMHA should be identified. The Offeror must meet periodically with AACMHA staff and render periodic progress reports for the purpose of administering the contract. The Offeror shall also participate in the client tracking process approved by the Behavioral Health Administration (BHA), collecting and submitting relevant data as required by BHA. The Offeror also shall address the transition and employment of existing agencybased case managers. d.experience and Qualification of Offeror References and descriptions of previous similar engagements should be provided (All references should include a contact person familiar with the Offeror's work and the appropriate telephone number, with authorization for AACHMA to contact any reference provided.). e. Personnel Capability The Offeror shall clearly identify the proposed project team, the assignment of work activities, and the experience, qualifications, and education of the staff to be assigned. It is essential that the Offeror assign and provide sufficient qualified staff assigned in an appropriate mix who have experience in aspects related to the objectives and scope of the proposal. The Offeror should explain to what extent backup professional personnel are available to substitute for loss of professional personnel identified as RFP-SHC 2015 9

necessary in the proposal. F. Budget Proposal Format The Offerors must address their financial ability to provide the scope of services requested at the quality desired, and address the legal liability issues associated with the provision of the proposed services. Applicants having current contracts with BHA or Core Service Agencies must have demonstrated success by meeting deliverables in current contracts. Each Offeror s submission must bear the Offeror s name, the closing date for proposals and Residential Crisis Services (Crisis Beds) Budget Proposal on the outside of the package. Inside this package (an original and five copies) shall be the Offeror's budget proposal. The budget proposal should be submitted on a DHMH 432, which can be downloaded at www.aamentalhealth.org, click rfp/rfi. Budget Analysis Content a. Overall Budget An overall budget shall be submitted on the appropriate forms. All sources of revenues anticipated should be detailed in the submitted budget. The DHMH 432 packet is available at AACMHA, and/or can be downloaded at www.aamentalhealth.org, by selecting rfp/rfi. b. Personnel Detail Page A personnel detail page (DHMH 432D), including the qualifications and titles of staff, the hours/days of employment anticipated, the salary per hour/day, and any agency adjustments should be detailed. All consultant costs should be detailed including type of consultant (if known) and an hourly rate for each consultant hired. c. Start-up Costs Although there is no funding for start-up costs, start-up costs are anticipated and they should be submitted as a separate budget and supported with supplemental schedules of start-up costs. All equipment and start-up staff and training costs should be detailed on a separate DHMH 432 packet. d. Collections Use of, and ability to bill and collect Medicare, Medicaid, and third party payments should be documented. e. All line items must reconcile with the information provided in the technical submission. AACMHA reserves the right to terminate the contract at any time if inconsistencies are discovered. RFP-SHC 2015 10

XIII. PROPOSAL EVALUATION CRITERIA A. Overview An Ad Hoc Committee shall first review Offeror Qualification package to determine that the Offeror meets qualification criteria. Proposals from qualified Offerors will then be studied in depth and evaluated. Qualification requirements will receive 20% in relative weight, technical proposals will receive 70% relative weight, and budget analysis will carry 10% relative weight. The proposals and scores, along with the Ad Hoc Committee recommendations, will be forwarded to a Selection Committee for review and final determination. B. Evaluation Method i. Acceptable Offers (Attachment 1) Each member of the Ad Hoc Committee will complete a preliminary technical evaluation. All Offerors who receive a rating of 80% or more of total points possible on the technical proposal evaluation will be considered to have an acceptable offer and will receive consideration of their budget analysis. The following is the weighted scale for each component: 1. Qualifications of Offeror 20% 2. Technical Proposal 70% a. Philosophy and Approach to Service Delivery b. Implementation and Operations 3. Response to budget 10% ii. Unacceptable Offers Those proposals with a technical rating of less than 80% of the total possible points will be considered unacceptable and will not be considered further. iii. Qualification Scores Relative value will be established by meeting all of the required Offeror qualifications. iv. Technical Scores Relative values will be established by the following computation for the technical scores of each of the proposals being considered: RFP-SHC 2015 11

Average Number of Technical Rating Points - Individual Proposal ----------------------------------------------------------------- = X (Technical Score) Average Number of Technical Rating Points - Highest Rated Proposal C. Budget Analysis Score Funding will be through the Public Mental Health System (PMHS) Fee for Service (FFS) billings and grant award. The selected provider will comply with all applicable COMAR regulations. Up to ten points will be added to the total score, if the following criteria are met: a. Program Budget/Technical Proposal Personnel Reconciliation Staff positions in programmatic budget must be outlined and reconciled with technical proposal, citing corresponding page numbers in the technical proposal. b. Salary should be calculated and displayed as both hourly and annual rates with percentage attributed to this project included. c. Specific licenses should be listed for personnel that match the technical proposal, citing corresponding page numbers in the technical proposal, e.g. LCSW, LCSW-C, LCPC. d. Revenue must be broken out by CPT code: Example: 90801 $ 40,000 90802 60,000 90791 20,000 T1016 250,000 In-kind 50,000 Total Budget $420,000 XIV. CONTRACT REQUIREMENTS The selected Offeror will be required to enter into a contractual agreement with AACMHA. A sample contract packet is available at AACMHA for your information. The contents of this RFP and the proposal of the successful Offeror will be incorporated by reference into the resulting agreement. The AACMHA shall enter into a contract only with the selected Offeror and the selected Offeror will be required to comply with, and provide assurance of, certification as to certain contract requirements and provisions. RFP-SHC 2015 12

RESIDENTIAL CRISIS SERVICES (CRISIS BEDS) PROGRAM RATING SHEET Attachment 1 Transmittal Letter should include: 1. Letter signed by authorized official. 2. Letter on Offeror s stationary. I. QUALIFICATIONS OF OFFEROR AND PROPOSED STAFF (20%) A. DOCUMENTATION OF CORPORATE STRUCTURE 1. Current legal status (e.g. Articles of Incorporation). 2. Board resolution approving submission of proposal. B. FINANCIAL CAPABILITY TO PERFORM 1. Description of Offeror s financial capability to carry out work of the RFP. 2. Audited financial statements for the last two years. C. SUMMARY OF RELEVANT EXPERIENCE 1. Specific documentation of experience with other similar projects. D. ORGANIZATION STRUCTURE/CHART 1. Description of organizational structure. 2. Explanation of how project will relate to the whole. 3. Table of Organization/organizational relationships. E. STAFFING 1. Resumes of administrative/supervisory staff. 2. Description of staff assigned. 3. Description of duties and qualifications. 4. Names and resumes for all staff and consultants, if to be reassigned or already committed to the project. 5. Number and credentials of staff indicates high probability of meeting project outcomes. 6. Supervisory/administrative support adequate to meet project outcomes. Preference may be given to Minority Business and/or Not-For-Profit Entities. RFP-SHC 2015 13

II. TECHNICAL PROPOSAL A. PHILOSOPHY AND APPROACH TO SERVICE DELIVERY (20%) 1. Basic values and beliefs about mental health services. 2. Knowledge of population and wraparound approach. 3. Knowledge of Maryland Public Mental Health System. 4. Importance of active participant involvement and recovery. 5. Demonstrated ability to bill and collect for eligible services. 6. Clear priority for most vulnerable populations and entitlements as a means to recovery and self-direction. B. IMPLEMENTATION AND OPERATIONS STRATEGY (50%) 1. Clear and concise timelines. 2. Clear and concise work plan. 3. Ability to cover for staff turnover and leave. 4. Orientation, training and supervision. 5. Process and content of Individualized Service Plans. 6. Record keeping. 7. Report requirements. 8. Problem solving, if encountered. 9. Grievance procedures. 10. Clearly stated outcomes. 11. Listed mission, goals, and objectives. 12. Clearly lists how progress will be measured and recorded. 13. Efforts or method to ensure participant involvement. 14. Confidentiality and record security. 15. Use of technologies to improve quality and efficiency. III. BUDGET ANALYSIS (10%) A. Overall budget B. Personnel Detail Page C. Start-up Costs D. Collections RFP-SHC 2015 14

Attachment #2 RESIDENTIAL CRISIS SERVICES (CRISIS BEDS) Proposal Timeline STEPS TO COMPLETION COMPLETION DATE Advertise/E-mail March 18, 2015 Register for Pre-Bid Conference RSVP Jane Murphy, 410-222-7858, before March 27, 2015 Pre-Bid Conference April 6, 2015 10:00 a.m., The Partnership Conference Room Proposal Submission Deadline May 4, 2015 Delivered to: AACMHA Attn: Residential Crisis Beds RFP 1 Truman Pkwy, Suite 101 Annapolis, MD 21401 Review Committee Packet Pick-up May 5 and 6, 2015 Review Committee, 10:00 a.m., May 12, 2015 Partnership Conference Room Contract Committee, 10:00 a.m., May 15, 2015 Partnership Conference Room AACMHA Board of Directors Approval May 26, 2015 Contract Award Announcement May 27, 2015 Begin Work June 1, 2015 RFP-SHC 2015 15