STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Office of Economic Self-Sufficiency

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

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

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD CARE REGULATION AND BACKGROUND SCREENING

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

Integration of Substance Abuse, Mental Health And Child Welfare Services Pilot. Grant Solicitation # _LJZ63

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Refugee Services Program

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES REFUGEE SERVICES PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Refugee Services Program

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Office of Substance Abuse and Mental Health

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

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

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

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

EXHIBIT A SPECIAL PROVISIONS

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

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

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

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

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

STATE OF MAINE Department of Economic and Community Development Office of Community Development

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

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

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

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

Request for Proposals

PROCUREMENT POLICY & PROCEDURE

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES

1 INTERNAL AUDIT SERVICES RFP

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

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

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

REQUEST FOR APPLICATION

CRIMINAL JUSTICE, MENTAL HEALTH, AND SUBSTANCE ABUSE REINVESTMENT GRANT

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

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

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

TOWN AUDITING SERVICES

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Knights Ferry Elementary School District

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSAL Architectural Services

NOTICE OF REQUEST FOR PROPOSALS

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

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

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

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

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

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

FLORIDA DEPARTMENT OF TRANSPORTATION

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Request for Proposals (RFP) Hurricane Irma. Long Term Recovery Committee Position. Proposals Due 12:00 PM EDT, April 9, 2018

Request for Qualifications. Parking Garage 50, Structural Repair - A/E RFQ-REDM17/ ADDENDUM #1

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

Request for Qualifications. Continuing Contracts Mechanical/Electrical/Plumbing Engineering Services, Central Florida Region RFQ-REDM17/18-001

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

State of Florida Department of Children and Families

Arizona Department of Education

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

REQUEST FOR APPLICATION DEO 19-RFA-001 FLORIDA DEFENSE REINVESTMENT GRANT PROGRAM FISCAL YEAR

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

Request for Qualifications. North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/ ADDENDUM #1

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Auditory Oral Early Education Program APPLICATION GUIDELINES FY

State of Florida Department of Transportation

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

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

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

SCHOOL BOARD ACTION REPORT

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

Amalgamation Study Consultant

1. Project Information 1.1. Project Location: Northwest Corner of Dickman Road and Elsberry RoadApollo Beach, Florida in Hillsborough County

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS RFP # for AMERICAN SIGN LANGUAGE (ASL) ENGLISH INTERPRETATION SERVICES. Issued by:

Dakota County Technical College. Pod 6 AHU Replacement

PPEA Guidelines and Supporting Documents

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

City of Malibu Request for Proposal

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

REQUEST FOR PROPOSALS (RFP) K430 INITIATIVE 502 CONSULTING SERVICES. To request this information in alternative formats call (360)

TITLE PAGE FLORIDA DEPARTMENT OF HEALTH DOH REQUEST FOR PROPOSALS (RFP) FOR Institutional Review Board (IRB) Application Management System

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR APPLICATIONS. School Nurse Intervention Program

Request for Proposal PROFESSIONAL AUDIT SERVICES

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

Social Media Management System

Transcription:

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Office of Economic Self-Sufficiency REQUEST FOR PROPOSAL Implementing Agency for SNAP-Ed, Nutrition Education RFP#: RFP10F16GS2 Release Date: NOVEMBER 9, 2016 COMMODITY CODES: 93131600 FOOD AND NUTRITION POLICY PLANNING AND PROGRAMS DCF RFP: RFP10F16GS2 1 of 53

TABLE OF CONTENTS 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... 5 1.5 Definitions... 5 1.6 Supporting Documentation... 5 1.7 Small, Minority, and Florida Certified Veterans Business Participation... 6 SECTION 2. RFP PROCESS... 7 2.1 General Overview of the Process... 7 2.2 Official Notices and Public Records... 7 2.3 Protests and Disputes... 7 2.4 Limitations on Contacting Department Personnel and Others... 7 2.5 Schedule of Events and Deadlines... 8 2.6 Solicitation Conference... 9 2.7 Written Inquiries... 9 2.8 Notice of Intent to Submit a Proposal... 10 2.9 Receipt of Proposals... 10 2.10 Form PUR 1001 (APPENDIX XVI )... 10 2.11 Department s Reserved Rights... 11 SECTION 3. SPECIFICATIONS... 11 3.1 Mandatory Requirements... 11 3.2 Minimum Programmatic Specifications... 11 3.3 Minimum Financial Specifications... 12 3.4 Vendor Registration in MyFloridaMarketPlace... 12 3.5 Composition of the Contract... 13 3.6 Order of Precedence... 13 SECTION 4. INSTRUCTIONS FOR RESPONDING TO THE RFP... 13 4.1 How to Submit a Proposal... 13 4.2 Content of the Programmatic Proposal... 14 4.3 Content of the Financial Proposal... 23 DCF RFP: RFP10F16GS2 2 of 53

4.4 Public Records and Trade Secrets... 27 SECTION 5. THE SELECTION METHODOLOGY... 28 5.1 Selection Criteria... 29 5.2 Application of Mandatory Requirements... 29 5.3 Evaluation Phase Methodology... 29 5.4 Final Selection and Notice of Intent to Award Contract... 34 APPENDIX I: NOTICE OF INTENT TO SUBMIT A PROPOSAL... 35 APPENDIX II: CERTIFICATE OF SIGNATURE AUTHORITY... 36 APPENDIX III: VENDOR S CERTIFICATIONS... 37 APPENDIX IV: QUESTION SUBMITTAL FORM... 42 APPENDIX V: MANDATORY CRITERIA CHECKLIST...43 APPENDIX VI: SUBCONTRACTOR LIST... 45 APPENDIX VII: PROPOSED COST ALLOCATION PLAN...46 APPENDIX VIII: PAST PERFORMANCE REFERENCE SHEET...47 APPENDIX IX: COUNTY POPULATION DATA. 48 APPENDIX X: POTENTIAL SNAP-ED POPULATIONS, METHODS OF SERVICE DELIVERY, LOCATIONS AND PARTNERS. 49 APPENDIX XI: FY 2017 SNAP-ED PLAN EVALUATION CHART..52 APPENDIX XII: The Department s Standard Integrated Contract Part 1 (2015 posted; final contract will be written on 2016 version) APPENDIX XIII: The Department s Standard Integrated Contract Part 2 (2015 completed; final contract will be written on 2016 version) APPENDIX XIV: Education and Administrative Reporting System (EARS) Form (FNS-759) APPENDIX XV: Form PUR 1000 APPENDIX XVI: Form PUR 1001 NOTE: In addition to the Appendices included in this document, the Appendix listed as XI XV above are stand-alone documents that must be included in this solicitation. These documents can be found as artifacts in the Department s Procurement and Contract Management Playbook and the Department s Office of Contracted Client Services (OCCS) Intranet site. DCF RFP: RFP10F16GS2 3 of 53

SECTION 1. INTRODUCTION 1.1 Introduction to the Procurement The Department of Children and Families (Department), Office of Economic Self-Sufficiency (ESS) is issuing this solicitation for the purpose of identifying one (1) vendor to serve as the statewide Implementing Agency (IA) for the Department s Supplemental Nutrition Assistance Program Education (SNAP-Ed) Program to develop, implement, expand, and enhance programs and activities designed to provide nutrition education and obesity prevention services to SNAP eligible participants and low income communities throughout the Florida. SNAP-Ed is a statewide program implemented through a contract with a designated IA. SNAP-Ed is intended to be a true statewide program for all ages, provided in all 67 counties and in all levels of the Socio-Ecological Model and the State s ultimate goal is to come as close to this goal as possible and reach the maximum number of eligible participants while affecting measureable behavior change. SNAP-Ed services provided in Florida are detailed in the Department s SNAP-Ed State Plan that is updated annually and approved by the U.S. Department of Agriculture, Food and Nutrition Service (USDA/FNS). SNAP-Ed activities shall provide a service to implement a program that demonstrates an acceptable level of evidence-based, or evidenceinformed practice, which promotes nutrition and increased activity and shall place a strong emphasis on program accountability and evaluation in a manner consistent with the USDA/FNS 2017 SNAP- Ed Guidance. Any person interested in submitting a proposal must comply with any and all terms and conditions described in this Request for Proposal (RFP). 1.2 Statement of Purpose The Department is seeking proposals from qualified vendors to serve as the single statewide IA for the Department and implement a SNAP-Ed program statewide throughout Florida, that meets the goal of increasing the likelihood that persons eligible for SNAP will make healthy choices, establish healthy eating habits within a limited budget and adopt physically active lifestyles consistent with the current Dietary Guidelines for Americans and the USDA food guidance. 1.3 Term of the Agreement The anticipated start date of the resulting contract is April 1, 2017. The anticipated duration of the contract is three (3) years. 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, and the contractual services to be provided are to remain within the nature and scope of those contained in the original contract. The manner in which the costs for the renewal will be calculated shall be specified in the response to this RFP and in the resulting contract. 1.4 Contact Person and Procurement Manager This RFP is issued by the State of Florida, Department of Children and Families. The sole contact point for all communication regarding this RFP is: Florida Department of Children and Families Ashley Davis, Procurement Manager Mailing Address: Florida Department of Children and Families 1317 Winewood Blvd., Bldg. 3, Room 463 DCF RFP: RFP10F16GS2 4 of 53

Tallahassee, FL 32399 Ashley.Davis@myflfamilies.com All contact with the Procurement Manager shall be in writing via electronic mail, U.S. Mail, or other common courier. Contact by phone will not be permitted. Use of email for contact is permitted. 1.5 Definitions The program or service specific terms and definitions that apply to this RFP can be found in Appendix G of the 2017 USDA SNAP-Ed Guidance for the Nutrition Education and Obesity Prevention Grant Program available at https://snaped.fns.usda.gov/ and a list of program specific acronyms can be found in Appendix H of the SNAP-Ed Guidance. Additional definitions can be found in Appendix XIV, EARS Form FNS-759. Standard Contract Definitions are located at http://dcf.state.fl.us/admin/contracts/docs/glossaryofcontractterms.pdf. 1.6 Supporting Documentation and Resources This table lists supporting documentation, and the associated link to download the supporting documentation. Some of the resources provided below include requirements and guidance for SNAP- Ed. Other resources to support the development of SNAP-Ed programming are available throughout the SNAP-Ed Guidance and its Appendices. The vendor is expected to become familiar with these resources and encouraged to use them. Subject Description Link 2015 Standard Contract PUR 1001 PUR 1001 Section 468.504 Florida Statute, and Section 468.505 Florida Statute 2017 USDA FNS SNAP- Ed Guidance SNAP-Ed Evaluation Framework Interpretive Guide Florida Department of Children and Families Economic Self- Sufficiency Program Department of Children and Families Standard Integrated Contract Parts 1 & 2 Describes the licensing required and the exemptions and/or exceptions to the licensing requirement SNAP-Ed Guidance includes definitions, information, requirements, allowable activities and costs, and required template formats Resource that provides information regarding evaluation of SNAP-Ed projects General information about food assistance benefits (SNAP) and eligibility Posted with the RFP http://www.dms.myflorida.com/me dia/purchasing/pur_forms/1001_pdf http://www.leg.state.fl.us/statutes/index.cf m?app_mode=display_statute&search_ String=&URL=0400-0499/0468/0468PARTXContentsIndex.ht ml https://snaped.fns.usda.gov/nationa l-snap-ed/snap-ed-plan-guidanceand-templates https://snaped.fns.usda.gov/sites/d efault/files/uploads/snap- EdEvaluationFrameworkInterpretive Guide.PDF http://www.myflfamilies.com/servic e-programs/access-florida-foodmedical-assistance-cash/foodassistance-and-suncap DCF RFP: RFP10F16GS2 5 of 53

Subject Description Link Florida Department of Agriculture and Consumer Services - GIS Mapping Regional Nutrition Education and Obesity Prevention Centers of Excellence (RNECE) (Southeast Regional Office is located at the University of North Carolina, Chapel Hill) Florida Department of Children and Families Operating Procedures (CFOP) Subsection 287.058(1)(b), F.S., Section 112.061, F.S., and CFOP 40-1, Official Travel of the Department of Children and Families Employees Florida s Roadmap to Living Healthy, resource for needs assessment Provides information related to programs, strategies, and evaluation methods for SNAP-Ed programming DCF Policies and Procedures Rules governing payments by the state for traveling expenses http://www.freshfromflorida.com/d ivisions-offices/food-nutrition-and- Wellness/Florida-s-Roadmap-To- Living-Healthy http://www.rnecesouth.org/#/index.html http://www.dcf.state.fl.us/admin/p ublications/policies.asp http://www.leg.state.fl.us/statutes/ and http://www.dcf.state.fl.us/admin/p ublications/policies.asp Florida Department of Financial Services Reference Guide for State Expenditures Federal Regulation for Nutrition Education and Obesity Prevention Florida County Health Rankings Provides expenditure guidance and requirements Provides final federal rule from the Food and Nutrition Service (FNS), USDA related to the SNAP-Ed grant program Provides information regarding health outcomes for all counties within Florida http://www.myfloridacfo.com/aadir/ref erence_guide/ https://www.federalregister.gov/articles /2016/03/31/2016-07179/supplementalnutrition-assistance-program-nutritioneducation-and-obesity-prevention-grantprogram http://www.countyhealthrankings.org/a pp/#!/florida/2016/rankings/outcomes /overall 1.7 Small, Minority, and Florida Certified Veterans Business Participation Small Businesses, Certified Minority and Florida Certified Veteran Business Enterprises are encouraged to participate in any scheduled conferences, conference calls, pre-solicitation, or preproposal meetings. All vendors shall be accorded fair and equal treatment. DCF RFP: RFP10F16GS2 6 of 53

SECTION 2. RFP PROCESS 2.1 General Overview of the Process 2.1.1 Proposals that meet the Mandatory Requirements of this RFP (see Section 5.2 and APPENDIX V: Mandatory Criteria Checklist) and are otherwise responsive will be eligible for evaluation. Proposals deemed responsive will be evaluated as defined by Section 5 of this RFP. 2.1.2 Oral presentations by vendors may be permitted as part of the evaluation process. For further information regarding oral presentations please refer to RFP Section 4.25 TAB 3: EXECUTIVE OVERVIEW. 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 selected for award. 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) located at: http://vbs.dms.state.fl.us/. 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 located in chapter 119, Florida Statutes (F.S.). Section 4.4 addresses the submission of trade secret and other information exempted from public inspection. 2.3 Protests and Disputes Any protest concerning this solicitation shall be made in accordance with subsections 120.57(3) and 287.042(2), F.S., and Chapter 28-110, Florida Administrative Code (F.A.C.). Failure to file a protest within the time prescribed in subsection 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 Limitations Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state approved holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this DCF RFP: RFP10F16GS2 7 of 53

provision may be grounds for rejecting a response. As part of a response to a Department request for additional or clarifying information, 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 Violations of Section 2.4 of this RFP will be grounds for rejecting a proposal, if determined by the Department to be material in nature. 2.5 Schedule of Events and Deadlines Activity Date Time Eastern RFP advertised and released on Florida VBS: *Solicitation Conference (Call) to be held: Submission of written inquiries must be received by: Anticipated date for posting Department's Response to Inquiries: Notice of Intent to Submit a Proposal Sealed Proposals must be received by the Department: *Proposal Opening and Review of Mandatory Requirements: Address 11/09/16 5:00 pm DMS VBS Electronic Posting site: http://myflorida.com/apps/vbs/vbs_w ww.main_menu 11/17/16 3:00 Conference Call Line: 1-888-670-3525 Participant Code: 1896418795# 11/18/16 5:00 pm Attn: Ashley Davis Procurement Manager Dept. of Children & Families 1317 Winewood Blvd., Bldg. 3, Room 463 Tallahassee, FL 32399 Ashley.Davis@myflfamilies.com 11/22/16 5:00 pm DMS VBS Electronic Posting site: http://myflorida.com/apps/vbs/vbs_w ww.main_menu 11/23/16 5:00 pm Attn: Ashley Davis Procurement Manager Dept. of Children & Families 1317 Winewood Blvd., Bldg. 3, Room 463 Tallahassee, FL 32399 Ashley.Davis@myflfamilies.com 12/21/16 2:00 pm Attn: Ashley Davis Procurement Manager Dept. of Children & Families 1317 Winewood Blvd., Bldg. 3, Room 463 Tallahassee, FL 32399 12/21/16 3:00 pm Dept. of Children & Families 1317 Winewood Blvd., Bldg. 3, Room 202 Tallahassee, FL 32399 Section Reference 2.2.1 2.6 2.7 2.7 2.8 2.9, 4.1 4.2.2, 5.2 DCF RFP: RFP10F16GS2 8 of 53

Activity Date Time Eastern Vendor Oral Presentations *Debriefing Meeting of the Evaluators and ranking of the proposals: Anticipated posting of Intended Contract Award: Anticipated Effective Date of Contract: 01/05/17 through 01/06/17 Various times offered between 9AM- 4PM Address Dept. of Children & Families 1317 Winewood Blvd., Bldg. 3, Room 470 Tallahassee, FL 32399 01/18/17 2:00 pm Dept. of Children & Families 1317 Winewood Blvd., Bldg. 3, Room 202 Tallahassee, FL 32399 01/31/17 5:00 pm DMS VBS Electronic Posting site: http://myflorida.com/apps/vbs/vbs_w ww.main_menu Section Reference 04/01/2017 N/A N/A 1.3 *All vendors are hereby notified that meetings noted with an asterisk above (*) are public meetings 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, during which comments and questions will be taken from vendors). 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 Solicitation Conference The purpose of the Solicitation Conference is to review the RFP with interested vendors. The Department encourages all prospective vendors to participate in the solicitation conference, during which vendors may pose questions. The Solicitation Conference for this RFP will be held at the time and date specified in Section 2.5. Participation in the Solicitation Conference is not a pre-requisite for acceptance of proposals from prospective vendors. The Department shall be only bound by written information that is contained within the solicitation documents or formally posted as an addendum or a response to questions. 2.7 Written Inquiries Other than during the Solicitation Conference prospective vendor questions will only be accepted if submitted as written inquires 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. Vendors should use the template provided in APPENDIX I of this RFP to submit written inquiries. Written inquires will not be accepted by facsimile. 2.1 5.3 5.5.4 DCF RFP: RFP10F16GS2 9 of 53

The responses to all inquiries will be made available by the date and time specified in Section 2.5 through electronic posting on the VBS at: http://vbs.dms.state.fl.us/vbs/main_menu. 2.8 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 Section 2.5. Submission of a Notice of Intent is not a pre-requisite for acceptance of proposals from prospective vendors. 2.9 Receipt of Proposals 2.9.1 Proposal Deadline Proposals must be received by the Department no later than the date/time and at the address provided in Section 2.5. At the sole discretion of the Department, any proposals that are not received at the specified address, by the specified date and time, may be not be evaluated. All methods of delivery or transmittal to the Department s contact person remain the responsibility of the prospective vendor and the risk of non-receipt or delayed receipt shall be borne exclusively by the prospective vendor. 2.9.2 Binding Proposals By submitting a proposal, each vendor agrees its proposal shall remain a valid offer for at least ninety (90) calendar days after the proposal opening date and, in the event the contract award is delayed by appeal or protest, such ninety (90) calendar day period is extended until entry of a final order in response to such appeal or protest. 2.9.3 Changes to Proposals After Submission Prohibited Once the proposal opening deadline has passed, no changes, modifications, or additions to the proposal submitted will be accepted by or be binding upon the Department until the Department requests supplemental proposals. The Department reserves the right to correct minor irregularities, but is under no obligation to do so. 2.9.4 Receipt Statement At the discretion of the Department, proposals that are not received at the specified place by the specified date and time will be rejected and will not be evaluated by the Department. The Department will retain one unopened original for use in the event of a dispute. 2.9.5 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. 2.10 Form PUR 1001 (APPENDIX XVI) The standard General Instructions to Respondents Form PUR 1001 (10/06) is hereby incorporated into this RFP by reference as if fully recited herein. Sections 3, 4, 5, 14, and 18 of Form PUR 1001 are not applicable to this solicitation. In the event of any conflict between Form PUR 1001 and this RFP, the terms of this RFP shall take precedence over Form PUR 1001, unless the conflicting term is required by Florida law, in which case the term contained in Form PUR 1001 shall take precedence. Form PUR 1001 (APPENDIX XVI) and is also available at: http://www.dms.myflorida.com/media/purchasing/pur_forms/1001_pdf. DCF RFP: RFP10F16GS2 10 of 53

2.11 Department s Reserved Rights 2.11.1 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 the vendor to provide clarifying information or additional materials to correct the minor irregularity. However, the Department will not request and the 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. 2.11.2 Right to Inspect, Investigate, and Rely on Information In ranking proposals and in making a final selection, the Department reserves the right to inspect a vendor s facilities and operations, to investigate any vendor representations and to rely on information about a vendor in the Department s records or known to its personnel. 2.11.3 Rejection of All Proposals The Department reserves the right to reject all proposals 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. 2.11.4 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. 2.11.5 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. 2.11.6 Other Reserved Rights The Department reserves all rights described elsewhere in this RFP. SECTION 3. SPECIFICATIONS 3.1 Mandatory Requirements The vendor must meet the requirements of Section 4.2.3. A proposal that fails to meet the Mandatory Requirements will be deemed nonresponsive and will not be evaluated. 3.2 Minimum Programmatic Specifications The selected vendor shall perform the tasks outlined in APPENDIX XIII the Department s STANDARD INTEGRATED CONTRACT PART 2 in accordance with all terms thereof, which is being posted on the VBS along with this RFP, and incorporated by reference. DCF RFP: RFP10F16GS2 11 of 53

3.3 Minimum Financial Specifications The selected vendor shall be compensated in the manner set forth in APPENDIX XIII the Department s STANDARD INTEGRATED CONTRACT PART 2, EXHIBIT F in accordance with all terms therein. The resulting contract will be a cost reimbursement contract. The vendor must be fiscally able to cover the cost of providing allowable services prior to being reimbursed for allowable expenses and a system to capture and report all expenses in a manner consistent with the all the fiscal record keeping and reporting requirements of the SNAP-Ed Guidance, including but not limited to 2 CFR 200, Office of Management and Budget Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance) and 7CFR 277 OMB No. 0584-0067. 3.3.1 Funding Sources SNAP-Ed is 100% federally funded through a USDA FNS grant that is awarded based on the State s submission and federal approval of the SNAP-Ed State Plan pursuant to the SNAP-Ed Guidance. Appropriation for budget authority is set by the Legislature each state fiscal year. Funding is contingent on both FNS approval of the SNAP-Ed State Plan budget and release of funds to Florida and on budget authority appropriation by the Legislature. Florida SNAP-Ed funds awarded under this grant must not supplant or duplicate any state or federal funding for nutrition education or obesity prevention program funding. The total anticipated funding amount for the SNAP-Ed multi-year contract is specified in the Department s STANDARD INTEGRATED CONTRACT PART 2, EXHIBIT F. Funding is based on the estimated SNAP-Ed federal allocation for Florida and the current and anticipated budget authority. The contract resulting from this procurement is subject to state and federal approval and the availability of funding. 3.3.2 Allowable Costs All costs must benefit a federal program or program component in order to be reimbursable from Federal funds. Information regarding allowable and unallowable costs for SNAP-Ed is included in the SNAP- Ed Guidance. All costs must be considered by FNS and the Department to be allowable, reasonable and necessary for the provision of covered services and in accordance with the State of Florida, Department of Financial Services, Reference Guide for State Expenditures. In addition, all costs must be allocable to SNAP-Ed. Further detail on funding, costs, documentation, and reimbursement is outlined in the Department s STANDARD INTEGRATED CONTRACT PART 2. 3.3.3 Funding for Services Only There will be no funds awarded or associated with the resulting contract for start-up or readiness activities. Such costs will be borne exclusively by the successful vendor. 3.4 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-1030(3), F.A.C. vendors not subject to registration requirements should include proof of exemption from registration. Failure to include either proof of registration or exemption will not DCF RFP: RFP10F16GS2 12 of 53

prevent the evaluation of the proposal, however, proof of registration or exemption must be provided prior to execution of the contract, if any. 3.5 Composition of the Contract The contract awarded as a result of this RFP will be composed of: 3.5.1 Department s Standard Integrated Contract The Department s Standard Integrated Contract contains general contract terms and conditions required by the Department for all vendors. In addition, the Department s STANDARD INTEGRATED CONTRACT PART 2 contains additional contract terms and conditions governing the performance of work, the clients to be served, required deliverables, performance standards, and compensation. The Department s STANDARD INTEGRATED CONTRACT PART 1 is available as a separate document on the VBS along with the advertisement for this RFP. 3.5.2 Form PUR 1000 (APPENDIX XV) Form PUR 1000 is incorporated by reference into the Department s STANDARD INTEGRATED CONTRACT. Form PUR 1000 (APPENDIX XV) and is also available at: http://www.dms.myflorida.com/media/purchasing/pur_forms/1000_pdf. 3.5.3 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. 3.6 Order of Precedence In the event of conflict among the foregoing contract documents, the following order of precedence will apply. The proposal submitted in response to this RFP and any additional submittals may be incorporated into or attached to the contract but will not change the provisions or order of precedence outlined below. 3.6.1 APPENDIX XII Department s STANDARD INTEGRATED CONTRACT. 3.6.2 The vendor s proposal and any additional submittals, if incorporated into or attached to the contract. 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 address set forth in Section 2.5. The vendor must choose the appropriate means for delivery, and is exclusively responsible for receipt of the proposal by the Procurement Manager. Late proposals will not be evaluated. See also Section 2.8.1. 4.1.2 Electronic Transmittal of Proposals Not Accepted Facsimile or electronic transmissions of proposals will not be accepted. DCF RFP: RFP10F16GS2 13 of 53

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 by the deadline specified in Section 2.5. 4.1.4 Number of Copies Required and Format for Submittal Vendors shall submit one (1) original and five (5) hard copies of the Programmatic Proposal and one (1) original and five (5) hard copies of the Financial Proposal. The original Programmatic Proposal and the original Financial Proposal submitted to the Department must contain an original signature of an official who is authorized to bind the vendor to its proposal. Six (6) electronic copies (on nonrewritable CD-ROM) of the proposal, each containing both parts of the proposal (programmatic and financial), identical to the hard copies, must also be submitted with the hard copies. 4.1.5 Proposals to be in Sealed Container All original, hard copies and electronic copies of the vendor proposal must be submitted in a sealed container. The container 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 and Financial Proposal for Implementing Agency for SNAP-Ed, Nutrition Education). The original proposal must be clearly marked as such, and the copies identified and numbered (i.e., original, copy #1 of 6, etc). 4.1.6 Hard-copy Proposal Format Proposals must be typed, single-spaced, with a font size of 12 or larger 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, labeled and submitted as specified in Section 4.2 for the Programmatic Proposal and in Section 4.3 for the Financial Proposal. If the hardcopy proposal is not organized and formatted as described in this RFP, the Department reserves the right, at its sole discretion, to reject the entire proposal as non-responsive. 4.1.7 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 RFP. 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. 4.2 Content of the Programmatic Proposal 4.2.1 Programmatic Proposal Title Page The first page of the proposal shall be a Title Page that contains the following information: A. Title of proposal; B. RFP number - RFP10F16GS2; DCF RFP: RFP10F16GS2 14 of 53

C. Prospective vendor s name and federal tax identification number; D. Name, title, telephone number and email address of person who can respond to inquiries regarding the proposal; and E. Name of program coordinator (if known). F. Proposed counties of service 4.2.2 The programmatic proposal shall be limited to 300 pages or less. 4.2.3 Vendor proposals must include a cross-reference table between the proposal and the RFP requirements for Mandatory Requirements, Programmatic and Fiscal Proposals. The cross-reference table must be directly behind the title page in the Programmatic Proposal and formatted as follows: RFP PROPOSAL Subject Section/ Part Subject Subject Page(s) Section/Part Title Page Title Page Title Page Required Vendor s Statements and Certifications Mandatory Requirements Required Vendor s Statements and Certifications Mandatory Requirements Response to Understanding the Statement of Purpose Description of the Vendor s Organizational Qualifications 4.2.4 TAB 1: MANDATORY REQUIREMENTS Response to Understanding the Statement of Purpose Description of the Vendor s Organizational Qualifications The following are the Mandatory Requirements for this RFP: 4.2.4.1 Certificate of Signature Authority The proposal must include a signed certificate (APPENDIX II), 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. 4.2.4.2 Mandatory Certifications 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 (n). DCF RFP: RFP10F16GS2 15 of 53

4.2.4.3 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 (o) through (r) for which a vendor qualifies. Completion of the Tie Breaking Certifications is mandatory for qualifying vendors if the vendor does not desire to waive all rights to consideration of a tie breaker. 4.2.5 TAB 2: TABLE OF CONTENTS 4.2.6 TAB 3: EXECUTIVE OVERVIEW The vendor shall provide a brief Executive Overview demonstrating an understanding of the RFP purpose stated in Section 1.2, and the needs specified in this RFP. The Executive Overview should also include a brief description of the vendor s organization, leadership credentials, approach for Scope of Work services, management of Performance Specifications, and completing Deliverables as defined in APPENDIX XII - the Department s STANDARD INTEGRATED CONTRACT PART 2. Vendors interested in providing an Oral Presentation to the Department on its proposed services, must state its interest here. If vendor fails to state its interest here, the Department will assume that the vendor has no interest and an Oral Presentation will not be scheduled with that vendor. Pursuant to subsection 286.0113(2)(b)1., F.S. Vendors Oral Presentations are exempt from public meeting. 4.2.7 TAB 4: SERVICES APPROACH AND SOLUTION The vendor shall describe the plan for implementing and performing the services described in the vendor s proposal. The proposed SNAP-Ed program must include the combination of all three (3) approaches identified in the SNAP-Ed Guidance over a multi-year State Plan spanning federal fiscal years 2017-2019. The SNAP-Ed Guidance and corresponding template formats must be used in submitting a response to this RFP. The vendor must address how the proposed services and those described in the Department s STANDARD INTEGRATED CONTRACT PART 2 will be accomplished and specify what counties, SNAP-Ed sub-populations and eligible audiences, and activities will be the vendor s primary focus. In its response to the RFP, the vendor must demonstrate that it has a clear understanding and sufficient knowledge of nutrition education and obesity prevention programs, evidence based initiatives, and the ability to design and implement a comprehensive SNAP-Ed program that includes programmatic and fiscal monitoring. The vendor must demonstrate knowledge of the target population, needs assessments, and evaluation techniques. The vendor is encouraged to be innovative in planning for the provision of nutrition education and obesity prevention services. In order to facilitate the proposal evaluation process, vendors must format this proposal section in the exact format of the State Plan templates located in the 2017 SNAP-Ed Guidance found at https://snaped.fns.usda.gov/national-snap-ed/snap-ed-plan-guidance-and-templates for all elements listed in section 4.2.5.1. 4.2.7.1 SNAP-Ed State Plan Draft: The vendor must provide its proposed statewide SNAP-Ed program and describe in detail the projects being proposed. This must be submitted in the format of a SNAP-Ed State Plan. The vendor must use the exact format of the 2017 SNAP-Ed Guidance templates found on the USDA/FNS SNAP-Ed website. The SNAP-Ed State Plan includes details of the needs assessment, intended programming, evaluation plans and processes, intended outcomes that align with the USDA and state goals, and provides budgets across all subprojects. The vendor must include, in the following order: DCF RFP: RFP10F16GS2 16 of 53

4.2.7.1.1 Table of Contents 4.2.7.1.2 Introduction and Overview 4.2.7.1.3 Template 1, Identifying and Understanding the SNAP-Ed Target Audience (Needs Assessment and Findings) 4.2.7.1.4 Template 2, SNAP-Ed Goals, Objectives, Projects, Campaigns, Evaluation, and Collaboration. Complete a separate template for each project. In addition to the instructions within the template, the vendor must describe: A. the proposed service area (include county names) within Florida and when the service will be offered for services in section 2.d of Template 2; B. steps to be taken to ensure services go where the people go to eat, learn, live, play, shop, and work describing how chosen methods, locations, partnerships, resources and staffing lead to behavioral change and the best outcome with sufficient reach in section 2.d of Template 2; C. for projects that include direct education, state the average number of participants and contact expectations for staff providing direct education (Approach 1), the number of staff providing direct education, and the total number of unduplicated and duplicated contacts expected through direct and indirect education in section 2.d of Template 2; D. for projects that include collective impact and/or public health approaches (Approaches 2 and 3; e.g. partnerships and Policy, Systems, and Environmental Changes [PSE]), provide an estimation of the number of contacts that will be reached and the number of staff working on these initiatives in section 2.e of Template 2 (at this time, social marketing campaigns will not be allowed); E. how the target audience of SNAP-Ed eligibles are made aware of services; F. justification for emerging approaches, formative work, feasibility studies, or product development; include reason for not using existing products and describe the time frame, resources, cost, and the work product resulting from the proposed in section 2.i of Template 2; and G. identify the SNAP-Ed Priority Outcome Indicators from the SNAP-Ed Evaluation Framework that will be measured, describe how they will be measured, and the degree of behavior changes and outcomes expected and attributed to the proposed projects. Use no less than MT1, MT2 and MT5 from the Four Core Indicators and at least one (1) of the Two Partnerships and Coalition Indicators identified in the SNAP-Ed Guidance in section 3.e of Template 2. Additional breakdown of indicators specific for the Southeast Region are found in the FY2017 SNAP-Ed Plan Evaluation Chart (Appendix XI). This form must be submitted for each project area and target audience group as part of the SNAP-Ed State Plan Draft and labeled as Attachment 1 FY17 Evaluation Chart. 4.2.7.1.5 Template 3, SNAP-Ed Staffing Plan. Complete a separate template for each project. A. Provide concise SNAP-Ed specific position descriptions relevant to the project, whether a direct employee, subcontractor, or consultant, that describe the activities, job task performed and qualifications of the position. Positions listed in the travel budget must show travel listed as an activity in their position description. DCF RFP: RFP10F16GS2 17 of 53

B. Provide a Master Position Table which is a roll up of all the positions and identified by project. Use the format below. Add rows and columns as needed. Define the number of hours in 1 FTE and fringe benefit information, as needed. C. Provide explanations for any salary variations for the same position. Position Total FTE Salary @ SNAP-Ed FTE Fringe Rate (%) Fringe Value ($) Total Salary Project 1 FTE Project 2 FTE Project 3 FTE 1 2 4.2.7.1.6 Template 4, SNAP-Ed Plan Budget Information. Provide a combined Budget Narrative covering all projects for the multi-year State Plan, with an overview of projects proposed each federal fiscal year. A. Template 4, Section A, Budget Summary for Sub-Grantee by project with federal fiscal year and project totals. B. Template 4, Section B, Budget Information by project with detail that displays the methodology used to calculate the total line item. The vendor must detail all costs and proposed expenses including itemization and justification. C. Template 4, Section C, Travel Budget by project with calculation detail for each travel requested including: cost for mode of travel (e.g. airfare), number of staff, mileage (cost/mile X number of miles), number of days, lodging, meals, per diem, etc. Identify which position(s) will be traveling for each trip/activity and provide justification for the travel. D. Summary Budget Table to include all projects in the format below, adding rows and columns as needed. Expense Category (e.g. travel, materials) Project 1 Project 2 Project 3 Totals 1 2 3 Total Direct Costs 4 Indirect Costs 5 Total Federal Funds 4.2.7.2 In addition to the information above, the vendor must: 4.2.7.2.1 Complete the Project/Intervention Summary Sheet found in the SNAP-Ed Guidance for each project. 4.2.7.2.2 Complete the Checklist for Evidence-Based Approaches for each project. 4.2.7.2.3 Complete an appendix to the State Plan in the format below for each direct education project proposed. Add rows as needed. Title the appendix Evidence-Based Curricula and Materials for Direct and Indirect Education. DCF RFP: RFP10F16GS2 18 of 53

1 2 1 2 Curricula/ Materials Source Evidence Level (research-based, practice-based, or emerging) Targeted Audience Primary Setting(s) Description 4.2.7.2.4 Complete an appendix to the State Plan in the format below for each PSE project proposed. Title the appendix Environmental Strategies and Materials for Other Approaches. Project/ Materials Source Evidence Level (research-based, practice-based, or emerging) Targeted Audience/ Setting Description 4.2.7.2.5 Complete the Checklist for Public Heath Approaches for each project that contains this type of approach. Mark the activities that will be included and which year of the State Plan they will be completed. Additionally, identify the PSE activities that will complement the direct or indirect education approaches. Use the list titled Policy, Systems, and Environmental (PSE) Approaches: Add 3 columns (1 for each year of the multi-year State Plan) and indicate what types of activities will be used each year of the SNAP-Ed State Plan. Add rows to the bottom as needed to specify activities not already listed. 4.2.7.2.6 Complete an annual Education and Administrative Reporting System (EARS) form template (FNS 759, 07/15 edition, APPENDIX XIV) populating the template with projected or estimated data from all projects planned for federal fiscal year 2017. 4.2.7.2.7 Provide a Staffing and Training Summary that describes: A. the process for marketing and recruitment and policies/processes of hiring qualified individuals. B. staffing levels are determined for direct service staff and administrative and management staff. C. the SNAP-Ed related training required of staff, justification for selected training, the cost of each training if any, and the amount of time estimated from date of hire to staff providing program delivery services. 4.2.7.2.8 Demonstrate a coordinated approach to the overall SNAP-Ed plan using the Socio-Ecological Model. Identify existing partnerships and describe the nature of the partnership in relation to the proposed services. Provide letters of support from entities with which the vendor is proposing to partner but does not yet have an active partnership related to the proposed services. 4.2.7.2.9 Describe the vendor s quality assurance mechanism that identifies strengths, best practices, areas for improvement, and service delivery deficiencies with an emphasis on how project goals will be reached. Name the position(s) responsible for monitoring the program and implementing quality improvement initiatives. 4.2.7.2.10 Provide a comprehensive Project Management Plan for service implementation with a timeline for each project period that describes what, when, who, where, and how the DCF RFP: RFP10F16GS2 19 of 53

specified tasks and activities will be completed. If a project is multi-year, state what will be accomplished each federal fiscal year during the contract period. 4.2.7.2.11 State its willingness and ability to partner with other Department identified entities, willingness to subcontract (state any vendor specific requirements), and its willingness to work as a subcontractor (state any vendor specific requirements). Describe the vendor s ability to manage subcontracts and ensure that service delivery and all other requirements described herein and in the resulting contract will be carried out by the subcontractor. 4.2.8 TAB 5: COMPANY QUALIFICATIONS AND EXPERIENCE This section shall be organized by the following information to describe and demonstrate its organizational qualifications to fulfill the requirements associated with completing the contract. The vendor shall describe its organization s approach and philosophy, including mission statement, core values, and vision. The vendor shall describe its organization and governance structure, depicting clear lines of authority including corporate affiliations; describe how the structure represents a lean, efficient and effective administrative model; describe experience and achievements in developing a governance model designed to avoid conflicts of interest. The vendor must describe and demonstrate its experience in providing similar services as requested in this RFP and APPENDIX XII the Department s STANDARD INTEGRATED CONTRACT. Experience shown should be work done by the individuals who will be assigned to the work as well as the overall experience of the organization. State whether the vendor was the prime contractor or a subcontractor and whether they worked in cooperation with a subcontractor. Where applicable, clearly note the vendor s related experience which included individuals who will be assigned and their role on the past project. Provide a detailed description of any work to be subcontracted with information describing the qualifications and relevant experience of any proposed subcontractors. The vendor must list all identified subcontracts and how they relate to and benefit the program, or the plan and approach to vet, identify and recruit and retain subcontractors, which will provide proposed services. Provide the requested information below which will demonstrate the vendor s and subcontractor(s)' ability to successfully complete the work described in this RFP and its appendices, attachments, exhibits and referenced supporting documentation. The vendor s and any proposed subcontractor(s) information shall be shown separately. Specifically, in addition to the other information described above the vendor and its subcontractor(s) must provide: A. Full, legal name. B. Federal Employer Identification Number. C. Proof of legal entity and authorization to do business with the State of Florida. D. Country and state of incorporation. E. Principal place of business. DCF RFP: RFP10F16GS2 20 of 53

F. Description of the vendor s organization, including number of years in business, subsidiaries, parent corporations, officers; include organization charts and details concerning the number of facilities by geographic location. G. Brief description of the vendor s principal type of business and history and what uniquely qualifies the vendor for the work described in this RFP and APPENDIX XIII the Department s STANDARD INTEGRATED CONTRACT PART 2. H. Statement of whether the vendor has filed for bankruptcy protection in the past five (5) years or is currently in the process of filing or planning to file for bankruptcy protection or financial restructuring or refinancing. If so provide court and case number. I. Identification of any potential or actual conflicts of interest that might arise for the vendor as a result of contract award to the vendor, and describe in detail the plan to eliminate or mitigate them. Such conflicts include, but are not limited to, those covered by APPENDIX XVI, Section 6 of the PUR 1001 (Section C). Address both personal and organizational conflicts. J. Past Performance References: In the template provided in APPENDIX VII, the responding vendor must provide the required information for a minimum of three (3) separate and verifiable clients where the vendor was the principal vendor that will serve as references. The clients listed must be for work similar in nature to that specified in this RFP and where the vendor is conducting or has conducted business in the State of Florida (preferred) or outside the State of Florida. The references must be for current contracts or for contracts within the past five (5) years. Confidential clients shall not be included. Do not list the Department as a client reference. The same client may not be listed for more than one (1) reference. For example, if the vendor has completed a project for the Florida Department of Transportation District One and one project for the Florida Department of Transportation District Two, only one of the projects may be listed because the client, the Florida Department of Transportation, is the same. Firms that are currently parent or subsidiary companies to the vendor will not be accepted as Past Performance references under this solicitation. In the event that the vendor has had a name change since the time work was performed for a listed reference, the name under which the vendor operated at the time that the work was performed must be given at the end of the project description for that reference in APPENDIX VIII. The Department will contact and verify references provided. References should be available to be contacted during normal working hours. The Department will choose, at its own discretion, a minimum of two (2) of the vendor s references, provided in APPENDIX VIII, to contact in order to complete an evaluation questionnaire. The Department will contact, verify and complete an evaluation questionnaire with a minimum of two (2) total references for vendor. The scores for the evaluation of references will be derived from the evaluation questionnaire. In submitting a Proposal, vendor agrees that it shall hold harmless the Department and any individuals identified as references from and against liability resulting from the provision of information or the receipt and use of that information in evaluating vendor s proposal. The Department may reject a Proposal if a reference provides negative information about vendor s past performance. DCF RFP: RFP10F16GS2 21 of 53