REQUEST FOR APPLICATION

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

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

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

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

REQUEST FOR INFORMATION (RFI) DEP Posting Number:

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

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

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

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

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

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

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

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

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

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

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

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

1 INTERNAL AUDIT SERVICES RFP

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

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

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

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

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

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

City of Malibu Request for Proposal

REQUEST FOR INFORMATION (RFI) HARMFUL ALGAL BLOOM REMEDIATION RESPONSE. DEP Solicitation Number: C

REQUEST FOR INFORMATION (RFI) AUTOMATED PARK ENTRY TECHNOLOGY SOLUTIONS DEP RFI Number: C

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

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

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

Disadvantaged Business Enterprise Supportive Services Program

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH16-069

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Appendix B-1. Feasibility Study Task Order Template

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

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

Request for Proposal PROFESSIONAL AUDIT SERVICES

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

TOWN AUDITING SERVICES

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

REQUEST FOR PROPOSAL

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

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

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

NOTICE OF REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS RFP# CAFTB

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

Social Media Management System

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

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

Grant Seeking Grant Writing And Lobbying Services

WEB-BASED TRAINING RFI NO.: DMS 09/10-022

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

Describe the City s requirements and desired outcomes within a written specification;

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

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

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

State of Florida Department of Children and Families

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

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

STATE OF FLORIDA AGENCY FOR HEALTH CARE ADMINISTRATION REQUEST FOR INFORMATION AHCA RFI /15

RE: Request for Proposal Number GCHP081517

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

Request for Proposals

Amalgamation Study Consultant

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR FINANCIAL CONSULTING SERVICE PROVIDER. CLOSING DATE: December 14, a.m.

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

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

Miami-Dade County Expressway Authority. Policy For Receipt, Solicitation And Evaluation Of Public. Private Partnership Proposals

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

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

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

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

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Londonderry Finance Department

State of Florida Department of Transportation

Request for Proposals

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

REQUEST FOR PROPOSAL (RFP) THIS IS NOT AN ORDER

RFP # November 24, To: Prospective Respondents. Subject: DJJ Solicitation Number RFP #10336

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

Community Dispute Resolution Programs Grant Agreement

TABLE OF CONTENTS. Page 2 of 24

Request for Proposal. Parenting Education

REQUEST FOR PROPOSAL FOR Network Penetration and Vulnerability Testing

FLORIDA MEDICAL MALPRACTICE JOINT UNDERWRITING ASSOCIATION

EXHIBIT A SPECIAL PROVISIONS

RESPECT of Florida. Proposal for Assignment. For RESPECT Grant for Micro Enterprise/Self Employment. Employment Center Name

Request for Proposal. Independent Living

Arizona Department of Education

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

Transcription:

Florida Defense Infrastructure Grant Program REQUEST FOR APPLICATION Solicitation Acknowledgement Form Page 1 of 32 pages AGENCY RELEASE DATE: MAY 12, 2016 SOLICITATION TITLE: SUBMIT RESPONSE TO: Department of Economic Opportunity Office of Property and Procurement 107 East Madison Street, B-047 Tallahassee, Florida 32399-4128 Telephone Number: 850-245-7455 FLORIDA DEFENSE INFRASTRUCTURE GRANT PROGRAM SOLICITATION NO: 17-RFA-002-VM RESPONSES WILL BE OPENED: JUNE 10, 2016, 3:00 PM Eastern Standard Time and may not be withdrawn within 180 days after such date and time. I certify that this Response is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this response and certify that I am authorized to sign this response for the Respondent and that the Respondent is in compliance with all requirements of the Request for Application, including but not limited to, certification requirements. In submitting a response to an agency for the State of Florida, the Respondent offers and agrees that if the response is accepted, the Respondent will convey, sell, assign or transfer to the State of Florida all rights, title and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the State of Florida. At the State s discretion, such assignment shall be made and become effective at the time the purchasing agency tenders final payment to the Respondent. RESPONDENT NAME: RESPONDENT MAILING ADDRESS: CITY STATE ZIP: *Authorized Representative s Signature PHONE NUMBER: TOLL FREE NUMBER: FAX NUMBER: EMAIL ADDRESS: FEID NO.: *Name and Title of Authorized Representative *This individual must have the authority to bind the Respondent. TYPE OF BUSINESS ENTITY (Corporation, LLC, partnership, etc.): RESPONDENT CONTACTS: Please provide the name, title, address, telephone number and e-mail address of the official contact and an alternate, if available. These individuals shall be available to be contacted by telephone or attend meetings as may be appropriate regarding the solicitation schedule. PRIMARY CONTACT: NAME, TITLE: ADDRESS: PHONE NUMBER: FAX NUMBER: EMAIL ADDRESS: SECONDARY CONTACT: NAME, TITLE: ADDRESS: PHONE NUMBER: FAX NUMBER: EMAIL ADDRESS: this document may be reached by persons using TTY/TDD equipment via the Florida Relay Service at 711. DEO Solicitation No. 17-RFA-002-VM, Page 1 of 32

SECTION A PUR 1001 GENERAL INSTRUCTIONS TO RESPONDENTS This section explains the General Instructions to Respondents (PUR 1001) of the solicitation process, and is a downloadable document incorporated into this solicitation by reference. This document should not be returned with the Response: http://dms.myflorida.com/content/download/2934/11780 In the event of a conflict between the terms of the PUR 1001 and the other terms of this solicitation, the other terms of this solicitation will control. PUR 1000 GENERAL CONTRACT CONDITIONS The General Contract Conditions (PUR 1000) is a downloadable document incorporated in this solicitation by reference, which contains general contract terms and conditions that must apply to any contract resulting from this RFA, to the extent they are not otherwise modified. This document should not be returned with the Response: http://dms.myflorida.com/content/download/2933/11777 In the event of a conflict between the terms of the PUR 1000 and the other terms of this solicitation, the other terms of this solicitation will control. Paragraph 31 of PUR 1000 does NOT apply to this solicitation or any resulting Contract. - Remainder of Page Intentionally Left Blank - DEO Solicitation No.: 17-RFA-001-VM, Page 2 of 32

SECTION B SPECIAL INSTRUCTIONS FOR THE PREPARATION AND SUBMISSION OF RESPONSES B.1 Solicitation Number 17-RFA-002-VM B.2 Solicitation Type Request for Application (RFA) B.3 Program Office Community Development B.4 Issuing Office Sonja Strickland / Vince McKenzie GOC III / Purchasing Manager 107 East Madison Street, B-047 Caldwell Bldg. Tallahassee, Florida 32399 (850) 245-7472 / (850) 245-7463 (850) 245-7470 Fax Number sonja.strickland@deo.myflorida.com vincent.mckenzie@deo.myflorida.com B.5 Restrictions on Communication with Department Staff Respondents to this solicitation or persons acting on their behalf may not contact, between the release of this solicitation and the end of the seventy-two (72) hour period following DEO posting the notice of intended award (Saturdays, Sundays, and state holidays excluded), any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement office named in Section B.4, Issuing Office, or as otherwise expressly set forth herein. Violation of this provision may be grounds for rejecting a response. B.6 Calendar of Events Listed below is the calendar of important actions and dates/times by which the actions must be taken or completed. If DEO finds it necessary to change any of these dates/times, it will be accomplished by addendum. Time is stated as Eastern Standard Time (EST), which is the local time in Tallahassee, Florida. Estimated Calendar of Events 1. Date of Issuance and publication on the Florida Vendor Bid System website at: http://vbs.dms.state.fl.us/vbs/main_menu MAY 12, 2016 Date and Time 2. 3. 4. 5. Intent to Submit Response (Attachment E) due to DEO (Submittal is not mandatory, but is strongly encouraged) Pre-Response Conference will be held at 107 East Madison Street, Caldwell Bldg., Room B-050, Tallahassee, FL Teleconference to discuss the grant opportunities. Toll Free Number: 1-888-670-3525 Participant Passcode: 9741900849 then enter # Conference attendance for Respondents is not mandatory, participation is strongly encouraged. Technical Questions (Attachment H) due from prospective Respondents (Email and FAX are ACCEPTABLE) Anticipated Posting of Questions and Answers to the Florida Vendor Bid System website (via addendum) at: http://vbs.dms.state.fl.us/vbs/main_menu MAY 20, 2016, 3:00 PM MAY 24, 2016, 3:00 PM MAY 27, 2016, 3:00 PM JUNE 3, 2016 6. Replies Due and Public Opening of Responses JUNE 10, 2016, 3:00 PM DEO Solicitation No.: 17-RFA-001-VM, Page 3 of 32

7. Anticipated RFA Completeness Check JUNE 13, 2016 JUNE 17, 2016 8. Anticipated Evaluation Period JUNE 20, 2016 JUNE 24, 2016 9. Anticipated Posting of Respondent Scores/Shortlist and Notice of Intent to Negotiate JUNE 30, 2016 10. Anticipated Negotiations Round 1 JULY 11, 2016 JULY 22, 2016 11. Anticipated Negotiations Round 2 JULY 25, 2016 JULY 27, 2016 12. Provide Instructions for Best and Final Offer (BAFO) Submittal JULY 29, 2016 13. BAFO Due and Reviewed AUGUST 5, 2016, 3:00 PM 14. Public Meeting Intent to Award Recommendation AUGUST 10, 2016, 3:00 PM 15. Anticipated Posting of Notice of Intent to Award AUGUST 15, 2016 16. Anticipated Agreement Start Date AUGUST 19, 2016 Addenda or clarifications to this RFA along with an Addendum Acknowledgement Form will be posted on the Florida Vendor Bid System (VBS). The Addendum Acknowledgement Form that is issued with each posting shall be signed by an individual authorized to bind the Respondent, dated, and returned with the response. It is the Respondent s responsibility to monitor the Florida VBS for any solicitation updates. B.7 Notice of Potential Federal Funding (This section is intentionally left blank). B.8 Non-Mandatory Pre-Response Conference A non-mandatory pre-response conference will be held as per the date, time and location specified in Section B.6, Calendar of Events. Attendance at the non-mandatory pre-response conference is optional. Respondents are strongly encouraged to attend. The non-mandatory pre-response conference will provide Respondents with an opportunity to ask questions to clarify any uncertainties. Questions asked and answers provided at the non-mandatory conference are not binding; oral answers provided at the non-mandatory conference are given as temporary guidance to clarify issues until a written answer is issued by DEO, in writing, in the form of an RFA Addendum. Respondents should review and become familiar with the solicitation documents and other supporting materials as listed in this RFA prior to attending the non-mandatory pre-response conference. Visitor parking for the non-mandatory pre-response conference in Tallahassee, Florida is available in Parking Lot C, Level 1 in the parking deck behind the Fletcher Building, on the southwest corner of South Monroe Street and West Gaines Street. A map of this parking area is available at the following URL: http://www.floridajobs.org/generalservices/pdf/parking%20lot%20map.pdf DEO Solicitation No.: 17-RFA-001-VM, Page 4 of 32

The Caldwell Building is a secure building requiring visitors to be signed in and escorted. Respondents should allow enough time to arrive, park, walk and gain entry into the building to ensure that they arrive prior to the pre-response conference time. B.9 Questions (This section supersedes Section A, PUR 1001, Instruction #5, Questions). Any questions from Respondents concerning this RFA shall be submitted in writing, identifying the submitter, to Sonja Strickland or Vincent McKenzie at the address specified in Section B.4, Issuing Office, or by email to sonja.strickland@deo.myflorida.com and vincent.mckenzie@deo.myflorida.com or by facsimile to 850-245-7470 by the date and time specified in section B.6, Calendar of Events. E-mail inquiries are preferred; however, a hard copy or facsimile is acceptable. All questions and/or changes to the solicitation will be posted on the Department of Management Services (DMS) Florida VBS. It is the prospective Respondent s responsibility to periodically check the VBS. DEO bears no responsibility for any delays, or resulting impacts, associated with a prospective Respondent s failure to obtain the information made available through the Florida VBS. Respondent questions should be submitted in the format included in Attachment H Technical Questions Submittal Form. Each Respondent shall be responsible for any and all services required under this solicitation. The Respondent is required to carefully examine the specifications set forth and to be knowledgeable of any and all conditions and requirements that may in any manner affect the work to be performed as described in this solicitation. No allowances will be made to the selected Respondent because of lack of knowledge of conditions or requirements and the selected Respondent will not be relieved of any liabilities or obligations. INFORMATION WILL NOT BE PROVIDED BY THE TELEPHONE. Any information received through oral communication shall not be binding on DEO and shall not be relied upon by any Respondent. B.10 Intent to Submit Response Respondents who intend to submit a response to this RFA are encouraged to complete, sign and return Attachment E Intent to Submit Response, by the date and time listed in Section B.6, Calendar of Events, of this RFA. B.11 Submission of Responses (This section supersedes Section A, PUR 1001, Instructions #3, Electronic Submission of Responses). Responses must be submitted in a sealed package with the solicitation number and opening date and time identified on the outside. Responses must be submitted by U.S. Mail, Courier, or hand delivery. RESPONSES SUBMITTED ELECTRONICALLY OR BY FACSIMILE WILL BE REJECTED. Each response shall be prepared simply and economically, following the instructions contained herein. It is recommended that all Responses be hand-delivered or sent via certified mail or overnight courier to ensure timely delivery. Since the Caldwell Building is a secured facility, if the response is being hand-delivered, please allow for sufficient time to gain access into the building. RESPONSES RECEIVED AFTER THE EXACT TIME SPECIFIED WILL NOT BE CONSIDERED AND WILL BE RETURNED TO THE RESPONDENT UNOPENED. B.12 Withdrawal of Responses A submitted response may be withdrawn, if within seventy-two (72) hours (Saturdays, Sundays, and state holidays excluded) after the response due date and time indicated in Section B.6, Calendar of Events, the Respondent submits a signed, written request for its withdrawal to DEO. B.13 Response Opening (This section supersedes Section A, PUR 1001, Instructions #12, Public Opening). The response opening will be held at the time and date specified in Section B.6, Calendar of Events, in the Office of Property and Procurement, 107 East Madison Street, Room B-047, Caldwell Building, Tallahassee, Florida. The names of all Respondents submitting responses shall be made available to interested parties upon written request to the contact person listed in Section B.4, Issuing Office. Any person with a qualified disability shall not be denied equal access and effective communication regarding any response/proposal documents or the attendance to any related meeting or response/proposal opening. DEO reserves the right to short list Respondents deemed to be in the competitive range to conduct oral discussions prior to the final determination of Agreement award. If DEO exercises the right, the short list will be posted on the Florida VBS. DEO Solicitation No.: 17-RFA-001-VM, Page 5 of 32

Sealed responses received by DEO in response to this solicitation are subject to production, disclosure, inspection and copying, in accordance with Chapter 119, Florida Statutes, once DEO posts its decision or intended decision pursuant to Section 120.57(3)(a), Florida Statutes, or until thirty (30) days after the final competitive sealed replies are all opened, whichever is earlier. B.14 Solicitation Requirements The following requirements must be met by the Respondent in order for its Response to be considered responsive to this solicitation; however, this is not an exhaustive list of mandatory requirements. Timely responses that do not meet all mandatory requirements of this solicitation, including providing all required information, documents or materials, will be rejected as nonresponsive. MANDATORY REQUIREMENTS FOR EVALUATION A. It is MANDATORY that the Respondent submits its response in the format prescribed and within the time frame specified in Section B.6, Calendar of Events. B. It is MANDATORY that the Respondent return, in accordance with the requirements of Sections B.33, Submittal Requirements, one (1) original, signed and sealed Grant Application response, ten (10) paper copies of the signed original and one (1) electronic copy of the signed original Grant Application response (on compact disc), which include the following required attachments: 1. DEO RFA Acknowledgement Form 2. Attachment A Qualification Questions 3. Attachment B Grant Application 4. Attachment C Drug Free Workplace Certification 5. Attachment D Disclosure Statement/Conflict of Interest 6. Attachment E Intent to Submit Response, copy (optional) C. It is MANDATORY that the Respondent complies with the following statutory requirements: Eligible Respondents include defense-dependent counties and cities, and local economic development councils located within such communities pursuant to Section 288.980(5), Florida Statutes, and in accordance with the requirements of Section B.19.2, Eligibility. D. It is MANDATORY that the Respondents return one (1) original, Addendum Acknowledgement Form that is included with each posting, signed and dated by the individual authorized to bind the Respondent. Warning: The list above is not exhaustive. The use of the terms shall, must, or will within these solicitation documents may indicate a MANDATORY requirement or condition. Failure to meet these requirements will result in the response not being evaluated and rejected as non-responsive. Disclaimer NOTE: The receipt of applications in response to this Grant Opportunity does not imply or guarantee that any one or all qualified applicants will be awarded a Grant from DEO. Responses may be rejected as non-responsible if past performance or current status do not reflect the capability, integrity or reliability to perform fully and in good faith the requirements of the Agreement. B.15 Cost of Preparing Respondent s Response DEO is not liable for any costs incurred by a Respondent in responding to this RFA, including those for oral presentations, if applicable. B.16 Disclosure and Ownership of Responses by DEO A Respondent s response shall be a public record and subject to production, disclosure, inspection and copying consistent with the requirements of Chapter 119, Florida Statutes. A Respondent s response, upon submission, and any resulting Agreement shall be the property of DEO except those parts asserted to be confidential or exempt pursuant to Chapter 119, Florida Statutes, and DEO, in its sole discretion, shall have the right to use, reproduce, and disseminate the response and Agreement. DEO Solicitation No.: 17-RFA-001-VM, Page 6 of 32

B.17 Respondent s Duties to Assert Exemption from Disclosure as a Public Record Any response content submitted to DEO which is asserted to be exempted by law from disclosure as a public record shall be set forth on a page or pages separate from the rest of the response submission, and clearly marked exempt, confidential, or trade secret (as applicable), with the statutory basis for such claim of exemption specifically identified in writing on each and every such page. Failure to segregate and so identify any such content shall constitute a waiver of any claimed exemption as applied to the portion of the response submission or other document in which the content is set forth. Pursuant to Section 215.985(16), Florida Statutes, the Department of Financial Services (DFS), has developed a web-based system that provides information and documentation about government agreements called the Florida Accountability Contract Tracking System or FACTS. An important aspect of this system is the posting of agreement images on the Internet, including agreement attachments, which may include all or part of your response to this solicitation. Any claim of exemption from public disclosure is waived upon submission, unless addressed as set forth above. DEO will attempt to afford protection from disclosure of any trade secret as defined in Section 812.081, Florida Statutes, or Section 688.002, Florida Statutes, where identified as such in the reply, to the extent permitted under Section 815.045, Florida Statutes, or Section 288.075, Florida Statutes, and Chapter 119, Florida Statutes. Each Respondent acknowledges that the protection afforded by Section 815.045, Florida Statutes, is incomplete, and hereby agrees that no remedy for damages may arise from any disclosure by DEO. DEO takes its public records responsibilities under Chapter 119, Florida Statutes, and Section 24(a) Article I of the Florida Constitution, very seriously. If a Respondent considers any portion of the documents, data or record submitted in response to this solicitation to be exempted by law from disclosure as a public record, the Respondent must also provide DEO with a separate Redacted Copy of its response, in hard copy and on a CD ROM, at the time of response submission. This Redacted Copy shall contain DEO s solicitation name, number, and the name of the Respondent on the cover, and shall be clearly titled Redacted Copy. The Redacted Copy shall be provided to DEO at the same time the Respondent submits its response to the solicitation and must only exclude or obliterate those exact portions which are exempted by law from public disclosure. If it is determined that the response does not contain any information which is exempted by law from public disclosure, please provide as part of the response, a written statement to that effect which is executed by an authorized representative of the Respondent s organization with legal authority to make this determination on behalf of the Respondent. Respondent shall protect, defend, and indemnify, save and hold harmless, DEO from any and all claims, demands, liabilities and suits of any nature arising out of, because of, or due to failure of DEO to release information redacted by the Respondent, and to further indemnify DEO for any other loss DEO incurs due to any claim being made against DEO regarding portions of its Redacted Copy being confidential, proprietary, trade secret or otherwise not subject to disclosure. If Respondent fails to submit a Redacted Copy with its response, DEO is authorized to produce the entire document(s), data or records submitted by Respondent in answer to a public records request. B.18 Posting of the Notice of Shortlist, Intent to Negotiate and/or Intent to Award (This section supersedes Section A, PUR 1001, Instruction #13, Electronic Posting or Notice of Intended Award). The Notice of Shortlist, Intent to Negotiate and/or Intent to Award, will be posted on the Florida VBS, as identified in Section B.6, Calendar of Events, for review by interested parties for a period of seventy-two (72) hours (Saturdays, Sundays, and state holidays excluded). B.19 Funding Announcement DEO announces the availability of FY 2016 2017 funds for eligible applicants to support local infrastructure projects that benefit both the local community and the military installation. Infrastructure projects to be funded under this program include those related to encroachment, transportation and access, utilities, communications, housing, environment, and security. On-base military construction projects will not be funded. B.19.1 Purpose: Funding has been provided pursuant to Chapter 2016-66, Laws of Florida, the General Appropriations Act, Specific Appropriation 2245, to support local infrastructure projects deemed to have a positive impact on the military value of installations within the state. Infrastructure projects must meet one or more of the following criteria: DEO Solicitation No.: 17-RFA-001-VM, Page 7 of 32

a. Improve community and military infrastructure through the following types of projects: encroachment, transportation and access, utilities, communications, housing, environment, and security. b. Current and future mission capabilities and the impact on operational readiness of the United States Department of Defense s total force, including the impact on joint warfighting, training, and readiness. c. Availability and condition of land, facilities, and associated airspace; including training areas suitable for maneuver by ground, naval, or air forces throughout a diversity of climate and terrain areas, and staging areas for the use of the Armed Forces in defense missions at existing military installations. d. Ability to accommodate contingency, mobilization, and future total force requirements at both existing and potential receiving military installations to support operations and training. e. Reducing the cost of operations and manpower implications. B.19.2 Eligibility: DEO seeks application proposals only from economic development applicants serving in the official capacity of a governing board of a county, municipality, special district, or state agency that will have the authority to maintain the project upon completion and represents a community or county in which a military installation is located, as defined in Section 288.980(5), Florida Statutes. Further, Respondents must satisfy eligibility for each of the following criteria: a. Represent a local government with a military installation or military installations that could be adversely affected by federal actions. b. Secure matching funds in an amount equal to thirty (30) percent of the Grant award. The matching funds shall be received from the identified sources and types indicated in the Project Budget. The term for the matching funds shall be concurrent with the Agreement period. Matching funds may consist of cash contributions or in-kind contributions, as defined in Tab 4 Application Contents and Required Documentation in Section B.35.1, Grant Application Response Format. c. Prepare a coordinated program of work or plan of action delineating how the eligible project will be administrated and accomplished, which must include a plan for ensuring close cooperation between civilian and military authorities in the conduct of the funded activities and a plan for public involvement. If part of an existing strategic plan, a copy of the plan must be included with the Grant Application response. d. Provide documentation describing the potential for changes to the mission of a military installation located in the Respondent s community and the potential impacts such changes will have the Respondent s community. B.19.3 Maximum Funds Available: $1,600,000.00 in non-recurring General Revenue Funds. B.19.4 Type of Award: Grant. B.19.5 Grant Award Period: July 1, 2016 through June 30, 2019. Grant Agreement terms may be negotiated between DEO and Respondent(s) considering Respondent s proposed project timeline, and may be less than thirty-six (36) months. B.19.6 Use of Grant Funds: Allowable and unallowable expenditures are defined by one or more of the following: a. Program expenditures must be in accordance with the requirements of the State of Florida Reference Guide for State Expenditures (http://www.myfloridacfo.com/aadir/reference_guide/). b. Sections 112.061, 215.97, and 215.971, Florida Statutes. c. Other fiscal requirements set forth in program laws, rules and regulations. B.19.7 Funding Guidelines: Grant recipients may only be reimbursed for allowable project costs resulting from obligations incurred during the Agreement period. Activities for which state funds may not be spent include the following (this also applies to any subcontractors or consultants that are paid with Grant funds): a. Staff salaries. b. Purchase of equipment, furniture, or fixtures. c. Receptions, gifts, and membership dues. d. Lobbying any branch of state government. e. Administration of the project in excess of ten (10) percent of the Grant award. f. Project costs incurred related to the Agreement prior to its beginning or after its ending date. g. Travel expenses not made pursuant to Section 112.061, Florida Statutes. DEO Solicitation No.: 17-RFA-001-VM, Page 8 of 32

h. Business entertainment expenses, including meals or activity fees, with the same participants more than once per month. i. Participation in trade shows, air shows, consultant events, and congressional delegations for more than three (3) key staff members and/or officers of the prospective Grantee per activity. j. On-base military construction projects. B.19.8 Submission of Multiple Applications PROHIBITED: A Respondent can be the prime Grant recipient for only one Response. A Respondent may be a supporting partner for another community s proposal. All work shall be performed in accordance with Attachment B Grant Application and Section C, DEO s Defense Infrastructure Grant (DIG) Agreement, Attachment 1, Scope of Work. B.20 Number of Awards DEO anticipates the issuance of multiple grant awards under this solicitation. B.21 Type of Agreement Contemplated Respondent should anticipate that all Agreements awarded hereunder will be paid on a cost-reimbursement basis. DEO reserves the right, in its sole discretion, to award another type of Agreement if such will be most advantageous to DEO and the State of Florida, price and other factors considered. The Grantee shall be paid for the services rendered under the Agreement upon satisfactory completion of these services. A copy of the proposed Agreement is included in Section C, DEO s DIG Agreement. The requirements contained in the proposed Agreement should be closely reviewed by the Respondent. DEO may consider any modifications proposed by the Respondent if it is determined to be in the best interest of DEO. Information on procurement regulations, State statutes and rules referred to in this solicitation may be obtained by contacting DEO s Office of Property and Procurement referred to in Section B.4, Issuing Office. B.22 Response Acceptance Period DEO intends to execute the Agreement(s) as soon as possible after the posting of DEO s decision. DEO, at its discretion, may terminate discussions with Respondent(s) if agreement is not reached within thirty (30) days after the announcement of an award. B.23 Firm Response (This section supersedes Section A, PUR 1001, Item #14, Firm Response). Any submitted proposal shall remain firm and valid for one hundred eighty (180) days after the response submission due date, or until the Agreement is fully executed, whichever occurs first. The Respondent shall not withdraw any response within this time period except as described in Section B.11, Submission of Responses. Any response that expresses a shorter duration of validity may, in DEO s sole discretion, be accepted or rejected. B.24 Disclosure Information will be disclosed to Respondents in accordance with State statutes and rules applicable to this solicitation. B.25 Laws and Permits Grantee(s) must comply with all local, state and federal laws, rules, regulations and codes whenever work is being performed under this Agreement. All permits and licenses required for this Agreement must be obtained by the Grantee and maintained for the duration of the Agreement. B.26 Insurance (This section is superseded by Section C, DEO s DIG Agreement, Section I., S., Insurance ). B.27 Vendor Registration Prior to entering into an Agreement with DEO, the selected Grantee must be registered with the DMS MyFloridaMarketPlace Vendor Registration System. Information about the registration process is available, and registration may be completed, at the MyFloridaMarketPlace website (link available under Business at http://www.myflorida.com/. Respondents who do not have Internet access may request assistance from MyFloridaMarketPlace Customer Services at (866) 352-3776. The following DMS Class/Group code is provided to assist you in your registration efforts: 80101504, Strategic planning consultation services 92111905, Military Relations DEO Solicitation No.: 17-RFA-001-VM, Page 9 of 32

92112300, Military Bases 92101503, Community Outreach A list of Commodity Codes can be found here: http://www.dms.myflorida.com/business_operations/state_purchasing/myfloridamarketplace/current_projects/myfloridamarketpla ce_commodity_code_standardization_project but if you need assistance, the Procurement Officer can help. B.28 Florida Department of State Registration Requirements All entities identified under Chapters 607, 608, 617, 620, 621 and 865, Florida Statutes, seeking to do business with shall, prior to entering into an Agreement, be appropriately registered with the Florida Department of State. B.29 Diversity (This section is superseded by Section C, DEO s DIG Agreement, Section I. N., Assignments and Subcontracts, Item No. 6). B.30 Contractors and Subcontractors (This section is superseded by Section C, DEO s DIG Agreement, Attachment 1, Scope of Work, XII., Subcontracts ). B.31 Conflict of Interest The Respondent covenants that it presently has no interest in and shall not acquire any interest, direct or indirect, which would conflict in any manner of degree with the performance of the services required to be performed under the Agreement resulting from this solicitation. The selected Grantee shall be required to provide written notification to DEO within five (5) business days of the discovery of a potential conflict of interest. DEO shall have the authority to determine whether or not a conflict of interest exists. B.32 Rights to Data and Copyright (This section is superseded by Section C, DEO s DIG Agreement, Section I., V., Patents, Copyrights, and Royalties). B.33 Submittal Requirements Respondents shall submit a signed original Grant Application Response, including all required attachments and documentation, and ten (10) copies thereof shall be bound, enclosed and sealed individually, and one (1) electronic copy of the signed original Grant Application Response (on compact disc). The original shall be labeled Original Grant Application Response and all copies shall be labeled Grant Application Response Copy. The original and copies may then be submitted together. The software used to produce the electronic files must be Microsoft Word 2007 and/or Excel 2007 or newer, or Adobe Acrobat. The electronic files must be logically named. If Respondent fails to submit the one (1) electronic (i.e., on compact disc), signed copy of its original Grant Application response, DEO reserves the right to contact the Respondent by telephone for submission of this document via mail. This right may be exercised when the response has met all other requirements of the solicitation. If Respondent considers any portion of its Grant Application response to be confidential, the Respondent shall submit a compact disc containing one (1) copy of the signed original response with the confidential information redacted, in full compliance with Section B.17, Respondent s Duties to Assert Exemption from Disclosure as a Public Record, above. This compact disc shall be titled Redacted Copy. B.34 Elaborate Responses It is not necessary to prepare your response using elaborate brochures and artwork, expensive paper and bindings, or other expensive visual presentation aids; instead prepare your response simply and in accordance with the instructions herein. B.35 Instructions for Preparation of the Grant Application response The instructions for this solicitation have been designed to help insure that all responses are reviewed and evaluated in a consistent manner, as well as to minimize costs and response time. ANY AND ALL INFORMATION SUBMITTED IN VARIANCE WITH THESE INSTRUCTIONS MIGHT NOT BE REVIEWED OR EVALUATED, IN DEO S DISCRETION. B.35.1 Grant Application Response Format The Grant Application response package shall be prepared by each Respondent utilizing 8.5 x 11 paper and at least an 11 point font size or larger. DEO Solicitation No.: 17-RFA-001-VM, Page 10 of 32

Using the description of work outlined in Section C, DEO s DIG Agreement, and Attachment B Grant Application, Respondents shall prepare their Grant Application response package in the order outlined below, with the sections tabbed for ease of identification and review. Failure of the Respondent to provide any of the information required in the Grant Application response portion of the response package shall result in a score of zero (0) for that element of the evaluation, and may result in the response being deemed non-responsive and rejected. The grant application response will consist of the following and follow the format listed: Cover Sheet DEO RFA Solicitation Acknowledgement Form The DEO RFA Solicitation Acknowledgement Form shall be completed as instructed. Respondents are required to complete, sign and return the DEO RFA Solicitation Acknowledgment Form with their Grant Application response submittal. This form must be completed and signed by a representative who is authorized to contractually bind the Respondent. If a Respondent fails to submit a signed DEO RFA Solicitation Acknowledgment Form with their response, DEO reserves the right to contact the Respondent by telephone for submission of this document via fax with follow up via mail. This right may be exercised when the response has met all other requirements of the solicitation. The Respondent s Grant Application response will consist of the following and shall follow the format listed: Tab 1 Table of Contents The Respondent shall include a Table of Contents in its Grant Application Response. The Table of Contents shall contain section headings and subheadings along with corresponding page numbers. Tab 2 Respondent s Understanding of the Project/Executive Overview The Respondent shall include an Executive Overview, limited to no more than five (5) pages in length, which demonstrates the Respondent s overall understanding of the Grant and describes the salient features of the Respondent s proposal. Tab 3 Project Approach and Methodology The Respondent shall provide comprehensive narrative statements, limited to no more than two (2) pages in length, which outlines the project approach and methodology to be employed, and illustrate how the methodology will serve to accomplish the project requirements and meet the proposed project schedule. Tab 4 Application Contents and Required Documentation The Respondent shall include a completed copy of Attachment B Grant Application, in its Response. Application attachments and appendices should be kept to a minimum. Mandatory Required Information and Documents for Evaluation It is MANDATORY that the Respondent include the following required attachments: a. Community Support and Involvement Attachment B, Item 12 The Respondent s Response must address the community s commitment and support for the proposed plan of action. Describe and explain the interaction between the Respondent, local government, local economic development organization, local military facilities, and the public. b. Matching Funds Criteria and Documentation Attachment B, Item 13 The Respondent must secure and commit to providing, at a minimum, the thirty (30) percent of the Grant award required by Section 288.980(3)(c)2., Florida Statutes, to establish and maintain eligibility. Matching funds contribution may either be cash or in-kind services. Match documentation must include firm amounts and sources of local match; references to anticipated or expected matching funds availability will not be accepted. Matching funds demonstrate that the local organization believes in the project and adds stakeholders. A greater match amount may influence the Grant award. Matching funds may consist of the following types: DEO Solicitation No.: 17-RFA-001-VM, Page 11 of 32

i. Cash Contributions may include cash contributions from the Respondent, cash contributions from outside sources that are directly applied to the proposed project activities. Cash outlays to directly support the proposed project through acquiring materials and supplies, buying equipment, paying for staff time used to work on the proposed project activities, and paying expenses such as travel, telephone, postage, or printing. ii. In-Kind Contributions may include the reasonable value of the partial use of equipment, software, or staff from other divisions of the Respondent or from participating partners; the reasonable rental value of office space; or the reasonable value of volunteer time and expenses, calculated based on the value of the work done, and not the amount charged in the performance of the volunteer s normal occupation. For this purpose, the value of volunteer time shall be deemed not to exceed forty dollars ($40) per hour. c. Plan of Action Attachment B, Item 14 The Respondent must submit a Plan of Action template to cover the anticipated Agreement period and include: i. Purpose of the proposed project. ii. Summary of activities. The term activity as used in this solicitation means studies, presentations, analyses, plans, and modeling, as well as construction, land purchases, and easements. iii. List of specific activities, including milestones sufficient to monitor the progress of the resulting Agreement and evaluate project outcome results. iv. Expected outcomes and performance measures of activities. v. Estimated costs of activities. vi. A project schedule, which includes ALL projected milestones and final completion dates for each identified activity. Participation in trade shows, air shows, consultant events, and congressional delegations should be noted as an activity. Expense reimbursement eligibility is limited to three (3) key staff members and/or officers of the Prospective Grantee per activity. Should consulting activities be identified in the Respondent s Response, any geographic research, study, data or analysis should include the region or, if applicable, the entire state. Every effort will be made to ensure that activities are funded only once and addressed at the level that benefits as much of the state as possible. d. Budget Summary and Financial Report Form Attachment B, Item 15 The Respondent must prepare and submit an itemized program budget, which includes the following: i. A detailed line-item breakdown of anticipated expenses and expenditures for both the local match and state funds. ii. Breakout of activities in funding categories and specific activities. iii. Correlate activities to the plan of action. iv. Cover only the anticipated Agreement period. v. Requested grant amount shall not exceed $300,000.00. e. Previous Performance Attachment B, Item 16 The Respondent must include a list of ALL defense grant (Defense Reinvestment Grant, Defense Infrastructure Grant, Military Base Protection Grant) awards for the past five (5) years, including amounts and current status of each project. f. Signatures Attachment B, Item 17 In accordance with Section 288.980(5), Florida Statutes, grant requests will be accepted only from economic development applicants that will have the authority to maintain the project upon completion. The Applicant (Respondent), Base Commander, and Local Economic Development Official must complete this item, as it relates to the proposed project(s) specified in Attachment B Grant Application. Tab 5 Attachments Proposal responses to this RFA must include the following documents and certifications: 1. Qualification Questions (Attachment A) DEO Solicitation No.: 17-RFA-001-VM, Page 12 of 32

2. Drug-Free Workplace Certification (Attachment C) 3. Disclosure Statement/Conflict of Interest Disclosure (Attachment D) 4. Intent to Submit Response (Attachment E); optional 5. CMBE Certification; if applicable. Attach a copy of your Certified Minority Business Enterprise (CMBE) Certification; if certified with the Florida Department of Management Services. B.36 Past Performance References (This section is intentionally left blank). B.37 State Project Plan The Respondent should submit a written plan addressing the State s four (4) objectives listed below, to the extent applicable to the items/services covered by this solicitation. DEO expects Respondents to address each objective. Objectives not addressed in the selected Respondent s response must be addressed prior to Agreement execution. The State reserves the right to negotiate mutually acceptable changes with the Respondent selected for award, prior to execution of the Agreement. a. Environmental Considerations: The State supports and encourages initiatives to protect and preserve our environment. The Respondent shall submit as part of this plan, the Respondent s plan to support the procurement of products and materials with recycled content. The Respondent shall also provide a plan for reducing and/or handling of any hazardous waste generated by the Respondent which must comply with the provisions of rule 62-730.160, Florida Administrative Code, and applicable State and Federal laws. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of the Respondent s explanation of its organization s hazardous waste plan and shall explain in detail its handling and disposal of waste. b. Certification of Drug Free Workplace Program: The State supports and encourages initiatives to keep the workplace of Florida s suppliers and contractors drug free. Section 287.087, Florida Statutes, provides that, where proposals which are equal with respect to price, quality, and service are received, preference shall be given to a proposal received from a respondent that certifies it has implemented a drug-free workforce program. If the Respondent has a drug-free workplace program, the Respondent shall sign and submit the Certification of Drug Free Workplace Program Form, attached hereto and made a part hereof as Attachment C. c. Products Available from the Blind or Other Handicapped (RESPECT): The State supports and encourages the gainful employment of citizens with disabilities. Information about RESPECT and the products it offers is available at http://www.respectofflorida.org. The Respondent shall describe how it will support the use of RESPECT in offering the services/items being procured under this solicitation. Respondents proposing the use of RESPECT as a subcontractor shall be required to provide written proof of a subcontractor agreement for this solicitation with RESPECT with their response. The written documentation shall be a one (1) page letter supplied by the subcontractor on its letterhead stationery, clearly identifying DEO Solicitation Number, the project title, and the prime contractor with whom the firm intends to subcontract. d. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE): The State supports and encourages the use of Florida Correctional work programs. Information about PRIDE and the products it offers is available at http://www.pride-enterprises.org. The Respondent shall describe how it will support the use of PRIDE in offering the services/items being procured under this solicitation. Respondents proposing the use of PRIDE as a subcontractor shall be required to provide written proof of a subcontractor agreement for this solicitation with PRIDE with their response. The written documentation shall be a one (1) page letter supplied by the subcontractor on its letterhead stationery, clearly identifying DEO Solicitation Number, the project title, and the prime Contractor with whom the firm intends to subcontract. B.38 RFA Process The RFA process consists of four (4) sequential phases: first, the Response Preparation Phase; second, the Completeness Check; third, the Evaluation Phase; and fourth, the Negotiation Phase. a. In the Response Preparation Phase, the Respondents will prepare and submit a response to the Procurement Officer based on the requirements identified in Section C, DEO s DIG Grant Agreement, and Attachment B Grant Application, of this RFA and any addenda to the RFA. DEO Solicitation No.: 17-RFA-001-VM, Page 13 of 32

b. In the Completeness Check, DEO will initially review the grant application response received to determine whether the applications are substantially complete. This step will address whether the required forms are present and properly signed, that the response appears to have addressed the grant application contents required, and that there is not an easily discernible or obvious error that may be readily corrected. Should an error be detected, DEO will notify the Respondent and the Respondent will be afforded two (2) workdays to take corrective action to adjust the grant application response. During the correction period, the Respondent is permitted to only take action to correct completeness errors cited by DEO and not to supplement its application by adding material for any other purpose. DEO is under no obligation to detect or offer the opportunity for completeness and/or correction. DEO s election to afford this opportunity should not, and does not give rise to an expectation of completeness, or application correction. Respondent is solely responsible for completing the corrective measures and ensuring their receipt by DEO. c. In the Evaluation Phase, an evaluation team will evaluate and score the responses according to the evaluation criteria contained in the RFA and DEO will then post DEO s Notice of Shortlist, if applicable, as set out in Section B.6, Calendar of Events. d. In the Negotiation Phase, negotiations will be conducted according to the negotiation methodology published in Section B.41, Negotiation of this RFA. The ranking of Respondents responses will not create a presumption of preference in the negotiation process or for Agreement award. B.39 Evaluation Criteria B.39.1 General a. DEO reserves the right to accept or reject any or all responses received and reserves the right to make an award without further discussion or evaluation of the responses submitted. b. A non-responsive proposal shall include, but not be limited to, those that: - Are irregular or are not in conformance with the requirements and instructions contained herein; - Fail to utilize or complete prescribed forms; or - Have improper or undated signatures. A NON-RESPONSIVE PROPOSAL WILL NOT BE CONSIDERED UNLESS, IN DEO S DISCRETION, THE DISCREPANCY DOES NOT PREVENT REVIEW OF THE RESPONSE BY DEO AND CAN BE EASILY AND QUICKLY REMEDIED. c. In determining whether a Respondent is responsible, DEO may consider any information or evidence which comes to its attention and which reflects upon a Respondent s capability to fully perform the Agreement requirements and/or the Respondent s demonstration of the level of integrity and reliability which DEO determines to be required to assure performance of the Agreement. DEO may deem the Respondent as non-responsible. B.39.2 Criteria See Attachment F Evaluation Criteria B.39.3 Evaluation Committee The Evaluation Committee will evaluate Grant Application responses and assign points based on the criteria described in Attachment F Evaluation Criteria to assure Grant Application responses are uniformly rated. Total possible points for the evaluation phase of the RFA are 105. Each Evaluation Committee member will prepare the initial Grant Application response evaluations independently. A short-list of Respondents may be generated, if applicable, based on these scores for the Grant Application response of this RFA. Respondents will be ranked numerically (1, 2, 3, etc.) from highest to lowest order based on the overall Grant Application response score average. DEO will post a notice on the Florida VBS, stating DEO s intent to continue either separate or concurrent negotiations with selected Respondents. The Respondents selected for the short-list will be posted on the Florida VBS. DEO Solicitation No.: 17-RFA-001-VM, Page 14 of 32