Request for Proposal (RFP) Consultant TANF Research Klamath Tribes Social Services Department RFP # KTSSDTANF

Similar documents
Introduction: A. Scope of Work:

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

General Procurement Requirements

OWENS VALLEY CAREER DEVELOPMENT CENTER

Legal Aid Workshop Trainer

REQUEST FOR PROPOSAL

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

REQUEST FOR PROPOSAL

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

Seminole Tribe of Florida Native Learning Center Request for Proposals (RFP) Call for Instructors Procedures

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

REQUEST FOR PROPOSAL FOR AUDIT SERVICES RFP W.E. Upjohn Institute for Employment Research 300 S. Westnedge Ave. Kalamazoo, MI 49007

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

STATE FUNDS AND FISCAL COMPLIANCE POLICIES

Seminole Tribe of Florida Native Learning Center Request for Proposals (RFP) Call for Instructors Procedures

REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

SOUTHERN UTE INDIAN TRIBE REQUEST FOR PROPOSALS (RFP) FOR ENVIRONMENTAL CONSULTING SERVICES FOR

Request for Proposal. Housing Opportunity Program Development Services

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures

Request for Proposals. Environmental Assessment

OWENS VALLEY CAREER DEVELOPMENT CENTER

Below are five basic procurement methods common to most CDBG projects:

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

SOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011

PLANNING AND DEVELOPMENT SERVICES DEPARTMENT HOUSING AND COMMUNITY DEVELOPMENT DIVISION

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

REQUEST FOR PROPOSAL. Page 1 of 5

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

REQUEST FOR PROPOSAL (RFP) PROJECT DESIGN AND CONTRACT DOCUMENT PREPARATION CEDAR BAND TRAVEL PLAZA ENTERPRISE

FOR PROFESSIONAL DESIGN SERVICES

Redevelopment Authority of Allegheny County

CHILD START, INC. REQUEST FOR PROPOSAL FOR AUDIT SERVICES AND TAX RETURN PREPARATION FOR THE PERIOD MAY 1, APRIL 30, 2016

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

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

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Section 3 Compliance Plan

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

REQUEST FOR PROPOSALS TEMPORARY STAFFING SERVICES FOR THE PLACEMENT OF TEMPORARY EMPLOYEES THE HOUSING AUTHORITY OF COLUMBUS, GEORGIA

REQUEST FOR PROPOSALS FOR RENTAL ASSISTANCE DEMONSTRATION (RAD) CONSULTING FOR THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK

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

Request for Proposals RFP VIRTUAL SERVICES

City of Tamarac Community Development Department Housing Division Section 3 Plan

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

MORRISTOWN HOUSING AUTHORITY NOTICE

REQUEST FOR PROPOSALS. Sage Seniors Association. Health Services for Seniors Mobile Health Service Providers

PURPOSE Appendix A BACKGROUND

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

SPOKANE INDIAN HOUSING AUTHORITY 6403 Sherwood Addition, P.O. Box 195 Wellpinit, WA (509) Fax: (509)

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Programmer. Request for Contracted Services

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

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

#NLCU. Lessons Learned from Crisis Leadership

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

The Section 3 Clause. HACSJ Section 3 Form and Explanation (Rev 2013,03.01) Page 1 of 7

Housing Authority of the City of Decatur REQUEST FOR PROPOSAL (RFP) NO. GA ENERGY AUDIT

REQUEST FOR PROPOSALS Northeastern Region Grantee Technical Assistance for Federal Compliance

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

TORRES MARTINEZ DESERT CAHUILLA INDIANS ADOBE EXPERIENCE MANAGER FORMS SOFTWARE

NOTICE OF REQUEST FOR PROPOSALS

Information Technology Business Impact Analysis Consulting Services

Request for Qualifications. Architectural Firms

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

SECTION 3 Policies and Procedures Manual

Procedure Manual. Minority/Women Business Enterprise Program

Trust Fund Grant Agreement

REQUEST FOR PROPOSALS No

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

REQUEST FOR PROPOSALS

Request for Proposal

Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)

$35,750 $40,850 $45,950 $51,050 $55,150 $59,250 $63,350 $67,400

OFFICE OF PHYSICAL PLANT

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

REQUEST FOR PROPOSALS FOR REALTOR SERVICES RELATED TO MARKETING & SALE OF SUCCESSOR AGENCY-OWNED REAL PROPERTIES RFP # SA

MEMORANDUM July 17, 2017

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

The DBE Program is an outreach, education, and objectives program designed to increase the participation of DBEs in the CWSRF Program.

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES

OVERVIEW OF UNSOLICITED PROPOSALS

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

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

Seminole Tribe of Florida Native Learning Center Request for Proposals (RFP) Call for Instructors Procedures. Deadline:

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

CITY OF EL CENTRO. Community Services Department, Economic Development Division

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

YUROK TRIBE REQUEST FOR PROPOSAL (RFP)

POLICY: Conflict of Interest

Transcription:

Request for Proposal (RFP) Consultant TANF Research Klamath Tribes Social Services Department RFP # 18-01-KTSSDTANF 1.1 Introduction: The Klamath Tribes is seeking qualified consultants to develop and negotiate caseload and funding for service area/population expansion of the federally funding block grant, Tribal Temporary Assistance for Needy Families (TANF). The primary function of this RFP will consist of three phases and will be detailed in the Scope of Work. The Consultant will be responsible to review the Klamath Tribes existing Tribal Family Assistance Plan and in compliance with Section 412 of the SSA PL 104-193, 45 CFR Part 286, OFA/ACF Program Instructions (PI), Policy Announcements and other relevant regulations, laws, and case studies to determine best strategy for program expansion. Consultant will provide alternative eligibility criteria and associated relevant case estimates by utilizing, in part, Native American/Alaskan Native census demographic data and other data sources such as Indian Health Services, and Tribal census to prepare a feasibility plan to expand the Klamath Tribes TANF program; prepare a Letter of Intent; and assist in case number negotiations with State, Federal and the Klamath Tribes. Consultant will work independently in researching the TANF program but can expect to receive collaboration from the Social Services Department. Consultant will work with the Klamath Tribes Social Services Department on implementation strategies of the expanded TANF program. 1.2 Background and Timeline: The Klamath Tribes TANF Program has been in existence since 1997 when a MOU between the Kamath Tribes and State of Oregon was implemented. Funding originally derived from 1994 information as outlined in 45 CFR Subpart B 286.20. The Klamath Tribes TANF Program receives annual funding from the federal government and the State of Oregon but funding has not increased since inception of the TANF Program (over 21 years). The Klamath Tribes submits a TANF Plan every three years and has a Plan submitted to start July 1, 2018. The mission is to assist its Klamath County Native American needy families to move toward and achieve selfsufficiency through gainful employment. According to the existing Plan, the TANF program will serve Klamath Tribal members who reside in Klamath County, Oregon and who meet the Tribes TANF program eligibility. Date Schedule of Information 06/22/2018 Solicit RFP 18-01-KTSSDTANF 07/25/2016 Questions regarding RFP 08/01/2018 Closing date for RFP 18-01-KTSSDTANF 4 p.m. 08/02/2018 Opening of RFP 18-01-KTSSDTANF 1:30 p.m. 1.3 Scope of Work: Described below are the technical requirements for the material, product, or service to be procured, including the minimum essential characteristics and standards which it must meet to satisfy its intended use. 1.3.1 The Klamath Tribes would like to engage with an individual or firm who can productively research, coordinate, orchestrate, and produce a feasibility plan to assertively expand the Klamath Tribes TANF Program. 1

To accomplish an effective expansion plan, the consultant must be able to develop and negotiate caseload and funding for service area/population expansion of the federally funded block grant, Tribal Temporary Assistance for Needy Families (TANF). The Scope of Work shall include the use of Native American/Alaskan Native census demographic data using multiple data sources including Indian Health Services Clinics, Census Bureau and any other relevant data sources to obtain the most beneficial outcome for the Klamath Tribes Social Services Department, TANF Program. It is anticipated the Plan will be developed in three (3) phases and there are several key capacities that the consultant must have and be able to address in the submitted RFP: a. Knowledge and/or familiarity of The Klamath Tribes, its mission, strategy, and structure/hierarchy. b. The Consultant must have extensive knowledge in TANF; Tribal TANF; Tribal TANF caseload; and funding methodology. c. Knowledge of data and statistical analysis principles. d. The Consultant must have experience in relationships/negotiations with Tribes, Federal and State agencies. e. Ability to research and gather information relating to TANF regulations and TANF programs in order to develop the Letter of Intent and Feasibility Plan. f. Ability to understand and execute complex instructions to define problems, collect data, establish facts, and draw valid conclusions. Experience in Statistical Analysis is a must. g. Effective research techniques and powerful negotiation skills. h. Knowledge of 45 CFR Part 286 and other regulations related to Temporary Assistance for Needy Families (TANF). i. Above average organizational skills to plan, prioritize, and coordinate the Caseload/Funding Feasibility Plan; Program Assessment /Program Development; Policy change and Implementation and execution. j. Consultant must have five (5) years experience in working with statistics. 1.3.2 Phase I. Caseload Feasibility/Funding Project: Consultant will spend time on research and review of the Tribes current TFAP: 1) Federal Plan; and 2) State of Oregon Plan. Consultant may meet with the General Manager, Social Services Department Director, TANF Manager, TANF staff and Chief Finance Officer to obtain historical and current information on the TANF Plan and its inception. Consultant will review 45 CFR Part 286, Tribal laws and other regulations that relate to the TANF Plan. Specifically Consultant will review 45 CFR Subpart B, 286.20 and assist the Tribes in redefining Indian Family that will be negotiated in the TFAP amendment. Specifically Consultant will assist the Tribes in defining the Eligible Population that will be negotiated in the TANF Plan amendment. Specifically Consultant will assist the Tribes in defining eligible Households and what a Household encompasses. Consultant will develop a Letter of Intent that justifies expanding the TANF program and includes the new definitions of Indian Family and Eligible Population. Consultant will use appropriate Census to include: o Klamath enrolled including those on the 1954 Roll; o Klamath descendants; o Other Indians from Federally recognized tribes living in Klamath County; 2

o o Descendants of Federally recognized tribes; Other. 1.3.3 Phase II Program Assessment/Program Development Project: If feasible, prepare a Letter of Intent based statistical analysis and information derived from Phase I. Prove that the 1994 census information is inaccurate and provide a report. Provide a Feasibility Report that includes all findings from Phase I above to use as a negotiation tool with the State of Oregon to redefine the TANF Plan. Assist the Tribes in negotiation efforts, including preparing and redefining the Caseload/Funding Feasibility Plan and taking the lead in negotiations. 1.3.4 Phase III Implementation Assist the Tribes with implementation of the new Policy for TANF. Assist the Tribes in development of staffing, training and re-training plans. Amend the TFAP to include new eligible population, new definition of family and new household. Assist the Tribes in setting up new services. 1.3.5 The Klamath Tribes understand that most of the work can be done at the contractor s place of business, but there may be times when the contractor must attend meetings by teleconference, Skype, or in person. Address any barriers or recommendations to this requirement. 1.3.6 The proposal must show the total cost for labor, travel, supplies, or other costs necessary to complete the projects. 1.3.7 Consultant must meet all deadlines in a timely manner. 1.3.8 The Consultant will abide by Klamath Tribes confidentiality requirements. 1.3.9 The Consultant must be respectful to the Klamath Tribes and their possessions and is encouraged to ask questions for clarification. 1.3.10 Questions regarding requirements of the project can be directed to Mr. George López, General Manager at george.lopez@klamathtribes.com. Questions must reach Mr. López no later than July 25, 2018. 1.4. Quality Requirements: The Klamath Tribes Administration will award contracts to responsible prospective contractors who have the ability to perform successfully under the terms and conditions of the proposed contract. In determining the responsibility of a party, the Klamath Tribes Administration will consider such matters as the party s Integrity; Compliance with public policy; Record of past performance; Financial and technical resources Required information needed in the response of this RFP 1. At least five (5) years of direct and relevant TANF work experience, including statistical analysis. 2. Must provide resume or job qualification papers showing five (5) successful years in the field. 3. Must provide 3 references for the last 2 relevant jobs completed (Name, number/email). 3

4. Must not be debarred or suspended from doing business with the federal government. Preferred or If Applicable for RFP 1. Strong written and negotiation skills will be a plus in selection. 2. Provide Federal ID#, Social Security or TIN # and State Registry# or equivalent. 3. Provide certificate of insurance for general liability coverage. If selected, insurance must be provided and maintained during contract administration. 4. If qualified, provide proof to claim Indian preference (Indian Enterprise Qualification Statement). 5. It is preferred that party is registered with the System for Award Management (sam.gov) (Cage Code is acceptable.) 1.5. Evaluation Factors and Scoring: 1. Selection Procedures: The Klamath Tribes Administration uses this formal advertisement for RFP s to award to the most highly rated proposal subject to negotiation of fair and equitable compensation. All timely responses to this RFP will be considered. Klamath Tribes Administration reserves the right to reject any and all proposals based on documented reasons including determining any or all proposals to be non-responsive. 2. Method of Review: The Klamath Tribes Administration and its authorized representatives will review all proposals received on time and may contact the party to request further information. The Klamath Tribes Administration may accept any given RFP as submitted or may negotiate with the party to establish terms most advantageous to the Tribes. The decision of the Klamath Tribes Administration shall be final and not subject to appeal. 3. Method of Scoring: All proposals received on time will be evaluated and scored as follows: a. (0-55 points) Proposal Preparation and Requirements. The RFP must fully demonstrate ability to carry out each requirement listed in the Sections above. Responder must detail experience and ability to carry out each question or requirement. b. (0-35 points) Cost: Cost will be determined by formula method, if possible. c. (0-10 points) References: A record of integrity, judgment, performance and timeliness in the execution of previous jobs will garner higher points. d. Indian preference: At minimum 15% of the evaluation points shall be granted to parties who demonstrate entitlement to Indian Preference, which points shall not be available to non-indian bidders when using Method #3 of the Klamath Tribes Procurement Policy. e. In the case of duplicate proposals the earliest postmarked envelope will be reviewed unless otherwise advised in writing by the applicant that the later proposal is the appropriate one to review. 100 TOTAL POINTS POSSIBLE (without Indian Preference) 1.6. Instructions for Submitting Proposals: 1. Return proposal in an envelope clearly marked according to the following instructions below. One original and three (3) copies must be submitted (all can be printed on both sides of paper). Alternate proposals will not be accepted. 4

2. Proposals can be submitted in person, through US Postal Service, or by ground delivery to: The Klamath Tribes Administration Office Attention: Jackie Galbreath, Purchasing Agent P.O. Box 436 501 S. Chiloquin Blvd. Chiloquin, OR 97624 3. Do not submit RFP by email or Fax. 4. On outside of sealed envelope write: Consultant TANF Research RFP # 18-01-KTSSDTANF For any questions on the proposal and requirements, please contact Jana DeGarmo, Grant and Contract Compliance Officer by email at jana.degarmo@klamathtribes.com. 1.7. Closing/Opening Date and Time and Method of Solicitation: 1. Proposals will be accepted at the address above up to 4 p.m. on 08/01/2018. All timely responses to this RFP will be considered. The Klamath Tribes reserve the right to reject any and all proposals including those proposals received after the closing date and time. If, at the time of the scheduled closing date, The Klamath Tribes Administration is closed due to uncontrolled events or administrative closures, RFP s will be accepted until 4 p.m. on the next normal business day. 2. Proposals will be opened at 1:30 p.m. on 08/02/2018 at the Klamath Tribal Administration office, 501 S. Chiloquin Blvd., Chiloquin Oregon. The Klamath Tribes reserve the right to reject any and all proposals during opening that do not meet stated criteria. If, at the time of the scheduled closing date, The Klamath Tribes Administration is closed due to uncontrolled events or administrative closures, RFP s will be opened at 10 a.m. on the next normal business day. 3. This RFP has been published by: X X Publication in a Newspaper of general circulation Direct solicitation of proposals from an adequate number of known sources klamathtribes.org 1.8. Indian Preference: 1. To the greatest extend feasible, preference and opportunities for training and employment shall be given to Indians, and preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned economic enterprises. Indian Preference is given to Indian-owned enterprises that provide proof of at least 51 percent ownership of the enterprise submitted on an Indian Enterprise Qualification Statement showing: ownership, control, and interest; certification by a tribe that bidder is an Indian; evidence of stock ownership, structure, management, control, and financing affecting the Indian character of the enterprise; 5

provide evidence that the contractor has the technical, administrative, and financial capability to perform contract work of the size and type involved. 2. Preference and opportunities for training and employment in connection with the administration of these activities shall be given to Indian and Alaskan Natives. 1.9. Provisions: 1. All contractors must observe the Klamath Tribes Indian preference policy as set forth in the Klamath Tribes Procurement Policy. 2. The Klamath Tribes shall conduct all procurement transactions in a manner that provides fair and open competition. 3. The Klamath Tribes shall provide fair and equitable treatment for all persons or firms who are in the business of supplying goods and services. 4. The Klamath Tribes wish to assure that supplies, services, and construction are procured efficiently, effectively, and at the most favorable prices available. 5. The Klamath Tribes shall take reasonable affirmative steps to assure that DBE s, WBE s and MBE s are used when possible but without infringing on Indian preference where Indian preference is applicable. 6. The Klamath Tribes shall not use federal grantor funds to do business with any entity who is disbarred in accordance with the Federal Government Disbarment list. 7. Request for Proposals may be terminated by The Klamath Tribes Administration at any time for cause. 8. Each party submitting a proposal is certifying that he/she has not colluded with any other person, firm or corporation in regard to securing the services being solicited. 9. No employee, officer, or agent of the Klamath Tribes may solicit or accept gratuities, favors, or anything of monetary value from contractors, potential contractors, or parties to subcontractors. 10. Negotiation: Provisions not addressed by this solicitation will be negotiated with the professional once a selection has been made. 11. Agreement: The selected professional will enter into an enforceable agreement that fully conforms to the contracting provisions pursuant to 2 CFR. Copies of these requirements are available for review at the grantee s offices. 6