64
**IMPORTANT NOTICE** ONLINE BIDDING PROCESS Bid pricing must be submitted online through Alameda County Strategic Sourcing Supplier Portal . The following pages require signatures and must be scanned and uploaded to Alameda County Strategic Sourcing Supplier Portal : 1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance page a. Must be signed by Bidder 2. Exhibit A – Bid Response Packet a. Must be signed by Bidder Please read EXHIBIT A – Bid Response Packet carefully, INCOMPLETE BIDS WILL BE REJECTED. Alameda County

901307 Refugee Social Adjustment Services RFP · Web viewWelfare – information and orientation designed to improve understanding of cash, medical, social, employment, and employment-related

Embed Size (px)

Citation preview

**IMPORTANT NOTICE** ONLINE BIDDING PROCESS

Bid pricing must be submitted online through Alameda County Strategic Sourcing Supplier Portal.

The following pages require signatures and must be scanned and uploaded to Alameda County Strategic Sourcing Supplier Portal:

1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance pagea. Must be signed by Bidder

2. Exhibit A – Bid Response Packeta. Must be signed by Bidder

Please read EXHIBIT A – Bid Response Packet carefully, INCOMPLETE BIDS WILL BE REJECTED. Alameda County will not accept submissions or documentation after the bid response due date. Successful uploading of a document does not equal acceptance of the document by Alameda County.

COUNTY OF ALAMEDAREQUEST FOR PROPOSAL No. 901307

for

Refugee Social Adjustment Services

For complete information regarding this project, see RFP posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or

contact the County representative listed below. Thank you for your interest!

Contact Person: Ariana Figueroa, Procurement & Contracts Specialist

Phone Number: (510) 208-9599

E-mail Address: [email protected]

RESPONSE DUEby

2:00 p.m.on

November 9, 2015through

Alameda County, GSA-Procurement & Support Services Strategic Sourcing Supplier Portal

https://ezsourcing.acgov.org/psp/SS/SUPPLIER/ERP/h/?tab=DEFAULT

Alameda County is committed to reducing environmental impacts across our entire supply chain. If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

1401 Lakeside Drive, Suite 907 Oakland, CA 94612Phone: 510-208-9600 Website: http://www.acgov.org/gsa/departments/purchasing/

COUNTY OF ALAMEDAREQUEST FOR PROPOSAL No. 901307

SPECIFICATIONS, TERMS & CONDITIONSfor

Refugee Social Adjustment ServicesTABLE OF CONTENTS

Page

I. STATEMENT OF WORK 4A. INTENT 4B. SCOPE4C. BACKGROUND 5D. BIDDER QUALIFICATIONS 6E. SPECIFIC REQUIREMENTS 6F. DELIVERABLES / REPORTS 14

II. CALENDAR OF EVENTS 16H. NETWORKING / BIDDERS CONFERENCES 17

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS 18I. EVALUATION CRITERIA / SELECTION COMMITTEE 18J. CONTRACT EVALUATION AND ASSESSMENT 22K. NOTICE OF RECOMMENDATION TO AWARD 23L. TERM / TERMINATION / RENEWAL 23M. QUANTITIES 23N. PRICING 24O. AWARD 25P. METHOD OF ORDERING 26Q. INVOICING 26R. ACCOUNT MANAGER / SUPPORT STAFF 27

IV. INSTRUCTIONS TO BIDDERS 27S. COUNTY CONTACTS 27T. SUBMITTAL OF BIDS 28U. RESPONSE FORMAT 29

ATTACHMENTS

EXHIBIT A - BID RESPONSE PACKETEXHIBIT B - INSURANCE REQUIREMENTSEXHIBIT C - VENDOR BID LISTEXHIBIT D - CURRENT REFUGEE POPULACE

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms, and conditions to describe the refugee social adjustment services required by the Alameda County Social Services Agency (SSA).

The County will accept proposals from community-based organizations, as well as public or private, and for-profit agencies. The County intends to award a one-year contract, with option to renew for four additional one-year terms, to the most responsible bidder whose response conforms to the Request for Proposal (RFP) and meets the County’s requirements.

B. SCOPE

SSA is interested in contracting with a vendor to provide social adjustment (SA) services to refugee populations which consist of, but are not limited to, refugees, asylum applicants, Cuban and Haitian entrants, and Iraqis and Afghans admitted/issued a Special Immigrant Visa. SA services are designed to assist newly-arrived refugees to resettle in the United States as soon as possible. In addition, services should help older refugees access citizenship and naturalization programs, citizenship activities, and other local mainstream services.

The County expects to award a contract during federal fiscal year (FFY) 2015/16. A first term contract of nine months for the period of January 1, 2016, through September 30, 2016, will have a funding level of $90,000. The annual contract renewal will be for the full twelve month award of $120,000 for term period of October 1, 2016 through September 30, 2017. The annual FFY amount of $120,000 is subject to change based on final Federal and State allocations. Any contract awarded as a result of this RFP is contingent upon receipt by the County of adequate Federal and State funding. As a result, funding beyond September 30, 2016 is not guaranteed.

Additional Trafficking and Crime Victims Assistance Program (TCVAP) funding may be available. Therefore pending this State funding in the upcoming years, Bidders may include additional service components specifically tailored for TCVAP individuals. These additional services may include, but are not limited to:

1. Provide comprehensive; culturally and linguistically appropriate case management services to all survivors of human trafficking, sex trafficking and labor trafficking, foreign nationals and U.S. citizens, male and female, adults and minors;

RFP No. 901307Page 4

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

2. Help survivors gain timely access to shelter, economic assistance, job counseling and skills training, health and dental care, and mental health services, enabling them to establish lives free of violence and exploitation;

3. Provide legal and immigration assistance to pre-certified survivors of trafficking and help survivors achieve permanent status within the US;

4. Act as a focal point for regional anti-trafficking efforts – assist public awareness campaign activities and the intensification of local outreach to identify survivors of human trafficking; and

5. Conduct trainings and awareness raising activities for law enforcement, service providers, state agencies, and the general public.

Fiscal year budgets for Refugee projects will be based on the following allowable fiscal year costs as determined by the Federal Costs Standards for the following:

1. Public Agencies: Federal Management Circular 74-4, as amended; Office of Management and Budget Circular A-102, as amended;

2. Colleges and Universities: Office of Management and Budget (OMB) Circular A-121, as amended;

3. Other Non-Profit Agencies: OMB Circular A-122; and

4. For-Profit Agencies: 41 Code of Federal Regulations (CFR) Part 1.

C. BACKGROUND

SA services are available to all refugees who have been in the U. S. for 60 months or less. These populations are assisted through various Federal, State, and County programs. The Federal Refugee Program was established by the Refugee Act of 1980 and amended in 1987. Under the Refugee Act, refugee funds provided to states and counties impacted by refugee resettlement are used to supply cash, medical benefits, employment, and social services in order to assist individuals with refugee and asylum status in achieving self-sufficiency. Refugee Programs are administrated by the Office of Refugee Resettlement of the Administration of Children and Families/Health and Human Services on the Federal level; the California Department of Social Services (CDSS) Refugee Program Bureau on the State level; and SSA on the County level.

RFP No. 901307Page 5

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

Refugee Social Services (RSS) funds have been allocated to Alameda County through the State Refugee Programs Bureau from the Office of Refugee Resettlement (ORR). Exhibit D lists the most recent data on the current refugee populace. This chart may also be accessed at: http://www.cdss.ca.gov/refugeeprogram/res/pdf/Arrivals/Arrivals2014ToDate.pdf

D. BIDDER QUALIFICATIONS

1. Bidder must be an Ethnic Community-Based Organization (ECBO), defined as an organization with a Board membership consisting of 51% or more actively participating refugees or former refugees, or a non-ECBO fiscal sponsor applying as the prime bidder with an ECBO(s) as their subcontractor(s). Bidder must submit “Board Member Profile” that highlights any background information that supports the ECBO(s) is meeting the Federal and State requirements as an organization. This includes, but is not limited to, all the Board members’ name, the position they hold on the Board, the years served on the Board and any background information about the Board members that would support the Bidder’s Board has a 51% or more membership of actively participating refugees or former refuges. Refer to the California Department of Social Services website for information regarding ECBO(s) at: http://www.cdss.ca.gov/refugeeprogram/PG1528.htm

2. Bidder must be regularly and continuously engaged in the business of providing SA services to a diverse refugee population and to limited and non-English speaking refugees for at least three years. Experience must be demonstrated by references provided by Bidder at the time of the bid.

E. SPECIFIC REQUIREMENTS

Contractor requirements include, but are not limited to the following:

1. Maintain a well-defined SA service program with specific goals and objectives that includes activities to successfully serve a linguistically diverse refugee population; and documentation and verification of all participant activities.

2. Have continual access to a facility that is:

a. In compliance with all applicable building and fire codes;

b. Is large enough to comfortably house the required activities and estimated number of SA participants; and

RFP No. 901307Page 6

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

c. Has a floor plan that supports the required activities stated in this RFP.

3. Have an annual budget that:

a. Thoroughly supports the proposed program design and staffing pattern;

b. Has line items that are reasonable and allocated appropriately; and

c. Includes leveraged funding and other resources.

4. The budget for this contract is state and federally funded. The contractor is expected to manage this budget, and allocate the funds throughout the term of the contract.

5. Maintain a staff that has:

a. A demonstrated track record of providing successful SA services to limited English speaking refugees;

b. Experience and expertise in working with diverse refugee populations;

c. The linguistic capacity necessary to serve a linguistically diverse population;

d. The qualifications and experience necessary to successfully achieve required objectives specified below; and

e. The ability to collect required data and submit accurate, timely reports to the County.

6. Meet or exceed the Federal and State objectives for RSS Programs by providing SA services that:

a. Are oriented toward achieving self-sufficiency for refugees and their families;

b. Are designed to assist refugees in becoming employed within a 12 month period;

c. Help newly arrived refugees resettle in the United States (U.S.) by providing linguistic and cultural competency services;

d. Assist refugees in understanding basic daily living systems that are common to the U.S.;

RFP No. 901307Page 7

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

e. Teach refugees how to use and interact with basic daily systems and how to resolve any system issues;

f. Are presented in a manner that is linguistically and culturally appropriate for all refugees;

g. Aid refugees who have been in the U.S. 60 months or less, unless a waiver is granted by ORR;

h. Provide refugee women with the same participation opportunities as refugee men;

i. Assist employed refugees in need of services to achieve and maintain self-sufficiency;

a. Provide SA allowable services to and/or SA activities for refugees encompassing a variety of subjects including, but not limited to, the following:

(1) Orientation – information and activities to help refugees adjust to their new lives in the U.S.

(2) Citizenship Activities – service and/or training activities to help refugees acquire and become U. S. citizens such as:

(a) English language training and civics instruction to prepare refugees for citizenship;

(b) Application assistance for legal permanent resident and citizenship status;

(c) Assistance to disabled refugees in obtaining disability waivers from English and civics requirements for naturalization; and

(d) Providing an interpreter service for the citizenship interview.

(3) Welfare – information and orientation designed to improve understanding of cash, medical, social, employment, and employment-related training programs available to meet the refugee’s needs as well as information on their rights and responsibilities in using those programs.

RFP No. 901307Page 8

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

(4) Management of Personal Finances – banking, taxes, interest, contract purchases, etc.

(5) Housing – landlord/tenant responsibilities, leases, rental agreements, utilities deposits, appliance usage, safety, maintenance and local housing standards.

(6) Health – mental health and health services needs and the programs available to address those needs, program requirements and methods of accessing such programs.

(7) Education – organizations and content of educational programs, their operation and availability and the rights and responsibilities of administrators, teachers, parents and students in those programs.

(8) Human Relations – differences in standards of courtesy and behavior in work, family, neighborhood and social situations between American and refugee cultures. Areas to address may include appropriate interaction with employer and co-workers, how to avoid and/or deal with neighborhood conflicts, family conflicts, and parent/child conflicts, generational conflicts, etc.

(9) Conflict Intervention and other Social Issues such as:

(a) Conflicts within the immediate and/or extended family due to differences in social/cultural value systems;

(b) Violence against refuges;

(c) Housing problems (landlord/tenant, need for rental deposits, etc.); and

(d) Youth challenges (gangs, school drop-outs, teenage pregnancy, substance abuse, etc.)

RFP No. 901307Page 9

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

7. Provide case management services that include, but are not limited to, the following:

a. Outreach;

b. Connecting clients with available resources;

c. Advocacy;

d. Counseling/guidance;

e. Continuing to assess the family/individual client’s needs;

f. Providing services that address the client’s particular issues/problems;

g. Monitoring progress toward client’s established goals and objectives;

h. Focusing on the following:

(1) Removing barriers;

(2) Social adjustment;

(3) Strengthening, supporting, and promoting employment;

(e) Helping clients with their permanent status adjustment, ID card and employment authorization card;

(f) Providing transportation;

(g) Translation and interpretation services; and

(h) Connecting and/or helping clients to use other community services to achieve and maintain economic self-sufficiency, family stability/well-being, and community integration.

8. Allow the County access to financial and other records pertaining to any contract that may result from this RFP.

9. Maintain statistical, financial, and other records/reports necessary for audit review by the County and assure the accuracy of the data.

10. Account, on a monthly basis, for any discrepancy between the contracted level of service and the actual level of services performed.

RFP No. 901307Page 10

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

11. Submit final statistical and financial reports no later than 30 days following the end of any contract period that may result from this RFP.

12. Comply with fiscal or program monitoring/assessment recommendations by the County liaison and execute all written corrective action plans generated thereby.

13. Maintain individual client case files and make these files available to and open for inspection by appropriate SSA and CDSS staff.

14. Store client case files for a minimum of five years after the case closes. The files will remain available to appropriate SSA and CDSS staff during this time.

15. Bidder must maintain compliance with all federal, state and local rules, regulations, and policies including, but not limited to, the following:

a. Applicable section of CDSS Manual of Policies and Procedures, Divisions 10, 19, 23, and 42;

b. Accounting Handbook for Community-Based Organizations, Alameda County;

c. 45 CFR, Part 74, Sub-Part Q – Cost Principles; OMB Circ. A-122 for non-profit agencies;

d. 45 CFR, Part 74, Sub-Part Q – Cost Principles; OMB Circ. A-102 for local government agencies; and,

e. RSS and Temporary Assistance to Needy Families programs.

16. Bidder must maintain compliance with the following Health and Human Services regulations:

a. 45 CFR Part 16, Department grant appeal process;

b. 45 CFR Part 74, Administration of grants;

c. 45 CFR Part 75, Informal grant appeals procedures;

d. 45 CFR Part 80, Non-discrimination under programs receiving Federal assistance through the Department of Health, Education, and Welfare effectuation of Title VI of the Civil Rights Act of 1964;

e. 45 CFR Part 81, Practice and procedure for hearings under Part 8 of this title;

RFP No. 901307Page 11

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

f. 45 CFR Part 84, Non-discrimination on the basis of handicap in programs and activities receiving or benefiting from Federal financial assistance; and

g. 45 CFR Part 95, Subpart E, General Administration – Grant Programs (public assistance and medical assistance) – Cost Allocation Plans.

17. Performance requirements:

a. SSA is committed to bringing more performance-based monitoring and accountability to all of its contracted services over the next few years. The Agency will be using the Results Based Accountability (RBA) approach in all of its contracting processes such as Requests for Proposals, Scope of Work and review of contract proposals. All new or renewed contracts will be required to provide information and data that address the three basic RBA questions: How much work was done? How well was it done? And, who benefitted as a result of the work? Providers can expect to be asked how they measure whether clients are better off and the quality of the delivered services. Providers will be required to show that their work incorporates best or promising practices, or evidence-informed or evidence-based practices. The Agency will work with providers to develop appropriate metrics, indicators and outcome measures. A link to further information on RBA implementation can be found at: http://www.raguide.org/

b. SSA staff will provide Contractors with the technical assistance, tools, and support necessary to work within the RBA framework.

c. The required monthly reporting log will be submitted electronically. The reporting tool will be designed to answer the RBA questions in the contract. SSA’s Planning Evaluation and Research Unit (PERU) will work with the Contractors in creating the reporting tool. Note: Failure to submit required reports can delay the processing of invoices for reimbursement.

d. The required metrics and deliverables for this contract are, with examples:

(1) How Much Was Done?

(a) Objective 1 . The number of individuals and families served.

(b) Deliverable : Contractor will provide a list of individuals served, including name, date of birth or age, gender, ethnicity, country of origin, and language, in electronic format.

RFP No. 901307Page 12

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

(c) Objective 2 . The number of referrals given to each individual.

(d) Deliverable : Contractor will include the types of referrals given in with the list provided under Objective 1.

(2) How Well Was It Done?

Contract Period Amount Persons Served10/1/2015 - 9/30/2016 $120,000 400 to 500

Social Adjustment allowable services/activities Refugees, Asylees and TCVAP Participants*

Orientation to new social/cultural values systems Citizenship Activities Welfare and Cash Aid Assistance Fiscal Management Housing Health Education Human Relations Conflict Intervention Domestic Violence Mental Health Counseling Services Legal Services Case Management Advocacy Transportation Translation and Interpretation services

(a) Objective 1. 90% of clients will report that they are “satisfied” or “very satisfied” with the services provided by contractor.

(b) Deliverable : Contractor will administer a satisfaction survey to clients, to be developed in collaboration with SSA’s Planning, Evaluation and Research (PERU) unit.

RFP No. 901307Page 13

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

(3) Are Clients Better Off?

(a) Objective 1. 90% of clients will report that they know which agencies and resources in the community can provide them the assistance they need.

(b) Deliverable : A question addressing this objective will be included in the satisfaction survey.

F. DELIVERABLES / REPORTS

1. Contractor will be expected to maintain hardcopy case files for each client that includes written documentation of the following:

a. File checklist;

b. Intake information including emergency contact names and numbers;

c. Assessment information;

d. All standardized tests;

e. Copies of all service plans;

f. Services provided;

g. Outcomes of the services provided;

h. Weekly program notes;

i. Support services documentation; and

j. Case notes.

2. Contractor will provide SSA with monthly and year-to-date placement reports. The reports will include, but are not limited to, the following information:

a. Participant’s Full Name (must contain a first and a last name);

b. Social Security Number;

RFP No. 901307Page 14

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

c. A copy of client’s Alien Registration Number (front and back);

d. Client’s needs and the services provided by the Contractor to specifically address those needs; and

e. Documentation of all services provided to each client.

3. Contractor will be expected to submit monthly statistical reports in a format that is acceptable to SSA.

G. DISCRIMINATION / CONFIDENTIALITY

1. Discrimination: Any Contractor awarded funds as a result of this RFP shall not discriminate against any employee or applicant for employment because of race, sex, age (over 40), religion, national origin, color, ethnicity, disability (mental or physical), political affiliation, sexual orientation, marital status, medical condition, or the conditions of Acquired Immune Deficiency Syndrome (AIDS) and AIDS Related Complex (ARC). This includes, but is not limited to, the following:

a. Employment;

b. Upgrading or promotion;

c. Demotion;

d. Transfer;

e. Recruitment advertising;

f. Layoff or termination;

g. Rates of pay or form of compensation; and

h. Selection for training and/or apprenticeship.

Contractor shall not, in connection with the employment, advancement, or discharge of employees, discriminate against them because of their age, except upon the basis of a bona fide occupational requirement or retirement plan, or statutory regulation.

RFP No. 901307Page 15

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

Contractor shall not employ discriminatory practices against any person in the performance of any services hereunder on the basis of race, sex, age (over 40), religion, national origin, color, ethnicity, disability (mental or physical), political affiliation, sexual orientation, marital status, medical condition, or the conditions of AIDS and ARC.

2. Confidentiality: Contractors shall use any refugee client information provided by the County, or by the client, only for the purpose of administering the refugee program(s). The improper use or disclosure of confidential case information for any other purpose is a misdemeanor under California Welfare & Institutions Code Section 10850. Contractors shall inform all of their employees of the requirements concerning confidentiality in the handling of client information. The County may take further steps to ensure Contractors’ awareness of the provisions of California Welfare & Institutions Code Section 10850, and may require that Contractor has employees sign acknowledgment of their understanding of said statute and its provision.

Any Contractor awarded funds as a result of this RFP will maintain all information gathered pertaining to program clients in a secure environment in order to ensure the client’s right to confidentiality, and Contractor will not release such information to any third party who is not directly responsible for management of the client’s activities, without the prior written consent of the client.

II. CALENDAR OF EVENTS

EVENT DATE/LOCATIONRequest Issued September 24, 2015 Written Questions Due by 5:00 p.m. on October 6, 2015Networking/Bidders Conference #1

(Online conference option enabled for remote participation)

October 5, 2015 @ 1:00PM

at: General Services Agency1401 Lakeside DriveRoom 1107, 11th FloorOakland, CA 94612

OR remotely @ http://gsaalamedacounty.adobeconnect.com/admin/show-event-catalog

Networking/Bidders Conference #2

October 6, 2015 @ 10:00AM

at: Eden Area Multi-Service CenterClimbing Penstemon, Room 62624100 Amador Street, 6th FloorHayward, CA 94544

RFP No. 901307Page 16

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

Addendum Issued October 21, 2015Response Due November 9, 2015 by 2:00 p.m.Evaluation Period November 9 – December 2, 2015Vendor Interviews November 23-24 2015Board Letter Recommending Award Issued

December 04, 2015

Board Consideration Award Date

December 15, 2015

Contract Start Date January 1, 2016Note: Award and start dates are approximate.

A. NETWORKING / BIDDERS CONFERENCES

18. The bidders conference held on October 5, 2015 will have an online conference option enabled for remote participation. Bidders can opt to participate via a computer with a stable internet connection (the recommended Bandwidth is 512Kbps) at http://gsaalamedacounty.adobeconnect.com/admin/show-event-catalog. In order to get the best experience, the County recommends that bidders who participate remotely use equipment with audio output such as speakers, headsets, or a telephone. Bidders may also attend this conference in person.

19. Networking/bidders conferences will be held to:

a. Provide an opportunity for bidders to ask specific questions about the project and request RFP clarification.

b. Provide the County with an opportunity to receive feedback regarding the project and RFP.

c. Provide the bidders with tutorials on how to bid online through Alameda County’s Strategic Sourcing Supplier Portal.

20. All questions will be addressed, and the list of attendees will be included, in an RFP Addendum following the networking/bidders conference(s).

21. Potential bidders are strongly encouraged to attend networking/bidders conference(s) in order to further facilitate subcontracting relationships. Vendors who attend a networking/bidders conference will be added to the Vendor Bid List. Failure to participate in a networking/bidders conference will in no way relieve the Contractor from furnishing services required in accordance with these

RFP No. 901307Page 17

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

specifications, terms, and conditions. Attendance at a networking/bidders conference is highly recommended but is not mandatory.

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS

A. EVALUATION CRITERIA / SELECTION COMMITTEE

All proposals that pass the initial Evaluation Criteria which are determined on a pass/fail basis (Completeness of Response and Debarment and Suspension) will be evaluated by a County Selection Committee (CSC). The County Selection Committee may be composed of County staff and other parties that may have expertise or experience in refugee social adjustment services. The CSC will score and recommend a Contractor in accordance with the evaluation criteria set forth in this RFP. Other than the initial pass/fail Evaluation Criteria, the evaluation of the proposals shall be within the sole judgment and discretion of the CSC.

All contact during the evaluation phase shall be through the GSA-Procurement & Support Services department only. Bidders shall neither contact nor lobby evaluators during the evaluation process. Attempts by Bidder to contact and/or influence members of the CSC may result in disqualification of Bidder.

The CSC will evaluate each proposal meeting the qualification requirements set forth in this RFP. Bidders should bear in mind that any proposal that is unrealistic in terms of the technical or schedule commitments, or unrealistically high or low in cost, will be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of the County’s requirements as set forth in this RFP.

Bidders are advised that in the evaluation of cost it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

As a result of this RFP, the County intends to award a contract to the responsible bidder whose response conforms to the RFP and whose bid presents the greatest value to the County, all evaluation criteria considered. The combined weight of the evaluation criteria is greater in importance than cost in determining the greatest value to the County. The goal is to award a contract to the bidder that proposes the County the best quality as determined by the combined weight of the evaluation criteria. The County may award a contract of higher qualitative competence over the lowest priced response.

The basic information that each section should contain is specified below, these specifications should be considered as minimum requirements. Much of the material needed to present a comprehensive proposal can be placed into one of the sections

RFP No. 901307Page 18

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

listed. However, other criteria may be added to further support the evaluation process whenever such additional criteria are deemed appropriate in considering the nature of the services being solicited.

Each of the Evaluation Criteria below will be used in ranking and determining the quality of bidders’ proposals. Proposals will be evaluated according to each Evaluation Criteria, and scored on the zero to five-point scale outlined below. The scores for all Evaluation Criteria will then be added, according to their assigned weight (below), to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project is 500 points.

The evaluation process may include a two-stage approach including an initial evaluation of the written proposal and preliminary scoring to develop a short list of bidders that will continue to the final stage of oral presentation and interview and reference checks. The preliminary scoring will be based on the total points, excluding points allocated to references, oral presentation and interview.

If the two-stage approach is used, the three bidders receiving the highest preliminary scores and with at least 200 points will be invited to an oral presentation and interview. Only the bidders meeting the short list criteria will proceed to the next stage. All other bidders will be deemed eliminated from the process. All bidders will be notified of the short list participants; however, the preliminary scores at that time will not be communicated to bidders.

The zero to five-point scale range is defined as follows:

0 Not AcceptableNon-responsive, fails to meet RFP specification. The approach has no probability of success. If a mandatory requirement this score will result in disqualification of proposal.

1 PoorBelow average, falls short of expectations, is substandard to that which is the average or expected norm, has a low probability of success in achieving objectives per RFP.

2 Fair Has a reasonable probability of success, however, some objectives may not be met.

3 Average

Acceptable, achieves all objectives in a reasonable fashion per RFP specification. This will be the baseline score for each item with adjustments based on interpretation of proposal by Evaluation Committee members.

4 Above Average / Good

Very good probability of success, better than that which is average or expected as the norm. Achieves all objectives per

RFP No. 901307Page 19

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

RFP requirements and expectations.

5 Excellent / Exceptional

Exceeds expectations, very innovative, clearly superior to that which is average or expected as the norm. Excellent probability of success and in achieving all objectives and meeting RFP specification.

The Evaluation Criteria and their respective weights are as follows:

Evaluation Criteria WeightA. Completeness of Response:

Responses to this RFP must be complete. Responses that do not include the proposal content requirements identified within this RFP and subsequent Addenda and do not address each of the items listed below will be considered incomplete, be rated a Fail in the Evaluation Criteria and will receive no further consideration.

Responses that are rated a Fail and are not considered may be picked up at the delivery location within 14 calendar days of contract award and/or the completion of the competitive process. Pass/Fail

B. Debarment and Suspension:Bidders, its principal and named subcontractors are not identified on the list of Federally debarred, suspended or other excluded parties located at www.sam.gov . Pass/Fail

C. Board Membership:Does the Bidder maintain Board membership consisting of 51% or more actively participating refugees or former refugees representative of the eligible refugee populations? Pass/Fail

D. Budget and Cost Effectiveness:Proposals will be evaluated against the RFP specifications and the questions below:1. Does Bidder’s proposed budget support the

proposed program design and staffing pattern?2. Are specific budget line items reasonable and are

costs allocated appropriately? 3. Does the budget include leveraged funding and/or

other resources? 20 Points

RFP No. 901307Page 20

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

E. Relevant Experience:Proposals will be evaluated against the RFP specifications and the questions below:1. Does the Bidder demonstrate a track record of

providing successful SA services to limited and non-English speaking refugees? (10 points)

2. Does the Bidder have experience/expertise in working with diverse refugee populations?

(10 points) 20 PointsF. References (See Exhibit A – Bid Response Packet) If a

short list process is used for a solicitation, references are only performed on the short list vendors and the score is not included in the preliminary short list score. 10 Points

G. Organizational Capacity:Proposals will be evaluated against the RFP specifications and the questions below:1. Does Bidder demonstrate the linguistic capacity

necessary to serve a diverse group of refugees? (3 points)

2. Does Bidder demonstrate that project staff and managers have the qualifications and experience necessary to successfully achieve the required objectives? (3 points)

3. Does Bidder demonstrate that the organization has strong refugee services experience and has staff with sufficient experience to successfully provide SA services? (3 points)

4. Does Bidder describe, in sufficient detail, an identified facility sufficient to house the required activities? (3 points)

5. Does Bidder describe in sufficient detail the organization’s ability to collect required data and submit accurate and timely reports? (3 points) 15 Points

H. Oral Presentation and Interview:The oral presentation by each bidder shall not exceed 60 minutes in length. The oral interview will consist of standard questions asked of each of the bidders and specific questions regarding the specific proposal. The proposals may then be re-evaluated and re-scored based

10 Points

RFP No. 901307Page 21

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

on the oral presentation and interview.I. Program Design:

Proposals will be evaluated against the RFP specifications and the questions below:1. Does Bidder describe how it will provide SA service

elements required by the RFP? (5 points)2. Does Bidder present a narrative description of the

project activities and/or services, including proposed activities, staff and capacity to serve languages other than English? (5 points)

3. Is Bidder’s description of how services will be successfully provided to the targeted population satisfactory? (5 points)

4. Does Bidder describe specific and well defined program goals and objectives? (5 points)

5. Does Bidder specifically describe how participants’ activities will be documented and verified by project staff? (5 points) 25 Points

B. CONTRACT EVALUATION AND ASSESSMENT

During the initial 60 day period of any contract, which may be awarded to Contractor, the CSC and/or other persons designated by the County will meet with the Contractor to evaluate contract performance and to identify any issues or potential problems.

The County reserves the right to determine, at its sole discretion, whether:

22. Contractor has complied with all terms of this RFP; and

23. Any problems or potential problems with the proposed refugee social adjustment services were evidenced which make it unlikely (even with possible modifications) that such services have met the County requirements.

If, as a result of such determination, the County concludes that it is not satisfied with Contractor, Contractor’s performance under any awarded contract and/or Contractor’s services as contracted for therein, the Contractor will be notified of contract termination effective 45 days following notice. Contractor shall be responsible for returning County facilities to their original state at no charge to the County. The County will have the right to invite the next highest ranked bidder to enter into a contract. The County also reserves the right to re-bid this project if it is determined to be in its best interest to do so.

RFP No. 901307Page 22

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

C. NOTICE OF RECOMMENDATION TO AWARD

24. At the conclusion of the RFP response evaluation process (“Evaluation Process”), all bidders will be notified in writing by e-mail, fax, or US Postal Service mail, of the contract award recommendation, if any, by GSA-Procurement & Support Services. The document providing this notification is the Notice of Recommendation to Award.

The Notice of Recommendation to Award will provide the following information:

a. The name of the bidder being recommended for contract award; and

b. The names of all other parties that submitted proposals.

25. At the conclusion of the RFP response evaluation process, debriefings for unsuccessful bidders will be scheduled and provided upon written request and will be restricted to discussion of the unsuccessful offeror’s bid. Under no circumstances will any discussion be conducted with regard to contract negotiations with the successful bidder.

26. The submitted proposals shall be made available upon request no later than five calendar days before approval of the award and contract is scheduled to be heard by the Board of Supervisors.

D. TERM / TERMINATION / RENEWAL

27. The term of the contract, which may be awarded pursuant to this RFP, will be one year.

28. By mutual agreement, any contract which may be awarded pursuant to this RFP, may be extended for four additional one-year terms at agreed prices with all other terms and conditions remaining the same.

E. QUANTITIES

Quantities listed herein are historical amounts and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

RFP No. 901307Page 23

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

F. PRICING

29. Prices quoted shall be firm for the first 12 months of any contract that may be awarded pursuant to this RFP.

30. Price escalation for the second and third years of any contract awarded as a result of this RFP shall not exceed the percentage increase stated by Bidder on the Bid Form.

31. All pricing as quoted will remain firm for the term of any contract that may be awarded as a result of this RFP.

32. Unless otherwise stated, Bidder agrees that, in the event of a price decline, the benefit of such lower price shall be extended to the County.

33. All prices are to be F.O.B. destination. Any freight/delivery charges are to be included.

34. Any price increases or decreases for subsequent contract terms may be negotiated between Contractor and County only after completion of the initial term.

35. All prices quoted shall be in United States dollars and "whole cent," no cent fractions shall be used. There are no exceptions.

36. Price quotes shall include any and all payment incentives available to the County.

37. Bidders are advised that in the evaluation of cost, if applicable, it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

38. Federal and State minimum wage laws apply. The County has no requirements for living wages. The County is not imposing any additional requirements regarding wages.

39. Prevailing Wages: Pursuant to Labor Code Sections 1770 et seq., Contractor shall pay to persons performing labor in and about Work provided for in Contract not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work in said locality, which per diem wages shall not be less than the stipulated rates contained in a schedule thereof which has been ascertained and determined by the Director of the State Department of Industrial Relations to be the general

RFP No. 901307Page 24

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this contract.

G. AWARD

40. Proposals will be evaluated by a committee and will be ranked in accordance with the RFP section entitled “Evaluation Criteria/Selection Committee.”

41. The committee will recommend award to the bidder who, in its opinion, has submitted the proposal that best serves the overall interests of the County and attains the highest overall point score. Award may not necessarily be made to the bidder with the lowest price.

42. The County reserves the right to reject any or all responses that materially differ from any terms contained in this RFP or from any Exhibits attached hereto, to waive informalities and minor irregularities in responses received, and to provide an opportunity for bidders to correct minor and immaterial errors contained in their submissions. The decision as to what constitutes a minor irregularity shall be made solely at the discretion of the County.

43. The County reserves the right to award to a single or multiple Contractors.

44. The County has the right to decline to award this contract or any part thereof for any reason.

45. Board approval to award a contract is required.

46. A contract must be negotiated, finalized, and signed by the recommended awardee prior to Board approval.

47. Final Standard Agreement terms and conditions will be negotiated with the selected bidder. Bidder may access a copy of the Standard Services Agreement template can be found online at:

http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf

The template contains minimal Agreement boilerplate language only.

48. The RFP specifications, terms, conditions and Exhibits, RFP Addenda and Bidder’s proposal, may be incorporated into and made a part of any contract that may be awarded as a result of this RFP.

RFP No. 901307Page 25

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

H. METHOD OF ORDERING

49. A written PO and signed Standard Agreement contract will be issued upon Board approval.

50. POs and Standard Agreements will be faxed, transmitted electronically or mailed and shall be the only authorization for the Contractor to place an order.

51. POs and payments for products and/or services will be issued only in the name of Contractor.

52. Contractor shall adapt to changes to the method of ordering procedures as required by the County during the term of the contract.

53. Change orders shall be agreed upon by Contractor and County and issued as needed in writing by County.

I. INVOICING

54. Contractor shall invoice the requesting department, unless otherwise advised, upon satisfactory receipt of product and/or performance of services.

55. County will use best efforts to make payment within 30 days following receipt and review of invoice and upon complete satisfactory receipt of product and performance of services.

56. County shall notify Contractor of any adjustments required to invoice.

57. Invoices shall contain County PO number, invoice number, remit to address and itemized products and/or services description and price as quoted and shall be accompanied by acceptable proof of delivery.

58. Contractor shall utilize standardized invoice upon request.

59. Invoices shall only be issued by the Contractor who is awarded a contract.

60. Payments will be issued to and invoices must be received from the same Contractor whose name is specified on the POs.

61. The County will pay Contractor monthly or as agreed upon, not to exceed the total quoted in the bid response.

RFP No. 901307Page 26

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

J. ACCOUNT MANAGER / SUPPORT STAFF

62. Contractor shall provide a dedicated competent account manager who shall be responsible for the County account/contract. The account manager shall receive all orders from the County and shall be the primary contact for all issues regarding Bidder’s response to this RFP and any contract which may arise pursuant to this RFP.

63. Contractor shall also provide adequate, competent support staff that shall be able to service the County during normal working hours, Monday through Friday. Such representative(s) shall be knowledgeable about the contract, products offered and able to identify and resolve quickly any issues including but not limited to order and invoicing problems.

64. Contractor account manager shall be familiar with County requirements and standards and work with the Alameda County Social Services Agency to ensure that established standards are adhered to.

65. Contractor account manager shall keep the County Specialist informed of requests from departments as required.

IV. INSTRUCTIONS TO BIDDERS

A. COUNTY CONTACTS

GSA-Procurement & Support Services is managing the competitive process for this project on behalf of the County. All contact during the competitive process is to be through the GSA-Procurement & Support Services department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded. Bidders shall not contact or lobby evaluators during the evaluation process. Attempts by Bidder to contact evaluators may result in disqualification of bidder.

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on October 6, 2015 to:

Ariana Figueroa, Procurement & Contracts Specialist Alameda County, GSA-Procurement & Support Services1401 Lakeside Drive, Suite 907Oakland, CA 94612E-Mail: [email protected] PHONE: (510) 208-9599

RFP No. 901307Page 27

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

The GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp to view current contracting opportunities.

B. SUBMITTAL OF BIDS

66. All bids must be completed and successfully uploaded through Alameda County Strategic Sourcing Supplier Portal BY 2:00 p.m. on the due date specified in the Calendar of Events. Technical difficulties in downloading/submitting documents through the Alameda County Strategic Sourcing Supplier Portal shall not extend the due date and time.

67. Bidders must also submit an attached electronic copy of their proposal. The electronic copy must be in a single file (PDF with OCR preferred), and shall be an exact scanned image of the original hard copy Exhibit A – Bid Response Packet, including additional required documentation.

68. No email (electronic) or facsimile bids will be considered.

69. All costs required for the preparation and submission of a bid shall be borne by Bidder.

70. Only one bid response will be accepted from any one person, partnership, corporation, or other entity; however, several alternatives may be included in one response. For purposes of this requirement, “partnership” shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state’s Corporations Code or an equivalent statute.

71. All other information regarding the bid responses will be held as confidential until such time as the County Selection Committee has completed its evaluation, a recommended award has been made by the County Selection Committee, and the contract has been fully negotiated with the intended awardee named in the recommendation to award/non-award notification(s). The submitted proposals shall be made available upon request no later than five calendar days before the recommendation to award and enter into a contract is scheduled to be heard by the Board of Supervisors. All parties submitting proposals, either qualified or unqualified, will receive mailed recommend to award/non-award notification(s), which will include the name of the bidder to be recommended for award of this project. In addition, award information will be posted on the County’s “Contracting Opportunities” website, mentioned above.

RFP No. 901307Page 28

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

72. Each bid received, with the name of the bidder, shall be entered on a record, and each record with the successful bid indicated thereon shall, after the award of the order or contract, be open to public inspection.

73. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.

74. Bidder expressly acknowledges that it is aware that if a false claim is knowingly submitted (as the terms “claim” and “knowingly” are defined in the California False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil remedies set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

75. The undersigned Bidder certifies that it is, at the time of bidding, and shall be throughout the period of the contract, licensed by the State of California to do the type of work required under the terms of the Contract Documents. Bidder further certifies that it is regularly engaged in the general class and type of work called for in the Bid Documents.

76. The undersigned Bidder certifies that it is not, at the time of bidding, on the California Department of General Services (DGS) list of persons determined to be engaged in investment activities in Iran or otherwise in violation of the Iran Contracting Act of 2010 (Public Contract Code Section 2200-2208).

77. It is understood that County reserves the right to reject this bid and that the bid shall remain open to acceptance and is irrevocable for a period of 180 days, unless otherwise specified in the Bid Documents.

C. RESPONSE FORMAT

78. Bid responses must be submitted online through Alameda County Strategic Sourcing Supplier Portal.

79. Bid responses are to be straightforward, clear, concise and specific to the information requested.

RFP No. 901307Page 29

Specifications, Terms & Conditionsfor Refugee Social Adjustment Services<

80. In order for bids to be considered complete, Bidder must provide responses to all information requested. See Exhibit A – Bid Response Packet.

81. Bid responses, in whole or in part, are NOT to be marked confidential or proprietary. County may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFP may be subject to public disclosure. County shall not be liable in any way for disclosure of any such records. Please refer to the County’s website at: http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for more information regarding Proprietary and Confidential Information policies.

RFP No. 901307Page 30

EXHIBIT ABID RESPONSE PACKET

RFP No. 901307 – < Refugee Social Adjustment Services

To: The County of Alameda

From:       (Official Name of Bidder)

AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFP, BIDDERS ARE TO SUBMIT ONE ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred). THE ELECTRONIC COPY MUST HAVE ALL APPROPRIATE PAGES SIGNED

ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED THROUGH STRATEGIC SOURCING SUPPLIER PORTAL AS PDF ATTACHMENT(S) IN TOTAL WITH ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR ITEMS CLEARLY MARKED “N/A”

BIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER COUNTY-PROVIDED DOCUMENT

ALL NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID

BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFP DOCUMENT AND AS SPECIFIED IN THE STRATEGIC SOURCING SUPPLIER PORTAL EVENT

BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN TOTAL

IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFP, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS, AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID RESPONSE TO BE CONSIDERED COMPLETE

Exhibit A – RFP No. 901307Page 1

BIDDER INFORMATION AND ACCEPTANCE

1. The undersigned declares that the Bid Documents, including, without limitation, the RFP, Addenda, and Exhibits have been read.

2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in accordance with the Specifications, Terms & Conditions of the Bid Documents of RFP No. 901307 – Refugee Social Adjustment Services.

3. The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid including, but not limited to, the requirements under the County Provisions, and that each Bidder who is awarded a contract shall be, in fact, a prime Contractor, not a subcontractor, to County, and agrees that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County in accordance with the intent of the Bid Documents.

4. The undersigned acknowledges receipt and acceptance of all addenda.

5. The undersigned agrees to the following terms, conditions, certifications, and requirements found on the County’s website:

Bid Protests / Appeals Process [http://www.acgov.org/gsa/departments/purchasing/policy/bidappeal.htm]

Debarment / Suspension Policy[http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

Iran Contracting Act (ICA) of 2010[http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

General Environmental Requirements[http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

First Source [http://acgov.org/auditor/sleb/sourceprogram.htm]

General Requirements [http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

Proprietary and Confidential Information[http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]

6. The undersigned acknowledges that Bidder will be in good standing in the State of California, with all the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all obligations in connection with this RFP and associated Bid Documents.

7. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a

Exhibit A – RFP No. 901307Page 2

contract they will make no claim against the County based upon ignorance of conditions or misunderstanding of the specifications.

8. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.

9. Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid Response Packet, the Contractor agrees to meet the minimum insurance requirements stated in the RFP. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in the RFP.

Exhibit A – RFP No. 901307Page 3

Official Name of Bidder:      

Street Address Line 1:      

Street Address Line 2:      

City:       State:       Zip Code:      

Webpage:      

Type of Entity / Organizational Structure (check one):

Corporation Joint Venture

Limited Liability Partnership Partnership

Limited Liability Corporation Non-Profit / Church

Other:      

Jurisdiction of Organization Structure:      

Date of Organization Structure:      

Federal Tax Identification Number:      

Primary Contact Information:

Name / Title:      

Telephone Number:       Fax Number:      

E-mail Address:      

SIGNATURE:

Name and Title of Signer:      

Dated this       day of       20     

Exhibit A – RFP No. 901307Page 4

BID FORM

Online Bid Process https://ezsourcing.acgov.org/psp/SS/SUPPLIER/ERP/h/?tab=DEFAULT

COST SHALL BE SUBMITTED ON EXHIBIT A AS IS. NO ALTERATIONS OR CHANGES OF ANY KIND ARE PERMITTED. Bid responses that do not comply will be subject to rejection in total. The cost quoted shall include all taxes and all other charges, including travel expenses, and is the cost the County will pay for the three-year term of any contract that is a result of this bid.

Quantities listed on Alameda County Strategic Sourcing Supplier Portal are estimates and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

By submission through the Alameda County Strategic Sourcing Supplier Portal Bidder certifies to County that all representations, certifications, and statements made by Bidder, as set forth in each entry in the Alameda County Strategic Sourcing Supplier Portal and attachments are true and correct and are made under penalty of perjury pursuant to the laws of California.

Exhibit A – RFP No. 901307Page 5

REQUIRED DOCUMENTATION AND SUBMITTALS

All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation, in the order listed below and clearly label each section with the appropriate title (i.e. Table of Contents, Letter of Transmittal, Key Personnel, etc.) and attached it as PDF file(s) to their online bid submissions through Strategic Sourcing Supplier Portal.

1. Table of Contents: Bid responses shall include a table of contents listing the individual sections of the proposal and their corresponding page numbers.

2. Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities and approach in providing its services to the County, and provide a brief synopsis of the highlights of the Proposal and overall benefits of the Proposal to the County. This synopsis should not exceed three pages in length and should be easily understood.

3. Exhibit A – Bid Response Packet: Every bidder must fill out and submit the complete Exhibit A – Bid Response Packet.

(a) Bidder Information and Acceptance:

(1) Every Bidder must fill out and submit a signed page 4 of Exhibit A.

(c) References:

(1) Bidders must use the templates on pages 9 - 10 of this Exhibit A – Bid Response Packet to provide references.

(2) Bidders are to provide a list of 5 current and 5 former clients of which the bidder has been engaged in the business of providing SA services to a diverse refugee population, and to limited and non-English speaking refugees. References must be satisfactory as deemed solely by County. References should have similar scope, volume and requirements to those outlined in these specifications, terms and conditions. Bidders must verify the contact information for all references

provided is current and valid. Bidders are strongly encouraged to notify all references that the

County may be contacting them to obtain a reference.(3) The County may contact some or all of the references provided in order to

determine Bidder’s performance record on work similar to that described in this request. The County reserves the right to contact references other than those provided in the Response and to use the information gained from them in the evaluation process.

Exhibit A – RFP No. 901307Page 6

(d) Exceptions, Clarifications, Amendments:

(1) This shall include clarifications, exceptions and amendments, if any, to the RFP and associated Bid Documents, and shall be submitted with your bid response using the template on page 11 of this Exhibit A – Bid Response Packet.

(2) THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS, AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.

4. Key Personnel: Bid responses shall include a complete list of all key personnel associated with the RFP. This list must include all key personnel who will provide services/training to County staff and all key personnel who will provide maintenance and support services. For each person on the list, the following information shall be included:

(a) The person’s relationship with Bidder, including job title and years of employment with Bidder;

(b) The role that the person will play in connection with the RFP;(c) Address, telephone, fax numbers, and e-mail address; (d) Person’s educational background; (e) Resumes; and (f) Person’s relevant experience, certifications, and/or merits.

5. Description of the Proposed Services: Bid response shall include a description of the terms and conditions of services to be provided during the contract term including response times. The description shall contain a basis of estimate for services including its scheduled start and completion dates, the number of Bidder’s and County personnel involved, and the number of hours scheduled for such personnel. The description must: (1) specify how the services in the bid response will meet or exceed the requirements of the County; (2) explain any special resources, procedures or approaches that make the services of Bidder particularly advantageous to the County; and (3) identify any limitations or restrictions of Bidder in providing the services that the County should be aware of in evaluating its Response to this RFP.

6. Budget and Cost Effectiveness: Bid response shall include a description of an annual budget that: (1) thoroughly supports the proposed program design and staffing pattern; (2) has line items that are reasonable and allocated appropriately; and (3) includes leveraged funding and other resources.

7. Organizational Capacity: Bid response shall include an explanation of: (1) bidder’s linguistic capacity necessary to serve a diverse group of refugees; (2) description of the project staff and managers to successfully achieve the required objectives; (3) bidders description of the organization in regards to the organization having a strong refugee services experience and has staff with sufficient experience to successfully provide SA services to LEP refugees; (4) description, in sufficient detail, of an identified facility

Exhibit A – RFP No. 901307Page 7

sufficient to house the required activities; and (5) description, in sufficient detail, of the organization’s ability to collect required data and submit accurate and timely reports.

8. Program Design: Bid response shall include a description of the Program Design that includes: (1) how the bidder will provide SA service elements required by the RFP; (2) a narrative description of the project activities and/or services, including proposed activities, staff, and capacity to serve languages other than English; (3) description of how services will be successfully provided to the targeted population; (4) description of the specific and well defined program goals and objectives; and (5) description of how participants’ activities will be documented and verified by project staff.

9. Ethnic Community-Based Organization (ECBO): Copies of “Board Member Profile” that highlights any background information that supports the ECBO(s) is meeting the Federal and State requirements as an organization. This includes, but it not limited to, all the Board members’ name, the position they hold on the Board, the years served on the Board and any background information about the Board members that would support the bidder’s Board has a 51% or more membership of actively participating refugees or former refuges.

Exhibit A – RFP No. 901307Page 8

CURRENT REFERENCES

RFP No. 901307 – Refugee Social Adjustment ServicesBidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – RFP No. 901307Page 9

FORMER REFERENCES

RFP No. 901307 – Refugee Social Adjustment Services

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – RFP No. 901307Page 10

EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFP No. 901307 – Refugee Social Adjustment Services

Bidder Name:      

List below requests for clarifications, exceptions and amendments, if any, to the RFP and associated Bid Documents, and submit with your bid response.

The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid disqualification.

Reference to: DescriptionPage No. Section Item No.

p. 23D 1.c. Vendor takes exception to…

                       

                       

                       

                       

                       

                       

                       

                       

                       

                       

*Print additional pages as necessary

Exhibit A – RFP No. 901307Page 11

EXHIBIT BINSURANCE REQUIREMENTS

Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid Packet, the bidder agrees to meet the minimum insurance requirements stated in the RFP, prior to award. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in this Exhibit B – Insurance Requirements.

The following page contains the minimum insurance limits, required by the County of Alameda, to be held by the Contractor performing on this RFP:

*** SEE NEXT PAGE FOR COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS ***

Exhibit B – RFP No. 901307Page 1

EXHIBIT BCOUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following minimum insurance coverage, limits and endorsements:

TYPE OF INSURANCE COVERAGES MINIMUM LIMITSA Commercial General Liability

Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability, Abuse, Molestation, Sexual Actions, and Assault and Battery

$1,000,000 per occurrence (CSL) Bodily Injury and Property Damage

B Commercial or Business Automobile LiabilityAll owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities

$1,000,000 per occurrence (CSL) Any AutoBodily Injury and Property Damage

C Workers’ Compensation (WC) and Employers Liability (EL)Required for all contractors with employees

WC: Statutory LimitsEL: $1,000,000 per accident for bodily injury or disease

D Professional Liability/Errors and OmissionsIncludes endorsements of contractual liability

$1,000,000 per occurrence$2,000,000 aggregate

E Directors and Officers LiabilityIncluding Employment Practices Liability

$1,000,000 per occurrence

G Endorsements and Conditions : 1. ADDITIONAL INSURED: All insurance required above with the exception of Commercial or Business Automobile Liability, Workers’

Compensation and Employers Liability, Professional Liability and Directors and Officers Liability shall be endorsed to name as additional insured: County of Alameda, its Board of Supervisors, the individual members thereof, and all County officers, agents, employees, volunteers, and representatives. The Additional Insured endorsement shall be at least as broad as ISO Form Number CG 20 38 04 13.

2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement. In addition, Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following the later of termination of the Agreement and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement.

3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies, including excess and umbrella insurance policies, shall include an endorsement and be primary and non-contributory and will not seek contribution from any other insurance (or self-insurance) available to the County. The primary and non-contributory endorsement shall be at least as broad as ISO Form 20 01 04 13. Pursuant to the provisions of this Agreement insurance effected or procured by the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified Parties.

4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor.

5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall verify that the subcontractor, under its own policies and endorsements, has complied with the insurance requirements in this Agreement, including this Exhibit. The additional Insured endorsement shall be at least as broad as ISO Form Number CG 20 38 04 13.

6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by one of the following methods:– Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured” (covered party), or at

minimum named as an “Additional Insured” on the other’s policies. Coverage shall be at least as broad as in the ISO Forms named above.

– Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured”.7. CANCELLATION OF INSURANCE: All insurance shall be required to provide thirty (30) days advance written notice to the County of

cancellation.

8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The required certificate(s) and endorsements must be sent as set forth in the Notices provision.

Certificate C-4d_CBO Services Page 1 of 1 Form 2001-1 (Rev. 2/19/14)

Exhibit B – RFP No. 901307Page 2

EXHIBIT CVENDOR BID LIST

RFP No. 901307 - Refugee Social Adjustment Services

Below is the Vendor Bid List for this project consisting of vendors who have been issued a copy of this RFP.

RFP No. 901307 - Refugee Social Adjustment ServicesBusiness Name Contact

NameContact Phone Address City ST Email

Afghan Coalition Bruce Green 510-828-4561 39155 Liberty St., #D460 Fremont CA [email protected] America Community Corp. Robert Lattimore 510-540-7785

x303 1918 University Ave., #3A Berkeley CA [email protected]

Anew America Community Corp. Viola Gonzales 510-540-7785

x303 1918 University Ave., #3A Berkeley CA [email protected]

Bhutanese Community in CA Jiwan Subba 510-452-7572 2253 Central Ave., #B Alameda CA [email protected] Refugee Family Network Zar Ni Maung 510-830-6867 3101 Park Blvd., #4 Oakland CA [email protected]

Burma Refugee Family Network Su Su Maung 650-201-0652 3101 Park Blvd., #4 Oakland CA burmarefugeefamilynetwork@gm

ail.com

IRC Hans Van De Weerd 510-666-7443 405 14th St. Oakland CA [email protected]

IRC Audra Brown 510-452-8222 405 14th St., #1415 Oakland CA [email protected]

IRC Igor Radulovic 510-452-8222 405 14th St., #1415 Oakland CA [email protected]

Lao Family Comm. Dev. Chaosarn Chao 510-533-8850 2325 E. 12th St. Oakland CA [email protected]

Lao Family Comm. Dev. Mai Quach 510-533-8850 2325 E. 12th St. Oakland CA [email protected]

Lao Family Comm. Dev. John Tang 415-290-6614 2325 E. 12th St. Oakland CA [email protected] Counseling Center Inc. Roya Sakhai 510-451-0661 1330 Broadway Ste.732 Oakland CA [email protected]

Tri Valley Universal Salma Nayabkhil 925-523-3107 5820 Stoneridge Mall Rd, #100

Pleasanton CA [email protected]

Tri Valley Universal Lailoma Nayabkhil 925-523-3107 5820 Stoneridge Mall Rd,

#100Pleasanton CA [email protected]

Vacceb Shirley Gee 510-891-9999 655 International Blvd. Oakland CA [email protected]

Exhibit C – RFP No. 901307Page 1

EXHIBIT DCURRENT REFUGEE POPULACE

RFP No. 901307 - Refugee Social Adjustment Services

REFUGEE ARRIVALS INTO CALIFORNIA COUNTIESFEDERAL FISCAL YEAR 2014

(October 1, 2013 through September 30, 2014)

COUNTY Oct-13 Nov-13 Dec-13 Jan-14 Feb-14 Mar-14 Apr-14 May-14 Jun-14 Jul-14 Aug-14 Sep-14 TOTALAlameda 16 37 15 26 24 15 13 11 51 13 21 14 256 Butte - - - - 1 - - - - - - - 1Contra Costa 1 1 4 4 8 4 1 1 11 1 7 2 45 El Dorado - - - - - - - - - 3 - - 3 Fresno 4 - 3 - - - - - - - - - 7 Imperial - - - 2 - - - - - - - - 2 Kern - - - - - - - - 2 - - - 2 Los Angeles 94 181 54 242 221 64 87 109 307 119 172 87 1,737 Marin - - - - - - - - - - 2 - 2 Monterey - - - 4 - - - - - 2 - - 6 Orange 5 32 12 21 33 6 15 23 37 31 10 22 247 Placer - - - 1 3 - 1 - 4 1 - - 10 Riverside 5 1 - - 2 8 - 1 5 - 3 10 35 Sacramento 2 53 81 39 50 59 30 54 70 91 56 80 665 San Bernardino 4 5 - 5 8 5 - 5 - - 4 6 42 San Diego 73 230 259 285 208 184 149 211 307 333 231 191 2,661 San Francisco - - - - - 1 - 1 2 - 1 - 5 San Joaquin - - - - - 4 - - - - - - 4 San Mateo - 2 - - - - - 1 - - - - 3 Santa Clara 26 29 10 12 15 7 7 16 41 4 9 18 194 Sonoma - - - - - - - - 2 4 - - 6 Stanislaus 10 21 23 17 15 12 11 15 7 2 10 11 154 Ventura - 4 - - - 5 - - 4 - - 3 16 Yolo - - 1 5 - - 1 - 5 1 - - 13 Yuba - - 3 - - - - - - - - - 3 TOTAL 240 596 465 663 588 374 315 448 855 605 526 444 6,119

The following counties have no refugee arrivals for the time period stated: Alpine, Amador, Calaveras, Colusa, Del Norte, Glenn, Humboldt, Inyo, Kings, Lake, Lassen, Madera, Mariposa, Mendocino, Merced, Modoc, Mono, Napa, Nevada, Plumas, San Benito, San Luis Obispo, Santa Barbara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sutter, Tehama, Trinity, Tulare, and Tuolumne.

Source: California Department of Social Services -Refugee Programs Bureau 10/28/2014

Exhibit D – RFP No. 901307Page 1