VDH Chronic Disease Prevention Program Evaluation Services

Agency: State of Vermont
State: Vermont
Type of Government: State & Local
Category:
  • Q - Medical Services
  • R - Professional, Administrative and Management Support Services
Posted: Mar 1, 2024
Due: Mar 13, 2024
Publication URL: To access bid details, please log in.
TITLE QUESTIONS DUE ANSWERS POSTED DUE DATE NO POSTING AFTER
VDH Chronic Disease Prevention Program Evaluation Services
02/28/2024 04:30PM
Q&A - Chronic Disease Program Evaluation. (03/01/2024)
03/13/2024 04:30PM

Attachment Preview

Department of Buildings and General Services
Office of Purchasing & Contracting
109 State Street [phone] 802-828-2211
Montpelier VT 05609-3001 [fax] 802-828-2222
http://bgs.vermont.gov/purchasing
Agency of Administration
SEALED BID
REQUEST FOR PROPOSAL
CHRONIC DISEASE PREVENTION PROGRAM
EVALUATION SERVICES
ISSUE DATE
QUESTIONS DUE
RFP RESPONSES DUE BY
February 13, 2024
February 28, 2024 – 4:30 PM (EST)
March 13, 2024 – 4:30 PM (EST)
PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND ADDENDUMS ASSOCIATED
WITH THIS RFP WILL BE POSTED AT:
http://www.bgs.state.vt.us/pca/bids/bids.php
THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH UPDATED
INFORMATION. IT IS THE RESPONSIBILITY OF EACH BIDDER TO PERIODICALLY CHECK THE
ABOVE WEBPAGEFOR ANY AND ALL NOTIFICATIONS, RELEASES AND ADDENDUMS
ASSOCIATED WITH THIS RFP.
STATE CONTACT:
Kyle Emerson
E-MAIL:
Kyle.Emerson@vermont.gov
USE SUBJECT : CHRONIC DISEASE PREVENTION EVALUATION SERVICES
Revised: December 27, 2023
Page 1 of 49
1. OVERVIEW:
1.1. SCOPE AND BACKGROUND: Through this Request for Proposal (RFP) the Agency of Human
Services/Vermont Department of Health, Division of Health Promotion and Disease Prevention
(hereinafter the “State”) is seeking to establish contracts with one or more companies that can provide
Chronic Disease Prevention Program Evaluation Services.
1.2. CONTRACT PERIOD: Contracts arising from this RFP will be for a period of TWO (2) YEARS with an
option to renew for up to two additional twelve-month periods. The State anticipates the start date for
such contract(s) will be August 1, 2024.
1.3. SINGLE POINT OF CONTACT: All communications concerning this RFP are to be addressed in writing
to the State Contact listed on the front page of this RFP. Actual or attempted contact with any other
individual from the State concerning this RFP is strictly prohibited and may result in disqualification.
1.4. QUESTION AND ANSWER PERIOD: Any bidder requiring clarification of any section of this RFP or
wishing to comment on any requirement of the RFP must submit specific questions in writing no later than
the deadline for question indicated on the first page of this RFP. Questions may be e-mailed to the point
of contact on the front page of this RFP. Questions or comments not raised in writing on or before the last
day of the question period are thereafter waived. At the close of the question period a copy of all
questions or comments and the State's responses will be posted on the State’s web site
http://www.bgs.state.vt.us/pca/bids/bids.php . Every effort will be made to post this information as soon as
possible after the question period ends, contingent on the number and complexity of the questions.
1.5. CHANGES TO THIS RFP: Any modifications to this RFP will be made in writing by the State through the
issuance of an Addendum to this RFP and posted online at http://www.bgs.state.vt.us/pca/bids/bids.php .
Modifications from any other source are not to be considered.
1.6. SOURCE OF FUNDS: Federal funds awarded by the US Department of Health and Human Services -
Center for Disease Control and Prevention (CDC) and the United States Department of Agriculture/Food
& Nutrition Services (USDA), Centers for Medicare & Medicaid Services, and State of Vermont Tobacco
Master Settlement Agreement funds will be used to support the Chronic Disease Prevention Evaluation
work.
Please note that when procurements are supported by federal funds, SOV business users must take
affirmative steps that include at least the following Socioeconomic affirmative steps per 2 C.F.R. §
200.321:
1. Placing qualified small and minority businesses and women’s business enterprises on solicitation
lists;
2. Assuring that small and minority businesses and women’s business enterprises are solicited
whenever they are potential sources;
3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit
maximum participation by small and minority businesses, and women’s business enterprises;
4. Establishing delivery schedules, where the requirement permits, which encourage participation by
small and minority businesses, and women’s business enterprises;
5. Using the services and assistance, as appropriate, of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of Commerce; and
6. Requiring the prime/general contractor, if subcontracts are to be let, to take the same affirmative
steps as listed in numbers 1 through 5.
This project is being funded in whole or in part using federal monies. If a bidder requires assistance in
preparing their proposal, registering with SAM.gov or needs guidance on socioeconomic certifications,
the bidder may contact the Agency of Commerce & Community Development (ACCD), Department of
Economic Development (DED), APEX Accelerator. The Vermont APEX Accelerator (formerly the
Procurement Technical Assistance Center (PTAC)) specializes in helping small businesses navigate the
Revised: December 27, 2023
Page 2 of 49
documentation associated with State and Federal procurement. There is no cost to the Contractor for
assistance provided by APEX Accelerator. Their website is: https://accd.vermont.gov/economic-
development/programs/ptac
2. DETAILED REQUIREMENTS/DESIRED OUTCOMES:
Chronic disease prevention programs administered by the Division of Health Promotion & Disease
Prevention (HPDP) are often funded by federal grants or state funds that require evaluation of
programmatic activities. These evaluations may be process or outcome oriented, and typically last the
entire length of the program funding cycle. HPDP uses a mix of internal and external evaluation resources
and is seeking to contract with an external evaluation partner (or partners) to provide evaluation services
on an as-needed basis. To serve as a dedicated evaluation resource for the State, the evaluation partner
will need to be able to provide a full scope of evaluation services for a wide range of public health
programs. HPDP programs utilize the CDC Evaluation Framework, thus; the evaluation partner will be
expected to be involved in stakeholder engagement, clarifying the program definition, developing and
refining the evaluation design, data collection and analysis, preparing of recommendations, and working
with programs to utilize evaluation findings via performance improvement planning with staff.
The evaluation contractor often develops a comprehensive evaluation plan to guide evaluation activities for
all evaluation projects undertaken and will provide an evaluation report based on findings. The scope and
content of the evaluation(s) will be determined in conjunction with program partners, based on
programmatic needs and funding requirements. Most HPDP evaluations utilize qualitative and quantitative
methods and combine process and outcome evaluation questions.
The organization that is awarded this contract will be responsible for providing evaluation services to all
HPDP programs that need assistance. The State does not know how many evaluation projects will be
undertaken during the duration of the contract; as such, the awardee must have the capacity to
simultaneously manage multiple evaluations projects, as necessary.
Evaluation services are intended to determine programmatic reach and impact, and to guide quality
improvement activities. In doing so, evaluation services will demonstrate impact related to
program/intervention outcomes; and inform program improvement, replicability, and decision-making.
Specific desired outcomes include:
The Division meets its chronic disease objective(s) of improving the health of Vermonters as it
relates to Healthy Vermonter 2030 and the State Health Improvement Plan (SHIP)
Determine if there are any negative/unintended results from programmatic activities that need to be
addressed, corrected, or improved, and identify/recommend remediation approaches when
appropriate
Resources are appropriately allocated, or planned for reallocation
The Contractor will perform consultative and other services for the State as described in
Attachment A-Statement of Work, of this RFP.
3. GENERAL REQUIREMENTS:
3.1. PRICING: Bidders must price the terms of this solicitation at their best pricing. Any and all costs that
Bidder wishes the State to consider must be submitted for consideration. If applicable, all equipment
pricing is to include F.O.B. delivery to the ordering facility. No request for extra delivery cost will be
honored. All equipment shall be delivered assembled, serviced, and ready for immediate use, unless
otherwise requested by the State.
3.1.1.Prices and/or rates shall remain firm for the initial term of the contract. The pricing policy submitted by
Bidder must (i) be clearly structured, accountable, and auditable and (ii) cover the full spectrum of
materials and/or services required.
Revised: December 27, 2023
Page 3 of 49
3.1.2.Cooperative Agreements. Bidders that have been awarded similar contracts through a competitive
bidding process with another state and/or cooperative are welcome to submit the pricing in response
to this solicitation.
3.1.3.Retainage. In the discretion of the State, a contract resulting from this RFP may provide that the
State withhold a percentage of the total amount payable for some or all deliverables, such retainage
to be payable upon satisfactory completion and State acceptance in accordance with the terms and
conditions of the contract.
3.2. STATEMENT OF RIGHTS: The State shall have the authority to evaluate Responses and select the
Bidder(s) as may be determined to be in the best interest of the State and consistent with the goals and
performance requirements outlined in this RFP. The State of Vermont reserves the right to obtain
clarification or additional information necessary to properly evaluate a proposal. Failure of bidder to
respond to a request for additional information or clarification could result in rejection of that bidder's
proposal. To secure a project that is deemed to be in the best interest of the State, the State reserves the
right to accept or reject any and all bids, in whole or in part, with or without cause, and to waive
technicalities in submissions. The State also reserves the right to make purchases outside of the awarded
contracts where it is deemed in the best interest of the State.
3.2.1.Best and Final Offer (BAFO). At any time after submission of Responses and prior to the final
selection of Bidder(s) for Contract negotiation or execution, the State may invite Bidder(s) to provide a
BAFO. The state reserves the right to request BAFOs from only those Bidders that meet the minimum
qualification requirements and/or have not been eliminated from consideration during the evaluation
process.
3.2.2.Presentation. An in-person or webinar presentation by the Bidder may be required by the State if it
will help the State’s evaluation process. The State will factor information presented during
presentations into the evaluation. Bidders will be responsible for all costs associated with providing
the presentation.
3.3. WORKER CLASSIFICATION COMPLIANCE REQUIREMENTS: In accordance with Section 32 of The
Vermont Recovery and Reinvestment Act of 2009 (Act No. 54), Bidders must comply with the following
provisions and requirements.
3.3.1.Self Reporting: For bid amounts exceeding $250,000.00, Bidder shall complete the appropriate
section in the attached Certificate of Compliance for purposes of self-reporting information relating to
past violations, convictions, suspensions, and any other information related to past performance
relative to coding and classification of workers. The State is requiring information on any violations
that occurred in the previous 12 months.
3.3.2.Subcontractor Reporting: For bid amounts exceeding $250,000.00, Bidders are hereby notified that
upon award of contract, and prior to contract execution, the State shall be provided with a list of all
proposed subcontractors and subcontractors’ subcontractors, together with the identity of those
subcontractors’ workers compensation insurance providers, and additional required or requested
information, as applicable, in accordance with Section 32 of The Vermont Recovery and
Reinvestment Act of 2009 (Act No. 54). This requirement does not apply to subcontractors providing
supplies only and no labor to the overall contract or project. This list MUST be updated and provided
to the State as additional subcontractors are hired. A sample form is available online at
http://bgs.vermont.gov/purchasing-contracting/forms. The subcontractor reporting form is not
required to be submitted with the bid response.
3.4. EXECUTIVE ORDER 05-16: CLIMATE CHANGE CONSIDERATIONS IN STATE PROCUREMENTS:
For bid amounts exceeding $25,000.00 Bidders are requested to complete the Climate Change
Considerations in State Procurements Certification, which is included in the Certificate of Compliance for
this RFP.
After consideration of all relevant factors, a bidder that demonstrates business practices that promote
clean energy and address climate change as identified in the Certification, shall be given favorable
consideration in the competitive bidding process. Such favorable consideration shall be consistent with
and not supersede any preference given to resident bidders of the State and/or products raised or
Revised: December 27, 2023
Page 4 of 49
manufactured in the State, as explained in the Method of Award section. But, such favorable
consideration shall not be employed if prohibited by law or other relevant authority or agreement.
3.5. METHOD OF AWARD: Awards will be made in the best interest of the State. The State may award one
or more contracts and reserves the right to make additional awards to other compliant bidders at any time
if such award is deemed to be in the best interest of the State. All other considerations being equal,
preference will be given first to resident bidders of the state and/or to products raised or manufactured in
the state, and then to bidders who have practices that promote clean energy and address climate change,
as identified in the applicable Certificate of Compliance.
3.5.1.Evaluation Criteria: Consideration shall be given to the Bidder’s project approach and methodology,
qualifications and experience, ability to provide the services within the defined timeline, cost, and/or
success in completing similar projects, as applicable, and to the extent specified below.
Criteria Description
Cover Letter
General Background and Qualifications
Ability to Implement the Activities/Specifications
Letters of Reference
Staffing Proposal
Cost Proposal
Weighting
10
10
40
10
10
20
3.6. CONTRACT NEGOTIATION: Upon completion of the evaluation process, the State may select one or
more bidders with which to negotiate a contract, based on the evaluation findings and other criteria
deemed relevant for ensuring that the decision made is in the best interest of the State. In the event State
is not successful in negotiating a contract with a selected bidder, the State reserves the option of
negotiating with another bidder, or to end the proposal process entirely.
3.7. COST OF PREPARATION: Bidder shall be solely responsible for all expenses incurred in the preparation
of a response to this RFP and shall be responsible for all expenses associated with any presentations or
demonstrations associated with this request and/or any proposals made.
3.8. CONTRACT TERMS: The selected bidder(s) will be expected to sign a contract with the State, including
the Standard Contract Form and Attachment C as attached to this RFP for reference. If IT Attachment D is
included in this RFP, terms may be modified based upon the solution proposed by the Bidder, subject to
approval by the Agency of Digital Services.
3.8.1.Business Registration. To be awarded a contract by the State of Vermont a bidder (except an
individual doing business in his/her own name) must be registered with the Vermont Secretary of
State’s office https://sos.vermont.gov/corporations/registration/ and must obtain a Contractor’s
Business Account Number issued by the Vermont Department of Taxes http://tax.vermont.gov/ .
3.8.2.The contract will obligate the bidder to provide the services and/or products identified in its bid, at the
prices listed.
3.8.3.Payment Terms. Percentage discounts may be offered for prompt payments of invoices; however,
such discounts must be in effect for a period of 30 days or more in order to be considered in making
awards.
3.8.4.Quality. If applicable, all products provided under a contract with the State will be new and unused,
unless otherwise stated. Factory seconds or remanufactured products will not be accepted unless
specifically requested by the purchasing agency. All products provided by the contractor must meet
all federal, state, and local standards for quality and safety requirements. Products not meeting these
standards will be deemed unacceptable and returned to the contractor for credit at no charge to the
State.
Revised: December 27, 2023
Page 5 of 49
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

MeroBridgeBid_VershireVT Vershire, Town of Close Date: 5/31/2024 5:00:00 PM

State Government of Vermont

Bid Due: 5/31/2024

3/7/2024 Request for Proposals: Supply and Install of Thermoplastics on Airport Taxiways PATRICK

State Government of Vermont

Bid Due: 5/24/2024

Follow Construction Manager as Constructor (CMc) Services for the Land Port Of Entry

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/09/2024

Traffic Control Services 2024 Agency of Transportation - Contract Administration Close Date:A 5/2/2024

State Government of Vermont

Bid Due: 5/02/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.