Secure Medical Transportation Services

expired opportunity(Expired)
From: Multnomah(County)
RFP-108-2024

Basic Details

started - 08 Mar, 2024 (1 month ago)

Start Date

08 Mar, 2024 (1 month ago)
due - 17 Apr, 2024 (9 days ago)

Due Date

17 Apr, 2024 (9 days ago)
Bid Notification

Type

Bid Notification
RFP-108-2024

Identifier

RFP-108-2024
Multnomah County

Customer / Agency

Multnomah County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

08 April 2024 Secure Medical Transportation Services Multnomah County Health Department is seeking certified Proposers from whom it may purchase 24/7 secured medical transportation services to adult mental health clients and correctional health inmates. 08 April 2024 Open 3/8/2024 8:00 AM PST Type Request for Proposal (RFP) Close 4/17/2024 4:00 PM PDT Number RFP-108-2024 Currency US Dollar Sealed Until 4/17/2024 4:00 PM PDT Payment Terms 0% 0, Net 30 08 April 2024 Contacts Jun Zhu jun.zhu@multco.us Phone +1 503-988-7603 ext. 87603 08 April 2024 Commodity Codes Commodity Code Description 78110100 Passenger transport 92120100 Security & Personal Safety Services 99060012 Mixed Direct Client Assistance (Professional Services) 08 April 202408 April 202408 April 202408 April 202408 April 202408 April 202408 April 202408 April 202408 April 2024 mailto:jun.zhu@multco.us AMENDMENT 1
Addendum 1 RFP-108-2024 has been uploaded to the Buyer Attachments section: • Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria. • Updated Programmatic Question 2.1.4 and added question 2.1.5. • Updated language in Programmatic and Responsible Business Practice questions. • Added Buyer Attachment A Pre-proposal Attendance. IMPORTANT: Suppliers who do not currently have access to the Multco Marketplace Supplier Portal will need to complete the "MMP Supplier Access Request Form". In order to allow the County sufficient time to review your request, the MMP Supplier Access Request form should be completed no fewer than 5 days prior to the Sourcing Event closing date. PRE-PROPOSAL CONFERENCE: There will be a pre-proposal conference for this sourcing event on Thursday, March 21, 2024 at 3:30 p.m. PT. This will be a virtual meeting via Google Meet. Join Google Meet by following this link: https://meet.google.com/fno-drpk-jhf Or by phone, dial: (US) +1 409-422-5133 PIN: 371 057 726# In this meeting the County will be going over submission requirements and provide suppliers an opportunity to hear about the requested services. Attendance is: Optional, but strongly encouraged. INSTRUCTIONS TO PROPOSERS 1. All proposal questions to be evaluated and scored for this sourcing event will be answered via File Upload. • Please review Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria in the Buyer Attachments section for instructions and criteria to submit your proposal. • Please name your Proposal as Attachment A - RFP Proposal and upload it to Question 2.3.1 in the Proposal Questions & Evaluation Criteria section. • Proposal page limit is 24 pages. We recommend that you not use cover sheets or any extra materials as these will count as pages. Excess pages will be removed and will not be evaluated. • Please name your Vehicle List as Attachment B - Vehicle List and upload it to Question 2.3.2 in the Proposal Questions & Evaluation Criteria section. The Vehicle List is excluded from the Proposal 24 page limit. 2. Excess documents and pages (including website links) will not be reviewed or evaluated. SERVICE DESCRIPTION, FUNDING AND CONTRACTING INFORMATION PURPOSE AND OVERVIEW The Multnomah County Health Department (MCHD) is seeking Proposer(s) from whom it may purchase secured medical transportation services for adult mental health clients and correctional health inmates of Multnomah County. INTRODUCTION AND PROGRAM HISTORY Description https://www.multco.us/purchasing/webform/mmp-supplier-access-request-form https://meet.google.com/fno-drpk-jhf Multnomah County has a current requirement for secured medical transportation services. This requirement is set by the State – any unique requirements are identified below. Secure transport is used to move clients from one facility to another, ensuring both the safety of the client and transporting staff. Multnomah County often requires agencies who are capable of providing transportation with restraints and therefore will only enter into contracts with agencies that have that ability. These services are authorized by the County and designed for individuals enrolled in Oregon Health Plan (OHP), for those without insurance or resources, and for anyone who is in crisis. There is a critical need for providers who will accept Medicare payments. GOALS, VALUES AND OTHER IMPORTANT CONSIDERATIONS It is the mission of the Multnomah County Health Department to build and maintain high quality, accessible and culturally competent systems of care for adults with emotional or addictive disorders, or mental illnesses. TARGET POPULATION SERVED Resulting contract(s) will provide transportation services to adult residents and those who are being released from the criminal justice system that are suffering from mental illness within the total geographic area. GEOGRAPHIC BORDERS/LIMITATIONS & SERVICE AREAS Transportation services will be provided as needed in the Multnomah County total geographic area. Transportation potentially may require that these services be provided outside of the State of Oregon. FUNDING Funding of the work described in this RFP is not guaranteed. Fluctuations in funding year to year should be expected. The County cannot assure that any particular level of work will be assigned and the contract will permit the County to add or remove work as necessary depending on availability of funding. MATCH REQUIREMENTS Not applicable to this sourcing event. SCOPE OF SERVICES See the identified areas below pertaining to the scope of services. SERVICE DESCRIPTION The procured services will be available to provide 24/7 transportation to authorized clients. SERVICE AUTHORIZATION All transportation requests will be pre-authorized by the Multnomah County Mental Health Call Center (Call Center). A hospital, the Urgent Walk-In Clinic, Project Respond or another Multnomah County Contractor will contact the Call Center and request a pre-authorization for secured transport. Authorization decisions will be prioritized based on an assessment of the unique health and safety needs of the consumer. Call Center decisions will be final. If pre-authorization is approved, the Call Center will then contact the Contractor directly with the authorization and key information necessary for the transportation of the client. Requests for the reimbursement of transportation services without a valid pre-authorization issued by the Call Center will not be paid. REQUIREMENTS Contractor must be, and shall remain, certified by the State of Oregon Mental Health and Developmental Disability Services Division to provide services. • The services must be provided in accordance with OAR 309-033-0200 through 309-033-0340 (General Standards for Civil Commitment) and 309-033-0400 through 309-033-0440 (Standards for Transportation and Transfer of Persons in Custody or on Diversion, and for the Temporary Release of a Committed Person on Pass), which can be found online at: o https://secure.sos.state.or.us/oard/viewSingleRule.action?ruleVrsnRsn=299377 • Contractor must also be approved by the County Governing Body in the County where services will be delivered as required by OAR 309-033-0200 through 309-033-0340 (General Standards for Civil Commitment) and 309-033-0400 through 309-033-0440 (Standards for Transportation and Transfer of Persons in Custody or on Diversion, and for the Temporary Release of a Committed Person on Pass). SERVICE STANDARDS The Contractor must maintain a sufficient number of vehicles to ensure efficient service delivery to eligible recipients. • For all Call Center referrals, the Contractor must inform the Call Center of the ability to provide the secured transport within fifteen (15) minutes of receiving the referral. • Pick up times: o The Contractor must be able to arrive at Multnomah County on-site pickup locations within thirty (30) minutes of the Call Center confirmation of pre-authorization for secured transport. • Escorts must be professionally dressed, sensitive to client reaction to manner and dress, based on current mental health status, and carry no firearms. Two person escorts are preferred; with gender appropriate escorts. • Escorts must be culturally competent to work with diverse populations. All clients must be transported safely and securely, with dignity, respect and courtesy. • The Contractor will not implement any substantive program change or change in method of service delivery that affects level, scope, or outcome of client services funded under the subsequent Contract(s) without thirty (30) day prior written approval from the County. • Services will be available 24 hours per day, seven (7) days per week. Approved Transport Provider Certification At the time of Contracting, Proposers must be, and shall remain, certified by the State of Oregon Addiction and Mental Health Services Division as per OAR 309-033-0432 (Standard for the Approval of a Secure Transport Provider) to provide secured medical transport services in accordance with OAR 309-033-0200 through 309- 033-0340 (General Standards for Civil Commitment) and 309-033-0400 through 309-033-0440 (Standards for Transportation and Transfer of Persons in Custody or on Diversion, and for the Temporary Release of a Committed Person on Pass), which can be found online at: • https://secure.sos.state.or.us/oard/viewSingleRule.action?ruleVrsnRsn=299377 SUSTAINABLE PRACTICES https://secure.sos.state.or.us/oard/viewSingleRule.action?ruleVrsnRsn=299377 https://secure.sos.state.or.us/oard/viewSingleRule.action?ruleVrsnRsn=299377 The Contractor is expected to support the County’s sustainability goals by incorporating sustainability when providing the secured transport of Multnomah County clients to the maximum extent practicable without compromising safety and security. This may include, but is not limited to: • Choosing hybrid vehicles or vehicles with the highest fuel economy that meets price and performance needs when replacing vehicles during the contracted period; • Educating drivers in how to be drive efficiently and drive fewer miles; • Using route optimization software; • Choosing recycled oil and lubricants when maintaining the vehicle; • Recycling motor oils, other consumables wherever possible; • County’s Idling Policy; • Eliminating unnecessary vehicle washing. SPECIAL CONDITIONS • Health Insurance Portability and Accountability Act: Provider will agree to be a “business associate” for the purposes of the provisions of the Health Insurance Portability and Accountability Act (HIPAA), Title II, Subtitle F, Administrative Simplification Act, or the federal regulations implementing the Act. Provider must develop and implement such policies and procedures, as required by HIPAA, and/or other federal, state or local laws, rules and regulations applicable to the services performed. • Criminal Record Background Checks: The Contractor will comply with those provisions of ORS 181.533-537 and OAR 407-007-0000 through 407-007-0370 regarding criminal record checks, which apply to their programs. Contractor shall make the results of the criminal records check available for review by County staff upon request. • Protective Services Requirements: The Contractor will cooperate with Federal, State, County, and local law enforcement agencies in any protective service investigation involving clients served under a resulting Contract. • False Claims, Fraud, Waste and Abuse: Contractors will cooperate with and participate in activities to implement and enforce County policies and procedures to prevent, detect and investigate false claims, fraud and abuse relating to Oregon Health Plan, Medicare or Medicaid funds; cooperate with authorized State of Oregon entities and Centers for Medicare and Medicaid (CMS) in activities for the prevention, detection and investigation of false claims, fraud, waste and abuse. Contractor shall allow the inspection, evaluation or audit of books, records, documents, files, accounts, and facilities as required, to investigate the incident of false claims, fraud, waste or abuse. Contractor is required to verify that their staff and contractors are not excluded from providing services under this contract funded by Medicare and Medicaid before services are provided. Contractor is required to check the following databases for excluded individuals and entities: o Office of Inspector General (OIG) https://exclusions.oig.hhs.gov/ o Excluded Parties List System (EPLS) www.sam.gov ACCESS Services are accessed through pre-authorization via the Multnomah County Call Center (Call Center). Requests for Secured Transport may originate with hospitals, the Urgent Walk-In Clinic, Project Respond or another Multnomah County contracted provider. The Multnomah County Mental Health Call Center will issue a service authorization to the secured transportation Contractor to transport Multnomah County mental health clients to and from medical and correctional facilities, mental health placements and psychiatric hospitals on an emergency basis, as well as non-emergency and scheduled transports for court appearances, appointments and other services as needed. For service to or from Multnomah County Sheriff’s Office correctional facilities, the Driver may be required to enter the facility to safely escort the client to the vehicle. FISCAL REQUIREMENTS AND REPORTING https://exclusions.oig.hhs.gov/ Contractor will provide monthly reports to the designated representative at the Multnomah County Health Department documenting the name of the organization requesting transport, name of client, date of service, pick-up time, pick-up locations, destination, arrival time and duration of transport in addition to the Critical Incident Reports. If required, the Contractor shall complete the Annual State DHS Carryover Report which is due thirty (30) days after receipt of the forms. County will provide notification, forms, and instructions to the Contractor subject to carryover reporting at least thirty (30) days prior to the report due date. PERFORMANCE MEASURES/PERFORMANCE CONTRACTING Awarded providers are required to participate in the MCHD's monitoring and evaluation activities. Services programs will be evaluated by a number of means that could include: • Provider self-assessment and peer reviews; • Monitoring and site visits; • Compliance with reporting requirements; • Compliance with contract standards and performance criteria; • Performance in achieving client service outcomes; • Client satisfaction surveys and complaint resolution processes; • Other quality assurance and evaluation processes as developed between the parties. The MCHD requires its contract service providers to develop and maintain internal quality assurance and evaluation practices to determine the quality of their services, compliance with regulations, stability of operations, consumer satisfaction, and appropriateness of the services. These practices are to include problem identification, problem resolution, and follow-up to assure that program improvements are sustained over time. CONTRACT NEGOTIATION The County will initiate contract negotiations with the responsive and responsible Proposer with the highest scoring proposal(s). Multnomah County may, at its option, elect to negotiate general contract terms and conditions, services, pricing, implementation schedules, and such other terms as the County determines are in the County’s best interest. If negotiations fail to result in a contract, the County reserves the right to terminate the negotiations and initiate contract negotiations with the next highest scoring responsive and responsible Proposer. This process may continue until a contract agreement is reached. CONTRACT AWARD Through this RFP process, MCHD intends to award multiple contracts. Award(s) will be made to qualified proposer(s) who meet the requirements within the scope of services section of this RFP. Awards, as determined by MCHD will be made to responsible Proposer(s) whose response MCHD determines are most advantageous based on the evaluation process and evaluation factors described in this RFP. If more than one (1) contract is awarded, the highest scored proposer will be the primary provider of services described in this RFP. The second highest scored proposer will be the secondary provider of services and will be utilized if the primary provider is unable to respond to a County service request. The third highest scored proposer will be the tertiary provider of services and will be utilized if the primary and secondary providers are unable to respond to a County service request. Multnomah County strongly encourages the participation of Minority-Owned, Women-Owned, and Emerging Small Businesses and Organizations in providing these services. CONTRACT TERM Through this RFP, MCHD intends to award requirements contracts for a fixed term of two (2) years. MCHD shall have the option to renew their contracts for up to three (3) additional one (1) year period(s). Services are expected to begin approximately May 5, 2024 and will end approximately May 4, 2029. MCHD reserves the right to withdraw this RFP at any time, or re-issue a subsequent RFP, at any time. COMPENSATION AND METHOD OF PAYMENT MCHD will pay a fixed hourly rate for pre-authorized secured transport services. • Contractor shall submit a complete and accurate invoice (which includes pre-authorization information) within sixty (60) days of the date of service. Payment for services invoiced later than 60 days from the date of service may be denied. Failure to exercise this right shall not constitute waiver. Each County will specify the minimum information to be included on the invoice in the resulting contract. • The successful Contractors shall submit invoices to: Attention: Call Center Supervisor Multnomah County Mental Health and Addiction Services Division 209 SW 4th Avenue Suite 520 Portland, OR, 97204 The invoices submitted will go to MCHD Business Operations at: cmhpreporting@multco.us and BHAP@multco.us INSURANCE REQUIREMENTS The Proposer(s) awarded a Contract as a result of this RFP will be required to provide the insurance described in Exhibit 2 of the SAMPLE General Services Agreement in the Buyer Attachments. Contract(s) awarded as a result of this RFP will be required to provide the insurance described below. Minimum insurance requirements: Type of Insurance Amount Per Occurrence Aggregate Professional Liability $1,000,000 $1,000,000 $2,000,000 Commercial General Liability $1,000,000 $1,000,000 $2,000,000 Commercial Auto Liability $1,000,000 $1,000,000 $2,000,000 Workers Compensation $500,000 $500,000 $500,000 Sex Abuse / Molestation Liability $1,000,000 $1,000,000 $2,000,000 JOINT PROPOSALS Not applicable to this sourcing event. MINIMUM REQUIREMENTS At the time of proposal submission, Proposers must meet the following minimum requirements. Failure to provide any of the required documents or meet any of the below requirements shall result in rejection of the proposal. 1. The Proposal response must be received by Multnomah County Purchasing no later than 4:00 P.M. local Portland time on the proposal submission deadline. 2. Proposer Representations and Certifications The Proposer must certify that they agree to the Proposers Representation and Certification terms in the Pre- requisite page of the Sourcing Event. At the time of Contracting, Proposers must meet the following minimum requirements. Failure to provide any of the required documents or meet any of the below requirements shall result in a determination of non- responsiveness and may result in award to the next highest proposer. 1. Proposers must be legal entities, currently registered to do business in the State of Oregon (per ORS 60.701). 2. Proposers must submit verification that all insurance requirements are met. 3. Proposers must have a completed Pre-Award Risk Assessment if federal funds are used for this Sourcing Event. (See Procedural Instructions in the Buyer Attachments section of this Sourcing Event) Required to View Event Prerequisites Required to Enter Bid 08 April 2024 1. Proposer/Bidder agrees to receive all correspondence electronically and are responsible for keeping their supplier portal updated with current contact information. 2. CONFIDENTIALITY - Please read the statutory requirements in the prerequisite link. 3. Please review the statements in this certification regarding Assurances, Certification Regarding Debarment, Suspension and Other Responsibility Matters and Certification Regarding Conflict of Interest. 08 April 202408 April 202408 April 202408 April 202408 April 202408 April 202408 April 2024 Buyer Attachments 1. How to Complete and Submit a Response to a Sourcing Event - MMP Supplier Guide 2. Procedural Instructions For Proposals 03-2023.pdf 3. Addendum 1 RFP-108-2024 .pdf 4. Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria.docx.pdf 5. Buyer Attachment A Pre-proposal Attendance .pdf 6. SAMPLE General Services Agreement.pdf 7. Sample Exhibit 2 - Insurance Requirements.pdf 8. Sample Exhibit 3 - Certification Statement for Corporation or Independent Contractor.pdf 9. Sample Exhibit 4 - Workers Comp Exemption Certificate 08-20-13.pdf 1 0. Sample Exhibit 5 - Equal Opportunity.pdf 1 1. Attachment H-1 HIPAA Business Associates Agreement.pdf 08 April 202408 April 202408 April 202408 April 202408 April 202408 April 2024 https://multco.us/file/73233/download https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjAzNzI4LTEzOTQ2NTU5MDJQcm9jZWR1cmFsIEluc3RydWN0aW9ucyBGb3IgUHJvcG9zYWxzIDAzLTIwMjMucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjAzNzI4LTE1OTI0Njg5MDNBZGRlbmR1bSAxIFJGUC0xMDgtMjAyNCAucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjAzNzI4LTE1OTI0NjgwMzNSZXZpc2VkIEJ1eWVyIEF0dGFjaG1lbnQgMSAtIFJGUCBQcm9wb3NhbCBRdWVzdGlvbnMgJiBDcml0ZXJpYS5kb2N4LnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjAzNzI4LTE1OTI0Njg3NjNCdXllciBBdHRhY2htZW50IEEgUHJlLXByb3Bvc2FsIEF0dGVuZGFuY2UgLnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjAzNzI4LTE0Mzc2MDU5MDdTQU1QTEUgR2VuZXJhbCBTZXJ2aWNlcyBBZ3JlZW1lbnQucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjAzNzI4LTEyODA2Mjk2NjVTYW1wbGUgRXhoaWJpdCAyIC0gSW5zdXJhbmNlIFJlcXVpcmVtZW50cy5wZGY%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjAzNzI4LTE1NzY0MzE0MDRTYW1wbGUgRXhoaWJpdCAzIC0gQ2VydGlmaWNhdGlvbiBTdGF0ZW1lbnQgZm9yIENvcnBvcmF0aW9uIG9yIEluZGVwZW5kZW50IENvbnRyYWN0b3IucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjAzNzI4LTE1NzY0Mjk3MzlTYW1wbGUgRXhoaWJpdCA0IC0gV29ya2VycyBDb21wIEV4ZW1wdGlvbiBDZXJ0aWZpY2F0ZSAwOC0yMC0xMy5wZGY%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjAzNzI4LTE1NzY0MzEzMDdTYW1wbGUgRXhoaWJpdCA1IC0gRXF1YWwgT3Bwb3J0dW5pdHkucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjAzNzI4LTE1NzY0MzE0MDVBdHRhY2htZW50IEgtMSBISVBBQSBCdXNpbmVzcyBBc3NvY2lhdGVzIEFncmVlbWVudC5wZGY%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 Questions Required Questions Group 1.1: Company Certification Information - This section is not scored Instructions: 1.1.1 State of Incorporation 1.1.2 Date of Incorporation 1.1.3 ASSURANCES - Proposer attests that Proposer is either a non-resident proposer or a resident proposer (as described in Representation and Certification Prerequisite and ORS 279A.120) of the State of _________ and has not discriminated against any minority, women, or emerging small business enterprises certified under ORS 200.055 or a business enterprise that is owned or controlled by or that employs a disabled veteran as defined in ORS 408.225 in obtaining any required subcontracts, in accordance with ORS 279A.110. Enter state of residency here: 1.1.4 Where Proposer is unable to certify to any of the statements in Proposer Representations and Certifications of the Prerequisite, Proposer shall provide an explanation to their offer here. 1.1.5 The Proposer certifies to the best of its knowledge and believes that neither it nor any of its principal participants and agents has or has had the following relationships with the specific firm(s)/individual(s), identified in this sourcing event, which may be determined to be an organizational conflict of interest. I understand that based on the information provided by Proposer, Multnomah County may exclude the Proposer from further consideration and may withdraw its selection if the real or apparent organizational conflict of interest cannot be avoided or mitigated. Proposer further certifies that the degree and extent of the relationship of the Proposer with these named firm(s)/individual(s) will be fully disclosed: 1.1.6 Upload additional explanation as needed 1.1.7 Name of person submitting the Proposal: 1.1.8 Title of person submitting the Proposal: 1.1.9 I represent that I am at least eighteen (18) years of age. 1.1.10 I represent that the printing of my name and the submittal of a Proposal is intended to authenticate this writing and to have the same force and effect as my manual signature. 1.1.11 I represent that I am either authorized to bind the Proposer, or that I am submitting the Proposal on behalf of and at the direction of the Proposer's representative authorized to contractually bind the Proposer. 1.1.12 I represent that the Proposer and/or its applicable representative(s) has reviewed the information contained in this Proposal and that the information submitted is accurate. 1.1.13 The County values agencies that work to prevent labor disputes, which may lead to work stoppages or adversely impact the ability of our programs to achieve intended outcomes. Please indicate if your Agency is committed to avoiding labor disputes that disrupt services by checking the appropriate box. 1.1.14 If your organization has standard practices and policies that uphold this principle, such as a labor harmony agreement or a collective barging agreement, please attach with your submission as a separate file. Group 2.1: Programmatic Questions (75%) Instructions: 2.1.1 2.1.1 SECURED TRANSPORTATION EXPERIENCE – Reference the attachment Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria within the Buyer Attachments for question criteria and instructions. Please indicate your Proposal page number where Question 2.1.1 begins in the text box provided. (25% of Programmatic Questions Group) 2.1.2 2.1.2 VEHICLE MANAGEMENT AND SERVICE DELIVERY – Reference the attachment Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria within the Buyer Attachments for question criteria and instructions. Please indicate your Proposal page number where Question 2.1.2 begins in the text box provided. (20% of Programmatic Questions Group) 2.1.3 2.1.3 SERVICE DELIVERY - Reference the attachment Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria within the Buyer Attachments for question criteria and instructions. Please indicate your Proposal page number where Question 2.1.3 begins in the text box provided. (20% of Programmatic Questions Group) 2.1.4 2.1.4 INVOICING – Reference the attachment Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria within the Buyer Attachments for question criteria and instructions. Please indicate your Proposal page number where Question 2.1.4 begins in the text box provided. (18% of Programmatic Questions Group) 08 April 202408 April 202408 April 202408 April 202408 April 2024 2.1.5 2.1.5 PRICE – Reference the attachment Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria within the Buyer Attachments for question criteria and instructions. Please indicate your Proposal page number where Question 2.1.5 begins in the text box provided. (17% of Programmatic Questions Group) Group 2.2: Responsible Business Practice Questions (25%) Instructions: 2.2.1 2.2.1 Environmental Consideration – Reference the attachment Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria within the Buyer Attachments for question criteria and instructions. Please indicate your Proposal page number where Question 2.2.1 begins in the text box provided. (40% of Responsible Business Practice Group) 2.2.2 2.2.2 Social Equity – Reference the attachment Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria within the Buyer Attachments for question criteria and instructions. Please indicate your Proposal page number where Question 2.2.2 begins in the text box provided. (40% of Responsible Business Practice Group) 2.2.3 2.2.3 Economic Impact – Reference the attachment Revised Buyer Attachment 1 - RFP Proposal Questions & Criteria within the Buyer Attachments for question criteria and instructions. Please indicate your Proposal page number where Question 2.2.3 begins in the text box provided. (20% of Responsible Business Practice Group) Group 2.3: Proposal File Upload Instructions: 2.3.1 2.3.1: Upload Proposal: Please name your Proposal as 'Attachment A - RFP Proposal' and upload it to this Question 2.3.1. 2.3.2 2.3.2: Upload Vehicle List: Please name your Vehicle List as 'Attachment B - Vehicle List' and upload it to this Question 2.3.2. The Vehicle List is excluded from the Proposal 24 page limit. 08 April 202408 April 202408 April 202408 April 202408 April 2024 Product Line Items Product Line Items There are no Items added to this event. 08 April 202408 April 202408 April 202408 April 2024 Service Line Items Service Line Items 1. # Item Name, Commodity Code, Description Allow Alternates Qty. UOM Requested Service Delivery S1 Do Not Complete - N/A 1 08 April 202408 April 202408 April 2024

501 SE Hawthorne Blvd., 5th Floor Portland, Oregon 97214Location

Address: 501 SE Hawthorne Blvd., 5th Floor Portland, Oregon 97214

Country : United StatesState : Oregon

You may also like

Evacuation Transportation Services

Due: 02 May, 2024 (in 5 days)Agency: County of Galveston

Liquor Transportation Services - International Freight Forwarding & Consolidatio

Due: 07 May, 2024 (in 10 days)Agency: Manitoba Liquor and Lotteries Corporation

WHEELCHAIR TRANSPORTATION SERVICES FOR ELIGIBLE BENEFICIARIES IN THE VA PUGET SOUND CATCHMENT AREA.

Due: 29 Mar, 2026 (in 23 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.