RFP 231
Federal opportunity from Maryland Department of Human Services. Place of performance: MD.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
Larry Hogan, Governor | Boyd K. Rutherford, Lt. Governor | Lourdes R. Padilla, Secretary 311 W. Saratoga Street, Baltimore, MD 21201 -3500 | Tel: 1 -800-332-6347 | TTY 1-800-735-2258 | www.dhs.maryland.gov STATEMENT OF NEED / REQUEST FOR PROPOSALS (RFP) STATE OF MARYLAND DEPARTMENT OF HUMAN SERVIC ES DIAGNOSTIC EVAUATION & TREATMENT PROGRAM AND HIGH INTENSITY GROUP HOME RESIDENTIAL CHILD CARE SERVICES SSA/SONGH /18-001-S AMENDMENT NO. 1 Nove mber 7, 201 7 Dear Prospective Offerors: This amendment is being issued to amend certain information in the above -named RFP. All information contained herein is binding on all Offerors who respond to th is RFP. Specific parts of the RFP have been amended. The changes are listed below. New language has been double underlined and marked in bold (i.e. word ), and language that has been deleted has been marked with a strikethrough (i.e. word ). 1. Revise Section 1.2.1, Second Paragraph as follows: As proof of meeting this requirement, Offerors shall provide with its Proposal a copy of a current DHS or MDH license to provide DETP HIGH or Therapeutic services in the State of Maryland or the Offeror shall provide documentation of applying with the Office of Licensing and Monitoring (OLM) to become a licensed provider. Information regarding the licensing process can be found in Attachment W . 2. Revise Se ction 4.24 (Prompt Payment Policy) as follows: This procurement and the Contract(s) to be awarded pursuant to this solicitation are subject to the Prompt Payment Policy Directive issued by the Governor’s Office of Small, Minority , and Women Business Affairs (GO SBA ) (GOMA) and dated August 1, 2008. Promulgated pursuant to Md. Code Ann., State Finance and Procurement Article, §§ 11 -201, 13 -205(a), and Title 14, Subtitle 3, and COMAR 21.01.01.03 and 21.11.03.01, the Directive seeks to ensure the prompt payment of all subcontractors on non-construction procurement contracts. The Contractor shall comply with the prompt payment requirements outlined in the Contract “Prompt Payment” clause (see Attachment M ). Additional information is available on GOSBA’s GOMA’s website at: http://goma.maryland.gov/Documents/Legislation/PromptPaymentFAQs.pdf 3. Revise Section 6.2 (Technical Proposal Evaluation Criteria ) as follows: The criteria to be used to evaluate each Technical Proposal are listed below in descending order of importance. Unless stated otherwise, any sub criteria within each criterion have equal weight. 6.2.1 Performance Report (See SON/RFP § 2.4.25 – 2.4.26) 6.2.2 Offeror’s Technical Response to SON/RFP Requirements and Work Plan (See SON/RFP § 5.4.2.6). The State prefers an Offeror’s response to work requirements in the SON/RFP that illustrates a comprehensive understanding of work requirements and mastery of the subject matter, including an explanation of how the work will be done. Proposals which include limited responses to work requirements such as “concur” or “will comply” will receive a lower ranking than those Proposals that demonstrate an understandin g of the work requirements and include plans to meet or exceed them. 6.2.2.1 Methodology used to meet the General Requirements outlined in § 2.4.1 – 2.4.19 as listed below and Specific Requirements outlined in § 2.4.20 based on the Offeror’s RCC program category (ies): (a) Staffing (§ 2.4.1) (b) Intake/Admission (§ 2.4.4) (c) Visitation and Transportation (§ 2.4.7) (d) Case Planning (§2.4.8) (e) Normal Daily Routines (§2.4.12) (f) Education (§ 2.4.14) (g) Discharge (§ 2.4.17) 6.2.2.2 Proposed services align with the Proposed LOIs (§2.4.20.1.2, 2.4.20.2.2, and 2.4.20.3.2) 6.2.3 6.2.2.3 Ready By 21 ( See SON/RFP § 2.4.16) Methodology used to implement services and programs that assist children at developing the necessary age appropriate skills as outlined in SSA policies. 6.24 6.2.2.4 Family Centered Practice (See SON/RFP § 2.4.6) Methodology used to demonstrate that the Offeror’s organization has implemented a family centered child focus model, including maintenance of community connections as described in Section 2.4.13 – Com munity Integration. 6.2.35 Experience and Qualifications of Proposed Staff (See SON/RFP § 5.4.2.7) 6.2.4 Offeror Qualifications and Capabilities, including proposed Subcontractors (See SON/RFP § 5.4.2.8 – 5.4.2.14) 6.2.5 Economic Benefit to State of Ma ryland (See SON/RFP § 5.4.2.15) Offerors are reminded that they must acknowledge receipt of all amendments issued against the RFP in their Transmittal Letter (see RFP §§ 4.12 and 5.4.2.3). If you require clarification of the information provided in this amendment, please contact me at (410) 767 -7675, or via email at James.Redditt@maryland.gov . By: James Redditt James Redditt Procurement Officer
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Maryland Department of Human Services is issuing RFP 231 for Diagnostic Evaluation & Treatment Program and High Intensity Group Home Residential Child Care Services. This RFP is critical for ensuring robust child welfare services and complies with the Prompt Payment Policy. Offerors must demonstrate strong technical capabilities and submit appropriate licensing documentation, as specified in the recent amendments to the RFP.
The Maryland Department of Human Services aims to procure effective child care services that align with their high standards and licensing requirements, improving outcomes for children in the state.
- Review RFP and amendments
- Develop Technical Proposal
- Prepare documentation for licensing
- Outline methodology for service delivery
- Draft economic benefits analysis
- Include qualifications of proposed staff
- Submit Compliance with Prompt Payment Policy
- Finalize and submit proposal package by deadline
- Cover letter acknowledging receipt of all amendments
- Technical Proposal addressing evaluation criteria
- Licensing documentation or application proof
- Staff qualifications and experience documentation
- Economic benefit analysis to the State of Maryland
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Bid submission deadline
- Details on evaluation criteria weight for proposals
- Specific licensing documentation requirements
- Performance metrics or outcomes expected
- Total budget for the RFP
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.