Smart Safe Services for the State Treasurer’s Office
Federal opportunity from Maryland State Treasurer's Office. Place of performance: MD. Response deadline: Jan 15, 2026.
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
MARYLAND STATE TREASURER’S OFFICE (STO )
LOUIS L. GOLDSTEIN TREASURY BUILDING
80 CALVERT STREET, ROOM 109
ANNAPOLIS, MARYLAND 21401
INVITATION FOR BIDS (IFB)
SMART SAFE SERVICES
FOR THE STATE TREASURER’S OFFICE
IFB #SSS- 11192025
ISSUE DATE: NOVEMBER 19, 2025
NOTICE TO OFFERORS
The State Treasurer’s Office strongly encourages MBE participation in all
its solicitations, especially when there is/are no stated goal(s). To the extent
that MBEs employed in this industry are interested but are not fully
qualified to respond, please contact the Procurement Officer listed on the
Key Information Summary Sheet for further information.
A Prospective Offeror that has received this document from a source other than eMarylandMarketplace
(eMMA ) https://procurement.maryland.gov must register on eMMA . See Section 4. 1.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page ii
NO BID NOTICE/ VENDOR FEEDBACK FORM
To help us improve the quality of State solicitations, and to make our procurement process more responsive
and business friendly, please provide comments and suggestions regarding this solicitation. Please return your
comments with your response . If you have chosen not to respond to this solicitation, please email or fax this
completed form to the attention of the Procurement Officer (see Key Information Summary Sheet below for
contact information).
Title : Smart Safe Services for the State Treasurer’s Office
Solicitation No: IFB # SSS -11192025. If you have chosen not to respond to this solicitation, please indicate
the reason(s) below:
Other commitments preclude our participation at this time
The subject of the solicitation is not something we ordinarily provide
We are inexperienced in the work/commodities required
Specifications are unclear, too restrictive, etc. (Explain in REMARKS section)
The scope of work is beyond our present capacity
Doing business with the State is simply too complicated . (Explain in REMARKS section)
We cannot be competitive. (Explain in REMARKS section)
Time allotted for completion of the Bid is insufficient
Start- up time is insufficient
Bonding/Insurance requirements are restrictive (Explain in REMARKS section)
Bid requirements (other than specifications) are unreasonable or too risky (Explain in REMARKS
section)
MBE or VSBE requirements (Explain in REMARKS section)
Prior State of Maryland contract experience was unprofitable or otherwise unsatisfactory .
(Explain in REMARKS section)
Payment schedule too slow
Other: __________________________________________________________________
If you have submitted a response to this solicitation, but wish to offer suggestions or express concerns, please
use the REMARKS section below . (Attach additional pages as needed.)
REMARKS:
____________________________________________________________________________________
____________________________________________________________________________________
Vendor Name: ________________________________ Date: _______________________
Contact Person: ________________________________ _ Phone (____) _____ - _________________
Address: ______________________________________________________________________
E-mail Address: ________________________________________________________________
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page iii
STATE OF MARYLAND
STATE TREASURER’S OFFICE (STO)
KEY INFORMATION SUMMARY SHEET
Invitation for Bids Smart Safe Services
Solicitation Number: IFB #SSS-11192025
IFB Issue Date: November 19, 2025
IFB Issuing Office: State Treasurer’s Office ( STO or the " Office ")
Procurement Officer: Kris Chewlin
Maryland State Treasurer’s Office
80 Calvert Street, Rm 109, Annapolis Maryland 21401
e-mail:
Office Phone: kchewlin@treasurer.state.md.us
410-260-7428
Bids are to be sent to: eMMA Portal or via Trackable Mail or Hand Delivery
80 Calvert Street, Rm 109, Annapolis Maryland 21401
Pre-Bid Conference: There will not be a Pre -Bid Conference held for this Procurement
Questions Due Date and Time December 3 , 2025 at 10:00am EST
Send questions to: kchewlin@treasurer.state.md.us
Subject line must be : Questions – IFB # SSS-11192025
Bid Due (Closing) Date and
Time: January 5, 2026 at 1:00pm EST
Offerors are reminded that a completed Feedback Form is requested
if a no- bid decision is made (see page i i).
Public Bid Opening Date, Time and Location January 5, 2026 at 2:00pm EST
80 Calvert Street , Room 109
1
st Floor Treasurer’s Office Conference Room
Annapolis, Maryland, 21401
MBE Subcontracting Goal: Not Applicable
VSBE Subcontracting Goal: Not Applicable
Contract Type: Firm Fixed Price for base period
Contract Duration: Two (2) Year s with One (1) One (1) Year Renewal Option
Primary Place of
Performance: Locations will vary; Boxes will be located at participating agencies
throughout the State of Maryland.
SBR Designation: No
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page iv
Federal Funding: No
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page v
TABLE OF CONTENTS – IFB
1. Minimum Qualifications ...................................................................................................................... 1
1.1 Offeror Minimum Qualifications ................................................................................................. 1
2 Contractor Requirements: Scope of Work ........................................................................................ 2
2.1 Summary Statement ..................................................................................................................... 2
2.2 Background and Purpose ............................................................................................................. 2
2.3 Responsibilities and Tasks ........................................................................................................... 2
2.4 Armored Courier Requirements…………………...……………………………………………3
2.5 State Responsibilities…………………………………………………………………………...4
3 Contractor Requirements: General .................................................................................................... 5
3.1 Contract Initiation Requirements ................................................................................................. 5
3.2 Reserved ...................................................................................................................................... 5
3.3 Invoicing ...................................................................................................................................... 5
3.4 Liquidated Damages .................................................................................................................... 7
3.5 Insurance Requirements .............................................................................................................. 7
3.6 Minority Business Enterprise (MBE) Reports ............................................................................. 8
3.7 Veteran Small Business Enterprise (VSBE) Reports .................................................................. 9
3.8 Work Orders ................................................................................................................................ 9
3.9 Additional Clauses ....................................................................................................................... 9
4 Procurement Instructions .................................................................................................................. 10
4.1 eMaryland Marketplace Advantage (eMMA) ........................................................................... 10
4.2 Questions ................................................................................................................................... 10
4.3 Procurement Method ................................................................................................................. 10
4.4 Bid Due (Closing) Date and Time ............................................................................................. 10
4.5 Multiple or Alternate Bids ......................................................................................................... 11
4.6 Receipt, Opening and Recording of Bids .................................................................................. 11
4.7 Confidentiality of Bids / Public Information Act Notice ........................................................... 11
4.8 Award Basis ............................................................................................................................... 11
4.9 Tie Bids ..................................................................................................................................... 12
4.10 Duration of Bids ........................................................................................................................ 12
4.11 Revisions to the IFB .................................................................................................................. 12
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page vi
4.12 Incurred Expenses ..................................................................................................................... 12
4.13 Protest/Disputes ......................................................................................................................... 12
4.14 Offeror Responsibilities ............................................................................................................. 12
4.15 Acceptance of Terms and Conditions ........................................................................................ 13
4.16 Bid/Proposal Affidavit ............................................................................................................... 13
4.17 Contract Affidavit ...................................................................................................................... 13
4.18 Compliance with Laws/Arrearages ........................................................................................... 13
4.19 Verification of Registration and Tax Payment .......................................................................... 14
4.20 False Statements ........................................................................................................................ 14
4.21 Payments by Electronic Funds Transfer .................................................................................... 14
4.22 Prompt Payment Policy ............................................................................................................. 14
4.23 Electronic Procurements Authorized ......................................................................................... 15
4.24 MBE Participation Goal ............................................................................................................ 16
4.25 VSBE Participation Goal ........................................................................................................... 16
4.26 Living Wage Requirements ....................................................................................................... 16
4.27 Federal Funding Acknowledgement .......................................................................................... 17
4.28 Conflict of Interest Affidavit and Disclosure ............................................................................ 17
4.29 Non-Disclosure Agreement ( Offeror) ....................................................................................... 17
4.30 Non-Disclosure Agreement (Contractor) .................................................................................. 17
4.31 HIPAA - Business Associate Agreement .................................................................................. 17
4.32 Nonvisual Access ...................................................................................................................... 18
4.33 Mercury and Products That Contain Mercury ........................................................................... 18
4.34 Location of the Performance of Services Disclosure ................................................................ 18
4.35 Department of Human Services (DHS) Hiring Agreement ....................................................... 19
4.36 Small Business Reserve (SBR) Procurement ............................................................................ 19
4.37 Maryland Healthy Working Families Act Requirements .......................................................... 19
5 Bid Format .......................................................................................................................................... 20
5.1 One Part Submission ................................................................................................................. 20
5.2 Labeling ..................................................................................................................................... 20
5.3 Bid Price Form .......................................................................................................................... 20
5.4 Required Bid Submission .......................................................................................................... 20
5.5 Delivery ..................................................................................................................................... 22
5.6 Documents Required upon Notice of Recommendation for Contract Award ........................... 22
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page vii
6 Bid Evaluation and Award ................................................................................................................ 23
6.1 Bid Evaluation Criteria .............................................................................................................. 23
6.2 Reciprocal Preference ................................................................................................................ 23
6.3 Award Determination ................................................................................................................ 23
6.4 Documents Required upon Notice of Recommendation for Contract Award ........................... 23
7 IFB ATTACHMENTS AND APPENDICES ................................................................................... 24
Attachment A . Bid Instructions & Form ............................................................................................ 26
Attachment B . Bid/Proposal Affidavit ................................................................................................ 28
Attachment C . Maryland Living Wage Affidavit of Agreement for Service Contracts ................ 37
Attachment D . Contract ....................................................................................................................... 41
Attachment E . Contract Affidavit ...................................................................................................... 57
8 Appendix 1. Abbreviations and Definitions .................................................................................... 62
9 Appendix 2. Offeror Information Sheet ........................................................................................... 64
10 Appendix 3. Evidence of Insurance ................................................................................................. 65
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 1
1. Minimum Qualifications
Offeror Minimum Qualifications
• The Offeror agrees to provide the State of Maryland agencies with use of a secure storage device
that integrates traditional safe features with advanced technology to automate and monitor cash-
handling, known as a smart safe. The smart safes shall not be operated in a manner or form for any
other purpose than the intended purpose outlined in this IFB.
• The Offeror must provide certification that they are licensed to do business in the State of
Maryland providing armed security guard serv ice in accordance with Maryland State Police
Licensing Division Advisory LD- SSU-15-0001, “License of Security Guard Agencies and
Security Guards.” Security Guard Certification found here: https://mdsp.maryland.gov/Organization/Pages/CriminalInvestigationBureau/LicensingDivision/P
rofessionalLicenses/SecurityGuardCertifications.aspx
• The Offeror must be an approved vendor by Wells Fargo Bank, N.A., for access to Wells Fargo
Bank -owned cash vault sites or Wells Fargo Bank’s outsourced cash vault sites
bid. The
certification process to become an approves vendor is extensive. Interested Offerors may not be
eligible . Please request contact information from STO.
• The Offeror must be permitted to deposit funds into additional State approved banks included in
the Agency Designated Depository Contract. A list of current banks can be accessed here:
https://treasurer.state.md.us/treasury -management/banking -services/designated -
depositories
• The Offeror must have a minimum of three (3) years of successful operations providing armored
courier services and installation of Smart Safes or similar secured payment boxes.
• The Offeror agrees to provide pick-up services Monday through Friday, excluding weekends
(“business days”) and scheduled State holidays, which can be found at:
https://dbm.maryland.gov/pages/default.aspx unless otherwise specifically requested.
• If an issue with the smart safe is discovered at any time after installation , the Offeror must respond
to a maintenance request via electronic portal or email within 24 hours and triage the malfunction
within five (5) business days. Resolution shall be completed in a reasonable amount of time so as not to hinder the business processes unnecessarily.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 2
2 Contractor Requirements: Scope of Work
Summary Statement
2.1.1 The State Treasurer’s Office ( STO or the " Office ") is issuing this Invitation for Bid s (IFB) in order
to procure the services defined in this Section 2 , as specified in this IFB, from a contract between
the successful Offeror(s) and the State Treasurer’s Office on behalf of State agencies.
2.1.2 It is the State’s intention to obtain goods and services , as specified in this IFB , from a Contract
between the selected Offeror and the State.
2.1.3 The Office intends to make a single award for the work under this IFB. See IFB Section 4.8 Award
Basis for more Contract award information.
2.1.4 An Offeror, either directly or through its subcontractor(s), must be able to provide all goods and
services and meet all of the requirements requested in this solicitation and the successful Offeror
(the Contractor) shall remain responsible for Contract performance regardless of subcontractor
participation in the work.
Background and Purpose
The Maryland State Treasurer’s Office is issuing this IFB to contract with one vendor to provide
cash management smart safes and its armored courier services for these safes from various locations
throughout the State and to deliver to a specified depository bank and/or vault location.
The STO intends to implement duties to streamline in -agency cash -handling processes, secure
deposits, and increase cash visibility for agencies who receive low to high cash volumes. With a
smart safe option, deposit preparation is more convenient, resulting in reduced need for employee
cash handling, fully protected deposits, reduced internal and external theft risk, and immediate
credit of funds into the State’s bank of choice.
Responsibilities and Tasks
The successful offeror will provide the following:
• Supply customer with a secure safe box that allows a high -volume cash limit.
• Direct ACH of deposited funds within 24 hours from pick -up, into the State’s bank of choice.
• Secure a maximum limit of $25,000 per pick-up.
• Administer armored courier service to pick -up deposits from sites either on a monthly basis or at a
time in which the box’s secured maximum limit has been met, or in the event of that the box is
expected to exceed its maximum limit prior to a regularly scheduled monthly pick up.
• Provide smart safe built -in wireless connectivity and keyless entry for customer use.
• Provide a cash management online platform for tracking deposits, change orders, service requests,
reporting capabilities, customer support, and maintenance support.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 3
• Offer training to all State end user s. Training must consist of information on onboarding tasks,
education of devic e and electronic portal functions and any other education necessary for the
successful usage of the services and equipment.
• Communication to applicable agencies regarding shipment and installation dates and requirements.
• Installation shall be complete d within 30 days of request from the individual location.
Armored Courier Requirements
• Services are to be provided daily Monday through Friday, excluding weekends (“business days”)
and scheduled State holidays, which can be found at:
https://dbm.maryland.gov/employees/Pages/StateHolidays2026.aspx.
• All sealed deposit bags must be received and delivered on the same business day unless otherwise
agreed upon by the using agency and contractor .
• Delivery must be made to the designated consignee in the same, originally sealed bag as was
collected by courier. To verify the same Business Day or next Business Day service, the company
shall have the ability to maintain and to record the entire transfer of custody process from location
pick- up to bank drop- off.
• The Contractor’s electronic client portal sh all have the capability to clearly show the time of pick -
up, the amount and type of bills in each sealed bag and the amount and type of coins in each sealed
bag.
• The Contractor shall also maintain independent documentation to be obtained from the bank’s
designated vault deposit service that verifies the date, time, and location of the drop off to the
vault deposit service. These records shall be made available to the requesting agency for all
transactions and are to be provided within two (2) Business Days of the request.
• Contractor should outline procedures and steps to notify agencies of late pickups, cancellations ,
and other changes to regular pickups.
• Contractor shall provide a ll necessary supplies for use tamper evident deposit bags, receipt books.
and provide procedures to the agencies for purchas ing and/or replenishing such supplies .
• Contractor shall provide a n electronic confirmation of deposit to the agency upon pick- up. The
confirmation shall include , at a minimum: Contractor name, agency name, ID number of the
employee performing pick -up, date, time, number of bags picked up, total amount of deposit
including itemized c ontents , if applicable and signatures of Contractor e mployee and A gency
employee.
• Contractor must collect a receipt from the bank when deposits are made and retain these receipts
through the term of the Contract. Copies of bank receipts shall be uploaded to the online portal and
provided to the client agency upon request. If deposits are made to a vault, Contractor shall provide
copies of manifest upon request.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 4
• The Contractor is required to immediately notify the agency upon notice of any sealed deposits that
have been lost, torn, opened, or tampered with following pick- up.
• Investigative fees associated with allegations of theft or loss shall be performed at no cost to the
State .
• Couriers shall cooperate with State site requirements, including but not limited to, being prepared
to be escorted at certain locations.
• Provide the State with a dedicated customer service number for live access to staff dedicated to the
State contract and shall be available between the hours of 8:00 a.m. and 5:00 p.m. Eastern Time.
• Contractor is responsible for providing distinctive and appropriate uniforms. A photo identification
badge issued from the Offeror shall be worn at all times.
• Contractor’s vehicles shall be clearly marked with the company name/logo and properly equipped
for armored car service.
• Security Guard Certification cards for its employees assigned to provide services for State agencies.
All Security Guard Certification cards shall remain valid for the duration of the Contract for its
assigned personnel as required in the Maryland State Police Licensing Division Advisor LD -SSU-
a5-001.
• The Contractor shall at all times observe and comply with all federal and state laws and local
ordinances and regulations and shall obtain all permits and licenses required to furnish armored
courier services in accordance with any Contract that results from this solicit ation.
2.5 State Responsibilities
• State A gency must coordinate with Contractor prior to holidays to determine need for service
and/or weekend services.
• Agencies reserve the right to adjustments to their schedules and level of services provided,
including adding or terminating a pickup and delivery of bank deposits on a permanent basis at
any of their pick- up locations as listed. The agency will make every effort to give the Contractor
30 days ’ notice but will guarantee 10 business day notice. The Contractor shall not charge the
agency for the pickup and delivery of sealed deposit bags that are terminated on a permanent
basis if notice is given.
• Agencies must guide courier to smart safe, verify bags collected and sign for deposits leaving site.
• If smart safe is inaccessible to couriers, agency must sign stating no deposits were collected.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 5
3 Contractor Requirements: General
Contract Initiation Requirements
Once all approvals have been obtained and the Contract is fully executed, the Procurement Officer may schedule a kickoff meeting to be held prior to commencement of Contract performance.
Reserved
3.2.1 Return and Maintenance of State Data
3.2.1.1 Upon termination or the expiration of the Contract Term, the Contractor shall: (a) return to the
State all State data in either the form it was provided to the Contractor or in a mutually agreed
upon format along with the schema necessary to read such data; (b) preserve, maintain, and
protect all State data until the earlier of a direction by the State to delete such data or the expiration
of 90 days (“the retention period”) from the date of termination or expiration of the Contract term;
(c) after the rete ntion period, the Contractor shall securely dispose of and permanently delete all
State data in all of its forms, such as disk, CD/DVD, backup tape and paper such that it is not
recoverable, according to National Institute of Standards and Technology ( NIST )-approved
methods with certificates of destruction to be provided to the State; and (d) prepare an accurate
accounting from which the State may reconcile all outstanding accounts. The final monthly
invoice for the services provided hereunder shall include all charges for the 90-day data retention
period.
3.2.1.2 During any period of service suspension, the Contractor shall maintain all State data in its then
existing form, unless otherwise directed in writing by the Contract Monitor.
3.2.1.3 In addition to the foregoing, the State shall be entitled to any post -termination/expiration
assistance generally made available by Contractor with respect to the services.
Invoicing
3.3.1 General
3.3.1.1 The Contractor shall e-mail the original of each invoice and signed authorization of invoice to
STO Accounts Payable at e -mail address: S TOAccountspayable@treasurer.state.md.us.
All invoices for services shall be verified by the Contractor as accurate at the time of submission.
An invoice not satisfying the requirements of a Proper Invoice (as defined in COMAR 21.06.09)
cannot be processed for payment. To be considered a Proper Invoice, invoices must include the
following information, without error:
1. Contractor name and address;
2. Remittance address;
3. Federal taxpayer identification (FEIN) number, social security number, as appropriate;
4. Invoice period (i.e. time period during which services covered by invoice were performed);
5. Invoice date;
6. Invoice number;
7. State assigned Contract number;
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 6
8. State assigned (Blanket) Purchase Order number(s) if applicable ;
9. Goods or services provided;
10. Amount due; and
11. Any additional documentation required by regulation or the Contract.
Invoices that contain both fixed price and time and material items shall clearly identify each item
as either fixed price or time and material billing.
The Office reserves the right to reduce or withhold Contract payment in the event the Contractor
does not provide the Office with all required deliverables within the time frame specified in the
Contract or otherwise breaches the terms and conditions of the Contract until such time as the
Contractor brings itself into full compliance with the Contract .
Any action on the part of the Office , or dispute of action by the Contractor, shall be in accordance
with the provisions of Md. Code Ann., State Finance and Procurement Article §§ 15- 215 through
15-223 and with COMAR 21.10.04.
The State is generally exempt from federal excise taxes, Maryland sales and use taxes, District of
Columbia sales taxes and transportation taxes. The Contractor , however, is not exempt from such
sales and use taxes and may be liable for the same.
Invoices shall not be paid via purchasing card and the State shall not pay an y fees incurred by the
contractor.
Invoices for final payment shall be clearly marked as “FINAL” and submitted when all work requirements have been completed and no further charges are to be incurred under the Contract . In
no event shall any invoice be submitted later than 60 calendar days from the Contract termination
date.
3.3.2 Invoice Submission Schedule
The Contractor shall submit invoices in accordance with the following schedule:
a) For items of work for which there is one -time pricing (see Attachment B – Bid Form )
those items shall be billed in the month following the acceptance of the work by the Office .
b) For items of work for which there is annual pricing, (see Attachment B – Bid Form ), those
items shall be billed in equal monthly installments for the applicable Contract year in the
month following the performance of the services.
3.3.3 For the purposes of the Contract an amount will not be deemed due and payable if:
a) The amount invoiced is inconsistent with the Contract ;
b) The proper invoice has not been received by the party or office specified in the Contract ;
c) The invoice or performance is in dispute or the Contractor has failed to otherwise comply with the provisions of the Contract ;
d) The item or services have not been accepted ;
e) The quantity of items delivered is less than the quantity ordered ;
f) The safe delivered is damaged to the point that its unusable,
g) The items or services do not meet the quality requirements of the Contract ;
h) If the Contract provides for progress payments, the proper invoice for the progress payment
has not been submitted pursuant to the schedule ;
i) If the Contract provides for withholding a retainage and the invoice is for the retainage, all stipulated conditions for release of the retainage have not been met ; or
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 7
j) The Contractor has not submitted satisfactory documentation or other evidence reasonably
required by the Procurement Officer or by the C ontract concerning performance under the
Contract and compliance with its provisions.
3.3.4 Travel Reimbursement
Travel will not be reimbursed under this IFB .
a) There shall be no reimbursement for Routine Travel . Contractor shall not be reimbursed
for Non- Routine Travel without prior Contract Monitor approval.
b) Routine Travel is defined as travel within a 50- mile radius of the Office ’s base location, as
identified in the IFB, or the Contractor’s facility, whichever is closer to the consulting site .
There will be no payment for labor hours for travel time or reimbursement for any travel expenses for work performed within these radiuses or at the Contractor’s facility.
c) Non-routine Travel is defined as travel beyond the 50- mile radius of Office ’s base location,
as identified in the IFB , or the Contractor’s facility, whichever is closer to the consulting
site. Non-routine travel will be reimbursed according to the State’s travel regulations and
reimbursement rates, which can be found at : www.DBM.maryland.gov - search : Fleet
Management . If non- routine travel is conducted by automobile, the first 50 miles of such
travel will be treated as routine travel and as described in S ection 3.3.6.b and will not be
reimbursed . The Contractor may bill for labor hours expended in non- routine traveling
beyond the identified 50- mile radius, only if so specified in the IFB or Work Order.
Liquidated Damages
3.4.1 MBE Liquidated Damages
Inapplicable because there is no MBE goal for this IFB.
3.4.2 Liquidated Damages other than MBE
THIS SECTION IS INAPPLICABLE TO THIS IFB .
Insurance Requirements
Contractor shall, at its own cost and expense, maintain and carry in effect, through the term of the Contract a policy or policies of insurance, with reputable insurance company(ies), financially sound and
authorized to conduct business in the State of Mar yland, and upon whom process in any suit or action or
other proceeding in the courts of the State of Maryland or of the United States may be served, insuring
Contractor against all liability for injuries to persons (including wrongful death) and damages to property
caused by Contractor’s use and occupancy or otherwise caused by Contractor’s activities.
The following type(s) of insurance and minimum amount(s) of coverage are required:
a) Commercial General Liability - of $1,000,000 combined single limit per occurrence for
bodily injury, property damage, and personal and advertising injury and $3,000,000 annual
aggregate. The minimum limits required herein may be satisfied through any combination of primary and umbrella/excess liability policies.
b) Crime Insurance/ Employee Theft Insurance - to cover employee theft with a minimum
single loss limit of $1,000,000 per loss, and a minimum single loss retention not to exceed
$10,000. T he State of Maryland and the Office should be added as a “loss payee.”
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 8
c) Cyber Security / Data Breach Insurance – (For any service offer ing hosted by the
Contractor ) five million dollars ($ 5,000,000) per occurrence. The coverage must be valid
at all locations where work is performed or data or other information concerning the State’s
claimants or employers is processed or stored.
d) Worker’s Compensation - The Contractor shall maintain such insurance as necessary or as
required under Workers’ Compensation Acts, the Longshore and Harbor Workers’ Compensation Act, and the Federal Employers’ Liability Act , to not be less than. one
million dollars ($1,000,000) per occurrence (unless a state’s law requires a greater amount of coverage). Coverage must be valid in all states where work is performed.
e) Automobile or Commercial Truck Insurance - The Contractor shall maintain Automobile
or Commercial Truck Insurance (including owned, leased, hired, and non- owned vehicles)
as appropriate with Liability, Collision, and PIP limits no less than those required by the
State where the vehicle(s) is registered, but in no case less than those required by the State of Maryland.
f) Errors and Omissions/Professional Liability - One million dollars ($1,000,000) per
combined single limit per claim and three million dollars ($3,000,000) annual aggregate.
g) The State shall be listed as an additional insured on the faces of the certificates associated
with the coverages listed above, including umbrella policies, excluding Workers’
Compensation Insurance and professional liability.
h) All insurance policies shall be endorsed to include a clause requiring the insurance carrier
provide the Procurement Officer, by certified mail, not less than 30 days’ advance notice
of any non- renewal, cancellation, or expiration. The Contractor shall notify the
Procurement Officer in writing, if policies are cancelled or n ot renewed within five (5)
days of learning of such cancellation or nonrenewal. The Contractor shall provide evidence of replacement insurance coverage to the Procurement Officer at least 15 days prior to the
expiration of the insurance policy then in effect.
i) Any insurance furnished as a condition of the Contract shall be issued by a company
authorized to do business in the State.
3.5.1 The recommended awardee must provide current certificate(s) of insurance with the prescribed
coverages, limits and requirements set forth in this section within five (5) Business Days from
notice of recommended award. During the period of performance for m ulti-year contracts, the
Contractor shall provide certificates of insurance annually, or as otherwise directed by the Contract
Monitor.
3.5.2 The Contractor shall require any subcontractors to obtain and maintain comparable levels of
coverage and shall provide the Contract Monitor with the same documentation as is required of the
Contractor.
3.5.3 On-Site Security Requirement(s) :
3.5.4 For the conditions noted below, Contractor Personnel may be barred from entrance or
leaving any site until such time that the State’s conditions and queries are satisfied.
3.5.5 Contractor Personnel may be subject to random security checks when entering and leaving State secured areas. The State reserves the right to require Contractor Personnel to be accompanied while in secured premises.
Minority Business Enterprise (MBE) Reports
This solicitation does not include an MBE Goal
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 9
Veteran Small Business Enterprise (VSBE ) Reports
This solicitation does not include a VSBE Goal
Work Orders
THIS SECTION IS INAPPLICABLE TO THIS IFB .
Additional Clauses
3.9.1 The State of Maryland’s Commitment to Purchasing Environmentally Preferred Products
and Services (EPPs)
Maryland’s State Finance & Procurement Article §14 -410 defines environmentally preferable
purchasing as “the procurement or acquisition of goods and services that have a lesser or reduced
effect on human health and the environment when compared with competing goods or services that
serve the same purpose.” Accordingly, Offerors are strongly encouraged to offer EPPs to fulfill this
contract, to the greatest extent practicable.
3.9.2 No-Cost Extensions
In accordance with BPW Advisory 1995- 1 item 7.b, in the event there are unspent funds remaining
on the Contract, prior to the Contract's expiration date the Procurement Officer may modify the
Contract to extend the Contract beyond its expiration date for a period up to, but not exceeding,
one-third of the base term of the Contract (e.g., eight -month extension on a two- year contract) for
the performance of work within the Contract's scope of work. Notwithstanding anything to the
contrary, no funds may be added to the Contract in connection with any such extension.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 10
4 Procurement Instructions
eMaryland Marketplace Advantage (eMMA )
4.1.1 eMMA is the electronic commerce system for the State of Maryland. The IFB , Conference
summary and attendance sheet, Offerors’ questions and the Procurement Officer’s responses,
addenda, and other solicitation- related information will be made available via eMMA .
4.1.2 In order to receive a contract award, a vendor must be registered on eMMA. Registration is free.
Go to emma.maryland.gov, click on “New Vendor? Register Now” to begin the process and then
follow the prompts.
Questions
4.2.1 All questions , including concerns shall be identif ied in the subject line “Questions IFB # SSS - ”
and shall be submitted in writing via e -mail to the Procurement Officer @
kchewlin@treasurer.state.md.us by December 3, 2025 at 10:00a m EST.
4.2.2 Answers to all questions that are not clearly specific only to the requestor will be distributed via
the same mechanism as for IFB amendments and posted on eMMA .
4.2.3 The statements and interpretations contained in responses to any questions, whether responded to verbally or in writing, are not binding on the Office unless it issues an amendment in writing.
Procurement Method
A Contract will be awarded in accordance with the Competitive Sealed Bidding method under
COMAR 21.05.02.
Bid Due (Closing) Date and Time
4.4.1 Bids, in the number and form set forth in Section 5 Bid Format , must be received by the
Procurement Officer no later than the Bid due date and time indicated on the Key Information
Summary Sheet in order to be considered.
4.4.2 Requests for extension of this date or time shall not be granted.
4.4.3 Offerors submitting Bids should allow sufficient delivery time to ensure timely receipt by the
Procurement Officer . Except as provided in COMAR 21.05.02.10, Bid s received after the due date
and time listed in the Key Information Summary Sheet will not be considered.
4.4.4 The date and time of a submission is determined by the date and time of arrival in the e lectronic
stamp on eMMA or the date stamp receipt on any hard copies that may be submitted .
4.4.5 Bids may be modified or withdrawn by written notice received by the Procurement Officer before
the time and date set forth in the Key Information Summary Sheet for receipt of Bids.
4.4.6 Bids may be submitted by eMMA or in hard- copy format only. No fax or email bids will be
accepted. Bid s will be opened publicly at the date and time indicated on the Key Information
Summary Sheet.
4.4.7 Potential Offerors not responding to this solicitation are requested to submit the “ No Bid
Notice/Vendor Feedback ” form, which includes company information and the reason for not
responding (e.g., too busy, cannot meet mandatory requirements).
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 11
Multiple or Alternate Bids
Multiple or alternate Bid s will not be accepted.
Receipt, Opening and Recording of Bids
4.6.1 Upon receipt, each Bid and any timely modification(s) to a Bid shall be stored in a secure place
until the time and date set for bid opening. Before Bid opening, the State may not disclose the
identity of any Offeror.
4.6.2 Bids shall be opened publicly at the time, date and place designated in the IFB Key Information
Summary Sheet (near the beginning of the solicitation, after the Title Page and Notice to Vendors) .
The name of each Offeror, the Total Bid P rice, and such other information as is deemed appropriate
shall be read aloud or otherwise made available and recorded at the time of bid opening.
Confidentiality of Bids / Public Information Act Notice
4.7.1 The Offeror should give specific attention to the clear identification of those portions of its Bid that
it considers confidential and/or proprietary commercial information or trade secrets, and provide
justification why such materials, upon request, should not be dis closed by the State under the Public
Information Act, Md. Code Ann., General Provisions Article, Title 4. This information should be
identified by page number and placed in the Transmittal Letter with the Bid.
4.7.2 The Bids shall be tabulated, or a Bid abstract made. The opened Bids shall be available for public
inspection at a reasonable time after Bid opening, but in any case, before contract award, except to
the extent the Offeror designates trade secrets or other proprietary data to be confidential as set
forth in this solicitation. Material so designated as confidential shall accompany the Bid and shall be readily separable from the Bid in order to facilitate public inspection of the non- confidential
portion of the Bid, including the Total Bid Price.
4.7.3 For requests for information made under the PIA, the Procurement Officer shall examine the Bids to determine the validity of any requests for nondisclosure of trade secrets and other proprietary
data identified in writing. Nondisclosure is permissible onl y if approved by the Office of the
Attorney General.
Award Basis
4.8.1 A Contract shall be awarded to the responsible Offeror (s) submitting a responsive Bid with the
most favorable bid price or most favorable evaluated bid price (as referenced in COMAR
21.05.02.13) for providing the goods and services as specified in this IFB. Offerors must bid all
line items. Partial or incomplete bids will be rejected unless otherwise stated in the solicitation.
See IFB Section 6 for Bid evaluation and award information.
4.8.2 Award of this contract will not be final and complete until after: (1) the Contractor submits
complete and satisfactory documentation required under the Contract and/or documentation
required by the Procurement Officer; and (2) the Contract is signed by the Office following any
required approvals of the Contract, including approval by the Board of Public Works, if such
approval is required.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 12
Tie Bids
Tie Bids will be decided pursuant to COMAR 21.05.02.14.
Duration of Bids
Bids submitted in response to this IFB are irrevocable for the latest of the following: 120 days
following the Bid due date and time or the date any protest concerning this IFB is finally resolved .
This period may be extended at the Procurement Officer’s request only with the Offeror’s written
agreement.
Revisions to the IFB
4.11.1 If the IFB is revised before the due date for Bid s, the Office shall post any addenda to the IFB on
eMMA and shall endeavor to provide such addenda to all prospective Bidder s that were sent this
IFB or are otherwise known by the Procurement Officer to have obtained this IFB . It remains the
responsibility of all prospective Offerors to check eMMA for any addenda issued prior to the
submission of Bids.
4.11.2 Offerors shall a cknowledg e the receipt of all addenda to this IFB issued before the Bid due date .
4.11.3 Failure to acknowledge receipt of an addendum does not relieve the Offeror from complying with
the terms, additions, deletions, or corrections set forth in the addendum, and may cause the Bid to
be deemed not re sponsive .
4.11.4 The State reserves the right to cancel this IFB , accept or reject any and all Bid s, in whole or in part,
received in response to this IFB and to waive or permit the cure of minor irregularities .
4.11.5 In the event a government entity proposes and receives the recommendation for award, the
procurement may be cancelled, and the award processed in accordance with COMAR
21.01.03.01.A(4).
4.11.6 If the services that are the subject of the IFB are currently being provided under an interagency
agreement with a public institution of higher education and the State determines that the services
can be provided more cost effectively by the public institu tion of higher education, then the IFB
may be cancelled in accordance with Md. Code Ann., State Finance and Procurement Art., § 3 -
207(b)(2).
Incurred Expenses
The State will not be responsible for any costs incurred by any Offeror in preparing and submitting
a Bid or performing any other activities related to submitting a Bid in response to this solicitation.
Protest/Disputes
Any protest or dispute related to this solicitation or the Contract award shall be subject to the
provisions of COMAR 21.10 (Administrative and Civil Remedies) .
Contractor Responsibilities
4.14.1 Offerors must be able to provide all goods and services and meet all of the requirements requested
in this solicitation and the successful Offeror shall be responsible for Contract performance
including any subcontractor participation.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 13
4.14.2 If applicable, subcontractors utilized in meeting the established MBE or VSBE participation goal(s)
for this solicitation shall be identified as provided in the appropriate Attachment(s) to this IFB (see
Section 4.24 “MBE Participation Goal” and Section 4.2 5 “VSBE Goal ”).
4.14.3 If the Offeror is the subsidiary of another entity, all information submitted by the Offeror, including
but not limited to references, financial reports, or experience and documentation (e.g. insurance
policies, bonds, letters of credit) used to meet minimum qualifications, if any, shall pertain
exclusively to the Offeror, unless the parent organization will guarantee the performance of the
subsidiary. If applicable, the Offeror’s Bid shall contain an explicit statement, signed by an
authorized representat ive of the parent organization, stating that the parent organization will
guarantee the performance of the subsidiary.
4.14.4 A parental guarantee of the performance of the Offeror under this Section will not automatically
result in crediting the Offeror with the experience or qualifications of the parent under any
evaluation criteria pertaining to the actual Offeror’s experience and qualifications. Instead, the
Offeror’s responsibility will be assessed to the extent to which the State determines that the
experience and qualifications of the parent are applicable to and shared with the Offeror, any stated
intent by the parent to be directly involved in the performance of the Contract, and the value of the
parent’s participation as determined by the State.
Acceptance of Terms and Conditions
By submitting a Bid in response to this IFB , the Offeror, if selected for award , shall be deemed to
have accepted the terms and conditions of this IFB and the Contract, attached hereto as Attachment
E. Any exceptions to this IFB or the Contract must be raised prior to Bid submission. Changes to
the solicitation, including the Bid Form or Contract, made by the Offeror may result in Bid
rejection.
Bid/Proposal Affidavit
A Bid submitted by the Offeror must be accompanied by a completed Bid/ Proposal Affidavit . A
copy of this Affidavit is included as Attachment C of this IFB.
Contract Affidavit
All Offerors are advised that if a Contract is awarded as a result of this solicitation, the successful
Offeror will be required to complete a Contract Affidavit. A copy of this Affidavit is included for
informational purposes as Attachment F of this IFB . This Affidavit must be provided within five
(5) Business Days of notification of recommended award. For purposes of completing Section “B”
of this Affidavit (Certification of Registration or Qualification with the State Department of
Assessments and Taxation), a business entity that is organized outside of the State of Maryland is
considered a “foreign” business.
Compliance with Laws/Arrearages
By submitting a Bid in response to this IFB, the Offeror, if selected for award , agrees that it will
comply with all federal, State, and local laws applicable to its activities and obligations under the
Contract.
By submitting a response to this solicitation, each Offeror represents that it is not in arrears in the
payment of any obligations due and owing the State, including the payment of taxes and employee
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 14
benefits, and shall not become so in arrears during the term of the Contract if selected for Contract
award.
Verification of Registration and Tax Payment
Before a business entity can do business in the State, it must be registered with the State Department
of Assessments and Taxation (SDAT) . SDAT is located at State Office Building, Room 803, 301
West Preston Street, Baltimore, Maryland 21201. For registration information, visit
https:// www. egov.maryland.gov/businessexpress .
It is strongly recommended that any potential Offeror complete registration prior to the Bid due
date and time . The Offeror’s failure to complete registration with SDAT may disqualify an
otherwise successful Offeror from final consideration and recommendation for Contract award.
False Statements
Offerors are advised that Md. Code Ann., State Finance and Procurement Article, § 11- 205.1
provides as follows:
4.20.1 In connection with a procurement contract a person may not willfully:
a) Falsify, conceal, or suppress a material fact by any scheme or device.
b) Make a false or fraudulent statement or representation of a material fact.
c) Use a false writing or document that contains a false or fraudulent statement or entry of a material fact.
4.20.2 A person may not aid or conspire with another person to commit an act under Section 4.20. 1.
4.20.3 A person who violates any provision of this section is guilty of a felony and on conviction is subject
to a fine not exceeding $20,000 or imprisonment not exceeding five (5) years or both.
Payments by Electronic Funds Transfer
By submitting a Bid in response to this solicitation, the Offeror, if selected for award:
4.21.1 Agrees to accept payments by electronic funds transfer (EFT) unless the State Comptroller’s Office
grants an exemption. Payment by EFT is mandatory for contracts exceeding $200,000. The
successful Offeror shall register using the COT/GAD X -10 Vendor Electronic Funds (EFT)
Registration Request Form.
4.21.2 Any request for exemption must be submitted to the State Comptroller’s Office for approval at the
address specified on the COT/GAD X -10 form, must include the business identification
information as stated on the form, and must include the reason for the exemption. The COT/GAD
X-10 form may be downloaded from the Comptroller’s website at :
http://comptroller.marylandtaxes.com/Vendor_Services/Accounting_Information/St
atic_Files/GADX10Form20150615.pdf .
Prompt Payment Policy
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 & Women
Business Affairs (GOSBA) 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
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 15
subcontractors on non- construction procurement contracts . The Contractor shall comply with the
prompt payment requirements outlined in the Contract , Section 31 “Prompt Pay Requirements” .
Additional information is available on GOSBA’s website at:
http://www.gomdsmallbiz.maryland.gov/documents/legislation/promptpaymentfaqs.pdf .
Electronic Procurements Authorized
4.23.1 Under COMAR 21.03.05, unless otherwise prohibited by law, the Office may conduct procurement
transactions by electronic means, including the solicitation, proposing , award, execution, and
administration of a contract, as provided in Md. Code Ann., Maryland Uniform Electronic
Transactions Act, Commercial Law Article, Title 21.
4.23.2 Participation in the solicitation process on a procurement contract for which electronic means has
been authorized shall constitute consent by the Offeror to conduct by electronic means all elements
of the procurement of that Contract which are specifically authorized under the solicitation or
Contract. In the case of electronic transactions authorized by this IFB , electronic records and
signatures by an authorized representative satisfy a requirement for written submission and
signatures.
4.23.3 “Electronic means” refers to exchanges or communications using electronic, digital, magnetic,
wireless, optical, electromagnetic, or other means of electronically conducting transactions.
Electronic means includes e- mail, internet -based communications, ele ctronic funds transfer,
specific electronic bidding platforms (e.g., https://procurement.maryland.gov ), and electronic
data interchange.
4.23.4 In addition to specific electronic transactions specifically authorized in other sections of this
solicitation (e.g., IFB § 4.23 describing payments by Electronic Funds Transfer), the following
transactions are authorized to be conducted by electronic means on the terms as authorized in
COMAR 21.03.05:
The Procurement Officer may conduct the procurement using eMMA t o issue:
1) The IFB ;
2) Any amendments ;
3) Questions and responses ;
4) Communications regarding the solicitation or Bid to any Offeror or potential Offeror ;
5) Notices of award selection or non- selection; and
6) The Procurement Officer’s decision on any Bid protest or Contract claim.
The Offeror or potential Offeror may use eMMA to:
7) Submit Bid s;
8) Ask questions regarding the solicitation ;
9) Reply to any material received from the Procurement Officer by electronic means that
includes a Procurement Officer’s request or direction to reply through eMMA , but only on
the terms specifically approved and directed by the Procurement Officer ; and
10) Submit a " No Bid Notice/Vendor Feedback Form " to the IFB.
The Procurement Officer, the Contract Monitor , and the Contractor may conduct day- to-day
Contract administration, utilizing e -mail, or other electronic means if authorized by the
Procurement Officer or Contract Monitor .
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 16
4.23.5 The following transactions related to this procurement and any Contract awarded pursuant to it are not authorized to be conducted by electronic means:
A. Submission of initial Bid s, except through eMMA ;
B. Filing of bid protests;
C. Filing of Contract claims;
D. Submission of documents determined by the Office to require original signatures (e.g.,
Contract execution, Contract modifications); or
E. Any transaction, submission, or communication where the Procurement Officer has
specifically directed that a response from the Contractor or Offeror be provided in writing
or hard copy.
4.23.6 Any e-mail transmission is only authorized to the e -mail addresses for the identified person as
provided in the solicitation, the Contract, or in the direction from the Procurement Officer or
Contract Monitor .
MBE Participation Goal
There is no MBE subcontractor participation goal for this procurement.
VSBE Participation Goal
There is no VSBE subcontractor participation goal for this procurement.
Living Wage Requirements
a) Maryland law requires that contractors meeting certain conditions pay a living wage to
covered employees on State service contracts over $100,000. Maryland Code Ann., State
Finance and Procurement Article , § 18- 101 et al. The Commissioner of Labor and Industry
at the Department of Labor requires that a contractor subject to the Living Wage law submit
payroll records for covered employees and a signed statement indicating that it paid a living
wage to cover ed employees; or receive a waiver from Living Wage r eporting requirements.
See COMAR 21.11.10.05.
b) If subject to the Living Wage law, Contractor agrees that it will abide by all Living Wage
law requirements, including but not limited to reporting requirements in COMAR
21.11.10.05. Contractor understands that failure of Contractor to provide such documents
is a material breach of the terms and conditions and may result in Contract termination,
disqualification by the State from participating in State contracts, and other sanctions .
Information pertaining to reporting obligations may be found by going to t he Maryland
Department of Labor website http://www.dllr.state.md.us/labor/prev/livingwage.shtml .
c) Additional information regarding the State’s living wage requirement is contained in D .
Offerors must complete and submit the Maryland Living Wage Requirements Affidavit of
Agreement ( Attachment D) with their Bids. If the Offeror fails to complete and submit
the required documentation, the State may determine the Offeror to not be responsible
under State law.
d) Contractors and subcontractor s subject to the Living Wage Law shall pay each covered
employee at least the minimum amount set by law for the applicable Tier area. The specific
living wage rate is determined by whether a majority of services take place in a Tier 1 Area
or a Tier 2 Area of the State . The specific Living Wage rate is determined by whether a
majority of services take place in a Tier 1 Area or Tier 2 Area of the State.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 17
1) The Tier 1 Area includes Montgomery, Prince George’s, Howard, Anne Arundel
and Baltimore Counties, and Baltimore City. The Tier 2 Area includes any county
in the State not included in the Tier 1 Area. In the event that the employees who
perform the servi ces are not located in the State, the head of the unit responsible for
a State Contract pursuant to §18- 102(d) of the State Finance and Procurement
Article shall assign the tier based upon where the recipients of the services are located. If the Contractor provides more than 50% of the services from an out -of-
State location, the State agency determines the wage tier based on where the majority of the service recipients are located. In this circumstance, the Contract
will be determined to be a Tier 1 Contract.
2) The Contract will be determined to be a Tier 1 Contract or a Tier 2 Contract
depending on the location(s) from which the Contractor provides 50% or more of
the services. The Offeror must identify in its Bid the location(s) from which
services will be provided, including the location(s) from which 50% or more of the
Contract services will be provided.
3) If the Contractor provides 50% or more of the services from a location(s) in a Tier
1 jurisdiction(s) the Contract will be a Tier 1 Contract.
4) If the Contractor provides 50% or more of the services from a location(s) in a Tier
2 jurisdiction(s), the Contract will be a Tier 2 Contract.
e) If the Contractor provides more than 50% of the services from an out -of-State location, the
State agency determines the wage tier based on where the majority of the service recipients
are located. See COMAR 21.11.10.07.
f) The Offeror shall identify in the Bid the location from which services will be provided.
g) NOTE : Whereas the Living Wage may change annually, the Contract price will not change
because of a Living Wage change or a change in the State minimum wage . The Contractor
shall be responsible for any wage/rate increase during the term of the Contract and such increase may not be passed on to the State.
Federal Funding Acknowledgement
This Contract does not contain federal funds.
Conflict of Interest Affidavit and Disclosure
A Conflict of Interest is not required for this procurement.
Non-Disclosure Agreement ( Offeror )
A Non -Disclosure Agreement ( Offeror) is not required for this procurement.
Non-Disclosure Agreement (Contractor)
A Non -Disclosure Agreement (Contractor) is not required for this procurement.
HIPAA - Business Associate Agreement
A HIPAA Business Associate Agreement is not required for this procurement.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 18
Nonvisual Access
This solicitation does not contain Information Technology (IT) provisions requiring
Nonvisual Access.
Mercury and Products That Contain Mercury
This solicitation does not include the procurement of products known to likely include mercury as a component.
Location of the Performance of Services Disclosure
This solicitation does not require a Location of the Performance of Services Disclosure.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Page 19
Department of Human Services (DHS) Hiring Agreement
This solicitation does not require a DHS Hiring Agreement.
Small Business Reserve (SBR) Procurement
This solicitation is not designated as a Small Business Reserve (SBR) Procurement.
Maryland Healthy Working Families Act Requirements
On February 11, 2018, the Maryland Healthy Working Families Act went into effect. All offerors
should be aware of how this Act could affect your potential contract award with the State of
Maryland. See the Department of Labor, Licensing and Regulations web site for Maryland Healthy
Working Families Act Information: http://dllr.maryland.gov/paidleave/ .
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.
Smart Safe Services
Solicitation #: IFB # 11192025 IFB Document
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.