EWIC Processing for MD WIC Program and Govt of Virgin Islands
Federal opportunity from Maryland State Treasurer's Office. Place of performance: MD. Response deadline: Feb 20, 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
LOUIS L. GOLDSTEIN TREASURY BUILDING
80 CALVERT STREET, ROOM 109
ANNAPOLIS, MARYLAND 21401
REQUEST FOR PROPOSALS (RFP) FOR
EWIC PROCESSING SERVICE FOR THE WOMEN, INFANTS
AND CHILDREN PROGRAM FOR THE MARYLAND
DEPARTMENT OF HEALTH
AND
THE GOVERNMENT OF THE VIRGIN ISLANDS
DEPARTMENT OF PROPERTY AND PROCUREMENT
RFP # MD/VI -EWIC- 10242025
ISSUE DATE: OCTOBER 24 , 2025
NOTICE
A Prospective Offeror that has received this document from a source other than eMarylandMarketplace
(eMMA ) https://procurement.maryland.gov should register on eMMA . See Section 4.2 .
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page ii
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 : EWIC Processing Service for the Women, Infants, and Children Program for the Maryland
Department of Health and the Government of the Virgin Islands Department of Property and Procurement RFP #MD/VI -EWIC -10242025
1. 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 Proposal is insufficient
Start- up time is insufficient
Bonding/Insurance requirements are restrictive (Explain in REMARKS section)
Proposal 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: __________________________________________________________________
2. 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: ___________________________________________________________
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page iii
KEY INFORMATION SUMMARY SHEET
Request for Proposals : eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government
of the Virgin Islands Department of Property and Procurement
Solicitation Number: MD/VI -EWIC -10242025
RFP Issue Date: October 24, 2025
RFP Issuing Office: Maryland State Treasurer’s Office
Kris Chewlin
Maryland State Treasurer’s Office
80 Calvert Street, Room 109
Annapolis, MD 21401
e-mail:
Office Phone: kchewlin@treasurer.state.md.us
(410)260-7428
Proposal s are to be sent to: eMMA Portal or via Trackable Mail or Hand Delivery (PLEASE
NOTE THAT DELIVERY via the eMMA PORTAL IS HIGHLY
PREFERRED)
Pre-Proposal Conference: There will not be a Pre -Proposal Conference for this Procurement
Questions Due Date and Time Monday November 10, 2025 at 4PM EST
Proposal Due (Closing) Date
and Time: Monday J anuary 5, 2026 at 4PM EST
Offerors are reminded that a completed Feedback Form is requested
if a no- bid decision is made (see page ii).
Oral Presentations (if required): To be finalized at a later date, but will be held during the weeks of
January 26, 2026 and February 6, 2026
MBE Subcontracting Goal: There are no MBE goals related to this RFP
VSBE Subcontracting Goal: There are no VSBE goals related to this RFP
Contract Type: Indefinite quantity with fixed unit prices
Contract Duration: Five (5) Y ear base period with two (2) – one -year renewal opt ion
periods
Primary Place of Performance: N/A
SBR Designation: No
Federal Funding: Yes
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page iv
TABLE OF CONTENTS – RFP
1 Minimum Qualifications ………………………………………………………………………..….7
1.1 Offeror Minimum Qualifications ……………………………………………………………..……7
1.2 Minimum Service Requirements …………………………………………………………….….....7
2 Contractor Requirements: Scope of Work ……………………………………………………..…..9
2.1 Summary Statement……………………………………………………………………………..…9
2.2 Order of Precedence……………………………………………………………………………..…9
2.3 Background, Purpose and Goals …………………………………………………………………...9
2.4 WIC Electronic Benefits Transfer (eWIC) Services……………………………………………...10
2.5 Business and Technical Requirements …………………………………………………………....12
2.6 Transition …………………………………………………………………………………………14
2.7 General Requirements…………………………………………………………………………….16
2.8 Required Services ………………………………………………………………………………...16
2.9 Other Services for Consideration …………………………………………………………………17
3 Contractor Requirements: General ……………………………………………………………….18
3.1 Contract Initiation Requirements …………………………………………………………………18
3.2 End of Contract Transition ………………………………………………………………………..18
3.3 Compensation …………………………………………………………………………………….18
3.4 Term ………………………………………………………………………………………………18
3.5 Invoicing………………………………………………………………………………………….18
3.6 Disaster Recovery and Data………………………………………………………………………19
3.7 Insurance Requirements…………………………………………………………………………..20
3.8 Security Requirements ……………………………………………………………………………21
3.9 SOC 2 Type 2 Audit Report ………………………………………………………………………22
3.10 Experience and Personnel ………………………………………………………………………...23
3.11 Substitution of Personnel …………………………………………………………………………26
3.12 Corporate References and Experience……………………………………………………………26
3.13 Federal Funding Acknowledgement ……………………………………………………………...27
3.14 USVI Specific …………………………………………………………………………………….27
4 Procurement Instructions …………………………………………………………………………30
4.1 Pre-Proposal Conference …………………………………………………………………………30
4.2 eMaryland Marketplace Advantage (eMMA) …………………………………………………….30
4.3 Questions ………………………………………………………………………………………….30
4.4 Procurement Method ……………………………………………………………………………...30
4.5 Proposal Due (Closing) Date and Time …………………………………………………………..30
4.6 Multiple or Alternate Proposals …………………………………………………………………..31
4.7 Economy of Preparation …………………………………………………………………………31
4.8 Public Information Act Notice ……………………………………………………………………31
4.9 Award Basis ………………………………………………………………………………………31
4.10 Oral Presentation ………………………………………………………………………………….31
4.11 Duration of Proposal ……………………………………………………………………………...31
4.12 Revisions to the RFP ……………………………………………………………………………...31
4.13 Cancellations ……………………………………………………………………………………...32
4.14 Incurred Expenses ………………………………………………………………………………...32
4.15 Protest/Disputes …………………………………………………………………………………..32
4.16 Offeror Responsibilities …………………………………………………………………………..32
4.17 Acceptance of Terms and Conditions …………………………………………………………….33
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page v
4.18 Proposal Affidavit ………...………………………………………………………………………33
4.19 Contract Affidavit ………………………………………………………………………………...33
4.20 Compliance with Laws/Arrearages ……………………………………………………………….33
4.21 Verification of Registration and Tax Payment …………………………………………………...33
4.22 False Statements …………………………………………………………………………………..33
4.23 Payments by Electronic Funds Transfer ………………………………………………………….34
4.24 Prompt Payment Policy…………………………………………………………………………...34
4.25 Electronic Procurements Authorized ……………………………………………………………..34
4.26 Living Wage Requirements ………………………………………………………………………36
4.27 Conflict of Interest Affidavit and Disclosure ……………………………………………………..37
4.28 Maryland Healthy Working Families Act Requirements………………………………………...37
5 Proposal Format …………………………………………………………………………………..38
5.1 Two Part Submission……………………………………………..………………………………38
5.2 Proposal Delivery and Packaging …………………………………...……………………………38
6 Technical Proposal ………………………………………………………………………………..40
6.1 Volume I - Technical Proposal…………………………………………………………………...40
7 Financial Proposal ………………………………………………………………………………...45
7.1 Volume I I - Financial Proposal …………………………………………………………………...45
8 Evaluation and Selection Process ………………………………………………………………...46
8.1 Evaluation Committee ……………………………………………………………………………46
8.2 Technical Proposal Evaluation Criteria …………………………………………………………..46
8.3 Financial Proposal Evaluation Criteria …………………………………………………………...46
8.4 Selection Procedures ……………………………………………………………………………...46
8.5 Documents Required upon Notice of Recommendation for Contract Award ……………………47
Attachment A: eWIC Function and Service Requirements ………………………………………………48
Attachment B. Financial Proposal Instructions & Form …………………………………………………49
B-1 Financial Proposal Instructions ……………………………………………………………………….49
B-1 Financial Proposal Form ……………………………………………………………………………...50
Attachment C. Proposal Affidavit ………………………………………………………………………..51
Attachment D. Maryland Living Wage Affidavit of Agreement for Service Contracts…………………52
Attachment E. Conflict of Interest Affidavit and Disclosure …………………………………………….54
Attachment F. Contract …………………………………………………………………………………..55
1. Scope of Contract …………………………………………………………………………………55
2. Period of Performance ……………………………………………………………………………56
3. Consideration and Payment ………………………………………………………………………56
4. Ownership of Documents and Materials ………………………………………………………….57
5. Exclusive Use ……………………………………………………………………………………..57
6. Patents, Copyrights, and Trade Secrets …………………………………………………………...57
7. Confidential or Proprietary Information and Documentation…………………………………….58
8. Loss of Data………………………………………………………………………………………58
9. Limitations of Liability …………………………………………………………………………...58
10. Indemnification…………………………………………………………………………………...60
11. Non-Hiring of Employees ………………………………………………………………………...60
12. Disputes…………………………………………………………………………………………...61
13. Maryland Law Prevails…………………………………………………………………………...61
14. Nondiscrimination in Employment ……………………………………………………………….61
15. Contingent Fee Prohibition ……………………………………………………………………….61
16. Non-Availability of Funding……………………………………………………………………...61
17. Termination for Default …………………………………………………………………………..61
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page vi
18. Termination for Convenience …………………………………………………………………….62
19. Delays and Extensions of Time…………………………………………………………………..62
20. Suspension of Work ………………………………………………………………………………62
21. Pre-Existing Regulations …………………………………………………………………………62
22. Financial Disclosure………………………………………………………………………………62
23. Political Contribution Disclosure …………………………………………………………………62
24. Retention of Records/Audit ………………………………………………………………………63
25. Compliance with Laws…………………………………………………………………………...63
26. Cost and Price Certification ………………………………………………………………………63
27. Subcontracting; Assignment ……………………………………………………………………...63
28. Commercial Nondiscrimination …………………………………………………………………..63
29. Living Wage ………………………………………………………………………………………64
30. Use of Estimated Quantitie s………………………………………………………………………64
31. Contract Monitor and Procurement Officer ………………………………………………………64
32. Notices ……………………………………………………………………………………………65
Attachment G. Collateral Security Agreement…………………………………………………………...67
Attachment H. Designation of Depository ……………………………………………………………….71
Attachment I. Contract Affidavit ………………………………………………………………………..73
Attachment J. Federal Funds Acknowledgement Attachment …………………………………………..74
Certification for Contracts, Grants, Loans, and Cooperative Agreements ………………………77
Attachment K. Mandatory List of Required Supporting Document to Contract with the Government of
the US Virgin Islands ………………………………………………………….................85
Attachment L. USVI Form of Standard Contract ………………………………………………………..86
Attachment M. Service Level Requirements……………………………………………………………..87
Attachment N. Pre-Proposal Conference Response Form …………….…………………………………91
Attachment O. USDA Assurances ……………………………………………….………………………92
EXHIBIT 1. Maryland WIC Program and eWIC Statistics ……………………………………………95
EXHIBIT 2: USVI WIC Program and eWIC Statistics………………………………………………..97
EXHIBIT 3: Key Terminology and Acronyms ………………………………………………………...98
EXHIBIT 4: Maryland and USVI eWIC Interface Document ……………………………..………...101
Appendix 1. – Section 6- 201(e) of the State Finance and Procurement Article of the Annotated Code of
Maryland …………...…...………………………………………………………… ..…..102
Appendix 2. – Section 6- 202 of the State Finance and Procurement Article of the Annotated Code of
Maryland ………………………………..……………………………………………....103
Appendix 3. – Section 6- 209 of the State Finance and Procurement Article of the Annotated Code of
Maryland ………………………………..………………………………………………105
Appendix 4. – Section 6- 222 of the State Finance and Procurement Article of the Annotated Code of
Maryland ………………………………………..………………………………………106
Appendix 5. – Section 6- 203 of the State Finance and Procurement Article of the Annotated Code of
Maryland ………………………………………………………......……………………110
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 7
1 Minimum Qualifications
1.1 Offeror Minimum Qualifications
As part of the determination t o be considered reasonably susceptible of being selected for award, the Offeror shall
specifically and clearly state in its proposal that it meets the requirements in this section .
1.1.1 The Offeror is a financial institution as defined in Section 6 -201(e) of the State Finance and Procurement
Article of the Annotated Code of Maryland ( Appendix 1). Alternatively, for an Offeror that is not a
financial institution, the Offeror must contract with a financial institution to serve as the depositary of funds to be distributed who m eets the State’s vetting, evaluation and performance standards . The Offeror must
specify in its Technical Proposal the name of the chosen financial institution to be u sed by the Offeror.
1.1.2 The Offeror (or, in the case of an Offeror that is not a financial institution, the depositary financial
institution) must be certified by or a member in compliance with the Federal Deposit Insurance Corporation
(“FDIC”).
1.1.3 The Offeror (or, in the case of an Offeror that is not a financial institution, the depositary financial institution) must have a Kroll Bond Rating Agency (“KBRA”) rating, or a similar financial strength rating
from a nationally recognized statistical rating organization of at least a "B." Alternatively, the financial
institution could have an IDC Financial Publishing, Inc. numerical performance rating/grade of at least
“158” for the duration of this contract (and/or) while providing services to the State under this Contract.
1.1.4 The Offeror (or, in the case of an Offeror that is not a financial institution, the depositary financial institution) must have the ability to clear transactions or cash through all major book entry or electronic
securities depositories, such as the DTC/ID system and the Federal Reserve System.
1.1.5 The financial institution must be a member of the National Automated Clearing House Association
(NACHA) and follow the rules outlined in the latest published ACH manual and process Electronic Funds
Transfers (“EFTs”) in th e manner prescribed by NACHA.
1.1.6 The Offeror must have a plan for business continuity and recovery as a result of disaster , cyber security
data breach, internal embezzlement, etc.
1.1.7 The Offeror (or, in the case of an Offeror that is not a financial institution, the depositary financial
institution) must provide for the collateralization of all funds in accounts in accordance with the
requirements set forth in Sections 6 -202, 6- 209, and 6- 222 of the State Finance and Procurement Article.
(See Appendix 2, 3, and 4 ). All collateral must be held in the name of the Treasurer, State of Maryland
either, (a) with the Federal Reserve Bank of Boston or (b) at the sole discretion of the Maryland State
Treasurer (the “ Treasurer”) , on deposit with an independent financial institution acceptable to the Treasurer
or the Treasurer’s designee.
1.1.8 The Offeror must have five (5) years of experience providing eWIC or EBT transaction processing services
that are similar to the current operations in the State of Maryland and USVI or another online eWIC State
Agency.
1.2 Minimum Service Requirements
In its proposal, each Offeror must acknowledge and agree that it will meet or exceed the following minimum services
requirements.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 8
1.2.1 The Offeror (or, in the case of an Offeror that is not a financial institution, the depositary financial
institution) shall maintain its KBRA Rating or similar financial strength rating from a nationally recognized
statistical rating organization, such as Kroll Bond Rating Agency, Inc., of at least a "B" or alternatively an
IDC Financial Publishing, Inc. numerical performance rating/grade of at least “158” for the term of the
Contract. Should the Offeror's rating drop below "B", the Treasurer, at their disc retion, may dismiss the
Offeror, require additional collateral of the Offeror, or take other actions as they deem necessary under the
circumstances to protect the interests of the State of Maryland.
1.2.2 The Offeror (or, in the case of an Offeror that is not a financial institution, the depositary financial institution) shall provide collateral for accounts in accordance with the requirements set forth in §§ 6- 202,
6-209, and 6- 222 of the State Finance and Procurement Article. (See Appendices 2, 3, and 4 respectively).
Except as required or permitted under § 6- 202 with respect to surety bonds or letters of credit provided as
collateral, the collateral shall be on deposit in the name of the Treasurer, State of Maryland, either ( a) with
the Federal Reserve Bank of Boston, or ( b) at the sole discretion of the Treasurer, on deposit with an
independent financial institution acceptable to the Treasurer or the Treasurer’s designee
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 9
2 Contractor Requirements: Scope of Work
2.1 Summary Statement
The Maryland State Treasur er’s Office (STO or the " Office ") is issuing this Request for Proposals (RFP) to provide
Electronic Benefit Transfer (EBT) services for WIC programs administered by Maryland WIC and the United States Virgin Islands WIC Program (USVI WIC). Maryland is the lead for procuring and administering the eWIC services .
Throughout this RFP, WIC EBT will be referred to as eWIC. This solicitation seeks to ensure that the resulting Contract(s)
support the Maryland WIC program needs and USVI WIC program needs and to achieve the best combination of qual ity,
service, price, and any other key components outlined in the RFP.
2.1.1 It is the State’s intention to obtain goods and services , as specified in this RFP, from a Contract between
the selected Offeror and the State. Maryland WIC and USVI WIC shall contract separately with the eWIC
Processor.
2.1.2 The STO intends to award a single offeror one contract for the Maryland WIC Program and one contract
for the US Virgin Islands WIC Program as a result of this RFP. See RFP Section 4.9 Award Basis for
more Contract award information.
2.1.3 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.
2.2 Order of Precedence
The Contract between the parties will be embodied in the Contract documents which will consist of the following, listed
in their order of precedence:
1) the executed Contract;
2) the RFP; and
3) the Offeror's proposal.
The Office will not accept any modifications to the order of precedence provision of this solicitation.
2.3 Background, Purpose and Goals
The State of Maryland has been in operations with eWIC since 2017, and USVI implemented eWIC in 2018. Maryland was the lead state for procuring eWIC services for the initial implementation and operation of eWIC with Maryland and
USVI executing separate contracts with the awarded Offeror, Solutran. Additionally, both Maryland and USVI use the
WIC management information system (MIS), WIC on the Web (WOW) to support the operation of their programs and
interface with the eWIC system.
Maryland WIC and eWIC statistics are provided in Exhibit 1 and USVI WIC in Exhibit 2 . Both exhibits provide relevant
information about the WIC programs and eWIC operations. Figures included in each exhibit represent averages for the
month of October 2024.
Maryland is the lead State for procuring and administering eWIC services and issuing this RFP. Maryland and USVI have
agreed, in principle, to the requirements specified herein. As a result, the Offeror’s response is applicable to Maryland and
USVI. However, the Offeror’s response shall contain Maryland specific and/or USVI specific responses where required.
This RFP solicits the delivery of the full scope of eWIC services as specified in this RFP. The scope of services within
this RFP reflects the goal to acquire services that meet all quality, performance and budgetary requirements.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 10
2.3.1 The Department’s objectives for the eWIC system and services include the following:
Implement a fully tested and functioning eWIC program; provide continuous support of the eWIC system; provide
efficient, effective, and timely access to benefits through an electronic system; ensure customer satisfaction ; and reduce
the potential for fraud .
2.4 WIC Electronic Benefits Transfer (eWIC) Services
2.4.1 General Requirements
In its proposal, each Offeror must demonstrate that it meets each of the requiremen ts listed below and provide detailed
descriptions related to the requirement.
2.4.1.1 The eWIC system meets the requirements of the applicable Federal and State laws and
regulations and USDA FNS requirements including all eWIC requirements found in Attachment
A Section 1 .1 Mandatory Requirements.
2.4.1.2 The system meets the most recent technical standards and guidelines of the FNS WIC EBT
Operating Rules and the American National Standards Institute (ANSI) and National Automated
Clearing House Association (NACHA)
2.4.1.3 Is fully redundant
2.4.1.4 Provides accurate timely distribution, availability and tracking of WIC benefits
2.4.1.5 Manages eWIC account processing, card production, PIN selection, reporting, and transaction
history retention, and manual authorization and p ayments.
2.4.1.6 Is operational seven days per week, 24 hours per day, 365 days per year in accordance with service level agreements.
2.4.2 eWIC Account Management
The Contractor Shall:
2.4.2.1 Provide an eWIC system that accurately tracks and reports specific accounting information for
each benefit issued. Appropriate system controls shall be in place that will disallow duplicate
issuance of payments to vendors; on occasion, there will be allowance of duplicate benefits to
participants.
2.4.2.2 Design the eWIC account structure to ensure that benefit balances are accurately maintained, and
benefit accounts are not overdrawn .
2.4.2.3 Accept account demographic information through batch and on-line real time processes to
establish or update eWIC accounts; not make changes or updates to account demographic
information unless authorized to do so by the State
2.4.2.4 Keep accounts open unless otherwise directed by the State
2.4.2.5 Be liable for any funds drawn from an incorrect account or program or for overdrafts against
eWIC benefit accounts including allowing Cardholder access to program benefits prior to the
availability date .
2.4.2.6 Permit Maryland WIC Program & USVI WIC Program to close and reopen accounts
2.4.2.7 Retain Accounts with Zero Balances
Many cardholders receiving recurring benefits may withdraw all benefits each month from their account resulting in a
zero balance. However, since they will receive benefits again next month, the Contractor shall not remove their accounts
from the active account database.
2.4.3 Benefit Authorization
2.4.3.1 Daily benefit transmission
A benefit file will be transmitted to the Contractor, according to a mutually agreed upon schedule. The Contractor shall:
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 11
2.4.3.1.1 Validate the file by assuring that the record totals and benefit amount totals agree
with the summary totals provided by the WIC Programs .
2.4.3.1.2 Perform a pre -processing check of the file to make sure the file is structured correctly
to prevent duplicate processing and to check that there is nothing unusual in the file.
2.4.3.1.3 Transmit return files to the State that will include:
a. The total number of records processed
b. The total dollar amount
c. A listing of any rejected records
d. Account number
e. Issuance number
f. Issuance type
g. Payment name
h. County number/record number/category/grant group
i. Payment date and time of availability of cardholder
j. Benefit amount
Provide an alert to the State if a customer receives multiple issuances on the same day with the same benefit code.
2.4.4 Confidentiality/Security
All eWIC client and account information created as a result of any contract that results from this RFP must remain
confidential and may not be sold or otherwise shared with any other entity not associated with the Contract or for any purpose other than the execution of the Contract, unless requi red by law. In addition, the selected Offeror may not use
client information or account information to solicit other business and must ensure that the information is protected and
kept confidential. Offerors must de scribe in detail all procedures for safeguarding confidential cardholder information and
cardholder account information below.
2.4.4.1 Describe the processes and procedures used to ensure the confidentiality of client and account
information, including but not limited to the following measures:
a. Describe how access to data regarding client information and their accounts will be restricted to those individuals
whose access is essential to the administration of the program;
b. Describe how you will monitor the use of the data by individuals with access to c lient information or their accounts
to ensure that such information is being used only for purposes consistent with the administration of this program;
c. Describe how you will develop and require anyone with access to this data to use security procedures to keep the data confidential and to limit its access to those authorized to access such information.
2.4.4.2 Describe the security features associated with the eWIC for activation, counterfeit prevention
and fraud prevention.
2.4.4.3 Describe your procedures for preventing identity theft and responding to fraudulent activities.
2.4.4.4 Describe your internal controls to help monitor, detect, record or log, prevent and minimize
unauthorized physical and information technology activity.
2.4.4.5 Describe your procedures to resolve (prosecute) fraud, how and when you will notify the State ,
and what information you will provide.
2.4.4.6 Describe how quickly and the manner by which clients will be notified of any data breaches that
might expose individual account information.
2.4.4.7 Describe the assistance that clients will be provided in the event their individual account
information is compromised.
2.4.4.8 Describe how physical (including electronic) records are destroyed, and what logging and reporting of the record destruction activity is provided to the State
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 12
2.4.4.9 Describe how you will ensure that any subcontractors will be bound by the same confidentiality
requirements as the Offeror.
2.5 Business and Technical Requirements
As part of its technical proposal, each Offeror shall provide a written response to the following specific service and
system areas:
2.5.1 System Development and Maintenance – Describe the following:
• The Offeror’s approach to system development and maintenance;
• The Offeror’s approach to collaborating with the MIS Maintenance and Enhancements (M&E)
Contractor in interface development or modifications.
2.5.2 System Testing – Describe the following:
• The Offeror’s approach to testing system changes
• The Offeror’s approach to collaborating with state testers for user acceptance testing
• The Offeror’s approach to performance testing
• The Offeror’s approach to failover testing
2.5.3 Managing Environments – Describe the following:
• The Offeror’s approach to managing multiple environments (production, test, training, etc.)
• The Offeror’s approach to refreshing and maintaining data in test and training environments
2.5.4 System Up -Time and Reliability – Provide down- time statistics for the eWIC host processing system for
last three (3) years:
• Total number of outages, and the root cause of the outage for each year
• Whether the outage was planned or unplanned
• Percentage of down- time for each year
• Average down- time per outage
Describe the following:
• The Offeror’s failover processes
• How the Offeror’s eWIC host system is designed to avoid system down- time
• How the Offeror manages downstream outages (Third Party Processors (TPPs), Networks, etc.)
• Mitigation strategies used to avoid down- time
• Procedures for communicating with the Maryland WIC, USVI WIC, and vendors when outages occur.
• How the Offeror intends to secure requests and delivery of lost/stolen cards.
2.5.5 Vendor Management – Describe the following:
• The Offeror’s approach to vendor assistance and customer service
• The stand -beside point of sale (POS) device and features
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 13
• The Offeror’s approach to management and support of stand- beside devices
• How communications are managed between the Maryland WIC, USVI WIC, WIC vendors and the
Offeror
• The Offeror’s approach to managing and conducting Retailer Certifications with Maryland WIC, USVI WIC, vendor, and Third -Party Processors (TPP)
• The Offeror’s approach to handling systems that were certified by another eWIC Processor
• The Offeror’s approach to APL management (monitoring how often vendors are downloading the
APL)
Provide statistics for the POS devices for last three (3) years:
• Total number of devices supported
• Total number of problems reported with a breakdown of the root cause
• Total number of devices that failed and needed replacement
• Average replacement time for failed POS
2.5.6 Settlement and Reconciliation Process – Describe the following:
• The Offeror’s approach to daily settlement and reconciliation
• The Offeror’s approach to managing and tracking retailer, Third- Party Processor (TPP), eWIC
Processor, and Maryland WIC and USVI WIC initiated account adjustments
• Procedures for communicating with the Maryland WIC, USVI WIC, and WIV vendors when there
are settlement and reconciliation errors or inaccuracies.
2.5.7 Contract Transition / System Conversion – De scribe the following:
• Offeror’s approach to completing contract transition/system conversion prior to the current eWIC
Processor contract end date. The maximum timeframe has been estimated to be one (1) year from
contract execution to contract transition / system conversion.
• How the Offeror will ensure a smooth transition with minimal disruptions to WIC authorized vendors
to include the approach for deploying stand- beside point -of-sale (POS) terminals
• How the Offeror will ensure a smooth transition with minimal disruptions to WIC stakeholders to
include approaches to card stock management and a seamless transition of customer service
operations (IVR, portals, and live agents).
• Additionally, Maryland WIC and USVI WIC must complete their contract transition/system
conversion under this RFP no later than one (1) month prior to the end of the current eWIC Processor contract with the Maryland State Treasurer’s Office and the Government of the Virgin Islands,
Department of Property and Procuremen t.
2.5.8 Project/Account Management – Offeror shall provide an overview of the project management approach
and methodologies proposed for this project including:
• The Proposal shall describe the method and frequency of communication between the eWIC
Processor’s Project/Account Manager and Maryland WIC and USVI WIC for status updates, potential
or actual problems, key milestones, and critical path activities.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 14
• The Proposal shall include a description of the management structure ensuring adequate oversight
and executive direction for the Project/Account Manager. In this regard, the Offeror shall identify the
corporate officer(s) to be contacted should major probl ems arise during the performance of the
Contract.
2.5.9 Proposed Hardware – The Offeror shall provide the make, model, and any additional narrative that may be
relevant for all hardware proposed. If at any time during the contract the Offeror expects to change the
hardware provided, Maryland WIC and USVI WIC must receive at lea st 90 days’ notice.
• Single function Stand- beside device and all peripherals
• Multi -function Stand- beside device and all peripherals
• Wireless stand -beside device and all peripherals
• Clinic PIN select device with encryption
2.6 Transition
2.6.1 Kick -Off Meeting
Within ten days of the start of the Contract, the State Contract Monitor , Procurement Officer, the
Contractor, the Contractor’s Project Manager and any other personnel deemed appropriate, shall attend a
Kick -off meeting led by the State virtually or in Maryland . The objectives of the meeting are to:
a) Introduce the State representatives and establish the working relationship between the Contractor and
the State;
b) Provide the State the opportunity to familiarize the Contractor with Agency processes and reports;
c) Provide Contractor with all the information and materials relevant to the project;
d) Communicate timelines and known requirements relative to the transition plans;
e) Discuss service delivery, invoice processing, monitoring; and
f) Other Contract terms and conditions.
2.6.2 Transition -In Project Plan
Within fifteen (15) calendar days of the Contract start date, the Contractor shall submit a draft project work
plan to the State outlining an approach to the transition activities. The transition work plan shall be written
in a project system accessible by State staff . Within thirty (30) calendar days of the Contract start date,
the final transition project work plan shall be submitted to the Contract Monitor . The Plan shall include:
• A specific approach and schedule to transition from the current activities to their own, and clearly
identify the tasks and level of effort;
• A clear breakdown of tasks and responsibilities, including those tasks that will be the responsibility of the State during the transition;
• Detail how development work and knowledge transfer activities will be accomplished as well as a
similar strategy for testing; and
• Include a validation effort to demonstrate the Offeror’s capability to deliver reliable service.
2.6.2.1.1 The Transition In Plan shall specifically address in detail:
a) Milestones and key deliverable dates;
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 15
b) The key transition personnel and their respective role;
c) The reporting mechanism for providing, at a minimum, bi -weekly (every 2 weeks) reports
during the transition;
d) Transition methodology;
e) Any experience and concerns considered important and relevant from prior transitions
and/or implementations of similar size and scope;
f) The required involvement of the incumbent contractor, Contract Monitor and staff,
development and operations staff, STO, other State resources, and any third -party
involvement subcontracted by the Contractor required during the transition;
g) Risk assessment and mitigation recommendations/solutions;
h) A clear set of tasks, objectives, outcomes, and timeframes to transition work activities, processes, people, services, knowledge and documentation associated with the exit of the
current banking team and the entrance of the new proposed team;
i) No more than sixty (60) calendar days of the Contract start date, the Contractor shall
submit a comprehensive Transition In Test Plan. The test plan shall include all aspects
of the transition work that shall be tested by transition staff and measures of success to
demonstrate achievement of knowledge transfer and successful transition. The plan shall
also clearly delineate Contractor responsibilities from State responsibilities; and
j) Provide test files on all output files to include test files of paid items, ACH entries, adjusting entries to include debit and credit memos, stops, voids and cancellations, etc.
Meetings/Reports
During the transition period, the Contractor’s key personnel shall conduct formal weekly status meetings with the Contract
Monitor and other parties as necessary.
2.6.2.1.2 The new Contractor shall generate a status report as the basis for the status meeting.
In the status report, the new Contractor shall address:
• Project schedule (current status of all tasks);
• Near term activities;
• Deliverables (submitted, due, overdue, approval status, and payment status);
• Staffing (planned labor hours and actual labor hours);
• Project risks (including mitigation status);
• Quality assurance (tasks and status);
• Configuration management (tasks and status);
• Issues (log of identified issues with status of each);
• Action items (log of items with status of each) and other topics requested by the State.
2.6.2.1.3 The Contractor shall develop a detailed project work plan to address these tasks at a
granular level and successfully complete the tasks as part of the Transition In effort:
a) At least one (1) successful monthly transfer of data with zero defects.
b) At least one (1) successful monthly transfer of data in which any issues encountered
were resolved.
c) Demonstrable understanding of the workflow process.
d) Satisfactory completion of all Transition In activities.
e) Other tasks required to successfully complete the Transition In effort.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 16
2.7 General Requirements
The Offeror must propose eWIC services which meet the requirements of applicable Federal and State laws and
regulations, and United States Department of Agriculture (USDA) Food and Nutrition Services (FNS) technical
standards and guidelines. Federal requirements for eWIC processing an d performance are the minimum standards
for the EBT system. Where specified in this RFP, the selected eWIC Processor shall exceed federal requirements
and operating rules to meet state -specific requirements .
2.7.1 Compliance with Applicable Rules and Regulations
During the term of the Contract, the selected Offeror shall comply with all Federal and State laws and regulations,
and United States Department of Agriculture (USDA) Food and Nutrition Services (FNS) technical standards and
guidelines. Failure to comply with such rules may result in termination of t he Contract.
2.8 Required Services
eWIC Function and Service Requirements (See Attachment A )
Each Offeror shall provide as part of its proposal confirmation of their ability to perform each of the eWIC Function
and Service Requirements defined in the scope of work by completing the table included in this RFP as Attachment
A.
The following describes each column and how they are to be used in an Offeror’s response.
• Requirement Number: Specific number associated with each requirement;
• Function/Service: Description of the service or function;
• Required, Preferred, Required Priced Separately : Identifies which functions/services are required, preferred,
or required priced separately .
o Required functions/services are items that must be provided by all Offerors and are included in the
cost per case month (CPCM).
o Preferred functions/services are features that Maryland WIC and USVI WIC would like to have but
are not required to be provided by the Offeror. If the Offeror has these features, the items should be
included in the CPCM.
o Required Priced Separately (RPS) functions/services are items that must be provided by all
Offerors. These are features Maryland WIC and USVI WIC can exercise during the contract period.
Offerors must provide a response to all required priced separately functions/services. Costs for
required priced separately functions/services are not included in the base CPCM price.
• Offer Complies: Yes or No: Offerors shall provide a response to each requirement in this column .
o Yes: Indicates that this function/service exists in their offering and they agree to provide it under
the resulting contract(s).
o No: Indicates that the Offeror is unable to provide this function/service.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 17
o Any ‘No’ response to a required or required priced separately requirement may result in disqualification.
• Comments: Offeror shall provide any comments related to the requirements or their response. This is an
optional field and does not need to be completed for each requirement. If a function or service does not currently exist in the offering, Offerors shall note in this field if the service or function will be developed
and provided under this contract.
2.9 Other Services for Consideration
Describe any other services beyond those requested in this RFP that the Offeror believes could offer additional benefits to
Agency. Detailed descriptions of the services/processes should be provided and any associated costs. Associated costs
are to be stated in the Offeror’s price proposal only.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 18
3 Contractor Requirements: General
3.1 Contract Initiation Requirements
Contractor shall schedule and hold a kickoff meeting describing the activities for the Contractor, the State, and any third
parties for fully transitioning to the Contractor’s Solution. See Attachment A. Section 15 for details.
3.2 End of Contract Transition
After the end of the Contract term, should a new contract be awarded to a contractor other than the incumbent, the Contract shall be deemed to be extended, Contractor shall continue to perform Contract services, and Contractor shall continue to
receive the compensation specified in the Contract for such services, until such time as the transition to the new contractor
is complete. Contractor shall cooperate with the Office during any transition period to a new contractor and provide all
necessary informati on and data to any subsequent contractor.
3.3 Compensation
3.3.1 Maryland and the USVI shall be billed separately, and only for the number of active cases in each program.
3.3.2 Fees will not be adjusted during the initial five -year term of the Contract. Price adjustments will, however,
be permitted to reflect the Consumer Price Index (CPI) based on the end of the fifth year of the initial Contract period and upon subsequent renewal option periods. The CPI adjustment is not cumulative.
Exercise of the renewal options will be solely at the discretion of the Treasurer or the Treasurer’s designee.
3.4 Term
The initial term of the Contract shall be for a period of five (5) years, commencing with execution by the State of
Maryland and the Governor of the USVI. Each Contract may have different start dates dependent on State and
Territorial Agency execution. Each Contract will also contain options to renew, upon the same terms and conditions,
for two additional one -year renewal periods. Any exercise of renewal option in one Contract is mutually exclusive
from the exercise of options in the other contract. Exercise of the renewal options will be solely at the discretion of
the Ma ryland State Treasurer or Treasurer’s designee for the State and USVI, on behalf of the Territory as
appropriate.
3.5 Invoicing
3.5.1 General
A. The Contractor shall email , in an agreed upon format the original invoice along with the signed
authorization to the Contract Monitor and mdwic.billing@maryland.gov.
B. All invoices for services shall be verified by the Contractor as accurate at the time of submission.
C. An invoice not satisfying the requirements of a Proper Invoice (as defined at COMAR
21.06.09.01 and .02) cannot be processed for payment. To be considered a Proper Invoice,
invoices must include the following information, without error:
a) Contractor name and address;
b) Remittance address;
c) Federal taxpayer identification number (FEIN) , or social security number, as appropriate;
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 19
d) Invoice period (i.e. time period during which services covered by invoice were performed);
e) Invoice date;
f) Invoice number;
g) State assigned Contract number;
h) Services provided;
i) Amount due; and
j) Any additional documentation required by regulation or the Contract.
3.5.2 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 .
3.5.3 Travel Reimbursement
Refer to Attachment B .
3.5.4 USVI
By submitting a response to this solicitation , Offeror agrees to invoice the Government at the end
of every month for services provided. The Government herein commits to utilize its best efforts to ensure the timely payment of all submitted invoices within fifteen (15) days of their receipt.
3.6 Disaster Re covery and Data
The following requirements apply to the Contract:
3.6.1 Redundancy, Data Backup and Disaster Recovery
3.6.1.1 Unless specified otherwise in the RFP, Contractor shall maintain or cause to be maintained
disaster avoidance procedures designed to safeguard State data and other confidential
information, Contractor’s processing capability and the availability of hosted services, in each
case throughout the Contract term. Any force majeure provisions of the Contract do not limit the
Contractor’s obligations under this provision.
3.6.1.2 The Contractor shall have robust contingency and disaster recovery (DR) plans in place to ensure
that the services provided under the Contract will be maintained in the event of disruption to the
Contractor/subcontractor’s operations (including, but not li mited to, disruption to information
technology systems), however caused.
3.6.1.3 Notify the appropriate State -identified contact immediately of an event.
3.6.1.4 The DR site shall be at least 100 miles from the primary operations site and have the capacity to
take over complete production volume in case the primary site becomes unresponsive.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 20
3.6.2 Data Ownership and Access
1. Data, databases and derived data products created, collected, manipulated, or directly purchased as part of a RFP are the property of the State . The purchasing State agency is considered the custodian of the data and
shall determine the use, access, distribution and other conditions based on appropriate State statutes and
regulations.
2. At no time shall any data or processes – that either belong to or are intended for the use of the State or its
officers, agents or employees – be copied, disclosed or retained by the Contractor or any party related to the
Contractor for subsequent use in a ny transaction that does not include the State.
3. The Contractor shall not use any information collected in connection with the services furnished under the Contract for any purpose other than fulfilling such services.
3.6.3 Provisions in Sections 3.6.1-3.6.2 shall survive expiration or termination of the Contract.
Additionally, the Contractor shall flow down the provisions of Sections 3.6.1-3.6.2 (or the substance
thereof) in all subcontracts.
3.7 Insurance Requirements
The Contractor shall maintain, at a minimum, the insurance coverages outlined below, or any minimum requirements
established by law if higher, for the duration of the Contract, including option periods, if exercised:
3.7.1 The following type(s) of insurance and minimum amount(s) of coverage are required:
1. 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.
2. Errors and Omissions/Professional Liability - $1,000,000 per combined single limit per claim and
$3,000,000 annual aggregate.
3. 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 Maryland Department of Health should be added as a “loss payee.”
4. Cyber Security / Data Breach Insurance – (For any service provided 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.
3.7.2 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.
3.7.3 All insurance policies shall be endorsed to include a clause requiring the insurance carrier provide the
Procurement Officer, by certified mail, not less than thirty ( 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 not renewed within five (5) days of learning of such cancellation or nonrenewal. The
Contract or shall provide evidence of replacement insurance coverage to the Procurement Officer at least
fifteen ( 15) days prior to the expiration of the insurance policy then in effect.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 21
3.7.4 Any insurance furnished as a condition of the Contract shall be issued by a company authorized to do
business in the State.
3.7.5 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 multi -year contracts , the Contractor shall provide certificates
of insurance annually, or as otherwise directed by the Contract Monitor.
3.7.6 Subcontractor Insurance - 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.
3.8 Security Requirements
3.8.1 Data Protection and Controls
Contractor shall ensure a secure environment for all State data and any hardware and software (including
but not limited to servers, network and data components) provided or used in connection with the
performance of the Contract and shall apply or cause application of appropriate controls so as to maintain
such a secure environment (“Security Best Practices”). Such Security Best Practices shall comply with
an accepted industry standard, such as the NIST cybersecurit y framework.
1) Ensure that State data is not comingled with non -State data through the proper appli cation of
compartmentalization S ecurity M easures.
2) Apply data encryption to protect s ensitive data at all times, including in transit, at rest, and also
when archived for backup purposes. Unless otherwise directed, the Contractor is responsible for the encryption of all sensitive data.
3) For all State data the Contractor manages or control s, data encryption shall be applied to such data
in transit over untrusted networks.
4) Enable appropriate logging parameters to monitor user access activities, authorized and failed
access attempts, system exceptions, and critical information security events as recommended by the operating system and application manufacturers and information security standards.
5) Ensure system and network environments are separated by properly configured and updated firewalls.
6) Restrict network connections between trusted and untrusted networks by physically or logically
isolating systems from unsolicited and unauthenticated network traffic.
3.8.2 Ensure State data is not processed, transferred, or stored outside of the United States (“U.S.”). The
Contractor shall provide its services to the State and the State’s end users solely from data centers
in the U.S. Unless granted an exception in writing by the State, the Contractor shall not allow
Contractor Personnel to store State data on portable devices, including personal c omputers, except
for devices that are used and kept only at its U.S. data centers. The Contractor shall permit its
Contractor Personnel to access State data remotely only as required to provide technical support.
Security Incident Response - The Contractor shall comply with all applicable laws that require the
notification of individuals in the event of unauthorized release of State data or othe r event requiring
notification, and, where notification is required, assume responsibility for informing all such individuals
in accordance with applicable law and to indemnify and hold harmless the State and its officials and employees from and against any claims, damages, and actions related to the event requiring notification.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 22
3.8.3 Data Breach Responsibilities
A. If the Contractor reasonably believes or has actual knowledge of a data breach, the Contractor
shall, unless otherwise directed:
1) Notify the appropriate State -identified contact immediately of an event ;
2) Cooperate with the State to investigate and resolve the data breach;
3) Promptly implement commercially reasonable remedial measures to remedy the data breach; and
4) Document responsive actions taken related to the data breach, including any post -incident
review of events and actions taken to make changes in business practices in providing the
services.
B. If a data breach is a direct result of the Contractor’s breach of its Contract obligation to encrypt
State data or otherwise prevent its release, the Contractor shall bear the costs associated with (1)
the investigation and resolution of the data breach; (2) notifica tions to individuals, regulators or
others required by State law; (3) a credit monitoring service required by State or federal law; (4)
a website or a toll -free number and call center for affected individuals required by State law; and
(5) compl ete all corrective actions as reasonably determined by Contractor based on root cause.
3.8.4 The State shall, at its discretion, have the right to review and assess the Contractor’s compliance
to the security requirements and standards defined in the Contract.
3.8.5 In accordance with Executive Order (EO) 13873 “Securing the Information and Communications
Technology and Services Supply Chain” (dated May 15, 2019) and EO 14117 “Preventing Access to
Americans’ Bulk Sensitive Personal Data and United States Government -Related Data by Countries of
Concern” (dated March 5, 2024), which reinforce Executive Order 14028, “Executive Order on
Improving the Nation’s Cybersecurity”:
3.8.5.1 When developing a connection from the State system to a Federal system the Contractor shall
staff the project with personnel capable of successfully planning and executing the requirements and tasks outlined in the procurement solicitation. In addition, al l Contractor
personnel must meet all the following conditions:
3.8.5.1.1 The subject must be physically located within the United States or its official
territories or holdings (i.e., not located in a foreign nation state).
3.8.5.1.2 The subject must have current legal immigration status in the United States; and,
3.8.5.1.3 The subject's immigration status must provide a legal work authorization (work
eligible visa category or US Citizenship and Immigration Services work
authorization) in the United States
3.9 SOC 2 Type 2 Audit Report
3.9.1 A SOC 2 Type 2 Audit applies to the Contract. The applicable trust services criteria are: Security,
Availability, Processing Integrity, Confidentiality, or Privacy as defined in the Guidance
document identified in Section 3. 9.2.
3.9.2 In the event the Contractor provides services for identified critical functions, handles sensitive
data, or hosts any related implemented system for the State under the Contract, the Contractor
shall have an annual audit performed by an independent audit firm of the Contractor’s handling
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 23
of sensitive data or the State ’s critical functions. Critical functions are identified as all aspects
and functionality of the solution including any add- on modules and shall address all areas relating
to Information Technology security and operational processes. These services provided by the
Contractor that shall be covered by the audit will collectively be referred to as the “In formation
Functions and Processes.” Such audits shall be performed in accordance with audit guidance: Reporting on an Examinatio n of Controls at a Service Organization Relevant to Security,
Availability, Processing Integrity, Confidentiality, or Privacy (SOC 2) as published by the
American Institute of Certified Public Accountants (AICPA) and as updated from time to time,
or according t o the most current audit guidance promulgated by the AICPA or similarly-
recognized professional organization, as agreed to by the STO to assess the security of outsourced
client functions or data (collectively, the “Guidance”) as follows:
A. The type of audit to be performed in accordance with the Guidance is a SOC 2 Type 2 Audit
(referred to as the “SOC 2 Audit” or “SOC 2 Report”). All SOC2 Audit Reports shall be submitted
to the Contract Monitor. The Contractor shall ensure the audit includes all such subcontractors
operating in performance of the Contract.
B. All SOC 2 Audits, including those of the Contractor, shall be performed at no additional expense
to the State.
C. If the Contractor currently has an annual , independent information security assessment performed
that includes the operations, systems, and repositories of the Information Functions and Processes
being provided to the STO under the Contract, and if that assessment generally conforms to the
content and objective of the Guidance, the STO will determine in consultation with appropriate
State government technology and audit authorities whether the Contractor’s current information
security assessments are accept able in lieu of the SOC 2 Report(s).
D. The Contractor shall provide annually at no cost to the Contract Officer, evidence of compliant
and ongoing internal control of sensitive data and processes through a standard methodology,
such as but without limitation the American Institute of Certified Public Accountant (AICPA) Service Organization Control (SOC) Reports. The scope of the audit shall cover a one (1) year
period. The evidence of compliance shall be contained in a report describing the effectiveness of
the Contractor’s internal controls.
E. If deficiencies in the Contractor’s internal control processes and procedures are described in the
most recent version of the report, the Contractor shall automatically submit the report to the
Contract Officer within a timely manner and shall describe the corrective actions to be put into
place by the Contractor to remedy the deficiencies. Failure to report and/or repair deficiencies in a timely manner shall be cause for the STO to make a determination of breach of contract .
F. Provisions in Section 3. 9.1 and 3. 9.2 shall survive expiration or termination of the Contract.
Additionally, the Contractor and shall flow down the provisions of Section 3.9.2 (or the substance
thereof) in all subcontracts.
3.10 Experience and Personnel
3.10.1 The eWIC Processor shall have the appropriate number and mix of project staff both on and off
site at all times during the project to ensure the successful contract transition, system conversion, and operation of the Maryland WIC and USVI WIC eWIC system. Maryland WIC and USVI WIC
recognizes that it is not necessary to maintain onsite eWIC Processor staff for the duration of the
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 24
project, but expects that key eWIC Processor staff, as determined necessary, shall attend onsite
meetings and support onsite activities during the project, particularly during critical points in the
project such as project initiation and conversion testing.
Each Offeror shall propose a single team comprised of key staff members that will fulfill the
following roles for both Maryland WIC and USVI WIC. The Offeror shall include the percentage
of time each staff will be dedicated to the Contract.
3.10.2 Key Personnel
When Key Personnel are identified for the Contract, the following apply:
A. Key Personnel shall be available to perform Contract requirements. Unless explicitly authorized by the Contract Monitor or specified in the Contract, Key Personnel shall be assigned to the State
of Maryland as a dedicated resource.
B. Key Personnel shall perform continuously for the duration of the Contract, or such lesser duration as specified in the Technical Proposal. Submit to the Contract Monitor proposed changes of Key
Personnel for approval .
C. Please describe what type of background investigations are performed prior to onboarding of new
employees that are considered a dedicated resource.
3.10.3 Key Personnel include:
3.10.3.1 Project/Account Manager
The eWIC Processor shall provide a project team specific to both Maryland WIC and USVI WIC,
to be headed by a Project/Account Manager who shall be the primary point of contact with both
Maryland WIC and USVI WIC for all project activities and shall be resp onsible for carrying out
the tasks in this RFP. The Project/Account Manager must meet the following qualifications:
• Required: A minimum of five (5) years of project management/account management experience.
• Required: Must be able to demonstrate that they have provided project management/account
management for at least one previous eWIC implementation within the last ten ( 10) years.
• Preferred: Experience in providing project management/account management for at least one
previous eWIC conversion.
The following shall be required of the Project/Account Manager:
• The eWIC Processor Project/Account Manager shall start work on each, Maryland WIC and
USVI WIC’s projects no later than fifteen ( 15) days after the effective date of the contract
between the eWIC Processor and the State Agency.
• The eWIC Processor Project/Account Manager shall maintain regular contact through required
status reports (weekly during transition and monthly in operations) and requested calls with the
Maryland WIC and USVI WIC designated staff members. The eWIC Processor Project/Account
Manager is subject to State Agency approval.
• During the contract, Maryland WIC may request the replacement of the eWIC Processor
Project/Account Manager for any legitimate performance reason and the proposed replacement
shall be subject to Maryland WIC’s approval. Staff replacement occurring at Maryl and WIC’s
request shall be performed within thirty ( 30) calendar days of receipt of the request.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 25
3.10.3.2 Vendor Enablement Manager
The eWIC Processor shall propose a Vendor Enablement Manager who shall be responsible for ensuring
that WIC vendors are prepared for system conversion and shall be the primary point of contact for
Maryland WIC and USVI WIC regarding vendor enablement and ongoing ve ndor management activities
including certification of integrated retailers. The Vendor Enablement Manager must meet the following
requirements:
• Required: Individuals proposed for this position must have at least three (3) years of experience
in WIC vendor management, eWIC vendor enablement management of at least one previous
project, and experience facilitating integrated vendor certifications.
• Preferred: Experience providing onsite support to vendors during rollout or conversion and
experience supporting POS equipment and deployment and training.
3.10.3.3 Technical System Lead
The eWIC Processor shall propose a Technical System Lead. The Technical System Lead shall be the
primary contact for Maryland WIC and USVI WIC and their MIS operations and maintenance contractor
for the eWIC system, interfaces, and communications with the eWIC system. This staff person shall
coordinate and/or liaison with the Maryland and USVI WIC. The Technical System Lead must meet the
following requirements:
• Required: A technical background, such as a developer, and should have credentials such as ITIL
and/or advanced computer engineering or programming degrees.
• Required: Three (3) years of experience as a technical team member or lead in the operation of
eWIC or EBT systems.
3.10.4 Staffing Approach
In addition to the key personnel , Offerors shall demonstrate in their proposals that they shall provide a team with
the skills and abilities to provide the requested eWIC services and perform timely and successful activities related to system conversion and operations of an eWIC system.
Offerors shall include narrative descriptions of the qualifications of all proposed staff, including subcontractors, and any positions to be hired upon contract award. The qualifications of the Offeror and subcontractor staff must
be described separately, ensuring Maryland WIC understands each individual’s qualifications and skills.
3.10.5 Organization Chart
Offerors shall include an organizational chart that indicates the names and titles of project team personnel,
including any proposed subcontractors. One organizational chart for the entire project team is acceptable. The
response shall include a discussion of the following:
• Proposed lines of authority, including the name of the corporate officer(s) to be contacted should major
problems arise during the performance of the contract;
• How the Offeror’s project management team shall be involved in the administration of the project and services;
• How the Offeror’s project management team shall coordinate internal and subcontractor activities with
Maryland WIC and USVI WIC eWIC activities; and
• How the Offeror’s project management team shall establish and manage a formal communications
protocol with internal staff, subcontractors, and Maryland WIC and USVI WIC.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 26
3.11 Substitution of Personnel
The following provisions apply to Contractor Personnel substitutions.
A. The Offeror shall acknowledge that any changes by the successful Offeror of the proposed project team personnel
must be approved by Maryland WIC and require advance notice.
B. The Contractor shall demonstrate to the Contract Monitor’s satisfaction that the proposed substitute has
qualifications at least equal to those of the Contractor Personnel proposed to be replaced.
C. Upon request by the Contract Monitor, t he Contractor shall provide a substitution request that shall include:
1) The official resume of the current personnel.
2) Evidence of any required credentials.
3) Additional information concerning the proposed substitution.
D. The Contract Monitor may request additional information concerning the proposal substitution and may interview
the proposed substitute personnel prior to deciding whether to approve the substitution request.
3.12 Corporate References and Experience
3.12.1 Corporate Overview
Offerors shall submit a corporate overview that includes the following information:
• The date the firm was established, and the ownership model.
• A current organizational chart and the firm’s mission.
• A list of current eWIC and EBT contracts, and/or recent similar or relevant projects, including the client’s
name, period of performance, contract amount and description of the services provided.
• A list and schedule of active and pending eWIC and EBT implementations, conversions and de-
conversions, including names of proposed project staff already assigned to the active and pending
projects.
• A detailed description of all relevant EBT/eWIC system development, implementation, conversion, and
operating experiences within the last ten (10) years that demonstrate the Offeror’s ability to satisfy the
requirement of this RFP.
3.12.2 Corporate Qualifications
The Offeror’s experience, combined with that of any subcontractor(s), shall demonstrate the capability to meet or
exceed the requirements of this RFP. Therefore, the Offeror’s proposal shall highlight its corporate capabilities,
organizational structure, f inancial stability, and previous experience related to the requirements of this RFP. All
goods and services supplied by the eWIC Processor for this contract shall be produced and provided within the
United States. The Offeror and subcontractor qualificatio ns should be described separately, ensuring Maryland
WIC understands which qualifications, project descriptions, and references belong to each organization.
The following provides preferred experience for the eWIC Processor:
• Preferred Experience: Previous experience providing eWIC services to other WIC agencies including:
o Implementation and operation of an eWIC system
o Conversion and operation of an eWIC system
o Development, deployment and maintenance of POS equipment
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 27
o eWIC settlement and reconciliation
o Vendor enablement management and support
To be a viable eWIC Processor, Offerors must demonstrate, in their proposals, that they have the skills, abilities,
and project management expertise to provide the requested eWIC services and perform on time, successful
development, testing, pilot, rollout and ope rations of an eWIC system.
3.12.3 Corporate Experience Matrix
Offerors shall provide a matrix that depicts the projects on which tasks similar to those outlined in the RFP have
been performed.
3.12.4 Corporate Financial Stability and Service Organization Controls
Offerors shall provide proof of financial resources and stability as evidence of the Offeror’s capability to provide
timely and uninterrupted services. The successful Offeror must supply a statement of corporate financial
resources. Additional proof docume nts could include, but are not limited to:
If requested by the State Treasurer’s Office, Offerors must furnish additional information regarding its financial
resources and organization within five (5) working days. The State Treasurer’s Office reserves the right to reject
the proposal where the ava ilable data does not satisfy that the Offeror is qualified to carry out the terms and
conditions and all other requirements of this RFP.
3.12.5 Subcontractors
For p urposes of this RFP, a subcontractor is defined as any entity under contract to the Offeror providing a service
specifically defined and required within this RFP, including, without limitation, eWIC card production, stand-beside POS terminal driving, or eW IC transaction switching. Proposed subcontractors shall be clearly identified
as such, and the Offeror must clearly explain the division of duties between subcontractor and Offeror.
Any changes in subcontractors after the execution of the new contract shall first require written notification and
prior approval by Maryland WIC.
3.13 Federal Funding Acknowledgement
3.13.1 There are programmatic conditions that apply to this Contract due to Federal funding. See Appendix I .
3.13.2 This Contract contains federal funds. The source of these federal funds is: United States Department of
Agriculture (USDA), Food and Nutrition Service (FNS). The CFDA number is: 10.557. Conditions that
apply to all federal funds awarded are contained in Federal Funds Appendix J . Additional conditions that
apply to this particular federally funded contract are contained as supplements to Federal Funds Appendix
J, and Offerors are to complete and submit these Attachments with their Proposal as instructed in t he
Attachments. Acceptance of this agreement indicates the Bidder/Offeror’s intent to comply with all
conditions which are part of this Contract.
3.14 USVI Specific
3.14.1 A proposer filing a proposal hereby certifies that no officer, agent or employee of The Government of the
Virgin Islands (GVI) has a pecuniary interest in this proposal or has participated in contract negotiations
on behalf of GVI; that the proposal is made in good faith without fraud, collusion, or connection of any
kind with any other Offeror for the same request for proposals; the Offeror is competing solely in its own
behalf without connection with, or obligation to, any undisclosed person or firm.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 28
3.14.2 The successful Offeror may obtain and submit a valid V.I. business license (to conduct activity covered by
contract being pursued) and/or a copy of a current business license issued by a state. IRS 501(c)(3)
certification letter required for non- profit cor porations. The license or certification letter must be
maintained for the duration of the contract. See www.dlca.gov.vi for additional information regarding the
business license requirements. Please Note: A USVI business license is required if the vendor would make
any physical appearance in the United States Virgin Islands.
3.14.3 The successful Offeror may also be subject to the USVI Gross Receipts Tax. See
http://www.vibir.gov/index.html for additional information on the Gross Receipts Tax provisions. Please
Note: USVI Gross Receipts Tax is filed for vendors, who have a USVI busin ess license.
3.14.4 The successful Offeror shall maintain the following insurance coverages during the term of this Contract:
3.14.4.1 Commercial General Liability: Commercial general liability insurance, in a form acceptable to
the Government, on a “per occurrence” basis with a minimum limit of not less than one million
dollars ($1,000,000.00) for any one person per occurrence for death or personal injury and one
million dollars ($1,000,000.00) for any one occurrence for property damage. Insurance
policy(ies) shall name the Government of the Virgin Islands as the certificate holder and
additional insured via an endorsement.
3.14.4.2 Professional Liability: Professional Liability: Professional liability insurance, in a form acceptable to the Government, which covers the services being performed under this Contract,
with policy limits of not less than one million dollars ($1,000,000.00) per claim. The Government
shall be listed thereon as a certificate holder.
3.14.4.3 Workers’ Compensation: Contractor shall supply current coverage under that Government
Insurance Fund or other form of coverage.
3.14.5 Where expressly stated in the Contract between the successful Offeror and USVI, all the Terms
and Conditions contained in the contract between the successful Offeror and Maryland will be
included in the contract between the successful Offeror and the USVI.
3.14.6 Claims and Disputes:
The parties agree that if any dispute arises between the parties under this Contract, the following dispute resolution procedures shall be followed:
3.14.6.1 The parties agree to first seek to exhaust all possibilities prior to seeking assistance in resolving
any and all disputes
3.14.6.2 In the even t any conflict or disagreement arises under this Contract, neither party shall file any
claim or suit against the other party until it has first provided written notice to the other party of
the alleged dispute and submitted the dispute to mediation in the U.S. Virgin Islands.
3.14.6.3 No lawsuit claim or controversy shall be filed until the conclusion of the mediation and certification by the mediator that an impasse has been reached or until 90 days has passed,
whichever comes first.
3.14.6.4 The mediation shall be conducted under the rules of the American Mediation Association and
any mediator chosen by the parties must be certified by said Association.
3.14.6.5 Pending any and all dispute resolution during the 90- day mediation period set forth herein and
pending any and all resolution of any lawsuit or claim filed in the event mediation is not
successful, Contractor shall continue to perform work under the Contra ct and the Government
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 29
shall, pursuant to the provisions of Addendum II to this Contract, continue to pay Contractor for such work.
3.14.7 The mandatory list of required supporting documents to contract with the Government of the Virgin Islands
is listed in Appendix J. Unless otherwise indicated in the RFP, these documents are to be
submitted within ten (10) business days upon notification of recommended award.
3.14.8 All vendors conducting business with the U.S. Virgin Islands (USVI) must register with GVIBUY via
the Department of Property and Procurement at https://dpp.vi.gov or directly at
https://gvibuy.buyspeed.com/bso/. Registration is mandatory to receive payment s, either by Electronic
Funds Transfer (EFT) or paper check, with EFT strongly preferred.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 30
4 Procurement Instructions
4.1 Pre-Proposal Conference
There will not be a Pre-Proposal Conference for this procurement
4.2 eMaryland Marketplace Advantage (eMMA)
4.2.1 eMMA is the electronic commerce system for the State of Maryland. The RFP , 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 .
4.2.2 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.
4.3 Questions
4.3.1 All questions shall identify in the subject line the Solicitation Number OR Title (eWIC Processing Service
for the Women, Infants, and Children Program for the Maryland Department of Health and the
Government of the Virgin Islands Department of Property and Procurement OR RFP#MD/VI -
EWIC-10242025) and shall be submitted in writing via e -mail no later than the date and time specified to
the Procurement Officer listed on the Key Information Summary Shee t. PLEASE IDENTIFY THE
PARTICULAR RFP SECTION AND RFP PAGE NUMBER IN THE QUESTION (if applicable).
4.3.2 Answers to all questions that are not clearly specific only to the requestor will be distributed via the same
mechanism as for RFP amendments and posted on eMMA .
4.4 Procurement Method
A Contract will be awarded in accordance with the Competitive Sealed Proposal s method under COMAR 21.05.03.
4.5 Proposal Due (Closing) Date and Time
4.5.1 Proposals must be received by the Procurement Officer no later than the Proposal due date and time
indicated on the Key Information Summary Sheet in order to be considered.
4.5.2 Requests for extension of this date or time shall not be granted.
4.5.3 Offerors submitting Proposal s should allow sufficient delivery time to ensure timely receipt by the
Procurement Officer . Except as provided in COMAR 21.05.03.02.F and 21.05.02.10, Proposal s received
after the due date and time listed in the Key Information Summary Sheet will not be considered.
4.5.4 Proposal s 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 Proposals.
4.5.5 Proposals may not be submitted by e- mail or facsimile . Proposals will not be opened publicly.
4.5.6 Potential Offeror s not responding to this solicitation are requested to submit the “Notice to Vendors ” form,
which includes company information and the reason for not responding (e.g., too busy, cannot meet
mandatory requirements ).
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 31
4.6 Multiple or Alternate Proposals
Multiple Proposals or alternative proposals will not be accep ted.
4.7 Economy of Preparation
Offerors should prepare proposals simply and economically, providing a straightforward, concise description of the
Offeror's proposal for meeting the requirements of this procurement.
4.8 Public Information Act Notice
4.8.1 The Offeror should give specific attention to the clear identification of those portions of its Proposal that
it considers confidential and/or proprietary commercial information or trade secrets, and provide
justification why such materials, upon request, should not be disclosed by the State under the Public
Information Act, Md. Code Ann., Genera l Provisions Article, Title 4 (See also RFP Section 6.1.1.2 “Claim
of Confidentiality”). This information should be identified by page and section number and placed after
the Title Page and before the Table of Contents in the Technical Proposal and if applicable, separately in
the Financial Proposal .
4.8.2 Offerors are advised that, upon request for this information from a third party, the Procurement Officer is required to make an independent determination whether the information must be disclosed.
4.9 Award Basis
A Contract shall be awarded to the responsible Offeror(s) submitting the Proposal that has been determined to be the
most advantageous to the State, considering evaluation factors and price set forth in this RFP (see COMAR
21.05.03.03F), for providing the goods and services as specified in this RFP. See RFP Section 8 for further award
information.
4.10 Oral Presentation
In support of their proposals, Offerors may be required to make an oral presentation, or conduct a demonstration, or both, not more than two calendar weeks after the STO has requested an Offeror to do so. Failure to be prepared to make an oral
presentation or conduct a demonstration within this time period may prevent the Offeror’s proposal from receiving further
consideration. All written representations will become part of the Offeror’s proposal and are binding if the Contract is
awarded to the Offeror.
4.11 Duration of Proposal
Proposal s submitted in response to this solicitation are irrevocable for 180 days following the later of the proposal due
date or the date the Procurement Officer receives final best and final offers, if any. At the request of the Procurement Officer, the Offeror may agree in writing to extend this period.
4.12 Revisions to the RFP
4.12.1 If the RFP is revised before the due date for Proposal s, the STO shall post any addenda to the RFP on
eMMA and shall endeavor to provide such addenda to all prospective Offeror s that were sent this RFP or
are otherwise known by the Procurement Officer to have obtained this RFP . It remains the responsibility
of all prospective Offerors to check eMMA for any addenda issued prior to the submission of Proposal s.
4.12.2 Acknowledgment of the receipt of all addenda to this RFP issued before the Proposal due date shall be
included in the Transmittal Letter accompanying the Offeror ’s Technical Proposal .
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 32
4.12.3 Addenda made after the due date for Proposal s will be sent only to those Offerors that remain under award
consideration as of the issuance date of the addenda.
4.12.4 Acknowledgement of the receipt of addenda to the RFP issued after the Proposal due date shall be in the
manner specified in the addendum notice.
4.12.5 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 Proposal to be
deemed not reasonably susceptible of being selected for award.
4.13 Cancellations
4.13.1 The State reserves the right to cancel this RFP , accept or reject any and all Proposal s, in whole or in part,
received in response to this RFP , waive or permit the cure of minor irregularities, and conduct discussions
with all qualified or potentially qualified Offeror s in any manner necessary to serve the best interests of
the State.
4.13.2 The State reserves the right, in its sole discretion, to award a Contract based upon the written Proposal s
received without discussions or negotiations.
4.14 Incurred Expenses
The State will not be responsible for any costs incurred by any Offeror in preparing and submitting a proposal, including
costs incurred in making an oral presentation, providing a demonstration, or performing any other activities related to submitting a Proposal in response to this solicitation.
4.15 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) .
4.16 Offeror Responsibilities
4.16.1 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.
4.16.2 All subcontractors , if applicable, shall be identified and a complete description of their role relative to the
Proposal shall be included in the Offeror ’s Proposal .
4.16.3 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 minim um 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 Proposal shall contain an explicit statement, signed by an authorized repres entative of the parent
organization, stating that the parent organization will guarantee the performance of the subsidiary.
4.16.4 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 will be evaluated on
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 invo lved in the performance
of the Contract, and the value of the parent’s participation as determined by the State.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 33
4.17 Acceptance of Terms and Conditions
By submitting a Proposal in response to this RFP, the Offeror, if selected for award, shall be deemed to have accepted the
terms and conditions of this RFP and the Contract, attached hereto as Attachment F.
Any clarifications or exceptions required of the Contract (Attachment F) shall be addressed during the Questions
& Answers process as explained in Section 4.3. Please be reminded that much of the Contract terms and conditions
language is mandated either by Statute, Regulations and/or STO Policy and therefore is non -negotiable. Any
exceptions requested to the Contract will be considered on a case- by-case basis and STO reserves the right to seek
further discussion if deemed necessary, following which the results will be disclosed publicly either via the
Questions & Answers process as explained in Section 4.3 or an Amendment to the RFP as explained in Section 4.12.
Any proposed exceptions shall clearly be identified reflecting the page number and section of concern in the
Executive Summary of the Technical Proposal. All requested exceptions will be taken into consideration when
evaluating the Offeror’s Proposal. The Agency reserves the right to accept or reject any exceptions.
4.18 Proposal Affidavit
A Proposal submitted by the Offeror must be accompanied by a completed Proposal Affidavit . A copy of this Affidavit is
included as Attachment C of this RFP .
4.19 Contract Affidavit
All Offeror s 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 I of this
RFP. 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.
4.20 Compliance with Laws/Arrearages
By submitting a Proposal in response to this RFP , 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 benefits, and shall not become so in
arrears during the term of the Contract if selected for Contract award.
4.21 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 Proposal 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.
4.22 False Statements
Offerors are advised that Md. Code Ann., State Finance and Procurement Article, § 11-205.1 provides as follows:
4.22.1 In connection with a procurement contract a person may not willfully:
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 34
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.
4.22.2 A person may not aid or conspire with another person to commit an act under Section 4.22. 1.
4.22.3 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.
4.23 Payments by Electronic Funds Transfer
By submitting a Proposal in response to this solicitation, the Offeror, if selected for award:
4.23.1 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.
4.23.2 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/Static_Files/GADX10F
orm20150615.pdf .
4.24 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 subcontractors on non- construction procurement contracts, if applicable. The Contractor shall comply with the
prompt payment requirements available on GOSBA ’s website at:
http://www.gomdsmallbiz.maryland.gov/documents/legislation/promptpaymentfaqs.pdf .
4.25 Electronic Procurements Authorized
4.25.1 Under COMAR 21.03.05, unless otherwise prohibited by law, the STO 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.
4.25.2 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 RFP , electronic records and signatures by an authorized
representative satisfy a requirement for written submission and signatures.
4.25.3 “Electronic means” refers to exchanges or communications using electronic, digital, magnetic, wireless, optical, electromagnetic, or other means of electronically conducting transactions . Electronic means
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 35
includes e-mail, internet -based communications, electronic funds transfer, specific electronic bidding
platforms (e.g., https://procurement.maryland.gov ), and electronic data interchange.
4.25.4 In addition to specific electronic transactions specifically authorized in other sections of this solicitation
(e.g., RFP § 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 :
A. The Procurement Officer may conduct the procurement using eMMA or e-mail to issue:
a) The RFP ;
b) Any amendments and requests for best and final offers ;
c) Pre-Proposal conference documents ;
d) Questions and responses ;
e) Communications regarding the solicitation or Proposal to any Offeror or potential
Offeror ;
f) Notices of award selection or non- selection ; and
g) The Procurement Officer’s decision on any Proposal protest or Contract claim .
B. The Offeror or potential Offeror may use eMMA or e -mail (only) to:
a) Ask questions regarding the solicitation ;
b) Reply to any material received from the Procurement Officer by electronic means that
includes a Procurement Officer’s request or direction to reply by e-mail or through
eMMA , but only on the terms specifically approved and directed by the Procurement
Officer and;
c) Submit a "No Proposal Response" to the RFP .
C. The Offeror or potential Offeror may use eMMA to:
a) Submit Proposals.
D. The Procurement Officer, the Contract Monitor , and the Contractor may conduct day- to-day
Contract administration, except as outlined in Section 4.25.5 of this subsection , utilizing e-mail
or other electronic means if authorized by the Procurement Officer or Contract Monitor .
4.25.5 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 Proposal s, except through eMMA ;
B. Filing of protests;
C. Filing of Contract claims;
D. Submission of documents determined by the STO 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.
4.25.6 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 .
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 36
4.26 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 Maryland
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
covered employees; or receive a waiver from Livi ng Wage reporting 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 documen ts 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 Attachment
D. Offeror s must complete and submit the Maryland Living Wage Requirements Affidavit of
Agreement ( Attachment D-1) with t heir Proposal s. 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.
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 1Contract.
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 Proposal 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.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 37
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 Proposal the location from which services will be provided.
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 .
4.27 Conflict of Interest Affidavit and Disclosure
4.27.1 The Offeror shall complete and sign the Conflict of Interest Affidavit and Disclosure ( Attachment E) and
submit it with its Proposal .
4.27.2 By submitting a Conflict of Interest Affidavit and Disclosure, the Contractor shall be construed as
certifying all Contractor Personnel and subcontractors are also without a conflict of interest as defined in
COMAR 21.05.08.08A.
4.27.3 Additionally, a Contractor has an ongoing obligation to ensure that all Contractor Personnel are without
conflicts of interest prior to providing services under the Contract . For policies and procedures applying
specifically to Conflict of Interests, the Contract is governed by COMAR 21.05.08.08.
4.27.4 Participation in Drafting of Specifications: Disqualifying Event: Offerors are advised that Md. Code Ann.
State Finance an d Procurement Article §13 -212.1(a) provides generally that “an individual who assists an
executive unit in the drafting of specifications, an invitation for bids, a request for proposals for a
procurement, or the selection or award made in response to an invitation for bids or a request for proposals,
or a person that employs the individual, may not: (1) submit a bid or proposal for that procurement; or (2)
assist or represent another person, directly or indirectly, who is submitting a bid or proposal for that
procurement.” Any Offeror submitting a Proposal in violation of this provision shall be classified as “not
responsible.” See COMAR 21.05.03.03.
4.28 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
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 38
5 Proposal Format
5.1 Two Part Submission
Offerors shall submit Proposal s in separate volumes (or envelopes):
o Volume I –Technical Proposal - signed PDF of 1 full copy & signed PDF of 1 redacted copy
o Volume II – Financial Proposal - 1 completed Excel sheet & signed PDF copy of Excel sheet
5.2 Proposal Delivery and Packaging
5.2.1 Proposal s delivered by facsimile or e- mail shall not be considered.
5.2.2 Provide no pricing information in the Technical Proposal.
5.2.3 The Procurement Officer must receive all Proposal material by the RFP due date and time specified in the
Key Information Summary Sheet . Requests for extension of this date or time will not be granted . Except
as provided in COMAR 21.05.03.02F, Proposal s received by the Procurement Officer after the due date
will not be considered.
A. Offerors may submit Proposal s through eMMA, by hand- carry or by mail as described below to the
address provided in the Key Information Summary Sheet. Any Proposal received at the appropriate
mailroom, or typical place of mail receipt, for the respective procuring unit by the time and date
listed in the RFP will be deemed to be timely . The State recommends a delivery method for which
both the date and time of receipt can be verified .
B. For hand-delivery, Offeror s are advised to secure a dated, signed, and time- stamped (or otherwise
indicated) receipt of delivery. Hand -delivery includes delivery by commercial carrier acting as agent
for the Offeror.
5.2.4 Submitting Proposals through eMMA (DELIVERY VIA eMMA IS HIGHLY ENCOURAGED)
Offerors shall provide their Proposals in two separate envelopes through eMMA following the
Quick Reference Guides (QRG) labelled “5 - eMMA QRG Responding to Solicitations (RFP)” for
double envelope submissions.
Two Part (Double Envelope) Submission:
5.2.4.1 Technical Proposal consisting of:
a) Technical Proposal and all supporting material in Microsoft Word format, version 2007
or greater,
b) Technical Proposal in searchable Adobe PDF format,
c) a second searchable Adobe copy of the Technical Proposal , with confidential and
proprietary information redacted (see Section 4.8), and
5.2.4.2 Financial Proposal consisting of:
a) Financial Proposal entered into the price form spreadsheet within eMMA and all supporting
material in Microsoft Excel format,
b) Financial Proposal in searchable Adobe PDF format,
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 39
c) a second searchable Adobe copy of the Financial Proposal , with confidential and
proprietary information removed (see S ection 4.8 ).
5.2.5 Submitting Proposals by Mail or Hand- Delivery
Offerors may submit Proposal s by mail or hand- delivery as described below to the address provided in
the Key Information Summary Sheet.
5.2.5.1 Submitting Proposals by mail, or hand- delivery.
5.2.5.1.1 Any Proposal received at the appropriate mailroom, or typical place of mail receipt,
for the respective procuring unit by the time and date listed in the RFP will be deemed
to be timely . The State recommends a delivery method for which both the date and
time of receipt can be verified .
5.2.5.1.2 For hand- delivery , Offeror s are advised to secure a dated, signed, and time- stamped
(or otherwise indicated) receipt of delivery. Hand -delivery includes delivery by
commercial carrier acting as agent for the Offeror.
5.2.5.1.3 Offerors shall provide their Proposals in two separately sealed and labeled packages
as follows:
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 40
6 Technical Proposal
Volume I – Technical Proposal consisting of:
• One (1) original executed Technical Proposal and all supporting material marked and sealed,
• five (5) duplicate copies of the above separately marked and sealed,
• the Technical Proposal in searchable Adobe PDF format, and
• a second searchable Adobe PDF copy of the Technical Proposal with confidential and proprietary information redacted (see Section 4.8).
6.1 Volume I - Technical Proposal
The Technical Proposal should be prepared in a clear and concise manner and address all requirements and services set
forth in this solicitation. The idea l response would reiterate each subsection and then list the Offeror’s response, item by
item so that an evaluator can read the requirement followed by the response.
NOTE : Include pricing information only in the Financial Proposal (Volume II).
6.1.1 The Technical Proposal is to include the following documents in the order specified, and separated
by a tab divider as follows:
6.1.1.1 Title Page and Table of Contents
6.1.1.2 Claim of Confidentiality - Any information which is claimed to be confidential and/or proprietary
information should be identified by page and section number and placed after the Title Page. An
explanation for each claim of confidentiality shall be included (see Section 4.8 “Public Information
Act Notice” ). The entire Proposal cannot be given a blanket confidentiality designation - any
confidentiality designation must apply to specific sections, pages, or portions of pages of the Proposal and an explanation for each claim shall be included.
6.1.1.3 Transmittal Letter - The Offeror must include a brief transmittal letter prepared on the Offeror's
business stationery to accompany the original and required copies of the two- volume proposal. The
transmittal letter must clearly identify the name of the Offeror, mailing address of the office from
which the proposal is being submitted, name of individual who will represent the Offeror as the primary contact person on matters relating to the proposal, and email address and telephone number of the
individual i dentified. The transmittal letter must be signed by an individual authorized to bind the
selected Offeror to all statements, including services and prices, contained within the proposals. This transmittal letter should acknowledge the receipt of addenda to the RFP and to also indicate that, if
selected, the Offeror will execute a contract materially the same as the form of Contract included as
Attachment F and the Collateral Security Agreement materially the same as Attachment G .
6.1.1.4 Executive Summary - The Offeror shall condense and highlight the contents of the Technical Proposal
in a separate section titled “Executive Summary.”
In addition, the Summary shall indicate whether the Offeror is the subsidiary of another entity, and if
so, whether all information submitted by the Offeror pertains exclusively to the Offeror. If not, the
subsidiary Offeror shall include a guarantee of pe rformance from its parent organization as part of its
Executive Summary (see Section 4.16 “Offeror Responsibilities”).
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 41
The Executive Summary shall also identify any exceptions the Offeror has taken to the requirements of this RFP.
Any clarifications or exceptions required of the Contract (Attachment F) shall be addressed
during the Questions & Answers process as explained in Section 4.3. Please be reminded that
much of the Contract terms and conditions language is mandated either by Statute, Regulations
and/or STO Policy and therefore is non -negotiable. Any exceptions requested to the Contract
will be considered on a case- by-case basis and STO reserves the right to seek further discussion
if deemed necessary, following which the resu lts will be disclosed publicly either via the
Questions & Answers process as explained in Section 4.3 or an Amendment to the RFP as
explained in Section 4.12. Any proposed exceptions shall clearly be identified reflecting the page
number and section of concern in the Executive Summary of the Technical Proposal. All
requested exceptions will be taken into consideration when evaluating the Offeror’s Proposal.
The Agency reserves the right to accept or reject any exceptions.
6.1.1.5 Minimum Qualifications and Documentation
A. The Offeror shall specifically and clearly state in its proposal that it meets each Minimum
Qualification in Section 1.1 and provide acknowledgement to each Minimum Service
Requirements in Section 1.2 as set forth in RFP Section 1 .
B. The Offeror shall provide evidence of certification and/or membership and compliance
with Federal Deposit Insurance Corporation (“FDIC”).
C. The Offeror shall include one and only one copy of the Offeror’s most recent audited
financial statements with all attachments, including the unqualified audit opinion, in the
original volume of its Technical Proposal.
6.1.1.6 Offeror Capabilities
A. The Offeror shall provide in its proposal detailed descriptions of the services described
in Section s 2.4 and 2.5 and how its organization can meet the requirements of this RFP.
B. The Offeror shall include a brief description of its plan for business continuity and
recovery as a result of disaster.
C. The Offeror shall provide a detailed transition plan of the services as described in Section
2.6 Transition .
D. Include a brief description of any other value -added services as indicated in Section 2.9
Other Services for Consideration.
E. Each Offeror shall complete the eWIC Function and Service Requirements as
Attachment A by providing confirmation of their ability to perform each of the
requirements. See Section 2.8 for instructions.
F. Each Offeror shall provide in its proposal a detailed response to the requirements in Section 2. 5 – Business and Technical Requirements.
G. The Offer shall acknowledge its compliance of Section 3 Contractor Requirements and
may provide brief supporting statements.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 42
6.1.1.7 Personnel
The Offeror shall provide a list of the key personnel who are to be assigned to this project if the
Offeror is selected for award of a contract. Indicate the proposed project role or assignment and provide their resumes.
6.1.1.8 References
Identify a minimum of three (3) current references that you provide services within the last five
(5) years for similar to the services described in the RFP. References shall include the name of each organization, point of contact, telephone number and mailing and street address. Include a
brief descript ion of the services rendered for each referenced organization. The Procurement and
Evaluation Committee Chair may contact one or more of these references. The STO reserves the
right to request additional r eferences or utilize references not provided by the Offeror. Points of
contact must be accessible and knowledgeable regarding Offeror performance.
Each Offeror shall address each of the sub -sections in 3.1 2 Corporate References and Experience.
6.1.1.9 Community Benefits
A. The Offeror shall provide its rating on its most recent examination under the Federal Community
Reinvestment Act of 1977, P. L. Number 95- 128, as required under Section 6- 203(b) of the State
Finance and Procurement Article of the Maryland Annotated Code. If the Offeror operates in a state
other than Maryland, the Offeror shall provide Maryland- specific information within the assessment
area section of its Community Reinvestment Act report. (See Appendix 5 ).
B. The Offeror shall state whether, during the previous five ( 5) years, a court in the State of Maryland or
in another state or territory has found, in a final adjudication, that the Offeror, its affiliate or an entity
acquired by the Offeror has violated any antidiscrimination statute or regulation.
C. Pursuant to Section 6- 203(d) of the State Finance and Procurement Article of the Annotated Code of
Maryland, the Offeror shall provide information to demonstrate whether during the past five (5) years,
the financial institution has:
a) successfully made loans in Maryland through State or federal lending programs designed to assist small and minority -owned businesses;
b) had an active outreach program to assist small and minority -owned businesses through which the
Offeror has made efforts in Maryland; and
c) established strategic partnerships in Maryland with entities whose mission is to provide technical
assistance to small and minority -owned businesses.
6.1.1.10 Economic Benefit Factors
The Offeror shall submit with its Proposal a narrative describing benefits that will accrue to the
Maryland economy as a direct or indirect result of its performance of the Contract. Examples of
economic benefits to be derived from a contract may include any of the following. For each factor
identified below, identify the specific benefit and contractual commitments and provide a
breakdown of expenditures in that category:
a) The Contract dollars to be recycled into Maryland’s economy in support of the Contract, through the use of Maryland subcontractors, suppliers and joint venture
partners . Do not include actual fees or rates paid to subcontractors or
information from your Financial Proposal ;
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 43
b) The number and types of jobs for Maryland residents resulting from the Contract.
Indicate job classifications, number of employees in each classification and the
aggregate payroll to which the Offeror has committed, including contractual
commitments at both prime and, if applicable, subcontract levels; and whether
Maryland employees working at least 30 hours per week and are employed at
least 120 days during a 12- month period will receive paid leave. If no new
positions or subcontracts are anticipated as a result of the Contract , so state
explicitly;
c) Tax revenues to be generated for Maryland and its political subdivisions as a
result of the Contract. Indicate tax category (sales taxes, payroll taxes, inventory
taxes and estimated personal income taxes for new employees) . Provide a
forecast of the total tax revenues resulting from the Contract;
d) Subcontract dollars committed to Maryland small businesses and MBEs; and
e) Other benefits to the Maryland economy which will result from awarding the
Contract to the Offeror, including contractual commitments. Describe the
benefit, its value to the Maryland economy, and how it will result from, or
because of the Contract award. Offerors may commit to benefits that are not
directly attributable to the Contract, but for which the Contract award may serve
as a catalyst or impetus.
6.1.1.11 Certificate of Insurance
The Offeror shall provide a copy of its current certificate of insurance showing the types and
limits of insurance in effect as of the Proposal submission date . The current insurance types and
limits do not have to be the same as described in Section 3. 7.
6.1.1.12 Subcontractors
The Offeror shall provide a complete list of all subcontractors that will work on the Contract if
the Offeror receives an award. This list shall include a full description of the duties each
subcontractor will perform and why/how each subcontractor was dee med the most qualified for
this project.
6.1.1.13 Legal Action Summary
This summary shall include:
1) A statement as to whether there are any outstanding legal actions or potential claims
against the Offeror and a brief description of any action;
2) A brief description of any settled or closed legal actions or claims against the Offeror
over the past five (5) years;
3) A description of any judgments against the Offeror within the past five (5) years,
including the court, case name, complaint number, and a brief description of the final
ruling or determination; and
In instances where litigation is ongoing and the Offeror has been directed not to disclose
information by the court, provide the name of the judge and location of the court .
6.1.2 Technical Proposal - Required Forms and Certifications
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 44
Unless directed otherwise by instructions within an individual form, complete, sign, and include all required forms in the Technical Proposal.
A. Bid/Proposal Affidavit (see Link at: https://procurement.maryland.gov/wp-
content/uploads/sites/12/2024/07/Attachment - A.-Bid-Proposal -Affidavit.pdf );
B. Maryland Living Wage Requirements for Service Contracts and Affidavit of Agreement (see link
athttps://procurement.maryland.gov/wp -content/uploads/sites/12/2024/07/Attachment -G.-
Maryland -Living -Wage- Requirements -Affidavit -of-Agreement.pdf );
C. Conflict of Interest Affidavit and Disclosure (see link at https://procurement.maryland.gov/wp-
content/uploads/sites/12/2024/07/Attachment -I.- Conflict -of-Interest -Affidavit.pdf )
D. Federal Funds Attachments (Attachment J )
E. USDA Assurances ( Attachment O )
F. Offerors shall furnish any and all agreements and terms and conditions the Offeror expects the State to sign or to be
subject to in connection with or in order to use the Offeror’s services under this Contract. This includes physical copies
of all agreemen ts referenced and incorporated in primary documents.
G. USVI Specific
a) Copy of the GVI Certificate of Resolution
* The Certificate of Resolution is a document which must be submitted on Corporate Letterhead, authorizing the signatory to bind the company. The Certificate of Resolution must be current
(dated this year) and signed or attested by the company’s secretary.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP Document
RFP for Maryland State Treasurer’s Office Page 45
7 Financial Proposal
1) One (1) original executed Financial Proposal and all supporting material marked and sealed,
2) five (5) duplicate copies of the above separately marked and sealed,
3) an electronic version of the Financial Proposal in Microsoft Excel.
4) a searchable Adobe PDF copy of the Financial Proposal with confidential and proprietary information
redacted (see Section 4.8),
5) include the name, email address, and telephone number of a contact person for the Offeror be included on
the outside of the packaging for each volume.
6) Label each electronic media (CD, DVD, or flash drive) on the outside with the RFP title and number, name
of the Offeror, and volume number . Electronic media must be packaged with the original copy of the
appropriate Proposal (Technical or Financial).
7.1 Volume II – Financial Proposal
The Financial Proposal shall contain all price information in the format specified in Attachment B. The Offeror shall
complete the Financial Proposal Form only as provided in the Financial Proposal Instructions and the Financial Proposal
Form itself. Do not amend, alter, or leave blank any items on the Financial Proposal Form. Failure to adhere to any of
these instructions may result in the Proposal being determined to be not reasonably susceptible of being selected for award
and rejected by the STO.
Maryland and the USVI shall be billed separately, and only for the number of active cases, WIC Agency paid devices or
Required Priced Separately functions/services in each program.
RFP Title: eWIC Processing Service for the Women, Infants, and Children
Program for the Maryland Department of Health and the Government of the
Virgin Islands Department of Property and Procurement
Solicitation # MD/VI -EWIC -1024 2025 RFP 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.