Skip to content
Higher Education Coordinating Commission

Workforce Talent and Development Board Continuous Improvement Committee Assessment 2026

Solicitation: Not available
Notice ID: state_or_oregonbuys__S-52500-00016064

Federal opportunity from OWI - Workforce Investments | OWI - Workforce Investments • Higher Education Coordinating Commission. Place of performance: OR. Response deadline: Mar 19, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$546,590,123
Sector total $546,590,123 • Share 100.0%
Live
Median
$97,181
P10–P90
$33,618$992,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($546,590,123)
Deal sizing
$97,181 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

Map for OR
Live POP
Place of performance
Workforce Investments 3225 25th Street SE Salem, OR 97302 US Email: info.HECC@state.or.us Phone: (555) 555-5555
State: OR
Contracting office
Not listed

Point of Contact

Not available

Agency & Office

Department
Higher Education Coordinating Commission
Agency
OWI - Workforce Investments | OWI - Workforce Investments
Subagency
OWI - Workforce Investments | OWI - Workforce Investments
Office
Derek Dizney | info.HECC@state.or.us | (555) 555-5555
Contracting Office Address
Not available

Description

Workforce Talent and Development Board Continuous Improvement Committee Assessment 2026 Consult Services Page 1 of 40 State of Oregon Workforce Talent and Development Board Continuous Improvement Committee Assessment 2026 Formal Request for Proposal: OregonBuys #S-52500-00016064 HECC #25-194 Date of Issue: 02/18/2026 Closing Date 03/19/2026 at 3:00 PM Pacific Time Single Point of Contact (“SPC”): Derek Dizney derek.dizney@hecc.oregon.gov and copy HECC.procurement@hecc.oregon.gov Page 2 of 40 1. INTRODUCTION The Oregon Workforce and Talent Development Board (“WTDB”) strives to ensure equitable prosperity for all Oregonians. To realize this vision, the WTDB's mission is to empower Oregon's workforce and employers by informing and shaping an inclusive, coordinated training and education system responsive to their needs. WTDB enables the mission by:

  • Leading and communicating a long-term vision for Oregon that anticipates and acts

on future workforce needs.

  • Partnering with workforce, education, and training organizations including Local

Workforce Development Boards (“LWDBs”).

  • Advising the Governor and the legislature on workforce policy and plans.
  • Aligning workforce policy, resources, and services with employers, education,

training, and economic development.

  • Identifying barriers, providing solutions, and avoiding duplication of services.
  • Providing accountability among public workforce partners.
  • Sharing best practices and innovative solutions that are scalable statewide and

across multiple regions within the entire.

  • Promoting transparency through public meetings.
  • Promoting continuous improvement and mission/vision alignment.

WTDB’s Continuous Improvement Committee (“CIC”), acting by and through the Higher Education Coordinating Commission’s (“HECC’s”) Office of Workforce Investments (“OWI”) intends to award one contract to a successful proposer with an estimated term of 12 months. HECC reserves the right to amend the resulting Contract for related services and time as HECC determines necessary. The estimated cost for the work is $200,000. Travel expenses will not be allowable cost. HECC is conducting this intermediate procurement under the authority of Oregon Laws 2025, Chapter 384, Section 4 and ORS 350.075. This project will be completely or partially funded with state and federal funds. 2. BACKGROUND Oregon’s CIC is a collaboration between the WTDB and LWDBs. The CIC’s charge is to assess the effectiveness of Oregon’s public workforce development system or WorkSource Oregon (“WSO”). WSO is a network of public and private partners who work together to effectively respond to workforce challenges through high-quality services to individuals and businesses, resulting in job attainment, retention, and advancement. The CIC is charged with identifying and contracting with an independent, third-party entity to conduct a biennial assessment and develop recommendations (“CIC WSO Assessment”). The CIC is the result of an Oregon legislative initiative (Senate Bill 623, 2021). In 2007, Oregon set a goal for integrated service delivery within WSO involving co-location of multiple partners within WSO and the adoption of businesses and job seekers as primary WSO customers. In 2013, Governor Kitzhaber issued Executive Order No. 13-08 which strengthened roles and responsibilities for LWDBs, charged state agencies that administer workforce programs to align themselves, and designated the Oregon Workforce Investment Page 3 of 40 Board, now the WTDB, as an independent advisory body to the Governor to ensure progress and accountability at both the state and local levels. The Workforce Innovation and Opportunity Act (“WIOA”), was signed into law in July 2014. This legislation, in addition to Executive Order No. 13-08 and related efforts in Oregon, resulted in a renewed vigor around workforce system redesign. The Oregon Workforce Partnership, in partnership with the Oregon Employment Department (“OED”) and HECC Office of Workforce Investments (“OWI”), chartered a project to establish a statewide framework for consistent workforce service delivery throughout Oregon. This resulted in the adoption of the WSO Operational Standards in 2017 and added more partners into the WSO system. The WSO Operational Standards 2.0 provide the minimum-level content/services(s) required to be available via all WSO centers as we work toward development of a seamless customer-facing service delivery system. 3. THE PROJECT DESCRIPTION AND SCOPE A. Description The WTDB’s CIC, acting by and through HECC’s Office of Workforce Investments, is seeking a firm to conduct a biennial comprehensive assessment of the WSO system as outlined in Senate Bill 623, 2021. As described in the Bill, the “comprehensive assessment shall include a review of the workforce programs and services administered by the following entities through the public workforce system.” The entities are those Oregon agencies and organizations who are identified in WIOA as partners in the One-Stop Delivery System (WIOA, Section 121): a. Higher Education Coordinating Commission; b. Local workforce development boards; c. Employment Department; d. Commission for the Blind; e. Department of Human Services, including Oregon Department of Self Sufficiency and Vocational Rehabilitation Program; f. Housing and Community Services Department; and g. Other entities deemed appropriate by the CIC. The comprehensive assessment shall include a review of the workforce programs and services administered by the following entities through the public workforce system: a. The Higher Education Coordinating Commission; b. Local workforce development boards; c. The Oregon Employment Department; d. The Oregon Commission for the Blind; e. The Oregon Department of Human Services, including Oregon Department of Self Sufficiency and Vocational Rehabilitation Program; f. The Oregon Housing and Community Services Department; and g. Any other entities deemed appropriate by the CIC. Page 4 of 40 The Successful Proposer should assess the public workforce system’s performance in: 1) Advancing racial justice, equity, diversity, access, and inclusion through the programs and services delivered through the public workforce system; 2) Aligning state and local efforts to improve the public workforce system in Oregon; 3) Supporting improvements that create a more comprehensive public workforce system; 4) Providing quality employment experiences and equitable outcomes for job seekers and businesses participating in workforce programs; 5) Improving the quality of workforce resources, programs, and services made available through the public workforce system and the transparency of information regarding performance metrics and outcomes related to those resources, programs, and services; and 6) Building on any current workforce program assessments that are required by law. Per 6) above, the assessment should build on prior comprehensive assessments commissioned by the Continuous Improvement Committee through HECC, including:

  • 2021 CIC Initial Assessment
  • 2022 WSO Governance Assessment Report (with focus on Pillar 4 Findings and

Recommendations)

  • 2024 WSO Continuous Improvement Assessment Full Report

Contractors should consider where reassessment is and is not needed, gaps in prior assessments, and where and how recommendations from prior assessments have or could be implemented. 4. TASKS AND DELIVERABLES The proposed Tasks and Deliverables below are examples of what HECC thinks it may want. Proposer should use their experience and expertise to propose how the work shall progress. Task #1: Review Documents The Successful Proposer's first task should be to conduct a review of documents. At a minimum, the informational documents reviewed should include: 1. Senate Bill 623 (2021 Regular Session) 2. 2021 CIC Initial Assessment 3. 2022 WSO Governance Assessment Report (with focus on Pillar 4 Findings and Recommendations) 4. 2023 System Definition 5. 2024 WorkSource Oregon Assessment 6. WSO Operational Standards 2.0 7. Oregon WIOA Performance Data 8. 2025 Governor’s Letter on Performance Measures to the WTDB Page 5 of 40 9. Current WTDB work on performance measures and WTDB data reporting from Governor Kotek 10. Current WTDB Strategic Plan and Scorecard 11. Any additional documents mutually determined by the parties The above documents will be provided to the Successful Proposer on or before execution of the Contract. This review should identify where reassessment is and is not needed, gaps in prior assessments, which prior recommendations have been implemented, which continue to face barriers, and what conditions, action steps, and accountability processes are needed to enable and accelerate systemwide improvement. Deliverable: Email confirmation that Successful Proposer has reviewed the above document(s) and any additional materials to inform its strategy and approach to completing the remainder of tasks and deliverables. Deadline: As soon as possible following contract execution. Task #2: Virtual Kickoff Meeting and Project Plan The Successful Proposer will facilitate a virtual kickoff meeting with the CIC and any other key interested parties as determined by HECC in its sole discretion. This kickoff meeting is to be scheduled as soon as possible after the review of documents in Task #1. The goal of this initial meeting is to ensure all parties are aligned with the goals and scope of the Project to accelerate the implementation of prior recommendations, reveal additional opportunities with recommendations for operational improvements, and strengthen system development. The Successful Proposer will explore and discuss the documents reviewed in Task #1, and discuss questions, themes, and gaps it has identified. The Successful Proposer will present and discuss its draft Project Plan including proposed deliverables, timelines, and deadlines. The parties will determine the necessary responsibilities and ensure the CIC and any other key interested parties are clear on the roles they will play in this process, including as they relate to decision-making and an improved and prescriptive transparency and accountability process. This discussion will present an opportunity for questions, anticipated challenges, and adjustments of the Project Plan as needed. Following this project kickoff, The Successful Proposer will revise, finalize, and submit to HECC for approval the Project Plan, including deliverables, timeline, and deadlines. The Project Plan should include a preliminary implementation framework that defines how each major recommendation will be advanced, with clear milestones and success indicators, and a formal, transparent accountability process. Deliverables: 1. Kick-Off Meeting held. 2. Project Plan Submitted to HECC for review and approval Deadline: Within 14 days of completion of Task #1. Page 6 of 40 Task #3: Data Gathering A. Convenings The Successful Proposer will implement its HECC-approved Project Plan by first designing a customized outreach strategy that generates meaningful feedback on improvement implementation barriers, enablers, and practical solutions. The Successful Proposer shall lead and facilitate multiple in-person convenings of WSO partners to be hosted by a minimum of five partners from these local regions/communities across the state (at least one per the regions below): 1. Frontier (counties covered by Eastern Oregon Workforce Investment Board and Northwest Oregon Works) 2. Rural (counties covered by Southwest Oregon Workforce Investment Board, Rogue Workforce Partnership, East Cascades Works. 3. Mid-metro (counties covered by Lane Workforce Partnership and Willamette Workforce Partnership) 4. Metro (counties covered by Worksystems and Clackamas Workforce Partnership) 5. To be determined from the above list by the Continuous Improvement Committee. There are nine local workforce areas, and HECC prefers more convenings than the minimum of five. These partners must include at least one of each of the following: i) a WSO Center (including the relevant Local Leadership Team), ii) a local workforce board, iii) a community college, iv) an economic development organization, and v) a business/industry organization (e.g. Chamber, etc.). Attendance by a diverse and representative mix of existing and potential customers including job seekers (adults and youth/students) and businesses/employers is required and a top-priority goal of this Project. Feedback collected by the Successful Proposer will be used to co-design improvement actions, including but not limited to a formal Accountability Process Map. Final selection of the specific organizations will be determined by the CIC or a WSO Assessment CIC subcommittee. B. Information Gathering and Strengths, Weaknesses, Opportunities and Threats (“SWOT”) Scan The Successful Proposer will interview leaders, participants, current and previous customers, protentional customers, and others to gather qualitative and quantitative input to inform a cost benefit, program impact (promising, best, and struggling practices) analysis Page 7 of 40 from a variety of different workforce system integration/alignment efforts across the state, and to identify effective implementation practices and system conditions that lead to measurable improvement. Results of this analysis will include an inventory of where Oregon is consistent across the state and where there are tangible differences in system integration and alignment efforts that are positively and negatively impacting the quality and overall value of customer service delivery. The Successful Proposer will also assess improvement recommendations that have been implemented as provided in the 2024 WSO CIC Assessment. HECC believes this information should be gathered via focus groups, surveying, convenings, and other methods the Successful Proposer recommends, and must include at a minimum, the relevant Governor’s Policy Advisor(s), the business and employer community, the Workforce System Executive Team, the WTDB members, the CIC, the Oregon Workforce Partnership, and others as determined by the CIC. The Successful Proposer will develop an Implementation-to-Completion Matrix for each recommendation, identifying implementation stage, barriers encountered, lessons learned, and next opportunities for acceleration. Findings will highlight successful local practices that can be scaled statewide. C. Design Work Sessions on Assessment and Recommendations Validation The Successful Proposer will design and facilitate at least two design work sessions with the CIC and partners to validate its findings, and to co-develop implementation strategies, tools, and frameworks. The Successful Proposer will examine each opportunity, cause, and potential solutions throughout the validation of the assessment with an emphasis on actionable levers such as policy, data sharing, transparency, accountability, governance, funding, and capacity development. Deliverables: The Successful Proposer will: 1. Lead not less than five convenings/engagements with five or more local areas/regions across the state to include frontier, rural, mid-metro and metro areas. 2. Lead, coordinate, and convene nine partner-hosted events at key partners locations. 3. Gather SWOT information (including in person, paper survey) and analysis conducted at the nine partner-hosted events noted above. Findings and analysis will be integrated into the Draft Report described below. 4. Submit a Draft Report Outline and Draft Report for CIC review, revision (if determined by HECC or CIC), and approval. 5. Host additional virtual and in-person feedback sessions as the parties mutually agree are necessary. 6. Host and facilitate two virtual and/or in-person design work sessions with CIC. Deadline: To be determined. Page 8 of 40 Task #4: Development of 2026 CIC WSO Assessment Report The Successful Proposer will: Co-develop a WSO System Improvement Plan (“SIP”) with the CIC that translates validated findings into actionable next steps, with clear expectations, owners, timelines, and accountability measures to ensure the entire WSO System is answerable for defined results. This SIP will be developed through an iterative process among members of the CIC, CIC Staff, HECC, and the Successful Proposer. The Successful Proposer and the CIC will mutually define the elements of the report. The SIP may include, but is not limited to the following elements: i) Executive Summary ii) Key themes and implications from analysis and interested party outreach iii) Identification of current successes in the WSO System and potential scalability and replication statewide iv) Identification of current challenges in the WSO system v) Implementation priorities and strategies to achieve measurable system improvement within the next 12–24 months with clear milestones vi) Next steps, identified owners, timeline for implementation, and expected performance indicators vii) Summary of recommendations and considerations viii) Successful Proposer will facilitate at least three additional meetings of the CIC as it determines necessary to prioritize implementation strategies, confirm ownership, memorialize a formal, transparent process of accountability, and finalize the continuous improvement work plan. ix) Successful Proposer will present on the final report to the Executive Branch of relevant WSO state agencies, the legislature, the Governor, and the WTDB. HECC anticipates this will comprise of four presentations to the aforementioned entities, and the format (e.g. in-person versus virtual) will be determined by HECC in its sole discretion. In addition to the above, the Successful Proposer will also develop: i) Local Improvement Toolkit. This toolkit should enable regional and local partners to lead continuous improvement efforts within their own service delivery systems. The toolkit should translate statewide findings and priorities into actionable, locally adaptable tools rather than requiring local partners to independently design solutions. The toolkit should include, at minimum: Page 9 of 40

  • Templates for local improvement or action plans
  • Examples or models of successful partner process or coordination

changes

  • Interested party and community engagement planning tools
  • Self-assessment or diagnostic worksheets for local systems
  • Guidance materials supporting continuous improvement practices

The final toolkit should be practical, user-friendly, and designed for direct adoption by local partners with minimal additional technical assistance. ii) Statewide Implementation Roadmap. This document should design a phased implementation roadmap outlining a recommended sequence for implementing improvement strategies statewide. The roadmap should recognize that successful implementation requires trust-building, interested party engagement, and readiness development prior to system changes. Each phase of the roadmap should clearly identify:

  • Purpose and objectives of the phase
  • Activities and milestones
  • Key interested parties and partners involved
  • Expected outputs or deliverables
  • How outputs support the next phase of implementation

The roadmap should balance urgency with realistic adoption capacity across diverse regional partners. iii) Implementation-to-Completion Tracking Framework. The Successful Proposer will develop a tracking framework aligned to the Statewide Implementation Roadmap that enables statewide monitoring of progress toward completion. The framework should allow state and regional partners to:

  • Track implementation progress across phases
  • Identify implementation barriers or delays
  • Support mutual accountability among partners
  • Monitor readiness and completion status statewide

The framework should be practical for ongoing use by program leadership and adaptable over time. iv) Accountability and Roles Framework. The Successful Proposer will Page 10 of 40 develop an accountability framework clarifying roles and responsibilities for implementation activities across agencies and partners. The framework should utilize a recognized responsibility model (e.g., RACI: Responsible, Accountable, Consulted, Informed) or an equivalent methodology. The framework should:

  • Identify responsible parties for each major implementation activity
  • Clarify decision authority and ownership
  • Reduce duplication or gaps in responsibility
  • Support efficient cross-partner coordination

The framework must be practical and usable by partners in real-world coordination environments. v) Performance Dashboard Framework. The Successful Proposer will develop a performance measurement framework identifying shared metrics that enable partners to evaluate system performance and outcomes. This framework will inform future dashboard development but does not require creation of a technical dashboard solution. The framework should include:

  • Recommended performance measures beyond federal compliance

measures

  • Metrics supporting accountability for service access, system

coordination, and outcomes

  • Measures relevant to policymakers, community interested parties,

and service users

  • Guidance for data collection feasibility and reporting considerations

Deliverables: 1. Final Draft 2026 WSO System Improvement Plan. 2. Final, CIC-approved Local Improvement Toolkit. 3. Final, CIC-approved Implementation-to-Completion Tracking Framework. 4. Final, CIC-approved Accountability and Roles Framework. 5. Final, CIC-approved Performance Dashboard Framework. 6. Recommendations for next-phase CIC priorities, including potential pilot implementation activities, establishment of a continuous learning feedback loop, assessment of system capacity and readiness for change, and development of shared Page 11 of 40 accountability metrics and formal accountability policies and procedures to track progress beyond this assessment cycle. The goal of all Deliverables through this project is to ensure each has a practical use by the party identified as responsible for its implantation, have usability, adaptability, and have operational clarity rather than theoretical or purely strategic in nature. Deadline: November 15, 2026 Use of Generative Artificial Intelligence Prohibited. The Successful Proposer shall not use any generative artificial intelligence tools to complete any of the tasks and deliverables. 5. REQUESTS FOR CLARIFICATION Any requests for clarification must be submitted via email to HECC.Procurement@hecc.oregon.gov with a copy to Derek.Dizney@hecc.oregon.gov no later than 3:00 PM Pacific Time on March 5, 2026. The subject line should include a reference to this solicitation number, HECC #25-207 / OregonBuys #52500-00016064. 6. PROPOSAL SUBMISSION Proposals must be submitted through the state’s electronic procurement system, OregonBuys, no later than 3:00 PM Pacific Time on March 19, 2026. The OregonBuys number is shown on the first page of this RFP. HECC cannot accept any proposals outside of the OregonBuys system. 7. PROPOSAL CONTENT REQUIREMENTS Proposals must address each of the items listed in this section and all other requirements set forth in this RFP. Proposer shall describe the Goods to be provided or the Services to be performed or both. A Proposal that merely offers to provide the Goods or Services as stated in this RFP will be considered non-Responsive to this RFP and will not be considered further. A. Proposal Certification Sheet The Proposer shall complete and submit the Proposer Information and Certification Sheet (Attachment A). B. Introduction to Proposer and Proposer’s Relevant Experience Describe Proposer. Describe the firm. How long has it been in business? From which locations will the services be performed? How does Proposer support diversity, equity, and inclusion? How does Proposer support responsible environmentally sustainable practices? The Proposal must contain information that clearly demonstrates that Proposer has a minimum of three years of professional experience within the past five years, successfully providing services that are comparable to those described in this RFP. HECC prefers Proposers that have experience working with a government entity. If your firm has this experience, include a discussion that describes the experience. Page 12 of 40 Proposals should contain a discussion on Proposer’s ability to successfully complete the Project on time and within budget. C. Proposer’s Implementation Plan The Proposer shall describe how they intend to do the work. The description should include:

  • Proposer’s knowledge and understanding of the Project.
  • The approach that Proposer will take in performing the work described in this RFP;

must include a sample timeline and proposed schedule.

  • If possible, how Proposer’s plans will help HECC achieve the goals outlined in HECC’s

Equity Lens. Working toward equity requires an understanding of historical contexts and the active investment in changing social structures and practice over time to ensure that individuals from all communities have the opportunities and support to realize their full potential. The HECC applies its Equity Lens to all aspects of its work.

  • If possible, how Proposer’s plans will further responsible environmentally sustainable

practices and products used in this Project. D. Key Person Experience and Resumes The Proposer should describe its relevant experience and include the resumes of all key staff to perform the Services. E. Cost Proposal For each activity described in the Tasks and Deliverables Section (Section 4 of this solicitation), the cost proposal must include identifiable costs, time estimates for completing each activity, and a summary of all proposed costs pertaining to each deliverable listed in accordance with the itemized activity. HECC prefers Proposals with a fixed fee per task/deliverable but will consider Proposals to state the hourly rates for Proposer’s key staff performing the Services and a total not-to-exceed limitation per each task/deliverable. F. Agreement with Sample Contract The Proposer must note any exceptions to the terms and conditions contained in the Sample Contract attached as Attachment B to this solicitation. Failure to do so will be treated as agreement to the terms and conditions during contract negotiations. 8. EVALUATION Proposals shall be evaluated on the following criteria and scored out of 100 possible points: Experience (30 points possible)

  • How well has the Proposer demonstrated their experience in conducting studies

and creating reports of this nature?

  • How experienced is Proposer with conducting this type of study?

Page 13 of 40

  • Are the Proposer’s designated key persons experienced and capable of performing

the work? Project Approach (45 points possible)

  • How well does the Proposer clearly and concisely describe their intended approach

to performing the work described in this solicitation?

  • How well does the Project Approach demonstrate an understanding of the Project

requirements?

  • Does the Proposer offer any new or enhanced ideas to add value to the work

described in this solicitation?

  • Does Proposer itself, or through their Project Approach further HECC’s goals of

diversity, equity, inclusion, and accessibility and environmentally sustainable practices? Cost Proposal (10 points possible)

  • How clearly and concisely does the Proposer convey the cost per deliverable?
  • How clearly and concisely does the Proposer convey the basis on which prices are

quoted?

  • How well do the proposed costs align with the Proposer’s Project Approach?
  • What is the overall cost?

Resources (10 points possible)

  • How well does the Proposer demonstrate they have the resources to successfully

provide the Services described in this solicitation in the timeframe required by HECC? Public Information/Past Performance (5 points possible)

  • Publicly available information, if any, may be used to evaluate Proposers.
  • Past performance with State of Oregon agencies, if any, may be used to evaluate

Proposers. Proposers will be ranked in order of median scores calculated from points awarded by a scoring evaluation committee. After an initial evaluation session, HECC may ask leading Proposers for interviews and/or presentations. If subsequent rounds are utilized, HECC reserves the right to add scoring from subsequent rounds to the initial round of scoring or as stand-alone scoring for selection of a Successful Proposer. HECC further reserves the right for subsequent rounds of scoring to use the same scoring criteria as the initial scoring round, or to determine different criteria for the subsequent round(s). 9. SUCCESSFUL PROPOSER REQUIREMENTS Page 14 of 40 A. Insurance Prior to execution of the Contract, the apparent Successful Proposer shall secure and demonstrate to HECC proof of commercial general liability insurance coverage in the amounts of $1,000,000 per occurrence and $2,000,000 aggregate, unless otherwise negotiated. Policies can usually be obtained for short-term durations for relatively low cost—please consult an insurance broker if you do not already carry the above-described insurance. B. Taxpayer Identification Number The apparent Successful Proposer shall provide its Taxpayer Identification Number on a completed W-9 form (which can be found here: https://www.irs.gov/pub/irs- pdf/fw9.pdf). The apparent Successful Proposer must provide its backup withholding status on the W-9 form if either of the following applies: 1. When requested by HECC (normally in an intent to award notice), or 2. When the backup withholding status or any other information of Proposer has changed since the last submitted W-9 form, if any. HECC will not make any payment until HECC has a properly completed W-9. C. Business Registry If selected for an award, Proposer shall be duly authorized by the State of Oregon to transact business in the State of Oregon before executing the Contract. The selected Proposer shall submit a current Oregon Secretary of State Business Registry number, or an explanation if not applicable. All Corporations and other business entities (domestic and foreign) must have a Registered Agent in Oregon. See requirements and exceptions regarding Registered Agents. For more information, see Oregon Business Guide, How to Start a Business in Oregon and Laws and Rules. The titles in this subsection are available at the following Internet site: http://www.filinginoregon.com/index.htm. D. SAM.Gov Registry If selected for an award, Proposer must be registered, active, and in good standing in SAM.Gov in order to receive federal funds. Registration information can be found here: https://sam.gov/entity-registration. 10. ADDITIONAL INFORMATION A. Governing Laws This RFP is governed by the laws of the State of Oregon. Venue for any administrative or judicial action relating to this RFP, evaluation and award is the Circuit Court of Marion County for the State of Oregon; provided, however, if a proceeding must be brought in a federal forum, then it must be brought and conducted solely and exclusively within the United States District Court for the District of Oregon. In no event shall this Section be construed as a waiver by the State of Oregon of any form of defense or immunity, whether sovereign immunity, governmental immunity, immunity based on the Eleventh Page 15 of 40 Amendment to the Constitution of the United States or otherwise, to or from any Claim or from the jurisdiction of any court. B. Ownership All Proposals submitted in response to this RFP become the Property of HECC. By submitting a Proposal in response to this RFP, Proposer grants the State a non-exclusive, perpetual, irrevocable, royalty-free, fully paid-up, worldwide license for the rights to copy, distribute, display, prepare derivative works of and transmit the Proposal solely for the purpose of evaluating the Proposal, negotiating an Agreement, if awarded to Proposer, or as otherwise needed to administer the RFP process, and to fulfill obligations under Oregon Public Records Law (ORS 192.311 through 192.478). Proposals, including supporting materials, will not be returned to Proposer unless the Proposal is submitted late. C. Cost of Submitting Material Proposer shall pay all the costs in submitting its Proposal, including, but not limited to, the costs to prepare and submit the Proposal, costs of samples and other supporting materials, or costs to participate in demonstrations. D. Statewide E-waste If applicable, Proposer shall include information in its Proposal that demonstrates compliance with the Statewide E-Waste/Recovery Procedure 107-011-050_PR. Download the procedure by visiting www.oregon.gov/DAS, then enter the procedure number into the search bar, and find the procedure in the search results window. E. Recyclable Products Proposer shall use recyclable products to the maximum extent economically feasible in the performance of the Services or Work set forth in this document and the subsequent Contract. (ORS 279B.025) F. Printing, Binding Work Except as provided in ORS 282.210(2), all printing, binding and stationery work, including the manufacture of motor vehicle registration plates and plates required to be affixed to motor carriers, for the State or any county, city, town, port district, school district, or other political subdivision, must be performed within the State of Oregon. G. No Proposer Debriefing or Feedback HECC does not have the capacity to host debriefing interviews with proposers nor provide feedback outside of a public records request. Information about submitting a Public Records Requests can be found here: https://www.oregon.gov/highered/public- engagement/pages/public-records-requests.aspx Page 16 of 40 ATTACHMENT A — PROPOSAL CERTIFICATION SHEET Legal Name of Proposer: Address: City, State, Zip: State of Incorporation: Entity Type: Contact Name: Telephone: Email: Any individual signing below hereby certifies they are an authorized representative of Proposer and that: 1. Proposer understands and accepts the requirements of this RFP. By submitting a Proposal, Proposer agrees to be bound by the Contract terms and conditions in Attachment C and as modified by any Addenda, except for those terms and conditions that Agency has reserved for negotiation, as identified in the RFP. 2. Proposer acknowledges receipt of any and all Addenda to this RFP. 3. Proposal is a Firm Offer for 180 days following the Closing. 4. If awarded a Contract, Proposer agrees to perform the scope of work and meet the performance standards set forth in the final negotiated scope of work of the resulting Contract. 5. I have knowledge regarding Proposer’s payment of taxes and by signing below I hereby certify that, to the best of my knowledge, Proposer is not in violation of any tax laws of the state or a political subdivision of the state, including, without limitation, ORS 305.620 and ORS chapters 316, 317 and 318. 6. Proposer does not discriminate in its employment practices with regard to race, creed, age, religious affiliation, gender, disability, sexual orientation, national origin. When awarding subcontracts, Proposer does not discriminate against any business certified under ORS 200.055 as a disadvantaged business enterprise, a minority-owned business, a woman-owned business, a business that a veteran owns or an emerging small business. If applicable, Proposer has, or will have prior to contract execution, a written policy and practice, that meets the requirements described in ORS 279A.112, of preventing sexual harassment, sexual assault and discrimination against employees who are members of a protected class. HECC may not enter into a contract with an anticipated contract price of $150,000 or more with a Proposer that does not certify it has such a policy and practice. See https://www.oregon.gov/DAS/Procurement/Pages/hb3060.aspx for additional information and sample policy template. 7. Proposer complies with ORS 652.220 and does not unlawfully discriminate against any of Proposer’s employees in the payment of wages or other compensation for work of comparable character on the basis of an employee’s membership in a protected class. “Protected class” means a group of persons distinguished by race, color, religion, sex, sexual orientation, national origin, marital status, veteran status, disability or age. Contractor’s continuing compliance constitutes a material element of this Contract and a failure to comply constitutes a breach that entitles Agency to terminate this Contract for cause. Page 17 of 40 Contractor may not prohibit any of Contractor’s employees from discussing the employee’s rate of wage, salary, benefits, or other compensation with another employee or another person. Contractor may not retaliate against an employee who discusses the employee’s rate of wage, salary, benefits, or other compensation with another employee or another person. 8. Proposer and Proposer’s employees, agents, and subcontractors are not included on: A. the “Specially Designated Nationals and Blocked Persons” list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury found at: https://www.treasury.gov/ofac/downloads/sdnlist.pdf., or B. the government-wide exclusions lists in the System for Award Management found at: https://www.sam.gov/SAM 9. Proposer certifies that, to the best of its knowledge, there exists no actual or potential conflict between the business or economic interests of Proposer, its employees, or its agents, on the one hand, and the business or economic interests of the State, on the other hand, arising out of, or relating in any way to, the subject matter of the RFP. If any changes occur with respect to Proposer’s status regarding conflict of interest, Proposer shall promptly notify the State in writing. 10. Proposer certifies that all contents of the Proposal (including any other forms or documentation, if required under this RFP) and this Proposal Certification Sheet are truthful and accurate and have been prepared independently from all other Proposers, and without collusion, fraud, or other dishonesty. 11. Proposer understands that any statement or representation it makes, in response to this RFP, if determined to be false or fraudulent, a misrepresentation, or inaccurate because of the omission of material information could result in a "claim" (as defined by the Oregon False Claims Act, ORS 180.750(1)), made under Contract being a "false claim" (ORS 180.750(2)) subject to the Oregon False Claims Act, ORS 180.750 to 180.785, and to any liabilities or penalties associated with the making of a false claim under that Act. 12. Proposer acknowledges these certifications are in addition to any certifications required in the Contract and Statement of Work in Attachment C at the time of Contract execution. 13. Proposer is registered in the State’s electronic procurement system, OregonBuys, found here: https://oregonbuys.gov/bso/. (Registration is free by clicking the blue “Register” button on the top right corner of the webpage.) Authorized Signature Date (Printed Name and Title) Page 18 of 40 ATTACHMENT B — SAMPLE CONTRACT STATE OF OREGON CONTRACT FOR SERVICES This Contract for Services (this “Contract”) is between the State of Oregon (“State”) acting through its Higher Education Coordinating Commission ("HECC"), and ___________________ ("Contractor") and is effective as of the Effective Date. Contractor’s Contract Administrator for this Contract is: Contractor Contract Administrator Street Address City, State Zip Phone: Phone Number Email: E-mail HECC’s Contract Administrator for this Contract is: HECC Contract Administrator 3225 25th Street SE Salem, OR 97302 Phone: Phone Number Email: E-mail Either party may change its Contract Administrator by providing the other notice in compliance with Section 17.6 of this Contract. 1. CONTRACT TERM. The “Effective Date” of this Contract is the date this Contract has been fully executed by each party and, approved as required by applicable law. Unless extended or terminated earlier in accordance with its terms, this Contract terminates on __________. The termination of this Contract will not extinguish or prejudice HECC’s right to enforce this Contract with respect to any default by Contractor that has not been cured. 2. CONTRACT DOCUMENTS. This Contract consists of the following documents, which are listed in descending order of precedence:

  • Exhibit C (Federal Terms and Conditions”);
  • This contract less all exhibits;
  • Exhibit A (Statement of Work); and
  • Exhibit B (Required Insurance).

The foregoing documents and Exhibits are attached hereto and made a part of the Contract by this reference. 3. SERVICES. 3.1. Performance of Services. Contractor shall perform the services (the “Services”) and deliver to HECC the deliverables (“Deliverables”) set forth in Exhibit A, the Statement of Work (the “Statement of Work”). The Statement of Work includes the delivery schedule for Page 19 of 40 the Deliverables and Services. Contractor shall perform the Services in accordance with the terms and conditions of this Contract. 3.2. Submission and Acceptance of Deliverables. When the Statement of Work requires Contractor to deliver Deliverables to HECC, then Contractor shall deliver Deliverables that comply with the requirements and acceptance criteria set forth in the Statement of Work. 3.3. Rejection of Deliverables; Corrections. If HECC determines that a Deliverable(s) does not have the characteristics or otherwise meet the acceptance criteria set forth in the Statement of Work in all material respects, HECC will notify Contractor in writing of HECC’s rejection of the Deliverable(s) and describe in reasonable detail in such notice HECC’s basis for rejection of the Deliverable(s). Upon receipt of notice of non-acceptance, Contractor shall, within a 15 business day period, modify or improve the Deliverable(s) at Contractor’s sole expense so that the Deliverable(s) has the characteristics described in the Statement of Work and meets, in all material respects, the acceptance criteria, and notify HECC in writing that it has completed such modifications or improvements and re-tender the Deliverable(s) to HECC. Failure of the Deliverables to have the characteristics or meet in all material respects the acceptance criteria set forth in the Statement of Work after the second submission will constitute a default by Contractor. In the event of such default, HECC may either, (i) notify Contractor of such default and instruct Contractor to modify or improve the Deliverables as set forth in this Section, or (ii) notify Contractor of such default and pursue its remedies for default provided for by law or the terms of this Contract. 4. COMPENSATION. 4.1. Fixed Fees. HECC shall pay Contractor a fixed fee for each task/deliverable as described in Exhibit A - Statement of Work, in addition to any allowable expenses described in Section 4.6 below. 4.2. Not-to-Exceed Compensation. The maximum, not-to-exceed compensation payable to Contractor under this Contract, which includes any allowable expenses, is $__________. HECC will not pay Contractor any amount in excess of the not-to-exceed compensation of this Contract, and will not pay for Services performed before the Effective Date or after the expiration or termination of this Contract. If the maximum compensation is increased by amendment of this Contract, the amendment must be fully effective before Contractor performs Services subject to the amendment. 4.3. Method of Compensation. Contract performance shall be based on the tasks and deliverables described herein. Contractor shall invoice HECC based on work completed. All work must be performed to the satisfaction of HECC prior to release of payment for services. 4.4. Payments. Payments, including interim payments, to Contractor are subject to ORS 293.462, will be made only for completed and accepted Deliverables and Services, and will be made in accordance with the payment schedule and requirements set forth in Exhibit A - Statement of Work. 4.5. Invoices. Contractor shall submit invoices in accordance with the payment schedule set forth in Exhibit A - Statement of Work or, if no payment schedule is set forth therein, then no more frequently than once per month for accepted Deliverables and Services; regardless, any payments due shall be invoiced within 45 days of performance of the services or delivery of the goods. To be processed for payment, Contractor’s invoice(s) must include the following information: Page 20 of 40

  • Invoice date;
  • HECC’s Contract number: 25-194; OregonBuys # PO-52500-_______________
  • HECC’s Contract Administrator;
  • A detailed description of all Services performed, including

o the dates Contractor performed the Services for which it is requesting payment; and o the total amount due and the payment address. Contractor shall send invoices to the Contract Administrator at their email addressed listed in on the first page to this Contract, with a copy to HECC.finance@hecc.oregon.gov 4.6. Expenses. HECC will not pay or reimburse Contractor or any other third party for any expenses under this Contract other than those listed in Exhibit A – Statement of Work. 4.7. Funds Available and Authorized. Contractor will not be compensated for Services performed under this Contract by any agency or department of the State of Oregon other than HECC. HECC believes it has sufficient funds currently available and authorized for expenditure to make payments under this Contract within HECC’s biennial appropriation or limitation. Contractor understands and agrees that HECC’s payments under this Contract are contingent on HECC receiving appropriations, limitations, or other expenditure authority sufficient to allow HECC, in the exercise of its reasonable administrative discretion, to continue to make payments under this Contract. 5. CONTRACTOR’S PERSONNEL. 5.1. Key Persons. Contractor acknowledges and agrees that HECC selected Contractor, and is entering into this Contract, because of the special qualifications of Contractor's key persons identified in the Statement of Work (each a “Key Person” and, together, “Key Persons”). Neither Contractor nor a Key Person may delegate performance of the powers and responsibilities that a Key Person is required to provide under this Contract to another Contractor employee, subcontractor or agent without first obtaining the written consent of HECC. Further, Contractor may not re-assign or transfer a Key Person to other duties or positions such that the Key Person is no longer available to provide HECC with the required expertise, experience, judgment, and personal attention, without first obtaining HECC's written consent to such re-assignment or transfer, which HECC will not unreasonably withhold or delay. Notwithstanding the foregoing, Contractor may replace a Key Person in the event the Key Person is no longer available due to circumstances beyond Contractor’s reasonable control, such as death, illness, or termination of employment with Contractor. In the event Contractor requests that HECC approve a re-assignment or transfer of a Key Person, or if Contractor must replace a Key Person, HECC may interview, review the qualifications of, and approve or reject the proposed replacement for the Key Person. Any such replacement must have substantially equivalent or better qualifications than the Key Person being replaced. Any replacement personnel approved by HECC in writing (email acceptable) will thereafter be deemed a Key Person for purposes of this Contract, and the Statement of Work will be deemed amended to include such Key Person. 5.2. Payment for Replacement Key Personnel. If HECC is paying Contractor on an hourly or other periodic basis, then Contractor will not charge HECC, and HECC will not pay, for a replacement Key Person while such replacement acquires the project knowledge and skills necessary to perform the Services. Such period of non-charge will be agreed upon by the parties. Page 21 of 40 5.3. State Premises. Contractor and Contractor staff shall comply with all policies, rules, procedures, and regulations established by HECC and the State for access to and activities in and around premises controlled by HECC or any other agency of the State. 6. INDEPENDENT CONTRACTOR; RESPONSIBILITY FOR TAXES AND WITHHOLDING. 6.1. Independent Contractor. Contractor shall perform all Services as an independent contractor. HECC reserves the right (i) to determine and modify the delivery schedule for the Services and (ii) to evaluate the quality of the Services; however, HECC may not and will not control the means or manner of Contractor's performance. Contractor is responsible for determining the appropriate means and manner of performing the Services. 6.2. No Conflicts. Contractor, by signature to this Contract, represents and warrants that Contractor’s performance of the Services under this Contract creates no potential or actual conflict of interest as defined by ORS 244; and no statutes, rules or regulations of any State of Oregon or federal agency for which Contr

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 21, 2026
Executive summary

The Oregon Workforce and Talent Development Board is seeking a third-party provider to conduct a comprehensive assessment of the public workforce development system, with a budget of approximately $200,000. This project, mandated by Senate Bill 623, aims to enhance equity, inclusiveness, and effectiveness in workforce services across Oregon. The deadline for proposals is March 19, 2026, with results impacting various state and federal workforce programs.

What the buyer is trying to do

The buyer intends to assess the efficacy of Oregon's public workforce development system through a biennial review, focusing on advancing racial justice, equity, diversity, and inclusion.

Work breakdown
  • Task 1: Review documentation including Senate Bill 623
  • Task 2: Conduct interviews with stakeholders
  • Task 3: Analyze data from previous assessments
  • Task 4: Compile findings into a comprehensive report
  • Task 5: Develop actionable recommendations for improvement
Response package checklist
  • Company profile and qualifications
  • Examples of similar past work
  • Proposed methodology for assessment
  • Budget proposal detailing cost efficiencies
  • Timeline for project completion
Suggested keywords
Workforce development assessmentEquity and inclusionPublic sector evaluationContinuous Improvement CommitteeOregon Workforce Talent Board
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Details on prior assessments conducted by the CIC
  • Specific data to be reviewed during the assessment
  • Exact expectations for benchmarks and metrics to be used in evaluation

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.