HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month | VACATION: 1 week of paid vacation after 1 year of service with a contractor or successor; 2 weeks after 2 years; 3 weeks after 10 years; and 4 weeks after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) NOTE: The fringe benefits listed in this determination are based on a standard 8- hour workday an 40-hour work week. Cash equivalent fringe benefits may be paid in accordance with the principles discussed in Subpart B of Regulations, 29 CFR Part 4. HEALTH & WELFARE & PENSON PAYMENTS: These payments are due on all hours """"paid for"""" up to a maximum of 40 hours per week. Such benefits do not stop, but continue to accrue and are paid to employees while on sick leave, holiday, vacation, etc. For example: a. An employee who works four days, 40 hours per week, is entitled to 40 hours of health and welfare and pension payments. If an employee works three days, 12 hours per day, then such employee is entitled to 36 hours of health and welfare and pension benefits. b. An employee who works 32 hours and also receives eight hours of holiday pay is entitled to the maximum of 40 hours of health and welfare and pension payments in that work week. If the employee works more than 32 hours and also receives eight hours of holiday pay, the employee is still only entitled to the maximum of 40 hours health and welfare and pension payment. c. If an employee is off work for two weeks on vacation and receives 80 hours of vacation pay, the employee must also receive 80 hours of health and welfare and pension benefits during the vacation period. However, if an employee is entitled to two weeks paid vacation but does not take a vacation and works the full 52 weeks in they year (i.e., 52 weeks for work plus two weeks of vacation pay) the employee is due health and welfare and pension payments for only 52 weeks during the year. VACATION AND HOLIDAY PAYMENTS: Regardless of the number of hours in an employee's scheduled workday or work week, holiday pay for one day is not required to exceed the equivalent of eight hours pay, and vacation pay for one week is not required to exceed the equivalent of 40 hours pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Driver/Caser Drives motor powered vehicle to make box delivery of mail, often along a designated route, picks up and transports collection mail left in boxes or receptacles. May also sort mail for delivery to boxes along the route, incidentally transports collection mail left in boxes or receptacles. May also sort mail for delivery to boxes along the route, incidentally transport mail to or between postal or other designated facilities, make minor vehicle repairs and keep vehicle in good working order. Light Vehicle Driver Drives motor powered vehicle with a nominal cargo capacity of 600 cubic feet or less and with a GVW rating under 10,001 pounds GVWR or less to transport mail, often along a designated route to or between designated postal or other facilities. May also pickup and transport collection mail, load and unload vehicle with or without helpers, make minor vehicle repairs, and keep vehicle in good working order. Tractor Trailer Driver Drives motor powered tractor-trailer combination to transport mail, often along a designated route to or between designated postal or other facilities. May also load and unload vehicle with or without helpers, make minor vehicle repairs, and keep vehicle in good working order. Truck Driver Drives motor powered truck, other than tractor-trailer, with a nominal* cargo capacity of 333 cubic feet or more or with a gross volume weight of 10,000 pounds or more to transport mail, often along a designated route to or between designated postal or other facilities. May also pickup and transport mail, load and unload truck with or without helpers, make minor vehicle repairs, and keep vehicle in good working order. *(Nominal cargo capacity means an actual cargo capacity of plus or minus 5% of the stated capacity, rounded to the nearest whole cubic foot.)
Manufactured Housing and Codes Enforcement System
Federal opportunity from Central Procurement Office • Tennessee Department of General Services. Place of performance: TN.
Support routes that fit this solicitation
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches for this notice.↓
Point of Contact
Agency & Office
Description
12-18-25 RFP STATE OF TENNESSEE DEPARTMENT OF COMMERCE AND INSURANCE REQUEST FOR PROPOSALS FOR MANUFACTURED HOUSING INSPECTION AND CODES ENFORCEMENT SYSTEM RFP # 33501- 262529 RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. RESPONSE REQUIREMENTS 4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS 5. EVALUATION & CONTRACT AWARD ATTACHMENTS: 6.1. Response Statement of Certifications & Assurances 6.2. Technical Response & Evaluation Guide 6.3. Cost Proposal & Scoring Guide 6.4. Reference Questionnaire 6.5. System Requirements Matrix 6.6. Score Summary Matrix 6.7. Pro Forma Contract 12-18-25 RFP RFP # 33501-262529 1 1. INTRODUCTION The State of Tennessee, Department of Commerce and Insurance , hereinafter referred to as “the State,” issues this Request for Proposals (RFP) to define minimum contract requirements; solicit responses; detail response requirements; and, outline the State’s process for evaluating responses and selecting a contractor to provide the needed goods or services. Through this RFP, the State seeks to procure necessary goods or services at the most favorable, competitive prices and to give ALL qualified respondents an opportunity to do business with the state as contractors, subcontractors or suppliers. 1.1. Statement of Procurement Purpose 1.1.1. The State is seeking to procure one (1) contract for the development, implementation, and three (3) years of annual maintenance of a Software as a Service (SaaS ) with two (2) twelve- month renewal options , custom- off-the-shelf (COTS) application with a modern platform and user interface to manage the State’s manufactured housing and codes enforcement programs including, but not limited to, installation, inspection, plan reviews, decal inventory, enforcement actions, and database. 1.1.2. The estimated maximum liability for the resulting contract is anticipated to be between one million dollars ($1,000,000.00) and three million dollars ($3,000,000.00) for the term of the contract, based on Request for Information (RFI) responses and market research conducted by the State. This estimated cost includes a one- time implementation fee maintenance, and up to five (5) years, of annual maintenance. 1.2. Scope of Service, Contract Period, & Required Terms and Conditions The RFP Attachment 6. 7., Pro Forma Contract details the State’s requirements: Scope of Services and Deliverables (Section A); Contract Period (Section B); Payment Terms (Section C); Standard Terms and Conditions (Section D); and, Special Terms and Conditions (Section E). The pro forma contract substantially represents the contract document that the successful Respondent must sign. 1.3. Nondiscrimination No person shall be excluded from participation in, be denied benefits of, or be otherwise subjected to discrimination in the performance of a Contract pursuant to this RFP or in the employment practices of the Contractor on the grounds of handicap or disability, age, race, creed, color, religion, sex, national origin, or any other classification protected by federal, Tennessee state constitutional, or statutory law. The Contractor pursuant to this RFP shall, upon request, show proof of such nondiscriminati on and shall post in conspicuous places, available to all employees and applicants, notices of nondiscrimination. 1.4. RFP Communications 1.4.1. The State has assigned the following RFP identification number that must be referenced in all communications regarding this RFP: RFP # 33501- 262529 1.4.2. Unauthorized contact about this RFP with employees or officials of the State of Tennessee except as detailed below may result in disqualification from consideration under this procurement process. 12-18-25 RFP RFP # 33501-262529 2 1.4.2.1. Prospective Respondents must direct communications concerning this RFP to the following person designated as the Solicitation Coordinator : Jordan T. Jackson Department of General Services, Central Procurement Office 312 Rosa L. Parks Ave., 3rd floor Nashville, TN 37243- 1102 Phone 615- 253-7825 Jordan.T.Jackson@tn.gov 1.4.2.2. Notwithstanding the foregoing, Prospective Respondents may alternatively contact: the following individual designated by the State to coordinate compliance with the nondiscrimination requirements of the State of Tennessee, Title VI of the Civil Rights Act of 1964, the Americans with Disabilities Act of 1990, and associated federal regul ations: Helen Crowley Department of General Services, Central Procurement Office 312 Rosa L. Parks Ave., 3rd floor Nashville, TN 37243- 1102 Phone 615- 741-3836 Helen.Crowley@tn.gov 1.4.3. Only the State’s official, written responses and communications with Respondents are binding with regard to this RFP. Oral communications between a State official and one or more Respondents are unofficial and non- binding. 1.4.4. Potential Respondents must ensure that the State receives all written questions and comments, including questions and requests for clarification, no later than the Written Questions & Comments Deadline detailed in the RFP Section 2, Schedule of Events . 1.4.5. Respondents must assume the risk of the method of dispatching any communication or response to the State. The State assumes no responsibility for delays or delivery failures resulting from the Respondent’s method of dispatch. Actual or digital “postmark ing” of a communication or response to the State by a specified deadline is not a substitute for the State’s actual receipt of a communication or response. It is encouraged for Respondents to submit bids digitally. 1.4.6. The State will convey all official responses and communications related to this RFP to the prospective Respondents from whom the State has received a Notice of Intent to Respond (refer to RFP Section 1.8). 1.4.7. The State reserves the right to determine, at its sole discretion, the method of conveying official, written responses and communications related to this RFP. Such written communications may be transmitted by mail, hand- delivery, facsimile, electronic m ail, Internet posting, or any other means deemed reasonable by the State. For internet posting, please refer to the following website: https://www.tn.gov/generalservices/procurement/central -procurement -office --cpo- /supplier -information/request -for-proposals --rfp--opportunities1.html . 1.4.8. The State reserves the right to determine, at its sole discretion, the appropriateness and adequacy of responses to written comments, questions, and requests related to this RFP. The State’s official, written responses will constitute an amendment of this RFP. 1.4.9. Any data or factual information provided by the State (in this RFP, an RFP amendment or any other communication relating to this RFP) is for informational purposes only. The State will make reasonable efforts to ensure the accuracy of such data or information, however it is the Respondent’s obligation to independently verify any data or information provided by the State. 12-18-25 RFP RFP # 33501-262529 3 The State expressly disclaims the accuracy or adequacy of any information or data that it provides to prospective Respondents. 1.5. Assistance to Respondents With a Handicap or Disability Prospective Respondents with a handicap or disability may receive accommodation relating to the communication of this RFP and participating in the RFP process. Prospective Respondents may contact the Solicitation Coordinator to request such reasonable accommodation no later than the Disability Accommodation Request Deadline detailed in the RFP Section 2, Schedule of Events. 1.6. Respondent Required Review & Waiver of Objections 1.6.1. Each prospective Respondent must carefully review this RFP, including but not limited to, attachments, the RFP Attachment 6. 7., Pro Forma Contract , and any amendments, for questions, comments, defects, objections, or any other matter requiring clarification or correction (collectively called “questions and comments”). 1.6.2. Any prospective Respondent having questions and comments concerning this RFP must provide them in writing to the State no later than the Written Questions & Comments Deadline detailed in the RFP Section 2, Schedule of Events. 1.6.3. Protests based on any objection to the RFP shall be considered waived and invalid if the objection has not been brought to the attention of the State, in writing, by the Written Questions & Comments Deadline. 1.7. Pre-Response Conference A Pre -response Conference will be held at the time and date detailed in the RFP Section 2, Schedule of Events. Pre -response Conference attendance is not mandatory, and prospective Respondents may be limited to a maximum number of attendees depending upon overall attendance and space limitations. The conference will be held at: Date: April 23, 2026 Time: 10:00 A.M CST Microsoft Teams meeting Join: https://teams.microsoft.com/meet/23152331830252?p=nbuXtUUdI62ow1za2v Meeting ID: 231 523 318 302 52 Passcode: HG3DH3dc Dial in by phone +1 629- 209-4396,,707164425# United States, Triune Find a local number Phone conference ID: 707 164 425# Join on a video conferencing device Tenant key: stateoftn@m.webex.com Video ID: 115 475 956 1 The purpose of the conference is to discuss the RFP scope of goods or services. The State will entertain questions; however prospective Respondents must understand that the State’s oral response to any question at the Pre- response Conference shall be unofficial and non- binding. Prospective Respondents must submit all questions, comments, or other concerns regarding the RFP in writing prior to the Written Questions & Comments Deadline date detailed in the RFP Section 2, Schedule of Events. The State wil l 12-18-25 RFP RFP # 33501-262529 4 send the official response to these questions and comments to prospective Respondents from whom the State has received a Notice of Intent to respond as indicated in RFP Section 1.8 and on the date detailed in the RFP Section 2, Schedule of Events. 1.8. Notice of Intent to Respond Before the Notice of Intent to Respond Deadline detailed in the RFP Section 2, Schedule of Events, prospective Respondents should submit to the Solicitation Coordinator a Notice of Intent to Respond (in the form of a simple e- mail or other written communication). Such notice should include the following information: the business or individual’s name (as appropriate) ; a contact person’s name and title; and the contact person’s mailing address, telephone number, facsimile number, and e -mail address . A Notice of Intent to Respond creates no obligation and is not a prerequisite for submitting a response, however, it is necessary to ensure receipt of any RFP amendments or other notices and communications relating to this RFP. 1.9. Response Deadline A Respondent must ensure that the State receives a response no later than the Response Deadline time and date detailed in the RFP Section 2, Schedule of Events. The State will not accept late responses, and a Respondent’s failure to submit a response before the deadline will result in disqualification of the response. It is the responsibility of the Respondent to ascertain any additional security requirements with respect to packaging and delivery to the State of Tennessee. Respondents should be mindful of any potential delays due to security screening procedures , weather, or other filing delays whether foreseeable or unforeseeable. 12-18-25 RFP RFP # 33501-262529 5 2. RFP SCHEDULE OF EVENTS 2.1. The following RFP Schedule of Events represents the State’s best estimate for this RFP. EVENT TIME (Central Time zone) DATE 1. RFP Issued April 15, 2026 2. Disability Accommodation Request Deadline 2:00 p.m. April 20, 2026 3. Pre-response Conference 10:00 a.m. April 2 3, 2026 4. Notice of Intent to Respond Deadline 2:00 p.m. April 24 2026 5. Written “Questions & Comments” Deadline 2:00 p.m. April 29, 2026 6. State Response to Written “Questions & Comments” May 18, 2026 7. Round 2, Written “Questions & Comments” Deadline NOTE: Respondents may submit no more than five (5) questions to the State in the 2nd round of Written Questions and Comments. 2:00 p.m. May 22, 2026 8. Round 2, State Response to Written “Questions & Comments” June 9, 2026 9. Response Deadline 2:00 p.m. June 17 , 2026 10. State Completion of Technical Response Evaluations (Section B. and C. of RFP Attachment 6.2.) July1, 2026 11. State Schedules Respondent Oral Presentation July 2 2026 12. Respondent Oral Presentation 8 a.m. – 4:30 p.m. July 8 -10, 2026 13. State Completion of Technical Response Evaluations (Section D. of RFP Attachment 6.2.) July 15, 2026 14. State Opening & Scoring of Cost Proposals 2:00 p.m. July 16, 2026 15. Negotiations 4:30 p.m. July 1 7-23, 2026 16. State Notice of Intent to Award Released and RFP Files Opened for Public Inspection 2:00 p.m. July 24, 2026 17. End of Protest Period July 31, 2026 18. State sends contract to Contractor for signature August 3, 2026 19. Contractor Signature Deadline 2:00 p.m. August 5, 2026 12-18-25 RFP RFP # 33501-262529 6 2.2. The State reserves the right, at its sole discretion, to adjust the RFP Schedule of Events as it deems necessary. Any adjustment of the Schedule of Events shall constitute an RFP amendment, and the State will communicate such to prospective Respondents from whom the State has received a Notice of Intent to Respond (refer to section 1.8). 12-18-25 RFP RFP # 33501-262529 7 3. RESPONSE REQUIREMENTS 3.1. Response Form A response to this RFP must consist of two parts, a Technical Response and a Cost Proposal. 3.1.1. Technical Response. RFP Attachment 6.2., Technical Response & Evaluation Guide provides the specific requirements for submitting a response. This guide includes mandatory requirement items, general qualifications and experience items, and technical qualifications, experience, and approach items all of which must be addressed with a written response and, in some instances, additional documentation. NOTICE: A technical respons
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Central Procurement Office of Tennessee is seeking proposals for a Manufactured Housing Inspection and Codes Enforcement System, with an estimated contract value between $1,000,000 and $3,000,000. The RFP requires a Software as a Service (SaaS) solution for managing various aspects of manufactured housing, including installation and inspections, with a contract period that includes three years of maintenance and two additional renewal options. Prospective bidders must adhere to strict compliance and contracting standards outlined in the pro forma contract.
The State aims to procure a comprehensive SaaS solution to manage its manufactured housing inspection, enforcement programs, and database management over a contract term that spans three years, with options for renewal.
- Technology firms specializing in SaaS applications
- Companies with experience in housing compliance software
- Firms knowledgeable in government contracting
- Development of SaaS solution
- Implementation of software
- Annual maintenance for three years
- Optional two-year renewal
- Adherence to state compliance and nondiscrimination policies
- Response Statement of Certifications & Assurances
- Technical Response & Evaluation Guide
- Cost Proposal & Scoring Guide
- Reference Questionnaire
- System Requirements Matrix
- Score Summary Matrix
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- Must comply with nondiscrimination clauses
- Follow state requirements for contract performance
- Proof of compliance may be requested
- Pricing must include implementation and three years of maintenance
- Conform to RFP's cost proposal guide
- Consider competitive pricing given estimated contract value
- Consider partnerships with local firms familiar with Tennessee regulations
- Engage subcontractors experienced in government software solutions
- Potential non-compliance with state regulations
- Risk of disqualification from unauthorized contact
- Ensuring all communications are properly documented
- What are the specific performance metrics for the SaaS solution?
- Can further details be provided on the planned implementation timeline?
- What are the evaluation criteria for bid selection?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Response deadline not specified
- RFP posted date not provided
- Specific terms for contract renewal options unclear
- Details on evaluation criteria missing
- Budget breakdown for implementation unclear
- Legal requirements for SaaS not detailed
- Pre-response meeting attendance rules unclear
- Exact scope of services and deliverables not clearly defined
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.