TN Start Resource Centers - UPDATED
Federal opportunity from Central Procurement Office • Tennessee Department of General Services. Place of performance: TN.
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
06-25.24 RFQ
i
STATE OF TENNESSEE
DEPARTMENT OF DISABILITY AND AGING
REQUEST FOR QUALIFICATIONS
FOR
TN START RESOURCE CENTER S
RFQ # 34401- 99480
TABLE OF CONTENTS
SECTIONS:
1. Introduction
2. RFQ Schedule of Events
3. Response Requirements
4. General Information & Requirements
5. Procurement Process & Contract Award
ATTACHMENTS:
A. Technical Response & Evaluation Guide – Mandatory Requirement Items
B. Technical Response & Evaluation Guide – General Qualifications &
Experience Items
C. Technical Response & Evaluation Guide – Technical Qualifications,
Experience & Approach Items
D. Cost Proposal
E. Statement of Certifications & Assurances
F. Reference Questionnaire
G. Pro Forma Contract
H. TN START Resource and Respite Center Manual
06-25-24 RFQ
RFQ # 34401-99480 2 1. INTRODUCTION
The State of Tennessee, Department of Disability and Aging, hereinafter referred to as “the
State,” issues this Request for Qualifications ( “RFQ ”) to define mandatory goods or service s
requirements; solicit responses; detail response requirements; and, outline the State’s process for
evaluating responses.
Through this RFQ or any subsequent solicitation, the State seeks to buy the requested goods or
services and to give ALL qualified respondents , including those that are owned by minorities,
women, service -disabled veterans , persons with disabilities, and small business enterprises, the
opportunity to do business with the state as contractors or subcontractors.
Statement of Procurement Purpose
The State is seeking a Contractor who can provide an appropriate level of supervision for those
temporarily residing in two of the State’s homes. The State will provide two (2), four-person
homes, one in West Tennessee and one in Middle Tennessee, for the Contractor to use in the
delivery of these services. This RFQ may result in multiple contracts being awarded if one
contractor cannot provide services for both regions. R espondents are invited to respond with
qualifications for the West or Middle Tennessee region. One respondent may be awarded both
regions , or one respondent may be awarded West, and another may be awarded Middle.
The Tennessee START Assessment and Stabilization Teams ( “TN START AST ”) are a statewide
resource for people with intellectual and developmental disabilities (“IDD”) who have complex
behavioral and/or mental health needs provided by the Department for Disability and Aging and the National Center for START Services. START (Systematic, Therapeutic, Assessment, Resources
& Treatment) is a comprehensive model of service supports that optimizes independence, treatment, and community living for people with IDD and behavioral health needs. Therapeutic Resource Centers
are an integral part of this model as they provide a community -based, voluntary short -term
therapeutic setting for people who experience the need for an out of home placement for
stabilization but do not require in- patient hospitalization. These placements are utilized not only
when a person is in distress, but also when the person and their support team are anticipating and hoping to prevent these stressful experiences. As admissions will be accepted w eekdays
from 8 am to 4:30 pm.
The Contractor shall ensure all staff (both Direct Support Professionals (“DSP’s”) and
Departmental administrative staff) complete the initial and ongoing Systemic, Therapeutic,
Assessment, Resources, and Treatment (“START”) training provided by the National Center for
START Services as well as additional future trainings from TN START clinicians. The Contractor shall provide therapeutic exercises, outcome focused activities, and meaningful positive
experiences in the home and the community. The Contractor will coordinate all aspects of a person’s stay with TN START clinicians and the center’s interdisciplinary team to ensure
appropriate assessment of each person’s needs to provide approaches and strategies the person and their system of support utilize to improve their life. Training for the person, their families, and
their caregivers are also provided to allow people and their supporters to generalize these
effective strategies in their own communities after discharge.
Funding for the therapeutic services provided by the TN START Resource Center shall be
allotted through State funding. The State shall provide each Resource Center with a maximum
rate of $513.69 per day for every bed that is operational and being utilized by a person and a limit of $150.00 per day for every bed that is operational and vacant. The State shall not be
responsible for funding more than $750,000 .00 in total annually for each region .
The proposed duration of any contract(s) resulting from this RFQ shall be sixty (60) months.
1.1. Pre-Response Conference
06-25-24 RFQ
RFQ # 34401-99480 3
A Pre -Response Conference will be held at the time and date detailed in the RFQ Schedule of
Events, RFQ § 2. Pre -Response Conference attendance is not mandatory, and potential
Respondent s may be limited to a maximum number of attendees depending upon overall
attendance and space limitations. Please contact the Solicitation Coordinator to RSVP for the Pre-Response Conference. The Conference will be held at:
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 260 376 002 708
Passcode: rC9nZ6ES
Dial in by phone
+1 629- 209-4396,,699201454# United States, Triune
Find a local number
Phone conference ID: 699 201 454#
1.2. Notice of Intent to Respond
Before the Notice of Intent to Respond Deadline detailed in R FQ § 2, Schedule of Events,
potential R espondents should submit to the Solicitation Coordinator a Notice of Intent to R espond
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, the contact person’s mailing address, telephone number, facsimile, number, and e- mail
address. Filing a Notice of Intent to Respond is not a prerequisite for submitting a response;
however, it is necessary to ensure receipt of notices and communications relating to this RFQ.
1.3. Definitions and Abbreviations
TERM DEFINITION
Department of Disability and Aging (“DDA”) State agency that provide s services for those
who are aging and/or have an
intellectual/ developmental disability.
START START (Systematic, Therapeutic, Assessment,
Resources & Treatment) is a comprehensive model of service supports that optimizes independence, treatment, and community living
for people with IDD and behavioral health needs.
TN START Tennessee START Assessment and
Stabilization : Program that offers 24/7 Crisis
serves, community outreach, and the resource
and respite center.
Intellectual and Developmental Disability
(“IDD”) IDDs are differences that are usually present
at birth and that uniquely affect the trajectory of the individual’s physical, intellectual, and/or emotional development. Many of these conditions affect multiple body parts or
systems.
Direct Support Professional (“DSP”)
Direct Support Professionals (DSPs) are
Contractor -provided professionals who work
directly with people with
intellectual and developmental disabilities ,
with the aim of assisting the individual to
06-25-24 RFQ
RFQ # 34401-99480 4 become integrated into their community or the
least restrictive environment.
Activity of Daily Living (”ADL” ) Activity of Daily Living a collective term for all
the basic skills you need in regular daily life.
06-25-24 RFQ
RFQ # 34401-99480 5 2. RFQ SCHEDULE OF EVENTS
The following schedule represents the State’s best estimates for this RFQ; however, the State reserves the right, at its sole discretion, to adjust the schedule at any time, or cancel and reissue a similar solicitation. Nothing in this RFQ is intended by the State to create any property rights or
expectations of a property right in any Respondent.
EVENT
TIME
(Central
Time
Zone)
DATE
(all dates are State
business days)
1. RFQ Issued February 24 , 2025
2. Disability Accommodation Request Deadline 2:00 p.m. March 4,2025
3. Pre-Response Conference 11:00 a.m. March 5, 2025
4. Notice of Intent to Respond Deadline 2:00 p.m. March 10, 2025
5. Written “Questions & Comments” Deadline 2:00 p.m. March 13, 2025
6. State response to written “Questions &
Comments” March 20 , 2025
7. RFQ Response s Deadline 2:00 p.m. March 27, 2025
8. State Evaluation Notice Released April 15, 2025
9. RFQ Cost Proposal s Opened (ONLY for the
apparent successful Respondents)
2:00 p.m. April 15, 2025
10. RFQ Negotiations (if applicable) April 15-April 21,
2025
11. State Notice of Intent to Award Released and
RFQ Files Opened for Public Inspection
April 22, 2025
12. End of Protest Period April 29, 2025
13. State sends contract (s) to Contractor (s) for
signature May 1, 2025
14. Contractor (s) Signature Deadline 2:00 p.m. May 6, 2025
06-25-24 RFQ
RFQ # 34401-99480 6
3. RESPONSE REQUIREMENTS
3.1. Response Contents : A response to this RFQ should address the following:
3.1.1. Mandatory Requirements : This section details the mandatory technical, functional, and
experience requirements that must be demonstrated in the response to this RFQ in order
to be passed on to Phase II of the Technical Response evaluation. A Respondent should duplicate and use RFQ Attachment A as a guide to organize responses for the
Mandatory Requirements of the RFQ response. The Respondent should reference the
page location of the information within the response in the indicated column of the table. This se ction is included in the State’s evaluation as to whether or not a Respondent
meets mandatory qualifications (Phase I).
3.1.2. G
eneral Qualifications & Experience: This section is included in the State’s evaluation of
Phase II of the Technical Response Evaluation and details general information and
qualifications that must be demonstrated in the response to this RFQ. A Respondent
should duplicate and use RFQ Attachment B as a guide to organize responses for this portion of the RFQ response. The Respondent should reference the page location of the information within the response in the indicated column of the table.
3.1.3. Technical Qualifications, Experience & Approach: This section is also included in the
State’s evaluation of Phase II of the Technical Response Evaluation and details technical qualifications, experience, and approach items that must be demonstrated in the response to this RFQ. A Respondent should duplicate and use RFQ Attachment C as a
guide to organize responses for this portion of the RFQ response. The Respondent should reference the page location of the information within the response in the indicated
column of the table.
3.1.4. Cost Proposal :
3.1.4.1. If included as part of this solicitation, then t he Cost Proposal must be recorded on an
exact duplicate of RFQ Attachment D, Cost Proposal . Any response that does not
follow the instructions included in RFQ Attachment D may be deemed nonresponsive.
3.1.4.2. A Respondent must only record the proposed cost exactly as required by the RFQ Attachment D, Cost Proposal and must NOT record any other rates, amounts, or
information.
3.1.4.3. The proposed cost shall incorporate ALL costs for services under the contract for the
total contract period.
3.1.4.4. A Respondent must sign and date the Cost Proposal .
3.1.4.5. A Respondent must submit t he Cost Proposal to the State in a sealed package
separ ate from the Technical Response.
3.2. Response Delivery Location
A Respondent must ensure that the State receives a Response to this RFQ no later than the Response Deadline time and dates detailed in the RF Q § 2, Schedule of Events. All responses
must be delivered to:
Parker Birt | Sourcing Account Specialist - Sourcing Team
Central Procurement Office
Tennessee Tower, 3rd Floor.
312 Rosa L. Parks Ave., Nashville, TN 37243
06-25-24 RFQ
RFQ # 34401-99480 7 p. (615) 291- 5948
parker.birt@tn.gov
3.3. Response Format
3.3.1. A Respondent must ensure that the original response meets all form and content
requirements detailed within this RFQ.
3.3.2. A Respondent must submit their response as specified in one of the two formats below.
3.3.2.1. Technical Response
One (1) original Technical Response paper document clearly labeled:
“RFQ # 34401- 99480 TECHNICAL RESPONSE ORIGINAL [INCLUDE WHICH
REGION(S) THE TECHNICAL RESPONSE IS FOR (WEST TENNESSEE AND/OR MIDDLE TENNESSEE)] ”
and one (1 ) copy of the Technical Response each in the form of one (1) digital
document in “PDF” format properly recorded on its own otherwise blank, USB flash drive labeled:
“RFQ # 34401- 99480 TECHNICAL RESPONSE COPY”
The digital copies should not include copies of sealed customer references or cost information in the general and technical evaluation phase. However, any other discrepancy between the paper response document and digital copies may
result in the State rejecting the response as nonresponsive.
3.3.2.2. Cost Proposal :
One (1) original Cost Proposal paper document labeled:
“RFQ # 34401- 99480 COST PROPOSAL ORIGINAL [INCLUDE WHICH
REGION(S) THE COST PROPOSAL IS FOR (WEST TENNESSEE AND/OR
MIDDLE TENNESSEE)] ”
and one (1) copy in the form of a digital document in “ XLS” format properly
recorded on a separate, blank, standard CD -R recordable disc or USB flash- drive
labeled:
“RFQ # 34401- 99480 COST PROPOSAL COPY”
In the event of a discrepancy between the original Cost Proposal document and
the digital copy, the original, signed document will take precedence.
3.3.4. E-mail Submission
3.3.4.1. Technical Response
The Technical Response document should be in the form of one (1) digital document
in “PDF” format or other easily accessible digital format attached to an e- mail to the
Solicitation Coordinator. Both the subject and file name should be clearly identified
as follows:
“RFQ # 34401- 99480 TECHNICAL RESPONSE [INCLUDE WHICH
REGION(S) THE TECHNICAL RESPONSE IS FOR (WEST TENNESSEE AND/OR MIDDLE TENNESSEE)] ”
06-25-24 RFQ
RFQ # 34401-99480 8
The customer references should be delivered by each reference in accordance with
RFQ Attachment F. Reference Questionnaire.
3.3.4.2. Cost Proposal :
The Cost Proposal should be in the form of one (1) digital document in “PDF” or
“XLS” format or other easily accessible digital format attached to an e- mail to the
Solicitation Coordinator. Both the subject and file name should be clearly identified
as follows:
“RFQ # 34401- 99480 COST PROPOSAL [INCLUDE WHICH REGION(S)
THE COST PROPOSAL IS FOR (WEST TENNESSEE AND/OR MIDDLE TENNESSEE)] ”
An electronic or facsimile signature, as applicable, on the Cost Proposal is
acceptable.
3.3.4.3. For e -mail submissions, the Technical Response and Cost Proposal documents must be
dispatched to the Solicitation Coordinator in separate e- mail messages. For digital
media submissions, a Respondent must separate, seal, package, and label the
documents and copies for delivery as follows:
3.3.4.4. The Technical Response and copies must be placed in a sealed package that is clearly labeled:
“DO NOT OPEN… RFQ # 34401- 99480 TECHNICAL RESPONSE [INCLUDE
WHICH REGION(S) THE TECHNICAL RESPONSE IS FOR (WEST
TENNESSEE AND/OR MIDDLE TENNESSEE )] FROM [RESPONDENT
LEGAL ENTITY NAME] ”
3.3.4.5. The Cost Proposal must be placed in a separate, sealed package that is clearly
labeled:
“DO NOT OPEN… RFQ # 34401- 99480 COST PROPOSAL [INCLUDE
WHICH REGION(S) THE COST PROPOSAL IS FOR (WEST TENNESSEE AND/OR MIDDLE TENNESSEE )] FROM [RESPONDENT LEGAL ENTITY
NAME] ”
3.3.4.6. The separately, sealed Technical Response and Cost Proposal components may be enclosed in a larger package for mailing or delivery, provided that the outermost package is clearly labeled:
“RFQ # 34401- 99480 SEALED TECHNICAL RESPONSE & SEALED COST
PROPOSAL [INCLUDE WHICH REGION(S) THE TECHNICAL RESPONSE
IS FOR (WEST TENNESSEE AND/OR MIDDLE TENNESSEE)] FROM
[RESPONDENT LEGAL ENTITY NAME] ”
3.3.4.7. Any Respondent wishing to submit a Response in a format other than digital may
do so by contacting the Solicitation Coordinator.
3.3.5. A Respondent must ensure that the State receives a response no later than the
Response Deadline time and date detailed in the RFQ Section 2, Schedule of Events at the following address:
06-25-24 RFQ
RFQ # 34401-99480 9
Parker Birt | Sourcing Account Specialist - Sourcing Team
Central Procurement Office
Tennessee Tower, 3rd Floor.
312 Rosa L. Parks Ave., Nashville, TN 37243
p. (615) 291- 5948
parker.birt@tn.gov
3.4. Response Prohibitions: A response to this RFQ shall not:
3.4.1. Restrict the rights of the State or otherwise qualify the response to this RFQ;
3.4.2. Include, for consideration in this procurement process or subsequent contract negotiations, incorrect information that the Respondent knew or should have known was materially incorrect;
3.4.3. Include more than one response, per Respondent, to this RFQ;
3.4.4. Include any information concerning costs (in specific dollars or numbers) associated with the Technical Response;
3.4.5. Include the respondent’s own contract terms and conditions (unless specifically
requested by the RFQ); or
3.4.6. Include the respondent as a prime contractor while also permitting one or more other
respondents to offer the respondent as a subcontractor in their own responses.
3.5. Response Errors & Revisions
A Respondent is responsible for any and all errors or omissions in its response to this RFQ . A
Respondent will not be allowed to alter or revise its response after the Response Deadline time
and dates as detailed in RFQ § 2 , Schedule of Events, unless such is formally requested in
writing by the State (e.g., through a request for clarification, etc.) .
3.6. Response Withdrawal
A Respondent may withdraw a response at any time before the Response Deadline time and date as detailed in RFQ § 2 , Schedule of Events , by submitting a written signed request by an
authorized representative of the Respondent . After withdrawing a response, a Respondent may
submit another Response at any time before the Response Deadline time and date as detailed in RFQ § 2, Schedule of Events.
3.7. Response Preparation Costs
The State will not pay any costs associated with the preparation, submittal, or presentation of any
response. Each Respondent is solely responsible for the costs it incurs in responding to this
RFQ.
06-25-24 RFQ
RFQ # 34401-99480 10
4. GENERAL INFORMATION & REQUIREMENTS
4.1. Communications
4.1.1. Respondents shall reference RFQ #34401- 99480 in all communications relating to this
solicitation, and direct any such communications to the following person designated as
the Solicitation Coordinator:
Parker Birt | Sourcing Account Specialist - Sourcing Team
Central Procurement Office
Tennessee Tower, 3rd Floor.
312 Rosa L. Parks Ave., Nashville, TN 37243
p. (615) 291- 5948
parker.birt@tn.gov
The State will convey all official responses and communications related to this RFQ to the potential respondents from whom the State has received a Notice of Intent to
Respond (refer to RFQ Section 1.3. ).
4.1.2. Potential respondents with a handicap or disability may receive accommodation relating to the communication of this RFQ and participating in the RFQ process. Potential respondents may contact the RFQ Coordinator to request such reasonable accommodation no later than the Disability Accommodation Request Deadline detailed in
RFQ § 2, Schedule of Events.
4.1.3. Unauthorized contact about this RFQ with other employees or officials of the State of Tennessee may result in disqualification from contract award consideration .
4.1.4. Notwithstanding the foregoing, potential Respondents may also contact the following as appropriate:
4.1.4.1. Staff of the Governor’s Office of Diversity Business Enterprise may be contacted for
assistance with respect to available minority -owned, woman- owned, service- disabled
veteran- owned, businesses owned by persons with disabilities and small business
enterprises as well as general public information relating to this request; or
4.1.4.2. 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
regulations:
Helen Crowley, Compliance Team Lead Central Procurement Office
Department of General Services
3rd Floor
312 Rosa L Parks Ave
Nashville, TN 37243
615-741-3836
Helen.Crowley@tn.gov
4.2. 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 solicitation or in the employment practices of the Contractor on the grounds of handicap or disability, age, race, creed,
color, religion (subject to Tenn. Code Ann. §§ 4-21-401 and 405), sex, national origin, or any
06-25-24 RFQ
RFQ # 34401-99480 11 other classification protected by federal, Tennessee state constitutional, or statutory law. The
Contractor pursuant to this solicitation shall post in conspicuous places, available to all
employees and applicants, notices of nondiscrimination.
4.3. Conflict of Interest
4.3.1. The State may not consider a proposal from an individual who is, or within the past six (6)
months has been, a State employee. For these purposes,
4.3.1.1. An individual shall be deemed a State employee until such time as all compensation for
salary, termination pay, and annual leave has been paid;
4.3.1.2. A contract with or a proposal from a company, corporation, or any other contracting entity in which a controlling interest is held by any State employee shall be considered to be a
contract with or proposal from the employee; and
4.3.1.3. A contract with or a proposal from a company, corporation, or any other contracting entity
that employs an individual who is, or within the past six months has been, a State
employee shall not be considered a contract with or a proposal from the employee and
shall not constitute a prohibited conflict of interest.
4.3.2. This RFQ is also subject to Tenn. Code Ann. § 12-4-101—105.
4.4. Respondent Required Review & Waiver of Objections
4.4.1. Each potential respondent must carefully review this RFQ, including but not limited to,
attachments, the RFQ Attachment G, pro forma Contract, and any amendments for
questions, comments, defects, objections, or any other matter requiring clarification or
correction (collectively called “questions and comments”).
4.4.2. Any potential respondent having questions and comments concerning this RFQ must
provide such in writing to the State no later than the w ritten “Questions & Comments
Deadline” detailed in RFQ § 2, Schedule of Events.
4.4.3. Protests based on any objection 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. ”
4.5. Disclosure of Response Contents
4.5.1. All materials submitted to the State in response to this solicitation become property of the
State of Tennessee. Respondents are cautioned not to provide any materials in
response to this RFP that are trade secrets, as defined under Tenn. Code Ann. § 47- 25-
1702 and applicable law. By submitting a response to this RFP, the respondent acknowledges and agrees that the S tate shall have no liability whatsoever for disclosure
of a trade secret under the Uniform Trade Secrets Act, as provided at Tenn. Code Ann. § 47-25-1701- 1709, or under any other applicable law.
Selection for award does not affect
this r ight. By submitting a response, a Respondent acknowledges and accepts that the
full contents and associated documents submitted in response to this request will become open to public inspection in accordance with the laws of the State of Tennessee.
Refer to RFQ § 2, Schedule of Events .
4.5.2. The RFQ responses will be available for public inspection only after the completion of evaluation of the RFQ or any resulting solicitation which this RFQ becomes a part of,
whichever is later.
4.6. Notice of Professional Licensure , Insurance, and Department of Revenue Registration
Requirements
06-25-24 RFQ
RFQ # 34401-99480 12 4.6.1. All persons, agencies, firms or other entities that provide legal or financial opinions, which
a Respondent provides for consideration and evaluation by the State as part of a response to this RFQ, shall be properly licensed to render such opinions.
4.6.2. Before the Contract resulting from this RFQ is signed, the apparent successful Respondent (and Respondent employees and subcontractors, as applicable) must hold all necessary, appropriate business and professional licenses to provide service as required. The State may require any Respondent to submit evidence of proper licensure.
4.6.3. Before the Contract resulting from this RFQ is signed, the apparent successful
Respondent must provide a valid, Certificate of Insurance indicating current insurance
coverage meeting minimum requirements as may be specified by the RFQ.
4.6.4. Before the Contract resulting from this RFQ is signed, the apparent successful Respondent must be registered with the Department of Revenue for the collection of Tennessee sales and use tax. The State shall not approve a contract unless the Respondent provides proof of such registration or provides documentation from the
Department of Revenue that the Contractor is exempt from this registration requirement.
The foregoing is a mandatory requirement of an award of a contract pursuant to this solicitation. To register, please visit the Department of Revenue’s Tennessee Taxpayer
Access Point (TNTAP) website for Online Registration and the Vendor Contract Questionnaire. These resources are available at the following: https://tntap.tn.gov/eservices/_/#1
4.7. RFQ Amendments & Cancellation
4.7.1. The State reserves the right to amend this RFQ at any time, provided that it is amended in writing. However, prior to any such amendment, the State will consider whether it would negatively impact the ability of potential respondents to meet the deadlines and
revise the RFQ Schedule of Events if deemed appropriate. If a RFQ amendment is issued, the State will convey it to potential respondents who submitted a Notice of Intent to Respond (refer to RFQ § 1.3). A response must address the final RFQ (including its
attachments) as may be amended.
4.7.2. The State reserves the right, at its sole discretion, to cancel or to cancel and reissue this RFQ in accordance with applicable laws and regulations.
4.8. State Right of Rejection
4.8.1. Subject to applicable laws and regulations, the State reserves the right to reject, at its sole discretion, any and all proposals.
4.8.2. The State may deem as nonresponsive and reject any proposal that does not comply
with all terms, conditions, and performance requirements of this RFQ. Notwithstanding
the foregoing, the State reserves the right to seek clarifications or to waive, at its sole
discretion, a response’s minor variances from full compliance with this RFQ. If the State waives variances in a response, such waiver shall not modify the RFQ requirements or excuse the Respondent from full compliance with such, and the State may hold any
resulting v endor to strict compliance with this RFQ.
4.8.3. The State will review the response evaluation record and any other available information pertinent to whether or not each respondent is responsive and responsible. If the Solicitation Coordinator identifies any respondent that appears not to meet the
responsive and responsible thresholds such that the team would not recommend the respondent for potential contract award, this determination will be fully documented for the record. ( “Responsive” is defined as submitting a response that conforms in all
materi al respects to the RFQ. “Responsible” is defined as having the capacity in all
respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. )
06-25-24 RFQ
RFQ # 34401-99480 13 4.9. Assignment & Subcontracting
4.9.1. The vendor may not subcontract, transfer, or assign any portion of the Contract awarded
as a result of this RFQ without prior approval of the State. The State reserves the right to
refuse approval, at its sole discretion, of any subcontract, transfer, or assignment.
4.9.2. If a Respondent intends to use subcontractors, the response to this RFQ must specifically identify the scope and portions of the work each subcontractor will perform
(refer to RFQ Attachment B, Item B.14.).
4.9.3. Subcontractors i dentified within a response to this RFQ will be deemed as approved by
the State unless the State expressly disapproves one or more of the proposed
subcontractors prior to signing the Contract.
4.9.4. The Contractor resulting from this RFQ may only substitute another subcontractor for a proposed subcontractor at the discretion of the State and with the State’s prior, written
approval.
4.9.5. Notwithstanding any State approval relating to subcontracts, the Contractor resulting from
this RFQ will be the prime contractor and will be responsible for all work under the
Contract.
4.10. Next Ranked Respondent
The S tate reserves the right to initiate negotiations with the next ranked respondent should the
State cease doing business with any respondent selected via thi s RFQ process.
06-25-24 RFQ
RFQ # 34401-99480 14 5. PROCUREMENT PROCESS & CONTRACT AWARD
5.1. The complete vendor selection will be a two- part process: (1) Qualification of Technical
Responses; and (2) Review of Cost Proposals.
5.2. Qualification of Technical Responses : Technical Responses for each region will be short -listed
for further evaluation, analysis or negotiation if they are apparently responsive, responsible, and
within the competitive range (“Competitive Range”). A Technical Response will be deemed within
the C ompetitive R ange based on the following criterion:
The Technical Response must be ranked in the top three (3) after the Technical Response score
is totaled and put in ordinal ranking (1 - the best evaluated ranking). **Note: The Technical
Response includes B & C.
Phase I : The State will evaluate the Mandatory Requirements set forth in RFQ Attachment
A on a pass/fail basis .
Phase II : F ollowing the Phase I evaluation, the State will apply a standard equitable
evaluation model, which will represent a qualitative assessment of each response. Each response will be scored by Evaluation Team members
according to the Technical Response & Evaluation Guides (See RFQ Attachments B & C).
The Solicitation Coordinator will total the average score from the evaluation team
for each responsive and responsible R espondent’s Technical Response Points
for RFQ Attachments B & C to determine which of the Respondents are
considered Qualified and within the C ompetitive R ange.
5.3. Cost Proposal s: If cost is included for this solicitation , then Cost Proposals will be opened for the
highest evaluated Respondent of each region. If the Cost Proposal is not acceptable to the State
and the Respondent, then the State will open the Cost Proposal for the next apparent highest
evaluated Respondent. See RFQ Attachment D, Cost Proposal.
5.4. Clarification s and Negotiations : The State reserves the right to award a contract on the basis of
initial responses received; therefore, each response should contain the respondent’s best terms from a technical and cost standpoint. However , the State reserves the right to conduct
clarifications or negotiations with respondents. All communications, clarifications, and
negotiations shall be conducted in a manner that supports fairness in response improvement.
5.4.1. Clarification s: The State may identify areas of a response that may require further
clarification or areas in which it is apparent that there may have been miscommunications or misunderstandings as to the State’s specifications or requirements. The State may
seek to clarify those issues identified during one or multiple clarification round(s). Each
clarification sought by the State may be unique to an individual respondent .
5.4.2. Negotiations : The State may elect to negotiate with Qualified Respondents, within the
competitive range, by requesting revised responses, negotiating costs, or finalizing
contract terms and conditions. The State reserves the right to conduct multiple
negotiation rounds .
5.4.2.1. Cost Negotiations : All responsive respondents within the competitive range will
be given equivalent information with respect to cost negotiations. All cost negotiations will be documented for the procurement file. Additionally, the State may conduct target pricing and other goods or services level negotiations. Target pricing may be based on considerations such as current pricing, market considerations, benchmarks, budget
06-25-24 RFQ
RFQ # 34401-99480 15 availability, or other methods that do not reveal individual respondent pricing. During
target price negotiations, respondents are not obligated to meet or beat target prices, but
will not be allowed to increase prices.
5.4.2.2. If the State determines costs and contract finalization discussions and
negotiations are not productive, the State reserves the right to bypass the
apparent best evaluated Respondent and enter into contract negotiations with the next apparent best evaluated Respondent.
5.5. Evaluation Guide
The State will consider qualifications, experience, technical approach, and cost (if applicable) in
the evaluation of responses and award points in each of the categories detailed below. The maximum evaluation points possible for each category are detailed below.
The Evaluation Model below applies to the West Tennessee Region
The Evaluation Model below applies to the Middle Tennessee Region
5.6. Contract Award(s)
5.6.1. The Solicitation Coordinator , will determine the apparent best -evaluated response for each region
using the scoring provided by the Proposal Evaluation Team. (To effect a contract award to a
Respondent other than the one receiving the highest evaluation score, the Solicitation
Coordinator must provide written justification and obtain written approval of the Chief
Procurement Officer and the Comptroller of the Treasury.)
5.6.2. The State reserves the right to make an award without further discussion of any response.
5.6.3. The State will issue an Evaluation Notice and make the RFQ files available for public inspection at the time and date specified in the RFQ §2, Schedule of Events.
NOTICE: The Evaluation Notice shall not create rights, interests, or claims of entitlement in either
the Respondent identified as the apparent best evaluated or any other Respondent. Evaluation Category Maximum Points Possible
Mandatory Requirements (refer to RFQ
Attachment A) Pass/Fail
General Qualifications, Experience, Technical
Qualifications, Experience & Approach (refer to
RFQ Attachment B) 30
Technical Qualifications, Experience &
Approach (refer to RFQ Attachment C) 70
Evaluation Category Maximum Points Possible
Mandatory Requirements (refer to RFQ
Attachment A) Pass/Fail
General Qualifications, Experience, Technical
Qualifications, Experience & Approach (refer to
RFQ Attachment B) 30
Technical Qualifications, Experience &
Approach (refer to RFQ Attachment C) 70
06-25-24 RFQ
RFQ # 34401-99480 16 5.6.4. The Respondent identified as offering the apparent best -evaluated must sign a contract drawn by
the State pursuant to this RFQ. The contract shall be substantially the same as the RFQ
Attachment G, pro forma contract. The Respondent must sign said contract no later than the
Respondent Contract Signature Deadline detailed in RFQ § 2, Schedule of Events. If the
Respondent fails to provide the signed contract by the deadline, the State may determine the Respon dent is non- responsive to this RFQ and reject the response.
5.6.5. Notwithstanding the foregoing, the State may, at its sole discretion, entertain limited negotiation
prior to contract signing and, as a result, revise the pro forma contract terms and conditions or
performance requirements in the State’s best interests, PROVIDED THAT such revision of terms and conditions or performance requirements shall NOT materially affect the basis of response
evaluation or negatively impact the competitive nature of the RFQ and contractor selection process.
5.6.6. If the State determines that a response is nonresponsive and rejects it, the Solicitation
Coordinator will re- calculate scores to determine (or re- determine) the apparent best -evaluated
response.
06-25-24 RFQ
RFQ # 34401-99480 17 ATTACHMENT A
TECHNICAL RESPONSE & EVALUATION GUIDE
All Respondent s must address all items detailed below and provide, in sequence, the information and documentation
as required (referenced with the associated item references). All Respondent s must also detail the response page
number for each item in the appropriate space below.
The Solicitation Coordinator will review all responses to determine if the Mandatory Requirement Items are
addressed as required and mark each with pass or fail. For each item that is not addressed as required, the
Solicitation Coordinator must review the responses and attach a written determination. In addition to the Mandatory
Requirement Items , the Solicitation Coordinator will review each response for compliance with all RFQ requirements.
RESPONDENT LEGAL ENTITY
NAME:
Response
Page #
(Responden
t completes) Item
Ref. Section A — M andatory Requirement Items Pass/Fail
The Technical Response must be delivered to the State no later than
the Technical Response Deadline specified in the RFQ § 2, Schedule
of Events.
The Technical Response must not contain cost or pricing information
of any type.
The Technical Response must not contain any restrictions of the
rights of the State or other qualification of the response.
A Respondent must not submit alternate response s.
A Respondent must not submit multiple responses in different forms
(as a prime and a subcontractor).
A.1. Provide the Statement of Certifications and Assurances ( RFQ
Attachment E) completed and signed by an individual empowered to
bind the Respondent to the provisions of this RFQ and any resulting contract. The document must be signed without exception or
qualification.
A.2. Provide a statement, based upon reasonable inquiry, of whether the
Respondent or any individual who shall perform work under the
contract has a possible conflict of interest ( e.g., employment by the
State of Tennessee) and, if so, the nature of that conflict.
NOTE: Any questions of conflict of interest shall be solely within the
discretion of the State, and the State reserves the right to cancel any award.
A.3. Provide a current bank reference indicating that the Respondent
maintains a satisfactory business relationship with the financial
institution. Such reference must be written in the form of a standard
business letter, signed, and dated within the past three (3) months.
06-25-24 RFQ
RFQ # 34401-99480 18 RESPONDENT LEGAL ENTITY
NAME:
Response
Page #
(Responden
t completes) Item
Ref. Section A — M andatory Requirement Items Pass/Fail
State Use – RFQ Coordinator Signature, Printed Name & Date:
06-25-24 RFQ
RFQ # 34401-99480 19 ATTACHMENT B
TECHNICAL RESPONSE & EVALUATION GUIDE
SECTION B: GENERAL QUALIFICATIONS & EXPERIENCE. The Respondent must address all items detailed
below and provide, in sequence, the information and documentation as required (referenced with the associated item references). The Respondent must also detail the response page number for each item in the appropriate
space below. Evaluation Team members will independently evaluate and assign one score for all responses to Section B — General Qualifications & Experience Items.
RESPONDENT
LEGAL ENTITY
NAME:
Response
Page #
(Respondent
completes) Item
Ref. Section B — General Qualifications & Experience Items
B.1. Detail the name, e- mail address, mailing address, telephone number, and facsimile
number , if applicable, of the person the State should contact regarding the response.
B.2. Describe the Respondent’s form of business ( i.e., individual, sole proprietor, corporation,
non-profit corporation, partnership, limited liability company) and business location
(physical location or domicile).
B.3. Detail the number of years the Respondent has been in business.
B.4. Briefly describe how long the Respondent has been performing the goods or services
required by this RFQ.
B.5. Describe the Respondent’s number of employees, client base, and location of offices.
B.6. Provide a statement of whether there have been any mergers, acquisitions, or sales of the Respondent within the last ten (10) years. If so, include an explanation providing relevant
details.
B.7. Provide a statement of whether the Respondent or, to the Respondent's knowledge, any
of the Respondent’s employees, agents, independent contractors, or subcontractors,
proposed to provide work on a contract pursuant to this RFQ, have been convicted of, pled guilty to, or pled nolo contendere to any felony. If so, include an explanation
providing relevant details.
B.8. Provide a statement of whether, in the last ten (10) years, the Respondent has filed (or
had filed against it) any bankruptcy or insolvency proceeding, whether voluntary or
involuntary, or undergone the appointment of a receiver, trustee, or assignee for the benefit of creditors. If so, include an explanation providing relevant details.
B.9. Provide a statement of whether there is any material, pending litigation against the
Respondent that the Respondent should reasonably believe could adversely affect its ability to meet contract requirements pursuant to this RFQ or is likely to have a material
adverse effect on the Respondent’s f inancial condition. If such exists, list each
separately, explain the relevant details, and attach the opinion of counsel addressing
whether and to what extent it would impair the Respondent’s performance in a contract pursuant to this RFQ.
NOTE: All persons, agencies, firms, or other entities that provide legal opinions regarding
the Respondent must be properly licensed to render such opinions. The State may
06-25-24 RFQ
RFQ # 34401-99480 20 RESPONDENT
LEGAL ENTITY
NAME:
Response
Page #
(Respondent
completes) Item
Ref. Section B — General Qualifications & Experience Items
require the Respondent to submit proof of such licensure detailing the state of licensure
and licensure number for each person or entity that renders such opinions.
B.10. Provide a statement of whether there is any pending or in progress Securities Exchange
Commission investigations involving the Respondent. If such exists, list each separately,
explain the relevant details, and attach the opinion of counsel addressing whether and to
what extent it will impair the Respondent’s performance in a contract pursuant to this RFQ.
NOTE: All persons, agencies, firms, or other entities that provide legal opinions regarding
the Respondent must be properly licensed to render such opinions. The State may
require the Respondent to submit proof of such licensure detailing the state of licensure
and licensure number for each person or entity that renders such opinions.
B.11. Provide a brief, descriptive statement detailing evidence of the Respondent’s ability to deliver the goods or services sought under this RFQ ( e.g., prior experience, training,
certifications, resources, program and quality management systems, etc .).
B.12 . Provide a narrative description of the proposed contract team, its members, and
organizational structure along with an organizational chart identifying the key people who
will be assigned to provide the goods or services required by this RFQ, illustrating the
lines of authority, and designating the individual responsible for the completion of each task and deliverable of the RFQ.
B.13. Provide a personnel roster listing the names of key people who the Respondent will
assign to perform tasks required by this RFQ along with the estimated number of hours
that each individual will devote to the required tasks . Follow the personnel roster with a
resume for each of the people listed. The resumes must detail the individual’s title, education, current position with the Respondent, and employment history.
B.14 . Provide a statement of whether the Respondent intends to use subcontractors to
accomplish the work required by this RFQ, and if so, detail:
(a) the names of the subcontractors along with the contact person, mailing address, telephone number, and e- mail address for each;
(b) a description of the scope and portions of the work each subcontractor will perform; and
(c) a statement specifying that each proposed subcontractor has expressly assented to being proposed as a subcontractor in the Respondent’s response to this RFQ.
B.15 . Provide documentation of the Respondent’s commitment to diversity as represented by
the following:
(a) Business Strategy . Provide a description of the Respondent’s existing programs and
procedures designed to encourage and foster commerce with business enterprises
owned by minorities, women, service- disabled veterans, businesses owned by
persons with disabilities, and small business enterprises. Please also include a list of
the Respondent’s certifications as a diversity business, if applicable.
(b) B usiness Relationships. Provide a listing of the Respondent’s current contracts with
business enterprises owned by minorities, women, service -disabled veterans ,
06-25-24 RFQ
RFQ # 34401-99480 21 RESPONDENT
LEGAL ENTITY
NAME:
Response
Page #
(Respondent
completes) Item
Ref. Section B — General Qualifications & Experience Items
businesses owned by persons with disabilities, and small business enterprises .
Please includ e the following information:
(i) contract description;
(ii) contractor name and ownership characteristics ( i.e., ethnicity, gender, service-
disabled , disability ); and
(iii) contractor contact name and telephone number.
(c) Estimated Participation. Provide an estimated level of participation by business
enterprises owned by minorities, women, service-disabled veterans, businesses
owned by persons with disabilities, and small business enterprises if a contract is awarded to the Respondent pursuant to this RF Q. Please include the following
information:
(i) a per
centage (%) indicating the participation estimate. (Express the estimated
participation number as a percentage of the total estimated contract value that will be dedicated to business with subcontractors and supply contractors having
such ownership characteristics only and DO NOT INCLUDE DOLLAR
AMOUNTS );
(ii) anticipated goods or services contract descriptions ;
(iii) names and ownership characteristics (i.e., ethnicity, gender, service- disabled
veterans , disability ) of anticipated subcontractors and supply contractors.
NOTE: In order to claim status as a Diversity Business Enterprise under this
contract, businesses must be certified by the Governor’s Office of Diversity Business
Enterprise (Go -DBE). Please visit the Go-DBE website at
https://tn.diversitysoftware.com/FrontEnd/StartCertification.asp?TN=tn&XID=9810 for
more information.
(d) W orkforce. Provide the percentage of the Respondent’s total current employees by
ethnicity and gender.
NOTE: Respondents that demonstrate a commitment to diversity will advance State
efforts to expand opportunity to do business with the State as contractors and
subcontractors. Response evaluations will recognize the positive qualifications and
experience of a Respondent that does business with enterprises owned by minorities,
women, service-disabled veterans , businesses owned by persons with disabilities,
and small business enterprises and who offer a diverse workforce.
B.16 . Provide a statement of whether or not the Respondent has any current contracts with the
State of Tennessee or has completed any contracts with the State of Tennessee within
the previous five -year period. If so, provide the following information for all current and
completed contracts:
(a) the name , title, telephone number and e- mail address of the State contact
responsible for the contract at issue;
(b) the name of the procuring State agency;
(c) a brief description of the contract’s specification for goods or scope of services;
(d) the contract term; and
(e) the contract number .
B.17. Provide a statement and any relevant details addressing whether the Respondent is any
of the following:
06-25-24 RFQ
RFQ # 34401-99480 22 RESPONDENT
LEGAL ENTITY
NAME:
Response
Page #
(Respondent
completes) Item
Ref. Section B — General Qualifications & Experience Items
(a) is presently debarred, suspended, proposed for debarment, or voluntarily
excluded from covered transactions by any federal or state department or
agency;
(b) has within the past three (3) years, been convicted of, or had a civil judgment
rendered against the contracting party from commission of fraud, or a criminal
offence in connection with obtaining, attempting to obtain, or performing a
public (federal, state, or local) transaction or grant under a public transaction;
violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen pr operty;
(c) is presently indicted or otherwise criminally or civilly charged by a government entity (federal, state, or local) with commission of any of the offenses detailed above; and
has within a three (3) year period preceding the contract had one or more public
transactions (federal, state, or local) terminated for cause or default.
SCORE (for all
Section B —
Qualifications &
Experience Items
above) :
(maximum possible
score = 30 )
State Use – Evaluator Identification:
06-25-24 RFQ
RFQ # 34401-99480 23
ATTACHMENT C 1
TECHNICAL RESPONSE & EVALUATION GUIDE
SECTION C: TECHNICAL QUALIFICATIONS, EXPERIENCE & APPROACH. The Respondent should explain
its approach to providing goods or services to the State. The items listed below represent specific questions the
State would request you answer in your response. For ease of review, please annotate your explanation so that it
contains references to the items listed below where they are addressed. Respondent should not feel constrained
to answer only the specific questions listed below in its explanation and should feel free to provide attachments if
necessary in an effort to pr ovide a more thorough response.
The Evaluation Team, made up of three (3) or more State employees , will independently evaluate and score the
response to each item. Each evaluator will use the following whole number, raw point scale for scoring each item:
0 = little value 1 = poor 2 = fair 3 = satisfactory 4 = good 5 = excellent
The Solicitation Coordinator will multiply the Item Score by the associated Evaluation Factor (indicating the relative
emphasis of the item in the overall evaluation). The resulting product will be the item’s raw, weighted score for purposes of calculating the section scores as indicated.
Only respond to the questions in Section C1 if the Respondent is submitting a response for the West
Tennessee Region.
RESPONDENT LEGAL ENTITY
NAME:
Response
Page #
(Respondent
completes) Item
Ref. Section C 1 West Tennessee Region — Technical
Qualifications,
Experience & Approach Items Item
Score Evaluation
Factor Raw
Weighted
Score
C1.1. Provide documentation that illustrates the
Respondent will ensure all staff:
a) meet DDA Direct Support Professional
hiring and training requirements ;
b) are trained to an d will implement the
START Model ;
c) are trained to administer medications ;
d) will implement a crisis management system . 10
C1.2. Provide a staffing plan for all possible variations in
the census including high need times that illustrates
the Respondent will ensure proper supervision of the
guests in the TRRC by adhering to the following
staffing guidelines (all awake staff) :
A) First shift-At least 1 manager and 2+ DSPs
depending on the census ;
B) Second shift -At least 1 manager and 2+
DSPs depending on the census ;
C) First shift-At least 1 manager and 1+ DSPs depending on the census .
*Please note there shall be a manager present
at all times and they cannot fulfill both the DSP
and Manager requirement at the same time.
*Also, the Respondent ensures that additional
DSPs will be available to assist in times of 10
06-25-24 RFQ
RFQ # 34401-99480 24 RESPONDENT LEGAL ENTITY
NAME:
Response
Page #
(Respondent
completes) Item
Ref. Section C 1 West Tennessee Region — Technical
Qualifications,
Experience & Approach Items Item
Score Evaluation
Factor Raw
Weighted
Score
admissions, discharges, community
experiences, crises, etc. as needed.
C1.3. Provide a description of how the Respondent will
support TRRC guests in completion of A ctivities of
Daily Living ( “ADL”)’a nd encouraging healthy
decision making. 4
C1.4. Provide a description of how the Respondent will
Implement a therapeutic day by creating and
adhering to the TN START therapeutic day
schedules. (see ATTACHMENT H) 10
C1.5. Provide a description of how the Respondent is able
to design and facilitate community experiences that
provide opportunities to grow and achieve various
therapeutic and daily living skills. 4
C1.6. Provide a description of how the Respondent will
implement crisis plans, safety plans, etc. that result
in minimizing harm to other and property damage. 4
C1.7. Provide a description of how the Respondent will
collaborate with the Clinical Director, regional office
staff, TN START Staff, community providers, etc. to
provide clinical supports before, during and after the
visit.
4
C1.8. Provide a description of how the Respondent will
complete the necessary assessments, group observations, individual observations, etc. at the TN
START Resource and Respite Center .
4
C1.9. Provide a description of how the Respondent will
lead, participate in, document, and monitor all therapeutic sessions adhering to TN START
expectations. 4
C1.10. Provide a description of how Responden t will design
and implement TN START approved social and/or group leisure activities emphasizing guest
participation. 4
C1.11. Provide a description of how the Respondent will
implement a guest’s crisis plan as well as propose
changes as needed. 4
C1.12. Provide a description of how the Respondent will
participate in quality assurance reviews, National 4
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The State of Tennessee is soliciting qualifications for contractors to provide supervision services at two TN START Resource Centers in West and Middle Tennessee, as outlined in RFQ #34401-99480. Respondents can submit qualifications for one or both regions, with a maximum daily funding of $513.69 per bed. The responses are due by March 27, 2025, following a comprehensive evaluation process aimed at enhancing community support for individuals with intellectual and developmental disabilities.
The State of Tennessee seeks to procure qualified contractors to oversee temporary residences for individuals with intellectual and developmental disabilities at two locations, ensuring proper support, training, and community integration.
- Submission of qualifications for the West or Middle Tennessee region.
- Attendance at Pre-Response Conference on March 5, 2025, via Microsoft Teams.
- Completion of all required response artifacts, including technical and cost proposals.
- Technical Response addressing mandatory qualifications.
- Cost Proposal conforming to the stated maximum daily rates.
- Statement of Certifications & Assurances.
- Reference Questionnaire.
- Pro Forma Contract review and acknowledgment.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Details on the evaluation criteria for contractor selection.
- Clarification on the exact start date for service delivery after contract award.
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.