HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 8 years, and 4 weeks after 15 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. (See 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) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential 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. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).
Relative Caregiver Program Case Management Services - UPDATED
Federal opportunity from Central Procurement Office • Tennessee Department of General Services. Place of performance: TN.
- Source
- Open on official portal →
- Solicitation
- tn_cpo__RFQ 35910-14926
- Performance
- TN
- Response
- No due date posted
Point of Contact
Agency & Office
Applicable wage determinations
Best public WD match for the notice location and scope.
View more WD detail3 more WD matches and 359 more rate previews.↓
Description
RFQ # 35910 -14926 1 STATE OF TENNESSEE CENTRAL PROCUREMENT OFFICE REQUEST FOR QUALIFICATIONS FOR RELATIVE CAREGIVER PROGRAM CASE MANAGEMENT SERVICES RFQ # 35910 -14926 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. Statement of Certifications & Assurances E. Reference Questionnaire F. Regional Map G. Pro Forma Contract RFQ # 35910 -14926 2 1. INTRODUCTION The State of Tennessee, Central Procurement Office , hereinafter referred to as “the State,” issue s this Request for Qualifications ( “RFQ ”) to define mandatory goods or service s requirements; solicit response s; detail response requirements; and, outline the State’s process for evaluating response s. Through this RFQ or any subsequent solicitation , the State seeks to buy the requested goods or services and to give ALL qualified respondents the opportunity to do business with t he state as contractors or subcontractors. 1.1. Statement of Procurement Purpose The State of Tennessee seeks to procure qualified vendor(s) to provide Relative Caregiver Program (RCP) Case Management Services in accordance with Tennessee Code Annotated § 37-2-422 and applicable Department of Children’s Services (DCS) policies. The purpose of this Request for Qualifications (RFQ) is to identify and select vendor(s) with the demonstrated capacity, exper ience, and infrastructure necessary to deliver comprehensive support services to relative caregivers who have assumed care of children ou tside of formal foster care. The Relative Caregiver Program is designed to stabilize relative caregiver households, promote child safety and well -being, and support permanency by providing case management, assessments, service planning, caregiver support, and administration of the RCP Stipend for eligible families. Relative caregivers often assume custody during periods of crisis, frequently without adequate resources, formal training, or access to coordinated services. Without structured support, these placements may be at risk of dis ruption, resulting in adverse outcomes for children and increased likelihood of entry into state custody. Through this procurement, the State intends to select vendor(s) that can effectively implement RCP Case Management Services, coordinate with DCS and community partners, ensure compliance with statutory and policy requirements, and support eligible caregivers in maintaining safe, stable homes for children. This RFQ is focused on determining vendor qualifications only; detailed service requirements, performance expectations, and contractual obligations will be set forth in the pro forma contract .year. Detailed information regarding service areas and fiscal projections is provided on the following pages; specifically, Table 1 outlines the counties within each group, while Table 2 details the projected number of children to be served and the maximum liabi lities per fiscal year for each county group. This solicitaiton will result in one contract awarded per group. RFQ # 35910 -14926 3 TABLE 1 GROUP ID COUNTIES 35910 -14926 -1 Bedford, Coffee, Franklin, Giles, Grundy, Hickman, Lawrence, Lewis, Lincoln, Marshall, Maury, Moore, Perry, Wayne 35910 -14926 -2 Anderson, Campbell, Loudon, Monroe, Morgan, Roan, Scott, Union, Knox , Blount, Claiborne, Cocke, Grainger, Hamblen, Jefferson, Sevier 35910 -14926 -3 Davidson, Cheatham, Montgomery, Robertson, Rutherford, Sumner, Trousdale, Williamson, Wilson, Dickson, Humphreys, Houston, Stewart 35910 -14926 -4 Bledsoe, Bradley, Hamilton, Marion, Meigs, McMinn, Polk, Rhea, Sequatchie 35910 -14926 -5 Cannon, Clay, Cumberland, Dekalb, Fentress, Jackson, Macon, Overton, 35910 -14926 -6 Shelby 35910 -14926 -7 Hancock, Hawkins, Greene, Washington, Unicoi, Sullivan, Carter, Johnson 35910 -14926 -8 Benton, Carrol, Crockett, Dyer, Gibson, Henry, Lake, Obion, Weakley, Chester, Decatur, Fayette, Hardeman, Hardin, Haywood, Henderson, Lauderdale, Madison, McNairy, Tipton RFQ # 35910 -14926 4 TABLE 2 GROUP ID PROJECTED NUMBER OF CHILDREN TO BE SERVED AND MAXIMUM LIABILITIES PER FISCAL YEAR / PER COUNTY GROUP TOTAL MAXIMUM LIABILITY FY27 FY28 FY29 FY30 FY31 35910 -14926 -1 Children: 276 Liability: $1,007,400 Children: 271 Liability: $989,150 Children: 266 Liability: $970,900 Children: 262 Liability: $956,300 Children: 258 Liability: $941,700 $4,865,450 35910 -14926 -2 Children: 448 Liability: $1,635,200 Children: 440 Liability: $1,606,000 Children: 432 Liability: $1,576,800 Children: 425 Liability: $1,551,250 Children: 418 Liability: $1,525,700 $7,894,950 35910 -14926 -3 Children: 826 Liability: $3,014,900 Children: 812 Liability: $2,963,800 Children: 799 Liability: $2,916,350 Children: 785 Liability: $2,865,250 Children: 772 Liability: $2,817,800 $14,578,100 35910 -14926 -4 Children: 190 Liability: $693,500 Children: 186 Liability: $678,900 Children: 183 Liability: $667,950 Children: 180 Liability: $657,000 Children: 177 Liability: $646,050 $3,343,400 35910 -14926 -5 Children: 215 Liability: $784,750 Children: 211 Liability: $770,150 Children: 207 Liability: $755,550 Children: 204 Liability: $744,600 Children: 201 Liability: $733,650 $3,788,700 35910 -14926 -6 Children: 293 Liability: $1,069,450 Children: 288 Liability: $1,051,200 Children: 283 Liability: $1,032,950 Children: 278 Liability: $1,014,700 Children: 273 Liability: $996,450 $5,164,750 35910 -14926 -7 Children: 181 Liability: $660,650 Children: 178 Liability: $649,700 Children: 174 Liability: $635,100 Children: 171 Liability: $624,150 Children: 168 Liability: $613,200 $3,182,800 35910 -14926 -8 Children: 697 Liability: $2,544,050 Children: 685 Liability: $2,500,250 Children: 674 Liability: $2,460,100 Children: 662 Liability: $2,416,300 Children: 651 Liability: $2,376,150 $12,296,850 RFQ # 35910 -14926 5 1.2. Notice of Intent to Respond Before the Notice of Intent to Respond Deadline detailed in R FQ § 2, Schedule of Events, potential 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, the contact person’s mailing address, telephone nu mber, facsimile, number, and e -mail address. Filing a Notice of Inten t 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 Relative Caregiver Program (RCP) Shall refer to the overarching program containing the RCP Services and RCP Stipend. Case Management Services A coordinated set of activities designed to help individuals access, organize, and manage the services and resources they need to address specific problems or achieve certain goals. A case manager works with a client to assess needs, develop a service plan, connect them to appropriate supports, monitor progress, and adjust the plan as needed. Individualized Service Plans A written, person -centered plan that outlines the specific needs, goals, and support strategies for an individual receiving services. ISPs are developed collaboratively with the individual (and often their family or support team) to ensure services are tail ored to their unique circumstances, strengths, preferences, and desired outcomes. RCP Stipend Shall mean the financial assistance provided to relative caregivers, governed by T.C.A. § 37-2-422. RFQ # 35910 -14926 6 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 1. RFQ Issued MAY 6, 2026 2. Disability Accommodation Request Deadline 2:00 p.m. MAY 11, 2026 3. Notice of Intent to Respond Deadline 2:00 p.m. MAY 12, 2026 4. Written “Questions & Comments” Deadline 2:00 p.m. MAY 15, 2026 5. State Response to Written “Questions & Comments” MAY 28, 2026 6. Response Deadline 2:00 p.m. JUNE 4, 2026 7. State Completion of Technical Response Evaluations JUNE 15, 2026 8. State Notice of Intent to Award Released and RFQ Files Opened for Public Inspection . JUNE 17, 2026 9. End of Protest Period 4:30 p.m. JUNE 24, 2026 10. State sends contract to Contractor for signature JUNE 25, 2026 11. Contractor Signature Deadline 2:00 p.m. JUNE 29, 2026 RFQ # 35910 -14926 7 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 whet her or not a Respondent meets mandatory qualifications (Phase I). 3.1.2. General 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. 3.2. Response Delivery Location A Respondent must ensure that the State receives a Response to this RFQ no later than the Response Deadline time and date s detailed in the RF Q § 2, Schedule of Events. All responses must be delivered to: Will Harmon Department of General Services, CPO 312 Rosa Parks Avenue, 3rd Floor Tennessee Tower Nashville, TN 37243 -1102 will.harmon@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. Digital Media Submission 3.3.2.1.1. Technical Response One (1) original Technical Response in the form of one (1) digital document in “PDF” format properly recorded on its own otherwise blank USB flash drive clearly labeled: “RFQ # 35910 -14926 TECHNICAL RESPONSE ORIGINAL” RFQ # 35910 -14926 8 and One (1) copies 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 # 35910 -14926 TECHNICAL RESPONSE COPY” If not emailed, then t he sealed customer references will be the only paper documents. 3.3.3. A Respondent must separate, seal, package, and label the documents and copies for delivery as follows: 3.3.3.1. The Technical Response and copies must be placed in a sealed package that is clearly labeled: “DO NOT OPEN... RFQ # 35910 -14926 TECHNICAL RESPONSE FROM [RESPONDENT LEGAL ENTITY NAME] ” 3.3.3.3. The sealed Technical Response may be enclosed in a larger package for mailing or delivery, provided that the outermost package is clearly labeled: “RFQ # 35910 -14926 SEALED RESPONSE FROM [RESPONDENT LEGAL ENTITY NAME] ” 3.3.3.4. Any Respondent wishing to submit a Response in a format other than digital may do so by contacting the Solicitation Coordinator. 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 #35910 -14926 TECHNICAL RESPONSE” The customer references should be delivered by each reference in accordance with RFQ Attachment E, Reference Questionnaire. 3.3.6. 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: Will Harmon Department of General Services, CPO 312 Rosa Parks Avenue, 3rd Floor Tennessee Tower Nashville, TN 37243 -1102 will.harmon@tn.gov RFQ # 35910 -14926 9 3.4. Response Prohibitions: A response to this RFQ sh all 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 do
Pricing and bid posture
Contractor-side estimate from visible notice metadata, NAICS/PSC, contract type, schedule hints, and BidPulsar workpaper assumptions. Not an IGCE, incumbent price, award value, or government budget.
This advisory bid range is visible page text for contractors and search engines: it summarizes the modeled floor, target, and premium bid posture for this solicitation.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
Service match
Optional support routes matched to this notice after the core solicitation details.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.