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)).
Mental Health Services at Wilder Youth Development Center (WYDC) - 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 35910-15624
- 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 358 more rate previews.↓
Description
12-18-25 RFQ i STATE OF TENNESSEE CENTRAL PROCUREMENT OFFICE REQUEST FOR QUALIFICATIONS FOR MENTAL HEALTH SERVICES AT WILDER YOUTH DEVELOPMENT CENTER (WYDC) RFQ # 35910 -15624 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. Pro Forma Contract 12-18-25 RFQ RFQ # 35910 -15624 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 Department of Children’s Services is seeking to procure qualified mental health professionals to provide a full spectrum of behavioral health services, including clinical supervision, direct therapeutic interventions, and programmatic oversight at John S. Wilder Youth Development Center (WYDC) in Somerville, Fayette County, TN. These services will address the diverse mental health needs of the population, ensuring accessible, high -quality care across multiple service ar eas. The scope of work encompasses assessment, diagnosis, treatment planning, ongoing therapeutic support, and system -level coordination to ensure comprehensive, integrated mental health solutions. 1.2. Notice of Intent to Respond Before the Notice of Intent to Respond Deadline detailed in RFQ § 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 WYDC John S. Wilder Youth Development Center 12-18-25 RFQ RFQ # 35910 -15624 3 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 APRIL 2 0, 2026 2. Disability Accommodation Request Deadline 2:00 p.m. APRIL 23, 2026 3. Notice of Intent to Respond Deadline 2:00 p.m. APRIL 24 , 2026 4. Written “Questions & Comments” Deadline 2:00 p.m. MAY 1, 2026 5. State Response to Written “Questions & Comments” MAY 8, 2026 6. Response Deadline 2:00 p.m. MAY 22, 2026 7. State Completion of Technical Response Evaluations MAY 29 , 2026 8. State Notice of Intent to Award Released and RFQ Files Opened for Public Inspection . JUNE 2, 2026 9. End of Protest Period 4:30 p.m. JUNE 9, 2026 10. State sends contract to Contractor for signature JUNE 1 1, 2026 11. Contractor Signature Deadline 2:00 p.m. JUNE 1 5, 2026 12-18-25 RFQ RFQ # 35910 -15624 4 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 section is included in the State’s evaluation as to whether 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 L. 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. 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 -15624 TECHNICAL RESPONSE ORIGINAL” 12-18-25 RFQ RFQ # 35910 -15624 5 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: 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 -15624 TECHNICAL RESPONSE” The customer references should be delivered by each reference in accordance with RFQ Attachment F. Reference Questionnaire. 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: Will Harmon Department of General Services, CPO 312 Rosa L. Parks Avenue, 3rd Floor Tennessee Tower Nashville TN 37243 -1102 will.harmon@tn.gov 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 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 respon dent 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 date s 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 12-18-25 RFQ RFQ # 35910 -15624 6 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. 12-18-25 RFQ RFQ # 35910 -15624 7 4. GENERAL INFORMATION & REQUIREMENTS 4.1. Communications 4.1.1. Respondents shall reference RFQ 35910 -15624 in all communications relating to this solicitation, and direct any such communications to the following person designated as the Solicitation Coordinator: Will Harmon Department of General Services, CPO 312 Rosa L. Parks Avenue, 3rd Floor Tennessee Tower Nashville TN 37243 -1102 will.harmon@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: 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: Donovan Haynes | Equal Employment Opportunity Manager Office of Access and Engagement Internal Affairs Division Tennessee Department of Children’s Services 7th Floor UBS Building 315 Deaderick St. Nashville, TN 37243 Phone: 615 -741-8422 Donovan.haynes@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 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, 12-18-25 RFQ RFQ # 35910 -15624 8 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 a nd 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
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.