Presentation is loading. Please wait.

Presentation is loading. Please wait.

INDIANA DEPARTMENT OF ADMINISTRATION On Behalf Of Department of Child Services Child Support Bureau Request for Proposal 14-098 Indiana State Central Collection.

Similar presentations


Presentation on theme: "INDIANA DEPARTMENT OF ADMINISTRATION On Behalf Of Department of Child Services Child Support Bureau Request for Proposal 14-098 Indiana State Central Collection."— Presentation transcript:

1 INDIANA DEPARTMENT OF ADMINISTRATION On Behalf Of Department of Child Services Child Support Bureau Request for Proposal 14-098 Indiana State Central Collection Unit (INSCCU) Paper Child Support Payment Processing Pre-Proposal Conference May 9, 2014 Adam Thiemann, Account Manager

2 Agenda General Information Purpose of RFP Key Dates Proposal Preparation & Evaluation Minority and Women’s Business Enterprises (M/WBE) Question and Answer Session

3 General Information Sign-In Sheet for Attendees Sign-In Sheet and PowerPoint will be posted on IDOA’s Solicitation Website Hold questions until the end of the presentation Any verbal response is not considered binding; respondents are encouraged to submit any question formally in writing.

4 The purpose of this RFP is to select a vendor that can satisfy the State’s need for paper child support payment processing, plus other additional services. The successful Vendor will: – Process “paper” child support payments – checks and money orders received from employers, non-custodial parents, financial institutions, other States, and the Social Security Administration. – Assist CSB with specific miscellaneous functions such as working on returned checks (NSFs) – Possibly provide Additional Services of working with counties to centralize walk in payments, providing a means for NCPs to pay their child support using direct debit/auto withdrawal and providing the means for CSB and the Counties to do document imaging. The full scope of work is found in Attachment D. Purpose of the RFP

5 Term of Contract The term of the contract shall be for a period of four (4) years from the date of contract execution. There may be three (3) one year renewals for a total of seven (7) years at the State’s option.

6 Key Dates ActivityDate Issue of RFPApril 25, 2014 Pre-Proposal ConferenceMay 9, 2014 Deadline to Submit Written QuestionsMay 16, 2014 Response to Written Questions/RFP Amendments May 30, 2014 Submission of ProposalsJune 23, 2014 The dates for the following activities are target dates only. These activities may be completed earlier or later than the date shown. Proposal Evaluation June 23, 2014 Proposal Discussions/Clarifications (if necessary)TBD Oral Presentations (if necessary) TBD Best and Final Offers (if necessary) TBD RFP Award Recommendation TBD

7 Business Proposal (Attachment C) Company Financial Information (Section 2.3.3) – Confidential information must be kept separate from the proposal in both hard and soft copy Contract Terms (Section 2.3.5) – Respondent should review sample State contract (Attachment B) and note exceptions to State mandatory and non-mandatory clauses

8 Technical Proposal In the Scope of Work, Attachment D, there are specific instructions included prior to each Matrix. Note that some requirements only require the Vendor to state agreement, but generally, Respondents are given an opportunity to provide additional information that may distinguish the quality of their proposal. Where appropriate, supporting documentation may be referenced by a page and paragraph number.

9 Technical Proposal Example G5 Working Relationships Participate in the INSCCU Oversight Committee, which will provide higher-level supervision and decision-making authority. The Committee will consist of, at a minimum, the Deputy Director and Assistant Deputy Director of CSB, the State’s INSCCU Project Manager, and various representatives of DCS and CSB. Vendor participation may include the INSCCU Project Manager, and INSCCU payment. Agree and describe proposed interaction with committee. NumberCategoryRequirementInstructions Response: (Company Name) agrees to comply with Requirement G5. (Company Name’s) participants in the INSCCU Oversight Committee are expected to be……….. etc.

10 Cost Proposal (Attachment F) Fixed Transition Cost The cost of the 15 week transition. Fixed Costs The fixed cost aspect of the Cost Proposal Template does not have to be used. A respondent may provide a fixed monthly cost amount or leave fixed monthly cost blank ($0). Per Transaction Costs All other costs, except for additional services costs, are to be included in the per transaction price. Transaction volume is an estimate only, and does not serve as a guarantee of minimum compensation for the Vendor. Volume was estimated using actual transaction volume from the current INSCCU for the past year.

11 Cost Proposal (Attachment F)

12 The vendor who proposes the lowest cost will receive the full points available. All other vendors will receive a share of those points based on their relative cost. The following formula will be used. (Lowest Proposed Cost/Respondent’s Proposed Cost X Available Points) Cost Scoring

13 Proposal Preparation Please return all attachments in the format provided. For example, Cost Proposal (Attachment F) must be returned in Excel format. Use the templates provided for all answers Do not alter templates

14 Proposal Evaluation Summary of Evaluation Criteria: Criteria Points 1. Adherence to Mandatory RequirementsPass/Fail 2. Management Assessment/Quality (Business and Technical Proposal) 50 points 3. Cost (Cost Proposal)30 points 4. Minority (10) and Women Business (10) Subcontractor Commitment 20 (2 bonus points are available) Total100 (102 if bonus awarded)

15 Minority and Women’s Business Enterprises Complete Attachment A, MWBE Form - Include sub-contractor letters of commitment Goals for Proposal - 8% Minority Business Enterprise - 8% Women’s Business Enterprise

16

17 Minority and Women’s Business Enterprises Prime Contractors must ensure that the proposed subcontractors meet the following criteria: Must be listed on the IDOA Directory of Certified Firms Each firm may only serve as once classification – MBE or WBE A Prime Contractor who is an MBE or WBE must meet subcontractor goals by using other listed certified firms. Certified Prime Contractors cannot count their own workforce or companies to meet this requirement. Must serve a commercially useful function. The firm must serve a value-added purpose on the engagement. Must provide goods or service only in the industry area for which it is certified as listed in the directory at http://www.in.gov/idoa/2352.htmhttp://www.in.gov/idoa/2352.htm Must be used to provide the goods or services specific to the contract National Corporate Diversity Plans are generally not acceptable

18

19 Minority and Women’s Business Enterprises TOTAL BID AMOUNT:

20 Minority and Women’s Business Enterprises Effective May, 2011, a new MWBE scoring methodology will be utilized for all RFP’s released New Process – MWBE scoring is conducted based on 20 points plus a possible 2 bonus points scale - MBE: Possible 10 points + 1 bonus point - WBE: Possible 10 points + 1 bonus Point Professional Services Scoring Methodology: -The points will be awarded on the following schedule: -Fractional percentages will be rounded up or down to the nearest whole percentage -Submissions of 0% participation will result in a deduction of 1 point in each category -The highest submission which exceeds the goal in each category will receive 11 points (10 points plus 1 bonus point). In case of a tie both firms will receive 11 points %1%2%3%4%5%6%7%8% Pts.1.252.503.755.006.257.508.7510.00

21 Minority and Women’s Business Enterprises RFP MWBE Scoring Example BidderMBE %Pts.WBE %Pts.Total Pts. Bidder 112.0%10.010.0%11.021.0 Bidder 26.0%7.54.0%5.012.5 Bidder 38.0%10.08.0%10.020.0 Bidder 416.0%11.00.0%10.0 Bidder 50.0%0.0%-2.0

22 Additional Information IDOA PROCUREMENT LINKS http://www.in.gov/idoa/2354.htm 1-877-77BUYIN (8946) For Vendor Registration Questions http://www.in.gov/idoa/2464.htm A.Secretary of State of Indiana: Can be reached at (317) 232-6576 for registration assistance. www.in.gov/soswww.in.gov/sos B.See Vendor Handbook: Online version available at http://www.in.gov/idoa/files/vendor_handbook.dochttp://www.in.gov/idoa/files/vendor_handbook.doc C. Minority and Women Owned Business Enterprises: http://www.in.gov/idoa/files/certification_list.xlshttp://www.in.gov/idoa/files/certification_list.xls for table of IDOA certified MBEs and WBEs. For more M/WBE information http://www.in.gov/idoa/2352.htmhttp://www.in.gov/idoa/2352.htm D.RFP posting and updates: Go to http://www.in.gov/cgi-bin/idoa/cgi-bin/bidad.plhttp://www.in.gov/cgi-bin/idoa/cgi-bin/bidad.pl Drag through table until you find desired RFP/RFI number on left-hand side and click the link.

23 Questions Any verbal response is not considered binding; respondents are encouraged to submit any question formally in writing.

24 Thank You Adam Thiemann athiemann@idoa.IN.gov


Download ppt "INDIANA DEPARTMENT OF ADMINISTRATION On Behalf Of Department of Child Services Child Support Bureau Request for Proposal 14-098 Indiana State Central Collection."

Similar presentations


Ads by Google