PROCUREMENT NOTICE State Of Connecticut Department Of Correction .

Transcription

PROCUREMENT NOTICEState of ConnecticutDepartment of CorrectionRequest for Proposal no. DOC-MOUD-2020-CCLEGAL NOTICEMEDICATION FOR OPIOID USE DISORDER TREATMENT CENTERSREQUEST FOR PROPOSALSThe State of Connecticut, Department of Correction (CTDOC), is seeking proposals from qualifiedOpioid Treatment Program providers to collaborate on implementation of Medication for Opioid UseDisorder (MOUD) Treatment Centers. The MOUD program is designed to build together anintegrated care model for patients with opioid use disorder. Currently, MOUD services are limited tosix CTDOC facilities. CTDOC is interested in expanding services and implementing MOUD TreatmentCenters for inmates at three additional CTDOC facilities located in north central Connecticut: CarlRobinson Correctional Institution, Willard-Cybulski Correctional Institution and Walker ReceptionCenter.The Request for Proposals is available in electronic format on the State Contracting Portal at:https://biznet.ct.gov/SCP Search/on the Department of Correction web page n-Elements/RFPor from the Department’s Official Contact:Name:Christine CaminitoAddress:24 Wolcott Hill Road, Wethersfield, CT RFP@ct.govA printed copy of the RFP can be obtained from the Official Contact upon request.Deadline for submission of mandatory Letter of Intent is January 31, 2020.Deadline for submission of RFP proposals is March 2, 2020.The Department of Correction is an Equal Opportunity/Affirmative Action Employer. Questions may bedirected to the CTDOC Contracts Administration Office at (860) 692-7849.Deaf and hearing-impaired individuals may use a TDD by calling 1-800-842-4524.

RFP TABLE OF CONTENTSPageProcurement Notice.1Section I GENERAL INFORMATION.A. Introduction .B. Abbreviations / Acronyms / DefinitionsC. Instructions .D. Proposal Format .E. Evaluation of Proposals.3-933-44-77-88-9Section II MANDATORY PROVISIONS .A. POS Standard Contract, Parts I and IIB. Assurances .C. Terms and Conditions .D. Rights Reserved to the State .E. Statutory and Regulatory Compliance.10-14109-10111212-14Section IIIA.B.C.D.PROGRAM INFORMATION.Department Overview.Program Overview.Main Proposal ComponentsCost Proposal ComponentsSection IV PROPOSAL 33435-3637Section V ATTACHMENTS .A. Attachment 1 (Letter of Intent).B. Attachment 2 (Proposal Cover Letter). .C. Attachment 3 (Budget).D. Attachment 4 (MOUD Data Collection and Outcome Metrics) .E. Attachment 5 (OPM Form #1: Gift & Campaign Contribution Certification)F. Attachment 6 (OPM Form #5: Consulting Affidavit) .

SECTION I. GENERAL INFORMATIONI. GENERAL INFORMATION A. B.INTRODUCTION1.RFP Name or Number: Medication for Opioid Use Disorder Treatment CentersDOC-MOUD-2020-CC2.Summary: The purpose of this request is to procure the services of qualified Opioid Treatment Program(OTP) providers to collaborate with the Connecticut Department of Correction (CTDOC or Department) onimplementation of Medication for Opioid Use Disorder (MOUD) Treatment Centers. The MOUD program isdesigned to build together an integrated care model for patients with opioid use disorder. Currently,MOUD services are limited to 6 CTDOC facilities. CTDOC is interested in expanding services andimplementing MOUD Treatment Centers for inmates at three additional CTDOC facilities located in northcentral Connecticut: Carl Robinson Correctional Institution, Willard-Cybulski Correctional Institution andWalker Reception Center.3.Synopsis (Optional): N/A4.Commodity Codes. The services that the Department wishes to procure through this RFP are as follows: 0098: Medical Services 1000: Health Care ServicesABREVIATIONS / ACRONYMS / SP.A.RFPSEECU.S.Best and Final OfferConnecticut General StatutesCommission on Human Rights and Opportunity (CT)ConnecticutDepartment of Administrative Services (CT)Freedom of Information Act (CT)Internal Revenue Service (US)Letter of IntentOffice of the Attorney GeneralOffice of Policy and Management (CT)Office of the State Comptroller (CT)Purchase of ServicePublic Act (CT)Request For ProposalState Elections Enforcement Commission (CT)United States contractor: a private provider organization, CT State agency, or municipality that enters into a POScontract with the Department as a result of this RFP proposer: a private provider organization, CT State agency, or municipality that has submitted a proposalto the Department in response to this RFP prospective proposer: a private provider organization, CT State agency, or municipality that may submit aproposal to the Department in response to this RFP, but has not yet done so subcontractor: an individual (other than an employee of the contractor) or business entity hired by acontractor to provide a specific health or human service as part of a POS contract with the Department asa result of this RFPDepartment of CorrectionPage 3 of 38

SECTION I. GENERAL INFORMATION C. startup costs: One-time costs incurred for the startup of a program. These costs may not be annualized. prison: A correctional facility that confines sentenced inmates anticipated to serve more than two (2)years of confinement. CTDOC operates nine (9) male, one (1) youth male (combined prison andcorrectional center) and one (1) female (combined prison and correctional center) prisons. correctional center: A correctional facility that confines inmates awaiting trial for their alleged crimes.These facilities are designated as ‘intake facilities’, meaning that they accept individuals directly fromcourt, local lockups and/or the community and house them until such time as they are sentenced by thecourt. Correctional Centers also confine individuals after sentencing if the sentence is two (2) years orless. CTDOC operates four (4) male, one (1) youth male (combined prison and correctional center) andone (1) female (combined prison and correctional center) correctional centers. assessment facility: A correctional institution designated for the assessment of inmates sentenced tolonger than two (2) years in prison. CTDOC operates one (1) assessment facility that all inmates assignedsentences of more than two (2) years are transferred to prior to being assigned housing at a prison for theduration of their sentence.INSTRUCTIONS1.Official Contact. The Department has designated the individual below as the Official Contact forpurposes of this RFP. The Official Contact is the only authorized contact for this procurement and, assuch, handles all related communications on behalf of the Department. Proposers, prospective proposers,and other interested parties are advised that any communication with any other Department employee(s)(including appointed officials) about this RFP is strictly prohibited. Proposers or prospective proposers whoviolate this instruction may risk disqualification from further ine Caminito24 Wolcott Hill RoadWethersfield, CT 06109860 692-7849860 692-7576DOC.RFP@ct.govAny correspondence sent to the above e-mail address must include the RFP number (DOCMOUD-2020-CC) in the subject line.Please ensure that e-mail screening software (if used)recognizes and accepts e-mails from the Official Contact.2.RFP Information. The RFP, amendments to the RFP, and other information associated with thisprocurement are available in electronic format from the Official Contact or from the Internet at thefollowing locations:Department’s Web mon-Elements/RFPState Contracting Portal:https://biznet.ct.gov/SCP Search/It is strongly recommended that any proposer or prospective proposer interested in this procurementsubscribe to receive e-mail alerts from the State Contracting Portal. Subscribers will receive a dailye-mail announcing procurements and addendums that are posted on the portal. This service is providedas a courtesy to assist in monitoring activities associated with State procurements, including this RFP.Printed copies of all documents are also available from the Official Contact upon request.Department of CorrectionPage 4 of 38

SECTION I. GENERAL INFORMATION3.Contract Awards. The award of any contract pursuant to this RFP is dependent upon the availability offunding to the Department. The Department anticipates the following: Total Funding Available:Number of Awards:Contract Cost:Contract Term:Confidential3TBD2 years, with the possibility of an extension of up to 3 years, dependingupon the availability of funding to the Department4.Eligibility. Pursuant to C.G.S. § 4-70b, the Department must award purchase of service contracts to amunicipality or a private provider organization. A private provider organization as defined in C.G.S. § 470b (5) means a non-state entity that is either a nonprofit or proprietary corporation or partnership whichreceives funds from the state, and may receive federal or other funds, to provide direct health or humanservices to agency clients.5.Minimum Qualifications of Proposers. To qualify for a contract award, a proposer must be a fullycertified Opioid Treatment Program (OTP) and have the following minimum qualifications: 6.Registered to do business in the State of Connecticut (through the Office of the Secretary of State)Certified by SAMHSAAccredited by an independent SAMHSA-approved accrediting body to dispense opioid treatmentmedicationsRegistered with the Drug Enforcement Administration (DEA)NCCHC Accredited or committed to becoming accreditedA minimum of 5 years demonstrated experience providing the requested servicesProcurement Schedule. Dates marked (*) are target dates only, and may be subject to change. TheDepartment may amend the schedule, as needed. Any change will be made by means of an amendmentto this RFP and will be posted on the State Contracting Portal and the Department’s Web Site. RFP Released:Deadline for MANDATORY Letter of Intent:Deadline for Questions:Answers Released (Round 1):RFP Conference:Answers Released (Round 2):Deadline for Proposal Submission:(*) Proposer Selection:(*) Start of Contract Negotiations:(*) Start of Contract:January 13, 20203:00 PM, January 31, 20203:00 PM, February 7, 2020February 14, 2020Not applicableNot applicable3:00 PM, March 2, 2020March 27, 2020April 3, 2020July 1, 20207.Letter of Intent. A Letter of Intent (LOI) is required by this RFP. The LOI is non-binding and does notobligate the sender to submit a proposal. The LOI must be submitted to the Official Contact identified inSection C.1 of this RFP. LOI’s may be submitted by US mail, fax, or e-mail by the deadline established inthe Procurement Schedule. The LOI must clearly identify the sender, including agency name, contactperson, postal address, telephone number, fax number, and e-mail address.It is the sender’sresponsibility to confirm the Department’s receipt of the LOI. Failure to submit the required LOI inaccordance with the requirements set forth herein shall result in disqualification from furtherconsideration.8.Inquiry Procedures. All questions regarding this RFP or the Department’s procurement process must bedirected, in writing, to the Official Contact before the deadline specified in the Procurement Schedule. Theearly submission of questions is encouraged. Questions will not be accepted or answered verbally –neither in person nor over the telephone. All questions received before the deadline will be answered.However, the Department will not answer questions when the source is unknown (i.e., nuisance orDepartment of CorrectionPage 5 of 38

SECTION I. GENERAL INFORMATIONanonymous questions). Questions deemed unrelated to the RFP or the procurement process will not beanswered. At its discretion, the Department may or may not respond to questions received after thedeadline. If the Department chooses to answer questions received after the deadline, the question andthe answer will be made available to all proposers or prospective proposers. The Department reserves theright to answer questions only from those who have submitted an LOI. The Department may combinesimilar questions and give only one answer. All questions and answers will be compiled into a writtenamendment to this RFP. If any answer to any question constitutes a material change to the RFP, thequestion and answer will be placed at the beginning of the amendment and duly noted as such. TheDepartment will release the answers to questions on the dates established in the Procurement Schedule.The Department will publish any and all amendments to this RFP on the State Contracting Portal and theDepartment’s Web Site. At its discretion, the Department may distribute any amendments and addendato this RFP to prospective proposers who submitted a Letter of Intent. Proposals must include a signedAddendum Acknowledgement, which will be placed at the end of any and all addenda to thisRFP.9.RFP Conference. An RFP conference will not be held to answer questions from prospective proposers.10. Proposal Due Date and Time. The Official Contact is the only authorized recipient of proposalssubmitted in response to this RFP. Proposals must be received by the Official Contact on or before thedue date and time: Due Date:Time:March 2, 20203:00 PMFaxed or e-mailed proposals will not be evaluated. When hand-delivering proposals by courier or inperson, allow extra time due to building security procedures. The Department will not accept a postmarkdate as the basis for meeting the submission due date and time. Proposals received after the due dateand time may be accepted by the Department as a clerical function, but late proposals will not beevaluated. At the discretion of the Department, late proposals will either be destroyed or retained for pickup by the submitters.An acceptable submission must include the following: one (1) original proposal;five (5) conforming copies of the original proposal; andone (1) conforming electronic copy of the original proposal by e-mail.The original proposal must carry original signatures and be clearly marked on the cover as “Original.”Unsigned proposals will not be evaluated. The original proposal and each conforming copy of the proposalmust be complete, properly formatted and outlined, and ready for evaluation by the Screening Committee.The electronic copy of the proposal must be compatible with Microsoft Office Word 2013 orMicrosoft Office Excel 2013. For the electronic copy, whenever possible, required forms and appendicesmay be scanned and submitted in Portable Document Format (PDF) or similar file format.11. Multiple Proposals. The submission of multiple proposals from the same proposer is an option with thisprocurement. Proposers interested in applying for more than 1 facility must submit a separate proposalfor each facility. Multiple proposals for the same facility will not be accepted.12. Declaration of Confidential Information. Proposers are advised that all materials associated with thisprocurement are subject to the terms of the Freedom of Information Act (FOIA), the Privacy Act, and allrules, regulations and interpretations resulting from them. If a proposer deems that certain informationrequired by this RFP is confidential, the proposer must label such information as CONFIDENTIAL. InSection C of the proposal submission, the proposer must reference where the information labeledCONFIDENTIAL is located in the proposal. EXAMPLE: Section G.1.a. For each subsection so referenced,the proposer must provide a convincing explanation and rationale sufficient to justify an exemption of theDepartment of CorrectionPage 6 of 38

SECTION I. GENERAL INFORMATIONinformation from release under the FOIA. The explanation and rationale must be stated in terms of (a)the prospective harm to the competitive position of the proposer that would result if the identifiedinformation were to be released and (b) the reasons why the information is legally exempt from releasepursuant to C.G.S. § 1-210(b).13. Conflict of Interest - Disclosure Statement.Proposers must include a disclosure statementconcerning any current business relationships (within the last three (3) years) that pose a conflict ofinterest, as defined by C.G.S. § 1-85. A conflict of interest exists when a relationship exists between theproposer and a public official (including an elected official) or State employee that may interfere with faircompetition or may be adverse to the interests of the State. The existence of a conflict of interest is not,in and of itself, evidence of wrongdoing. A conflict of interest may, however, become a legal matter if aproposer tries to influence, or succeeds in influencing, the outcome of an official decision for their personalor corporate benefit. The Department will determine whether any disclosed conflict of interest poses asubstantial advantage to the proposer over the competition, decreases the overall competitiveness of thisprocurement, or is not in the best interests of the State. In the absence of any conflict of interest, aproposer must affirm such in the disclosure statement. Example: “[name of proposer] has no currentbusiness relationship (within the last three (3) years) that poses a conflict of interest, as defined by C.G.S.§ 1-85.” D.PROPOSAL FORMAT1.Required Outline. All proposals must follow the required outline presented in Section IV – ProposalOutline of this RFP. Proposals that fail to follow the required outline will be deemed, at the discretion ofthe Department, non-responsive and will not be evaluated.2.Cover Sheet. The Cover Sheet is Page 1 of the proposal. Proposers must complete and use the CoverSheet form provided by the Department as Attachment #2 in Section V of this RFP.3.Table of Contents. All proposals must include a Table of Contents that conforms with the requiredproposal outline. (See Section IV)4.Executive Summary. Proposals must include a high-level 1-page summary of the main proposal andcost proposal. This summary should include: the type of program being proposed, location of program,total annual cost, a brief agency history, and a brief program philosophy.5.Attachments. Attachments other than the required Appendices or Forms identified in Section IV are notpermitted and will not be evaluated. Further, the required Appendices or Forms must not be altered orused to extend, enhance, or replace any component required by this RFP. Failure to abide by theseinstructions will result in disqualification.6.Style Requirements. Submitted proposals must conform to the following specifications: Binding Type:Butterfly Clip Dividers:None specified Paper Size:8 ½ x 11 (Standard Letter) Page limit:25 page maximum for Section F - Main Proposal (see Section IV - Proposal Outlineof this RFP) Print Style:Double sided Font Size:12 Font Type:Times New Roman Margins:Normal (1 inch) Line Spacing:Single Space Pagination. The proposer’s name must be displayed in the header of each page. All pages, including therequired Appendices and Forms, must be numbered in the footer.7.Department of CorrectionPage 7 of 38

SECTION I. GENERAL INFORMATION8.Packaging and Labeling Requirements. All proposals must be submitted in sealed envelopes,packages or boxes and must be addressed to the Official Contact. The Legal Name and Address of theproposer must appear in the upper left corner of the envelope, package or box. The RFP Name or Numbermust be clearly displayed on the envelope or package: DOC-MOUD-2020-CCAny proposal that does not conform to these packaging or labeling instructions will be opened as generalmail. Such a proposal may be accepted by the Department as a clerical function, but will not beevaluated. At the discretion of the Department, such a proposal may be either destroyed or retained forpick up by the submitters. E.EVALUATION OF PROPOSALS1.Evaluation Process. It is the intent of the Department to conduct a comprehensive, fair, and impartialevaluation of proposals received in response to this RFP. When evaluating proposals, negotiating andawarding contracts, the Department will conform with its written procedures for POS procurements(pursuant to C.G.S. § 4-217) and the State’s Code of Ethics (pursuant to C.G.S. §§ 1-84 and 1-85).2.Screening Committee. The Department will designate a Screening Committee to evaluate proposalssubmitted in response to this RFP. The contents of all submitted proposals, including any confidentialinformation, will be shared with the Screening Committee. Only proposals found to be responsive (that is,complying with all instructions and requirements described herein) will be reviewed, rated, and scored.Proposals that fail to comply with all instructions will be rejected without further consideration. Attemptsby any proposer (or representative of any proposer) to contact or influence any member of the ScreeningCommittee may result in disqualification of the proposer.3.Minimum Submission Requirements. All proposals must comply with the requirements specified inthis RFP. To be eligible for evaluation, proposals must (1) be received on or before the due date andtime; (2) meet the Proposal Format requirements; (3) follow the required Proposal Outline; and (4) becomplete. Proposals that fail to follow instructions or satisfy these minimum submission requirements willnot be reviewed further. The Department will reject any proposal that deviates significantly from therequirements of this RFP.4.Evaluation Criteria (and Weights). Proposals meeting the Minimum Submission Requirements will beevaluated according to the established criteria. The criteria are the objective standards that the ScreeningCommittee will use to evaluate the technical merits of the proposals. Only the criteria listed below will beused to evaluate proposals.Interpretation of these criteria will be established by the ScreeningCommittee prior to receipt of proposals.The criteria are weighted according to their relative importance. The maximum score across all criteria is100 points. The weights are disclosed below. Organizational ProfileScope of ServicesStaffingData and TechnologySubcontractorsWork PlanFinancial ProfileBudget and Budget NarrativeAppendices and Forms10 points20 points10 points10 pointsN/A (see below)20 points5 points20 points5 pointsSince Subcontractors are allowed but not required as part of this RFP, the Subcontractor criteria shall bescored in conjunction with the Scope of Services. Scoring will take into consideration how the proposerintends to use Subcontractors as part of their program approach. Proposers will not be penalized fordeciding to not utilize Subcontractors.Department of CorrectionPage 8 of 38

SECTION I. GENERAL INFORMATIONPLEASE NOTE: As part of its evaluation, the Screening Committee will consider the proposer’sdemonstrated commitment to affirmative action, as required by the Regulations of CT State Agencies §46A-68j-30(10).5.Proposer Selection. Upon completing its evaluation of proposals, the Screening Committee will submitthe rankings of all proposals to the Department head. The final selection of a successful proposer is at thediscretion of the Department head. Any proposer selected will be so notified and awarded an opportunityto negotiate a contract with the Department. Such negotiations may, but will not automatically, result ina contract. Pursuant to Governor M. Jodi Rell’s Executive Order No. 3, any resulting contract will beposted on the State Contracting Portal. All unsuccessful proposers will be notified by e-mail or U.S. mail,at the Department’s discretion, about the outcome of the evaluation and proposer selection process.6.Debriefing. Within ten (10) days of receiving notification from the Department, unsuccessful proposersmay contact the Official Contact and request information about the evaluation and proposer selectionprocess. The e-mail sent date or the postmark date on the notification envelope sent by the Departmentwill be considered “day one” of the ten (10) days. If unsuccessful proposers still have questions afterreceiving this information, they may contact the Official Contact and request a meeting with theDepartment to discuss the evaluation process and their proposals. If held, the debriefing meeting will notinclude any comparisons of unsuccessful proposals with other proposals. The Department will scheduleand hold the debriefing meeting within fifteen (15) days of the request. The Department will not change,alter, or modify the outcome of the evaluation or selection process as a result of any debriefing meeting.7.Appeal Process. Within ten (10) days of the debriefing meeting, unsuccessful proposers may appeal theDepartment’s procurement process in writing, to the Department head. The proposer must set forth factsor evidence in sufficient and convincing detail for the Department head to determine whether theDepartment’s process failed to comply with the State’s statutes, regulations or standards (established inthe State of Connecticut, Office of Policy and Management, Procurement Standards: for Personal ServiceAgreements and Purchase of Service Contracts) concerning competitive procurement or the provisions ofthe RFP. The Department head must issue a decision, in writing, not later than thirty (30) days afterreceipt of any such appeal. The filing of an appeal shall not constitute sufficient reason for the Departmentto delay, suspend, cancel or terminate the procurement process or execution of a contract. More detailedinformation about filing an appeal may be obtained from the Official Contact.In the event that the Department head determines that a process violation has occurred and that theviolation had a substantial effect on the procurement, the Department head shall take corrective actionnot later than thirty (30) days after the date of such a determination.In addition, a proposer has the right of appeal, under certain circumstances, to the State ContractingStandards Board, which is statutorily charged with considering and acting upon appeals (see C.G.S. §§ 4e35, 4e-36, and 4e-37).8.Contract Execution. Any contract developed and executed as a result of this RFP is subject to theDepartment’s contracting procedures, which may include approval by the Office of the Attorney General.Department of CorrectionPage 9 of 38

SECTION II. MANDATORY PROVISIONSII. MANDATORY PROVISIONS A.POS STANDARD CONTRACT, PARTS I AND IIBy submitting a proposal in response to this RFP, the proposer implicitly agrees to comply with the provisionsof Parts I and II of the State’s “standard contract” for POS:Part I of the standard contract is maintained by the Department and will include the agreed upon scope ofservices, contract performance, quality assurance, reports, terms of payment, budget, and other programspecific provisions of any resulting POS contract. A sample of Part I is available from the Department’sOfficial Contact upon request.Part II of the standard contract is maintained by OPM and includes the mandatory terms and conditions ofthe POS contract. Part II is available on OPM’s website at: http://www.ct.gov/opm/fin/standard contractNote:Included in Part II of the standard contract is the State Elections Enforcement Commission's (SEEC) notice(pursuant to C.G.S. § 9-612(g)(2)) advising executive branch State contractors and prospective Statecontractors of the ban on campaign contributions and solicitations. If a proposer is awarded anopportunity to negotiate a contract with the Department and the resulting contract has an anticipatedvalue in a calendar year of 50,000 or more, or a combination or series of such agreements or contractshas an anticipated value of 100,000 or more, the proposer must inform the proposer’s principals of thecontents of the SEEC notice.Part I of the standard contract may be amended by means of a written instrument signed by theDepartment, the selected proposer (contractor), and, if required, the Attorney General’s Office. Part II ofthe standard contract may be amended only in consultation with, and with the approval of, the Office ofPolicy and Management and the Attorney General’s Office. B.ASSURANCESBy submitting a proposal in response to this RFP, a proposer implicitly gives the following assurances:1.Collusion. The proposer represents and warrants that the proposer did not participate in any part of theRFP development process and had no knowledge of the specific contents of the RFP prior to its issuance.The proposer further represents and warrants that no agent, representative, or employee of the Stateparticipated directly in the preparation of the proposer’s proposal. The proposer also represents andwarrants that the submitted proposal is in all respects fair and is made without collusion or fraud.2.State Officials and Employees. The proposer certifies that no elected or appointed official or employeeof the State has or will benefit financially or materially from any contract resulting from this RFP. TheDepartment may terminate a resulting contract if it is determined that gratuities of any kind were eitheroffered or received by any of the aforementioned officials or employees from the proposer, contractor, orits agents or employees.3.Competitors. The proposer assures that the submitted proposal is not made in connection with anycompeting organization or competitor submitting a separate proposal in response to this RFP. No attempthas been made, or will be made, by the proposer to induce any other organization or competitor tosubmit, or not submit, a proposal for the purpose of restricting competition. The proposer further assuresthat the proposed costs have been

MEDICATION FOR OPIOID USE DISORDER TREATMENT CENTERS REQUEST FOR PROPOSALS The State of Connecticut, Department of Correction (CTDOC), is seeking proposals from qualified . Willard-Cybulski Correctional Institution and Walker Reception Center. The Request for Proposals is available in electronic format on the State Contracting Portal at: