**IMPORTANT NOTICE**

  • The format of this RFP has been simplified.
  • Only the following pages require signatures:
  1. Exhibit A – Bid Response Packet, Bidder Information and Acceptancepage
  2. Must be signed by Bidder
  3. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheet
  4. Must be signed by Bidder
  5. Must be signed by SLEB Partner if subcontracting to a SLEB

Please read EXHIBIT A – Bid Response Packet carefully,INCOMPLETE BIDS WILL BE REJECTED. Alameda County will not accept submissions or documentation after the bid response due date.

COUNTY OF ALAMEDA

REQUEST FOR PROPOSALNo.901387

for

Community Recidivism Reduction Services

For complete information regarding this project, seeRFPposted ator contact the County representative listed below. Thank you for your interest!
Contact Person: Lovell Laurente, Procurement & Contracts Specialist
Phone Number: (510) 208-9621
E-mail Address:

RESPONSE DUE

by

2:00 p.m.

on

July 29, 2015

through

Alameda County, GSA–Procurement & Support Services

1401 Lakeside Drive, Suite 907

Oakland, CA 94612

Alameda County is committed to reducing environmental impacts across our entire supply chain.

If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

COUNTY OF ALAMEDA

REQUEST FORPROPOSALNo. 901387

SPECIFICATIONS, TERMS & CONDITIONS

for

Community Recidivism Reduction Services

TABLE OF CONTENTS

Page

I.STATEMENT OF WORK

A.INTENT

B.SCOPE / BACKGROUND

C.BIDDER QUALIFICATIONS

D.GLOSSARY OF TERMS

E.SPECIFIC REQUIREMENTS

F.DELIVERABLES / REPORTS

II.CALENDAR OF EVENTS

G.NETWORKING / BIDDERS CONFERENCES

III.COUNTY PROCEDURES, TERMS, AND CONDITIONS

H.EVALUATION CRITERIA / SELECTION COMMITTEE

I.CONTRACT EVALUATION AND ASSESSMENT

J.NOTICE OF RECOMMENDATION TO AWARD

K.TERM / TERMINATION / RENEWAL

L.QUANTITIES

M.PRICING

N.AWARD

O.METHOD OF ORDERING

P.INVOICING

Q.ACCOUNT MANAGER / SUPPORT STAFF

IV.INSTRUCTIONS TO BIDDERS

R.COUNTY CONTACTS

S.SUBMITTAL OF BIDS

T.RESPONSE FORMAT

ATTACHMENTS

EXHIBIT A -BID RESPONSE PACKET

EXHIBIT B - INSURANCE REQUIREMENTS

Specifications, Terms & Conditions

for Community Recidivism Reduction Services

I.STATEMENT OF WORK

A.INTENT

It is the intent of these specifications, terms and conditions to describe community recidivism services being requested by the County.

The County intends to award an eighteen-month contract to the five bidders selected as the most responsible bidders whose responses conform to the RFP and meets the County’s requirements.

B.SCOPE / BACKGROUND

The Budget Act of 2014 (Chapter 25, Statutes of 2014) allocated $8 million to the Board of State and Community Corrections (BSCC) for the Community Recidivism Reduction Grant, described in Penal Code Section 1233.10. Counties were eligible to receive funds if the Board of Supervisors, in collaboration with the County’s Community Corrections Partnership, agreed to develop a competitive grant program intended to fund community recidivism and crime reduction services. On September 9, 2014, the Alameda County Board of Supervisors approved the Alameda County Probation Department (ACPD) to apply to the BSCC for the grant.

Based upon the County’s population, Alameda County received a grant allocation of $250,000, with the maximum allocation to any one provider not to exceed $50,000. The County may use up to five percent (5%) of its allocation for administrative costs. The Board of Supervisors, in collaboration with the Community Corrections Partnership, have agreed to develop and administer a process to distribute the funds, and collect and submit project data to the BSCC.

On December 5, 2014, Alameda County was issued a payment in the amount of $250,000 from the State Controller’s Office. The grant funds must be awarded to a nongovernmental entity or a consortium or coalition of nongovernmental entities that provide community recidivism and crime reduction services.

C.BIDDER QUALIFICATIONS

1.Bidder Minimum Qualifications

a.Bidder shall be regularly and continuously engaged in the business of providing community recidivism servicesto the targeted population during the past five years. This minimum qualification must be verifiable through the references provided in Exhibit A – Bid Response Packet.

b.Bidder must be a nongovernmental entity or a consortium or coalition of nongovernmental entities that provides community recidivism services to persons who have been released from the State prison or County jail, and who are under the supervision of the Alameda County Probation Department.

c.Bidder shall possess all permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFP.

d.Bidder shall be a local vendor, based in Alameda County. All and any parties of any bidding consortium must also meet this requirement. An Alameda County vendor is a firm or dealer:

(1)With fixed offices and having a street address within the County for at least six (6) months prior to the issue date of this RFP; and

(2)Which holds a valid business license issued by the County or a city within the County.

2.Bidders may only submit one bid, whether as prime or subcontractor, under this RFP. In the event that a bidder is featured in two or more separate bids for this RFP, ACPD reserves the right to disqualify both or all submissions.

D.GLOSSARY OF TERMS

1.Recidivism

For the purposes of this RFP, recidivism is defined, in accordance with the California Board and State Community Corrections (BSCC) definition, as conviction of a new felony or misdemeanor committed within three years of release from custody or committed within three years of placement on supervision for a previous criminal conviction.

2.Target Population

The target population is defined as individuals who have been released from state prison or county jail and are under the supervision of the Alameda County Probation Department. For the purposes of this RFP, the ACPD is particularly interested in services that target the following populations:

a.Post-Release Community Supervision (PRCS). Individuals released from state prison for non-serious and non-violent offenses, and are not classified as high risk sex-offenders, will no longer be supervised by state parole but will instead be supervised by the local probation agency under PRCS.

b.Individuals charged and/or resolved with an 1170(h)-eligible offense (in County jail or on mandatory supervision). If probation is denied, individuals with an 1170(h) eligible offense will be sentenced to serve their time in county jail or local prison. If sentenced to county jail or local prison, an individual will receive no supervision after their custody term concludes or they may be placed on mandatory supervision (commencing upon release from physical custody) to be supervised by the probation department (also known as a split sentence).

(1)Individuals not eligible under 1170(h) must be committed to state prison if probation is denied. Upon release from state prison, they may be supervised by California Department of Corrections and Rehabilitation (CDCR) Parole. They may also be supervised by the Probation Department under traditional probation if they have active dockets in addition to their parole supervision.

3.Employment

For the purposes of this RFP, employment constitutes 30 consecutive calendar days of work with the same employer, and averaging at least 32-hours per week.

E.SPECIFIC REQUIREMENTS

1.Contractor shall provide community recidivism services that are designed to enable persons, to whom the services are provided, to refrain from engaging in crime, reconnect with their family members, and contribute to their communities. These services may include, but are not limited to homelessness prevention and reentry services, pursuant to California Penal Code Section 1233.10(a).

2.Contractor’s community recidivism services must focus on one or more of the following areas:

a.Individual or group assistance with basic life skills.

b.Academic, educational, and literacy services, including, but not limited to, services to enable the recipient to earn his/her high school diploma.

c.Job training skills and employment.

(1)For the purposes of this RFP, bidders offering employment services agree to adhere to a uniform definition of employment, constituting 30 consecutive calendar days of work with the same employer and averaging at least 32-hours per week

d.Employer training and outreach regarding the financial advantages of hiring formerly incarcerated individuals, and assistance with applying for Earned Income Tax Credits (EITC) and/or other incentives.

e.Service referral navigator to facilitate linkages for clients not engaged in services.

f.Any other service that advances community recidivism efforts, and advances thegoals identified in thePublic Safety Realignment Plan for Alameda County.

(1)

3.Services provided by the Contractor under the scope of this RFP shall be targeted to individuals of at least 18 years of age that reside in Alameda County, and that are or have recently been (within the last 12 months) released from custody and subjected to supervision by the Alameda County Probation Department.

4.Services provided by the Contractor to the community shall be over a period of 12 months, commencing on January 1, 2016 and ending on December 31, 2016 (hereafter referred to as the Service Period). Contractors recognize that the Contract Period will span for 18 months, comprised of a 12-month Service Period and a remaining six (6) months for planning, preparation, final reporting, and follow-up.

5.Contractorshall keep the ACPD up to date on progress and results throughout the duration of the contract period through regular communication. Contractor shall also attend meetings convened by the ACPD to discuss such progress and results.

F.DELIVERABLES/REPORTS

1.Data Collection

a.Contractor shall report to the ACPD on the types of services provided and the number of individuals served by the grant funds. Specific requirements for data collection will be developed by the ACPD.

(1)The ACPD will be responsible for reporting this data to the Community Corrections Partnership – Executive Committee, the Board of Supervisors, and the BSCC. The ACPD reserves the right to, without consent from the Contractor, report out on progress and results from the issued grants in other public arenas as deemed necessary.

2.Progress Reports

a.Contractor shall submit monthly progress reports to the ACPD.

b.Reports shall be dueon the 10th dayof the following month for the duration of theService Period.

3.Contractor shall be required to submit a final report which summarizes the goals and objectives of the project, services provided, target population, and number of program participants served during the Service Period.

a.Included in the final report, Contractor shall provide a detail of expenditures supported by grant funds.

II.CALENDAR OF EVENTS

EVENT / DATE/LOCATION
Request Issued / June 12, 2015
Written Questions Due / by 5:00 p.m. onJune 25, 2015
Networking/Bidders Conference #1 / June 24, 2015@ 2:00 p.m. / at:Fremont Public Library
Room A
2400 Stevenson Boulevard
Fremont, CA 94538
Networking/Bidders Conference #2
(Online conference option enabled for remote participation) / June 25, 2015@ 10:00 a.m. / at:General Services Agency
Room 201
1401 Lakeside Drive
Oakland,CA 94612
OR remotely @
Addendum Issued / July 15, 2015
Response Due / July 29, 2015 by 2:00 p.m.
Evaluation Period / July 29 – August 27, 2015
Vendor Interviews / August 26 – 27, 2015
Board Letter Recommending Award Issued / October 20, 2015
Board Consideration Award Date / October 27, 2015
Contract Start Date / November 1, 2015

Note:Award and start dates are approximate.

G.NETWORKING / BIDDERS CONFERENCES

1.The bidders conference held on June 25, 2015 will have an online conference option enabled for remote participation. Bidders can opt to participate via a computer with a stable internet connection (the recommended Bandwidth is 512Kbps) at In order to get the best experience, the County recommends that bidders who participate remotely use equipment with audio output such as speakers, headsets, or a telephone. Bidders may also attend this conference in person.

2.Networking/bidders conferences will be held to:

a.Provide an opportunity for Small Local Emerging Businesses (SLEBs) and large firms to network and develop subcontracting relationships in order to participate in the contract(s) that may result from this RFP.

b.Provide an opportunity for bidders to ask specific questions about the project and request RFP clarification.

c.Provide the County with an opportunity to receive feedback regarding the project and RFP.

3.All questions will be addressed, and the list of attendees will be included, in an RFPAddendum following the networking/bidders conference(s).

4.Potential bidders are strongly encouraged to attend networking/bidders conference(s) in order to further facilitate subcontracting relationships. Vendors who attend a networking/bidders conference will be added to the Vendor Bid List. Failure to participate in a networking/bidders conference will in no way relieve the Contractor from furnishing goods and/or services required in accordance with these specifications, terms and conditions. Attendance at a networking/bidders conference is highly recommended but is not mandatory.

III.COUNTY PROCEDURES, TERMS, AND CONDITIONS

H.EVALUATION CRITERIA / SELECTION COMMITTEE

All proposals that pass the initial Evaluation Criteria which are determined on a pass/fail basis (Completeness of Response, and Debarment and Suspension) will be evaluated by a County Selection Committee (CSC). The County Selection Committee may be composed of County staff and other parties that may have expertise or experience in community recidivism services. The CSC will score and recommend a Contractor in accordance with the evaluation criteria set forth in this RFP. Other than the initial pass/fail Evaluation Criteria,the evaluation of the proposals shall be within the sole judgment and discretion of the CSC.

All contact during the evaluation phase shall be through the GSA–Procurement & Support Services department only. Bidders shall neither contact nor lobby evaluators during the evaluation process. Attempts by Bidder to contact and/or influence members of the CSC may result in disqualification of Bidder.

The CSC will evaluate each proposal meeting the qualification requirements set forth in this RFP. Bidders should bear in mind that any proposal that is unrealistic in terms of the technical or schedule commitments, or unrealistically high or low in cost, will be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of the County’s requirements as set forth in this RFP.

Bidders are advised that in the evaluation of cost it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

As a result of this RFP, the County intends to award a contract to the five most responsible bidders whose responses conform to the RFP and whose bids present the greatest value to the County, all evaluation criteria considered. The combined weight of the evaluation criteria is greater in importance than cost in determining the greatest value to the County. The goal is to award a contract to the five bidders that propose the County the best quality as determined by the combined weight of the evaluation criteria.

The basic information that each section should contain is specified below, these specifications should be considered as minimum requirements. Much of the material needed to present a comprehensive proposal can be placed into one of the sections listed. However, other criteria may be added to further support the evaluation process whenever such additional criteria are deemed appropriate in considering the nature of the goods and/or services being solicited.

Each of the Evaluation Criteria below will be used in ranking and determining the quality of bidders’ proposals. Proposals will be evaluated according to each Evaluation Criteria, and scored on the zero to five-point scale outlined below. The scores for all Evaluation Criteria will then be added, according to their assigned weight (below), to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project is five hundred fifty (525) points, including the possible twenty-five (25) pointsfor local small or local emergingpreference points(maximum 5% of final score).

The evaluation process may include a two-stage approach including an initial evaluation of the written proposal and preliminary scoring to develop a short list of bidders that will continue to the final stage of oral presentation and interview and reference checks. The preliminary scoring will be based on the total points, excluding points allocated to references, oral presentation and interview.

If the two-stage approach is used, the 10 bidders receiving the highest preliminary scores and with at least 200 points will be invited to an oral presentation and interview. Only the bidders meeting the short list criteria will proceed to the next stage. All other bidders will be deemed eliminated from the process. All bidders will be notified of the short list participants; however, the preliminary scores at that time will not be communicated to bidders.

The zero to five-point scale range is defined as follows:

0 / Not Acceptable / Non-responsive, fails to meet RFP specification. The approach has no probability of success. If a mandatory requirement this score will result in disqualification of proposal.
1 / Poor / Below average, falls short of expectations, is substandard to that which is the average or expected norm, has a low probability of success in achieving objectives per RFP.
2 / Fair / Has a reasonable probability of success, however, some objectives may not be met.
3 / Average / Acceptable, achieves all objectives in a reasonable fashion per RFP specification. This will be the baseline score for each item with adjustments based on interpretation of proposal by Evaluation Committee members.
4 / Above Average / Good / Very good probability of success, better than that which is average or expected as the norm. Achieves all objectives per RFP requirements and expectations.
5 / Excellent / Exceptional / Exceeds expectations, very innovative, clearly superior to that which is average or expected as the norm. Excellent probability of success and in achieving all objectives and meeting RFP specification.

The Evaluation Criteria and their respective weights are as follows:

Evaluation Criteria / Weight
Completeness of Response:
Responses to this RFP must be complete. Responses that do not include the proposal content requirements identified within this RFP and subsequent Addenda and do not address each of the items listed below will be considered incomplete, be rated a Fail in the Evaluation Criteria and will receive no further consideration.
Responses that are rated a Fail and are not considered may be picked up at the delivery location within 14 calendar days of contract award and/or the completion of the competitive process. / Pass/Fail
Debarment and Suspension:
Bidders, its principal and named subcontractors are not identified on the list of Federally debarred, suspended or other excluded parties located at / Pass/Fail
Cost Value:
Cost will be evaluated on how reasonable and realistic the effectiveness of the Bidder’s proposed community recidivism services will be.
  • How well-matched is Bidder’s budget to the proposed program?
  • How well does the budget capture all activities and staff proposed in the Budget?
  • How well does the Bidder allocate staff and resources?
  • How appropriate are the staffing and other costs?
  • How much value does the proposal add considering the cost of the program and expected outcomes and the number of clients served?
  • How well does the narrative detail how Bidder arrived at particular calculations?
  • How well does Bidder “show the work”?
/ 15Points
Implementation Plan and Schedule:
An evaluation will be made of the likelihood that Bidder’s implementation plan and schedule will meet the County’s schedule. Additional credit will be given for the identification and planning for mitigation of schedule risks which Bidder believes may adversely affect any portion of the County’s schedule. / 10 Points
Relevant Experience:
Proposals will be evaluated against the RFP specifications and the questions below:
  1. Do the individuals assigned to the project have experience on similar projects?
  2. How extensive is the applicable education and experience of the personnel designated to work on the project?
/ 5 Points
References (See Exhibit A – Bid Response Packet) / 5 Points
Overall Proposal
1.Has the proposer demonstrated a comprehensive approach to achieving the stated goals of this RFP?
2.Has the proposer demonstrated an approach to this RFP that is based on delivering quality services that can reduce recidivism? / 10 Points
Oral Presentation and Interview:
The oral presentation by each bidder shall not exceed sixty (60) minutes in length. The oral interview will consist of standard questions asked of each of the bidders and specific questions regarding the specific proposal. The proposals may then be re-evaluated and re-scored based on the oral presentation and interview. / 10 Points
Understanding of the Project:
Proposals will be evaluated against the RFP specifications and the questions below:
  1. Has proposer demonstrated a thorough understanding of the purpose and scope of the project?
  2. How well has the proposer identified pertinent issues and potential problems related to the project?
  3. Has the proposer demonstrated that it understands the deliverables the County expects it to provide?
  4. Has the proposer demonstrated that it understands the County’s time schedule and can meet it?
/ 15 Points
Methodology:
Proposals will be evaluated against the RFP specifications and the questions below:
  1. Does the methodology depict a logical approach to fulfilling the requirements of the RFP?
  2. Does the methodology match and contribute to achieving the objectives set out in the RFP?
  3. Does the methodology interface with the County’s time schedule?
  4. How likely is it that the proposer will be able to achieve the objectives set out in the RFP using the proposed methodology?
  5. Does the methodology adopt an evidence-based approach to programming?
  6. Does the methodology set out clear goals and results with specific indicators of success and viable means of measuring such success?
/ 30 Points
SMALL LOCALEMERGING BUSINESS PREFERENCE
Small and Local or Emerging and Local Preference: Points equaling five percent (5%) of bidder’s total score, for the above Evaluation Criteria, will be added. This will be the bidder’s final score for purposes of award evaluation. / Five Percent (5%)

I.CONTRACT EVALUATION AND ASSESSMENT

At the County’s discretion, during the initial sixty (60) day period of any contract which may be awarded to Contractor, the County and/or other persons designated by the County will meet with the Contractor to evaluate performance and to identify any issues or potential problems.