COUNTY OF ALAMEDA

REQUEST FOR PROPOSAL NO. 900443

SPECIFICATIONS, TERMS & CONDITIONS

For

PRE-EMPLOYMENT PSYCHOLOGICAL EVALUATION & SERVICES

NETWORKING/BIDDERS CONFERENCES

At

10:00 a.m.
on
August 31, 2009
At
General Services Agency
1401 Lakeside Dr.
Conference Room 222
Oakland, CA94612 / 2:00 p.m.
on
September 1, 2009
At
Public Works Agency
4825 Gleason Drive
Conference Room
Dublin, CA94568

For complete information regarding this project see RFP posted at

or contact the person listed below. Thank you for your interest!

Contact Person:Nancy Bishop, Contracts Specialist II

Phone Number: (510) 208-3903

E-mail Address:

RESPONSE DUE

By

2:00 p.m.

On

September 25, 2009

At

AlamedaCounty, GSA-Purchasing

1401 Lakeside Drive, Suite 907

Oakland, CA 94612

Page 1 of 64

Specifications, Terms & Conditions for

Pre-employment Psychological Evaluation & Services

COUNTY OF ALAMEDA

REQUEST FOR PROPOSAL NO. 900443

SPECIFICATIONS, TERMS & CONDITIONS

For

PRE-EMPLOYMENT PSYCHOLOGICAL EXAMINATION & SERVICES

TABLE OF CONTENTS

Page 1 of 2

Page

I.ACRONYM AND TERM GLOSSARY...... 4

II.STATEMENT OF WORK

  1. Intent 5
  2. Scope/Background...... 5
  3. Vendor Requirements...... 5
  4. Specific Requirements & Test...... 6
  5. Debarment and Suspension...... 8
  6. Deliverables/Reports ...... 8

III.INSTRUCTIONS TO BIDDERS

  1. County Contacts...... 9
  2. Calendar of Events...... 9
  3. Networking/Bidders Conference ...... 10
  4. Submittal of Bids...... 11
  5. Response Format...... 13
  6. Evaluation Criteria/Selection Committee ...... 13
  7. Notice of Award...... 17
  8. Bid Protest / Appeals Process...... 18
  9. Term / Termination / Renewal...... 19

IV.TERMS AND CONDITIONS

  1. Brand Names and Approved Equivalents...... 19
  2. Quantities...... 20
  3. Pricing...... 20
  4. Award 20
  5. Method of Ordering...... 21
  6. Invoicing...... 21
  7. County Provisions...... 22
  8. Online Contract Compliance Management System...... 25
  9. Compliance Information and Records...... 26
  10. Account Manager/Support Staff...... 26

COUNTYOF ALAMEDA

REQUEST FOR PROPOSAL NO. 900443

SPECIFICATIONS, TERMS & CONDITIONS

For

PRE-EMPLOYMENT PSYCHOLOGICAL EXAMINATION & SERVICES

TABLE OF CONTENTS

Page 2 of 2

ATTACHMENTS

Exhibit A – Acknowledgement

Exhibit B – Bid Form

Exhibit B-1 – Bid Form (Informational Only at this time)

Exhibit C – Insurance Requirements

Exhibit D1 – Current References

Exhibit D2 – Former References

Exhibit E – SLEB Certification Application Package

Exhibit F – Small and Local Business Subcontracting Information

Exhibit G – Request for Small and Local or Emerging Preference

Exhibit H – First Source Agreement

Exhibit I – Exceptions, Clarifications, Amendments

Exhibit J – Standard Agreement Contract Draft

Exhibit K – Intentionally Omit

Exhibit L – RFP Vendor Bid List

Exhibit M – Response/Content Submittal; Completeness Check List

Exhibit N – Debarment and Suspension Certification

Specifications, Terms & Conditions for

Pre-employment Psychological Evaluation & Services

I.ACRONYM AND TERM GLOSSARY

Unless otherwise noted, the terms below may be upper or lower case. Acronyms will always be uppercase.

ADA / Americans with Disability Act of 1990
APA / American Psychological Association
Bid / Shall mean the bidders’/contractors’ response to this Request
Bidder / Shall mean the specific person or entity responding to this RFP
Board / Shall refer to the County of Alameda Board of Supervisors
Cal/OSHA / Refers to California Occupational Safety and Health Administrations
CPI / California Psychological Inventory
CSC / Shall refer to County Selection Committee
Contractor / When capitalized, shall refer to selected bidder that is awarded a contract
County / When capitalized, shall refer to the County of Alameda
Federal / Refers to United States Federal Government, its departments and/or agencies
F.O.B. / Shall mean without charge for delivery to destination and placing on board a carrier at a specified point (Free On Board)
IACP – Police Psychological Services Standards / International Association of Chiefs of Police – Police Psychological Services Standards
NFPA / National Fire Protection Association
PAI / Personality Assessment Inventory
PO / Shall refer to Purchase Order(s)
POST / Shall mean the California Peace Officer Standards and Training
Practitioner / Shall be a Psychologist licensed by California Board of Psychology
Proposal / Shall mean bidder/contractor response to this RFP
PsyQ / Psychological History Questionnaire
Request for Proposal / Shall mean this document, which is the County of Alameda’s request for contractors’/bidders’ proposal to provide the goods and/or services being solicited herein. Also referred herein as RFP.
Response / Shall refer to bidder’s proposal or quotation submitted in reply to RFP
RFP / Request for Proposal
SLEB / Small Local and Emerging Business
State / Refers to State of California, its departments and/or agencies
STAXI / State-Trait Anger Expression Inventory
WPT / Wonderlic Personnel Test

II.STATEMENT OF WORK

  1. INTENT

It is the intent of these specifications, terms, and conditions to describepost offer, pre-employmentpsychological evaluation services required by the County and givento candidates for various public safety positions in the County of Alameda.

The County intends to award a three year (3) contract with option to renew for an additional two years to the bidder(s) selected as most capable of meeting theRFP requirementson an as needed basis for County departments and/or agencies.

  1. SCOPE

The County needsapproximately two hundred sixteen (216) post-offer, pre-employment psychological evaluations per year for Countypublic safety positioncandidates. These positions include but are not limited to the Alameda County Fire Department, Sheriff’s Office, Probation Department, and the Office of the District Attorney. These County positions have arresting authority or the legal authority to detain and/or confine individuals.

The evaluations provide assurance that candidates are free of job-relevant emotional and mental impairments, possess adequate stress resilience and emotional stability, and are able to meet the behavioral, social, and cognitive demands of public safety work.

The Practitioner selected shall identify any existing psychological conditions that may create hazards to the individual or to others in a particular work assignment.

  1. SPECIFIC VENDOR REQUIREMENTS

Vendor Minimum Qualifications

  1. Bidder/Practitioner shall be defined as a Psychologist (Ph.D. or Psy.D.) licensed by the California State Board of Psychology and having a minimum of five (5) years full-time experience in the diagnosis and treatment of emotional and mental disorders and/or in diagnostic testing and analysis. Three (3) of the five (5) years must be the equivalent to full-time work accrued after completion of a doctorate degree.
  1. Bidder/Practitioner must be regularly and continuously engaged in providing post-offer, pre-employment psychological evaluationservicesfor public agencies in Californiafor five (5) of the past seven (7) years. Some of those agencies shall be of similarsize and scope to the County and include public safety candidates.
  1. Bidder/Practitioner must possess all permits, licenses and professional credentials necessary to perform services as specified under this RFP.
  1. Bidder/Practitioner must comply with any current International Association of Chiefs of Police (IACP) – Police Psychological Services Standards, California Peace Officer Standards and Training (POST), National Fire Protection Association (NFPA), and California Department of Corrections education and training requirements for evaluating post offer, pre-employment psychological screening of safety personnel.

D.SPECIFIC REQUIREMENTS AND TESTS

  1. Bidder/Practitioner shall provide the County with post offer pre-employment psychological assessment services by job classification, occupational exposure, and agency/department for public safety candidates.
  1. Bidder/Practitioner must be familiar with the most recent research literature available on thepsychological screening of safety officers, and with current state and federal fair employment statutes relevant to this area of practice.

3.Bidder/Practitioner shall conduct evaluations at an office within the County of Alameda or provide an alternative EastBay location acceptable to the County.

4.All appointments for psychological evaluations shall be scheduled with the agency/department within three (3) business days of the request.

5.Only a licensed practitioner will conduct the interview, perform the evaluation, and interpret test data.

6.Bidder/Practitioner must provide background information supporting their selection of all tests to be used for this program.

7.All tests must be preapproved by the County and may not be changed without the approval of the County’s Risk Management Unit.

8.Personality tests and/or other methods quoted by the Bidder/Practitioner on Exhibit B-1 BID FORMOptional Services- (For Information Only)which could be used for testing and/or evaluating in the pre-offer stage must be preapproved by the County if these services are added during the life of the contract.

9.Bidder/Practitioner shall conduct, at a minimum, the following evaluations orpreapproved equivalent evaluations:

a.Wonderlics - Personnel Test or equivalent;

b.Psychological History Questionnaire (PsyQ) or equivalent;

c.California Psychological Inventory (CPI) or equivalent;

d.Personality Assessment Inventory (PAI) or equivalent; and

e.STAXI or equivalent

10.Bidder/Practitioner shall provide all office space, labor, equipment, and materials necessary to perform the evaluations.

11.Bidder/Practitioner shall schedule face-to-face interviews allowing sufficient time to cover background checks, test results, and follow up questions.

12.Bidder/Practitioner shallobtain a signed Informed Consent to the Conditions of the Evaluation Formfrom the candidate prior to administering of any psychological instruments or conducting interviews. The Informed Consent Form should clearly state that the County is the client.

13.Bidder/Practitioner shall obtain a signed Authorization to Release Medical Information for candidateswho have received/or are receiving psychological and psychiatric treatment.

14.Written tests selected shall be validated for use with public safety candidates by job classification, occupational exposure, and agency/department.

15.The evaluation service shall be conducted in accordance with the Americans with Disabilities Act (ADA) and the Fair Employment and Housing Act (FEHA).

16.The Bidder/Practitioner shall follow guidelines for Pre-employment Psychological Evaluations established by the International Association of Chiefs of Police, National Fire Protection Association, and State Department of Probation for both a written test and interview.

17.Written reports shall contain a rating and/or recommendation for employment based upon the results of the evaluation, justification for the recommendation and/or rating, and any reservations that the psychologist may have regarding the validity or reliability of the results or suitability of a candidate for a position.

18.Bidder/Practitioner shall provide public safety administrators and department/agencydesignated personnel with support and consultation on all assessments and recommendations.

19.Bidder/Practitioner shallassist in the defense of all legal challenges to assessments and recommendations at no additional charge to the County.

20.Bidder/Practitioner shall store and maintain all test files in a secure manner for the life of the contract at no additional cost to the County. At the end of the contract, the Bidder/Practitioner shall forward all test files to the County.

E.DEBARMENT/SUSPENSION POLICY:

In order to prohibit the procurement of any goods or services ultimately funded by Federal awards from debarred, suspended or otherwise excluded parties, each bidder will be screened at the time of RFP response to ensure bidder, its principal and their named subcontractors are not debarred, suspended or otherwise excluded by the United States Government in compliance with the requirements of 7 Code of Federal Regulations (CFR) 3016.35, 28 CFR 66.35, 29 CFR 97.35, 34 CFR 80.35, 45 CFR 92.35 and Executive Order 12549.

  • The County will verify bidder, its principal and their named subcontractors are not on the Federal debarred, suspended or otherwise excluded list of vendors located at and
  • Bidders are to complete a Debarment and Suspension Certification form, Exhibit N attached, certifying bidder, its principal and their named subcontractors are not debarred, suspended or otherwise excluded by the United States Government.

F.DELIVERABLES/REPORTS

  1. A written report for each candidatemust be completed within 10 business days of the end of the evaluation process. Reports should evaluate the suitability of the candidatefor the position based on:
  1. Job information (job classifications, occupational exposures, agency/department),
  1. Written assessments,
  1. Personal history information,
  1. Clinical interview, and
  1. Psychological records

2.Each report should contain a rating and/orrecommendation for employment based upon the results of the screening, justification for the recommendation and/or rating, and any reservations that the psychologist may have regarding the validity or reliability of the results.

  1. An evaluation summary for each candidate including all tests, interviews and recommendations will be sent to the Risk Management Unit and the hiring agency/department.
  1. At the request of the County, thePractitioner shall clarify with public safety agency administrators directly involved in making employment decisions the specific job responsibilities or situations for which the candidate may be marginally qualified or marginally not suitable for hire.

III.INSTRUCTIONS TO BIDDERS

  1. COUNTYCONTACTS

GSA-Purchasing is managing the competitive process for this project on behalf of the County. All contact during the competitive process is to be through the GSA-Purchasing Department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded. Bidders shall not contact or lobby evaluators during the evaluation process. Attempts by Bidder to contact evaluators may result in disqualification of bidder.

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by12:00 noon on August 28, 2009 to:

Nancy Bishop, Contracts Specialist II

AlamedaCounty, GSA-Purchasing

1401 Lakeside Drive, Suite 907

Oakland, CA 94612

E-Mail:

FAX: 510-208-9626

The GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to to view current contracting opportunities.

  1. CALENDAR OF EVENTS

Event / Date/Location
Request Issued / August 14, 2009
Written Questions Due / by12:00 Noon on August 28, 2009
Networking/Bidders Conference / August 31, 2009 at
10:00 A.M. / at:
General Services Agency
1401 Lakeside Dr. Room 222
Oakland, CA94612
Networking/Bidders Conference / september 1, 2009 at
2:00 P.M. / at:
Public Works Agency
4825 Gleason Drive
Conference Room
Dublin, CA94568
Addendum Issued / September 11, 2009
Response Due / September 25 , 2009by2:00 p.m.
Evaluation Period / September 25 – October 23, 2009
Vendor Interviews / October 8, 2009
Board Letter Issued / October 23, 2009
Board Award Date / November 10, 2009
Contract Start Date / December 14, 2009

Note:Award and start dates are approximate.

It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and the site condition. By the submission of a Bid, theBidder certifies that if awarded a contract they will make no claim against the County based upon ignorance of conditions or misunderstanding of the specifications.

  1. NETWORKING/BIDDERS CONFERENCE

Networking/bidders conferences will be held to:

  • Provide an opportunity for small and local and 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.
  • Provide an opportunity for bidders to ask specific questions about the project and request RFP clarification.
  • Provide the County with an opportunity to receive feedback regarding the project and RFP.

Written questions submitted prior to the networking/bidders conferences, in accordance with the Calendar of Events, and verbal questions received at the networking/bidders conferences, will be addressed whenever possible at the networking/bidders conference(s). All questions will be addressed and the list of attendees will be included in an RFP Addendum following the networking/bidders conferences in accordance with the Calendar of Events.

Potential bidders are strongly encouraged, but not required, to attend a networking/bidders conference in order to further facilitate subcontracting relationships. Vendors who attend a networking/bidders conference will be added to the Vendor Bid List (see Exhibit L).

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 strongly encouraged and recommended but is not mandatory.

Networking/bidders conferences will be held on:

August 31, 2009 at 10:00a.m.
At
AlamedaCounty, General Services Agency
Conference Room No.222
1401 Lakeside Drive
Oakland, CA 94612 / September 1, 2009 at 2:00 p.m.
At
Public Works Agency
4825 Gleason Drive
Conference Room
Dublin, CA94568
Additional Information: Please allow enough time for parking at metered street parking or public parking lot and entry into secure building. / Additional Information: Free parking available at on-site parking lot.
  1. SUBMITTAL OF BIDS
  1. All bids must be SEALED and must be received at the Office of the Purchasing Agent of Alameda County BY 2:00 p.m. on the due date specified in the Calendar of Events.

NOTE: LATE AND/OR UNSEALED BIDS CANNOT BE ACCEPTED. IF HAND DELIVERING BIDS PLEASE ALLOW TIME FOR METERED STREET PARKING OR PARKING IN AREA PUBLIC PARKING LOTS AND ENTRY INTO SECURE BUILDING.

Bids will be received only at the address shown below, and by the time indicated in the Calendar of Events. Any bid received after said time and/or date or at a place other than the stated address cannot be considered and will be returned to the bidder unopened.

All bids, whether delivered by an employee of Bidder, U.S. Postal Service, courier or package delivery service, must be received and time stamped at the stated address prior to the time designated. The Purchasing Department's timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of bids.

  1. Bids are to be addressed and deliveredas follows:

PRE-EMPLOYMENT PSYCHOLOGICAL EVALUATION & SERVICES

RFP No. 900443

AlamedaCounty, GSA-Purchasing

1401 Lakeside Drive, Suite 907

Oakland, CA 94612

  1. Bidders are to submit an original plus five (5) copies. Original proposal is to be clearly marked and must be either loose leaf or in a 3-ring binder, not bound.
  1. Bidder's name and return address must also appear on the mailing package.
  1. No telegraphic, email (electronic) or facsimile bids will be considered.
  1. Bidder agrees and acknowledges all RFP specifications, terms and conditions and indicates ability to perform by submission of its bid.
  1. Submitted bids shall be valid for a minimum period of 160 days.
  1. All costs required for the preparation and submission of a bid shall be borne by Bidder.
  1. Only one bid response will be accepted from any one person, partnership, corporation, or other entity; however, several alternatives may be included in one response. For purposes of this requirement, “partnership” shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state’s Corporations Code or an equivalent statute.
  1. Proprietary or Confidential Information: No part of any bid response is to be marked as confidential or proprietary. County may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFP may be subject to public disclosure. County shall not be liable in any way for disclosure of any such records. Additionally, all bid responses shall become the property of County. County reserves the right to make use of any information or ideas contained in submitted bid responses. This provision is not intended to require the disclosure of records that are exempt from disclosure under the California Public Records Act (Government Code Section 6250, et seq.) or of “trade secrets” protected by the Uniform Trade Secrets Act (Civil Code Section 3426, et seq.).
  1. All other information regarding the bid responses will be held as confidential until such time as the County Selection Committee has completed their evaluation and, or if, an award has been made. Bidders will receive mailed award/non-award notification(s), which will include the name of the bidder to be awarded this project. In addition, award information will be posted on the County’s “Contracting Opportunities” website, mentioned above.
  1. Each bid received, with the name of the bidder, shall be entered on a record, and each record with the successful bid indicated thereon shall, after the award of the order or contract, be open to public inspection.
  1. RESPONSE FORMAT
  1. Bid responses are to be straightforward, clear, concise and specific to the information requested.
  1. In order for bids to be considered complete, Bidder must provide all information requested. See Exhibit M, Response Content and Submittals,Completeness Checklist.
  1. EVALUATION CRITERIA/SELECTION COMMITTEE

All proposals 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 inpre-employment psychological examinations. The CSC will select a contractor in accordance with the evaluation criteria set forth in this RFP. The evaluation of the proposals shall be within the sole judgment and discretion of the CSC.