Opioid Overdose Recovery Program
|
|
|
- Pearl Rice
- 10 years ago
- Views:
Transcription
1 STATE OF NEW JERSEY DEPARTMENT OF HUMAN SERVICES DIVISION OF MENTAL HEALTH AND ADDICTION SERVICES REQUEST FOR PROPOSALS Opioid Overdose Recovery Program June 30, 2015 Lynn A. Kovich, Assistant Commissioner Division of Mental Health and Addiction Services
2 TABLE OF CONTENTS I. Purpose and Intent... 3 II. Background and Population to be Served... 3 III. Who Can Apply?... 5 IV. Contract Scope of Work... 6 V. General Contracting Information VI. Mandatory Bidders Conference VII. Required Proposal Narrative Submission VIII. Submission of Proposals Requirements IX. Review of Proposals X. Appeal of Award Decisions XI. Post Award Required Documentation XII. Attachments Attachment A Proposal Cover Sheet Attachment B Addendum to RFP for Social Service and Training Contracts Attachment C Statement of Assurances Attachment D - Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions Opioid Overdose Recovery Program - 2
3 I. Purpose and Intent This Request for Proposals (RFP) is issued by the New Jersey Department of Human Services (DHS), Division of Mental Health and Addiction Services (DMHAS) to develop an Opioid Overdose Recovery Program to respond to individuals reversed from opioid overdoses and treated at hospital emergency departments as a result of the reversal. DMHAS, the Governor s Council on Alcoholism and Drug Abuse (GCADA) and the Department of Children and Families (DCF) will provide total annualized funding of $1,278,750 subject to State and federal appropriations. DMHAS anticipates making up to five (5) awards with one (1) award in each of the following counties: Atlantic, Camden, Essex, Monmouth and Ocean. Awards can be up to $255,750 each. Funding is available for two (2) years. The Opioid Overdose Recovery Program will utilize Recovery Specialists and Patient Navigators to engage individuals reversed from an opioid overdose to provide nonclinical assistance, recovery supports and appropriate referrals for assessment and substance use disorder treatment. The Recovery Specialists and Patient Navigators will also maintain follow-up with these individuals. Recovery services provided for these individuals should be fundamentally strengths-based. Additionally, they should deliver or assertively link individuals to appropriate and culturally-specific services and provide support and resources throughout the process. It is planned that, at minimum, recovery specialists will be accessible and on-call from Thursday evenings through Monday mornings in the specific locations where funding is made available. Bidders applying for more than one (1) county must submit separate proposals for each county. No funding match is required; however, bidders will need to identify any other sources of funding, both in-kind and monetary, that will be used. Bidders may not fund any costs incurred for the planning or preparing a proposal in response to this RFP from current DHS/DMHAS contracts. The following summarizes the RFP schedule: June 30, 2015 Notice of Funding Availability July 14, 2015 Mandatory Bidders Conference August 11, 2015 Deadline for receipt of proposals - no later than 4:00 p.m. September 8, 2015 Preliminary award announcement September 15, 2015 Appeal deadline September 22, 2015 Final award announcement October 1, 2015 Anticipated contract start date II. Background and Population to be Served On May 2, 2013, Governor Christie signed the "Opioid Antidote and Overdose Prevention Act." The law is designed to promote the wider prescription and distribution of naloxone, which is an easily administered antidote to an opioid overdose. It Opioid Overdose Recovery Program - 3
4 recognizes that overdose deaths can be prevented by making naloxone and similarlyacting antidotes more readily available to those at risk of an opioid overdose, and to their families, friends and loved ones. The Good Samaritan component of this law provides legal protections, both civil and criminal, to the overdose victim and the person who seeks medical assistance for the victim of an opioid overdose. This may include the prescribing, dispensing, or administering of naloxone or a similarly acting drug approved by the United States Food and Drug Administration for the treatment of an opioid overdose. Thus, the immunity for arrest, prosecution, or conviction for drug offenses is in effect when a person, in good faith, seeks medical assistance for the victim of an overdose. Furthermore, the Opioid Antidote and Overdose Prevention Act of 2013 authorized the New Jersey Department of Human Services (DHS) to develop a Naloxone Training and Distribution Program that includes instruction in the use of naloxone in overdose emergencies. In September 2014, DMHAS issued emergency contracts to DHS licensed, non-profit Opioid Treatment Programs (OTPs) to provide community education and training as well as the distribution of naloxone kits to individuals who attend and complete training. Contracts were awarded to four (4) OTPs located in, or adjacent to, five (5) counties (Atlantic, Camden, Essex, Monmouth and Ocean). Data collected by The New Jersey State Police Regional Operations Intelligence Center (ROIC) on the administration of Narcan by law enforcement, advanced life support (ALS) and basic life support (BLS) services from March 2014 to February 2015, indicated that there were 5,078 statewide administrations. Of these, most reversals (828) occurred in Camden County. In Ocean County, 394 residents received an overdose reversal which was the second highest number among New Jersey counties. Narcan was administered in 358 overdose cases in Essex County, which was the third highest number. In Monmouth County, there were 304 Narcan administrations and in Atlantic County, there were 294. According to the 2014 Substance Abuse Overview published by DMHAS, the five (5) counties with the highest number of heroin and other opiate admissions were: Ocean (3,688), Essex (2,588), Monmouth (2,388), Camden (2,286) and Atlantic (2,125). Evidence shows that administering a drug like naloxone to an individual who suffers an opioid overdose is a critical step needed to save a life. However, by itself, it is not nearly enough to accomplish the overarching goal of appropriate substance use disorder treatment or recovery support. So too, detoxification without follow-up treatment merely delays the inevitable, sometimes only briefly. Repeated episodes of detoxification followed by inadequate treatment or no treatment at all do not make sense, not only from a healthcare perspective, but also from an economic perspective. DMHAS overall goal is two-fold: 1) to provide tools (naloxone or other similarly acting drugs) necessary to reverse an opioid overdose, and 2) link individuals to substance abuse treatment and recovery support services prior to or following an opioid overdose. Opioid Overdose Recovery Program - 4
5 It is shown that individuals who survive an opioid overdose are at significant risk to overdose again if they do not get connected to treatment for their addiction and continue to use opiates. The DMHAS Naloxone Training and Distribution Program has been used as an opportunity to link individuals who have survived an overdose with substance abuse treatment. This program, in addition to the other overdose prevention programs throughout the State, has and will continue to have the potential to change and immeasurably improve countless lives throughout the State, but further action is needed. Major gaps remain between overdose prevention (utilizing naloxone) and linkages to substance abuse treatment and recovery services. DMHAS and the interdepartmental meeting of the Opioid Work Group recognized this barrier and developed a recommendation to incorporate a recovery model which will link survivors of an opioid overdose into appropriate treatment and recovery support services. Those who survive overdoses are too often released after being treated in a hospital emergency department, only to immediately return to using drugs. When patients are released without access to treatment and proper supports, either the patient s unwillingness to seek treatment or problems accessing outpatient treatment creates a revolving door and hospitals often see the same people presenting again. III. Who Can Apply? To be eligible for consideration for this RFP, the bidder must satisfy the following requirements: The bidder must be a non-profit entity, including hospitals, or governmental entity; For a bidder that has a contract with DMHAS in place when this RFP is issued, that bidder must have all outstanding Plans of Correction (PoC) for deficiencies submitted to DMHAS for approval prior to submission; The bidder must be fiscally viable based upon an assessment of the bidder's audited financial statements. If a bidder is determined, in DMHAS sole discretion, to be insolvent or to present insolvency within the twelve (12) months after bid submission, DMHAS will deem the proposal ineligible for contract award; The bidder must not appear on the State of New Jersey Consolidated Debarment Report at or be suspended or debarred by any other State or Federal entity from receiving funds; The bidder shall not employ a member of the Board of Directors in a consultant capacity; and The bidder must attend the Mandatory Bidders conference as described in the RFP. Opioid Overdose Recovery Program - 5
6 IV. Contract Scope of Work DMHAS seeks proposals to establish five (5) Opioid Overdose Recovery Programs that will respond and engage individuals reversed from an opioid overdose and subsequently treated in hospital emergency departments in the following counties: Atlantic, Camden, Essex, Monmouth and Ocean. Successful bidders will provide on-call Recovery Specialists to engage and support patients in hospital emergency departments, across one (1) of the five (5) counties, a minimum of 84 hours weekly from Thursday 7 p.m. through Monday 7 a.m., and Patient Navigators to assist in linking patients to treatment or recovery supports. The overall goal and mission of the proposed program/initiative is to: Increase linkage to appropriate care in the community; Expand appropriate service delivery; Assist in ending the revolving door where too many individuals endlessly cycle in and out of emergency departments and never connect to treatment or recovery support services; Spend resources more efficiently and effectively; Promote improved recovery, wellness, and healthy lifestyles; Reduce public healthcare expenditures for individuals living with an opioid use disorder; Reduce identifiable behavioral health and physical health risks, including but not limited to HIV, hepatitis and other bloodborne pathogen diseases; and Improve health behaviors, clinical outcomes, and quality of life. Staffing The Opioid Overdose Recovery Program will be comprised of the following three (3) mandatory positions. 1. Recovery Specialist The Recovery Specialist (minimum associate s degree preferred, high school diploma or equivalency required) will engage individuals reversed from an opioid overdose and provide non-clinical assistance and recovery supports while maintaining follow-up with these individuals. The Recovery Specialist must have two (2) years experience in the guiding principles of recovery that assist individuals to improve their health and wellness, live a self-directed life, and reach their full potential. The role of the Recovery Specialist shall include, but is not limited to the following: Educating survivors on how to appropriately navigate treatment, social service and recovery support systems; Being a positive role model to survivors and their families by sharing experiential knowledge, hope, and skills; Maintaining relationships with survivors and families in order to assist individuals in the treatment engagement and retention process; Opioid Overdose Recovery Program - 6
7 Reinforcing, guiding, and ensuring patients and their families that recovery is possible, and is built on multiple strengths, coping abilities, and resources of each individual; Assisting survivors with gaining skills and resources needed to initiate and maintain recovery; Assisting in establishing and sustaining a social and physical environment supportive of recovery; Enhancing identification and participation in the recovery community; Advocating for appropriate and effective community treatment and recovery; Empowering individuals to make self-determined and self-directed choices about their recovery pathway; Providing on-call coverage and coming to the ER to support the overdose victim when an alert is received; and Providing post-emergency department telephone follow-up for at least 60 days to help the survivor navigate the early stages of seeking assistance and beginning a successful path towards recovery. 2. Patient Navigator/Trainer (.6 Full Time Equivalent (FTE)) The Patient Navigator (bachelor s degree in health, psychology, counseling, social work, education or other behavioral health profession) will be responsible to refer and link individuals into substance use disorder treatment. The Patient Navigator must possess the knowledge, skills and experience necessary to competently perform case management activities. The Patient Navigator must have at least three (3) years demonstrated experience working with high need individuals with substance use and mental health disorders. The Patient Navigator shall demonstrate evidence of addiction coursework. The Patient Navigator will work with individuals to support and strengthen their capacity to achieve and maintain recovery and engage in health practices. The role of the Patient Navigator/trainer shall include, but is not limited to the following: Providing an evidence-based comprehensive case management assessment that includes life domains such as housing, finances, transportation, legal services, vocational, employment, health care, and family strengths/needs; Communicating with the DMHAS Interim Managing Entity (IME) for substance use disorder assessment authorization and subsequent treatment; Providing a warm hand-off to appropriate treatment and recovery services, which shall routinely include referrals to DHS licensed programs that offer medication assisted treatment (MAT) as a viable treatment option; Developing an integrated case plan that is consumer-centered and includes strategies for recovery. The plan shall identify priorities, desired outcomes and the strategies and resources to be used in obtaining outcomes based on the case management assessment; Linking patients with systems that provide resources, services and opportunities; Developing linkages to resources that address specialized needs, such as agencies providing services related to HIV/AIDS, mental health disorders, chronic and acute health problems, pregnant and parenting women, veterans and problems stemming from involvement with the criminal justice system; Advocating on behalf of the patient; Opioid Overdose Recovery Program - 7
8 Training hospital staff on the Opiate Overdose Prevention Program that is implemented in the hospital; and Providing assistance to the Recovery Specialist if needed. Ideally, a flexible schedule will be utilized for the Patient Navigator. If feasible, the bidder can increase the level of support for this position. 3. Program Supervisor (.25 FTE) The Program Supervisor (master s degree in health, psychology, counseling, social work, education or other behavioral health profession) will be responsible for the supervision of the Recovery Specialists. The Program Supervisor shall demonstrate evidence of working with individuals with substance use disorders and/or evidence of addiction coursework. The Program Supervisor will also be responsible for ensuring the following: Communicating regularly with the State Opioid Treatment Authority; Demonstrating progress toward program goals; Supervising program staff; Coordinating and monitoring of program services; Collaborating with systems partners to ensure coordination of care; Ensuring that recovery program services are supported by addressing trauma; Program Design Delivering services in a culturally competent and linguistic manner; and Improving the scope and capacity of the delivery system in order to ensure program sustainability. The core program shall run at a minimum of 84 hours per week, from Thursday 7 p.m. until Monday 7 a.m. The recommended coverage shall be comprised of seven (7) shifts of 12-hours each as follows: Thursday 7 p.m. to Friday 7 a.m.; Friday 7 a.m. to 7 p.m.; Friday 7 p.m. to Saturday 7 a.m.; Saturday 7 a.m. to 7 p.m.; Saturday 7 p.m. to Sunday 7 a.m.; Sunday 7 a.m. to 7 p.m.; and Sunday 7 p.m. to Monday 7 a.m. The bidder will ensure there is a pool of at least four (4) Recovery Specialists available to cover these hours. Recovery Specialists will be paid using a fee-for-service model. On-call coverage for a 12-hour shift will be $75 per shift. If the Recovery Specialist is deployed to the emergency room to assist with an overdose victim, the reimbursement will be $125. In addition to the actual emergency room visit, this fee will also include telephone call follow-up which will include three (3) calls the first week after the overdose, two (2) calls the second week and weekly calls thereafter for the next six (6) Opioid Overdose Recovery Program - 8
9 weeks. The bidder will also set aside a reserve fund to accommodate overdose victims who may present at times other than within the core hours noted above. All proposals shall include an extensive collaboration with emergency room departments specifically around the planning and implementation of this project (i.e. compliance with existing hospital procedures, etc.). Successful bidders shall have affiliation agreement(s) with the hospital emergency department(s) where the program will be implemented. In addition, successful bidders will demonstrate collaboration with substance use disorder treatment providers, including OTPs, detoxification facilities, and other residential/ambulatory providers, the County Drug and Alcohol Directors Association, county health and human service agencies and the DMHAS Regional Coalitions. This collaboration should focus on ways to expand outreach and provide cross-system referrals for substance abuse treatment services. Successful bidders must have affiliation agreements with OTPs, detoxification facilities, and other residential and ambulatory substance use disorder treatment programs in efforts to appropriately link individuals into treatment services. Affiliation agreements are recommended to give priority admission to individuals in this program during the program hours of Thursday 7 p.m. through Monday 7 a.m. Affiliation agreements must be with providers that operate 24 hours a day during the weekend and agree to make a bed available for individuals in this program and provide transportation if needed to their facility. Also, it is expected that if the patient enters a detoxification program, that program will then refer the individual to the next appropriate level of care. Successful bidders must assist in linking individuals to other appropriate services where there may be barriers to accessing treatment, such as transportation. Successful bidders will also have protocols and procedures regarding pregnant women and how they will collaborate with the hospital social worker and/or hospital staff to ensure coordination and access of MAT services. Data Collection/Evaluation Successful bidders must collect, at a minimum, the following: basic demographics on the overdose victim, including age, race, Hispanic origin, and gender; number of overdoses; number of reversals; number of visits by a Recovery Specialist; successful referrals to treatment by level of care; referrals to other recovery supports, and number of follow-up phone calls. Opioid Overdose Recovery Program - 9
10 Successful bidders must cooperate with the statewide Evaluator who will be retained by DMHAS. Training In addition to the training provided by the Patient Navigator, the project staff will attend training provided by DMHAS on the implementation of the Opioid Overdose Recovery Project in emergency departments and the community. Other Capacity to accommodate consumers who present or are referred with legitimately prescribed medications can be accomplished either through direct provision of services associated with the provision or dispensing of medications and/or via development of viable networks/referrals/consultants/sub-contracting with those who are licensed and otherwise qualified to provide medications. V. General Contracting Information Bidders must currently meet or be able to meet the terms and conditions of the DHS contract policies and procedures as set forth in the Standard Language Document (SLD), the Contract Reimbursement Manual (CRM), and the Contract Policy and Information Manual (CPIM). These documents are available on the DHS website at: Bidders are required to comply with the Affirmative Action Requirements of Public Law 1975, c. 124 (N.J.A.C. 17:27) and the requirements of the Americans with Disabilities Act of 1991 (P.L ). Budgets should be reasonable and reflect the scope of responsibilities in order to accomplish the goals of this project. All bidders will be notified in writing of the State s intent to award a contract. All proposals are considered public information and will be made available for a defined period after announcement of the contract awards and prior to final award, as well as through the State Open Public Records Act process at the conclusion of the RFP process. The contract awarded as a result of this RFP may be renewable for one (1) year at DMHAS sole discretion and with the agreement of the awardee. Funds may only be used to support services that are specific to this award; hence, this funding may not be used to supplant or duplicate existing funding streams. Actual funding levels will depend on the availability of funds and satisfactory performance. In accordance with DHS Policy P1.12, available on the web at contracts Opioid Overdose Recovery Program - 10
11 awarded pursuant to this RFP will be separately clustered until the DMHAS determines, in its sole discretion, that the program is stable in terms of service provision, expenditures, and applicable revenue generation. VI. Mandatory Bidders Conference A bidder intending to submit a proposal in response to this RFP must attend a Mandatory Bidders Conference. It is the responsibility of the bidder to arrive promptly at the beginning of the Mandatory Bidders Conference and sign in to confirm attendance. A proposal submitted by a bidder not in attendance will not be considered. The Mandatory Bidders Conference will be held as follows: Date: July 14, 2015 Time: 10:00 a.m. Location: DHS, 222 South Warren Street, 1 st Floor Conference Room, Trenton The Mandatory Bidders Conference will provide the bidder with an opportunity to ask questions about the RFP requirements, the award process, and to clarify technical aspects of the RFP. This ensures that all potential bidders have equal access to information. Additional questions may be ed to [email protected] until July 17, Responses to ed questions will be distributed to all who attendees of the Mandatory Bidders Conference. Specific individual guidance will not be provided to individual bidders at any time. Potential respondents to this RFP are requested to register for the Mandatory Bidders Conference via the registration link: Additionally, if you require assistance with this registration link, please contact [email protected] no later than two (2) days prior to the Mandatory Bidders Conference. The meeting room and facility is accessible to individuals with physical disabilities. Anyone who requires special accommodations should notify [email protected]. For sign language interpretation, please notify [email protected] at least five (5) business days in advance of the Mandatory Bidders Conference. Once reserved, a minimum of 48 hours is necessary to cancel this service, or else the cost will be billed to the requestor. VII. Required Proposal Narrative Submission All bidders must submit a written narrative proposal that addresses the following topics, adheres to all instructions and includes required supporting documentation noted below: Funding Proposal Cover Sheet (RFP Attachment A) Opioid Overdose Recovery Program - 11
12 Bidder s Organization, History and Experience (10 points) Provide a brief and concise summary of the bidder s background and experience in implementing this or related types of services and explain how the bidder is qualified to fulfill the obligations of the RFP. At a minimum, the written narrative should: 1. Describe the bidder s history, mission, purpose, current licenses and modalities and record of accomplishments. Explain the work with the target population and the number of years' experience working with the target population. 2. Summarize the agency s administrative and organizational capacity to establish and implement sound administrative practices and successfully carry out the proposed program. 3. Describe why the bidder is the most appropriate and best qualified to implement this program in the target service area. 4. The bidder's current status and history relative to debarment by any State, Federal or local government agency. If there is debarment activity, it must be explained with supporting documentation as an appendix to the bidder's proposal. 5. Attach a one-page copy of the agency s organizational chart showing the location of the proposed project and its links in the organization. 6. Description of all active litigation in which the bidder is involved, including pending litigation of which the bidder has received notice. 7. Demonstrate the organization s commitment to cultural competency and diversity (Law against Discrimination, N.J.S.A. 10:5-1et seq.). 8. Description of the bidder s ability to provide culturally competent services. 9. Document that the bidder s submissions are up-to-date in NJSAMS, if applicable. 10. Describe if the bidder is currently meeting contract commitments in regard to programmatic performance and level of service, if applicable. Project Description (40 points) In this section, the bidder is to provide an overview of how the services detailed in the scope of work will be implemented and the timeframes involved, specifically addressing the following: 1. How the bidder's approach satisfies the requirements as stated in the RFP. 2. The bidder's understanding of the project goals and measurable objectives. 3. Description of bidder s extensive collaboration with emergency room departments specifically around the planning and implementation of this project (i.e. compliance with existing hospital procedures, etc.). Attach applicable existing and draft affiliation agreements. 4. Attach a flow chart outlining the operational steps of the proposed program. For example, emergency room calls to answering service, dispatch receives call and contacts Recovery Specialist, Recovery Specialist texts/calls back that he/she is on the way, etc. 5. Description of bidder s collaboration with substance use disorder treatment providers, including OTP s, detoxification facilities, and other residential/ambulatory providers, the County Drug and Alcohol Director s Association, county health and human service agencies and regional coalitions. This collaboration should focus on Opioid Overdose Recovery Program - 12
13 ways to expand outreach and provide cross-system referrals for substance abuse treatment services. 6. The bidder shall include affiliation agreements with OTP s, detoxification facilities, and other residential and ambulatory substance abuse treatment programs in efforts to appropriately link individuals into treatment services. Affiliation agreements are recommended to give priority admission to individuals in this program during the program hours of Thursday 7 p.m. through Monday 7 a.m. Affiliation agreements must be with providers who operate 24 hours a day during the weekend and will make a bed available for individuals in this program and provide transportation if needed to their facility. Describe the process to ensure the transition from detoxification to the next appropriate level of care. Attach applicable existing and draft affiliation agreements. 7. Provide detailed description of how the bidder will provide on-call Recovery Specialists and Patient Navigators for patients in hospital emergency departments a minimum of 84 hours weekly from Thursday 7 p.m. through Monday 7 a.m., and plans to add additional coverage time if needed. Attach a work week schedule detailing how the bidder will deploy staff to ensure minimum coverage. 8. Description of how bidder will assist in linking individuals to other appropriate services where there may be barriers to accessing treatment, such as transportation. 9. Provide protocols and procedures regarding pregnant women and how they will collaborate with the hospital social worker and/or hospital staff to ensure coordination and access of MAT services. 10. Description of the anticipated barriers and potential problems the bidder foresees itself and/or the State encountering in the successful realization of the initiative described herein. 11. Description of any other resources needed by the bidder to satisfy the requirements of the contract resulting from this RFP. 12. The bidder's capacity to accommodate all consumers who take legitimately prescribed medications and who are referred to or present for admission. 13. The policies that prohibit discrimination against consumers who are assisted in their prevention, treatment and/or recovery from substance use disorders and/or mental illness with legitimately prescribed medication/s. 14. A description of the bidder's last Continuous Quality Improvement effort, identified issue(s), actions taken, and outcome(s). 15. The implementation schedule for the contract including a detailed monthly timeline of activities, commencing with the date of award, through service initiation, to timely contract closure. Outcome(s) and Evaluation (10 points) Provide the following information related to the projected outcomes associated with the proposal as well any evaluation method that will be utilized to measure successes and/or setbacks associated with this project: 1. The bidder's approach to measurement of consumer satisfaction. 2. The bidder's measurement of the achievement of identified goals and objectives. 3. The evaluation of contract outcomes. Opioid Overdose Recovery Program - 13
14 4. Assurances that the bidder will collect, at a minimum, basic demographics on the overdose victim such as: age, race, Hispanic origin, and gender; number of overdoses; number of reversals; number of visits by a Recovery Specialist; successful referrals to treatment by level of care; referrals to other recovery supports; and number of follow-up phone calls. 5. Description of all tools to be used in the evaluation. 6. Details about any outside entity planned for use to conduct the evaluation, including but not limited to the entity's name, contact information, brief description of credentials and experience conducting program evaluation. 7. Tools and activities the bidder will implement to ensure fidelity to the evidence-based practice. Staffing (15 points) Bidders must determine staff structure to satisfy the contract requirements. Bidders should describe the proposed staffing structure and identify how many staff will be hired to meet the needs of the program. 1. Describe the composition and skill set of the proposed program team, including staff qualifications. 2. Provide details of the Full Time Equivalent (FTE) staffing required to satisfy the contract scope of work. Describe proposed staff qualifications, including professional licensing and related experience. Details should include currently on-board or to be hired staff, with details of the recruitment effort. Identify bilingual staff. 3. Provide copies of job descriptions or resumes (as an appendix) limited to two (2) pages each for all proposed staff. 4. The number of work hours per week that constitute each FTE in the bidder's proposal. If applicable, define the Part Time Equivalent (PTE) work hours. 5. Describe the bidder's hiring policies, including background and credential checks, as well handling of prior criminal convictions. 6. The approach for supervision of clinical staff, if applicable. 7. A list of the bidder's board members and current term, including each member's professional licensure and organizational affiliation(s). The bidder's proposal must identify each board member who is also an employee of the bidder or an affiliate of the bidder. The proposal shall indicate if the Board of Directors votes on contractrelated matters. 8. A list of names of consultants the bidder intends to utilize for the contract resulting from this RFP, including each consultant's professional licensure and organizational affiliation(s). Each consultant must be further described as to whether they are also a board member and, if so, whether they are a voting member. The bidder must identify all reimbursement the consultant received as a board member over the last twelve (12) months. Opioid Overdose Recovery Program - 14
15 Facilities, Logistics, Equipment (5 points) The bidder should detail its facilities where its normal business operations will be performed and identify equipment and other logistical issues, including at a minimum: 1. A description of the manner in which tangible assets, i.e., computers, phones, other special service equipment, etc., will be acquired and allocated to the contract. 2. A description of the bidder's Americans with Disabilities Act (ADA) accessibility to its facilities and/or offices for individuals with disabilities. Budget (20 points) DMHAS will consider the cost efficiency of the proposed budget as it relates to the scope of work. Therefore, bidders must clearly indicate how this funding will be used to meet the program goals and/or requirements. In addition to the required Budget forms, bidders are asked to provide budget notes. The budget should be reasonable and reflect the scope of responsibilities required to accomplish the goals of this project. All costs associated with the completion of the project must be delineated and the budget notes must clearly articulate budget items including a description of miscellaneous expenses and other costs. 1. A detailed budget using the Annex B Excel template is required. The standard budget categories for expenses include: A. Personnel, B. Consultants and Professional Fees, C. Materials & Supplies, D. Facility Costs, E. Specific Assistance to Clients, and F. Other. Supporting schedules for Revenue and General and Administrative Costs Allocation, are also required. The Excel budget template will be ed to all attendees at the Mandatory Bidders Conference. The budget must include separate, clearly labeled columns: a. Column 1 Full annualized operating costs to satisfy the scope of work detailed in the RFP and revenues excluding one-time costs; and b. Column 2 - Proposed one-time costs. 2. Budget Notes that detail and explain the proposed budget methodology and estimates and assumptions made for expenses and the calculations/computations to support the proposed budget. The State's proposal reviewers need to fully understand the bidder's budget projections from the information presented in its proposal. Failure to provide adequate information could result in lower ranking of the proposal. Budget Notes, to the extent possible, should be displayed on the Excel template itself. 3. The name and address of each organization other than third-party payers providing support and/or funding to support the program for which the proposal is being submitted. 4. For all proposed personnel, the template should identify the staff position titles and staff names for current staff and total hours per workweek. 5. Identify the number of hours per clinical consultant. 6. Staff fringe benefit expenses, which may be presented as a percentage factor of total salary costs, should be consistent with the bidder's current fringe benefit package. Opioid Overdose Recovery Program - 15
16 7. If applicable, General & Administrative (G&A) expenses, otherwise known as indirect or overhead costs, should be included if attributable and allocable to the proposed program. Since administrative costs for existing DMHAS programs reallocated to a new program do not require new DMHAS resources, a bidder that currently contracts with DMHAS should limit its G&A expense projection to new G&A only by showing the full amount of G&A as an expense and the off-set savings from other programs G&A in the revenue section. 8. Written assurance that if the bidder receives an award pursuant to this RFP, it will pursue all available sources of revenue and support upon award and in future contracts, including agreement to obtain approval as a Medicaid-eligible provider. Appendices The following items must be included as appendices with the bidder's proposal, limiting appendices to a total of 100 pages: 1. Bidder mission statement; 2. Organizational chart; 3. Job descriptions of key personnel; 4. Resumes of proposed personnel if on staff, limited to two (2) pages each; 5. A description of all pending and in-process audits, identifying the requestor, the firm s name and telephone number, and the audit type and scope of audit; 6. List of the board of directors, officers and terms; 7. Copy of documentation for the bidder s charitable registration status; 8. Original and/or copies of letters of commitment/support; 9. Department of Human Services Statement of Assurances (RFP Attachment C); 10. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions (RFP Attachment D); 11. Disclosure of Investment in Iran ( and 12. Statement of Bidder/Vendor Ownership Disclosure ( The documents listed below are also required with the proposal, unless the bidder has a current contract with DMHAS and these documents are current and on file with DMHAS. 1. Most recent single audit report (A133) or certified statements (submit only two [2] copies); and 2. Any other audits performed in the last two (2) years (submit only two [2] copies). VIII. Submission of Proposals Requirements DMHAS assumes no responsibility and bears no liability for costs incurred by the bidder in the preparation and submittal of a proposal in response to this RFP. The narrative portion of the proposal should not exceed 20 pages, be single-spaced with one (1 ) inch margins, no smaller than twelve (12) point Arial, Courier New or Times New Roman font. DMHAS will not consider any information submitted beyond the page limit for RFP evaluation purposes. Opioid Overdose Recovery Program - 16
17 The budget, budget notes and appendix items do not count towards the narrative page limit. Proposals must be submitted no later than 4:00 p.m. Eastern Standard Time on August 11, All bidders are required to submit one (1) original and five (5) copies of the proposal narrative, budget and appendices (six [6] total proposal packages) to the following address: For U.S. Postal Service delivery: Helen Staton Division of Mental Health and Addiction Services PO Box 700 Trenton, NJ OR For private delivery vendor such as UPS or FedEx: Helen Staton Division of Mental Health and Addiction Services 222 South Warren Street, 4 th Floor Trenton, NJ The bidder may mail or hand deliver its proposal, however, DMHAS is not responsible for items mailed but not received by the due date. Note that U.S. Postal Service twoday priority mail delivery to the post office box listed above may result in the bidder's proposal not arriving timely and, therefore, being deemed ineligible for RFP evaluation. The bidder will not be notified that its proposal has been received. The State will not accept facsimile transmission of proposals. In addition to the required hard copies, the bidder must also submit its proposal (including budget, budget notes and appendices) and budget electronically by the deadline using a file transfer protocol site. Username and password are case sensitive and must be typed exactly as shown below. Once logged in, the upload button is on the upper left side. Upload the proposal and budget files separately, including the bidder s name in both file names. Click on the green check mark in order to submit the files. Once the upload is complete, click the red logout button at the top right of the screen. Go to: Username - xbpupload Password - Network1! Directory - /ftp-dmhas/xbpupload IX. Review of Proposals There will be a review process for all timely submitted proposals. DMHAS will convene a review committee of public employees to conduct a review of each proposal accepted for review. Opioid Overdose Recovery Program - 17
18 The bidder must obtain a minimum score of 70 points out of 100 points for the proposal narrative and budget sections in order to be considered eligible for funding. DMHAS will award up to 20 points for fiscal viability, using a standardized scoring rubric based on the audit, which will be added to the average score given to the proposal from the review committee. Thus, the maximum points any proposal can receive is 120 points, which includes the combined score from the proposal narrative and budget as well as fiscal viability. In addition, if a bidder is determined, in DMHAS sole discretion, to be insolvent or to present insolvency within the twelve (12) months after bid submission, DMHAS will deem the proposal ineligible for contract award. Contract award recommendations will be based on such factors as the proposal scope, quality and appropriateness, bidder history and experience, as well as budget reasonableness. The review committee will look for evidence of cultural competence in each section of the narrative. The review committee may choose to visit a bidder's existing program(s), invite a bidder for interview, and/or review any programmatic or fiscal documents in the possession of DMHAS. The bidder is advised that the contract award may be conditional upon final contract and budget negotiation. DMHAS reserves the right to reject any and all proposals when circumstances indicate that it is in its best interest to do so. DMHAS' best interests in this context include, but are not limited to, loss of funding, inability of the bidder(s) to provide adequate services, an indication of misrepresentation of information and/or non-compliance with State and federal laws and regulations, existing DHS contracts, and procedures set forth in DHS Policy Circular P1.04 ( DMHAS will notify all bidders of awards, contingent upon the satisfactory final negotiation of a contract, by September 8, Proposals received after the due date and time will not be evaluated. X. Appeal of Award Decisions An appeal of any award decision may be made only by a respondent to this RFP. All appeals must be made in writing and be received by DMHAS at the address below no later than 4:00 p.m. Eastern Standard Time on September 15, The written appeal must clearly set forth the basis for the appeal. Appeal correspondence should be addressed to: Lynn A. Kovich, Assistant Commissioner Division of Mental Health & Addiction Services Opioid Overdose Recovery Program - 18
19 222 South Warren Street, 3 rd Floor PO Box 700 Trenton, NJ Please note that all costs incurred in connection with appeals of DMHAS decisions are considered unallowable cost for the purpose of DMHAS contract funding. DMHAS will review all appeals and render a final decision by September 22, Contract award(s) will not be considered final until all timely filed appeals have been reviewed and final decisions rendered. XI. Post Award Required Documentation Upon final contract award announcement, the successful bidder(s) must be prepared to submit (if not already on file), one (1) original signed document for those requiring a signature or copy of the following documentation (unless noted otherwise) in order to process the contract in a timely manner, as well as any other contract documents required by DHS/DMHAS. 1. Most recent IRS Form 990/IRS Form 1120, and Pension Form 5500 (if applicable) (submit only two [2] copies); 2. Copy of the Annual Report-Charitable Organization (for information visit: 3. A list of all current contracts and grants as well as those for which the bidder has applied for from any Federal, state, local government or private agency during the contract term proposed herein, including awarding agency name, amount, period of performance, and purpose of the contract/grant, as well as a contact name for each award and the phone number; 4. Proof of insurance naming the State of New Jersey, Department of Human Services, Division of Mental Health and Addiction Services, PO Box 700, Trenton, NJ as an additional insured; 5. Board Resolution identifying the authorized staff and signatories for contract actions on behalf of the bidder; 6. Current Agency By-laws; 7. Current Personnel Manual or Employee Handbook; 8. Copy of Lease or Mortgage; 9. Certificate of Incorporation; 10. Co-occurring policies and procedures; 11. Policies regarding the use of medications, if applicable; 12. Policies regarding Recovery Support, specifically peer support services; 13. Conflict of Interest Policy; 14. Affirmative Action Policy; 15. Affirmative Action Certificate of Employee Information Report, newly completed AA 302 form, or a copy of Federal Letter of Approval verifying operation under a federally approved or sanctioned Affirmative Action program. (AA Certificate must be submitted within 60 days of submitting completed AA302 form to Office of Contract Opioid Overdose Recovery Program - 19
20 Compliance); 16. A copy of all applicable licenses; 17. Local Certificates of Occupancy; 18. Current State of New Jersey Business Registration; 19. Procurement Policy; 20. Current Equipment inventory of items purchased with DHS funds (Note: the inventory shall include: a description of the item (make, model), a State identifying number or code, original date of purchase, purchase price, date of receipt, location at the Provider Agency, person(s) assigned to the equipment, etc.); 21. All subcontracts or consultant agreements, related to the DHS Contract, signed and dated by both parties; 22. Business Associate Agreement (BAA) for Health Insurance Portability Accountability Act of 1996 compliance, if applicable, signed and dated; 23. Updated single audit report (A133) or certified statements, if differs from one submitted with proposal; 24. Business Registration (online inquiry to obtain copy at for an entity doing business with the State for the first time, it may register at Source Disclosure (EO129) ( and 26. Chapter 51 Pay-to-Play Certification ( XII. Attachments Opioid Overdose Recovery Program - 20
21 Attachment A Proposal Cover Sheet STATE OF NEW JERSEY DEPARTMENT OF HUMAN SERVICES Division of Mental Health and Addiction Services Proposal Cover Sheet Date Received Name of RFP Incorporated Name of Bidder: Type: Public Profit Non-Profit Hospital-Based Federal ID Number: Charities Reg. Number (if applicable) Address of Bidder: Chief Executive Officer Name and Title: Phone No.: Address: Contact Person Name and Title: Phone No.: Total dollar amount requested: Funding Period: From Address: Fiscal Year End: to Total number of unduplicated consumers to be served: Region in which services are to be provided: Brief description of services by program name and level of service to be provided: Authorization: Chief Executive Officer (printed name): Signature: Date: Opioid Overdose Recovery Program - 21
22 Attachment B Addendum to RFP for Social Service and Training Contracts STATE OF NEW JERSEY DEPARTMENT OF HUMAN SERVICES ADDENDUM TO REQUEST FOR PROPOSAL FOR SOCIAL SERVICE AND TRAINING CONTRACTS Executive Order No. 189 establishes the expected standard of responsibility for all parties that enter into a contract with the State of New Jersey. All such parties must meet a standard of responsibility that assures the State and its citizens that such parties will compete and perform honestly in their dealings with the State and avoid conflicts of interest. As used in this document, "provider agency" or "provider" means any person, firm, corporation, or other entity or representative or employee thereof that offers or proposes to provide goods or services to or performs any contract for the Department of Human Services. In compliance with Paragraph 3 of Executive Order No. 189, no provider agency shall pay, offer to pay, or agree to pay, either directly or indirectly, any fee, commission, compensation, gift, gratuity, or other thing of value of any kind to any State officer or employee or special State officer or employee, as defined by N.J.S.A. 52:13D-13b and e, in the Department of the Treasury or any other agency with which such provider agency transacts or offers or proposes to transact business, or to any member of the immediate family, as defined by N.J.S.A. 52:13D-13i, of any such officer or employee, or any partnership, firm, or corporation with which they are employed or associated, or in which such officer or employee has an interest within the meaning of N.J.S.A. 52:13D-13g. The solicitation of any fee, commission, compensation, gift, gratuity or other thing of value by any State officer or employee or special State officer or employee from any provider agency shall be reported in writing forthwith by the provider agency to the Attorney General and the Executive Commission on Ethical Standards. No provider agency may, directly or indirectly, undertake any private business, commercial or entrepreneurial relationship with, whether or not pursuant to employment, contract or other agreement, express or implied, or sell any interest in such provider agency to, any State officer or employee or special State officer or employee having any duties or responsibilities in connection with the purchase, acquisition or sale of any property or services by or to any State agency or any instrumentality thereof, or with any person, firm or entity with which he is employed or associated or in which he has an interest within the meaning of N.J.S.A. 52:13D-13g. Any relationships subject to this provision shall be reported in writing forthwith to the Executive Commission on Ethical Standards, which may grant a waiver of this restriction upon application of the State officer or employee or special State officer or employee upon a finding that the present or proposed relationship does not present the potential, actuality or appearance of a conflict of interest. No provider agency shall influence, or attempt to influence or cause to be influenced, any State officer or employee or special State officer or employee in his official capacity in any manner which might tend to impair the objectivity or independence of judgment of said officer or employee. No provider agency shall cause or influence, or attempt to cause or influence, any State officer or employee or special State officer or employee to use, or attempt to use, his official position to secure unwarranted privileges or advantages for the provider agency or any other person. The provisions cited above shall not be construed to prohibit a State officer or employee or special State officer or employee from receiving gifts from or contracting with provider agencies under the same terms and conditions as are offered or made available to members of the general public subject to any guidelines the Executive Commission on Ethical Standards may promulgate. Opioid Overdose Recovery Program - 22
23 Attachment C Statement of Assurances Department of Human Services Statement of Assurances As the duly authorized Chief Executive Officer/Administrator, I am aware that submission to the Department of Human Services of the accompanying application constitutes the creation of a public document that may be made available upon request at the completion of the RFP process. This may include the application, budget, and list of applicants (bidder s list). In addition, I certify that the applicant: Has legal authority to apply for the funds made available under the requirements of the RFP, and has the institutional, managerial and financial capacity (including funds sufficient to pay the non-federal/state share of project costs, as appropriate) to ensure proper planning, management and completion of the project described in this application. Will give the New Jersey Department of Human Services, or its authorized representatives, access to and the right to examine all records, books, papers, or documents related to the award; and will establish a proper accounting system in accordance with Generally Accepted Accounting Principles (GAAP). Will give proper notice to the independent auditor that DHS will rely upon the fiscal year end audit report to demonstrate compliance with the terms of the contract. Will establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest, or personal gain. This means that the applicant did not have any involvement in the preparation of the RLI, including development of specifications, requirements, statement of works, or the evaluation of the RLI applications/bids. Will comply with all federal and State statutes and regulations relating to non-discrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (P.L ;34 CFR Part 100) which prohibits discrimination based on race, color or national origin; 2) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794; 34 CFR Part 104), which prohibits discrimination based on handicaps and the Americans with Disabilities Act (ADA), 42 U.S.C et seq.; 3) Age Discrimination Act of 1975, as amended (42 U.S.C et. seq.; 45 CFR part 90), which prohibits discrimination on the basis of age; 4) P.L. 2975, Chapter 127, of the State of New Jersey (N.J.S.A. 10:5-31 et. seq.) and associated executive orders pertaining to affirmative action and non-discrimination on public contracts; 5) federal Equal Employment Opportunities Act; and 6) Affirmative Action Requirements of PL 1975 c. 127 (NJAC 17:27). Will comply with all applicable federal and State laws and regulations. Will comply with the Davis-Bacon Act, 40 U.S.C. 276a-276a-5 (29 CFR 5.5) and the New Jersey Prevailing Wage Act, N.J.S.A. 34: et seq. and all regulations pertaining thereto. Is in compliance, for all contracts in excess of $100,000, with the Byrd Anti-Lobbying amendment, incorporated at Title 31 U.S.C This certification extends to all lower tier subcontracts as well. Opioid Overdose Recovery Program - 23
24 Has included a statement of explanation regarding any and all involvement in any litigation, criminal or civil. Has signed the certification in compliance with federal Executive Orders and and State Executive Order 34 and is not presently debarred, proposed for debarment, declared ineligible, or voluntarily excluded. The applicant will have signed certifications on file for all subcontracted funds. Understands that this provider agency is an independent, private employer with all the rights and obligations of such, and is not a political subdivision of the Department of Human Services. Understands that unresolved monies owed the Department and/or the State of New Jersey may preclude the receipt of this award. Applicant Organization Signature: CEO or equivalent Date Typed Name and Title 6/97 Opioid Overdose Recovery Program - 24
25 Attachment D - Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions READ THE ATTACHED INSTRUCTIONS BEFORE SIGNING THIS CERTIFICATION. THE INSTRUCTIONS ARE AN INTEGRAL PART OF THE CERTIFICATION. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by an Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Name and Title of Authorized Representative Signature Date This certification is required by the regulations implementing Executive order 12549, Debarment and Suspension, 29 CFR Part 98, Section Opioid Overdose Recovery Program - 25
26 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of facts upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- Lower Tier Covered Transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non-Procurement Programs. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Opioid Overdose Recovery Program - 26
One-Time Start-Up Funds for Drug Court: Long-Term, Short-Term and Halfway
DIVISION OF MENTAL HEALTH AND ADDICTION SERVICES Notice of Availability of Funds One-Time Start-Up Funds for Drug Court: Long-Term, Short-Term and Halfway House Substance Abuse Treatment Services Take
Involuntary Outpatient Commitment Programs (Middlesex, Monmouth, Morris, Sussex and Warren Counties)
STATE OF NEW JERSEY DEPARTMENT OF HUMAN SERVICES DIVISION OF MENTAL HEALTH AND ADDICTION SERVICES REQUEST FOR PROPOSALS Involuntary Outpatient Commitment Programs (Middlesex, Monmouth, Morris, Sussex and
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the New Jersey Building Authority Capital Budget Modeling and Advisory Services State Fiscal Years 2016, 2017 and 2018 Issued by the
REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES Appointment to the NJ Tobacco Settlement Financing Corporation Credit Enhancement Transaction Winter 2014 Issued by the State of New Jersey Treasurer
NEW JERSEY DEPARTMENT OF HUMAN SERVICES. Division of Mental Health and Addiction Services
NEW JERSEY DEPARTMENT OF HUMAN SERVICES Division of Mental Health and Addiction Services Request for Proposals Development of Outpatient Services in Warren County August 25, 2014 Lynn A. Kovich Assistant
DEPARTMENT OF HUMAN SERVICES DIVISION OF MENTAL HEALTH and ADDICTION SERVICES. Independent Peer Review
DEPARTMENT OF HUMAN SERVICES DIVISION OF MENTAL HEALTH and ADDICTION SERVICES Independent Peer Review Take notice that the Department of Human Services (DHS), Division of Mental Health and Addiction Services
STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS
STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS Section I. Purpose The purpose of these Guidelines is to describe the methods and procedures governing the use, awarding,
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RISK MANAGEMENT CONSULTANT & INSURANCE BROKER OF RECORD SERVICES ISSUE DATE: December 18, 2014 DUE DATE: January 9, 2015 Issued by: Edward Cho, QPA Purchasing Agent Township of Montclair
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the State of New Jersey Rating Agency Presentation Review/Analysis Summer 2016 Issued by the State of New Jersey Treasurer s Office
State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions
1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
Online Training Management System for DDD Provider Agencies
STATE OF NEW JERSEY DEPARTMENT OF HUMAN SERVICES DIVISION OF DEVELOPMENTAL DISABILITIES REQUEST FOR PROPOSALS Online Training Management System for DDD Provider Agencies February 1, 2016 Liz Shea, Assistant
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL Project Name: MUNICIPAL SOLICITOR Date Packet Available: June 12, 2009 RFP Due By: July 2, 2009, 3:00 P.M. RFP Submitted
Santa Barbara County Department of Alcohol, Drug and Mental Health Services Division of Alcohol and Drug Programs
Santa Barbara County Department of Alcohol, Drug and Mental Health Services Division of Alcohol and Drug Programs Request for Proposal (RFP) Drug Diversion - PC 1000 Treatment Services Through Fiscal Year
REQUEST FOR PROPOSAL IN NETWORK State Funded Psychosocial Rehabilitation In Cumberland County RFP # 2015-103 June 23, 2015
REQUEST FOR PROPOSAL IN NETWORK State Funded Psychosocial Rehabilitation In Cumberland County RFP # 2015-103 June 23, 2015 NOTE: Alliance reserves the right to modify this RFP to correct any errors or
CHAPTER 10. 1. Section 3 of P.L.2013, c.46 (C.24:6J-3) is amended to read as follows:
CHAPTER 10 AN ACT concerning overdose prevention and sterile syringe access programs, and amending P.L.2006, c.99 and P.L.2013, c.46. BE IT ENACTED by the Senate and General Assembly of the State of New
City of Union, Missouri Request for Proposal Audit Services
City of Union, Missouri Request for Proposal Audit Services The City of Union is seeking proposals for qualified firms of certified public accountants to audit the City s financial statements for the fiscal
TOWN OF SILVERTHORNE, COLORADO RFP for Independent Professional Auditing Services
Nature of Services Required A. General The Town is soliciting the services of qualified firms of certified public accountants to audit its financial statements for the fiscal year ending December 31, 2011,
Tax Credit Assistance Program Notice of Funding Availability
Tax Credit Assistance Program Notice of Funding Availability Approved by the MFA Board of Directors June 17, 2009 Background and Purpose The American Recovery and Reinvestment Act (ARRA) of 2009 provided
Released: March 1, 2011
Request for Application New one-year P.A.T.H. Mini-Grant Expanding P.A.T.H. Services within Ohio (P.A.T.H. - Projects for Assistance in Transition from Homelessness) Federal Fiscal Year 2011 (State Fiscal
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station
RHODE ISLAND INFRASTRUCTURE BANK. REQUEST FOR PROPOSAL (RFP) Executive Search Firm
RHODE ISLAND INFRASTRUCTURE BANK REQUEST FOR PROPOSAL (RFP) Executive Search Firm I. Description of Proposal The Rhode Island Infrastructure Bank (the Bank ) is issuing this Request for Proposals ( RFP
Tax Credit Consultant
Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 Request for Proposals Tax Credit Consultant Proposals due by 2:00 PM on March 26,
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS
REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES
REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES July 25, 2012 I. INTRODUCTION The Corporation for Public Broadcasting (CPB) is interested in selecting an experienced firm specializing in benefit
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
CHAPTER 267. BE IT ENACTED by the Senate and General Assembly of the State of New Jersey:
CHAPTER 267 AN ACT concerning third party administrators of health benefits plans and third party billing services and supplementing Title 17B of the New Jersey Statutes. BE IT ENACTED by the Senate and
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.
Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline
REQUEST FOR QUALIFICATIONS
NOTE: The County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this
The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:
NOTICE POSTED: December 11, 2014 DUE DATE: January 5, 2015 @ 10:00 a.m. prevailing time PUBLIC READING: All responses/proposals will be opened at the City Council Chambers on January 6, 2015 @ 10:00 a.m.
ADAMHSCC Request For Proposals. Recovery Housing Initiative
Summary and Background ADAMHSCC Request For Proposals Recovery Housing Initiative The mission of the Alcohol, Drug Addiction and Mental Health Services of Cuyahoga County (ADAMHSCC) is to promote and enhance
Request for Applications
Palm Beach County Department of Public Safety Justice Services Division Palm Beach County Drug Court Programs Substance Abuse Treatment Request for Applications Release Date: June 30, 2015 Due Date: July
Request for Proposal (RFP) Chemical Dependency Outpatient Treatment Services
Request for Proposal (RFP) Chemical Dependency Outpatient Treatment Services 1. Introduction Island County Board of County Commissioners is requesting proposals to provide Outpatient Chemical Dependency
BOROUGH OF KENILWORTH
BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS
Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016.
Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016 Table of Contents I. PROJECT DESCRIPTION AND BACKGROUND II. SCOPE OF SERVICES III. BENEFITS
Request for Proposal Implementation Agents of Health Information Technology: Behavioral Health, Primary Care, and other Specialty Healthcare Providers
Request for Proposal Implementation Agents of Health Information Technology: Behavioral Health, Primary Care, and other Specialty Healthcare Providers ISSUE DATE: April 26 th, 2013 RESPONSE DUE DATE: May
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS A. PURPOSE: The Collingswood Board of Education is seeking proposals through the EUS procurement process
YMCA OF CENTRAL OHIO. Request for Proposals. To Provide Monitoring Services. Proposal Due Date: September 8, 2015
YMCA OF CENTRAL OHIO Request for Proposals To Provide Monitoring Services RFP Issue Date: August 24, 2015 AuA Proposal Due Date: September 8, 2015 Services Completed by: December 31, 2015 The YMCA is an
ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS
The undersigned states that: ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS 1. He or she is the duly authorized representative of the Vendor named below; 2. He
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD PUBLIC LIBRARY REQUEST FOR PROPOSAL Project Name: ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD PUBLIC
Request for Proposals for Professional Services For Affordable Housing Administrative Agent
Request for Proposals for Professional Services For The Township of Harrison, Gloucester County, is seeking proposals for an Affordable Housing Administrative Agent in compliance with the Rules on Affordable
REQUEST FOR QUALIFICATIONS FOR DEFENSE ATTORNEY(s)
REQUEST FOR QUALIFICATIONS FOR DEFENSE ATTORNEY(s) Issued by the Camden County Municipal Joint Insurance Fund Date Issued: August 20, 2015 Responses Due by: September 10, 2015 REQUEST FOR QUALIFICATIONS
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
CHAPTER 331. C.45:2D-1 Short title. 1. This act shall be known and may be cited as the "Alcohol and Drug Counselor Licensing and Certification Act.
CHAPTER 331 AN ACT to license and certify alcohol and drug counselors, creating an Alcohol and Drug Counselor Committee, revising various parts of the statutory law. BE IT ENACTED by the Senate and General
Assistant Director of Alcohol, Drug, and Mental Health Services Clinical Operations Job Bulletin #13-8004-07
All photographs courtesy of Mark Bright and used by permission. COUNTY OF SANTA BARBARA Assistant Director of Alcohol, Drug, and Mental Health Services Clinical Operations Job Bulletin #13-8004-07 The
TOWN OF HARRISON NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL
TOWN OF HARRISON NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL Project Name: MUNICIPAL AUDIT SERVICES RFP Due By: August 13, 2015, 2:00 P.M. RFP Submitted By: 1 REQUEST FOR PROPOSAL (RFP) ADVERTISEMENT
PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])
PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified
COLORADO COMBINED CAMPAIGN College, University and State Service Organization (CU/SSO) Application
COLORADO COMBINED CAMPAIGN College, University and State Service Organization (CU/SSO) Application January 5, 2015 To all Prospective Participating Colleges, Universities and State Service Organizations:
HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ 08108 REQUEST FOR PROPOSAL
HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ 08108 REQUEST FOR PROPOSAL A. PURPOSE: The Haddon Township Board of Education is seeking proposals from qualified respondents as follows:
RFP File Name: MassGaming Small Business Capacity Building Program
Department: Massachusetts Gaming Commission Address: 84 State Street, 10 th Floor, Boston, MA 02109 Telephone: 617 979-8446 RFP File Name: MassGaming Small Business Capacity Building Program Contact Person:
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.
COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors
GENESEE HEALTH SYSTEM REQUEST FOR QUOTE ACTUARY SERVICES FOR OTHER POST-EMPLOYMENT BENEFITS (OPEB) VALUATIONS
GENESEE HEALTH SYSTEM REQUEST FOR QUOTE ACTUARY SERVICES FOR OTHER POST-EMPLOYMENT BENEFITS (OPEB) VALUATIONS PUBLIC NOTICE: APRIL 17, 2016 REISSUED: MAY 3, 2016 TABLE OF CONTENTS I. PURPOSE AND SPECIFICATIONS
CONTRACT POLICY AND INFORMATION MANUAL (CPIM) PROVIDER AGENCY TABLE OF CONTENTS
CONTRACT POLICY AND INFORMATION MANUAL (CPIM) PROVIDER AGENCY TABLE OF CONTENTS INTRODUCTION DCF.P1.00 CONTRACT NEGOTIATIONS AND REVISIONS DCF.P1.01 DCF.P1.02 DCF.P1.03 Documents and Conditions Required
MUNICIPAL REGULATIONS for CLINICAL NURSE SPECIALISTS
MUNICIPAL REGULATIONS for CLINICAL NURSE SPECIALISTS CHAPTER 60 CLINICAL NURSE SPECIALIST Secs. 6000 Applicability 6001 General Requirements 6002 Term of Certificate 6003 Renewal of Certificate 6004 Educational
Request for Proposal 08-X-39960 For: Written Translation Services: English to Spanish
Request for Proposal 08-X-39960 For: Written Translation Services: English to Spanish Bidder s Electronic Question Due Date (Refer to RFP Section 1.3.1 for more information.) Event Date Time April 8, 2008
MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services. www.cdrfg.com
MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services www.cdrfg.com CDR Fundraising Group 2015 This sample RFP is made available by the CDR Fundraising Group as a public service.
MUNICIPAL REGULATIONS for NURSE PRACTITIONERS
MUNICIPAL REGULATIONS for NURSE PRACTITIONERS CHAPTER 59 NURSE-PRACTITIONERS Secs. 5900 Applicability 5901 General Requirements 5902 Term of Certificate 5903 Renewal of Certificate 5904 Educational Requirements
REQUEST FOR PROPOSALS SKAGIT COUNTY JAIL SUBSTANCE ABUSE TREATMENT PROGRAM
REQUEST FOR PROPOSALS SKAGIT COUNTY JAIL SUBSTANCE ABUSE TREATMENT PROGRAM Skagit County Community Services is accepting proposals for providing treatment services from Division of Behavioral Health and
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL A. PURPOSE: The Collingswood Board of Education is seeking proposals from qualified respondents as follows: Board
AMENDED BYLAWS SAN MARCOS UNIVERSITY CORPORATION. A California Nonprofit Public Benefit Corporation. ARTICLE I Objectives
Adopted by the Board of Directors 08/09/01 Revised 12/7/04; 10/10/07; 06/30/11 AMENDED BYLAWS OF SAN MARCOS UNIVERSITY CORPORATION A California Nonprofit Public Benefit Corporation ARTICLE I Objectives
TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014
TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
UTAH DIVISION OF SUBSTANCE ABUSE AND MENTAL HEALTH SUBSTANCE USE DISORDER SERVICES MONITORING CHECKLIST (FY 2014) GENERAL PROGRAM REQUIREMENTS
UTAH DIVISION OF SUBSTANCE ABUSE AND MENTAL HEALTH SUBSTANCE USE DISORDER SERVICES MONITORING CHECKLIST (FY 2014) Program Name Reviewer Name Date(s) of Review GENERAL PROGRAM REQUIREMENTS 2014 Division
Audit Report. Division of Mental Health and Developmental Services Substance Abuse Prevention and Treatment Agency
LA12-15 STATE OF NEVADA Audit Report Division of Mental Health and Developmental Services Substance Abuse Prevention and Treatment Agency 2012 Legislative Auditor Carson City, Nevada Audit Highlights Highlights
Title 32: PROFESSIONS AND OCCUPATIONS
Title 32: PROFESSIONS AND OCCUPATIONS Chapter 81: ALCOHOL AND DRUG COUNSELORS HEADING: RR 1997, c. 2, 55 (cor) Table of Contents Subchapter 1. GENERAL PROVISIONS... 3 Section 6201. STATE BOARD OF ALCOHOL
Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015
Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015 I. INTRODUCTION General Information Alaska Conservation Foundation, hereafter known as ACF, is requesting proposals
KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J. 07833 Phone: (908) 475-5118Fax: 908-475-1141
KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J. 07833 Phone: (908) 475-5118Fax: 908-475-1141 REQUEST FOR QUALIFICATIONS FOR SCHOOL DISTRICT RISK MANAGEMENT CONSULTANT Notice
New Jersey State Legislative Update. Opioid Addiction and Abuse Prevention. Legislative Package Moves Forward
New Jersey State Legislative Update Opioid Addiction and Abuse Prevention Legislative Package Moves Forward By Laurie A. Clark NJSIPP Legislative Counsel May 12, 2015 The New Jersey Legislature is currently
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
FY 2015-16 and ongoing Mental Health Crisis Evaluation Services
TUOLUMNE COUNTY HUMAN SERVICES AGENCY BEHAVIORAL HEALTH DEPARTMENT Request For Qualifications (RFQ) SPECIFICATIONS, TERMS, & CONDITIONS For: FY 2015-16 and ongoing Mental Health Crisis Evaluation Services
Invitation for Bids. For. Solarwinds Software Modules IFB 15-86
Invitation for Bids For IFB 15-86 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone: 856.256.4171 Email: [email protected] Table of Contents Administration
Payment Partner (Online Bill Pay) Terms and Conditions
Payment Partner (Online Bill Pay) Terms and Conditions A. Personal Users of Payment Partner B. Small Business Users of Payment Partner Atlantic Stewardship Bank s Payment Partner Terms and Conditions are
TOWNSHIP OF BERKELEY HEIGHTS
TOWNSHIP OF BERKELEY HEIGHTS REQUEST FOR PROPOSALFOR TAX ATTORNEY SERVICES Township of Berkeley Heights Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 10:00 A.M. DEBEMBER 5,
REQUEST, SOLICITATION AND INVITATION FOR PROPOSAL FOR THE POSITION OF MEDFORD TOWNSHIP SCHOOL DISTRICT BOARD OF EDUCATION
REQUEST, SOLICITATION AND INVITATION FOR PROPOSAL FOR THE POSITION OF MEDFORD TOWNSHIP SCHOOL DISTRICT BOARD OF EDUCATION HEALTH INSURANCE BROKERAGE SERVICES The proposer is requested to provide a proposal
SUBSTANCE ABUSE SERVICES APPLICATION
DIVISION OF ALCOHOLISM AND SUBSTANCE ABUSE LICENSING AND CERTIFICATION SUBSTANCE ABUSE SERVICES APPLICATION ALCOHOLISM AND OTHER DRUG DEPENDENCY TREATMENT/INTERVENTION LICENSE OR MEDICAID CERTIFICATION
VALUE BEHAVIORAL HEALTH OF PENNSYLVANIA (VBH-PA) IN PARTNERSHIP WITH WESTMORELAND DRUG AND ALCOHOL COMMISSION REQUEST FOR PROPOSAL (RFP)
VALUE BEHAVIORAL HEALTH OF PENNSYLVANIA (VBH-PA) IN PARTNERSHIP WITH WESTMORELAND DRUG AND ALCOHOL COMMISSION REQUEST FOR PROPOSAL (RFP) FOR FUNDS SUPPORTING DEVELOPMENT OF A SUBSTANCE ABUSE TREATMENT
Request for FY 16 Grant Proposals Small Business Assistance Grant Program Subject to State Funding
Request for FY 16 Grant Proposals Small Business Assistance Grant Program Subject to State Funding Department: Address: Massachusetts Growth Capital Corporation 529 Main Street, Schrafft s Center, Suite
DEPARTMENT OF HEALTH CARE FINANCE
DEPARTMENT OF HEALTH CARE FINANCE Dear Provider: Enclosed is the District of Columbia Medicaid provider enrollment application solely used for providers, who request to be considered for the Adult Substance
TABLE OF CONTENTS. I. Introduction 3. II. Background 3. III. Criteria 4. IV. Scope of Services 5. V. Selection Process 5. VI. Tentative Time Table 6
THE CITY OF LIVONIA Request for Proposal Investment Consulting Services; Defined Contribution (401) and Deferred Compensation (457) Plan Review and Service Provider Search April 2015 1 TABLE OF CONTENTS
California Health and Safety Code. Chapter 2.5 of Division 107
California Health and Safety Code Chapter 2.5 of Division 107 AB 1503 (Chapter 445, Statutes of 2010) amended Hospital Fair Pricing Policies established by AB 774 (Statutes of 2006) and added Emergency
12 Core Functions. Contact: IBADCC PO Box 1548 Meridian, ID 83680 Ph: 208.468.8802 Fax: 208.466.7693 e-mail: [email protected] www.ibadcc.
Contact: IBADCC PO Box 1548 Meridian, ID 83680 Ph: 208.468.8802 Fax: 208.466.7693 e-mail: [email protected] www.ibadcc.org Page 1 of 9 Twelve Core Functions The Twelve Core Functions of an alcohol/drug
MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS
MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State
Accountable Care Organization. Medicare Shared Savings Program. Compliance Plan
Accountable Care Organization Participating In The Medicare Shared Savings Program Compliance Plan 2014 Corporate Location: 3190 Fairview Park Drive Falls Church, VA 22042 ARTICLE I INTRODUCTION This Compliance
The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:
NOTICE POSTED: Decmber 23, 2014 DUE DATE: January 6, 2015 @ 10:00 a.m. prevailing time PUBLIC READING: All responses/proposals will be opened at the City Council Chambers on January 7, 2015 @ 10:00 a.m.
Ocoee, FL July 01, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
