RFP Disaster Recovery Consulting Services
Louisiana > Beauregard Parish Sheriff's Office
RFP: 18298993
Listing Information/Advertisement:


BEAUREGARD PARISH SHERIFF’S OFFICE ADVERTISEMENT
Beauregard Parish Sheriff’s Office
DISASTER RECOVERY CONSULTING SERVICES

 
Notice is hereby given that the Beauregard Parish Sheriff’s Office is soliciting responses for DISASTER RECOVERY CONSULTING SERVICES. Interested and qualified respondents may submit RFP Packages, according to the requirements described herein, to the Beauregard Parish Sheriff’s Office, 120 South Stewart St, Deridder, LA 70634. All RFP Packages are due by or before 12 p.m. (CST) on October 27, 2020. Any packages delivered to or received after the 12 p.m. deadline will not be considered and shall be returned unopened to the addressee.
 
The Beauregard Parish Sheriff’s Office seeks professional service assistance to support the BPSO's disaster recovery, to expedite financial recovery and mitigation through the Federal Management Agency's (FEMA) Public Assistance (PA) Program and other federal and state programs, to ensure full compliance with all Federal, State, and Local laws in order to limit any subsequent audits and reviews, and to minimize impacts from future disasters. The ideal candidate shall possess demonstrated experience in disaster recovery· programs and must have extensive knowledge and expertise in the operations of FEMA PA and Hazard Mitigation Programs.
 
Copies of the RFP are available at the Beauregard Parish Sheriff’s Office, 120 South Stewart Street, DeRidder, LA 70634 or online at www.centralauctionhouse.com.
 
Contact Information:  Sara Franks
                                  120 South Stewart St
                                  DeRidder, LA 70634
                                  Email: [email protected]
                                  Phone 337-462-2400
                                  Fax 337-463-9952
 
Publish Dates:  September  25, October 2, and October 9, 2020


Interested firms may not contact any staff member of the Beauregard Parish Sheriff’s Office, except the above referenced individual with regard to this RFP. All inquiries will be routed to the appropriate staff member for response. RFP Packages MUST be submitted and clearly marked on the subject line: DISASTER RECOVERY CONSULTING SERVICES. Each package submitted must have the respondent's name and mailing address marked plainly in the email.  Each submittal shall include all required documents and any supplemental information.
Email RFP to:                                           Beauregard Parish Sheriff’s Office
                                                                  Attn: Sara Franks Finical Officer
                                                                 RE: Disaster Recovery RFP
                                                                 Email:  [email protected]
 
 
REQUEST FOR PROPOSALS BEAUREGARD PARISH SHERIFF’S OFFICE
DISASTER RECOVERY CONSULTING SERVICES
 
 
INTRODUCTION

Purpose:  The Beauregard Parish Sheriff’s Office (BPSO) is accepting sealed Request for Proposal packages. The purpose of this Request for Proposals is to solicit responses from qualified firms to provide professional service assistance to support the BPSO's disaster recovery, to expedite financial recovery and mitigation through the Federal Management Agency's (FEMA) Public Assistance (PA) Program and other federal and state programs, to ensure full compliance with all federal, state, and local laws in order to limit any subsequent audits and reviews, and to minimize impacts from future disasters.
RFP Contact Information for Questions:Any and all questions or requests for information relating to this Request for Proposal shall be submitted in writing by or before 12 p.m. October 27, 2020.
 
Contact Information:  Sara Franks
                                 120 South Stewart St
                                 DeRidder, LA 70634
                                 Email: [email protected]
                                 Fax 337-463-9952

 
II.Interested firms may not contact any staff member of the Beauregard Parish Sheriff’s Office, except the above referenced individual with regard to this RFP. All inquiries will be routed to the appropriate staff member for response.

Addenda:  Any and all clarifications, answers to questions, or changes to this RFP shall be provided through a BPSO-issued Addendum. Any clarifications, answers, or changes provided in any manner other than a formally issued addendum, are to be considered "unofficial" and shall not bind the BPSO to any requirements, terms or conditions not stated herein.

The BPSO shall make every possible, good faith effort to issue any and all addenda no later than three (3) days prior to the due date for proposals. Any addenda issued after this date, shall be for material, necessary clarifications to the Request for Proposal.
 
Due Date & Location:  Packages submitted in response to this Request for Proposal must be delivered to and received by the Beauregard Parish Sheriff’s Office by or before 12 p.m. on October 27, 2020. Any packages received after this deadline will be deemed unresponsive and shall be returned to the addressee unopened.
RFP Packages shall be delivered to:           Beauregard Parish Sheriff’s Office
                                                                     Attn: Sara Franks
                                                                     RE: Disaster Recovery RFP
                                                                     Email: [email protected]

 
RFP Response Packaging Instructions:  To be considered, submit the RFP Package which shall include all required documents and any supplemental information. RFP Packages must be clearly marked in the Subject line: DISASTER RECOVERY CONSULTING SERVICES.
 
Evaluation of Responses:  All properly submitted RFP Packages may be evaluated by an Evaluation Committee if administration determines. If so, each Evaluation Committee Team Member will receive a set of all of the RFP packages submitted, a copy of the RFP document with all issued Addenda.
The BPSO desires to avoid the expense to all parties of unnecessary presentations; however, the BPSO may elect to conduct oral interviews or presentations from one or more of the respondents in order to make a final determination of the top rankings. If the BPSO elects to conduct oral interviews or presentations, selected firms will be notified.
BPSO Staff may consider any evidence available regarding financial, technical, other qualifications and abilities of a respondent, including past performance (experience) with the BPSO prior to recommending approval of award.
The Beauregard Parish Sheriff’s Office reserves the right to reject any or all proposals, waive minor formalities or award to/negotiate with the firm whose proposal best serves the interest of the BPSO.
 
Contract Award:  A decision shall be made to enter into negotiations with the selected firm with the intention of coming to agreement over terms, conditions, and pricing in order to award a contract for the services described herein.

Contract Performance:  At any point in time during the term of the Contract with the awarded Consultant, BPSO Staff may review records of performance to ensure that the Consultant is continuing to provide sufficient financial support, equipment and organization as prescribed herein. The BPSO may place said contract on probationary status and implement termination procedures if the BPSO determines that the Consultant no longer possesses the financial support, equipment and organization which would have been necessary during the RFP evaluation period in order to comply with this demonstration of competency section.

III.GENERAL REQUIREMENTS

Background:  The Beauregard Parish Sheriff’s Office seeks professional service assistance to support the BPSO's Hurricane Laura disaster recovery, to expedite financial recovery and mitigation through the Federal Management Agency's (FEMA) Public Assistance (PA) Program and other federal and state programs, to ensure full compliance with all federal, state, and local laws in. order to limit any subsequent audits and reviews, and to minimize impacts from future disasters. The ideal candidate shall possess demonstrated experience in disaster recovery programs and must have extensive knowledge and expertise in the operations of FEMA PA and Hazard Mitigation Programs.
 
Scope of Work:  Specific tasks include, but are not limited to, the following:
 
FEMA Public Assistance Advisory Services:  Possess extensive knowledge related to the Stafford Disaster Relief and Emergency Assistance Act provisions and
regulations (44CFR and 2 CFR 200), and Sandy Recovery Improvements Act (SRIA) of 2013 including alternative procedures for public assistance and debris removal.
 
Develop a process/system for the BPSO, from inception through the project closeout, to prepare and submit its PA program; this is to include documentation, procurement arid contract, payroll, and grant submission support.
 
Develop processes for obtaining, analyzing and gathering field documentation including, but not limited to, records related to procured goods and services, timekeeping, and force account labor and equipment; this should include processes for disaster debris monitoring services.
 
Attend all meetings with FEMA, state and insurance representatives, as well as participate regularly with the BPSO's designated FEMA workgroup.
 
Identify and communicate risks within the BPSO's operation that could preclude its ability to optimize reimbursement.
 
Possess the expertise to assist in the preparation of accurate PA emergency and permanent work project estimates including but not limited to recognized cost estimating, developing detailed damage descriptions and dimensions, scope of work, and proper identification of force account labor and equipment.
 
Financial. Payroll. and Grant Management:  Ensure BPSO disaster recovery and restoration processes comply with laws, regulations and guidelines to maximize
reimbursement for eligible disaster expenditures and to minimize timing for reimbursement.
 
 Possess the expertise to assist in all disaster-recovery financial reimbursement and reporting processes from FEMA, State or other agency. Ensure there are no duplications of submission if varying agencies are involved.
 
Possess the expertise to assist the BPSO through FEMA, State (or other agency) guidelines to capture force account labor eligible expenses accurately for timesheets and project cost accounting. Assist in the review of BPSO personnel policies to ensure compliance for eligible cost reimbursement.
 
Possess the expertise to assist the BPSO through FEMA, State (or other agency) guidelines to ensure the capture of relevant data related to procured goods and services. Provide oversight of contractor's billing to ensure all costs eligible for disaster grant funding are documented and claimed.
 
Perform intervallic review and reconciliation of actual project spending to ensure project costs are accurately captured. Ensure BPSO documentation is sufficient to respond to Office of Inspector General (OIG) audits and reviews.

Procurement and Contract Management/Monitoring Support:  Ensure BPSO disaster recovery and restoration procurement processes comply with laws, regulations and guidelines as required by FEMA, State or other agencies.
 
Possess the expertise to assist in the review of BPSO Purchasing policies to ensure compliance for eligible cost reimbursement., or other agencies.
 
Ensure BPSO documentation is sufficient to respond to Office of Inspector General (OIG) audits and reviews.
 
Information Technology & Data Management:  Possess the expertise to assist BPSO staff in the development of IT solutions that support the management and
implementation of disaster recovery programs.
 
Develop processes for the BPSO to properly collect data and document information as necessary to optimize compliance with FEMA, state, or other agencies.
 
Ensure BPSO documentation is sufficient to respond to Office of Inspector General (OIG) audits and reviews.
 
Insurance and Other Funding Support:  Review and understand the BPSO's insurance coverage in order to ensure the BPSO's disaster recovery and restoration
processes comply with laws, regulations and guidelines as required by FEMA, state, or other agencies.
 
Develop process to assist the BPSO in routing eligible expenses correctly, including insurance coverage guidelines.
 
Possess the expertise to assist the BPSO with identifying other disaster recovery funding opportunities, including Community Development Block Grant Disaster Recovery programs.
 
Ensure there are no duplications of funding or submissions if varying agencies are involved.
 
Hazard Mitigation Support:  Provide expertise in identifying, developing and evaluating opportunities for the development of hazard mitigation programs to reduce or eliminate risk from future events.
 
Possess the expertise to assist the BPSO is preparing relevant documentation and analysis related to hazard mitigation grant programs.
 
Ensure BPSO hazard mitigation programs comply with laws, regulations and guidelines as required by FEMA, state or other agencies.
 
Emergency Management Support Services:  Provide expertise related to post-disaster recovery continuity of operations, training, development of teams, monitoring, review and test of plans related to future events.
 
CFR 200 Compliance Language Procurements:  While assisting the BPSO with project procurements or in the event the vendor must procure additional resources post­ contract award, the awarded Proposer will strictly adhere to 2 CFR 200 procurement rules. This includes adhering to the strictest provisions of Federal, State, and Local procurement Rules, Regulations and/or Ordinances, etc.

Vendor Billing:  The winning vendor will be engaged in direct project work; therefore, indirect billing is not anticipated and must be pre-
approved by the BPSO. All direct project costs will be concisely billed to specific project codes established by the BPSO. Vendor invoices will be categorized by project code and must include:
Name
Position
Billing Rate
Total Hours
Costs
Project
Sub-task 

Byrd Anti-Lobbying Amendment:  Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be
codified at 2 U.S.C. § 1601, et seq.]-Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient.
 
Suspension and Debarment:  This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that the contractor and none of its principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 

The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpa1t C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 

This certification is a material representation of fact relied upon by (inse11 name of sub grantee). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as grantee and name of sub grantee), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 

The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or   proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.
 
 
Sub-Contractors:  If the Consultant elects to sub-contract with any firm, for any portion of the work, the Consultant shall be responsible for all work performed by any sub-contract and the Consultant shall not be relieved of any obligations under this Contract.

Each Respondent shall submit a list of proposed sub-contractors to be used if awarded the contract. Each Respondent must provide a list of Sub-Contractors, under Section 3: Qualifications and Experience. If subcontractors are to be included in the proposal, all terms and conditions must be disclosed including method and reason for selection, subcontractor compensation, and subcontractor billing rate. At the BPSO's request, provide all internal
sub-contractor documentation for federal reimbursement review.

If no sub-contractors are proposed, so state there on.

At any time, the BPSO may, at its discretion, require any Respondent to submit all relevant data required to establish to the satisfaction of the BPSO, the reliability and responsibility of the proposed sub-contractors to furnish and perform the work proposed.

Prior to the award of the Contract, the BPSO will notify the Respondent in writing if the BPSO, after due investigation, has reasonable and substantial objection to any person or organization proposed as a sub-contract. The Respondent then may, at his option, withdraw his RFP Package, or submit an acceptable substitute at no increase in price. If the Respondent fails to submit an acceptable substitute within seven (7) days of the original notification, the BPSO then may disqualify the Respondent, at no cost to the BPSO.

The BPSO reserves the right to disqualify any Consultant, Contractor, Sub-Contractor, Vendor, or material supplier due to previously documented project problems, either with performance or quality.
 
Sub-contractors and other persons and organizations proposed by the Respondent and accepted by the BPSO, must be used on the work for which they were proposed and accepted and shall not be changed except with the written approval of the BPSO.
 
III; CONTRACT REQUIREMENTS
Insurance Requirements:  The Consultant shall not commence work under this Contract until he/she has obtained all insurance required under this section and such insurance has been approved by the Beauregard Parish Sheriff’s Office. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Louisiana. The Consultant shall furnish proof of Insurance to the Beauregard Parish Sheriff’s Office prior to the commencement of operations. The Certificate(s) shall clearly indicate the Consultant has obtained insurance of the type, amount, and classification as required by contract and that no material change or cancellation of the insurance shall be effective without thirty (30) days prior written notice to the BPSO. Certificates shall specifically include the Beauregard Parish Sheriff’s Office as Additional Insured for all lines of coverage except Workers' Compensation and Professional Liability. A copy of the endorsement must accompany the certificate. Compliance with the foregoing requirements shall not relieve the Consultant of its liability and obligations under this Contract.
 
Certificate Holder Address: Beauregard Parish Sheriff’s Office
                                           120 South Stewart St
                                           Deridder, LA 70634
 
The Consultant shall maintain during the life of this Contract, Comprehensive General Liability Insurance with minimum limits of $1,000,000 per occurrence, $1,000,000 aggregate to protect the Consultant from claims for damages for bodily injury, including wrongful death, as well as from claims of property damages which may arise from any operations under this Contract, whether such operations be by the Consultant, or by anyone directly employed by or contracting with the Consultant.          
 
The Consultant shall maintain during the life of the contract, Professional Liability or Errors and Omissions Insurance with minimum limits of $1,000,000, if applicable.
 
The Consultant shall maintain during the life of this Contract, Comprehensive Automobile Liability Insurance with minimum limits of $1,000,000 combined single limit for bodily injury and property damage liability to protect the Consultant from claims for damages for bodily injury, including the ownership, use, or maintenance of owned and non­ owned automobiles, including rented/hired automobiles whether such operations be by the Consultant or by anyone directly or indirectly employed by a Consultant.
 
The Consultant shall maintain Umbrella or Excess Liability Insurance covering workers compensation, commercial general liability and business auto liability with minimum limits of liability of $1,000,000.
 
The Consultant shall maintain during the life of this Contract, adequate Workers' Compensation Insurance in at least such amounts as are required by the law for the State of Louisiana.
 
In the event of unusual circumstances, Beauregard Parish Sheriff’s Office may adjust these insurance requirements.

Licenses, Permits &Fees:  The Consultant shall be responsible for obtaining and holding any and all necessary licenses, permits, certifications required to perform the work described herein throughout the duration of the contract. Payment of any fees or fines resulting in the lack of pe1mits, licenses or certifications shall be the sole responsibility of the Consultant.

Contract Agreement &Term  :The intent of the Beauregard Parish Sheriff’s Office is to select the number one ranked firm through the evaluation process and to award a contract upon successful negotiations to that firm. It is anticipated that the BPSO will issue a professional services contract for the duration of the project. The initial contract term shall be through December 31, 2020, with an option to renew in one-(1) year increments, for a period of three (3) one-year renewals. The BPSO reserves the right to renew the contract beyond the three (3) one-year renewals if it serves the best interest of the BPSO.

It is expressly understood that the BPSO's selection of any proposal does not constitute an award of a contract agreement with the BPSO. Once the BPSO has selected a proposal, contract negotiations will follow between the BPSO and the selected respondent; it is further expressly understood that no contractual relationship exists with the BPSO until a contract has been executed by both the BPSO and the selected respondent. The BPSO reserves the right to delete, add to, or modify one or more components of the selected Respondent's proposal in order to accommodate changed or evolving circumstances that the BPSO may have encountered since the issuance of the RFP.

Governing Laws &Regulations:  It shall be the responsibility of the Consultant to be familiar and comply with any and all federal, state, and local laws, ordinances, rules and regulations relevant to the services to be performed under this contract. The contract agreement shall be governed by the laws of the State of Louisiana and the BPSO, both as to interpretation and performance.
 
Termination:  Failure on the part of the Consultant to comply with any portion of the duties and obligations under the contract agreement shall be cause for termination. If the Consultant fails to perform any aspect of the responsibilities described herein, the BPSO shall provide written notification stating any and all items of non-compliance. The Consultant shall then have seven (7) consecutive calendar days to correct any and all items of non-compliance. If the items of non-compliance are not corrected, or if acceptable corrective action as approved by the BPSO, has not been taken within the seven (7) consecutive calendar days, the Contract Agreement may be terminated by the BPSO for cause, upon giving seven (7) consecutive calendar days written notice to the Consultant.

In addition to the above, the BPSO may terminate the contract agreement at any time, without cause, upon thirty (30) days written notice to the Consultant.
 
Indemnification:  To the fullest extent permitted by law, the Consultant s all indemnify and hold harmless the Beauregard Parish Sheriff’s Office, and employees from and against liability, claims, damages, losses and expenses, including attorneys' fees, arising out of or resulting from performance of the work, provided that such liability, claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction to tangible property (other than the work itself) including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Consultant, a Subconsultant, or anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such liability, claim, damage, loss or expense is caused in part by a party indemnified hereunder.

In claims against any person or entity indemnified under this Paragraph by an employee of the Consultant, a Subconsultant, any one directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Paragraph shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Consultant or a Sub-Contractor under workers' compensation acts, disability benefits acts or other employee benefit acts.

Trade Secrets:  To invoke the-provision of the State of Louisiana, Trade Secrets, or other applicable law, the requesting firm must mark each page of such document or specific portion of a document claimed to be a trade secret must be clearly marked as "trade secret." All material marked as a trade secret must be separated from all non-trade secret material, such as being submitted in a separate envelope clearly marked as "trade secret." If the office or department receives a public records request for a document or information that is marked and certified as a trade secret, the office or department shall promptly notify the person that certified the document as a trade secret.

To invoke the provisions of the State of Louisiana, Trade Secrets, or other applicable law, the requesting firm must complete an Affidavit for Trade Secret Confidentiality, signed by an officer of the company, and submit the affidavit with the information classified as "Trade Secret" with other proposal documents. The affidavit must reference the applicable law or laws under which trade secret status is to be granted.
 
Public Records:  In accordance with the State of Louisiana (Public Records Law) and the Freedom of Information Act, and
except as may be provided by other applicable State and Federal Law, all proposers should be aware that Request for Proposals and the responses thereto are public record. Also, please be aware that the Beauregard Parish Sheriff’s Office publishes bid proposals on its agenda for public review. Proposers should identify specifically any information contained in their proposals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. Failure to identify confidential and/or proprietary information prior to submission of the proposal may result in such information being subject to release if requested in a public records request.


IV; REQUEST FOR PROPOSALS SUBMITTAL REQUIREMENTS
Respondent Responsibilities:  Respondents re responsible for any and all costs associated with developing and submitting an RFP Package in response to this Request for Proposals. Respondents are also solely responsible for any and all costs associated with interviews and/or presentations requested by the BPSO. It is expressly understood, no Respondent may seek or claim any award and/or reimbursement from the BPSO for any expenses, costs, and/or fees (including attorneys' fees) borne by any Respondent, during the entire RFP process. Such expenses, costs, and/or fees (including attorneys' fees) are the sole responsibility of the Respondent.
 
All RFP Packages received in response to this Request for Proposals shall become the property of the Beauregard Parish Sheriff’s Office and will not be returned. In' the event of contract award, all documentation produced as part of the contract will become the exclusive property of the BPSO.
 
By submitting an RFP Package, each Respondent certifies that the proposer has fully read and understands any and all instructions in the Request for Proposals, and has full knowledge of the scope, nature, and quality of work to be performed. All RFP Packages submitted shall be binding for one hundred twenty (120) consecutive calendar days following the submittal due September 14, 2020.
 
RFP Package Submittal Format:  The RFP Package format must sufficiently address and demonstrate all required components and follow the order of sections described below. The aim of the required format is to simplify the preparation and evaluation of the RFP Packages.
All RFP Packages must include the following components:
Section

RFP Cover Page
Cover Letter
Qualifications and Experience
Proposed Strategy and Technical Approach
Auditing History
Proposed Pricing
Socioeconomic Contractors
Administrative Information
RFP Package Components:All of the components outlined below must be included with each copy of the RFP Package and submitted as follows: one
 Electronic, pages, numbered, 1-inch margins, typewritten with Times New Roman style and 12size font, maximum 25 pages. Additionally, all headings, sections and sub-sections shall be identified appropriately.  All documentation shall be exact order and format as shown below. No exceptions to this format will be accepted.

In order to insure a uniform review process and to obtain the maximum degree of comparability, it is required that proposals be organized in the manner specified as follows: 
 
Section 1: RFP Cover Page (Complete and Submit)
Section 2: Cover Letter
Provide a cover letter. not exceeding two pages, which is signed by an officer of the firm who is responsible for committing
the firm's resources.
 
The cover letter should provide the following:
Respondent's name, primary contact name, business address, phone number, fax number and e-mail address;
Name and title of the individual with responsibility for the response and who will receive correspondence regarding this RFP;
A brief statement of the respondent's understanding of the services required and qualifications to provide disaster recovery consulting services;
A brief company background statement to include, but not limited to, years in business, corporate structure, professional affiliations, and capability of meeting deadlines;
Such other information as the respondent deems appropriate. 

Section 3: Qualifications and Experience
In this section, respondent shall provide firm and staff qualifications and demonstrate the firm's prior experience in providing disaster recovery consulting services in accordance with FEMA and other federal programs. Respondent shall clearly demonstrate an understanding of the scope of work and other technical or legal issues related to the project. Provide history of any litigation within the past five (5) years arising out of the firm's performance as it relates to the scope of services being solicited.
 
Provide copies of the following, if applicable:
Proper and valid licensing to conduct business in the State of Louisiana
Current Applicable Department of Professional Regulation License(s)
Current Applicable Certification(s)
A list of Sub-Contractors with credentials and related experience 

Section 4: Proposed Strategy and Technical Approach
In this section, respondent shall provide the firm's proposed strategy in representing the BPSO in responding to declared disasters, and shall also provide the firm's technical approach to perform the scope of services requested to include procedures, methodologies, resources, systems, etc.
 
Section 5: Auditing History
hl this section, respondent shall demonstrate the firm's prior experience in defending and maintaining FEMA and other federal program reimbursements.

Section 6: Proposed Pricing
In this section, respondent shall fill out and submit the proposed rates on the rate sheet provided herein. Any and all positions that may perform any work required under the scope of services should be included in this rate sheet. Proposed base rates, fringe & overhead, profit, and proposed billing rates shall be provided by each respondent. Please provide the name and specific office location for the staff member holding each position. For evaluation purposes, the BPSO will calculate an average base rate for each respondent, using all of the proposed base rates submitted on the rate sheet.
Respondents shall be scored based on a pro-rata distribution of points according to the average base rate for each Respondent. The Respondent with the lowest average proposed base rate shall receive the maximum points possible, and all other Respondents shall receive a score based on the formula provided herein (see p.15).
 
Section 7: Socioeconomic Contractors
Provide current copy of certificate of MBE/WBE/DBE.
 
Section 8: Administrative Information
Please include the following:
Proof of Liability Insurance and its limits
Drug Free Work Place Form (Complete and Submit)
RFP Affidavit (Complete and submit)
RFP Affidavit of Solvency (Complete and Submit)
Conflict of Interest Disclosure Form
Acknowledged Addenda


 

SUBMITTAL INFORMATION
Creator Username: BPSO
Bidding Privacy: Bid encryption
Started: 25-Sep-2020 12:00:00 AM CDT
Ends: 27-Oct-2020 12:00:00 PM CDT ( Expired )
History: 1597 Views, 0 Messages
Event Status: Expired since 27-Oct-2020 12:00:00 PM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::