1000 San Leandro Blvd., Suite 300 San Leandro, CA 94577-1675 PH (510) 667-7990 FX (510) 351-1367 www.acschoolhealth.org

Alameda County Health Care Services Agency The Center for Healthy Schools & Communities REQUEST FOR PROPOSAL For Lead Health Agency for Fremont Unified School District The Center for Healthy Schools & Communities (CHSC) within Alameda County Health Care Services Agency is requesting the assistance of a qualified local agency to provide general health, immunization, and linkage services to Fremont Unified School District within Alameda County. Interested parties are requested to bid on completion of the following scope of work. This RFP is also posted at: www.healthyschoolsandcommunities.org Application Due Date

5:00 PM, June 26, 2015 Email: [email protected] AND Send One Hard Copy by mail/delivery to Alameda County Health Care Services Agency Attn: Connie Yale 1000 San Leandro Blvd., Suite 300 San Leandro, CA 94577-1675

Official Award Notification Contract Term For information about this project Please contact:

June 30, 2015 July 1, 2015 – June 30, 2016 Kimi Sakashita Alameda County, Health Care Services Agency (510) 618-3425 E-Mail: [email protected]

SECTION 1: INTRODUCTION /BACKGROUND INTENT The intent of this Request for Proposal (RFP) is to seek a Federally Qualified Health Center (FQHC) in Alameda County designated to become the lead health agency to provide general health, immunization, and linkage services to Fremont Unified School District (FUSD). Vendors are applying for a one-year contract totaling with Alameda County Health Care Services Agency (HCSA) starting date July 1, 2015-June 30, 2016. The contract may be renewed up to 5 years based on funding availability and quality of service provided by the contractor. The RFP seeks a FQHC interested in working with Alameda County Health Care Services Agency Center for Healthy Schools and Communities (CHSC), Fremont Unified School District (FUSD), school administration and staff, community service providers and youth in providing general health services, immunization service, and improving students’ access to health services. Latest statistics are concerning and show a greater need for improved access to care for lowincome Fremont children and families. Close to 60% of low-income Fremont residents are not served for primary care (UDS Mapper, 2015). Vulnerable communities in Fremont face issues accessing affordable primary care services and inconsistent information of where to go for urgent care and after-hours care. Emergency Department readmission rates are high for this as the safety net struggles with fragmentation, lack of collaboration across settings, limited resources, and high demand. The more critical challenge faced by the safety net health providers in Fremont is the poor patient care transitions, where patients are discharged without their primary care providers (PCPs) ever being alerted. Additional issues that exacerbate the disparity of access to preventive health care services are language, location, and cost and access to information and linkage to appropriate programs. Renewal of contract with the selected vendor will be based on meeting performance measures and contract deliverables set by the County and are subject to annual review. The lead health agency may receive an additional county allocation to provide general health services. The amount of the base allocation will be determined by available county funding and informed by the development of the service delivery model and financing plan. The County intends to award a one-year contract to the bidder(s) selected as the most responsible bidder(s) whose response conforms to the RFP and meets the County’s requirements. It is the County’s intent to increase participation of certified small, local and emerging businesses (SLEB). In order to participate herein, a business must satisfy the locality requirements and be certified by the County as a small local or emerging local business. Community-based organizations with a 501(c)(3) status serving Alameda County residents directly are exempt from the SLEB requirement. Bidders are applying for a one-year contract with Alameda County, Health Care Services Agency (HCSA) starting July 1, 2015 through June 30, 2016. BACKGROUND

In 2009, Alameda County, HCSA, The Center for Healthy Schools & Communities (CHSC) adopted the Full Service Community Schools (FSCS) Framework as a comprehensive strategy for transforming public schools into community hubs to collectively serve the needs of the whole child. Defined as both a place and set of partnerships between schools and communities that integrates academics, youth development, family support, health and social services, and community development and engagement, FSCS improve student learning, build stronger families, and promote healthier communities. The mission of the CHSC is to bring health and education partners together to build communities of care that foster the academic success, health and well-being of Alameda County youth. This is done by developing innovative policies and practices and integrating services to improve the availability and quality of health and leaning supports in schools and neighborhoods.

SECTION 2: SCOPE OF WORK /OBJECTIVES AND DELIVERABLES Scope of Work: The selected health agency will work, in partnership with the Center for Healthy Schools & Communities, and Fremont Unified School District to deliver or support the delivery of general health, immunization, and health-linkage services to students and families. Sample contract is available upon request. 1. SERVICES AND FINANCING may include any of the services below: a. Provide general health, immunization, and health linkage services to FUSD. The level and scope of the following services will be determined through contract negotiations.  General health services to the student body throughout the school year and possibly during summer include, but are not limited to, health assessments, diagnosis and treatment of acute conditions, immunizations, first aid, family planning services and STI screening, anticipatory guidance related to healthy growth and development, identified health issues and management of health conditions, age-appropriate health screenings (e.g., sexually-exploited minors) and medical case management  Health Coverage Enrollment Activities link 500-700 students (12-17% of 4,438 students on FRPM at FUSD) to health home. If contractor is unable to meet the deliverable of health linkage, contractor will provide additional dental and vision services to FUSD. Contractor will provide well-checks/physicals, sports physicals, nutrition counseling, and behavioral health screening and counseling once students are enrolled with the contractor.  Dental services monthly as determined by licensing requirements, staffing and demand for services. Dental services include: oral health assessments, dental examinations and prophylaxis (cleaning), sealants, amalgams and basic extractions. Dental services also include school wide screenings and dental case management.



 

Vision Service monthly as determined by licensing requirements, staffing and demand for services. Vision services include: comprehensive eye examinations, prescription eyeglasses, eye disease screenings including Cataract, Diabetic Retinopathy and Glaucoma, visual field testing, Fundus Photography, optical coherence tomography, contact lens fitting and evaluation, and Glaucoma and Cataracts evaluation. Family and/or community engagement activities to increase awareness of and access to health and wellness services. Teacher and Staff consultation and training on health related issues.

b. Conduct financial analysis of projected service needs, possible funding sources, potential revenue generation and operational budgets to ensure sustainability of service delivery model and submit a business plan which includes a pro forma budget. c. Create a system to assess insurance eligibility of target youth and develop strategies to maximize reimbursement potential of services. d. Provide fund development support to The Center for Healthy Schools and Communities to sustain providing health services to FUSD. Term of Contract: July 1, 2015 through June 30, 2016 SECTION 3: QUALIFICATION REQUIREMENT Bidder Minimum Qualifications  Bidder shall be certified by the County as a small, local and emerging business (SLEB) by the bid submittal due date. All bidders must provide, with their response, Exhibit F-1, SLEB information sheet. The following entities are exempt from the Small and Emerging Local Business (SLEB) requirements as described above and are not required to subcontract with a SLEB:  non-profit community based organizations (CBOs) that are providing services on behalf of the County directly to County clients/residents  non-profit churches or non-profit religious organizations (NPO);  public schools; and universities; and  government agencies  Non-profits must provide proof of their tax exempt status. These are defined as organizations that are certified by the U.S. Internal Revenue Service as 501(c) 3 Additional Experience Required: a. Vendor shall be regularly and continuously engaged in the business of providing pediatric health services from early childhood through adolescent with particular focus on the planning, design and delivery of health care services in school based settings for at least five years. b. Vendor must demonstrate capacity to provide medical, dental health services, vision health services, enrollment/linkage, community engagement, and teacher/staff consultation.

c. The vendor must have demonstrated capacity to actively participate in planning and developing a health care service delivery system for youth ages 5 through 21. d. The vendor must have demonstrated experience working in collaboration with key stakeholders such as school districts, existing health service providers, families and students to design and implement integrated services for youth. e. The vendor must have experience working with schools to deliver culturally-competent services to elementary school through high school-age youth. f. The vendor must demonstrate experience in developing and implementing successful long-term financial sustainability strategies that includes effectively leveraging third-party reimbursement streams (e.g., Medi-Cal, Sensitive Services Medi-Cal, FamilyPACT, CHDP, etc.) and public and private funding for medical, dental, and vision services. g. Proposer shall maintain all required licenses and special permits issued by federal, state, and local agencies related to the services it provides, including but not limited to the California Health and Safety Code, Division 2, and Title 22 and Title 17 Code of Regulations, or successors thereto. Guidelines for submission of bids Interested agencies should submit their Qualifications in the following proposal format, no more than five pages (twelve point font). 1. Understanding of Need – Demonstrate your understanding of creating universal access to comprehensive school-based and school-linked health care services and supports. 2. Qualifications - Describe your qualifications to successfully fulfill the obligations of the contract. a. Describe the background, mission, goals and programs and services of your organization. Include specific references to your history and experience that relate to this project and demonstrate capacity towards fulfilling the scope of services. b. Describe your project and management approach in addressing the development, coordination and delivery of services described in this RFP. Provide an explanation of how your team will participate and engage in the components of this project with the key partners to achieve the goals and activities. c. Describe the infrastructure of your team, including key individuals, their relevant experience and expertise, their roles/responsibilities in achieving the project’s scope of work, and their time on this project. Indicate who will be the primary liaison between your organization, the Center for Healthy Schools and Communities, and the school district and agencies in the region you are applying to serve. d. Describe at least one project that demonstrates your organization’s experience and capacity in planning, designing and delivering services relevant to the proposal. Briefly describe the overall goal/purpose, key stakeholders and partners involved, your organization’s primary role and approach, major

achievements and challenges. If the project is a long term, sustained project, please describe how the project is financially sustained. 3. Approach - Describe your approach and process for conducting the activities in the scope of work. a. Describe the background, mission, goals and programs and services of your organization. Include specific references to your history and experience that relate to this project. b. Describe your organization’s perspective on the Fremont area you seek to serve; including demographics, communities, school systems, and prior experience of your organization working in that area. 4. Costs - Please submit a budget and explain your proposed budget in a brief narrative. a. Include a proposed line item program budget with hourly rate of services designed to meet or exceed the request. The proposer should include one column totaling the amount in this contract. Additional columns can include any agency funding that will be used to provide additional services on this project and/or to the target population. A budget narrative should accompany the line item program budget that explains each line item. SECTION 4: CRITERIA FOR SELECTION The criteria by which each response will be judged are as follows: 1.

2.

3. 4. 5.

Applicable experience – The extent to which applicants demonstrate a depth of relevant experience in creating universal access to comprehensive school-based and school-linked health care services and supports. Demonstration of understanding – The extent to which the applicant communicates an understanding of the intent, components and process of designing and implementing school health services within the identified communities. Applicable approach – The extent to which the applicant describes a coherent and effective approach to planning for, managing and implementing the tasks described. Fit with Alameda County, The Center for Healthy Schools and Communities (CHSC) – The degree to which the applicant’s approach and values are consistent with that of the Alameda County, CHSC. Cost – Should be reasonable, well justified, and should not exceed $105,000.

SECTION 5: OTHER INFORMATION

1. No response will be considered for award unless submitted electronically on or before June 26, 2015 at 5:00 pm to: Alameda County Health Care Services Agency Attn: Connie Yale 1000 San Leandro Blvd., San Leandro, CA 94577 Electronic submissions must have a time and date stamp that meets the deadline. Electronic submissions should be sent to: [email protected] 2. Specifications are carefully prepared describing the services desired. An appropriate addendum will be issued to all applicants, if necessary, stating revisions, deletions, or additions to be made to the specifications as a result of any inquiries. 3. Alameda County Health Care Services Agency School Health Services reserves the right to reject any and all responses and to waive any informality or irregularity that does not have a monetary consideration when it is in the best interest and advantage of SHSC to do so. A discrepancy which offers a bidder an unfair advantage to will cause the bid to be disqualified. 4. In instances where an exception is taken to the RFP/Q that does not meet the minimum requirement, the bid will be disqualified. 5. SHSC shall require indemnification on behalf of itself and Alameda County entities with which it enters into agreements. In addition SHSC requires proof of general liability insurance, workers compensation insurance, and evidence of organizational or individual travel insurance. BID PROTEST / APPEALS PROCESS Health Care Services Agency prides itself on the establishment of fair and competitive contracting procedures and the commitment made to following those procedures. The following is provided in the event that bidders wish to protest the bid process or appeal the recommendation to award a contract for this project once the Notices of Intent to Award/Non-Award have been issued. Bid protests submitted prior to issuance of the Notices of Intent to Award/Non-Award will not be accepted by the County. 1.

Any Bid protest by any Bidder regarding this Bid must be submitted in writing to the County’s Health Care Services Agency, ATTN: Rebecca Gebhart, Finance Administrator, located at 1000 San Leandro Blvd. Suite 300, San Leandro CA 94577, Fax: (510) 351-1367, before 5:00 p.m. of the FIFTH (5th) business day following the date of issuance of the Notice of Intent to Award, not the date received by the Bidder. A Bid protest received after 5:00 p.m. is considered received as of the next business day. a. b.

The Bid protest must contain a complete statement of the reasons and facts for the protest. The protest must refer to the specific portions of all documents that form the basis for the protest.

c. d. 2.

The protest must include the name, address, email address, fax number and telephone number of the person representing the protesting party. The County Agency/Department will transmit a copy of the bid protest to all bidders as soon as possible after receipt of the protest. Upon receipt of written protest, HCSA Finance Administrator, or designee will review and evaluate the protest and issue a written decision. The HCSA- Finance Administrator , may, at his or her discretion, investigate the protest, obtain additional information, provide an opportunity to settle the protest by mutual agreement, and/or schedule a meeting(s) with the protesting Bidder and others (as appropriate) to discuss the protest. The decision on the bid protest will be issued at least ten (10) business days prior to the Board hearing date.

The decision will be communicated by e-mail or fax, and certified mail, and will inform the bidder whether or not the recommendation to the Board in the Notice of Intent to Award is going to change. A copy of the decision will be furnished to all Bidders affected by the decision. As used in this paragraph, a Bidder is affected by the decision on a Bid protest if a decision on the protest could have resulted in the Bidder not being the apparent successful Bidder on the RFP. 3.

The decision of the HCSA-Finance Administrator on the bid protest may be appealed to the Auditor- Controller’s Office of Contract Compliance (OCC) located at 1221 Oak St., Rm. 249, Oakland, CA 94612, Fax: (510) 272-6502. The Bidder whose Bid is the subject of the protest, all Bidders affected by the HCSA – Finance Administrator ’s decision on the protest, and the protestor have the right to appeal if not satisfied with the HCSA –Finance Administrator’s decision. All appeals to the Auditor-Controller’s OCC shall be in writing and submitted within five (5) business days following the issuance of the decision by the HCSA-Finance Administrator, not the date received by the Bidder. An appeal received after 5:00 p.m. is considered received as of the next business day. a.

The appeal shall specify the decision being appealed and all the facts and circumstances relied upon in support of the appeal.

b.

In reviewing protest appeals, the OCC will not re-judge the proposal(s). The appeal to the OCC shall be limited to review of the procurement process to determine if the contracting department materially erred in following the RFP/RFQ or, where appropriate, County contracting policies or other laws and regulations.

c.

The appeal to the OCC also shall be limited to the grounds raised in the original protest and the decision by the Health Care Services Agency Finance Administrator. As such, a Bidder is prohibited from stating new grounds for a Bid protest in its appeal.

d.

The decision of the Auditor-Controller’s OCC is the final step of the appeal process. A copy of the decision of the Auditor-Controller’s OCC will be furnished to the protestor, the Bidder whose Bid is the subject of the Bid protest, and all Bidders affected by the decision.

4.

The County will complete the Bid protest/appeal procedures set forth in this paragraph before a recommendation to award the Contract is considered by the Board of Supervisors.

5.

The procedures and time limits set forth in this paragraph are mandatory and are each Bidder's sole and exclusive remedy in the event of Bid Protest. A Bidder’s failure to timely complete both the Bid protest and appeal procedures shall be deemed a failure to exhaust administrative remedies. Failure to exhaust administrative remedies, or failure to comply otherwise with these procedures, shall constitute a waiver of any right to further pursue the Bid protest, including filing a Government Code Claim or legal proceedings.

RFP FUSD Health Lead.pdf

There was a problem previewing this document. Retrying... Download. Connect more apps... Try one of the apps below to open or edit this item. RFP FUSD ...

210KB Sizes 0 Downloads 201 Views

Recommend Documents

1_25_17-FUSD-Ledger.pdf
collaborate to support professional. learning that meets the needs of new. teachers as well as developing teacher. leaders. This mentoring program uses.

RFP - Substitute Staffing Services RFP 2015-16.pdf
service. Page 3 of 16. RFP - Substitute Staffing Services RFP 2015-16.pdf. RFP - Substitute Staffing Services RFP 2015-16.pdf. Open. Extract. Open with. Sign In.

RFP - Town.pdf
... Review Page 14. • Contract Commencement & Completion Page 15. • Insurance Verficiation Page 16. IV. ATTACHEMENTS. • Attachment A – Web Hosting ...

RFP - NGN.pdf
Email: [email protected]. Proposals ... C. Simplify network operations from deployment, service activation, channel growth, ... RFP - NGN.pdf.

RFP - SCCM.pdf
submit multiple bids or one bid with multiple bandwidth options. 9. The Library District recognizes that not all bidders can offer service at each of the three branch. locations. However, the District would prefer to enter into a contract with one or

FUSD Tax Credit Form -2018 .pdf
... FORM MUST ACCOMPANY ALL TAX CREDIT CONTRIBUTIONS IF PAYMENT IS NOT SUBMITTED ONLINE.***. CONTRIBUTOR INFORMATION (PLEASE PRINT CLEARLY). Date: Taxpayer Name: Mailing Address: City: State: Zip Code: Phone: Choose a location: Anthem K-8. Circle Cro

RFP Pool Resurfacing.pdf
RFP Pool Resurfacing.pdf. RFP Pool Resurfacing.pdf. Open. Extract. Open with. Sign In. Main menu. Displaying RFP Pool Resurfacing.pdf. Page 1 of 8.

RFP - ADA ARCHITECT.pdf
There was a problem previewing this document. Retrying... Download. Connect more apps... Try one of the apps below to open or edit this item. RFP - ADA ARCHITECT.pdf. RFP - ADA ARCHITECT.pdf. Open. Extract. Open with. Sign In. Main menu.

RFP Project Engineer.pdf
... and updates to MCDC due to the aggressive. timeline. Receive payment on a monthly billing reimbursement schedule. Page 3 of 9. RFP Project Engineer.pdf.

RFP- School Car.pdf
... was a problem previewing this document. Retrying... Download. Connect more apps... Try one of the apps below to open or edit this item. RFP- School Car.pdf.

SACOG RFP Threshold.pdf
Accounting will combine all expenses into a. single check each month. See separate instructions for using Ajera to complete expense reports. Travel, Meetings and Career Development. Travel, meeting, and career development expenses have different auth

SACOG RFP Threshold.pdf
Credit Card Purchases any amount. (billed to Indirect). Any staff IOT Member. Travel & Career Development. One-day travel/conference (billed to. project).

SCRHCD RFP final.pdf
7.0 Wyoming Resident Labor Preference. 8.0 Attachments: Appendix A ... District Board Chair – Laura Clark. Building ... SCRHCD RFP final.pdf. SCRHCD RFP ...

FUSD Athletic Packet 16-17.pdf
The athlete must earn this privilege through dedication,. desire, and discipline. Please read the policies carefully. The FUSD "Athletic Policies" must be ...

RFP for 2017 Translational Award.pdf
o Be scientists who hold a tenure-track faculty position at their cancer research. institution. Non-promotable, adjunct, affiliated, temporary, part-time or acting.

Final RFP 121916.pdf
New York State Office of Parks, Recreation and Historic Preservation (OPRHP). The contract will be. with Columbia County and will be under the direction of the ...

RFP Inmate Phone Services.pdf
Offer must be submitted in a sealed package. Solicitation. Number ... Patented remote call forwarding detection. • Proximity ... RFP Inmate Phone Services.pdf.

Airport RFP 400170303.pdf
Phone: E-Mail Address: 400170303. 2/13/17. Jill Newman. 803-416-9511. jnewman@lancastercountysc. net. DESCRIPTION: Hangar Lease and Maintenance.

RFP DS2013 - City of Mobile Disparity Study
Mar 8, 2013 - The City of Mobile will not reimburse participant for any costs associated with ..... If the prime bidder is a joint venture, please describe below the ...

WTR091 RFP Feb2011.pdf
BUSINESS LICENSE AND REGISTRATION – Successful Proposer shall. obtain a current City of Portland Business License, and be compliant with all. State of ...

RFP TPA eMunicipality Project, Orissa.pdf
Page 1 of 43. REQUEST FOR PROPOSAL. FOR THIRD PARTY AUDIT. OF URBAN LOCAL BODIES. AUTOMATION SYSTEM. (e-MUNICIPALITY).

RFP Inmate Phone Services.pdf
Proximity tracking of calls made to cell phones. • All maintenance done at no cost to facility. N-3. Page 3 of 8. RFP Inmate Phone Services.pdf. RFP Inmate ...

RFP DS2013 - City of Mobile Disparity Study
Mar 8, 2013 - digital version on computer disk or flash drive in Microsoft Word format. (All draft and final versions of this study, including, but ... Signature. Title ...

RFP 18-001 Bleacher Replacement.pdf
Page 2 of 18. Campbell ISD RFP: 18-001 Bleacher replacement 2. If you are interested in preparing a bid on the RFP, you must reply to Crystal Shirley via email.