Request for Proposal 20-029 Pre-Proposal Slide Deck.pdf · Request for Proposal 20-029 Division of...
Transcript of Request for Proposal 20-029 Pre-Proposal Slide Deck.pdf · Request for Proposal 20-029 Division of...
Request for Proposal 20-029
Division of Disability and Rehabilitative Services (DDRS) Quality Services RFP
Indiana Department of AdministrationOn Behalf Of
The Indiana Family and Social Services Administration
Pre-Proposal Conference
July 17, 2019
Abigail ChittendenIDOA/Procurement Division
1
Agenda• General Information• Purpose of RFP• Term of Contract• Key Dates• Background• Scope of Work• Business Proposal• Technical Proposal• Cost Proposal• Proposal Preparation• Evaluation Criteria• Minority and Women’s Business Enterprises (M/WBE)• Indiana Veteran Owned Small Business (IVOSB)• Additional Information• Question and Answer Session
2
General Information
• Sign-In Sheet for Attendees
• Sign-In Sheet and PowerPoint will be posted on IDOA’s Solicitation Website
• Hold questions until the end of the presentation– Any verbal response is not considered binding; respondents are
encouraged to submit any questions formally, in writing, if it affects the proposal that will be submitted to the state.
3
Purpose of the RFP
• The purpose of this RFP is to select a vendor to conduct quality assurance services on behalf of the Indiana Family and Social Services Administration (FSSA) for the Home and Community Based Services (HCBS) waivers for individuals with intellectual and developmental disabilities (I/DD) for the Division of Disability and Rehabilitative Services (DDRS), Bureau of Quality Improvement Services (BQIS). These waivers are overseen by the Centers for Medicare and Medicaid Services (CMS).
• The vendor shall also supply a web-based system(s) to oversee the deliverables, track data, conduct analysis, and provide accessibility and transparency to the State team and other stakeholders.
4
Term of Contract
• The term of the contract shall be for a period of four (4) years from the date of contract execution. There may be two (2) one-year renewals for a total of six (6) years at the State’s option.
5
Key DatesActivity Date
Issue of RFP July 9, 2019
Pre-Proposal Conference July 17, 2019
Deadline to Submit Written Questions July 18, 2019
Deadline to Submit Intent to Respond Form (optional) July 18, 2019
Response to Written Questions/RFP Amendments June 25, 2019
Submission of Proposals August 20, 2019
Submission of Reference Check Forms to State September 5, 2019
The dates for the following activities are target dates only. These activities may be completed earlier or later than the date shown.
Proposal Evaluation August/September 2019
Proposal Discussions/Clarifications (if necessary) September/October 2019
Oral Presentations (if necessary) September/October 2019
Best and Final Offers (if necessary) September/October 2019
RFP Award Recommendation October 28, 2019
6
Background• The Bureau of Developmental Disabilities Services (BDDS) administers
Medicaid HCBS waiver services to assist individuals with I/DD in receiving community and residential supports.
• BDDS currently provides supports to approximately 21,000 individuals with I/DD on HCBS waiver services through the Community Integration and Habilitation Waiver (CIH) and the Family Supports Waiver (FS).
• DDRS provides various programs to individuals with I/DD that enable them to live as independently as possible in their communities. BQIS is responsible for the oversight and administration of such required assurances, including responses to critical incidents and quality oversight to ensure accountability and improvement of the HCBS waiver provider network.
7
Background (cont’d)• CMS oversees and sets national requirements for the HCBS waivers for
which the Contractor will ensure provider compliance. CMS also releases guidelines for best practices regarding HCBS waiver quality assurance.
• The State currently has three (3) primary databases used to support the work of BQIS: 1) DART with the incident reporting and management system module IFUR, 2) INSite, and the 3) BDDS Portal. However, DDRS has begun gathering requirements for the BDDS components within these systems to transition to a new State platform.
• The State is looking at alterative options for operating and coordinating its mortality review process, and may remove all mortality review all mortality review responsibilities and costs from this Scope of Work during the Contract term.
8
Scope of Work• The core quality assurance services of the RFP include incident reporting and
management, complaint processing, validation/sanction activities, case record reviews, quality on-site provider reviews, mortality reviews, provider technical assistance and education, and provider training.
• To support the quality assurance services, the Contractor will provide a web-based system(s) with the following functionality: – A dashboard containing all metrics and status updates with different levels of access for State
employees based on logon ID.
– Ability to import data from the State’s systems and for State staff to review data in real-time.
– Platform for users to upload documents and track status.
– Database(s) residing on the Contractor’s servers to house case record review and provider-specific review data.
– Track and conduct analysis on all data entered.
• The Contractor’s proposed web-based system(s) should be already developed and ready to meet the State’s needs with minimal customization. The State is not seeking a vendor to develop a new system from the ground up.
9
Business Proposal(Attachment E)
• Company Financial Information (Section 2.3.3)– Respondents must provide documents to demonstrate financial stability including, for
example, the most recent Dunn & Bradstreet Business Report (preferred) or audited financial statements for the two (2) most recently completed fiscal years. If neither of these can be provided, Respondents must explain why and include an income statement and balance sheet for each of the two (2) most recently completed fiscal years.
– If the documents are from a parent or holding company, Respondents must explain the business relationship between the entities and demonstrate the financial stability of the entity which is directly responding to this RFP.
• Contract Terms (Section 2.3.5)– Respondents should review sample State contract and note exceptions to State non-
mandatory clauses in Business Proposal and Transmittal Letter. Mandatory clauses are non-negotiable.
• References (Section 2.3.6)– Respondents must have at least three (3) references for whom the Respondent has provided
products and/or services that are the same or similar to those products and/or services requested in this RFP. Respondents must ask each reference to complete Attachment H Reference Check Form and mail or email it directly to IDOA ([email protected]) by September 5, 2019 (10 business days after proposals are due).
10
Technical Proposal(Attachment F)
• Respondents should use Attachment F to complete their Technical Proposal. Use the yellow shaded fields to answer the questions in Attachment F.– Yellow fields will expand to accommodate content.
– Make every attempt to preserve the original format of Attachment F.
• Where appropriate, supporting documentation (e.g. diagrams, certificates, graphics, or other exhibits) may be submitted as an attachment and referenced within the relevant answer field.
• Technical Proposals cannot exceed 150 pages (excluding attachments).
11
• Please complete the template provided for the Cost Proposal by populating ONLY the yellow shaded cells.
• Cost scores will then be normalized to one another, based on the cost proposal with the Lowest Total Four-Year NTE Base Contract Cost. The cost proposal with the Lowest Total Four-Year NTE Base Contract Cost receives a total of 30 points. The normalization formula is as follows:
Respondent’s Cost Score = (Lowest Cost Proposal / Total Cost of Proposal) X 30
Cost Proposal(Attachment D)
12
Cost Proposal (Cont.)(Attachment D)
• For the “Staff Hourly Rates” tab, Respondents must fill in the yellow cells for each mandatory position listed, as well as for any additional positions the Respondent suggests. For each position listed, Respondents must fill in a description and the Hourly Billable Rate.
• The Hourly Billable Rate should factor in all costs including the staff member's salary, benefits, and other such items necessary for that staff member to complete all deliverables (such as travel).
• Even if a position has more than one FTE to fulfill the services, the position should only be entered once with one hourly rate, and more than one FTE will be reflected through the total monthly hours entered on the other tabs.
Table 1: Hourly Billable Rates Per Staff Position
Staff Position ResponsibilitiesHourly Billable Rate
Per Position
Project Director Point of contact, oversees all components of project, responsible for all deliverables
Complaint Investigation Manager Oversees complaint processing and complaint investigation processes
Incident Reporting Manager Oversees the incident reporting system
13
Cost Proposal (Cont.)(Attachment D)
• For the “System Start-Up Costs” tab, Respondents must enter how many hours during the start-up period each staff position will work. If a staff position will not be involved in the system start-up work, Respondents should enter 0 hours or leave the cell blank. The hourly rates per each staff position will transfer over from the “Staff Hourly Rates” tab.
• Any non-labor start-up costs should be entered in Table 3.
• The total system start-up cost will be displayed in Table 1.
Table 2: Start-Up Labor Costs
Staff Position# of Hours During
Start-Up
Hourly Billable Rate Per
Position
Start-Up Fixed Fee
Cost
Project Director $ - $ -
Complaint Investigation Manager $ - $ -
Incident Reporting Manager $ - $ -
Table 3: Start-Up Non-Labor Costs
Item Detailed Description Total Cost
Table 1: System Start-Up Cost SummaryTotal System Start-Up Cost
$ -
14
Cost Proposal (Cont.)(Attachment D)
• For the “System M&O Costs” tab, Respondents must enter how many hours each month each staff position will work on system M&O responsibilities (excluding M&O for the mortality review system components). If a staff position will not be involved in these monthly M&O responsibilities, Respondents should enter 0 hours or leave the cell blank. The hourly rates per each staff position will transfer over from the “Staff Hourly Rates” tab.
• Any non-staff monthly M&O costs (excluding mortality review system components) should be entered in Table 3.
• The total system M&O (excluding mortality review system components) monthly and annual costs will be displayed in Table 1.
Table 1: System M&O Cost Summary - Excluding Mortality Review
Total Monthly Cost Total Annual Cost
System M&O Cost $ - $ -
Table 2: System M&O Staff Costs - Excluding Mortality Review
Staff Position# of Hours per
Month
Hourly Billable
Rate Per Position
Monthly Fixed
Fee Cost
Annual Fixed
Fee Cost
Project Director $ - $ - $ -
Table 3: Non-Staff System M&O Costs (E.g., Training, Hardware and Software) -
Excluding Mortality Review
Item Description/Units Item # or SKU Monthly Cost Annual Cost
$ -
15
Cost Proposal (Cont.)(Attachment D)
• All costs for mortality review responsibilities should be included only on the specific mortality review tabs.
• For the “MR System M&O Costs” tab, Respondents must enter how many hours each month each staff position will work on mortality review system M&O responsibilities. If a staff position will not be involved in these monthly mortality review M&O responsibilities, Respondents should enter 0 hours or leave the cell blank. The hourly rates per each staff position will transfer over from the “Staff Hourly Rates” tab.
• Any non-staff monthly mortality review M&O costs should be entered in Table 3.
• The total mortality review system M&O monthly and annual costs will be displayed in Table 1.
Table 1: Mortality Review System M&O Cost Summary
Total Monthly Cost Total Annual Cost
Mortality Review System M&O Cost $ - $ -
Table 2: Mortality Review System M&O Staff Costs
Staff Position# of Hours per
Month
Hourly Billable Rate
Per Position
Monthly Fixed Fee
Cost
Annual Fixed
Fee Cost
Project Director $ - $ - $ -
Table 3: Non-Staff Mortality Review System M&O Costs (E.g., Training,
Hardware and Software)Item Description/Units Item # or SKU Monthly Cost Annual Cost
$ -
16
Cost Proposal (Cont.)(Attachment D)
• For the “System Enhancement Costs” tab, Respondents do not need to enter any information. A weighted hourly rate will be calculated based on the information provided on the “System M&O Costs” tab. This value will be multiplied by the assumed monthly hours and assumed annual hours to determined the estimated monthly and annual fees for conducting system enhancements in Table 1.
• When an enhancement is needed during the Contract, the Contractor shall submit a separate proposal that details the estimated number of hours per staff position for the enhancement.
Table 1: Estimated Fee Calculation for System Enhancements
Weighted
Hourly Rate
Monthly Total
Hours
Assumption1
Estimated
Monthly Fees
Annual Total
Hours
Assumption1
Estimated
Annual Fees
System Enhancement 50 600
1The State has set an estimated total enhancement hours at 50 hours per month
(and 600 hours per year) for the Contractor.
17
Cost Proposal (Cont.)(Attachment D)
• For the “Fixed Fee QA Costs” tab, Respondents must enter how many hours each month each staff position will work on incident reporting, complaint processing, provider technical assistance and education, and the ongoing provider training responsibilities in the appropriate tables. If a staff position will not be involved in these QA responsibilities, Respondents should enter 0 hours or leave the cell blank. The hourly rates per each staff position will transfer over from the “Staff Hourly Rates” tab.
• The total monthly and annual costs for these QA responsibilities will be displayed in Table 1.
Table 1: Fixed Fee QA Cost Summary
Total Monthly Cost Total Annual Cost
Fixed Fee Incident Reporting Cost $ - $ -
Fixed Fee Complaint Processing Cost $ - $ -
Fixed Fee Provider Technical Assistance Cost $ - $ -
Fixed Fee Provider Training Cost $ - $ -
Table 2: Fixed Fee IR Costs Incident Reporting
Staff Position# of Hours per Month for
Incident Reporting
Hourly Billable Rate
Per Position
Monthly Fixed Fee
Cost
Annual Fixed Fee
Cost
Project Director $ - $ - $ -
18
Cost Proposal (Cont.)(Attachment D)
• For the “Per-Item QA Costs” tab, Respondents must enter their per-item rate for conducting one validation/sanction activity, their per-item rate for conducting one case record review, their per-item rate for conducting one quality on-site provider review, and their per-item rate for conducting one in-person training session.
• These per-item costs will be multiplied by the number of validation/sanction activities, case record reviews, quality on-site provider reviews, and in-person training sessions that are completed to the satisfaction of the State each month. The monthly item quantities included in Table 1 are estimations provided by the State.
Table 1: Per-Item QA Costs
QA Service Per-Item Rate Monthly Item Quantity1 Monthly Cost for QA
Service
Annual Cost for QA
Service
Validation/Sanction Activities 1 $ - $ -
Case Record Reviews 70 $ - $ -
Quality On-Site Provider Reviews 20 $ - $ -
In-Person Training Sessions 1 $ - $ -
Total $ - $ -1The State has set estimated monthly item quantities for each QA service. The Contractor shall bill for the specific number of item quantities
actually completed each month for each QA service.
19
Cost Proposal (Cont.)(Attachment D)
• For the “Fixed Fee MR Costs” tab, Respondents must enter how many hours each month each staff position will work on mortality review responsibilities in Table 2. If a staff position will not be involved in mortality review responsibilities, Respondents should enter 0 hours or leave the cell blank. The hourly rates per each staff position will transfer over from the “Staff Hourly Rates” tab.
• In Table 3, Respondents must enter how many hours each month each staff position will work on mortality review responsibilities if the State elects to staff the Physician position with internal State staff.
• The total mortality review monthly and annual costs from Table 2 will be displayed in Table 1, as this is the fixed fee amount that will be added to the Respondent’s Total Bid Amount.
Table 1: Fixed Fee Mortality Review Cost Summary
Total Monthly Cost Total Annual Cost
Fixed Fee Mortality Review Cost (With Physician) $ - $ -
Table 2: Fixed Fee Mortality Review Costs - With Physician Staff Position
Staff Position# of Hours per Month
for Mortality Review
Hourly Billable Rate
Per Position
Monthly Fixed
Fee Cost
Annual Fixed
Fee Cost
Project Director $ - $ - $ -
Table 3: Fixed Fee Mortality Review Costs - Without Physician Staff Position
Staff Position# of Hours per Month
for Mortality Review
Hourly Billable Rate
Per Position
Monthly Fixed
Fee Cost
Annual Fixed
Fee Cost
Project Director $ - $ - $ -
20
Cost Proposal (Cont.)(Attachment D)
• The “Cost Proposal Summary” tab contains a summary of the monthly contract costs and annual contract costs for each component of the system and QA service requirements.
• The Total Contract Cost for Years 1-4 will be used as the Respondent’s Total Bid Amount to assign cost points.
Table 1: Cost Summary
Component Monthly
Cost
Year 1
Annual
Cost
Year 2
Annual
Cost
Year 3
Annual
Cost
Year 4
Annual
Cost
Total
Contract
Cost
Years 1 - 4
System Start-Up Cost $ - $ -
System M&O Cost (Excluding Mortality Review) $ - $ - $ - $ - $ - $ -
Mortality Review System M&O Cost $ - $ - $ - $ - $ - $ -
Estimated System Enhancement Cost $ -
Fixed Fee Incident Reporting Cost $ - $ - $ - $ - $ - $ -
Fixed Fee Complaint Processing Cost $ - $ - $ - $ - $ - $ -
Fixed Fee Provider Technical Assistance Cost $ - $ - $ - $ - $ - $ -
Fixed Fee Provider Training Cost $ - $ - $ - $ - $ - $ -
Validation/Sanction Activities Cost $ - $ - $ - $ - $ - $ -
Case Record Reviews Cost $ - $ - $ - $ - $ - $ -
Quality On-Site Provider Reviews Cost $ - $ - $ - $ - $ - $ -
In-Person Training Sessions Cost $ - $ - $ - $ - $ - $ -
Fixed Fee Mortality Review Cost (With Physician) $ - $ - $ - $ - $ - $ -
Total $ - $ - $ - $ - $ - $ -
21
Proposal Preparation
• Buy Indiana, Business Proposal (2.3.14)– Respondent’s Buy Indiana status shall be finalized by proposal due date.
– Five (5) definitions, details provided in the RFP Section 2.7.
• Indiana Economic Impact, Attachment C– Respondents must submit this completed attachment, but it will not be
used for evaluation purposes.
– Definitions of FTE (Full-Time Equivalent)
– Example: If a Respondent has five (5) full time employees, is bidding on its 5th contract, and all contracts get an equal amount of commitment from the employees, then each employee commits 20% of his/her time to the new contract:
• 0.2 x 5 employees – 1 FTE
22
Proposal Preparation• When submitting your response, please create a
separate electronic folder for each component to which you are responding. This folder should contain all of the pertinent files for only that component, i.e., MWBE forms, IVOSB forms, IEI form, Transmittal Letter, Business Proposal, etc. Your proposal may be deemed as non-responsive if these instructions are not followed.
23
Proposal Preparation
• Attachment D (Cost Proposal) must be returned in the original Excel format (No PDFs)
• Use the templates provided for all responses
• Do not alter any templates
• Submit all questions via email using the Q&A Template (Attachment G)
24
Proposal Preparation• Confidential Information (Section 1.15)
– All materials contained in proposals are subject to the Access to Public Records Act (APRA) and can be accessed by any member of the public after contract award. The responses are deemed to be “public records” unless a specific provision of IC 5-14-3 protects it from disclosure.
– In order to request certain information be kept confidential, Respondents must claim a statutory exception to the APRA in their Transmittal Letter, including describing which specific provision applies to which specific part of their response.
– Confidential information must also be clearly marked and kept separate from the proposal in the electronic copies. IDOA recommends sending a “public” file that has the confidential information redacted (may be in PDF format) and a “final” file that includes all required information (must be in format provided).
25
Evaluation CriteriaCriteria Points
1. Adherence to Mandatory Requirements Pass/Fail
2. Management Assessment/Quality (Business and Technical Proposal)
50 points
3. Cost (Cost Proposal) 30 points
4. Buy Indiana 5 points
5. Minority Business Enterprise Subcontractor Commitment
5 points(1 bonus point is available, see Section 3.2.6)
6. Women Business Enterprise Subcontractor Commitment
5 points(1 bonus point is available, see Section 3.2.6)
7. Indiana Veteran Business Enterprise (IVOSB) Subcontractor Commitment
5 points(1 bonus point is available, see Section 3.2.7)
Total 100 (103 if bonus awarded)
26
Mission/Vision
– Promote, monitor, and enforce the standards for certification of minority and women’s business enterprises.
– Provide equal opportunity to minority and women enterprises in the state’s procurement and contracting process.
Nondiscrimination and Antidiscrimination Laws
– Pursuant to Indiana Civil Rights Law, specifically IC §22-9-1-10, every state contract shall contain a provision requiring the contractor and subcontractors to not discriminate against any employee or applicant with respect to Protected Characteristics
Minority and Women’s Business Enterprises
27
Minority and Women’s Business Enterprises
Contact Information
– Phone: 317-232-3061
– E-mail: [email protected]
– Web: www.in.gov/idoa/mwbe
Complete Attachment A, MWBE Form
- Include sub-contractor letter of commitment
Goals for Proposal
- 8% Minority Business Enterprise
- 8% Women’s Business Enterprise
28
29
Minority and Women’s Business Enterprises
Prime contractors must ensure that the proposed subcontractors meet the following
criteria:
• Are listed in the IDOA Directory of Certified Firms, on or before the proposal due date, national diversity plans are generally not accepted. The directory can be found here: http://www.in.gov/idoa/mwbe/2743.htm.
• Serve a Valuable Scope Contribution (VSC) on the engagement, as confirmed by the State.
• Provide the goods or services specific to the contract and within the industry area for which it is certified.
30
Minority and Women’s Business Enterprises
Prime contractors should note the following:
• Subcontractors’ MBE/WBE Certification Letter, provided by IDOA, must accompany the proposal to show current status of certification.
• Each firm may only serve as one classification – MBE, WBE, or IVOSB (see section 1.22)
• Pursuant to 25 IAC 5-6-2(b)(d), a Prime Contractor who is a MBE or WBE must meet subcontractor goals by using other listed certified firms. Certified Prime Contractors cannot count their own workforce or companies to meet this requirement.
31
32
Minority and Women’s Business Enterprises
33
Minority and Women’s Business Enterprises
• Effective August, 2014, a new MWBE scoring methodology will be utilized for all RFP’s released
•New Process - MWBE scoring is conducted based on 10 points plus a possible 2 bonus points scale
- MBE: Possible 5 points + 1 bonus point
- WBE: Possible 5 points + 1 bonus Point
• Professional Services Scoring Methodology:
- The points will be awarded on the following schedule:
- Fractional percentages will be rounded up or down to the nearest whole percentage
- If the respondent’s commitment percentage is rounded down to 0% for MBE or WBE participation the respondent will receive 0 points.
- Submissions of 0% participation will result in a deduction of 1 point in each category
- The highest submission which exceeds the goal (“exceeds” defined as a commitment percentage that is equal to or greater than 9% before rounding) in each category will receive 6 points (5 points plus 1 bonus point). In case of a tie both firms will receive 6 points.
% 1% 2% 3% 4% 5% 6% 7% 8%
Pts. .625 1.25 1.875 2.5 3.125 3.75 4.375 5.0
34
Indiana Veteran Owned Small Business
Contact Information
– Phone: 317-232-3061
– E-mail: [email protected]
– Web: www.in.gov/idoa/2862.htm
Complete Attachment A1, IVOSB Form
– Include sub-contractor letters of commitment
Goals for Proposal
– 3% Veteran Business Enterprise
35
36
Indiana Veteran Owned Small Business
Prime contractors should note the following:
• Pursuant to 25 IAC 9-4-1(c), a Prime Contractor who is an IVOSB can use their own workforce to count toward the goal.
• IVOSB must have a Bidder ID (see section 2.3.7 - Department of Administration, Procurement Division).
• Prime contractor and/or subcontractors’ Certification Letter(s), provided by IDOA or Federal Center for Veterans Business Enterprise (VA OSDBU), must accompany the proposal to show current status of certification.
• Each firm may only serve as one classification – MBE, WBE, or IVOSB (see section 1.22).
37
Indiana Veteran Owned Small Business
Prime contractors must ensure that the proposed subcontractors meet the following
criteria:
• Must be listed on VA OSDBU registry or listed on the IDOA Directory of Certified Firms, on or before the proposal due date.
• Serve a Valuable Scope Contribution (VSC) on the engagement, as confirmed by the State.
• Provide the goods or services specific to the contract and within the industry area for which it is certified.
38
39
Indiana Veteran Business Enterprise
40
Indiana Veteran Owned Small Business
•New Process - IVOSB scoring is conducted based on 5 points plus a possible 1 bonus point scale- IVOSB: Possible 5 points + 1 bonus point
• Professional Services Scoring Methodology:
- The points will be awarded on the following schedule:
- Fractional points will be awarded based upon a graduated scale between whole points. (e.g. a 0.3% commitment will receive .5 points and a 1.5% commitment will receive 2.5 points)
- Submissions of 0% participation will result in a deduction of 1 point in each category
- The highest submission which exceeds the goal will receive 6 points (5 points plus 1 bonus point). In case of a tie both firms will receive 6 points.
% 0% 0.6% 1.2% 1.8% 2.4% 3%
Pts. -1 1 2 3 4 5
41
IDOA Subcontractor Scoring
RFP MBE/WBE/IVOSB Scoring Example
Bidder MBE % Pts. WBE % Pts. IVOSB % Pts. Total Pts.
Bidder 1 12.0% 5.0 10.0% 6.0 3.5% 6.0 17.00
Bidder 2 6.0% 3.75 4.0% 2.5 1.8% 3.0 9.25
Bidder 3 8.0% 5.0 8.0% 5.0 3.0% 5.0 15.00
Bidder 4 16.0% 6.0 0.2% 0.0 0.6% 1.0 7.00
Bidder 5 0.0% -1.0 0.0% -1.0 0.0% -1.0 -3.00
42
Pay Audit System
• Tool utilized to monitor the state’s diversity spend for subcontractors
• Selected primes and subcontractors are required to report payments submitted or received through this web-based tool
• Based on contract terms payments should be reported monthly or quarterly
• Questions? Contact Division of Supplier Diversity– [email protected]
– www.in.gov/idoa/mwbe/payaudit.htm
Pay
Audit
System
Prime
Subcontractor
Payment
Subcontractor Compliance
43
Additional InformationIDOA PROCUREMENT LINKS AND NUMBERS
http://www.in.gov/idoa/2354.htmFor Buy Indiana Questions/Registration
http://www.in.gov/idoa/2467.htm
A. Link to the developing for bidder registry with IDOA and Secretary of State.http://www.in.gov/idoa/2464.htm
B. Secretary of State of Indiana:Can be reached at (317) 232-6576 for registration assistance. www.in.gov/sos
C. See Vendor and Supplier Resource Center:http://www.in.gov/idoa/3106.htm
D. Minority and Women Owned Business Enterprises:Link to more information and full listing of IDOA Minority and Women Owned Businesseshttp://www.in.gov/idoa/2352.htm
E. Indiana Veteran Owned Small Business Program:Link to more information and full listing of Indiana Veteran Owned Small Businesses:
http://www.in.gov/idoa/2862.htm. To search certified IVOSB’s: https//www.vip.vetbiz.govF. RFP posting and updates:
Go to http://www.in.gov/idoa/2354.htm (select “Current Opportunities” link) Scroll through table until you find desired RFP number on left-hand side and click the link.
44
Questions
Any verbal response is not considered binding; respondents are encouraged to submit any question formally in writing if it affects the
proposal that will be submitted to the State.
45