SLED Opportunity · CALIFORNIA · ORANGE COUNTY - CALIFORNIA

    Administrative Services Organization for Specialty Behavioral Health and Drug Medi-Cal Substance Abuse Disorder Services

    Issued by Orange County - California
    countyRFPOrange County - CaliforniaSol. 204355
    Closed
    STATUS
    Closed
    due Mar 30, 2026
    PUBLISHED
    Mar 2, 2026
    Posting date
    JURISDICTION
    Orange County
    county
    NAICS CODE
    621330
    AI-classified industry

    AI Summary

    Orange County Health Care Agency seeks proposals for administrative services supporting specialty behavioral health and Drug Medi-Cal substance abuse disorder services. Submission is fully electronic with a due date of March 30, 2026.

    Opportunity details

    Solicitation No.
    204355
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 2, 2026
    Due Date
    March 30, 2026
    NAICS Code
    621330AI guide
    Agency
    Orange County - California

    Description

    The County of Orange, Health Care Agency (hereinafter referred to as “County”), is soliciting proposals from qualified firms (hereinafter referred to as “Respondents”) to provide Administrative Services Organization for Specialty Behavioral Health and Drug Medi-Cal Substance Abuse Disorder Services.  Respondents must meet the minimum qualifications and requirements as set forth within the RFP and be capable of providing services identified in the Scope of Work herein.

    The proposed schedule below is subject to change.  Any changes to the schedule for the RFP process will be issued to all Respondents via addenda on the County's eProcurement Portal.

    This is a fully electronic Request for Proposals (RFP). Respondents must submit their proposals online via the County’s online bidding system. Only electronic proposals will be accepted. Facsimile and e-mail proposals will NOT be allowed. For assistance on uploading proposals via County’s eProcurement Portal, please contact procurement-support@opengov.com or https://help.procurement.opengov.com/en/.

    All questions or requests for interpretations must be received within this solicitation by Monday, April 6, 2026, before 4:00 pm as specified in the solicitation. Respondents are not to contact other County personnel with any questions or clarifications concerning this solicitation. Verbal clarifications or responses will not be considered binding.

    Background

    The County of Orange (County) HCA is seeking proposals from qualified organizations to provide select services as an Administrative Services Organization  (ASO) for Specialty Behavioral Health Services and Medi-Cal Substance Abuse Disorder Services.  The primary goal of this program is to manage and oversee the services provided to adults, older adults, and minors who are Orange County Medi-Cal beneficiaries (beneficiaries may NOT be both Medi-Cal and Medicare recipients).

    Project Details

    • Reference ID: 042-2948102-MC
    • Department: Health Care Agency
    • Department Head: Veronica Kelley, DSW, LCSW (Agency Director)

    Important Dates

    • Questions Due: 2026-04-06T23:00:15.447Z

    Addenda

    • Addendum #1 (released 2026-03-25T20:24:10.962Z) —

      Please see attached Addendum #1

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-04-02T21:21:53.549Z) —

      Please see attached Addendum #2.  Replaced Attachment A - Model Contract.

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Respondent’s Background, Qualifications & Experience (200 pts)
    • Services (200 pts)
    • Performance Objectives (200 pts)
    • Staffing (150 pts)
    • Budget/Cost (150 pts)

      The proposal with the lowest cost receives the maximum points allowed for this criterion. All other proposals receive a percentage of the points available based on their cost relationship to the lowest proposal.

      Should any Preference Policies apply, the Preference Policy Applicable to Cost Proposal criteria will be scored.

    • Presentation/Interview Scoring Format: (100 pts)

      County reserves the right to conduct, or to not conduct, interviews and/or presentations with the highest-scored Respondent(s). The decision whether to conduct interviews/presentations rests solely with County and the decision of the Evaluation Panel is final. Respondents shall be ready to attend interview within five (5) business days of notification. Any inquiry to determine the responsibility of a Respondent to this RFP may be conducted. Respondent agrees that the submission of a Proposal is permission by Respondent for County to verify all information contained therein. If County believes it necessary, additional information may be requested from Respondent. The County may also send written questions and ask for written responses within five (5) business days. Failure to comply with any such request may disqualify a Respondent from further consideration. Respondents must be prepared to discuss all aspects of their proposal in detail, including technical questions. Respondents will not be allowed to alter or amend their Proposal through the use of the presentation process.

      NOTE: If interview/presentations are not conducted, the Written Proposal Scoring shall account for the total score.

    Submission Requirements

    • PART 1: COMPLIANCE STATEMENTS

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Cover Letter/Executive Summary (required)

      All Proposals must be accompanied by a cover letter of introduction and executive summary of the Proposal. The cover letter must be signed by person(s) with authority to bind the Respondent.

      If the Respondent is a corporation, two (2) signatures are required: one (1) signature by the Chairman of the Board, the President or any Vice President; and one (1) signature by the Secretary, any Assistant Secretary, the Chief Financial Officer or any Assistant Treasurer. The signature of one person alone is sufficient to bind a corporation, as long as he or she holds corporate offices in each of the two categories described above. For County purposes, proof of such dual office holding will be satisfied by having the individual sign the instrument twice, each time indicating his or her office that qualifies under the above-described provision. In the alternative, a single corporate signature is acceptable when accompanied by a corporate resolution demonstrating the legal authority of the signatory to bind the corporation.

      An unsigned or improperly signed Proposal submission is grounds for rejection of the Proposal and disqualification from further participation in this RFP process. All Proposals shall include this Cover Page with appropriate signatures as required.

    • Validity of Proposal (required)

      County requires that all Proposals be valid for at least three hundred sixty-five (365) calendar days. Submissions not valid for at least three hundred sixty-five (365) calendar days will be considered nonresponsive. Respondent shall state the length of time for which the submitted Proposal shall remain valid below: 

      Please state 365 calendar Days if your proposal will be valid for that period of time.  If your proposal will be valid for a different period of time please list the appropriate number of calendar days. 

    • Certification of Understanding (required)

      County assumes no responsibility for any understanding or representation made by any of its officers, employees or agents during or prior to the execution of any Contract resulting from this solicitation unless: 

      1. Such understanding or representations are expressly stated in the Contract; and 
      2. The Contract expressly provides that County therefore assumes the responsibility. 

      Representations made but not expressly stated and for which liability is not expressly assumed by County in the Contract shall be deemed only for the information of Respondent. 

      Respondent certifies that such understanding has been considered in this response.

    • Minimum Qualifications/Requirements Statement (required)

      Respondent certifies that it has thoroughly examined County’s requirements and meets all minimum qualifications and requirements set forth in this RFP.

    • Documents Required After Award (required)

      Proposer understands and agrees that upon recommendation of contract award, CMARE will be required to submit the following documents within ten (10) days of notification by County, unless otherwise specified in the RFP:

      1. Insurance Certificate(s) of Insurance including additional Insured Endorsement(s) (see Model Contract).
      2. W-9 Current signed form W-9 (Taxpayer Identification Number & Certification) which includes D-BE’s legal business name(s).
      3. Signed Contract – Selected CMARE will be required to sign a contract upon award.  If CMARE is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation.
    • Certificate of Insurance (required)

      Respondent shall certify its willingness and ability to provide the required insurance coverage and certificates as set forth in the Model Contract.

    • Department of the Treasury, Internal Revenue Service Form W-9 Requirements

      All Contractors will be required to submit to County a federal Form W-9, or form W-8 for foreign vendors.  County will inform Contractor, at the time of award, if the Form W-9 or W-8 will be required.

      In order to comply with this County requirement, within ten (10) days of notification of selection of award of Contract but prior to official award of Contract, the selected Contractor agrees to furnish to the agency DPA the required W-9 or W-8.

      You may upload the appropriate form here or comply within the ten (10) days as described above. 

    • Conflict of Interest (required)

      Does Respondent have an existing relationship with County, past or current, for any financial or business reasons, or any other reason?

      An answer of "NO" shall be considered as Respondent certifying that no relationship exists or has existed as outlined below. An answer of "YES" will allow you to disclose the necessary information to County.

      Respondent with an existing or past relationship with County, for any reason, shall answer "YES" to this question and disclose:

      1. Any financial, business or other relationship with County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide.
      2. Any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.
    • Conflict of Interest Follow Up Question 1 (required)

      Disclose any financial, business or other relationship with County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide.

    • Conflict of Interest Follow Up Question 2 (required)

      Disclose any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.

    • Skilled Apprentice Requirements (required)

      By confirming here, Respondent certifies an enforceable commitment to the County of Orange to meet the requirements of PCC 22164 (c). 

    • Compliance with Public Contract Code Section 20146(c) (required)

      Respondent provides an enforceable commitment that it and its subcontracts at every tier will use a skilled and trained workforce to perform all work on the Project that falls within an apprenticable occupation in the building and constructions trades as required by Public Contract Code 20146(c). Respondent understands its proposal shall not be considered unless this commitment is given.

    • Liquidated Damages (required)

      State YES or NO that you are aware of and agree to the Liquidated Damages Clause below, which will be a part of an ensuing contract.

      In accordance with Government Code Section 53069.85, CMARE agrees to forfeit and pay to County the sum of TBD per day for each calendar day that completion of all the work required by the Contract Documents is delayed beyond the Contract Time, or specified portion of work if designated in a GMP, as may be adjusted by Change Order. County may deduct such sum from any payments due to or to become due to CMARE.

      If the Liquidated Damages exceed the unpaid balance of the Contract Price otherwise owed to CMARE, then CMARE shall immediately pay County the difference.

    • Statement of Compliance (required)

      A statement of compliance with all parts of this RFP or a listing of exceptions and suggested changes must be submitted in response to this RFP. 

      • Yes = No Exceptions: This response is in strict compliance with said RFP, including, but not limited to, the terms and conditions set forth in the Contract and its Attachments, and no exceptions thereto are proposed. 


      • No = Exceptions: If there are any proposed exceptions, This response shall proceed to upload a list of any and all exceptions in accordance with the instructions provided  after "No" is selected.
    • Attachment for each proposed exception must include: (required)
      1. The RFP page number and section of the provision Respondent is taking exception to; 
      2. The complete provision Respondent is taking exception to; 
      3. The Respondent’s suggested rewording; 
      4. Reason(s) for submitting the proposed exception; and 
      5. Any impact the proposed exception may have on cost, scheduling, or other areas.
    • Non-Collusion Affidavit (required)

      Each Respondent must execute the Non-Collusion Declaration contained in the RFP and submit it with the Proposal.

      The County of Orange may require that the Respondent, before awarding any subcontract, secure Non-Collusion Declarations from proposed Subcontractors. The County of Orange does not conduct business with Respondents who engage in the act of Collusion. 

    • Non-Collusion Declaration - A (required)

      Has your firm ever initiated discussions with competing consulting firms about the payment structure of an existing or potential future contract with the County of Orange? Respondent must select one (1).

      If Respondent selects Yes answer, Respondent must provide a brief explanation below. A “Yes” answer may preclude you from moving forward in the RFP Process. Respondent must certify both questions below: 

    • Reason for Collusion: (required)
    • Non-Collusion Declaration - B (required)

      If not, has your firm participated in any discussions with competing firms in an effort to influence the payment structure for existing or potential County contracts? Respondent must select one (1). A “Yes” answer may preclude you from moving forward in the RFP Process. 

    • Provide names of competing firms: (required)
    • Iran Contracting Act Certification Form (required)

      Please download the below documents, complete, and upload.

    • In-Use Off-Road Diesel-Fueled Fleets Regulation form (required)

      Please download the below documents, complete, and upload.

    • Litigation against County of Orange in the past seven (7) years (required)

      Respondent must certify either Yes or No:

      1. (Yes) Respondent certifies current/past litigation as follows:

        1. Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving Respondent, or any company that holds a controlling interest in Respondent, against County of Orange in the past seven (7) years.

      2. (No) Respondent certifies that Respondent or any proposed subcontractors do not have any past or current litigation described above. 
    • Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving any proposed subcontractors, or any company that holds a controlling interest in subcontractor firm(s), against County of Orange in the past seven (7) years. (required)
    • Name/Ownership Changes: (required)

      Respondent must certify either Yes or No below:

      1. (Yes) Respondent certifies past company name changes and/or ownership changes, for Respondent’s firm and any proposed subcontractor firm, as follows:

        1. Respondent shall provide detailed information regarding any company name changes (including legal business names) in the past seven (7) years.

      1. (No) Respondent certifies that Respondent or any proposed subcontractors have not had any company name change or ownership changes in the past seven (7) years.

    • Respondent shall provide detailed information regarding any company ownership changes (including legal business names) in the past seven (7) years.  (required)
    • The Levine Act: County of Orange Campaign Contribution Disclosure (required)

      The Levine Act compliance is a minimum submittal requirement of this solicitation. 

      Please complete and sign the County of Orange Campaign Contribution Disclosure Form attached hereto. A Responder’s failure to provide a completed and signed copy will render its proposal as incomplete and nonresponsive. 

    • Political Reform Act Confirmation (Statement of Economic Interest - Form 700) (required)

      Check the box to confirm - If subject to the Political Reform Act, Respondent shall conform to all requirements of the Act.

      Failure to do so shall constitute a material breach and is grounds for immediate termination of the Contract by County. Respondent shall indemnify and hold harmless County for any and all claims for damages resulting from Respondent’s violation of this Section. 

    • Preference Policy - OCLSB/DVBE (required)

      Orange County Local Small Business (OCLSB) or a Disabled Veteran Business Enterprise (DVBE)

      To participate as an OCLSB and/or DVBE, the requirements in the OCLSB AND DVBE PREFERENCE POLICIES CERTIFICATION REQUIREMENTS must be met

    • OC Local Small Business (OCLSB) Preference And Disabled Veteran Business Enterprise (DVBE) Certifications (required)

      Instructions are located here: https://cpo.ocgov.com/doing-business-oc/preference-policies

    • Will a sub-contractor meet this preference policy certification requirement? (required)
    • Upload the proof of certification for each sub-contractor that meets this preference policy certification requirement?

      Required for projects exceeding $5 million

    • Contractor Safety (required)

      Contractor shall comply with County’s Safety and Loss Prevention Policy and Procedure #306 (“Contractor  Safety Responsibilities”) and submit a copy of its Injury and Illness Prevention Program (IIPP) and  Contractor Safety-Activity Checklist to the designated County Procurement staff as part of the solicitation  and/or contract process. Contractor will notify County Project Manager of any revisions to the Safety-Activity Checklist and will provide a new Safety-Activity Checklist upon County request. The IIPP shall  comply with California Code of Regulations, Title 8, Section 1509 or 3203 (whichever applies). Contractor  shall submit other safety programs that pertain to the type of job that will be performed on site. County  reserves the right to conduct inspections and audits as necessary for the purpose of evaluating any aspect  of safety performance under this Contract.

    • Homeless Service System Pillars Attestation (required)

      Please download the below documents, complete, and upload.

    • Safety Data Sheets (SDS) (required)

      Contractor is required to provide a Safety Data Sheet (SDS) compliant with California Code of Regulations, Title 8, Section 5194, for each hazardous substance that is provided, used or created as part of the goods or  services provided by Contractor to County. The SDS for each substance must be sent to either the County  Project Manager, as specified in the “Notices” provision of this Contract, or to the place of shipment or  provision of goods/services.

    • Contract Signatures (required)

      Upon recommendation of contract award, Respondent will be required to submit the Signed Contract within ten (10) calendar days of County notification, unless otherwise specified in the RFP.

      Selected Respondent will be required to sign a contract upon award. If selected Respondent is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation. 

    • I HAVE READ, UNDERSTOOD AND AGREE TO ALL STATEMENTS IN THIS REQUEST FOR PROPOSAL, AND TO THE TERMS, CONDITIONS AND ATTACHMENTS REFERENCED HEREIN (required)
    • PART 2: COMPANY PROFILE & REFERENCES

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Company Legal Name: (required)
    • Company Legal Status (corporation, partnership, etc.): (required)
    • DVBE Certification No: (required)

      To be certified as a Disabled Veteran Business Enterprise by the County of Orange, a business shall meet (1) and (2) below:

      1. Must be certified as a DVBE by the State of California Department of General Services (DGS); and, 

      2. DGS DVBE requirements must be valid at the time of bid/proposal submittal.

    • SBA Certification No: (required)

      Enter certification number

    • SAM.gov Confirmation (required)

      Please upload a printout from SAM.gov to confirm that your company currently has no active exclusions. The printout must be no greater than seven (7) calendar days prior to the due date of this bid.

    • Corporate Office Address (required)

      What is the address of the company's corporate office? Please provide the full street/mailing address.

    • Local Business Address(es): (required)

      Please provide the local business address for the company named above. If there are multiple local addresses then please provide all.

    • Telephone Number: (required)
    • Fax Number: (required)
    • Email Address: (required)
    • Length of time Respondent has been in business: (required)
    • Length of time at current location: (required)
    • Is your firm a sole proprietorship doing business under a different name? (required)
    • If yes, please indicate sole proprietor’s name and the name you are doing business under: (required)
    • Is Respondent incorporated? (required)
    • If yes, State of Incorporation: (required)
    • Contract Signature Authority - Executive Signature (required)

      If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority.  The Executive Signer Authority comes from the President, Vice-President, or Chairperson of the Board.

      • Contact Full Name:
      • Contact Number:
      • E-mail Address:
    • Contract Signature Authority - Financial Signature (required)

      If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority.  The Financial Signer Authority comes from the Secretary, Assistant Secretary, Chief Financial Officer, or Treasurer.

      • Contact Full Name:
      • Contact Number:
      • E-mail Address:
    • Contract Signature Authority (required)

      If not incorporated, please provide the name, contact number, and email of the person who has the binding and signature authority of this contract.

      • Contact Full Name:
      • Contact Title:
      • Contact Number:
      • E-mail Address:
    • Unique Entity Identifier Number (UEI) (required)

      The County requires a valid UEI number and complete registration.  Your company may obtain one at no cost at https://sam.gov/entity-registration. 

    • Federal Taxpayer ID Number: (required)
    • Regular business hours: (required)
    • Regular holidays observed: (required)
    • Contact person in reference to this RFP: (required)

      Please include the following information in this response and note that this person is responsible for monitoring and responding to all communications for this solicitation:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Contact person for Accounts Payable: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Contact person for Project Manager: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Company Emergency Contact (required)

      State the following for the emergency contact person in reference to this services:

      • Full Name (First and Last) of contact during non-business hours
      • Telephone Number (including area code)
      • Fax Number (including area code), if applicable
      • Cell Phone Number (if different than regular phone)
      • Full Email Address
    • References (required)

      Respondent must demonstrate successful prior performance of comparable services in the public sector arena and provide a minimum five (5) reference letters with three (3) reference letters from public sector entities and clients that are comparable to the County of Orange for which these types of services have been performed within the past five (5) years.  Reference letters cannot be from one of the County of Orange departments or from more than one of the same entity.

      Please provide the following information for each of the five reference letters: 

      • Company Name
      • Contact Name
      • Email
      • Telephone number 
      • Address
      • Contract Effective Dates
      • Contract Amount
      • Brief Contract Description
    • Orange County Projects (required)

      State the number of projects the Prime has completed in Orange County.

    • PART 3: RESPONDENT'S PROPOSAL
    • Proposal Bond (required)
    • Qualifications and Related Experience/Technical Expertise

      This section of the Proposal will establish the ability of Respondent company or team to satisfactorily perform the required work by reasons of experience in performing services of a similar nature, demonstrated competence in the services to be provided, strength and stability of the team, staffing capability, workload, record of meeting schedules on similar projects, and supportive client references. As part of its response to the following, Respondent should justify how the minimum qualifications/requirements specified below have been satisfied.

      1. Respondent shall provide:
        1. A brief profile of your firm, including the name, a brief history, description of your firm, types of services offered;
          1. The year founded;
          2. Form of the organization (corporation, partnership, sole proprietorship)
          3. Number of employees
          4. Size and location of offices
          5. Staff and technical capabilities and the type of services that the Respondent is qualified to perform, including any discipline where the Respondent has special expertise.
        2. Describe the Respondent’s experience in performing work of a similar nature described in Attachment A, Scope of Work of the Model Contract.
        3. Describe the Respondent’s experience providing the Services described in Attachment A, Scope of Work of the Model Contract to other governmental agencies in California.
        4. Describe at least three (3) project examples completed in Southern California in the past five (5) years, that demonstrate the Respondent’s qualifications, experience, ability to control costs and adhere to project schedules to accomplish the services noted in Attachment A, Scope of Work of the Model Contract (included in Section III, of this Request for Proposal).
          1. Include the following information for each project: project description and location, project schedule including start and completion dates, description of services provided, total cost of services provided, project progress reporting, schedules performance, key personnel utilized, and photos.
        5. Evidence to demonstrate that Respondent’s personnel and/or firms are licensed in all areas relevant to this Contract.
      1.  
    • Technical Proposal Summary Statement (required)

      This Statement will be completed by the Respondent using as much detail as possible. In addition to providing various development statistics, the Respondent is encouraged to provide a paragraph description of the design highlights. The narrative should stress those elements that exceed minimum standards required in the related RFQ and those found in this RFP.

    • Value Added Enhancement (required)

      Respondent shall describe relevant information concerning the services offered in this RFP that it considers important in evaluating its services.

        1. System design – practicality of design and systems/equipment and order of operation proposed
        2. Design and construction for maintenance and operations
          1. System layout for operational circulation and efficiency
          2. Functionality
          3. Maintenance and Operations costs
          4. Life-cycle costs for 15 or more years
        3. Security and Safety for staff and public
        4. Aesthetics, odor and noise control
        5. Site Plans – architectural, utilities, structural, mechanical, and electrical.
        6. Specifications.
        7. Adherence to Model Contract and Exhibits.
    • Schedule (required)

      Respondent shall provide a proposed design and construction critical path schedule showing proposed progress from award, including design and start of construction through completion, including significant milestones, such as site work, utilities, foundation, structure, and landscaping.

    • Subcontractors List (required)

      Please download the below documents, complete, and upload.

      NOTE: If you are choosing to use no subcontractors and entirely self perform then please note such on the attached form and upload it as part of your proposal.

    • Respondent's confirmation re: Key Personnel (required)

      CMARE understands that the personnel represented as assigned to the Contract must remain working on the Contract throughout the duration of the Contract unless otherwise requested or approved by the County. Substitution or addition of CMARE’s key personnel in any given category or classification shall be allowed only with written approval of the County’s Project Manager. Note: The written approval of substituted CMARE Key Personnel is for the departmental use only and shall not be used for auditing purposes outside OC Public Works.

      CMARE may reserve the right to involve other CMARE personnel, as their services are required. The specific individuals will be assigned based on the need and timing of the services/classification required. Assignment of additional key personnel shall be subject to County Project Manager written approval. Note: the written approval of additional CMARE Key Personnel is for departmental use only and shall not be used for auditing purposes outside OC Public Works. County reserves the right to have any CMARE personnel removed from providing services to County under this Contract. County is not required to provide any reason for the request for removal of any CMARE personnel.

    • Approach/Understanding of Project (required)

      Respondent shall provide a brief narrative that addresses the services noted in the Scope of Work and demonstrates the Respondent’s understanding of County’s needs and requirements.

      1. Respondent shall:
        1. Describe the Respondent’s understanding of the County’s needs and the proposed approach for effectively providing the services specified within the Scope of Services.
        2. Provide proposed methods of approaching/completing the Project, including identification/acknowledgement of general issues and the necessary resources/solutions to accomplish the required services.
        3. Any recommended changes or additions to the scope of work that would better serve the County’s goals.
    • Proposal Organization/Completeness of Response (required)
    • Organization's Background, Qualifications & Experience (required)

      Please provide the following: 

      1. Background, Qualifications & Experience
        1. Company Background and Data
          1. Include an overview of firm and brief description of the firm’s history including:
            1. Length of time in business;
            2. Services provided relevant to the RFP; and
            3. List of certifications and/or affiliations that may be relevant to this RFP.
          2. Provide the following information: 
            1. Name and title of person(s) authorized to bind Respondent;
            2. Main office address; and
            3. Telephone number.
          3. List any previous or current contracts with the County of Orange within the last five (5) years. Include:
            1. Agency/Department name, address and contact person;
            2. Contract Number; and
            3. Contract Amount 
          4. Provide a general description of Respondent (and if applicable, subcontractor’s) financial condition and identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, or impending merger) that may impede Respondent’s ability to complete the services.
        2. Experience
          1. Descriptions of at least three (3) recent similar projects that Respondent has completed (public sector experience preferred).  
            1. Include project name, date, location, and budget, 
            2. Include client name and describe the scope of work, 
            3. Describe any obstacles encountered and project outcome, and 
            4. Describe, including experience with successfully coordinating and maintaining project schedules while staying on budget.  
      2. Describe your experience and process for providing or arranging for the provision of Specialty Mental Health Services (SMHS) for BHP members. Describe how you will maximize available resources and outcomes for the County and its clients. Please include your organizations' processes used to oversee the quantity and quality of services offered to members, and measurement of clinical and financial outcomes of mental health treatment.
    • Services to be Provided (required)

      Provide a detailed response to the following questions and include any potential challenges and how those challenges will be addressed. Include examples of performance in similar contracts, where appropriate, to demonstrate expertise and effectiveness. Limit response to page limits as indicated.

      1. Identify and describe how your organization intends to provide and ensure ongoing oversight of the daily operations of the proposed points for services or administrative functions as addressed in Section 3.3 Services To Be Provided (A-N) with this contract.
      1. Describe your organization’s Information Systems (IS) capabilities, including but not limited to: systems that collect, store, manage and/or transfer/export electronic health records, provider information, encounter and claims data, member enrollment and eligibility; HL7, FHIR and/or APIs to support healthcare integrations and data-sharing using standard healthcare formats; and planned ability to manage medical billing/revenue cycle management via 837 P and 835 electronic data interchange (EDI) files processed by HCA and compliant with Department of Health Care Services (DHCS) current billing standards

        1. System and process features;  

        2. Performance monitoring;  

        3. Options available to providers for claims submission, reimbursement procedures, claims projection and auditing capabilities.  

      2. Describe your organization's experience and proposed process to conduct utilization management for the following services: 

        1. Inpatient psychiatric stays

        2. SUD residential programs

        3. Day Treatment intensive programs

        4. Eating Disorder programs

        5. Electroconvulsive Therapy

        6. Transcranial Magnetic Stimulation therapy 

      1. Describe your NCQA-compliant standardized clinical practice guidelines and how you will train and inform the provider network of these standards. Including: 

        1. Your process for determining, communicating and tracking adverse determinations;  

        2. How you will communicate requests for appeals to the County;  

        3. How will you balance medical necessity requirements and ensuring access to the necessary levels of care with an overall improvement in utilization of bed days and lengths of stay?  

      1. Describe your processes and monitoring for Fraud Waste and Abuse (FWA).  Include your FWA training, education, and monitoring for your organization, as well as any delegated or subcontracted entities. Include the following: 

        1. Encounter data validation;  

        2. File review;  

        3. Over and under-utilization analysis.  

      1. Describe your organization's Quality Measure Information (QMI) structure and processes

        1. Provide examples of governance, reporting, improvement initiatives, and all other ways in which QMI is incorporated in your company's operations.  

        2. Provide an example of your organization’s experience with a recent, relevant quality improvement project.  

          1. What was the focus of the initiative?  

          2. Describe the processes involved in completing project. 

          3. Summarize the results and methodology used to measure results.  

      1. Describe how your organization will work to further the integration of behavioral and physical health

        1. Provide examples of past implementation of population health, physical co-morbidities management and other innovative strategies you will implement under this contract.  

        2. Processes used to identify members with complex, comorbid healthcare needs. Include examples of a health risk assessment, coordination of care, and applying your model of care.   

      1. As the BHP’s ASO, how will your organization provide psychiatric consultation to primary care physicians when they call for consultation?  How will this underutilized service of the ASO be promoted?    

      1. Describe your organization’s relationships with external parties relevant to this contract such as subcontractors and vendors performing work or development on your behalf, including any risk assessments performed. Describe how third parties are managed, monitored, and reviewed for service delivery.  

      1. Describe your organization’s processes for the following: 

        1. Operating a toll free 24/7 Access Line/toll free number;  

        2. Scheduling all initial appointments at the time of the call on behalf of members;  

        3. How you will report the number of members who successfully complete their first appointment;  

        4. How your organization will meet the hearing impaired and language needs of members;  

        5. How level of care guidelines will be utilized to distinguish between mild/moderate and SMH;  

        6. How you will screen for SUD services within the Access Line.  

      2. Describe your organization's approach to ensuring a positive member experience when accessing and engaging in services. How will you address negative member experiences?  

      3. Describe the strategies you will utilize to develop a comprehensive network of behavioral health providers serving SMH members, including your credentialing and re-credentialing standards and verification process. Identify areas and strategies utilized to address any network gaps, including but not limited to: Orange County Medi-Cal threshold languages, provider types, access and availability, and network adequacy requirements. 

      4. Describe your Provider Relations process and structure. Include how you intend to minimize administrative burden to network providers, including minimizing provider complaints, contracting issues, authorization issues and claims concerns. 

      5. Describe your approach to monitoring and managing the performance of network providers.  Include approaches to performance monitoring, provider profiling, provider education and training, strategies for service improvement and corrective action. Additionally include your approach to monitoring professional claims to ensure appropriate billing practices are followed by all providers. 

      6. Describe your understanding of the unique aspects of service delivery to members in Orange County. What strategies will be employed to ensure effective delivery of services, including integration of culturally competent and recovery-oriented care?

      7. Discuss the mechanism your organization will have in place for members to initiate complaints and how the complaints will be documented as required by the county, state, and federal regulations. 

      8. How will your organization work directly at all levels, to ensure coordination with the County’s administrative and clinical teams?

      9. Explain your organization’s approach to monitoring health care cost trends, addressing each of the following:
        1. Provide one or more examples in which your organization identified an unfavorable trend and describe the strategies and specific actions implemented to control expenditures.
        2. Describe your knowledge of the Medi-Cal Share of Cost and Coordination of Benefits (COB) requirements and how this will be applied when processing extended provider claims.

        3. Describe how you will monitor, apply and obligate a potential Share of Cost within the ASO system. 

        4. Provide 1-2 samples of a rate chart (not to be included in page limit)  

          Explain your organization’s approach to monitoring health care cost trends, addressing each of the following:

      10. Please provide your organization’s proposed implementation plan for this contract, outlining: key milestones, timeframes, key dependencies, accountable parties, and key questions, considerations, and/or areas of concern.  

       
       
    • Performance Objectives (required)
      1. Describe your organization’s methodology and use of metrics to track and evaluate Service Level Agreements and performance outcomes. Describe how your organization proposes to use the findings in collaboration with the County to monitor ASO performance and maximize service levels for members and providers.
      2. Referencing the Services To Be Provided in Section 3.3, state your organization’s proposed measures, by function that would be relevant for this contract. Include proposed measures, data source, measurement frequency, SLAs/targets, and if applicable, industry-standard benchmarks for SLAs/targets.
      3. Describe how your organization initiates internal corrective actions based on non-performance, and how it will ensure a pro-active approach to remediating any and all non-performance based on mutually agreed upon SLAs.
    • Staffing (required)

      Provide a detailed response and submit the requested attachments for each question below. 

      1. Describe the number and type of staff (program and administrative) that will be allocated to this program. One (1) Full Time Equivalent (FTE) equals an average of 40 hours worked per week. 

      1. Describe the proposed account management structure and staffing plan you will utilize to support the County. Please include an attached proposed organizational chart which includes where management for this contract fits within your larger management structure. 

      1. Describe how your organization will recruit, hire, and train staff to provide the services described in this solicitation. 

      1. Provide precise and program specific job descriptions for each position that will be allocated to this program, and include minimum qualifications, education and/or experience requirements, multicultural/ multilingual capabilities, duties, and responsibilities. (Note that resumes and proof of licensure, if applicable, for existing staff allocated to this program to include bilingual/bicultural capabilities will be requested upon selection). 

      1. Provide a description of how your organization will address potential adverse impact related to staffing issues, such as vacancies, unexpected leaves, low morale, and recruitment/hiring challenges?

      1. Describe any services/staff that will be subcontracted. Subcontracts must be approved in advance by County and must meet the requirements of this solicitation. Subcontracted services may include:

        1. Fee-for-service personnel who provide program or administrative services. Administrative service subcontracts may include, but are not limited to, auditing, accounting, billing/revenue cycle management, and information systems.

        2. Personnel who provide specialized services. 

    • Budget (required)

      Respondents must complete the Budget Forms (Attachments B & C) and provide narratives that fully explain and justify all budget items being proposed. The budget is to be completed for a 6 month (Attachment B) and 12 month (Attachment C) period and shall be subject to negotiation prior to finalization of a contract. 

      The County anticipates reimbursing the selected Respondent(s) monthly in arrears for actual costs of providing the services (Administrative, access line, concurrent review) and Fee for Services (FFS) using units of service approved from claims as shown on 835 files returned to county by DHCS (for network providers and professional services), unless otherwise stated, up to the contract not to exceed amount, provided that the costs are allowable in accordance with county, state, and federal regulations. 

      Below are guidelines to help complete the budget. 

      • Prior to working on the Budget Package, please review the Procurement Budget Guide in the attached Budget Package to assure all requirements are met. 

      • Areas of the Budget Package (EXCEL document) contain formulas to automatically calculate and summarize your data and have been protected to maintain the integrity of the links and formulas.  Please do not modify formulas, links, or the format.  If you need any modification(s), please contact the Procurement Administrator and they will make any necessary adjustments, as appropriate. 

      • When entering numerical or other information into the Budget Package, Respondents will only enter information in the GREEN SHADED areas; found on the Green Tabs. 

      • When entering numerical data into the Budget Package, please do not use any links or formulas.  All cells requiring a hard coded numerical entry (excluding Hours per Week, Hourly Rates, FTEs, Direct Service Hours (DSH) , and Caseloads) should be entered as a whole number. 

       Budget Package Tabs: 

      1. Proposed Summary Tab

        1. Respondent completes Green Shaded Cells F9 through F15.  Please follow instructions below each line.

        2. Upon Submission of proposal the Respondent will sign and date Cells D43 and I43 and include a pdf copy of the Proposed Summary with their proposal. 

      1. Proposed Budget Tab:

        1. Respondent completes Green Shaded Cells G13 through F15.

        2. Respondent completes Green Shaded Cells B25 through B27.

        3. Gray Cells F39 & F40 Salaries and Benefits for Administrative and Program costs will automatically populate from the Administrative and Program Staffing Salary and Benefits Detail (from Proposed Staffing Tab). These cells are locked. Administrative costs are those not related to direct services and program costs.

        4. Since FY 2014-15, the costs of Program Administration were included in the Total Administrative Costs amount to comply with 2 CFR Part 225 (formerly OMB Circular A-87).  This will continue and will be reflected in the calculation of your contract budget.

        5. If needed Green Cells F42 and F43 are hard entered by Respondent based on Proposed Budget.

        6. Gray Cells F49 through F69 automatically populate and are locked.

        7. If proposing Administrative Costs; Respondent will enter administrative expense line items and realistic costs in Green Shaded cells.

        8. As above Respondent will enter program expense line items and realistic costs in Green Shaded cells.

        9. If your proposed Services has Flex Funding indicated in the RFP; Respondent will enter costs in Green Cells F180 through F190.  If no Flex Funds; please skip these cells.

        10. If your proposed Services has Start-up Funds indicated in the RFP; Respondent will enter proposed Administrative and Program items and costs in each appropriate Green Cell.  If no Start-up Funds or Respondent is not requesting funding; please skip these cells.

        11. Revenue Detail: If known or Applicable enter any proposed Revenue in Green Cells.

        12. Facility Expense Detail:  Please follow instructions for completion.  If proposing Office space/rental costs Green Cells F311 and F312 must be completed so the amounts automatically populate to cell F81 and F141.

        13. Equipment Owned & Leased Detail. If applicable complete so costs automatically populate to the Administrative and Program costs.

        14. Financial/Accounting Information.  Please complete as requested.

        15. Licenses, Permits, Approvals. Please complete as applicable. 

      1. Program Staffing Tab: 

        1. Please review each staffing area before completion.  Areas are divided between Administrative, Program Administrative, Direct Program DSH and Non- DSH positions, and Subcontractor positions.

        2. Column (B): Enter the position/title and name of each position that will be allocated to the program. There needs to be a line for each individual position. (e.g., if there are 4 clinical positions there needs to be 4 clinical lines with specific FTE and Hourly rates.)

        3. Column (C): Enter the number of hours each position will allocate to the program each week.

        4. Column (E): If applicable enter the number of Monthly Proposed DSH for each position will allocate to the program each week

        5. Column (H): Enter the total Hourly Rate for each person. The amount of salary that will be paid through the Contract will automatically populate in Column F.

        6. Column (D): FTE of each person will auto populate. One (1) FTE is equivalent to 40 hours per week.

        7. Column (J): Enter Total Monthly Salary for All Programs for this position.  This is used in calculating Benefit costs for the program.

        8. Column (L): Enter Total Monthly Benefits for All Programs for this position.  This is used in calculating Benefit costs for the program.

        9. Column (O): If applicable enter the number of Monthly Proposed Caseload for each position will allocate to the program each week

        10. Benefit amount must encompass all applicable benefits (e.g., FICA, unemployment, retirement, etc.). Enter the flat rate. 

       Important Items to Remember:

      Narratives should be detailed and written in a fashion that would be understood by a person unfamiliar with your program. 

      Narratives for the Administrative and Program Staffing Salary and Benefits should justify each requested position, the proposed expense and/or percentage used in allocating the costs, and a breakdown of the benefits.

      Narratives for the Services and Supplies should justify each requested expense, and the rationale and assumptions used in estimating the costs. Include details for proposed dues/subscriptions, training/travel (e.g., CDHS monthly subscription for said services, name of conference on specific subject to be attended by 2 staff members, etc.).

      Equipment Details should indicate how many and for which positions (e.g., 10 cell phones for 5 clinical staff and 5 for Peer Mentors).

      Staffing Narratives should include the proposed FTE and productivity levels for each staff position (e.g. 100 client linkages per year, 50 clients trained, or 100 Direct Service Hours (DSH)/month per FTE, or 1,200 DSH/year per FTE, etc.) as well as explaining any deviations from the established/current productivity and caseload requirements for each program.

      If you have a detailed Administrative Budget in lieu of indirect percent allocation, please include the specific line items (salaries, benefits, services and supplies (detailed), professional services, and amounts) in your narrative.  If allocating costs across programs, a complete Cost Allocation Plan should also be submitted with your budget package reflecting all costs and programs, including a key for cost centers to distinguish costs to be allocated under this renewal.

      If proposing subcontract and/or consultant services, complete the required information under the applicable administrative and/or program section. NOTE: The information on this form must also be included in narratives of the proposal, if applicable.

    • Type of Request for Proposal: (required)

      Please select the type of RFP you are wanting for your solicitation.

    • Select the type of document for your project (required)
    • Project Address(es) (required)

      Insert Project Address(es) here:

    • Liquidated Damages Amount (required)

      Please enter the Liquidated Damages amount (highlighted section below for reference)

      "In accordance with Government Code Section 53069.85, CMARE agrees to forfeit and pay to County the sum of <insert amount> per day (“Liquidated Damages”) for each calendar day that completion of all the work required by the Contract Documents is delayed beyond the Contract Time, or specified portion of work if designated in a GMP, as may be adjusted by Change Order. County may deduct such sum from any payments due to or to become due to CMARE."

    • A-E Name (required)

      What is the firm name of the Architect-Engineering firm providing bridging documents, requirements and other related supporting technical documents for this project?

    • A-E Address Part 1 (required)

      What is the street/office address of the above named A-E for this project?

      Only the street/office address should be given here, you will be asked to provide the City, State, and ZIP Code in the next question.

    • A-E Address Part 2 (required)

      For the above noted A-E Address, what are the City, State, and ZIP Code?

    • Stipend Amount (required)

      This RFP states:

      When the project award is brought to the Board of Supervisors for approval, staff will request the Board to approve a stipend in the amount of $<0> to each Respondent not awarded the Contract.

      What is the stipend amount that you wish to state? Please state only the numeric value without using a dollar sign. If there is no stipend amount, you may skip this question and it will default to $0.

      EXAMPLE (if $1,000)
      1,000.00

    • Is this a Construction project over $5 Million (required)
    • Was a Request for Qualification (RFQ) required as a 1st step for this RFP? (required)
    • Enter the Phase 1 RFQ # (required)

      Provide the full RFQ # that occurred prior to this RFP? 

      EXAMPLE:
      017-FF#-XXX

    • Description of Services (required)

      Please provide a brief description of services being requested for your solicitation.

    • Does this solicitation require any of these? (required)
    • Is there a license(s) requirement for this project.

      Please enter the license(s) requirement for this project.

    • Staffing Plan? (required)

      Do you want vendors to submit a staffing plan for this project?

    • Pre-Submittal Meeting and Site Visit (required)
    • Respondents Proposal Maximum Page Limit (required)

      Enter the maximum # of pages allowed for the respondent's proposal.

    • Will you need a pricing table section for bidders? (required)

    Questions & Answers

    Q (Services to be provided): Section 6.3.2 – Services To Be Provided, includes service item ‘C’, Prior Authorization for Day Treatment Intensive (DTI) Services – It is unclear what type of services or service locations are included for DTI. Can you provide clarification if the intended services include MH or SUD treatment or both? Will this be at specific facilities, or like inpatient acute stays, potentially at any facility in CA where a Orange County responsible members receive care? Is the intent that both DTI full-day and DTI half-day are part of this service? Finally, for this intended service, as a whole, what is the anticipated number of admissions per month?

    A: DTI is for MH services. This is for prior authorization and utilization management of DTI services, not to provide DTI services. DTI services will be provided at specific locations and will be for MH only. It will not be like concurrent review for inpatient stays where a member could land in any CA hospital and require concurrent review for their inpatient stay. The prior authorization process would establish where the member would receive the services and if full or half day DTI services are necessary per medical necessity guidelines. This is a new service, likely under 15 admissions per month.


    Q (6.2.27 References): With just five working days remaining, we are concerned about obtaining the full number of reference letters required.  We are asking if the County will approve one of the following exceptions for this requirement: a. The provision of referral contact information and scope of work narratives in lieu of letters, or b. A reduction in the number of required letters, or c. An extension of the deadline for submitting the reference letters, or  d. Any combination of the above options

    A: Proposal submission deadline has been extended through Monday, April 13, 2026. Please refer to Addendum No. 1


    Q (SUD residential programs): In section 6.3.2, question C, subsection 2 -Asks for respondents to provide details of experience with SUD residential programs. However, there isn't a clear indication if this is also intended as part of the scope of services for this RFP. Can you specify if this will be included in the service expectation of the contract?

    A: This question is intended to elicit information about the respondent’s experience in conducting utilization management for the listed program types, including SUD residential programs. The scope of services is not for the respondent to be a provider of SUD residential program services, rather, the respondent should explain how they plan to provide utilization management for SUD residential programs.


    Q (Section 6.3.2 Question C.2): Can you identify the projected volume/details of SUD RTC admits (per month) expected to be managed by us?

    A: As this process has not begun yet, the projected volume of SUD RTC admits is an estimated at 5-10 per month. However, this number may fluctuate month by month. CORRECTION: SUD RTC admits will not be managed by the ASO at this time.


    Q (Section 6.3.2 Question C.4): Can you identify the projected volume of Eating disorder authorizations anticipated (per month)?

    A: Estimated at 5-15 per month, number may fluctuate month to month.


    Q (Section 6.3.2 part L - Implementation): Though not outlined in the RFP, we understand there is intent to utilize Chorus for a TAR processing platform. Can you identify the projected volume of TAR requests anticipated (per month), including the subset that require retrospective medical necessity review?

    A: - Number of TARs adjudicated per month averages 500-700. - Number of retrospective reviews per month averages 5-15.


    Key dates

    1. March 2, 2026Published
    2. March 30, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.