Active SLED Opportunity · MISSISSIPPI · MISSISSIPPI DEPARTMENT OF HEALTH

    Comprehensive State Health Plan

    Issued by Mississippi Department of Health
    localRFPMississippi Department of HealthSol. 263151
    Open · 21d remaining
    DAYS TO CLOSE
    21
    due Jun 4, 2026
    PUBLISHED
    May 8, 2026
    Posting date
    JURISDICTION
    Mississippi Department
    local
    NAICS CODE
    541690
    AI-classified industry

    AI Summary

    Mississippi Department of Health seeks a qualified vendor to develop the Mississippi Comprehensive State Health Plan, a data-driven statewide assessment of public health and healthcare systems, focusing on rural healthcare, workforce needs, and alignment with federal programs. Proposals due June 4, 2026.

    Opportunity details

    Solicitation No.
    263151
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    May 8, 2026
    Due Date
    June 4, 2026
    NAICS Code
    541690AI guide
    Agency
    Mississippi Department of Health

    Description

    The Agency seeks a qualified vendor to assist with the development and publication of the Mississippi Comprehensive State Health Plan (MCSHP or Plan). This statewide planning document will provide a data-driven, forward-looking assessment of the health of Mississippians and the capacity, structure, and projected needs of the State’s public health and healthcare systems. Designed to promote statewide alignment with the Department’s mission, “To protect and advance the health, well-being, and safety of everyone in Mississippi", the Plan will serve as a foundational public health and healthcare planning resource for MSDH and other state agencies, healthcare providers, community partners, and external stakeholders. The Contractor will work in partnership with MSDH to: develop a statewide health planning framework and process as further detailed in the deliverables section of this RFP; provide MSDH with a data-driven, third-party assessment of Mississippi’s rural healthcare system identifying access gaps, workforce needs, and priority challenges to inform actionable, evidence-based policy and planning recommendations; review and incorporate relevant findings from the 2022 State Health Assessment (SHA) and the State Health Improvement Plan (SHIP) to ensure continuity, alignment, and evolution of long-term, statewide health planning objectives; assess alignment of statewide health system needs, strategies, and priorities with relevant federal program objectives (e.g. Centers for Medicare & Medicaid Services) to support informed investment and planning decisions; and facilitate collaboration with stakeholder representatives. The goal of this project is to develop and publish a statewide planning document that provides a data-driven, forward-looking assessment of the health of Mississippians and the capacity, structure, and projected needs of the State’s public health and healthcare systems. The Agency desires to contract with an experienced vendor that possesses the necessary abilities and resources to provide the services specified within this Request for Proposal (RFP). The Agency seeks to enter into a multi-term, firm fixed price, requirements contract for the aforementioned services. This RFP, any amendment thereto, as well as the awarded vendor’s proposal, and any requested best and final offer shall constitute the Contract. This RFP may be canceled at the sole discretion of the Agency pursuant to the requirements in Section 6.10 of the Public Procurement Review Board Office of Personal Service Contract Review Rules and Regulations. Any proposal may also be rejected in whole or in part when in the best interest of the Agency pursuant to the requirements of Section 6.10 of the Public Procurement Review Board Office of Personal Service Contract Review Rules and Regulations.

    This project is supported by the Centers for Medicare & Medicaid Services (CMS) of the U.S. Department of Health and Human Services (HHS) as part of a financial assistance award totaling $205,990,180.16, with 99.96% funded by CMS/HHS ($205,907,220.16) and 0.04% funded by non-government sources ($82,960). 

     

    The contents are those of the author(s) and do not necessarily represent the official views of, nor an endorsement, by CMS/HHS, or the U.S. Government.

    Background

    Background, Authority, and Purpose

    A. Background

    MSDH is responsible for protecting and improving the health of Mississippians through statewide public health planning, health system oversight, and coordination of health-related resources. Mississippi faces persistent and emerging health challenges, including significant health disparities, access limitations in rural and underserved areas, workforce shortages, and increasing pressures on healthcare facilities and public health infrastructure.

    At the same time, Mississippi is experiencing an evolving healthcare and public health landscape shaped by federal policy changes, payment and delivery system reforms, demographic shifts, and the growing need for coordinated, data-driven investment strategies. Addressing these challenges requires a comprehensive, forward-looking planning approach that integrates population health, public health infrastructure, healthcare delivery systems, and resource allocation across the state.

    To respond to these needs, MSDH seeks to develop the MCSHP, a statewide, third-party–informed and data-driven planning document that will describe the overall health of Mississippians; assess the current and projected capacity of public health and healthcare systems; identify priority needs and gaps; and establish strategic directions to guide policy, planning, and investment decisions.

    B. Authority

    MSDH is authorized under Title 41 of the Mississippi Code and related statutes and regulations to conduct statewide health planning, assess healthcare resources and system capacity, and support the development of policies and strategies that promote the health and welfare of Mississippi residents. This authority includes responsibility for:

    • Statewide public health planning and assessment;
    • Evaluation of healthcare facilities, services, and resources;
    • Coordination with state and federal partners on health system planning and funding initiatives; and
    • Development of data-informed strategies to improve access, quality, equity, and system sustainability.

    The Plan is intended to serve as a foundational planning document that may inform future policy development, regulatory activities, funding priorities, and programmatic initiatives, including—but not limited to—healthcare facility planning, rural health initiatives, workforce development, and alignment with federal health programs administered by the Centers for Medicare & Medicaid Services (CMS).

    This project is supported by the Centers for Medicare & Medicaid Services (CMS) of the U.S. Department of Health and Human Services (HHS) as part of a financial assistance award totaling $205,990,180.16, with 99.96% funded by CMS/HHS ($205,907,220.16) and 0.04% funded by non-government sources ($82,960). 

    The contents are those of the author(s) and do not necessarily represent the official views of, nor an endorsement, by CMS/HHS, or the U.S. Government.

    C. Purpose

    The purpose of this Request for Proposals (RFP) is to solicit proposals from qualified, independent vendors to develop the Mississippi Comprehensive State Health Plan, guided by the vision: Aligning Systems and Connecting Communities for a Healthier Mississippi.

    The selected vendor will conduct a comprehensive, third-party assessment to validate and enhance statewide health planning efforts and to ensure that current and future investments are strategically targeted to address critical gaps in access, capacity, and outcomes. The Plan will encompass public health, healthcare facilities and resources, workforce capacity, rural health systems, and population health outcomes, and will articulate the State’s health priorities over a defined planning horizon.

    A central component of the Plan will be alignment with CMS program objectives, including an assessment of Mississippi’s rural healthcare system to identify access gaps, workforce needs, and system vulnerabilities. The Plan will provide actionable guidance to inform targeted investments in a manner that supports system integration, sustainability, and equity.

    The resulting Plan will serve as a strategic framework to:

    • Describe the current and projected health status of Mississippians;
    • Assess the structure, capacity, and future needs of public health and healthcare systems statewide;
    • Identify priority health challenges and opportunities, particularly in rural and underserved areas;
    • Support data-driven decision-making and resource alignment; and
    • Guide coordinated action among state agencies, healthcare providers, community partners, and federal stakeholders.

    Project Details

    • Reference ID: RFx 3180002944
    • Department: Office of State Health Officer
    • Department Head: Christina Adcock (Chief of Staff/Senior Deputy)

    Important Dates

    • Questions Due: 2026-05-15T15:00:00.000Z

    Evaluation Criteria

    • Cost (35 pts)

      Cost is reviewed by the Agency Procurement Director and/or designee as it is objectively scored based on the competitiveness of the proposed fees, rates, price, or cost offered. The lowest cost proposed will receive the maximum 35 points allocated to cost. The point allocations for cost on the other offers will be evaluated according to the following formula: Price of the lowest responsive and responsible offer divided by the price of the responsive and responsible offer being rated times the maximum 35 points allocated for cost equals the awarded points.

    • Project Understanding and Proposed Approach (20 pts)

      Demonstrates a clear understanding of the goals, challenges, and policy environment (including SHA, SHIP, and statutory directives)

    • Qualifications and Experience of Firm (15 pts)

      Vendor's experience with comparable health planning initiatives, particularly at the state or regional level

    • Qualifications of Key Personnel (10 pts)

      Expertise and relevant background of proposed the team members, including leadership and data/engagement staff.

    • Stakeholder Engagement Plan (5 pts)

      Quality and inclusiveness of proposed stakeholder engagement strategy.

    • Data Integration and Analysis Plan (5 pts)

      Demonstrated ability to analyze and synthesize health planning data from sources such as BRFSS, Medicaid, Vital Records, HRSA, and internal MSDH data sets.

    • Workplan and Timeline (10 pts)

      Feasibility and clarity of the proposed workplan, timeline, and deliverable schedule.

    Submission Requirements

    • Conflicts of Interest
    • Other Current MSDH Contracts (required)

      List all other current agreements/contracts with MSDH, including the dollar amount associated with the agreement/contract and the beginning and ending dates. If no other funds are received, please mark N/A.

      Please provide each entry in the following format:

      MSDH Program or Agreement/Contract Name #1

      • Dollar Amount
      • Contract Beginning Date
      • Contract Ending Date
    • Organization Governing Body (required)

      Please list the name of each member of your organization’s Board of Directors or other governing body (i.e., trustee, alderman, partner, owner).

    • Governing Body or Project Staff Affiliations (required)

      Are any members of the governing body or project staff also MSDH employees, MSDH Board Members, or spouses, parents, or children of MSDH employees?

    • Governing Body or Staff Affiliations - Explanation (required)

      You have indicated that one or more members of your governing body or project staff are also MSDH employees, MSDH Board Members, or spouses, parents, or children of MSDH employees.

      Please provide the following for all such individuals:

      • Name of Individual
      • Indicate if individual is an MSDH Employee, MSDH Board Member, or relative type of MSDH employee.
      • Applicable position held with MSDH
    • Income From Business (required)

      Does the MSDH Board Member, Employee, or Relative receive more than
      $2,500.00 per year in income from the business?

    • Ownership Status - Percentage (required)

      Does the MSDH Board Member, Employee, or Relative own ten (10%) percent or more of the fair market value in the business, either directly or indirectly through another business?

    • Ownership Status - Amount (required)

      Does the MSDH Board Member, Employee, or Relative have ownership interest in the business, in which the fair market value exceeds $5,000.00?

    • Position Within Business (required)

      Is the MSDH Board Member, Employee, or Relative a director, officer, or employee of the business?

    • Conflict of Interest Certification (required)

      I hereby certify that the information set forth above is true and complete to the best of my knowledge and that no MSDH employee, spouse, parent, or child of an MSDH employee, serves as a member of the governing body, project staff, or has an ownership or pecuniary interest in the agreement/contract or organization. I agree to notify MSDH within thirty (30) days if any of these conditions change during the agreement/contract.

    • Management Section
    • Project Understanding and Proposed Approach (required)

      In preparing your written response to the narrative questionnaire, you are required to repeat each question, deliverable or service, including the number, or requirement followed by your response. Please provide complete answers and explain all issues in a concise, direct manner. If you cannot provide a direct response for some reason (e.g., your firm does not collect or furnish certain information), please indicate the reason rather than providing general information that fails to answer the question. “Will discuss” and “will consider” are not appropriate answers.

      *Response required

    • Minimum Vendor Requirements Confirmation (required)

      Respond by restating each minimum Vendor requirement and document how your company meets these minimum criteria. 

    • Technical Section
    • Scope of Services Confirmation (required)

      Respond by restating each service listed in the RFP Scope of Service and confirm your intention to provide the service as described by responding, “Confirmed”. If your firm can provide the service, but not exactly as described, respond, “Confirmed, but with exceptions”, and state the specific exceptions. If your firm intends to provide a listed service through a subcontractor, respond, “Confirmed, service will be provided through subcontractor”, and name the subcontractor. If your firm is currently unable to provide a listed service, respond by stating, “Unable to provide this service”. Any additional details regarding these services should be provided in your responses to the questionnaire, or as additional information included as an appendix to your proposal.

    • Stakeholder Engagement Plan (required)

      Provide the proposed stakeholder engagement strategy for your company.

    • Data Integration and Analysis Plan (required)

      Provide demonstration of ability to analyze and synthesize health planning data from sources such as BRFSS, Centers for Medicare and Medicaid Services, Vital Records, HRSA, and internal MSDH data sets.

    • Workplan and Timeline (required)

      Provide a detailed workplan and timeline for the propose workplan and deliverable schedule.

    • RFP Statement of Compliance and Exception(s) form (required)

      If a vendor objects to any terms, conditions, or requirements listed in the Comprehensive State Health Plan, dated Friday, May 8, 2026, including all RFP attachments and amendments, the Vendor must list and explain the exceptions taken. If no exceptions are taken, then the Vendor shall state on the form “No Exceptions Taken.” Failure to indicate any exception will be interpreted as the Vendor’s intent to comply fully with the requirements as written. Failure to complete and/or sign may result in Vendor being determined non- responsive. 

    • Resumes for Key Staff (required)

      Provide a complete résumé of key vendor staff who will be assigned to render services to the Agency, including detailed information on any special training or designations. Specifically identify the [Insert any key positions required] and account executive who will serve as the primary contact for the Agency. Provide each person’s total number of years of experience related to the services being requested in the RFP.

    • Any Additional Information Not Specifically Requested (required)

      If you have additional information you would like to provide, include it as an additional attachment your proposal. It is the proposer’s sole responsibility to submit information relative to the evaluation of its proposal and the Agency is under no obligation to solicit such information if it is not included with the proposal.

    • Cost Section

      All pricing must be submitted on the fee schedule. Modification or addition to any portion of the fee schedule may be cause for rejection of the proposal.

    • Additional Proposal Items

      By submitting a proposal in response to the RFP, the offeror certifies that it is not currently excluded or debarred from future contract awards by any political subdivision or agency of any state, federal, local, or county government. Offeror further certifies that it is not an agent of any such person or entity. Offeror certifies that it has not, in the five-year period preceding its offer, been convicted of or had a civil judgment rendered against it for commission of a fraud or criminal offense in connection with obtaining, attempting to obtain, or performance of a public contract; violation of antitrust laws; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. Offeror certifies that it is not presently indicted or otherwise criminally or civilly charged with the commission of any of the acts listed herein. Offeror certifies that, within the past five years, it has not had a contract with a governmental entity terminated due to the offeror’s failure to perform, default, or any other action or inaction by the offeror.

    • Statement of Compliance (required)

      Upload the Statement of Compliance (Attachment B). 

      If a vendor objects to any terms, conditions, or requirements listed in the RFx 3120002944, dated May 8, 2026, including all RFP attachments and amendments, the Vendor must list and explain the exceptions taken. If no exceptions are taken, then the Vendor shall state on the form “No Exceptions Taken.” Failure to indicate any exception will be interpreted as the Vendor’s intent to comply fully with the requirements as written. Failure to complete and/or sign may result in Vendor being determined non- responsive. 

    • Signed Acknowledgment(s) of RFP Amendment(s) (required)

      (if any were posted)

      In the event of no Amendments or Addenda to this RFP, you are still required to upload a statement here regarding such.

    • Debarment, Suspension, and Eligibility (required)

      The applicant certifies that they or any of its principals _____ presently debarred, suspended, proposed for debarment, or declared ineligible for award of federal or state contracts.

      Select the answer which best fills in the blank for the applicant.

    • Charges From A Government Agency (required)

      The applicant certifies that they or any of its principals _____ presently indicted for, or otherwise criminally or civilly charged by a government entity.

      Select the answer which best fills in the blank for the applicant.

    • Conviction or Acknowledgment of Fault (required)

      The applicant certifies that they or any of its principals _____ within the last five (5) years, been the subject of a federal or state criminal proceeding resulting in a conviction or other acknowledgment of fault, been the subject of a federal or state civil or administrative proceeding resulting in a finding of fault with a monetary fine, penalty, reimbursement, restitution, and/or damages greater than $5,000 or other acknowledgment of fault;  convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) contract or subcontract; violation of Federal or State antitrust statues relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property.

      Select the answer which best fills in the blank for the applicant.

    • Contract Termination By Default (required)

      The applicant certifies that they or any of its principals _____ within the last three (3) years preceding this offer, had one or more contracts terminated for default by any federal agency.

      Select the answer which best fills in the blank for the applicant.

    • Felony Criminal Violations (required)

      The applicant certifies that they or any of its principals _____ within the last twenty-four (24) months, been convicted of a felony criminal violation under federal or state law.

      Select the answer which best fills in the blank for the applicant.

    • Financial Records (required)

      Does the applicant have a financial management system that provides records that can identify the source and award-supported activities and provides control and accountability of project funds, property, and other assets?

    • Audit Status / Fiscal Responsibility (required)

      Does the applicant receive an annual audit in accordance with Uniform Guidance §200.514 (formerly A-133).

    • Most Recent Audit (required)

      What is the most recent fiscal year for which this audit was completed?

    • Report Findings (required)

      Were there any audit findings in the most recent report?

      If "Yes", please be sure to provide an explanation in the applicable upcoming question. Failure to provide an explanation may cause your submittal to be deemed non-responsive.

    • Recent Audit Report (required)

      Please upload a copy of your most recent Uniform Guidance §200.514 (formerly A-133) Audit Report.

    • Explanation or Other Information (required)

      Please provide any additional information around your Audit Status that you feel is necessary here. This includes an explanation regarding any audit findings in your most recent audit.

      If you have nothing to add here, please state that you have no additional information to provide.

    • No Annual Audit (required)

      You have stated that the applicant does not receive an annual audit in accordance with Uniform Guidance §200.514 (formerly A-133).

      Please select the option which best fits the reason why.

    • No Annual Audit - Other (required)

      If you selected "Other" in the previous question regarding why you do not receive an annual audit in accordance with Uniform Guidance §200.514 (formerly A-133) please specify here.

      If your answer to the previous question was not "Other", please respond here with "N/A".

    • Audited Financial Statements (required)

      Please submit Independently Audited Financial Statements as part of your proposal.

    • W9 (required)

      Upload a copy of your current W9 here.

    • Submission Requirements

      Proposals shall be submitted no later than the time and date specified for receipt of proposals. The electronic files shall not be password protected, shall be in Portable Document Format (PDF®) or Microsoft Word and/or Microsoft Excel format, and shall be capable of being copied to other media including readable in Microsoft Word and/or Microsoft Excel.

      All proposal packages must be submitted to the Agency's OpenGov Procurement portal before 2:00 pm CST, Thursday, June 4, 2026. Proposals submitted via facsimile (fax) machine will not be accepted. All vendors are urged to take the possibility of delay into account when submitting a proposal.

      Timely submission of the proposal package is the responsibility of the Vendor. Proposals received after the specified time will be rejected and maintained unopened in the procurement file. A proposal received at the place designated in the solicitation for receipt of proposals after the exact time specified for receipt will not be considered unless it has been determined by the Agency that the late receipt was due solely to mishandling by the Agency after receipt at the specified address.

      The time and date of receipt will be indicated on the electronic proposal when submitted through the Agency's OpenGov Procurement portal.

      Each page of the proposal must be numbered. Multiple page attachments and samples should be numbered internally within each document, and not necessarily numbered in the overall page number sequence of the entire proposal. The intent of this requirement is for the Vendor to submit all information in a manner that it is clearly referenced and easily located.

      Failure to submit a proposal on the fee schedule provided will be considered cause for rejection of the proposal. Modifications or additions to any portion of the proposal document may be cause for rejection of the proposal. The Agency reserves the right to decide, on a case-by-case basis, whether to reject a proposal with modifications or additions as non-responsive.

      Vendors taking exception to any part or section of the solicitation shall indicate such exceptions on the RFP Statement of Compliance and Exception(s) form, Attachment B. Failure to indicate any exception will be interpreted as the vendor’s intent to comply fully with the requirements as written. Conditional or qualified proposals, unless specifically allowed, shall be subject to rejection in whole or in part. The proposal must contain a high degree of acceptance of contract terms and conditions listed in this RFP and the attached Sample Agreement.

      A proposal response that includes terms and conditions that do not conform to the terms and conditions in the proposal document is subject to rejection as non- responsive. The Agency reserves the right to permit the Vendor to withdraw nonconforming terms and conditions from its proposal response prior to a determination by the Agency of non-responsiveness based on the submission of nonconforming terms and conditions.

      As a precondition to proposal acceptance, the Agency may request the Vendor to withdraw or modify those portions of the proposal deemed non-responsive that do not affect quality, quantity, price, or delivery of the service.

      Any Vendor claiming that its response contains information exempt from the Mississippi Public Records Act (Miss. Code Ann. §§ 25-61-1 et seq. and 79-23-1), shall segregate and mark the information as confidential and provide the specific statutory authority for the exemption.

      Vendors shall acknowledge which of the following statements is applicable regarding release of its proposal document as a public record. A vendor may be deemed non-responsive if the vendor does not acknowledge either statement, acknowledges both statements, or fails to comply with the requirements of the statement acknowledged.

       

    • MAGIC Vendor Number (required)

      Enter your MAGIC Vendor Number here. This is a ten (10) digit number that begins with 310.

      Guide Instructions are as follows:

      • If you ARE registered with the MAGIC eProcurement system and do not know your MAGIC Vendor number, you may contact the MAGIC helpdesk by calling (601) 359-1343 or by emailing mash@dfa.gov for assistance. Webpage Call Center.                  (Do NOT create a new vendor number)
      • If you are NOT registered, please visit the registration page here: MAGIC eProcurement system. If you require assistance, you may access the Call Center page for both a phone number and email as well as business hours for assistance.
    • Vendor Signatory Authority (required)

      Vendor Signatory Authority

      If awarded a contract, who would sign on behalf of the company. Please list the full name and title of the individual signing.

      EXAMPLE
      Name, Title, address, phone number, email

    • Release of Proposal as Public Record (required)

      Offerors shall acknowledge which of the following statements is applicable regarding release of its proposal as a public record. A offeror may be deemed non-responsive if the offeror does not acknowledge either statement, acknowledges both statements, or fails to comply with the requirements of the statement acknowledged. Choose one:

       

      OPTION ONE:

      ____ Along with a complete copy of its proposal offeror has submitted a second copy of the proposal in which all information proposer or offeror deems to be confidential commercial and financial information and/or trade secrets is redacted in black. Proposer or Offeror acknowledges that it may be subject to exclusion pursuant to Chapter 15 of the PPRB OPSCR Rules and Regulations if the Agency or the Public Procurement Review Board determine redactions were made in bad faith in order to prohibit public access to portions of the proposal, proposal or qualification which are not subject to Mississippi Code Annotated §§ 25-61-9, 75-26-1 through 75-26-19, and/or 79-23-1. Offeror acknowledges and agrees that MSDH may release the redacted copy of the proposal at any time as a public record without further notice to bidder or offeror. An offeror who selects this option but fails to submit a redacted copy of its proposal may be deemed non-responsive.

       

      OPTION TWO:

      ____ Offeror hereby certifies that the complete unredacted copy of its proposal may be released as a public record by the MSDH at any time without notice to offeror. The proposal contains no information offeror deems to be confidential commercial and financial information and/or trade secrets in accordance with Mississippi Code Annotated §§ 25-61- 9, 75-26-1 through 75-26-19, and/or 79-23-1. Offeror explicitly waives any right to receive notice of a request to inspect, examine, copy, or reproduce its proposal as provided in Mississippi Code Annotated § 25-61-9(1)(a). An offeror who selects this option but submits a redacted copy of its proposal may be deemed non-responsive.

       

      In addition to the complete unredacted version of the proposal, if applicable the offeror shall also submit a copy of the proposal with information the offeror deems confidential commercial and financial information and/or trade secrets in accordance with Mississippi Code Annotated §§ 25-61-9, 75-26-1 through 75-26-19, and/or 79-23-1 redacted in black ink.

      By submission offeror acknowledges that it may be subject to exclusion pursuant to Chapter 15 of the PPRB OPSCR Rules and Regulations if the MSDH or the Public Procurement Review Board determine redactions were made in bad faith in order to prohibit public access to portions of the proposal which are not subject to Mississippi Code Annotated §§ 25-61-9, 75-26-1 through 75-26-19, and/or 79-23-1.

       

    • Work Performed Payment Notice (required)

      I/We understand acknowledge work performed prior to execution is done at the vendor’s own risk and may not be eligible for payment. MSDH reserves the right, in its sole discretion, to determine on a case-by-case basis whether payment is allowable based on the particular circumstances.

    • Basis for Award (required)

      What do you intend to be the basis for determining award of this RFP?

    • Minimum Qualifications?

      Are there minimum requirements or prerequisites for vendors submitting a quote for this RFP?

      If so, which of the following apply?

      If there are no prerequisites or minimum requirements for this RFP then you may skip this question.

    • Number of Years of Experience (required)

      What is the minimum number of years of experience required by the vendor?

      Your answer should be structured as if filling in the highlighted area below:

      Contractor must have been in business and provided services similar in requirements and scale to those described in this RFP for a minimum of ____ years.

    • Independently Audited Financial Statements? (required)

      Will the vendor be required to submit Independently Audited Financial Statements as part of their proposal?

    • Pre-Proposal Conference, Tour, or Site Visit (required)

      Will there be a pre-proposal conference, tour, or site visit for this RFP? And if so, will it be Optional or Mandatory?

      NOTE: This does not update the Timeline and the associated Pre-Proposal Conference information shown there. That must be updated on its own.

    • Publishing of Pre-Proposal Conference Minutes (required)

      Will minutes from the optional pre-proposal conference, tour, or site visit be published as part of this RFP?

    • Period of Performance - Start (required)

      What is the estimated calendar date on which the period of performance for services obtained through this RFP shall begin?

      EXAMPLE:
      July 1, 2025

    • Period of Performance - End (required)

      What is the estimated calendar date on which the initial period of performance for services obtained through this RFP shall end?

      EXAMPLE:
      December 31, 2025

    • Budget (required)

      Do you wish to disclose the budget for these goods/services as part of this RFP?

      The budget can be disclosed at the discretion of the agency but consider the pros and cons of doing so. Disclosing the budget greatly increases the likelihood that bids will match the budgeted amount. Only consider disclosing the budget if funds are limited or it is difficult to estimate the project cost. Disclosing the budget will ensure the bids received are within the budget.

    • Budget - Low Range (required)

      Since you are choosing to disclose the budget as part of this RFP, what is the low range of the budget?

      NOTE: Please state as a dollar amount.

      EXAMPLE:
      $25,000

    • Budget - High Range (required)

      Since you are choosing to disclose the budget as part of this RFP, what is the high range of the budget?

      NOTE: Please state as a dollar amount.

      EXAMPLE:
      $200,000

    • Budget - Maximum (required)

      Since you are choosing to disclose the budget as part of this RFP, what is the maximum or not to exceed amount of the budget for the goods/services to be obtained through this RFP?

      NOTE: Please state as a dollar amount.

      EXAMPLE:
      $250,000

    • RFx number (required)

      What is the RFx Number for this procurement?

    • Federal Grant? (required)

      Is there any federal grant money being used with this procurement?

    • Business Associate Agreement? (required)

      Will the business associate agreement be used?

    • Funding Information
    • Cost Center (required)

      Please specify the cost center information. Be sure to include the % of each cost center. If there are multiple cost centers, please separate each with a comma and be sure they add up to 100% or your posting will not be approved.

      EXAMPLE 1
      1301010707  100%

    • Functional Area (required)

      Please specify the functional area information. Be sure to include the % of each functional area. If there are multiple functional areas, please separate each with a comma and be sure they add up to 100% or your posting will not be approved.

      EXAMPLE 1
      13010101000000DV  100%

    • Internal Order (required)

      Please specify the internal order information. Be sure to include the % of each internal order. If there are multiple internal orders, please separate each with a comma and be sure they add up to 100% or your posting will not be approved.

      EXAMPLE 1
      30000035771  100%

    Key dates

    1. May 8, 2026Published
    2. June 4, 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.