SLED Opportunity · CALIFORNIA · PASADENA
AI Summary
The City of Pasadena seeks licensed psychologists to provide workplace violence prevention services including threat assessment, training, incident investigation, and critical incident debriefing under a Risk Management program.
The City of Pasadena’s Risk Management Division is requesting proposals from licensed psychologists to provide the following services for our Workplace Violence Prevention Program:
Points will be assigned based on the proposer's work experience and qualifications.
Points will be assigned based on Ease of Use; Mobile Capability/Support; Data Queries and Reporting; Support and Maintenance; Integration with existing systems; Training and Documentation; Software and Workflow Requirements.
Points will be assigned based on how effectively and efficiently the product can fulfill the requirements in the SCOPE OF WORK. The demonstration will be scored based on it's ability to successfully demo a Script of agreed upon items including but not limited to: System overview; Menus; Features; System navigation; Customization capabilities; Reports; Security features; and Support.
Points will be assigned for “Functional and Technical Merit” based on the capability of the proposer to satisfy the City requirements identified in the SCOPE OF WORK and as delineated. Points will be assigned for “Completeness of Proposed Solution” based on the vendor submitting a proposal that follows the guidelines specified in the SCOPE OF WORK.
Points will be assigned for “Experience with Projects of this Size and Scope in an Agency of Similar Size” based on a vendor’s previous experience with municipal agencies, as delineated in the SCOPE OF WORK, and CLIENT REFERENCES. Relevant experience, and technical expertise of the Consultant and sub-Consultants (if allowed) to perform the work. Points will be assigned based on references that named professionals are responsive to requests for analyses and information, have met or exceeded all performance expectations, and would be contracted with again. Nature and quality of completed work for other governmental agencies.
Points will be assigned for the proposed schedule to complete the project. .
Proposals will be scored on the following:
Points will be awarded based on the following factors:
1. The Proposer has clearly identified a reasonable financing structure for the overall Project Site that allows the City to ground lease the City Property to the Proposer.
2. The reasonableness of the proposed Project Budget and assumptions of construction costs.
Points will be awarded based on the following:
Points will be awarded for projects that maximize the site potential and capitalize on the site constraints. This includes neighborhood continuity:
Points will be awarded if the project’s timeline is reasonable and project can move from predevelopment to construction quickly. Points will be awarded as follows for schedules deemed reasonable:
Points will be assigned based on a “Ratio Method.” The proposer’s cost must include the delivery of the proposed solutions, as well as any recurring costs (if any) as delineated in the Scope of Work and the PRICE PROPOSAL.
With this method, the proposal with the lowest cost receives the maximum points allowed. All other proposals receive a percentage of the points available based on their cost relationship to the lowest price. This is determined by applying the following formula:
Lowest Price / Evaluated Price X maximum points available = Awarded Points
Example: The cost for the lowest proposal is $100,000. The next lowest proposal has a cost of $125,000. The total points available for cost = 30 points.
( $100,000 / $125,000 ) X 30 = 24 points
To be awarded a 5 point preference for this category, the proposer must have an official business address within the City of Pasadena at the time that this RFP is posted on the City’s Website.
To be awarded a 5 point preference for this category, the proposer must be certified by the State of California as a small or micro-business. Refer to the State of California Department of General Services Division for further information. https://caleprocure.ca.gov/pages/sbdvbe-index.aspx
By submitting this bid the proposer hereby certifies under penalty of perjury of the laws of the State of California that all representations made in the documents that comprise the proposal for Workplace Violence Prevention Program Services due on Wednesday, April 1, 2026 are true and correct to the best of my knowledge at the time of the proposal’s submission.
By confirming, the vendor is acknowledges the following:
The entire proposal must be formatted on standard-size 8½”x11” pages; 12 point font only. The "Technical Proposal," "Additional Data," and "Statement of Qualifications" can be no more than 50 grand total pages.
Subsequent to the closing of this solicitation, the selected vendor will be required to provide the following documents within 10 calendar days of being notified, otherwise the submitted proposal may be deemed non-responsive.
All Insurance Required by this Solicitation (If Required) #Insurance Requirements
Proposers must provide a response for all requirements detailed in the Scope of Work and in the General Development Requirements.
Upload your Cover Letter and Table of Contents :
“Cover Letter” shall be a maximum one-page letter including the name and address of the organization submitting the proposal; whether the proposing firm is an individual, partnership, corporation or joint venture; and the name, mailing/e-mail addresses, and telephone/fax numbers the contact person who will be authorized to make representations for the organization.
“TECHNICAL PROPOSAL” should demonstrate the PROPOSER’S full understanding of the SCOPE OF WORK and the effort needed to complete the Project on time and within the budget through the submittal of a proposed work plan including project deliverables (identify specifically and thoroughly for each portion of and phase). No pricing shall be included in this section.
The TECHNICAL PROPOSAL shall include a proposed work schedule to indicate duration and completion dates, including the dates of Deliverables/Milestones and estimates of the amount of time to be spent with City Staff during each phase of the project.
The entire proposal must be formatted on standard-size 8½”x11” pages; 12 point font only. The "Technical Proposal," "Additional Data," and "Statement of Qualifications" can be no more than a grand total of 50 combined.
PRICE PROPOSAL shall be submitted in this upload apart from the proposal.
Reference PRICE PROPOSAL.
Each Proposer must submit a PRICE Proposal containing all costs associated with the technical proposal. Using the attached Price Proposal in this RFP, provide Proposer’s lump-sum price for performing all services and work called for in the SCOPE OF WORK. The Proposer’s lump-sum price shall include, without limitation:
“Additional Data” shall include any other data the PROPOSER deems essential to the evaluation of the proposal, i.e., letter of reference, other related projects, etc., or other required documents.
The entire proposal must be formatted on standard-size 8½”x11” pages; 12 point font only. The "Technical Proposal," "Additional Data," and "Statement of Qualifications" can be no more than a grand total of 50 combined.
If this preference is applied to the solicitation, and your company is seeking this preference, you must provide a copy of the certification from DGS.
Please upload a copy of your: PsyD
Solely for the purpose of verification. Please enter your Public Works Contractor Registration Number. This will be verified against the state database for the Department of Industrial Relations Registration.
The Statement of Qualifications should highlight your company’s most applicable products, services, and experience.
Please download, complete and submit any required forms below.
If your proposal does not include all of the below items, it may be deemed non-responsive.
Evidence of certification by State of California as a small or micro-business, if claiming such preference – https://caleprocure.ca.gov/pages/PublicSearch/supplier-search.aspx
Please download the below documents, complete, and upload.
ADDITIONAL REQUIREMENT
For RFP/RFQ where the selected vendor/contract will require City Council approval (check with City project manager for clarification), the following requirement applies:
Please download the below documents, complete, and upload.
Complete and submit the attached Relevant Experience Form with your bid to demonstrate experience with projects of similar scope and size to that which is to be performed.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
This form is only required for the purchases of technology. If selected, proposers will be required to complete the Pasadena Department of Information Technology Technical Questionnaire. The questionnaire is included in the #Attachments. When completing the questionnaire, please note:
In order to comply with the section named “Data Security for Printers/Copiers/Scanners,” My company will:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
In addition to the items listed above, the following list is provided for the convenience of both you and the City and to help eliminate errors and omissions which may render your bid unacceptable. The following forms are required to be submitted with your bid: https://www.cityofpasadena.net/finance/wp-content/uploads/sites/27/HUD-Federal-Forms-under-200k.pdf?v=1674593673378
HUD Federal Forms (under $200k)
In addition to the items listed above, the following list is provided for the convenience of both you and the City and to help eliminate errors and omissions which may render your bid unacceptable. The following forms are required to be submitted with your bid: https://www.cityofpasadena.net/finance/wp-content/uploads/sites/27/HUD-Federal-Forms-over-200k.pdf?v=1674593673378
HUD Federal Forms (Over $200k)
All vendors responding to this solicitation must provide a copy of their Active SAM Registration with their proposal.
Select a general funding source
For Example: "Homeland Security"
This amount is the dollar value of the award from HUD. Contact Housing if you have questions.
Do not erase the text below. Enter the number after the text that reads "FEDERAL-AID PROJECT NUMBER:"
Below is a list of potential attachments that may or may not apply to your procurement. Please review the attachments in the section named "Attachments" to ensure they are relevant and appropriate.
Goods/Equipment, Services, SAAS, Printers, Copiers/Scanners)
If any of the following items apply, please contact HR (Jaime Arellano, jarellano@cityofpasadena.net; (626) 744-7301) for approval before you proceed. DO NOT SUBMIT BEYOND THIS POINT UNTIL YOU HAVE OBTAINED APPROVAL FROM HUMAN RESOURCES.
This particular question is to be answered for the company (or their subcontractors) not their employees.
Please enter the specific License or Certification required to be eligible to compete on this solicitation. For example, "CPA - Certified Public Accountant."
State of California Definition: Construction, alteration, demolition, installation, or repair work done under contract and paid in whole or in part out of public funds. It can include preconstruction and post-construction activities related to a public works project.
Choose your evaluation factors. Below are example factors you can consider for your Evaluation Criteria. It is important that your actual evaluation of proposals is consistent with the factors and criteria you include in the RFP document. You will be able to add or edit any custom criteria along with the point values (using a 100-point-scale) while you are editing the Evaluation Section of this project.
General definitions and parameters of each approach.
Used for development projects typically by Housing or Economic Development.
Q (Question 1 – Clinical Credential Requirement): The RFP references licensed psychologists. Will the City accept a board-certified forensic psychiatrist in lieu of a licensed psychologist? Additionally, does the City require direct service delivery by the licensed professional, or is clinical oversight of a multidisciplinary team sufficient?
A: No, the City will not accept a board-certified forensic psychiatrist in lieu of a licensed psychologist. Yes, the City requires direct service delivery by the licensed psychologist.
Q (Question 2 – Licensure Jurisdiction): Does the City require that licensed clinicians hold an active California license, or will the City accept out-of-state licensed clinicians providing services under applicable laws and standards?
A: The City requires psychologists to hold an active license to practice in the state of California.
Q (Question 3 – Scope of Behavioral Threat Assessment): Can the City clarify whether behavioral threat assessment services are limited to structured professional judgment and risk management recommendations, or whether the selected vendor is expected to provide clinical evaluation, diagnosis, or therapeutic services?
A: Behavioral threat assessment services are limited to structured professional judgment and risk management recommendations. No clinical evaluations, diagnoses, or therapeutic services are expected to be provided by the selected vendor.
Q (Question 4 – Training Delivery Requirements): Does the City require that all training sessions be delivered by a licensed psychologist, or will the City accept training delivered by qualified subject matter experts operating under the oversight of a licensed clinician?
A: All training sessions must be delivered by a licensed psychologist.
Q (Question 5 – Investigative Activities and Licensing): Can the City clarify whether the scope of services includes investigative activities as defined under California law, including subject interviews, background inquiries, or independent investigative services? If so, does the City require vendors to hold a California private investigator license, or will such activities be conducted by City personnel?
A: No, the scope of services does not include investigative activities as defined under California law, including subject interviews, background inquiries, or independent investigative services.
Q (Question 6 – On-Demand Response Expectations): Can the City define expected response times, availability requirements, and geographic expectations for on-demand consultation and on-site response services, including whether 24/7 availability is required?
A: We prefer that Contractors be based in the Greater Los Angeles area as they should be available to respond to critical incidents the day of.
Q (Question 7 – Critical Incident Debriefing): Can the City clarify whether critical incident debriefing is intended as an operational after-action process or as a clinical support service for employees? If clinical support is expected, what licensure and insurance requirements apply?
A: Critical incident debriefings are intended as an operational after-action process. Clinical support services are not expected to be provided.
Q (Question 8 – Role and Decision Authority): Will the selected vendor serve strictly in an advisory capacity, with all final decisions regarding threat assessment outcomes, intervention strategies, employment actions, and law enforcement coordination retained by the City?
A: Yes, the selected vendor will serve strictly in an advisory capacity, with all final decisions regarding threat assessment outcomes, intervention strategies, employment actions, and law enforcement coordination retained by the City.
Q (Question 9 – Data Ownership and Confidentiality): Can the City clarify data ownership, record retention requirements, and confidentiality expectations for threat assessment case files, including whether such records are subject to public disclosure under California law?
A: Threat assessment records are retained by the City. The City will strive to maintain the confidentiality of such records as personnel records. However, some records or portions thereof may be disclosable under public records law.
Q (Question 10 – Regulatory Alignment): Should the Workplace Violence Prevention Plan review and recommendations be aligned with current Cal/OSHA workplace violence prevention standards, and are there specific compliance benchmarks the City expects to meet?
A: Yes, the Workplace Violence Prevention Plan review and recommendations should be aligned with current Cal/OSHA workplace violence prevention standards. Benchmarks are not presently defined.
Q (Question 11 – Level of Effort): Can the City provide an estimated annual volume of threat assessment cases, consultations, and on-site responses to inform staffing, response expectations, and pricing assumptions?
A: There may be 0 – 5 threat assessments annually. The selected vendor is expected to be able to join threat assessment sessions in person.
Q (Question 12 – Current Service Provider and Program Maturity): Can the City identify whether these services are currently being performed by an existing vendor or internal staff? If so, can the City provide a high-level description of the current program structure, including scope of services, duration of the engagement, and any transition expectations for the selected vendor?
A: These services are being performed by internal staff only. The threat assessment team is comprised of representatives from the City Attorney’s Office, Risk Management, Human Resources, and the Police Department. Threat assessments are called as needed and last 1 – 2 hours, exclusive of pre-work and post-work required by the details of the matter at hand. The City seeks a vendor with an expertise in psychology to add to the perspectives of the group.
Q (Question 13 – Scope of Forensic Evaluation vs. Threat Assessment): The RFP includes behavioral threat assessment, incident consultation, and on-site intervention. Some of these functions can involve higher-level determinations, including evaluation of intent, capacity for violence, and risk of imminent harm. Can the City clarify whether the selected vendor is expected to conduct clinical or forensic-level evaluations of individuals, or whether services are limited to structured professional judgment, behavioral risk assessment, and management recommendations? If clinical or forensic-level evaluations are expected, what specific credentials or qualifications does the City require to support those determinations?
A: The selected vendor is not expected to conduct clinical or forensic-level evaluations of individuals. Services are expected to be limited to structured professional judgment, behavioral risk assessments, and management recommendations.
Q (Question 14 – Reliance on Vendor Recommendations): To what extent does the City intend to rely on vendor recommendations for operational or personnel decisions, and will the City retain independent responsibility for all final determinations and actions?
A: The vendor serves in an advisory capacity. The City retains independent responsibility for all final determinations and actions.
Q (Question 15 – Scope of Responsibility for Outcomes): Can the City clarify whether the vendor is responsible solely for providing professional recommendations based on available information, or whether the vendor is expected to assume responsibility for outcomes related to workplace violence incidents?
A: The vendor is responsible solely for providing professional recommendations based on available information. The vendor is not expected to assume responsibility for outcomes related to workplace violence incidents.
Q (Question 16 – Information Control and Completeness): Will the City provide and control all information used in threat assessments, and is the vendor entitled to rely on the completeness and accuracy of information provided by the City and its employees?
A: Yes, the City will provide all information used in threat assessments. The vendor can work with the City to source all necessary information.
Q (Question 17 – Integration with City Policies and Legal Oversight): Will all recommendations provided by the vendor be subject to review and implementation decisions by the City’s HR, legal, and risk management departments?
A: Yes, all recommendations provided by the vendor is subject to review and implementation decisions by the City’s HR, legal, and risk management departments.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.