request for proposal – negotiation professional services (p)_0.pdfand email address). 4. cost:...

28
Form No. DPP-RFP-PS-68-75 Approved 5/7/75 Revised 3/18/08 -1- GOVERNMENT OF THE VIRGIN ISLANDS OF THE UNITED STATES Request for Proposal – Negotiation Professional Services To: ………………………………………………. Date: September 10, 2019 ……………………………………………....... RFP No. 035-T-2019 (P) Pursuant to 31 V.I.C. 239 (a) (4) and Rules and Regulations thereunder issued, the Government of the Virgin Islands, herein after referred to as GVI, Department of Property and Procurement will receive proposals for the work described below. Proposals will be received no later than Wednesday, October 2, 2019 @ 4:00 o’clock p.m. Atlantic Standard Time. DESCRIPTION OF WORK: Qualified Provider(s) to Evaluate, Update and Draft Policies, Procedures, and Regulations for the Department of Education in the U.S. Virgin Islands. SCOPE OF SERVICES: See Attached

Upload: others

Post on 18-Apr-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

Form No. DPP-RFP-PS-68-75 Approved 5/7/75 Revised 3/18/08

-1-

GOVERNMENT OF THE VIRGIN ISLANDS OF THE UNITED STATES

Request for Proposal – Negotiation Professional Services

To: ………………………………………………. Date: September 10, 2019

……………………………………………....... RFP No. 035-T-2019 (P)

Pursuant to 31 V.I.C. 239 (a) (4) and Rules and Regulations thereunder issued, the Government of the Virgin Islands, herein after referred to as GVI, Department of Property and Procurement will receive proposals for the work described below. Proposals will be received no later than Wednesday, October 2, 2019 @ 4:00 o’clock p.m. Atlantic Standard Time.

DESCRIPTION OF WORK:

Qualified Provider(s) to Evaluate, Update and Draft Policies, Procedures, and Regulations for the Department of Education in the U.S. Virgin Islands.

SCOPE OF SERVICES: See Attached

Page 2: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

Form No. DPP-RFP-PS-68-75 Approved 5/7/75 Revised 3/18/08

-2-

NEGOTIATED PROCEDURES:

The Commissioner of the Department of Property and Procurement will appoint a Selection Committee to assist in the evaluation and selection of the Contractor. Accordingly, current data on qualifications and performance should be submitted with proposals. After reviewing the qualifications and proposals the Committee will select for discussions from the firm/s or person/s considered not less than three (3), in order of preference, deemed to be most highly qualified to provide the services herein required. Discussions will be conducted successively and severally with the firms or persons so selected the anticipated concepts and the relative utility alternative methods of approach for furnishing the services hereunder.

FACTORS FOR DISCUSSIONS

Selection criteria will include (i) Professional qualification, registration and general reputation of principals of the firm or person; (ii) the extent to which the firm or person specializes in or has provided services of a type and scope similar to the hereunder; (iii) familiarity with the location (s) in which services will be performed; (iv) capability of meeting schedules; and (v) quality of performance on other similar projects.

NEGOTIATION:

The Selection Committee shall recommend to the Commissioner the highest qualified firm or person with whom a contract shall be negotiated. The Commissioner, with the assistance of the Selection Committee, shall attempt to negotiate a contract with such firm or person.

Should the Commissioner be unable to negotiate a satisfactory contract with the firm considered to be the most qualified, at a price he determines to be fair and reasonable to the Government, negotiations with that firm will be formally terminated. Negotiations will then commence with the second most qualified, the third most qualified or additional firms, in order of preference, and shall continue until an agreement is reached.

Anthony D. Thomas Commissioner Property and Procurement

Page 3: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

Form No. DPP-RFP-PS-68-75 Approved 5/7/75 Revised 3/18/08

-3-

INSTRUCTION TO PROPOSERS

A. NOTICE

RFP-035-T-2019 (P) Qualified Provider(s) to Evaluate, Update andDraft Policies, Procedures, and Regulations for the Department ofEducation in the U.S. Virgin Islands

Information provided in the scope of work is to be used only for purposes of preparing a proposal. It is further expected that each bidder will read the scope of work thoroughly, for failure to meet certain specified conditions may invalidate the proposal.

The Government of the Virgin Islands, herein after referred to as GVI, reserves the right to reject any or all proposals or any portion thereof and to accept the proposal deemed most advantageous to GVI. Price shall not be the sole criterion of awarding this project. Scope and quality of work proposed and the ability of the bidder to complete this type of project shall also be considered.

Applicants are requested to submit proposals on the basis of the scope of work. Alternative proposals recommending new features and technology other than that requested in the scope of work will receive consideration providing such new features and/or technology is clearly explained. Any exceptions to the requirements requested herein must be clearly noted in writing and be included as part of the proposal.

The information contained herein is believed to be accurate but is not to be considered in any way as a warranty. Request for additional information clarifying the Scope of Work should be directed in writing to Chief Deputy Commissioner of Procurement, Lisa M. Alejandro at [email protected].

B. STATEMENT OF PURPOSE

To assist the Government of the Virgin Islands in meeting the requirement for thefollowing services: RFP-035-T-2019 (P) Qualified Provider(s) to Evaluate,Update and Draft Policies, Procedures, and Regulations for the Departmentof Education in the U.S. Virgin Islands.

C. PROPOSE SCOPE OF SERVICES

See Attached

Page 4: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

Form No. DPP-RFP-PS-68-75 Approved 5/7/75 Revised 3/18/08

-4-

D. TIMETABLE

1. Last day for request for written clarification will beWednesday, September 18, 2019 @ 4:00 p.m. Atlantic Standard Time.

2. Proposals will be accepted at Department of Property & Procurement, no laterthan Wednesday, October 2, 2019 @ 4:00 p. m. Atlantic Standard Time.

E. SUBMISSION OF PROPOSAL

All interested parties shall submit one (1) original and five (5) copy sets of proposals, which are to be delivered to the Department of Property and Procurement no later than Wednesday, October 2, 2019 @ 4:00 p. m. Atlantic Standard Time.

They shall be addressed to:

Anthony D. Thomas Commissioner Property & Procurement 8201 Subbase, 3rd Floor St. Thomas, Virgin Islands 00802

THE SEALED ENVELOPE CONTAINING THE PROPOSAL MUST HAVE THE FOLLOWING INFORMATION WRITTEN ON THE OUTSIDE OF THE ENVELOPE OR PACKAGE:

Where proposals are sent by mail, the bidder shall be responsible for their delivery to Department of Property & Procurement before the date and time set for the closing of acceptance of proposals.

SEALED PROPOSALS-DO NOT OPEN

RFP-035-T-2019 (P) (Name of Bidder) (Mailing Address of Bidder) (Telephone Number of Bidder) (Fax Number of Bidder)

Page 5: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

Form No. DPP-RFP-PS-68-75 Approved 5/7/75 Revised 3/18/08

-5-

F. WITHDRAWALS OF PROPOSAL

A proposal may be withdrawn at any time prior to the time specified as theclosing time for acceptance of proposals. However, no proposal shall bewithdrawn or canceled for a period of thirty (30) days after said closing time foracceptance of proposals nor shall the successful provider withdraw, cancel ormodify the proposal, except at the request of GVI after having been notified thatsaid proposal has been accepted by GVI.

G. INTERPRETATION OF SPECIFICATIONS

If any person contemplating submitting a proposal requires clarification of anypart of the scope of work, he/she may submit to the GVI a written request for aninterpretation thereof to the Chief Deputy Commissioner of Procurement, LisaM. Alejandro. GVI will not respond to questions received after the aboveestablished date. The person submitting the request will be responsible for itsprompt delivery. Any interpretation of the scope of work will be made in writingto all prospective providers. Oral explanations will not be binding.

H. CONSIDERATION OF PROPOSAL

The Commissioner of Property and Procurement shall represent and act for GVIin all matters pertaining to the scope of work and contract in conjunctiontherewith. This RFP does not commit GVI to the award of a contract, nor payof any cost incurred in the preparation and submission of proposals inanticipation of a contract. GVI reserves the right to reject any or allproposals and to disregard any informality and/or irregularity in theproposal when, in its opinion, the best interest of GVI will be served by suchaction. Proposals failing to provide some of the items in the scope of work shallnot be rejected per se but any deviations from the scope must be clearly noted.

I. ACCEPTANCE OF PROPOSALS

GVI will notify in writing acceptance of one of the proposals. Failure to provideany supplementary documentation to comply with the respondent’s proposal maybe grounds for disqualification.

J. CONTENTS OF PROPOSAL

The following is a list of information to be included in the written proposal.Failure to comply with all the requirements as outlined, may disqualify theapplicant.

1. See Scope of Services Sections F – Selection of Contractorand L–Proposal Format.

Page 6: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

Form No. DPP-RFP-PS-68-75 Approved 5/7/75 Revised 3/18/08

-6-

2. Outside consultants that will be retained for this project and percentage of

work to be sub-contracted. 3. Project References: (including a notarized written consent from the authorized representative which must include: name; telephone number; and email address).

4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be submitted in a separate sealed envelope.

K. CONFLICT OF INTEREST A proposer filing a proposal hereby certifies that no officer, agent or employee of GVI has a pecuniary interest in this proposal or has participated in contract negotiations on behalf of GVI; that the proposal is made in good faith without fraud, collusion, or connection of any kind with any other Bidder for the

same request for proposals; the Bidder is competing solely in its own behalf without connection with, or obligation to, any undisclosed person or firm.

L. LICENSE REQUIREMENT

An award will not be made to any firm or individual doing business in the Virgin Islands with the Government of the Virgin Islands until evidence is submitted that said firm or individual has a valid Virgin Islands Business License. Bidders must submit hard copy of a valid Virgin Islands Business License within ten (10) business days after award. All Bidders bidding as Joint Ventures must be licensed as a Joint Venture in the Virgin Islands.

M. REQUIRED DOCUMENTS

1. See Scope of Services Section IV - Contractual Requirements.

2. Bidder must provide public liability insurance within ten (10) business days after award.

3. FAILURE TO PROVIDE THE CERTIFICATES WITHIN THE

STATED TIME PERIOD MAY RESULT IN THE PROPOSAL DEEMED NON-RESPONSIVE AND MAY BE IMMEDIATELY DISQUALIFIED WITH NO FURTHER CONSIDERATION GIVEN FOR POTENTIAL AWARDING OF THE CONTRACT.

N. REQUIREMENTS FOR CORPORATION

1. See Scope of Services Section IV - Contractual Requirements

Page 7: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

SCOPE OF SERVICES

POLICIES, PROCEDURES and REGULATIONS of

THE VIRGIN ISLANDS DEPARTMENT OF EDUCATION’S STATE AND TERRITORIAL DIVISIONS AND OFFICES,

AND PUBLIC SCHOOL DISTRICT OF ST. THOMAS AND ST. JOHN, AND PUBLIC SCHOOL DISTRICT OF ST. CROIX

July 30, 2019

Page 8: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

RFP for Policies, Procedures, and Regulations Page 2 of 10

I. GENERAL INFORMATION

A. PURPOSE / OVERVIEW

The purpose of this Request for Proposals (RFP) is to solicit proposals from provider(s) qualified in writing, evaluating and updating policy used by the Virgin Islands Department of Education’s (“VIDE” or “Department”) State Education Agency (SEA) inclusive of territorial offices and divisions, and by both Local Education Agencies (LEAs): (1) St. Thomas and St. John, and (2) St. Croix, all for efficient operation in accordance with local and federal laws, rules and regulations, and national trends.

The VIDE seeks multiple qualified contractor(s) with the knowledge, experience, and expertise to provide all things necessary to:

1) create a timeline/plan to review all current policies, procedures, and regulations for the VirginIslands State Education Agency; and Local Education Agency;2) assess current policies and procedures;3) update all existing policies and procedures for the state education agency and the two localeducations agencies in accordance with local and federal laws, rules and regulations and nationaltrends;4) write and develop new policies and procedures;5) initiate and maintain communication with the VIDE;6) produce (a) final policies, procedures and regulations in “Word Documents” to allow VIDE tomake changes and updates, and provide or print;7) provide training on policy writing; and8) provide periodic updates to policies completed during the performance of a contract issued forthe purposes in the contract.

The VIDE Policies and Procedures Manual, First Edition (Manual) was published by the Office of the Commissioner in August 1993. The Manual is in use by the VIDE SEA and LEAs. Since its adoption, the Manual has been supplemented by VIDE’s users. It contains guidelines that establish the framework of the Department’s SEA and LEAs. The Manual’s Table of Contents is Attachment A hereto for reference. Some policies are included in the Manual because of laws and regulations that require them. Others are included at the discretion of VIDE in order to provide for consistent operation of the Department and to meet the educational needs of students. Changes in federal and local laws present new challenges and triggers a revision of the Manual.

The VIDE Territorial Office of Legal Counsel is designated to serve as the VIDE liaison on this project.

Page 9: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

RFP for Policies, Procedures, and Regulations Page 3 of 10

B. BACKGROUNDVirgin Islands Department of Education

The U.S. Virgin Islands is an outlying Territory of the United States (“Territory”). By virtue of the U.S. Congress Revised Organic Act of 1954, Section 16(a), the VIDE is an executive department of the Territory and is headed by a Commissioner.

VIDE’s Office of the Commissioner formulates and oversees the execution of departmental policies, programs and practices; cooperates and coordinates with the Virgin Islands Board of Education, the federal government, the Legislature of the U.S. Virgin Islands, the University of the Virgin Islands and other governmental entities; develops and establishes policies and procedures; and designs educational programs and/or services for head-start, K-12 and the adult population. The VIDE, as mandated by the Virgin Islands Code, oversees the administration and operation of all publicly supported elementary and secondary education facilities and programs throughout the Territory and some oversight over nonpublic schools and home instruction programs.

C. ADMINISTRATIVE STRUCTURE

The Commissioner of Education heads the Virgin Islands Department of Education (VIDE or Department), in accordance with Title 3 of the Virgin Islands Code, Section 92(a). Attachment B shows the organizational structure of the Department. The Commissioner administers and supervises the Department and has authority to set policies and regulations for the Department. The Commissioner of Education and the Department are the State Education Agency (SEA) for purpose of compliance with federal legislation.

The VIDE has the authority, jurisdiction, and general control over the enforcement of the laws, policies, rules and regulations relating to education in the Territory of the United States Virgin Islands pursuant to Titles 3 and 17 of the Virgin Islands Code.

The official physical and mailing addresses to be used for delivery to the VIDE are as follows:

U.S. Postal Service Virgin Islands Department of Education 1834 Kongens Gade St. Thomas, US Virgin Islands 00802-6742

Courier Service Virgin Islands Department of Education 44 Kongens Gade St. Thomas, US Virgin Islands 00802

Page 10: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

RFP for Policies, Procedures, and Regulations Page 4 of 10

The Department operates a public-school system through two (2) Local Education Agencies (LEAs) which are the only two school districts in the Territory:

• St. Thomas-St. John School District (STTJ), and• St. Croix School District (STX). Each LEA is under the day-to-day oversight of an Insular

Superintendent who manages operational function, and provides for the district, publicschools, and programs, and goods and services within the respective LEAs.1

The Commissioner of the U.S. Virgin Islands Department of Property and Procurement (DPP), and other personnel at DPP, will manage the bidding, negotiation, and contractual processes.

The VIDE’s Office of the Commissioner will serve as the liaison between the selected contractor(s) and agencies of the Virgin Islands Government in contract preparation.

D. CONTRACT TYPEThe contract awarded under this RFP will be for professional services. No payments inadvance or in anticipation of services or supplies to be provided under the contract shallbe made by the Government.

E. CONTRACT TERMSUnless otherwise agreed pursuant to negotiations, the term of the contract awarded underthis RFP shall be for a period of one (1) year, with up to two (2) 1-year options to renew,upon mutual agreement between the Government and the selected contractor(s).

F. SELECTION OF CONTRACTOR(S)A contract shall be negotiated with a proposer deemed to be the most qualified andresponsive to this solicitation. Such a proposer is one which has financial, technical, andother resources that indicate an ability to perform the services required by this solicitation.A number of factors may influence the Government’s decision in selecting the provider.These factors include, but are not limited to, proposer’s ability to deliver requested servicesin a timely manner; reputation, qualifications, experience, familiarity, and specialty inproviding similar services; quality of supporting resources; and responsibility status.

The proposer shall also meet the following minimum requirements:(1) Provide description of the proposer’s organization.(2) Provide history and background of organization.(3) Provide previous experience including years of experience describing the type of

experience required for the project.(4) Demonstrate ability and capability to deliver on all aspects as described in Section

II. Proposers should present their vision of how they propose meeting VIDE’s

needs and identify the overall approach to the project, define the scope of theiroffered services, and how they propose to meet the Scope of Services andDeliverables as defined in this RFP.

(5) Provide at least three (3) professional references (project references).(6) Demonstrate the ability to perform services on-site in DOE’s facilities.

1 3. V.I.C. §94 ( c)

Page 11: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

RFP for Policies, Procedures, and Regulations Page 5 of 10

H. INCURRED COSTS The Government is not liable for any cost incurred by the proposer prior to the signing of a contract by all Parties.

I. LATE PROPOSALS Any Proposal received after the exact time specified for receipt will not be considered.

J. GIFTS FROM CONSULTANT

The Government’s officers, employees, or agents shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractor(s)s or potential contractor(s)s. To the extent permissible under local laws, rules, or regulations, such standards shall provide for appropriate penalties, sanctions, or other disciplinary actions to be applied for violations of such standards.

K. LICENSES, FEES & TAXES

1. The selected contractor(s) shall be responsible for paying all applicable taxes and fees, including but not limited to, excise tax, local income tax, and payroll and withholding taxes for its employees. The contractor(s) shall hold Government harmless for all claims arising from payment of such taxes and fees.

2. The selected contractor(s) shall obtain and post as required, all license, permits,

and certificates as required by federal and local laws, rules and regulations, and policies.

L. PROPOSAL FORMAT

Each proposal must also meet the following minimum requirements:

Part I: Narrative 1) Table of Contents

This section must contain a table of contents. All major parts of the proposal must be identified by page numbers.

2) Executive Summary/Proposal Overview

This section must describe the salient features of the proposal. It must contain an overview of the proposer’s company background and qualifications, and must condense and highlight the contents of the proposal to provide a broad understanding of the entire proposal. The Executive Summary should include conclusions and generalized recommendations. Pricing information must not be included in the Executive Summary.

3) Required Parts and Documents

The proposal must include components of Section I. F.

4) Technical Response Demonstrate ability and capacity to provide services described in Section II. In this section, proposers should present their vision of how they propose meeting the Government’s needs and identify the overall approach to the project, define

Page 12: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

RFP for Policies, Procedures, and Regulations Page 6 of 10

the scope of their offered services, and how they propose to meet the Scope of Services as defined in this RFP.

Part II: Cost Proposal (Must be submitted in a SEPARATE SEALED ENVELOPE) The proposal shall provide the proposed compensation for the services to be provided as described in Section II: Separate cost proposals should be provided for Programs described, Part A and Part B. Costs must be delineated by the cost for services inclusive of travel accommodations (to include inter-island travel, meals, lodging, etc.), and professional development resource material.

II. SCOPE OF SERVICES

Overview This RFP and the subsequent contract shall relate only to a qualified contractor(s) (“Contractor(s)”) with the knowledge, experience, and expertise to provide the oversight and editorial leadership to formulate, organize, produce, and publish a comprehensive set of policies, procedures and regulations manual/s2 for the VIDE. The manual/s will represent the official record of the Department’s policies and procedures pursuant to relevant local and federal code and/or regulations. The Department seeks proposers who can address the federal or the local policies and procedures. Proposers must identify their overall approach to the project and a schedule for completion of the project. Modifications or additions to the task list proposed will be considered, subject to evaluation criteria set out in this Request for Proposal.

The VIDE is seeking contractor(s) to: 1) assess, review, and revise current policies and procedures; 2) and to develop and write new policies, procedures including standard operating procedures (SOPs) and regulations. The aforementioned services are for state divisions, and offices and to include but not exhaustive to the following areas (See VIDE Org Chart-Activity Centers and Programs: Part A State Education Agency (SEA) 1) Career, Technical & Adult Education 2) Curriculum and Instruction 3) Instructional Technology 4) Cultural Education 5) English Learners (EL) 6) Division of Architectural Engineering and Capital Projects 7) Human Resources 8) Public Relations 9) Student Services 10) STE(A)M 11) Office of the Commissioner

a. Office of Legal Counsel 12) Planning Research and Evaluation (PRE) 13) Sports & Athletics

2. “Manual/s” may or may not constitute a singular set of policies, procedures or regulations.

Page 13: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

RFP for Policies, Procedures, and Regulations Page 7 of 10

Local Education Agency (LEA)

14) School Lunch Program 15) Secondary Education & Instructional Programs 16) K-12 Schools 17) Curriculum & Instruction 18) Special Education 19) Career & Technical Education 20) Alternative Education/Alternative Academy 21) Elementary Education 22) Federal Programs 23) Pupil Services 24) Pupil Transportation 25) School Safety 26) Professional Development 27) Data & Assessment 28) Fund-Raising 29) Plant Operations & Maintenance

Part B State Education Agency

1) Business Affairs & Budget 2) Payroll 3) Positive Behavioral Interventions and Supports (PBIS) 4) Internal Audit 5) Procurement Division 6) Property & Assets Management 7) Federal Grants 8) Fiscal Administrative Services/Operations 9) Special Education

These policies should be in accordance with all relevant laws.

The final set(s) of policies, procedures, SOP’s, and all other regulations must result in relevant, reliable, and quality education and administrative policies and procedures. The policies and procedures manual/s must reflect the entire scope of the VIDE’s authority, jurisdiction, and statutory mandates. The Contractor(s) is also responsible for identifying potential pitfalls where local laws conflict with federal statues and recommend solutions. The selected contractor(s) will develop a written a Plan within the first 30 days to review all current policies and procedures to identify and address policy gaps. The Plan must also include, but is not limited to, the following: 1) identification of areas where new policies need to be developed and 2) verification that all policies published are in compliance with federal and local laws and regulations 3) analysis of existing policies and identify the areas, including all SEA and LEA offices, were existing policies are insufficient, outdated, and/or are in need of revision; and 4:) any other areas as identified by VIDE and/or the Contractor(s).

Page 14: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

RFP for Policies, Procedures, and Regulations Page 8 of 10

VIDE shall name its Project Director(s) who serves as liaison with the contractor(s) and the Department. The Project Director(s) will provide the contractor(s) with a copy of the current Policy and Procedures Manual and will assist with compiling the applicable local and federal laws and regulations to review. The Project Director(s) will assist the contractor(s) with coordinating meetings with divisions and programs which/that will provide input/data/information in order for the contractor(s) to develop the manual/s.

Tasks The selected contractor(s) shall provide the following: 1) create a written action plan that includes a timeline for the review of all current policies,

procedures, and regulations 2) review, document and assess all current policies and procedures and regulations as specified

above; and, compare and contrast against other jurisdictions 3) provide weekly status reports to VIDE on the implementation of the action plan/timeline and

overall project completion 4) hold reviews/meetings with relevant VIDE employees, and appropriate affiliated entities,

who are knowledgeable and familiar with the needs of corresponding offices or areas. 5) develop new policies and procedures that are responsive to the needs and the efficient

operation of VIDE and comport with local and federal regulations. 6) submit draft of policies, procedures and regulations in the form of manual/s for final

leadership approval 7) meet with VIDE staff to assess training needs, to develop curriculum for policy

writing/implementation workshops, and to conduct workshops. Deliverables The contractor(s) shall deliver the following: 1) an in-depth report which documents and analyzes all current policies and procedures and their

effectiveness in operating the VIDE 2) final set(s) of policies, procedures and regulations for all business processes and operations

within the VIDE SEA and LEA offices; policies will be created in an usable and accessible format (including but not limited to electronic or print) in the form of manual/s and guidelines.

3) training on policy writing/development and implementation to VIDE personnel in order to continue to meet the needs of an ever-evolving Department which must stay current on trends and development in education. The Contractor(s)(s) is responsible for producing and providing training manuals, presentations and documents.

4) weekly progress meetings with VIDE Project Director

Timeline An initial meeting between the contractor(s)(s) and the VIDE must take place within one (1) week of the execution of the contract. At this meeting, the VIDE and the contractor(s)(s) will negotiate the internal project timelines and the VIDE will provide basic documents needed to develop the plan. The contractor(s)(s) shall develop a list of other required documents to the VIDE within thirty (30) days to ensure their timely availability for the analyses. The selected contractor(s)(s) will report to and meet with the VIDE’s staff to create an action plan and develop project timeline. During the first thirty (30) days of the project, the contractor(s)(s) shall submit the action plan and timeline for approval. Within one (1) week of approval of the action plan and timeline,

Page 15: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

RFP for Policies, Procedures, and Regulations Page 9 of 10

the contractor(s)(s) shall begin accessing policies, procedure and regulations and meeting with Department offices and divisions. Revisions or modification to the timeline or action plan will be subject to the VIDE’s approval. The contractor(s)(s) shall also work with divisions/offices to develop policy training curriculums during their scheduled meetings. Contractor(s)(s) shall also begin to submit biweekly status reports and schedule weekly meetings with VIDE Project Director to discuss progress, problems and/or concerns. The Contractor(s)(s) shall submit an outline before preparing draft policy manual. The contractor(s) will present a complete draft of the manual/s for final review. The project is considered complete upon publication, dissemination of the manual/s and training. Program Monitoring and Progress Meetings The contractor(s)(s) must designate their liaison/liaisons with the VIDE Project Director/s for this project. All questions and correspondence concerning this project shall be between these representatives for coordination and communications between the contractor(s)(s) and the VIDE Project Director(s). The VIDE Project Director(s) with approval from the Commissioner of Education will have full sign-off authority for the VIDE.

As needed, the VIDE may request additional reports or documentation related to the fulfillment of the services described in the RFP. Travel expenses must be included in the total contract for attendance of contractor(s) staff as there will be required meetings in the USVI. The total cost for travel must be included and specific amount noted on the bid sheet related to travel cost.

III. NON-PERFORMANCE BY SELECTED CONTRACTOR(S)

In the event the selected contractor(s) does not perform under the subsequent contract and/or the violation or breach of the contract terms, the Government shall have the right to pursue all administrative, contractual, and legal remedies against the contractor(s) and shall have the right to seek all sanctions and penalties as may be appropriate. Further, either party shall have the right to terminate the contract with or without cause upon the agreed upon written notice to the other party specifying the date of termination.

IV. CONTRACTUAL REQUIREMENTS

All bid proposals and subsequent contract and supporting documents (if selected) must reflect the legal name of entity. Supporting documents that must be submitted prior to contract execution and within the time established by the Government shall include, but not be limited to, the following: (1) Certificate of Resolution, as to the authorized negotiator and signer of a contract. (2) Current Virgin Islands Business License issued to the legal name of record of the entity by

the Government of the Virgin Islands, Department of Licensing and Consumer Affairs; and if applicable, copy of current business license issued by state, city or county in which the foreign corporation is operating.

(3) One (1) current original Certificate(s)of Good Standing/Existence, in legal name of the Contractor(s) by the Virgin Islands Office of the Lt. Governor, Division of Corporations and Trademarks; and if company is not locally formed, an original Certificate of Good Standing, Certificate of Existence, or Certificate of Status from the state of registration.

Page 16: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

RFP for Policies, Procedures, and Regulations Page 10 of 10

(4) Certificate of Issuance or Renewal of Trade Name issued by the Virgin Islands Office of the Lt. Governor, Division of Corporations and Trademarks, if applicable.

(5) Articles of Incorporation or Organization, as applicable; or documents governing operation. (6) Certificate of Liability Insurance indicating proof of coverage of Professional Liability

Insurance and General Liability/Public Liability Insurance - each of no less than [One Hundred Thousand Dollars and Zero Cents ($100,000.00)] for any one occurrence. The Contractor(s) must provide a Certificate of Liability Insurance and Declaration/Endorsement pages that indicating that the Government of the Virgin Islands, Department of Education, is as “certificate holder” and an “additional insured” on the General Liability/Public Liability Insurance. The Professional Liability Insurance must cover the services to be provided under the contract.

(7) Certificate of Government Insurance/Copy of Certificate providing firm/agents are covered by Workers’ Compensation Employee’s Liability.

Please note the following: • The above list of documents is subject to modification at the Government’s discretion.

• Silence, absence, or omission from the contract specifications concerning any point shall

be regarded as meaning that only the best commercial practices are to prevail.

• All contractual documents including insurance certificates/policies must be kept updated and maintained throughout the term of the contract.

Page 17: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

APPENDIX A

Page 18: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be
Page 19: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be
Page 20: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be
Page 21: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be
Page 22: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be
Page 23: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be
Page 24: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be
Page 25: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be
Page 26: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be
Page 27: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

APPENDIX B

Page 28: Request for Proposal – Negotiation Professional Services (P)_0.pdfand email address). 4. Cost: Part II Cost Proposal (one (1) original and five (5) copy sets of proposals) must be

COMMISSIONER’S

OFFICE

FISCAL

ADMINISTRATIVE

SERVICES/

OPERATIONS

ST. THOMAS-ST. JOHN

DISTRICTCURRICULUM

&

INSTRUCTION

BUSINESS

AFFAIRS &

BUDGET

FEDERAL GRANTS

PAYROLL

STX & STT/STJ

BUSINESS

OFFICES

STX & STT/STJ

PROPERTY &

ASSETS MGT.

ST. CROIX DISTRICT

SPECIAL

NUTRITION

PROGRAM

BILINGUAL/ESL

CULTURAL

EDUCATION

OPERATIONS &

FACILITIES

INSTRUCTIONAL

PROGRAMSSECONDARY

EDUCATION &

INSTRUCTIONAL

PROGRAMS

CURRICULUM,

ASSESSMENT, &

TECHNOLOGY

VI DEPARTMENT OF EDUCATION ORG CHART- ACTIVITY CENTERS & PROGRAMS

STATE ACTIVITY CENTERS DISTRICT ACTIVITY CENTERS

CAREER,

TECHNICAL &

ADULT

EDUCATION

HUMAN

RESOURCES

CAPITAL

PROJECTS

&

FACILITIES

PUBLIC

RELATIONS

PLANNING &

RESEARCH

SPECIAL

EDUCATION

K-12

SCHOOLS

ADULT

EDUCATION

SPECIAL

EDUCATION

INSTRUCTIONAL

TECHNOLOGY

PUPIL

SERVICES

PUPIL

TRANSPORT-

ATION

SCHOOL

SAFETY

SCHOOL

LUNCH

CURRICULUM, &

INSTRUCTION

PUPIL

SERVICES

FEDERAL

PROGRAMS

CAREER, &

TECHNICAL

EDUCATION

ELEMENTARY

EDUCATION &

OPERATIONS

MAINTENANCE

SCHOOL

LUNCH

SPECIAL

EDUCATION

FEDERAL

PROGRAMS

MAINTENANCE

ADULT

EDUCATION

CAREER &

TECH

EDUCATION ALTERNATIVE

EDUCATION

SCHOOL

SAFETY

PROCUREMENT

DATA &

ASSESSMENT

K-12

SCHOOLS

Data &

ASSESSMENT