Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 44

STATE OF MAINE

Department of Health and Human Services


Dorothea Dix and Riverview Psychiatric Centers

RFP# 201809186

Pharmacy Management

All communication regarding this RFP must be made through the RFP
RFP Coordinator identified below.
Coordinator Name: Brandon Martin Title: Procurement Administrator
Contact Information: brandon.martin@maine.gov
Submitted All questions must be received by the RFP Coordinator identified above by:
Questions Due Date: October 18, 2018, no later than 4:00 p.m., local time
Proposals must be received by the Division of Procurement Services by:
Proposal Submission Deadline: November 5, 2018, no later than 4:00 p.m., local time
Submission Proposals must be submitted electronically to the following address:
Electronic (e-mail) Submission Address: Proposals@maine.gov
TABLE OF CONTENTS

Page

PUBLIC NOTICE 2
RFP DEFINITIONS/ACRONYMS 3

PART I INTRODUCTION 10
A. PURPOSE AND BACKGROUND 10
B. GENERAL PROVISIONS 10
C. ELIGIBILITY TO SUBMIT BIDS 11
D. CONTRACT TERM 11
E. NUMBER OF AWARDS 11

PART II SCOPE OF SERVICES TO BE PROVIDED 12

PART III KEY RFP EVENTS 22


A. QUESTIONS 22
B. AMENDMENTS 22
C. SUBMITTING THE PROPOSAL 22

PART IV PROPOSAL SUBMISSION REQUIREMENTS 24


A. PROPOSAL FORMAT 24
B. PROPOSAL CONTENTS 25

PART V PROPOSAL EVALUATION AND SELECTION 29


A. EVALUATION PROCESS – GENERAL INFORMATION 29
B. SCORING WEIGHTS AND PROCESS 29
C. SELECTION AND AWARD 30
D. APPEAL OF CONTRACT AWARDS 30

PART VI CONTRACT ADMINISTRATION AND CONDITIONS 31


A. CONTRACT DOCUMENT 31
B. STANDARD STATE AGREEMENT PROVISIONS 31

PART VII RFP APPENDICES AND RELATED DOCUMENTS 33


APPENDIX A PROPOSAL COVER PAGE 34
APPENDIX B DEBARMENT, PERFORMANCE and NON-COLLUSION CERTIFICATION 35
APPENDIX C QUALIFICATIONS & EXPERIENCE FORM 36
APPENDIX D COST PROPOSAL FORM 39
APPENDIX E MAINE BUSINESS AND ECONOMIC IMPACT CONSIDERATION 40
APPENDIX F SUBMITTED QUESTIONS FORM 41
APPENDIX G PROPOSAL DEPOSIT REFUND FORM 42
APPENDIX H PERFORMANCE MEASURE REPORT TEMPLATE 43
PUBLIC NOTICE

*************************************************

State of Maine
Department of Health and Human Services
Dorothea Dix and Riverview Psychiatric Centers
RFP# 201809186
Pharmacy Management

The State of Maine is seeking proposals for on-site pharmacy management and after-hours remote
access for Dorothea Dix, Riverview Psychiatric Centers and Capital Community Clinic.

A copy of the RFP, as well as the Question & Answer Summary and all amendments related to this RFP,
can be obtained at the following website:
https://www.maine.gov/dafs/procurementservices/vendors/rfps

Proposals must be submitted to the State of Maine Division of Procurement Services, via e-mail, to the
following e-mail address: Proposals@maine.gov Proposal submissions must be received no later than
4:00 p.m., local time, on November 5, 2018, when they will be opened. Proposals will be opened at the
Burton M. Cross Office Building, 111 Sewall Street - 4th Floor, Augusta, Maine. Proposals not received
at the Division of Procurement Services’ aforementioned e-mail address by the aforementioned deadline
will not be considered for contract award.

*************************************************

State of Maine RFP# 201809186 2


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
RFP DEFINITIONS/ACRONYMS
The following terms and acronyms shall have the meaning indicated below as referenced in this RFP.

BASIC ACRONYMS
DDPC Dorothea Dix Psychiatric Center
Department Maine Department of Health and Human Services
DOP Director of Pharmacy Services
MMCAP Minnesota Multistate Contracting Alliance for Pharmacy
OIT State of Maine Office of Information Technology
RFP Request for Proposals
RPC Riverview Psychiatric Center
State State of Maine

1. Adverse Drug Reactions (ADR):


The American Society of Health-System Pharmacists (ASHP) defines an ADR as “Any unexpected,
unintended, undesired, or excessive response to a drug that:
a. Requires discontinuing the drug (therapeutic or diagnostic);
b. Requires changing the drug therapy;
c. Requires modifying the dose (except for minor dosage adjustments);
d. Necessitates admission to a Hospital;
e. Prolongs stay in a health care facility;
f. Necessitates supportive treatment;
g. Significantly complicates diagnosis;
h. Negatively affects prognosis; or
i. Results in temporary or permanent harm, disability, or death.
Consistent with the definition, an allergic reaction (an immunologic hypersensitivity occurring as the
result of unusual sensitivity to a drug) and an idiosyncratic reaction (an abnormal susceptibility to a
drug that is peculiar to the individual) are also considered ADRs.”.

2. Antibiotic Stewardship Program:


A coordinated program that promotes the appropriate use of antimicrobials (including antibiotics),
improves patient outcomes, reduces microbial resistance, and decreases the spread of infections
caused by multidrug-resistant organisms.

3. Capital Community Clinic (CCC):


A clinic located inside Riverview Psychiatric Center (RPC) that provides dental services to current
and former patients of RPC, formally known as Augusta Mental Health Institute (AMHI) as required
by the Consent Decree.

4. Clinical Information Management:


A documentation tool that captures clinical Interventions and ADRs.

5. Clinical Review Group:


Assistance available to Pharmacists via the awarded Bidder’s website and associated resources.

6. Clinical Supervision:
Meetings held regularly with the Pharmacist and another professional, not necessarily more senior
but normally with training in the skills of supervision, to discuss casework and other professional
issues in a structured way.

State of Maine RFP# 201809186 3


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
7. Clozaril Monitoring:
The centralized Risk Evaluation Mitigation Strategy (REMS) program to ensure dispensing and
monitoring of clozapine maximizes patient safety.

8. Computerized Physician Order Entry:


Capturing a physician’s instructions for a patient’s care electronically to improve the efficiency of
care delivery.

9. Consent Decree:
A legally binding agreement that requires the Department to establish and maintain a comprehensive
mental health system responsive to individual needs.

10. Controlled Substance Tracking:


A system which tracks the manual medication count against the Drug Inventory to ensure both
counts match.

11. Customer Administrative Review:


A quarterly meeting with the Hospital(s) clinical directors, superintendents, nursing staff, and quality
improvement team to review the previous quarter reports, including but not limited to:
a. Human resources;
b. Clinical;
c. Financial;
d. Operations;
e. Performance measures;
f. New initiatives; and
g. Concerns.

12. Customer Service Measures:


Process established to receive feedback from the Hospital(s) to make service delivery and product
design more in line with customer needs.

13. Division of Licensing and Certification (DLC):


A division of the Department that ensures that DDPC and RPC/CCC are meeting regulatory
requirements.

14. Documented Clinical Inventories:


The awarded Bidder and/or Hospital(s) software used by the pharmacy to enter clinical intervention
information to improve the quality use of medications frequently resulting in recommendations for a
change in the patient’s medication therapy, means of administration or medication-taking behavior.

15. Drug Formulary:


Selection of drugs for formulary inclusion based on the following criteria:
a. Indication for use;
b. Effectiveness;
c. Drug interactions;
d. Potential for errors and abuse;
e. Adverse drug events;
f. Sentinel event advisories;
g. Population served;
h. Risks; and
i. cost.

State of Maine RFP# 201809186 4


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
16. Drug Inventory:
Drugs that the Hospital(s) enters into a Drug Inventory database. A yearly report is sent to the
Group Purchasing Organization on June 30.

17. Drug Profile:


All patient information is entered into the pharmacy computer system and updated as needed:
a. Date of birth;
b. Sex;
c. Diagnosis;
d. Allergies;
e. Sensitivities;
f. Current medications;
g. Weight;
h. Height;
i. Pregnancy and lactation;
j. Laboratory results;
k. Physician orders; and
l. Insurance information.

18. Environment of Care Standards:


The Joint Commission (TJC) standard which requires Hospital(s) to develop management plans in
six (6) functional areas:
a. Safety;
b. Security;
c. Hazardous material/waste;
d. Fire safety;
e. Medical equipment; and
f. Utilities.

19. Food-Drug Interaction Report:


A report which details any dietary changes that need to occur when a particular drug is taken with
another drug or food and the effects of that drug is altered.

20. Full Time Employee (FTE):


One (1) FTE is equal to two thousand eighty (2,080) hours per year.

21. Group Purchasing Organization:


A voluntary group which utilizing the combined purchasing power to receive the best prices
available for pharmaceuticals, Hospital supplies, and related products.

22. Health Insurance Portability and Accountability Act of 1996 (HIPAA):


Refer to: https://aspe.hhs.gov/report/health-insurance-portability-and-accountability-act-1996.

23. Hospital(s):
Dorothea Dix Psychiatric Center (DDPC) and Riverview Psychiatric Center (RPC), which includes
the Capital Community Clinic (CCC).
a. DDPC is an acute psychiatric Hospital located in Bangor, Maine serving non-forensic and
forensic patients and licensed for one hundred (100) beds with fifty-one (51) beds currently
operational.

State of Maine RFP# 201809186 5


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
b. RPC is an acute psychiatric Hospital located in Augusta, Maine serving non-forensic and
forensic patients and licensed for ninety-two (92) beds.
c. CCC is a dental clinic located inside RPC.

24. Hospital Pharmacy Policies and Procedures:


Principles, rules, and guidelines formulated or adopted by the Department to reach its long-term
goals, influence and determine all major decisions and actions, and guide all activities that take place
within the boundaries set by them.

25. Infection Control Antibiotic Report:


A monthly usage report provided to the Hospital(s) infection control unit who follows up to
determine if the labs indicate the proper use of the antibiotic ordered.

26. Interventions:
Improving quality use of medicines, resulting in a recommendation for a change in the patient’s
medication therapy, means of administration or medication-taking behaviour.

27. Life Safety Standards:


A standard adopted by the TJC from the National Fire Protection Association (NFPA) Life Safety
Code specifically in construction and operational condition to minimize fire hazards and provide a
safety system in case of fire.

28. Line Item:


Each interaction with the Remote Pharmacist.

29. Line Item/Order:


Each Pharmacist action in reference to an individual drug therapy on a physician’s order form, such
as a new drug order, change order or discontinuation of a therapy.

30. Maine Board of Pharmacy Regulations:


Refer to: http://www.maine.gov/pfr/professionallicensing/professions/pharmacy/laws.html.

31. Medication Administration Report:


A legal record of the drugs administered to a patient at a facility by a health care professional.

32. Medication Error Tracking:


Preventable event that may cause (error that reached the patient) or lead (error did not reach) to
inappropriate medication use or patient harm while the medication is in the control of the health care
professional, patient, or consumer.

33. Medical Executive Committee:


Oversight of medical staff functions and performance improvement activities.

34. Medication Use Evaluations:


All as-needed (pro re nata) orders prescribed must have indications for use attached to the order, as
well as a set dose interval. Indications for use include target symptoms or drug use parameters.

35. Medication Verification:


Video technology used by the Remote Pharmacist to verify that the medication being prescribed is
appropriate.

State of Maine RFP# 201809186 6


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
36. Narcotic Perpetual Inventory System:
Daily review by the Pharmacist for discrepancies of narcotics in the medication dispensing units and
compares it to the controlled substance safe for medication verification.

37. Notification Reports:


A medication error that a Pharmacist records.

38. Order Entry:


A medication order entered into a computerized profile by a Pharmacy Technician or Pharmacist.
All entries must be verified by a Pharmacist.

39. Order Entry Error:


A preventable event that may cause or lead to inappropriate medication use or patient harm while the
medication is in the control of the health care professional, patient or consumer. Such events may be
related to:
a. Professional practice;
b. Healthcare products;
c. Procedures and systems;
d. Prescribing;
e. Order communication;
f. Product labeling;
g. Packaging;
h. Nomenclature;
i. Compounding;
j. Dispensing;
k. Distribution;
l. Administration;
m. Education;
n. Monitoring; and
o. Use.

40. Operations Audit:


An audit to assess compliance and efficiencies.

41. Patient Order Entry:


An order entered into the computerized profile by a Pharmacy Technician and verified by a
Pharmacist regarding the patient.

42. Patient Order Evaluation:


The Pharmacist reviews the patient order for accuracy regarding; patient name, medication, dose,
directions and length of time for therapy. Medication is evaluated against each patient’s own
allergies to prevent any possible adverse drug reaction.

43. Patient Order Verification:


Written patient orders are examined for legibility, proper use of abbreviations, completeness of order
such as when needed or indication for administering a scheduled or as needed medication, type of
order such as “NOW”, “STAT” or “ASAP”.

44. Pharmacist:
A professional licensed by the Maine Board of Pharmacy, refer to:
https://www.maine.gov/pfr/professionallicensing/professions/pharmacy/index.html.

State of Maine RFP# 201809186 7


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
45. Pharmacist Intervention Tracking:
A database to enter clinical Interventions for purposes of:
a. Compliance;
b. Evidence;
c. Trending;
d. Improving care; and
e. Efficiency.

46. Physician Credentialing:


The Hospital(s) obtain and evaluate documentation before allowing a provider to treat patients by
obtaining the medical provider’s:
a. Education;
b. Training;
c. Work history/ experience;
d. Licensure;
e. References to verify physical ability and competence to perform requested privileges; and
f. Malpractice history.

47. Pharmacy and Therapeutics Committee:


An advisory committee that proposes recommendations to the Hospital(s) medical staff in the
formulation of broad professional practices regarding:
a. Evaluation;
b. Selection;
c. Procurement;
d. Distribution;
e. Use;
f. Safe practices; and
g. Other matters pertinent to medications.
The Pharmacy and Therapeutics Committee shall be responsible for the development and
maintenance of a formulary of medications for use throughout DDPC, RPC, and CCC.

48. Pharmacy Technician:


An individual licensed by the Maine Board of Pharmacy to perform work under a Pharmacist, refer
to: https://www.maine.gov/pfr/professionallicensing/professions/pharmacy/index.html.

49. Prescription Monitoring Program:


A secure online database that is used by the Department to improve public health. All prescribers
and dispensers are able to review their patients’ controlled substance drug history prior to
prescribing or dispensing any schedule II-IV drugs.

50. Private Health Information:


Patient’s treatment and medical history that include personally identifiable information, personal or
protected.

51. Remote Pharmacist:


A Pharmacist who operates off-site.

52. Remote Order Entry:


A Remote Pharmacist reviews requests for medications, evaluates clinical appropriateness and enters
the order into a computerized profile.

State of Maine RFP# 201809186 8


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
53. Regulatory Compliance:
Meeting the standards for TJC, Centers for Medicare and Medicaid Services (CMS), and State
licensing.

54. Serious Order Entry Error:


An error that reaches the patient and causes harm or an increased length of stay.

55. STAT/NOW Orders:


Medication needed for an emergency.

56. The Joint Commission (TJC):


An independent, not-for-profit organization, which accredits and certifies nearly twenty-one
thousand (21,000) health care organizations and programs in the United States. TJC accreditation
and certification is recognized nationwide as a symbol of quality that reflects an organization’s
commitment to meeting certain performance standards.

57. Unit Dosage System:


Medications in a secured location of an automated dispensing cabinet that dispenses each dose
individually.

58. Vial System:


Containers to hold medications.

State of Maine RFP# 201809186 9


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
State of Maine - Department of Health and Human Services
Dorothea Dix and Riverview Psychiatric Centers
RFP# 201809186
Pharmacy Management

PART I INTRODUCTION

A. Purpose and Background

The Department of Health and Human Services (Department) is seeking proposals to provide on-site and
remote pharmacy services for Dorothea Dix Psychiatric Center (DDPC), Riverview Psychiatric Center
(RPC) and the Capital Community Clinic (CCC), as defined in this Request for Proposals (RFP)
document. This document provides instructions for submitting proposals, the procedure and criteria by
which the Provider will be selected, and the contractual terms which will govern the relationship
between the State of Maine (State) and the awarded Bidder.

The State psychiatric Hospitals serve civil voluntary, involuntary, and forensic patients by providing
inpatient psychiatric treatment for adults who have been referred for admission by appropriate
community hospitals, emergency departments and clinical community providers funded through State
and Federal funds, third-party reimbursements and patient fees. Services are available through these
Hospitals to individuals regardless of ability to pay, providing individuals meets criteria for admission as
set forth in State law.

DDPC, RPC and CCC are governed under laws established by the Maine Legislature and the Rights of
Recipients of Mental Health Services (14-193 C.M.R. Ch. 1) to provide care and treatment to both
voluntary and court-committed inpatients as well as outpatients. RPC and CCC is also operated in
accordance with the requirements of the Consent Decree. DDPC, RPC and CCC are part of a
comprehensive mental health system of services and serve patients statewide which includes community
mental health centers, private psychiatric and community hospitals, and private providers.

B. General Provisions

1. From the time this RFP is issued until award notification is made, all contact with the State
regarding this RFP must be made through the aforementioned RFP Coordinator. No other
person/ State employee is empowered to make binding statements regarding this RFP. Violation
of this provision may lead to disqualification from the bidding process, at the State’s discretion.
2. Issuance of this RFP does not commit the Department to issue an award or to pay expenses
incurred by a Bidder in the preparation of a response to this RFP. This includes attendance at
personal interviews or other meetings and software or system demonstrations, where applicable.
3. All proposals should adhere to the instructions and format requirements outlined in this RFP and
all written supplements and amendments (such as the Summary of Questions and Answers),
issued by the Department. Proposals are to follow the format and respond to all questions and
instructions specified below in the “Proposal Submission Requirements” section of this RFP.
4. Bidders shall take careful note that in evaluating a proposal submitted in response to this RFP,
the Department will consider materials provided in the proposal, information obtained through
interviews/presentations (if any), and internal Departmental information of previous contract
history with the Bidder (if any). The Department also reserves the right to consider other reliable
references and publicly available information in evaluating a Bidder’s experience and
capabilities.

State of Maine RFP# 201809186 10


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
5. The proposal shall be signed by a person authorized to legally bind the Bidder and shall contain a
statement that the proposal and the pricing contained therein will remain valid and binding for a
period of one hundred eighty (180) days from the date and time of the bid opening.
6. The RFP and the selected Bidder’s proposal, including all appendices or attachments, shall be the
basis for the final contract, as determined by the Department.
7. Following announcement of an award decision, all submissions in response to this RFP will be
considered public records available for public inspection pursuant to the State of Maine Freedom
of Access Act (FOAA) (1 M.R.S. §§ 401 et seq.).
http://www.mainelegislature.org/legis/statutes/1/title1sec401.html.
8. The Department, at its sole discretion, reserves the right to recognize and waive minor
informalities and irregularities found in proposals received in response to this RFP.
9. The State of Maine Division of Procurement Services reserves the right to authorize other
Departments to use the contract(s) resulting from this RFP, if it is deemed to be beneficial for the
State to do so.
10. All applicable laws, whether or not herein contained, shall be included by this reference. It shall
be the Bidder’s responsibility to determine the applicability and requirements of any such laws
and to abide by them.

C. Eligibility to Submit Bids

All interested parties are invited to submit bids in response to this Request for Proposals.

D. Contract Term

The Department is seeking a proposal(s) to provide services, as defined in this RFP, for the anticipated
contract period defined in the table below. Please note that the dates below are estimated and may be
adjusted, as necessary, in order to comply with all procedural requirements associated with this RFP and
the contracting process. The actual contract start date will be established by a completed and approved
contract.

Contract Renewal: Following the initial term of the contract, the Department may opt to renew the
contract for two (2) renewal periods, as shown in the table below, and subject to continued availability
of funding and satisfactory performance.

The term of the anticipated contract, resulting from this RFP, is defined as follows:

Period Start Date End Date


Initial Period of Performance 1/1/2019 12/31/2020
Renewal Period #1 1/1/2021 12/31/2022
Renewal Period #2 1/1/2023 12/31/2023

E. Number of Awards

The Department anticipates making one (1) award as a result of this RFP process.

State of Maine RFP# 201809186 11


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
PART II SCOPE OF SERVICES TO BE PROVIDED

The awarded Bidder shall provide on-site and remote pharmacy services for patients of DDPC, RPC and
CCC by ensuring oversight and Hospital access to tools and resources where necessary to achieve the
deliverables.

Each Bidder must, in their proposal, address all deliverable expectations listed below, including
the particular resources and methods/strategies to be utilized upon contract implementation to
meet the listed expectations/requirements. Narrative responses must be presented in a format that
reflects the respective header titles followed by a detailed description of how the deliverable will
be performed or complied with. If subcontractors are involved, the Bidder must clearly identify
the work each subcontractor will perform.

A. General Pharmacy Service Requirements

1. Ensure all on-site and remote pharmacy staff hold a valid unrestricted license to practice
pharmacy in the State of Maine.
2. Ensure adequate staffing is provided for both on-site and remote pharmacy services.
a. If temporary staffing is required, ensure that staffing is provided to maintain pharmacy
operations.
3. Monitor pharmacy staff performance and solicits verbal and written feedback from the Hospitals
Management on a quarterly basis.
4. Provide at least the top two (2) candidate for any vacancy of the Director of Pharmacy position
to the Department.
a. Approval of top candidates will be made by the Department in writing prior to the final
selection.
b. In the event the chosen candidate is unsatisfactory to the Hospitals, the Department will
notify the awarded Bidder in writing detailing the reasons for dissatisfaction.
i. The awarded Bidder shall have thirty (30) days to create an action plan, in consultation
with the Hospitals, in order to rectify the problems identified by the Hospitals.
ii. The awarded Bidder shall have an additional thirty (30) days to implement the action
plan and cure the problems identified, to the Hospitals satisfaction.
iii. If the awarded Bidder does not cure the problems, the awarded Bidder shall remove such
employee at the end of the thirty (30) day notice period.
5. Ensure the on-site Pharmacist provides consultation to the Hospital(s) nursing staff, medical
staff, pharmacy staff and the superintendent to assist stakeholders in developing clinical action
plans with the goal of improved pharmacy care.
6. Develops performance expectations by working on-site with pharmacy staff.
a. Telephone conferences are not acceptable methods to complete this task.
7. Develop performance indicators for all Remote Pharmacist to measure the ability of the Remote
Pharmacist to positively impact patient care.
a. Outcomes may be related to patient care, productivity, cost or other variables.
b. All performance indicators must be approved by the Department.
c. Provide performance indicator reports to the Hospitals quarterly.
8. Provide performance tracking on the pharmacy distribution system, including but not limited to:
a. Pharmacist Intervention Tracking,
b. Medication Error Tracking/variance reporting,
c. Patient Order Entry,
d. Order Entry accuracy; and
e. Pharmacy purchasing efficiencies/performance.

State of Maine RFP# 201809186 12


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
9. Ensure standards of practice for annual Operations Audits to all aspects of Hospital pharmacy
management and operation, including but not limited to:
a. Regulatory Compliance,
b. Controlled Substance Tracking/Monitoring,
c. Operational Efficiencies,
d. Financial Compliance,
e. Clinical Review Group; and
f. Customer Service Measures.
10. Ensure all pharmacy staff provide exceptional customer services.
11. Provide on and off-site support such as audits or quarterly consultation visits to the Hospital(s) or
remote pharmacy location.
a. Maintain a Drug Inventory for drugs furnished to the Hospital patients by submitting a
utilization report monthly in hard copy and electronic format.
b. The Hospital(s) will retain ownership of the Drug Inventory.
12. Ensure that a Unit Dosage System is utilized for inpatient drug orders.
13. Ensure that outpatient prescriptions are filled utilizing a Vial System and are labeled in
accordance with the Maine Board of Pharmacy regulations.
14. Ensure the utilization of a computerized Drug Profile, which reflects the current drug use of
individual patients.
a. Drug Profiles shall be available for inspection by TJC, CMS, and State Licensing (see
www.maine.gov/dhhs/dlrs/medical_facilities/hospitals/psychiatric.html) and any other
authorized regulatory agency.
15. Partnership with Hospital staff and OIT in order to maintain appropriate software and hardware
systems for both for both on-site and remote pharmacy services.
16. Maintain security of all electronic pharmacy software systems for both on-site and remote
pharmacy operations, including but not limited to:
a. Utilizing only the Hospitals’ computer systems;
b. Complying with the OIT security policy:
http://www.maine.gov/oit/policies/SecurityPolicy.pdf; and
c. Ensuring all data transmittals are done in a secure and confidential manner.
17. Consult with the Department and OIT regarding any third-party software/hardware vendors to
assist the Hospitals in meeting the State’s software/hardware requirements for a Pharmacy
Management Information System.
18. Maintain the following databases and reports:
a. Documented Clinical Interventions;
b. Adverse Drug Reactions;
c. Medical Variances; and
d. Any other reports as negotiated.
19. Implement processes based on improvement methodology, acting as a team leader and facilitator.
20. Provide in-service training when necessary or at the Hospitals request.
21. Provide information to the Hospitals that is received concerning technology updates for
medication dispensing equipment, electronic medical record software and Computerized
Physician Order Entry.
22. Ensure all staff providing pharmacy services comply with the Department’s Health Screening
Process (22 M.R.S.A. § 802, effective date, April 16, 2002, IMMUNIZATION REQUIREMENTS
FOR HEALTHCARE WORKERS and follows the CDC’s GUIDELINES FOR PREVENTING
THE TRANSMISSION OF MYCOBACTIRIUM TUBERCULOSIS IN HEALTHCARE SETTINGS,
2005).
a. All staff performing pharmacy services must be free of communicable disease, including but
not limited to:
i. Hepatitis B;

State of Maine RFP# 201809186 13


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
ii. Mumps;
iii. Varicella-zoster;
iv. Rubella;
v. Rubeola; and
vi. Tuberculosis.
b. Ensure staff who are in the process of completing the Hepatitis B series, present evidence of
the immunization process.
c. Ensure staff who decline the Hepatitis B vaccine, sign a letter of declination.
d. The awarded Bidder is responsible for the cost incurred in providing documentation of each
staff immune status.
e. Forward all staff screening information to the Department prior to the start of orientation.
i. The Department’s will evaluate the information and give clearance for staff to begin
orientation.
f. Maintained all staff records at the Hospital(s) and provide copies to the Hospital(s) for audit
and program reviews.
23. Partnership with all Hospital and pharmacy staff to reduce errors and improve reporting of events
to create a safe environment for staff and patients.
24. Ensure all pharmacy staff comply with and implement all applicable State and federal rules,
regulations, policies and applicable standards of the Hospital and respective accreditation bodies;
TJC, CMS and DLC ensuring promotion of safe and appropriate medication dispensing and use.
25. Ensure staff performing pharmacy services attend Hospital orientation and complete annual
mandatory training as required, at the Hospitals expense.
a. The Department will determine the training classes.
b. Ensure staff supplement training and orientation for the Hospital(s) which have different
Hospital standards and policies.
26. Manage training, competence and education of pharmacy staff to meet all performance
expectations required as part of the services in this RFP.
27. Ensure the awarded Bidder’s Human Resources have current documents on file for all Hospital
on-site and Remote pharmacy staff.
a. The awarded Bidder shall provide written confirmation that the documents are current and on
file. Documents include but are not limited to:
i. Application for employment;
ii. Employment verification and passed background screening;
iii. Valid, unrestricted Maine pharmacy license;
iv. Completed pre-employment drug screen with a passing result;
v. Job description;
vi. Records of counseling and disciplinary action;
vii. Resume;
viii. Education and training;
ix. Competency assessments;
x. Performance expectations to ensure ability of staff to provide services; and
xi. An annual packet of yearly evaluations, competency assessments, signed confidentiality
statements, and signed mandatory policy statements.
28. Ensure mandatory attendance of one (1) Pharmacist to the annual MMCAP Meeting to represent
the Hospitals interest. Currently all costs are paid by MMCAP.
29. Provide a copy of an annual audit to be submitted annually by October 31st followed by an
expectation document that prioritizes work to be accomplished which:
a. Maintains TJC, CMS, State and Federal regulatory accreditation and standards;
b. Recommends performance improvement initiatives;
c. Recommends a pharmacy work plan including performance expectations; and

State of Maine RFP# 201809186 14


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
d. Uses the above as a framework for quarterly Customer Administrative Reviews to monitor
progress and adjust goals where necessary.
30. Provide off-site pharmacist coverage including reimbursement when the awarded Bidder is
unable to provide on-site or Remote Pharmacist coverage.
31. Utilize existing pharmacy space at each respective Hospital for on-site pharmacy services,
Monday through Friday from 8:00 a.m. to 4:30 p.m. The Hospital(s) pharmacy will be closed on
the following holidays:
a. New Year’s Day;
b. Memorial Day;
c. Independence Day;
d. Labor Day;
e. Thanksgiving; and
f. Christmas.
32. Ensure Remote Pharmacist oversees the off-hours operation of the Hospital pharmacies in a
manner that meets or exceeds all legal, professional and ethical standard applicable the services
within this RFP. Specific coverage, is as following at both Hospitals:
a. Days of Remote coverage: Times: Total Hours:
Monday through Friday 16:00-08:00 EST 16 hours per day
Saturday, Sunday, Holidays 08:00-08:00 EST 24 hours per day
b. Twenty-four (24) hour coverage is required for the following holidays:
i. New Year’s Day
ii. Memorial Day
iii. Independence Day
iv. Labor Day
v. Thanksgiving
vi. Christmas

B. Staff Requirements

1. Provide job descriptions for all staff assigned to the project being proposed. Job descriptions
should align with the required organizational chart of this RFP.
2. Provide up-to-date resumes of current staff which correspond with the above job descriptions.
Position titles must be the same as the position titles in the required organizational chart and job
descriptions of this RFP.
3. Provide a staffing plan describing how the minimum staffing requirements/qualification will be
met. The plan should clearly be delineated by position and include how much staff time will be
assigned to the services provided within this RFP.
a. Director of Pharmacy Services (DOP) (One (1.0) FTE):
i. Maintain a valid unrestricted State of Maine Pharmacist license.
ii. Divides work days per week, at a minimum, on-site at each Hospital, Monday through
Friday from 8:00 a.m. to 4:30 p.m.:
(1) Three (3) eight (8) hour days at RPC, and
(2) Two (2) eight (8) hour days at DDPC.
iii. Monitor the performance of the Hospital(s) remote pharmacy services.
iv. Abide by the Hospital’s Environment of Care Standards and Life Safety Standards, as
defined by TJC.
v. Maintain each Drug Formulary.
vi. Participate in DDPC and RPC committees to improve the quality of patient services.
vii. Perform monthly audits of unit medication rooms, treatment rooms, emergency carts
and the medical clinic.
viii. Works in partnership with the Hospital(s) management and nursing teams.

State of Maine RFP# 201809186 15


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
ix. Maintain pharmacy policies as established by the Hospitals.
x. Facilitate with the Pharmacy and Therapeutics Committee, medical staff and all
external reporting venues (i.e., Drug Enforcement Agency or Maine Board of
Pharmacy), to include the development of at least one (1) clinical performance initiative
per year.
xi. Monitor all reported ADR and medication variances.
(1) Findings shall be reported to the Pharmacy and Therapeutics Committee and
medical staff.
xii. Consult and provide case studies for medical and nursing staff as requested.
xiii. Provide Clinical Supervision to the pharmacy staff.
xiv. Provide or arrange coverage for Pharmacist with the dispensing pharmacy as needed.
xv. Order drugs through a Group Purchasing Organization, utilizing the Hospital’s vendor
of choice, and maintain inventory control.
xvi. Inspect each patient’s regimen monthly to determine the existence of any potential
interactions, interferences or incompatibilities, or to gather any other pertinent
information.
(1) Results shall be communicated verbally and in writing to the Hospital(s)
Superintendent, Director of Nursing, Clinical Director and Clinical Nurse Managers
within the same business day that a potential or current interaction, interference or
incompatibility is discovered.
xvii. Collaborate closely with the Hospital(s) management team by being available,
respectfully discussing issues, assuming tasks within the committee structure, and
providing follow-up as agreed to by the committee(s) to problem solve issues and
participate in performance improvement committees.
xviii. Comply with all policies as established by the Hospitals.
xix. In the absence of a FTE Pharmacist on-site at either of the Hospital(s), cover the duties
or arrange for coverage with a Hospital Pharmacist or through the a per diem contract.
xx. Ensure the use of a Clozaril Monitoring and registration system for drugs.
xxi. Provide on-going review of the Department’s Prescription Monitoring Program as
directed.
xxii. Ensure a TJC approved Antibiotic Stewardship Program as mandated by Maine Statute
located at: https://legislature.maine.gov/legis/statutes/32/title32sec3300-F.html
b. Pharmacist (Three (3.0) FTE’s):
i. Maintain a valid unrestricted State of Maine Pharmacist license.
ii. Work five (5) eight (8) hour days per week on-site at each Hospital, Monday through
Friday between 8:00 a.m. and 4:30 p.m.
(1) One (1.0) FTE at DDPC and
(2) Two (2.0) FTE’s at RPC.
iii. Provide Patient Order Entry, Patient Order Evaluation, and Patient Order Verification
for up to two thousand five hundred (2,500) Line Items per month.
iv. Interpret Hospital(s) orders, dispense medications with patient education, and prepare
drug regimen reviews.
v. Provide patient drug regimen reviews to assess potential interactions or other issues that
could be detrimental to the patient’s treatment.
(1) Results shall be communicated verbally and in writing to the nurse in charge of the
patient and the ordering physician within the same business day that a potential or
current interaction, interference or incompatibility is discovered.
vi. Provide drug information (clinical efficacy, interactions, cost, availability, and patient’s
history with the medication) to all medical staff as requested.
vii. Provide clinical support to Pharmacy Technicians, consultation for physicians,
providers and/or nursing requested case studies.

State of Maine RFP# 201809186 16


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
viii. Prepare Medication Use Evaluations and maintain the Narcotic Perpetual Inventory
System.
ix. Ensure orders, including STAT/NOW Orders, received in the Pharmacy by 4:00 p.m.
are dispensed by 4:30 p.m. the same day.
x. Provide Medication Administration Reports on all patients as needed.
(1) Ensure the drug order when generate allows for additions and deletions as they
occur.
xi. Provide a weekly clinical Food-Drug Interaction Report and Infection Control
Antibiotic Report.
c. Clinical Coordinator (One (1.0) FTE):
i. Maintain a valid unrestricted State of Maine Pharmacist license.
ii. Work five (5) eight (8) hour days per week on-site at each Hospital, Monday through
Friday between 8:00 a.m. and 4:30 p.m.
(1) One (1) eight (8) hour day/week at DDPC; and
(2) Four (4) eight (8) hour day/week RPC.
iii. Participation in the Pharmacy and Therapeutics Committee meetings, Medical
Executive Committee meetings and consultations as needed.
(1) Remote participates is acceptable as needed
(2) The Department will not pay for travel between the two hospitals unless there is an
approved emergent need.
iv. Collaborate with medical staff to maintain a Drug Formulary.
v. Lead discussions, provide minutes, and follow up on all decisions for the Pharmacy and
Therapeutic Committee to include the development of at least one (1) Clinical
Performance Initiative per year.
vi. Monitor and review all reported ADRs. Updates the Pharmacy and Therapeutics
Committee and the Hospital’s Clinical Director verbally and in writing with regard to
findings.
vii. Provide consultations on case studies, as requested by Hospital Medical Staff.
viii. Provide Clinical Supervision and support to the Pharmacy Technicians.
ix. Prepare and maintain a file for Medication Use Evaluations for future review by quality
improvement and regulatory bodies.
x. Lead the development, implementation and maintenance of systems that promote
desirable patient outcomes, using safe and cost-effective drug therapies.
xi. Review patient drug regimens to assess potential interactions or other issues that could
be detrimental to the patient’s treatment.
xii. Monitor performance improvement.
xiii. Provide backup to Director of Pharmacy, participates in recommended committees as
needed to partnership with staff to improve the quality of patient services.
xiv. Perform monthly audits of unit medication rooms, treatment rooms, and Medical
Clinic.
xv. Abide by pharmacy policies as established by Hospitals.
xvi. Ensure Pharmacists provide education to patients and staff regarding medication use.
xvii. Monitor lab results relating to medication use and provide feedback to medical/nursing
staff as medically necessary.
d. Remote Pharmacist:
i. Maintain a valid unrestricted State of Maine Pharmacist license.
ii. Ensure medication is ordered over a secure and OIT approved method.
iii. Review the patient profile to ensure appropriate and safe drug therapy which includes,
but is not limited to:
(1) Ensuring no therapeutic duplications;
(2) Preventing ADR, secondary to allergies;

State of Maine RFP# 201809186 17


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
(3) Ensuring medication ordered is appropriate for the patient’s height, weight, age,
renal function and disease state; and
(4) Confirming patient’s background information is understood, prior to contacting
physician.
iv. Ensure accurate entry of:
(1) Drug orders;
(2) Correct medication;
(3) Dose;
(4) Strength;
(5) Route;
(6) Frequency;
(7) Ordering physician;
(8) Expiration date; and
(9) Start/stop dates.
v. Enter orders with accuracy into the pharmacy’s Clinical Information Management
system.
(1) All Line Item/Orders include any single Pharmacist action in reference to an
individual drug therapy on a physician’s order form, including but not limited to
new drug order(s), Change order(s), or discontinuation of a therapy.
vi. Maintain security of the pharmacy and meet all HIPAA requirements to assure
confidentiality and security of Private Health Information.
vii. Serve as a Hospital(s) resource for drug information including:
(1) Indications;
(2) Doses;
(3) Routes;
(4) Strength;
(5) Side effects;
(6) Adverse reactions;
(7) Pharmacokinetics; and
(8) Product availability.
viii. Maintain an up-to-date awareness on drug recalls, Federal Drug Administration
warnings and approved medications, drug interactions, dosage recommendations for a
psychiatric patient population and ADRs.
ix. Aid the pharmacy supervisor in maintaining the pharmacy, client relations and patient
care.
x. Provide pharmacy clinical services (i.e. consultation and/or education regarding
medication issues for nursing or medical staff) as required by the Hospitals Clinical
Director or Attending Physician.
xi. Utilize the Hospital(s) computer system to fulfill the following:
(1) Entering new drugs into the computer profile;
(2) Checking all ordered drugs against reported patient allergies; and
(3) Reviewing existing patient drug therapy regarding potential drug interactions with
proposed new drugs.
xii. Ensure orders are processed in twenty-five (25) minutes, on average, from time when
an order is received at the Hospital(s) until the order is entered into the pharmacy’s
Clinical Information Management system, unless the Remote Pharmacist is notified of
a “STAT/NOW” situation.
(1) The “time when an order is received at the Hospital(s) is defined as the time in
which an order is received containing all required information necessary for the
Remote Pharmacist to accurately enter the order into the pharmacy’s Clinical
Information Management system.

State of Maine RFP# 201809186 18


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
xiii. Accept and complete all faxed orders in their entirety. Incomplete orders or
questionable orders shall not be completed until clarified by the Hospital’s nursing
staff.
xiv. Correct all orders that are entered in error or may be misunderstood.
xv. Maintain an Order Entry Error Rate of less than two percent (2%).
xvi. Maintain a Serious Order Entry Error Rate of less than point five percent (0.5%).
xvii. Enter a minimum of three hundred (300) lines per each twelve (12) hour shift, if
requested by Hospital staff.
xviii. Accurately and completely document Interventions.
xix. Access and utilize lab data when appropriate.
xx. Clarify any ambiguity regarding:
(1) Drug,
(2) Indication,
(3) Dose,
(4) Route,
(5) Strength,
(6) Frequency; and
(7) Interactions with the prescriber.
xxi. Abide by non-formulary drug and other Hospital specific procedures.
xxii. Complete Notification Reports regarding medication errors or other incidents.
xxiii. Immediately respond to Hospital staff concerns related to patient medication issues
raised.

C. Pharmacy Staff Standards

1. Ensure all staff performing pharmacy service adhere to the CMS and TJC standards. Applicable
pharmacy service standards are as follows and can be found a, http://www.jointcommission.org:
a. A-0490 – A-0491 Standard: Condition of Participation for Pharmaceutical Services;
b. A-0491 – A-0494 Standard: Pharmacy Management and Administration; and
c. A-0500 – A-0511 Standard: Delivery of Service.
2. Ensure all staff performing pharmacy services:
a. Attend hospital orientation, complete annual and mandatory trainings;
b. Have knowledge of TJC standards applicable to Hospital planning operations;
c. Have knowledge of institution operation procedures;
d. Knowledge of all current Maine Board of Pharmacy laws and rules;
e. Have the ability to compile and write clear, concise and accurate reports;
f. Have the ability to detect errors in prescriptions for an individual patient (drug interaction
problems); and
g. Have the ability to inventory and control all scheduled drugs for a pharmacy.

D. Pharmacy Staff Competency

1. Provide reports necessary to demonstrate competency of staff, equipment and/or procedures


required to meet the Hospital(s) standards for staff competency and quality assurance.
a. Work with the Department to develop core competencies for each position.
i. The format will be provided by the Department.
ii. The Department will assess the drafted competencies and provide approved prior to the
delivery of services.
b. Provide annual performance evaluations, for each pharmacy staff including signed policy
statements to the Department.

State of Maine RFP# 201809186 19


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
E. Performance Measures

1. The awarded Bidder shall be required to perform all services under the Agreement resulting from
this RFP. The awarded Bidder shall achieve all Performance Measures listed within the awarded
Bidder Mandatory Performance Measures table directly below. Failure to achieve such
Performance Measures may result in the Department withholding Agreement payment(s) to the
awarded Bidder, at the discretion of the Department. Data to support Department assessment of
the below-listed Performance Measures shall be submitted by the awarded Bidder to the
Department in summary form via the quarterly Performance Measure Report (Appendix H) or a
via third-party data source, as indicated within the Performance Measure Data Source column of
the table. The awarded Bidder may also be required to provide additional Supportive
Documentation as indicated within the table, for Department validation of the summary data
submitted within the Performance Measures Report.

AWARDED BIDDER MANDATORY PERFORMANCE MEASURES


Supportive
Documentation and
Performance
Assessment Performance Measure
Measure Performance Measure
Cycle Data Source
Letter:
(all reports should be listed
in the “Reports” section)
Office Goal/Initiative:
One hundred percent (100%) of orders Contract Verification
Monthly /
a. will be delivered within three (3) Audit: Turnaround Times”
Quarterly
hours of request. Spreadsheet.
Contract Verification
Monitoring of decreased costs of Monthly /
b. Audit: Turnaround Times”
outpatient Rx utilization. Quarterly
Spreadsheet.
One hundred percent (100%) of Contract Verification
Monthly /
c. STAT/NOW Orders will be delivered Audit: Turnaround Times”
Quarterly
within one (1) hour of request. Spreadsheet.
One hundred percent (100%) of the
awarded Bidder’s staff will attend one Staff Development
d. Quarterly
hundred percent (100%) of mandatory Quarterly Progress Reports.
trainings.
Timeliness of clinical pharmacy
consultation. One hundred percent
Contract Verification
(100%) of clinical pharmacy Monthly /
e. Audit: Turnaround Times”
consultation requests will be Quarterly
Spreadsheet.
responded to within twenty-four (24)
hours.
Mandatory attendance by one (1) of
Documentation of
f. the Staff Pharmacists to the annual Annually
attendance.
MMCAP meeting.
One hundred percent (100%) of
Clinical Intervention
clinical Interventions will be
database and Pharmacy and
documented and tracked in the Monthly /
g. Therapeutics Committee
awarded Bidder’s database and be Quarterly
meeting minutes and
presented at Pharmacy and
tracking report.
Therapeutics Committee meetings.
State of Maine RFP# 201809186 20
Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
Provide one hundred percent (100%)
Written action and
action and explanation related to Two (2)
h. explanation summary
quality issues reported by either business days
report.
Hospital.
Monthly / Documentation of
i. Provision of discharge counseling.
Quarterly completion.
CPS operational audit tool used to Monthly / Resolution of issues
j.
identify areas requiring improvement. Quarterly identified in the audit.

F. Reports

1. Required Reports

The awarded Bidder shall track and record all data/information necessary to complete the reports
listed in the table below:

Name of Report or On-Site Visit Description or Appendix #

a. Performance Measures Report Appendix H

2. Reporting Schedule

The awarded Bidder shall submit reports in accordance with the specifications of the Department,
according to the following schedule:

Name of Report or On- Period Captured by Report Due Date: (“# days after
Site Visit or on-site visit: (“Each each year/ quarter/ month/
year/quarter/month/week”) week”)
Performance Measures Fifteen (15) days after
a. Each quarter
Report each quarter

State of Maine RFP# 201809186 21


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
PART III KEY RFP EVENTS

A. Questions

1. General Instructions
a. It is the responsibility of all Bidders and other interested parties to examine the entire RFP
and to seek clarification, in writing, if they do not understand any information or instructions.
b. All interested parties should use Appendix F – Submitted Questions Form – for submission
of questions.
c. The Submitted Questions Form should be submitted by e-mail and received by the RFP
Coordinator, identified on the cover page of this RFP, as soon as possible but no later than
the date and time specified on the RFP cover page.
d. Submitted Questions should include the RFP Number and Title in the subject line of the e-
mail. The Department assumes no liability for assuring accurate/complete/on time e-mail
transmission and receipt.

2. Summary of Questions and Answers: Responses to all questions will be compiled in writing
and posted on the following website no later than seven (7) calendar days prior to the proposal
due date: https://www.maine.gov/dafs/procurementservices/vendors/rfps. It is the responsibility
of all interested parties to go to this website to obtain a copy of the Question & Answer
Summary. Only those answers issued in writing on this website will be considered binding.

B. Amendments

All amendments released in regard to this RFP will also be posted on the following website:
https://www.maine.gov/dafs/procurementservices/vendors/rfps. It is the responsibility of all interested
parties to go to this website to obtain amendments. Only those amendments posted on this website are
considered binding.

C. Submitting the Proposal

1. Proposals Due: Proposals must be received no later than 4:00 p.m. local time, on the date listed
on the cover page of this RFP, at which point they will be opened. Proposals received after the
4:00 p.m. deadline will be rejected without exception.

2. Delivery Instructions: E-mail proposal submissions are to be submitted to the State of Maine
Division of Procurement Services, via e-mail, to the e-mail address provided on the RFP Cover
Page.
a. Only proposals received by e-mail will be considered. The Department assumes no liability
for assuring accurate/complete e-mail transmission and receipt.
b. Bidders are to insert the following into the subject line of their e-mail submission: “RFP#
201809186 Proposal Submission”
c. Bidder’s proposals are to be broken down into multiple files, with each file named as it is
titled in bold below, and include:
- File 1: PDF format preferred
Completed - Proposal Cover Page (Appendix A)
Debarment, Performance and Non-Collusion Certification (Appendix B)
Proposal Deposit Refund Form (Appendix G)

State of Maine RFP# 201809186 22


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
- File 2: PDF format preferred
Organization Qualifications and Experience (Appendix C and all related/required
attachments stated in PART IV, B., Section I.)

- File 3: PDF format preferred


Proposed Services (and all related/required attachments stated in PART IV, B.,
Section II.)

- File 4: Excel format preferred


Cost Proposal (Appendix D and all related/required attachments stated in PART IV,
B., Section III.)

- File 5: PDF format preferred


Maine Business and Economic Impact Consideration (Appendix E)

State of Maine RFP# 201809186 23


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
PART IV PROPOSAL SUBMISSION REQUIREMENTS

This section contains instructions for Bidders to use in preparing their proposals. The Bidder’s proposal
must follow the outline used below, including the numbering and section and sub-section headings as
they appear here. Failure to use the outline specified in this section, or to respond to all questions and
instructions throughout this document, may result in the proposal being disqualified as non-responsive
or receiving a reduced score. The Department, and its evaluation team for this RFP, has sole discretion
to determine whether a variance from the RFP specifications should result in either disqualification or
reduction in scoring of a proposal. Rephrasing of the content provided in this RFP will, at best, be
considered minimally responsive. The Department seeks detailed yet succinct responses that
demonstrate the Bidder’s experience and ability to perform the requirements specified throughout this
document.

A. Proposal Format

1. All pages of a Bidder’s proposal should be numbered consecutively beginning with number 1 on
the first page of the narrative (this does not include the cover page or table of contents pages)
through to the end, including all forms and attachments. For clarity, the Bidder’s name should
appear on every page, including Attachments. Each Attachment must reference the section or
subsection number to which it corresponds.
2. Bidders are asked to be brief and concise in responding to the RFP questions and instructions.
3. All electronic documents should be formatted for printing as formatting will not be adjusted prior
to printing and reviewing these documents.
4. The Bidder may not provide additional attachments beyond those specified in the RFP for the
purpose of extending their response. The narrative response to Proposed Services (see Part
IV.B - Section II) must be limited to a maximum total of twenty (20) pages. Appendices and
attachments are not considered part of the page limit. Additional materials not requested will not
be considered part of the proposal and will not be evaluated.
5. Include any forms provided in the proposal package or reproduce those forms as closely as
possible. All information should be presented in the same order and format as described in the
RFP.
6. Any documents, templates, or samples created or incorporated into the proposal should be
representative of the quality of the work that can be expected of the Bidder’s staff and its sub-
contractors during any contract resulting from this RFP.
7. It is the responsibility of the Bidder to provide all information requested in the RFP package at
the time of submission. Failure to provide information requested in this RFP may, at the
discretion of the Department’s evaluation review team, result in a lower rating for the incomplete
sections and may result in the proposal being disqualified for consideration.
8. Bidders should complete and submit the “Proposal Cover Page” provided in Appendix A of this
RFP and provide it with the Bidder’s proposal. The cover page must be the first page of the
proposal package. It is important that the cover page show the specific information requested,
including Bidder address(es) and other details listed. The proposal cover page shall be dated and
signed by a person authorized to enter into contracts on behalf of the Bidder.
9. Bidders must complete and submit the “Debarment, Performance and Non-Collusion
Certification Form” provided in Appendix B of this RFP. Failure to provide this certification
may result in the disqualification of the Bidder’s proposal, at the discretion of the Department.

State of Maine RFP# 201809186 24


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
B. Proposal Contents

Section I Organization Qualifications and Experience

1. Overview of the Organization


Bidders are to complete Appendix C (Qualifications and Experience Form) describing their
qualifications and skills to provide the requested services in this RFP. Bidders are also to
include three (3) examples of projects, within the past five (5) years, which demonstrate their
experience and expertise in performing these services as well as highlighting the Bidder’s stated
qualifications and skills.

2. Subcontractors
If subcontractors are to be used, provide a list that specifies the name, address, phone number,
contact person, and a brief description of the subcontractors’ organizational capacity and
qualifications.

3. Organizational Chart
Provide an organizational chart of the Bidder’s organization. The organization chart must
include the project being proposed. Each position must be identified by position title and
corresponding to the job descriptions and staff resumes required in Part II of the RFP.

4. Litigation
Attach a list of all current litigation in which the Bidder is named and a list of all closed cases
that have closed within the past five (5) years in which Bidder paid the claimant either as part of
a settlement or by decree. For each, list the entity bringing suit, the complaint, the accusation,
amount, and outcome. If no litigation will be included, write “none” on submitted attachment.

5. Financial Viability
Bidders are to provide a current copy of their Dun & Bradstreet Comprehensive Insight Plus
Report.

6. Licensure/Certification
Provide documentation of any applicable licensure/certification or any specific credentials
required of the Bidder, its proposed staff and/or subcontractors who will be providing the
proposed services.

7. Certificate of Insurance
Provide a certificate of insurance on a standard Acord form (or the equivalent) evidencing the
Bidder’s general liability, professional liability and any other relevant liability insurance policies
that might be associated with the proposed services.

Required Attachments Related to Organization Qualifications and Experience

The following documents must be attached to the back of each Bidder’s proposal in the order as
numbered below. The required documents will be reviewed and rated by the Department’s
evaluation team under the Organization Qualifications and Experience section.

Attachment #: Attachment Name:


One (1) Qualifications and Experience Form
Two (2) Subcontractors
Three (3) Organizational Chart
State of Maine RFP# 201809186 25
Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
Four (4) Litigation
Five (5) Financial Viability
Six (6) Licensure/Certification
Seven (7) Certificate of Insurance

Section II Proposed Services

1. Services to be Provided
Address the Scope of Services to be Provided in Part II of this RFP and what the Bidder will
offer. Specifically, the Bidder must address all deliverable expectations, including the particular
resources and methods/strategies to be utilized upon contract implementation to meet the listed
expectations/requirements. Also, describe how you will ensure expectations and/or desired
outcomes as a result of these services will be achieved. If subcontractors are involved, clearly
identify the work each will perform.

2. Implementation - Work Plan


Provide a realistic work plan for the implementation of the program through the first contract
period. Display the work plan in a timeline chart. Concisely describe each program
development and implementation task, the month it will be carried out and the person or position
responsible for each task. If applicable, make note of all tasks to be delegated to subcontractors.

Required Attachments Related to Proposed Services

The following documents must be attached to the scope of work narrative section of the Bidder’s
proposal in the order as numbered below. The required documents will be reviewed and rated by the
Department’s evaluation team under the proposed services section.

Attachment #: Attachment Name:


Eight (8) Job Descriptions
Nine (9) Staff Resumes
Ten (10) Work Plan

Section III Cost Proposal

1. General Instructions
a. The Bidder must submit a cost proposal that covers the entire period of the initial contract.
Please use the expected “Initial Period of Performance” dates stated in PART I, D.
b. The cost proposal shall include the costs necessary for the Bidder to fully comply with the
contract terms and conditions and RFP requirements.
c. No costs related to the preparation of the proposal for this RFP or to the negotiation of the
contract with the Department may be included in the proposal. Only costs to be incurred
after the contract effective date that are specifically related to the implementation or
operation of contracted services may be included.

2. Cost Proposal Form


a. The Bidder should fill out Appendix D (Cost Proposal Form), following the instructions
detailed in the form. Failure to provide the requested information, and to follow the required
cost proposal format provided, may result in the exclusion of the proposal from
consideration, at the discretion of the Department.

State of Maine RFP# 201809186 26


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
Section IV Maine Business and Economic Impact Consideration

Using Appendix E (Maine Business and Economic Impact Consideration Form), the Bidder (Bidder
identified on the “Proposal Cover Page” of proposal submission - Appendix A) is required to
describe the Bidder’s investment in the State of Maine. Consideration of this information in making
contract award decisions is required in accordance with Executive Order 2017-003, which states
“Evaluators of competitive bids for goods and services shall give consideration to the investment in
the State by business enterprises as a best-value criterion”. The State reserves the right to verify this
information at any time during the evaluation process or after.

C. Proposal Deposit

1. Each Bidder must submit a Proposal Deposit in the amount of $ 10,000 to eligible to have their
proposal considered for award of the contract. The Proposal Deposit must be submitted to the
Division of Procurement Services as described below.

The State of Maine will accept the following methods of Proposal Deposit payment: ACH-Debit,
Credit/Debit Card and by check.

- ACH-Debit or Credit / Debit Card. To submit a Proposal Deposit via ACH-Debit or


Credit/Debit Card, Bidders are to go to www.PayMaine.gov. Bidders are to select the
Department Name “Division of Procurement Services” and then select the Product “Proposal
Deposit”. When completing information in the Select Products stage, Bidders are to include
“RFP 201809186” in the ‘Reference’ field. When completing information in the Customer
Information stage, Bidders are to include the Bidder’s name in the ‘Company Name’ field. If
a Bidder’s bank account maintains a debit block, please call 207-624-7340 for instructions.

- Check. To submit a Proposal Deposit by check, the check is to be made out to “Treasurer of
the State of Maine” with RFP 201809186 included on the memo line of the check. Bidders
choosing this payment method must mail the check and a copy of a completed Appendix G
(Proposal Deposit Refund Form) to the Division of Procurement Services. Proposal Deposit
checks must be received by the Division of Procurement Services on or before the Proposal
Submission Deadline on the cover page of this RFP.

Bidders sending Proposal Deposits via the U.S. Postal Service are to use the following mailing
address:

State of Maine
DAFS/Division of Procurement Services
Attn: Special Project/RFP Unit (RFP# 201809186)
9 State House Station
Augusta, Maine 04333-0009

Bidders using FedEx, UPS or a similar type courier are to use the following mailing address:

State of Maine
DAFS/Division of Procurement Services
Attn: Special Project/RFP Unit (RFP# 201809186)
111 Sewell Street
Burton M. Cross Building, 4th Floor
Augusta, Maine 04330

State of Maine RFP# 201809186 27


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
2. Refunds
The process to refund Proposal Deposits, for those Bidders who do not request an appeal
hearing, will be initiated at the conclusion of the appeal request period (See PART V, D –
Appeal of Contract Awards). Proposal Deposit submitted via Credit/Debit Card will be refunded
less any transaction fees assessed to the State of Maine in processing the Proposal Deposit
payment.

Any Bidder who requests and is granted an appeal and does not prevail, will be returned the
Proposal Deposit less expenses incurred in processing the appeal, at the conclusion of the appeal
process. Any Bidder who requests and is granted an appeal, and prevails, will be returned the
Proposal Deposit in full at the conclusion of the appeal process.

To ensure Proposal Deposit refunds are sent to the correct location, the Bidder is to complete
Appendix G (Proposal Deposit Refund Form) and include that form in the proposal submission.

State of Maine RFP# 201809186 28


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
PART V PROPOSAL EVALUATION AND SELECTION

Evaluation of the submitted proposals shall be accomplished as follows:

A. Evaluation Process - General Information

1. An evaluation team, comprised of qualified reviewers, will judge the merits of the proposals
received in accordance with the criteria defined in the RFP, and in accordance with the most
advantageous financial and economic impact considerations (where applicable) for the State.
2. Officials responsible for making decisions on the selection of a contractor shall ensure that the
selection process accords equal opportunity and appropriate consideration to all who are capable
of meeting the specifications. The goals of the evaluation process are to ensure fairness and
objectivity in review of the proposals and to ensure that the contract is awarded to the Bidder
whose proposal provides the best value to the State of Maine.
3. The Department reserves the right to communicate and/or schedule interviews/presentations with
Bidders if needed to obtain clarification of information contained in the proposals received, and
the Department may revise the scores assigned in the initial evaluation to reflect those
communications and/or interviews/presentations. Interviews/presentations are not required, and
changes to proposals will not be permitted during any interview/presentation process. Therefore,
Bidders should submit proposals that present their rates and other requested information as
clearly and completely as possible.

B. Scoring Weights and Process

1. Scoring Weights: The score will be based on a 100-point scale and will measure the degree to
which each proposal meets the following criteria.

Section I. Organization Qualifications and Experience (25 points)


Includes all elements addressed above in Part IV, B, Section I.

Section II. Specifications of Work to be Performed (35 points)


Includes all elements addressed above in Part IV, B, Section II.

Section III. Cost Proposal (30 points)


Includes all elements addressed above in Part IV, B, Section III.

Section IV. Maine Business and Economic Impact Consideration (10 points)
Includes all elements addressed above in PART IV, B, Section IV.

2. Scoring Process: The review team will use a consensus approach to evaluate and score Sections
I & II above. Members of the review team will not score those sections individually but, instead,
will arrive at a consensus as to assignment of points for each of those sections. Sections III &
IV, the Cost Proposal and Maine Business and Economic Impact Consideration sections, will be
scored as described below.

3. Scoring the Cost Proposal: The total cost proposed for conducting all the functions specified in
this RFP will be assigned a score according to a mathematical formula. The lowest bid will be
awarded 30 points. Proposals with higher bids values will be awarded proportionately fewer
points calculated in comparison with the lowest bid.

State of Maine RFP# 201809186 29


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
The scoring formula is:

(Lowest submitted cost proposal / Cost of proposal being scored) x 30 = pro-rated score

No Best and Final Offers: The State of Maine will not seek a best and final offer (BAFO) from
any Bidder in this procurement process. All Bidders are expected to provide their best value
pricing with the submission of their proposal.

4. Scoring the Maine Business and Economic Impact Consideration: The Maine Business and
Economic Impact Consideration for this RFP will be scored based on the information provided
by Bidders in Appendix G (Maine Business and Economic Impact Consideration Form)
compared to the point allocations below:
Maine Business Analysis Points
Average Percentage of Maine Business Impact - 1 to 74% 2 points
Average Percentage of Maine Business Impact - 75 to 100% 4 points

Maine Economic Impact Points


Sum of Maine Economic Analysis - $1 to $1,000,000 2 points
Sum of Maine Economic Analysis - $1,000,001 to $10,000,000 4 points
Sum of Maine Economic Analysis - over $10,000,000 6 points
5. Negotiations: The Department reserves the right to negotiate with the successful Bidder to
finalize a contract at the same rate or cost of service as presented in the selected proposal. Such
negotiations may not significantly vary the content, nature or requirements of the proposal or the
Department’s Request for Proposals to an extent that may affect the price of goods or services
requested. The Department reserves the right to terminate contract negotiations with a selected
respondent who submits a proposed contract significantly different from the proposal they
submitted in response to the advertised RFP. In the event that an acceptable contract cannot be
negotiated with the highest ranked Bidder, the Department may withdraw its award and negotiate
with the next-highest ranked Bidder, and so on, until an acceptable contract has been finalized.
Alternatively, the Department may cancel the RFP, at its sole discretion.

C. Selection and Award

1. The final decision regarding the award of the contract will be made by representatives of the
Department subject to approval by the State Procurement Review Committee.
2. Notification of contractor selection or non-selection will be made in writing by the Department.
3. Issuance of this RFP in no way constitutes a commitment by the State of Maine to award a
contract, to pay costs incurred in the preparation of a response to this request, or to pay costs
incurred in procuring or contracting for services, supplies, physical space, personnel or any other
costs incurred by the Bidder.
4. The Department reserves the right to reject any and all proposals or to make multiple awards.

D. Appeal of Contract Awards

Any person aggrieved by the award decision that results from this RFP may appeal the decision to the
Director of the Bureau of General Services in the manner prescribed in 5 MRSA § 1825-E and 18-554
Code of Maine Rules, Chapter 120 (found here:
https://www.maine.gov/dafs/procurementservices/policies-procedures/chapter-120). The appeal must be
in writing and filed with the Director of the Bureau of General Services, 9 State House Station, Augusta,
Maine, 04333-0009 within fifteen (15) calendar days of receipt of notification of contract award.

State of Maine RFP# 201809186 30


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
PART VI CONTRACT ADMINISTRATION AND CONDITIONS

A. Contract Document

1. The awarded Bidder will be required to execute a contract in the form of a State of Maine
Agreement to Purchase Services (BP54). A list of applicable Riders is as follows:

Rider A: Specification of Work to be Performed


Rider B: Method of Payment and Other Provisions
Exceptions Rider
Rider D: (Optional; for use by Department)
Rider G: Identification of Country in Which Contracted Work Will Be Performed
BAA

The complete set of standard BP54 contract documents may be found on the Division of
Procurement Services website at the following link:
https://www.maine.gov/dafs/procurementservices/sites/maine.gov.dafs.procurementservices/files
/inline-files/BP54revised1017.doc.

Other forms and contract documents commonly used by the State can be found on the Division
of Procurement Services website at the following link:
https://www.maine.gov/dafs/procurementservices/forms.

Other forms and contract documents commonly used by the Department can be found on the
Department website at the following link: http://www.maine.gov/dhhs/contracts/contract-
2019/index.html.

2. Allocation of funds is final upon successful negotiation and execution of the contract, subject to
the review and approval of the State Procurement Review Committee. Contracts are not
considered fully executed and valid until approved by the State Procurement Review Committee
and funds are encumbered. No contract will be approved based on an RFP which has an
effective date less than fourteen (14) calendar days after award notification to Bidders.
(Referenced in the regulations of the Department of Administrative and Financial Services,
Chapter 110, § 3(B)(i): https://www.maine.gov/dafs/procurementservices/policies-
procedures/chapter-110

This provision means that a contract cannot be effective until at least fourteen (14) days after
award notification.

3. The State recognizes that the actual contract effective date depends upon completion of the RFP
process, date of formal award notification, length of contract negotiation, and preparation and
approval by the State Procurement Review Committee. Any appeals to the Department’s award
decision(s) may further postpone the actual contract effective date, depending upon the outcome.
The contract effective date listed in this RFP may need to be adjusted, if necessary, to comply
with mandated requirements.

4. In providing services and performing under the contract, the awarded Bidder(s) shall act as an
independent contractor and not as an agent of the State of Maine.

B. Standard State Agreement Provisions

State of Maine RFP# 201809186 31


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
1. Agreement Administration
a. Following the award, an Agreement Administrator from the Department will be appointed to
assist with the development and administration of the contract and to act as administrator
during the entire contract period. Department staff will be available after the award to
consult with the awarded Bidder in the finalization of the contract.
b. In the event that an acceptable contract cannot be negotiated with the highest ranked Bidder,
the Department may withdraw its award and negotiate with the next-highest ranked Bidder,
and so on, until an acceptable contract has been finalized. Alternatively, the Department may
cancel the RFP, at its sole discretion.

2. Payments and Other Provisions


The State anticipates paying the Contractor based on net thirty (30) days payment terms, upon
the receipt of an accurate and acceptable invoice. An invoice will be considered accurate and
acceptable if it contains a reference to the State of Maine contract number, contains correct
pricing information relative to the contract, and provides any required supporting documents, as
applicable, and any other specific and agreed-upon requirements listed within the contract that
results from this RFP.

State of Maine RFP# 201809186 32


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
PART VII LIST OF RFP APPENDICES AND RELATED DOCUMENTS

1. Appendix A – Proposal Cover Page

2. Appendix B – Debarment, Performance and Non-Collusion Certification

3. Appendix C – Qualifications and Experience Form

4. Appendix D – Cost Proposal Form

5. Appendix E – Maine Business and Economic Impact Consideration

6. Appendix F – Submitted Questions Form

7. Appendix G – Proposal Deposit Refund Form

8. Appendix H – Performance Measure Report Template

9. www.maine.gov/dhhs/dlrs/medical_facilities/hospitals/psychiatric.html

10. http://www.maine.gov/oit/policies/SecurityPolicy.pdf

11. https://legislature.maine.gov/legis/statutes/32/title32sec3300-F.html

12. http://www.jointcommission.org

State of Maine RFP# 201809186 33


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
APPENDIX A

State of Maine
Department of Health and Human Services
Dorothea Dix and Riverview Psychiatric Centers
PROPOSAL COVER PAGE
RFP# 201809186
Pharmacy Management

Bidder’s Organization Name:


Chief Executive - Name/Title:
Tel: E-mail:
Headquarters Street Address:
Headquarters City/State/Zip:
(Provide information requested below if different from above)
Lead Point of Contact for Proposal - Name/Title:
Tel: E-mail:
Headquarters Street Address:
Headquarters City/State/Zip:

 This proposal and the pricing structure contained herein will remain firm for a period of one
hundred eighty (180) days from the date and time of the bid opening.
 No personnel currently employed by the Department or any other State agency participated,
either directly or indirectly, in any activities relating to the preparation of the Bidder’s proposal.
 No attempt has been made, or will be made, by the Bidder to induce any other person or firm to
submit or not to submit a proposal.
 The above-named organization is the legal entity entering into the resulting agreement with the
Department should they be awarded the contract.
 The undersigned is authorized to enter into contractual obligations on behalf of the above-named
organization.

To the best of my knowledge, all information provided in the enclosed proposal, both programmatic and
financial, is complete and accurate at the time of submission.

Name (Print): Title:

Authorized Signature: Date:

State of Maine RFP# 201809186 34


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
APPENDIX B

State of Maine
Department of Health and Human Services
Dorothea Dix and Riverview Psychiatric Centers
DEBARMENT, PERFORMANCE and NON-COLLUSION CERTIFICATION
RFP# 201809186
Pharmacy Management

Bidder’s Organization Name:

By signing this document, I certify to the best of my knowledge and belief that the aforementioned
organization, its principals and any subcontractors named in this proposal:
a. Are not presently debarred, suspended, proposed for debarment, and declared ineligible or
voluntarily excluded from bidding or working on contracts issued by any governmental agency.
b. Have not within three years of submitting the proposal for this contract been convicted of or had a
civil judgment rendered against them for:
i. Fraud or a criminal offense in connection with obtaining, attempting to obtain, or
performing a federal, state or local government transaction or contract.
ii. Violating Federal or State antitrust statutes or committing embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, or receiving stolen
property;
iii. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State or Local) with commission of any of the offenses enumerated in
paragraph (b) of this certification; and
iv. Have not within a three (3) year period preceding this proposal had one or more federal,
state or local government transactions terminated for cause or default.
c. Have not entered into a prior understanding, agreement, or connection with any corporation, firm,
or person submitting a response for the same materials, supplies, equipment, or services and this
proposal is in all respects fair and without collusion or fraud. The above-mentioned entities
understand and agree that collusive bidding is a violation of state and federal law and can result
in fines, prison sentences, and civil damage awards.

Failure to provide this certification may result in the disqualification of the Bidder’s proposal, at
the discretion of the Department.

Name (Print): Title:

Authorized Signature: Date:

State of Maine RFP# 201809186 35


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
APPENDIX C

State of Maine
Department of Health and Human Services
Dorothea Dix and Riverview Psychiatric Centers
QUALIFICATIONS & EXPERIENCE FORM
RFP# 201809186
Pharmacy Management

Bidder’s Organization Name:

Present a brief statement of qualifications, including any applicable licensure and/or certification.
Describe the history of the Bidder’s organization, especially regarding skills pertinent to the specific
work required by the RFP and any special or unique characteristics of the organization which
would make it especially qualified to perform the required work activities. You may expand this
form and use additional pages to provide this information.

State of Maine RFP# 201809186 36


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
APPENDIX C (continued)

Provide a description of projects that occurred within the past five (5) years which reflect
experience and expertise needed in performing the functions described in the “Scope of Services”
portion of this RFP. For each of the project examples provided, a contact person from the
organization involved should be listed, along with that person’s telephone number and e-mail
address. Please note that contract history with the State of Maine, whether positive or negative,
may be considered in rating proposals even if not provided by the Bidder.

If the Bidder has not provided similar services, note this, and describe experience with projects that
highlight the Bidder’s general capabilities.

Project One
Client Name:
Client Contact Person:
Telephone:
E-Mail:
Description of Project

Project Two
Client Name:
Client Contact Person:
Telephone:
E-Mail:
Description of Project

State of Maine RFP# 201809186 37


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
APPENDIX C (continued)

Project Three
Client Name:
Client Contact Person:
Telephone:
E-Mail:
Description of Project

State of Maine RFP# 201809186 38


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
APPENDIX D

State of Maine
Department of Health and Human Services
Dorothea Dix and Riverview Psychiatric Centers
COST PROPOSAL FORM
RFP# 201809186
Pharmacy Management

Bidder’s Organization Name:


Proposed Cost: $

Instructions:

1. Bidders are to complete and submit a budget form to provide a detailed breakdown of expenses in
performing the Services for the initial period of performance as described in this RFP and in the
Bidder’s proposal. The total expenses amount is the proposed cost to be used in the scoring cost
formula for evaluation purposes.

a. Personnel Cost: Bidders are to complete columns F, G, and H for each position title/function.
i. Total cost for each position is an aggregate of the direct cost of the staff and markup fees.
ii. Markup fees include overhead, indirect costs and vendor profits.
b. Travel Cost: Bidders are to complete column K26 for the total mileage for RPC.
c. Management Cost: Bidders are to complete columns C30, C31, D30 and D31 for the
management fees.
i. Management fees include consultation and management support and all related expenses
associated with travel to attend Pharmacy Conferences and hospital pharmacy meetings, as
required by the Department.

The budget form below may be obtained in an Excel (.xlsx) format by double clicking on the
document icon below.

DRPC RFP Pharmacy


Management Budget Form.xlsx

State of Maine RFP# 201809186 39


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
APPENDIX E
State of Maine
Department of Health and Human Services
Dorothea Dix and Riverview Psychiatric Centers
MAINE BUSINESS AND ECONOMIC IMPACT CONSIDERATION FORM
RFP# 201809186
Pharmacy Management

Bidder’s Organization Name:

Instructions

Each Bidder is to complete the table in the excel spreadsheet below to quantify the Bidder’s investment
in the State of Maine. Consideration of this information in making contract award decisions is required
in accordance with Executive Order 2017-003, which states “Evaluators of competitive bids for goods
and services shall give consideration to the investment in the State by business enterprises as a best-
value criterion”. The Maine Business and Economic Impact form below may be obtained in an
Excel (.xlsx) format by double clicking on the document icon below.

MBEIC 062818.xlsx

State of Maine RFP# 201809186 40


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
APPENDIX F

State of Maine
Department of Health and Human Services
Dorothea Dix and Riverview Psychiatric Centers
SUBMITTED QUESTIONS FORM
RFP# 201809186
Pharmacy Management

Organization Name:

RFP Section & Page


Question
Number

* If a question is not related to any section of the RFP, state “N/A” under “RFP Section & Page Number”.
** Add additional rows, if necessary.

State of Maine RFP# 201809186 41


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
APPENDIX G

State of Maine
Department of Health and Human Services
Dorothea Dix and Riverview Psychiatric Centers
PROPOSAL DEPOSIT REFUND FORM
RFP# 201809186
Pharmacy Management

Instructions

Bidders must identify the chosen method of payment for the proposal deposit as well as an address the
proposal deposit refund is to be sent to. Bidders are to check the appropriate box below to indicate the
payment method and complete the subsequent section for a proposal deposit refund address.

For Bidders who submit proposal deposit by check, a copy of this completed form must be included with
the proposal package mailed to the Division of Procurement Services (See PART IV, C. of this RFP for
mailing instructions). The RFP number must be written on the memo line of the submitted proposal
deposit check.

Payment by:

ACH-Debit Credit/Debit Card Check

Bidder’s Organization Name:


Attention to:
Mailing Address (Street or P.O. Box):
City: State: Zip Code:

State of Maine RFP# 201809186 42


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)
APPENDIX H

State of Maine
Department of Health and Human Services
Dorothea Dix and Riverview Psychiatric Centers
PERFORMANCE MEASURE REPORT TEMPLATE
RFP# 201809186
Pharmacy Management

The performance measure report template below may be obtained in an Excel (.xlsx) format by
double clicking on the document icon below.

1Year-PerformanceM
easuresTemplate.xlsx

State of Maine RFP# 201809186 43


Rev. 7/10/2018 (DHHS Rev. 7/17/2018)

You might also like