Hillsborough County Public Schools Business
Action Item

DATE: Tuesday, May 16, 2006
TO: School Board Members
FROM: MaryEllen Elia, Superintendent

SUBJECT / RECOMMENDATIONS

Accept the Highest Ranked Proposals Submitted by Kimberlee Vickers, Invo HealthCare Associates, Progressus Therapy, Independent Living, Inc., Therapy Dynamics, and Cross Country Staffing Request For Proposal # 4839-KJ Occupational and Physical Therapy Services (Business Division)

EXECUTIVE SUMMARY

On April 10, 2006, the Purchasing Department on behalf of the ESE Department issued a Request for Proposal (RFP) for the Occupational and Physical Therapy Services based on the specifications provided. The purpose of the RFP is to establish a partnership with qualified contractors to provide occupational and physical therapy services. Firms were asked to provide their knowledge/experience, implementation plan, references and cost. Proposals were due on May 2, 2006.

To ensure fair and open competition, the District utilizes an online vendor registration system to notify potential bidders of opportunities. Through this system, 486 vendors were notified of the solicitation, ten proposals were received within the RFP timeframe and 476 did not respond (Attachment A). The evaluation process included a committee of district level personnel (Attachment B). The evaluation consisted of two phases. In Phase I, the committee evaluated the proposals based on the RFP criteria (Attachment C). After evaluation, the committee determined that six firms should be invited back for presentations, Phase II, on May 4, 2006. Based upon the RFP specifications and committee evaluations, it is recommended that the proposals submitted by Kimberlee Vickers, Invo HealthCare Assoc., Progressus Therapy, Independent Living, Inc., Therapy Dynamics, and Cross Country Staffing be accepted (Attachment D). The highest ranked firm will have the first right of refusal to provide the requested therapists. The firm will have forty-eight hours to respond to request for therapists. If the highest ranked firm cannot provide the therapists the next highest ranked firm will be contacted until staffing is completed. The fee schedule for each firm recommended for award is provided under Attachment E. The initial term of the contract shall be for a three-year period with an effective date of July 2, 2006.

ANNUAL DISTRICT GOAL(S) AND CRITICAL SUCCESS FACTOR(S)

As stated in OPPAGA report: "Efficient purchasing and warehousing requires that management processes be in place to ensure that supplies, equipment and services vital to the school’s education mission are purchased from a competitive source, in the right quantity, delivered timely to the correct location, and stored in a secure location. These criteria should be met for each purchase without sacrificing quality."

FINANCIAL IMPACT (Budgeted: Yes)

These items are, or will be, included in the General Fund Budget for ESE in an amount not to exceed $900,000 annually.

EVALUATION

Contract Administration or evaluation is performed by the Project Manager (end user) and Purchasing Agent, who function as a team. Reviews are conducted face to face, typically quarterly, or by utilizing an online vendor performance report. Prior to soliciting a new contract, the contract administration team must first give consideration to the specifications and supporting data of the expiring contract.







SUBMITTED BY: Willie T. Campbell, CPPO, CPPB, General Manager of Procurement

Michael A. Grego, Ed.D.
Assistant Superintendent, Curriculum and Instruction
(813) 272-4221
Gretchen Saunders
Chief Business Officer
(813) 272-4270
5.11
Hillsborough County Public Schools (Florida) * Mtg.#20060516_176 * Section E Item# 5.11