STRATEGIC PRIORITY: Core
AGENDA DATE: August 13, 2025
COUNCIL DISTRICT(S): N/A
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service price agreement for situational judgment testing and personality inventory for the Dallas Fire-Rescue Department. - Front Line Mobile Health, PLLC, most advantageous proposer of five - Estimated amount of $1,205,625.00 - Financing: General Fund (subject to annual appropriations)
Body
BACKGROUND
This action does not encumber funds; the purpose of a service price agreement is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis according to annual budgetary appropriations. The estimated amount is intended as guidance rather than a cap on spending under the agreement, so that actual need combined with the amount budgeted will determine the amount spent under this agreement.
This service price agreement will provide for situational judgment testing and personality inventory for the Dallas Fire-Rescue Department (DFR). This testing will enhance the interview structure currently used by DFR for the officer trainee position. The purpose of performing the situational judgment testing and personality inventory is to identify candidates that may pose a behavioral risk to the department and measure characteristics such as integrity, emotional stability, interpersonal sensitivity, self-discipline, conscientiousness, and resiliency.
A six-member committee from the following departments reviewed and evaluated the qualifications:
• Civil Service (1)
• Dallas Fire-Rescue Department (2)
• Dallas Police Department (1)
• Office of Procurement Services (2)*
*The Office of Procurement Services evaluated cost, local preference, and the Business Inclusion and Development Plan, if applicable.
The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:
• Approach 20 points
• Cost 20 points
• Experience 20 points
• Quality of Product 20 points
• Business Inclusion and Development Plan 15 points
• Local Preference 5 points
As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used its procurement system to send out email notifications to vendors registered under relevant commodity codes. To further increase competition, the Office of Procurement Services uses historical solicitation information, the Internet, and vendor contact information obtained from user departments to contact additional vendors.
On November 10, 2015, the City Council authorized a living wage policy that requires contractors to pay their employees a “living wage” rate as established annually by the Massachusetts Institute of Technology Living Wage Calculator for Dallas County by Resolution No. 15-2141. The calculated living wage during the solicitation process of this contract is $22.05; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
This item has no prior action.
FISCAL INFORMATION
Fund |
FY 2025 |
FY 2026 |
Future Years |
General Fund |
$0.00 |
$100,000.00 |
$1,105,625.00 |
LOCAL PARTICIPATION
Prime |
Status |
Workforce % |
Front Line Mobile Health, PLLC |
Non-local |
5.88% |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
Request for Competitive |
• Utilized for high technology procurements, insurance procurements, and other goods and services |
Sealed Proposal |
• Recommended offeror whose proposal is most advantageous to the City, considering the relative importance of price, and other evaluation factors stated in the specifications |
|
• Always involves a team evaluation |
|
• Allows for negotiation on contract terms, including price |
The Office of Procurement Services received the following proposals from solicitation number BVZ25-00026785. We opened them on February 28, 2025. We recommend the City Council award this service price agreement to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Front Line Mobile Health, 4749 Williams Dr. Group 1 - 72.50
PLLC Suite 304 Group 2 - 59.93
Georgetown, TX 78633
CBS Information Systems, 39111 Paseo Padre Pkwy. Group 1 - 16.25
Inc. Suite 305 Group 2 - 16.25
Fremont, CA 94538
ICF Incorporated, L.L.C. 1902 Restom Metro Plz. Group 1 - 66.75
Reston VA 20190 Group 2 - 31.00
ioPredict, Inc. 2841 State Highway 193 Group 1 - 40.50
Lincoln, CA 95648 Group 2 - 52.50
Solution Focused 8585 North Stemmons Frwy. Group 1 - 14.00
Psychological Services Suite 700-S Group 2 - 32.00
Dallas, TX 75247
OWNER/EXECUTIVE
Front Line Mobile Health, PLLC
Russell Burnham, Founder