Prompt:

You are an elite Government Contract Research Analyst, Capture Manager, Procurement Strategist, Proposal Intelligence Specialist, Public Sector Consultant, Competitive Intelligence Researcher, and Winning Proposal Advisor.

Your task is to perform EXTENSIVE RESEARCH using the previously created RFP/RFQ/Grant Analysis Summary or the information below, all uploaded proposal documents, procurement links, attachments, agency websites, public records, news articles, budgets, strategic plans, procurement history, and external research sources.

The purpose of this research is to uncover ALL possible background intelligence, strategic insights, agency priorities, hidden needs, procurement patterns, competitive advantages, political considerations, operational pain points, incumbent positioning, evaluation behavior, and decision-making factors that can later be used to draft a highly competitive, compliant, persuasive, and winning proposal response.

The final output should function as a COMPLETE PROPOSAL INTELLIGENCE DOSSIER and strategic capture report.

The research should go FAR BEYOND simply summarizing the RFP.

The goal is to deeply understand:

  • The agency
  • The decision-makers
  • The procurement environment
  • The operational problems
  • The political and financial context
  • The likely competitors
  • The incumbent vendor
  • The evaluator mindset
  • The hidden priorities behind the solicitation
  • The language and positioning most likely to win

The final intelligence report should provide EVERYTHING needed to later create a proposal that stands out from competitors and maximizes the chances of winning the contract.


PRIMARY RESEARCH OBJECTIVES

  1. Understand WHY this RFP/RFQ/grant exists.
  2. Identify the agency’s true operational pain points.
  3. Understand the agency’s strategic priorities.
  4. Research procurement history and prior awards.
  5. Identify incumbents and likely competitors.
  6. Research budgets, funding sources, and spending patterns.
  7. Identify evaluator priorities and likely scoring behavior.
  8. Understand political, public, operational, and financial pressures.
  9. Discover language, messaging, and positioning that will resonate most.
  10. Build a strategic intelligence profile for proposal development.

RESEARCH REQUIREMENTS

Perform deep research using:

  • Agency websites
  • Procurement portals
  • State procurement databases
  • Public budgets
  • Annual reports
  • Strategic plans
  • Audit reports
  • Inspector General reports
  • Legislative documents
  • Press releases
  • News articles
  • Vendor award histories
  • LinkedIn/company research
  • Public meeting minutes
  • City/state council agendas
  • Board meeting notes
  • Economic reports
  • Grant funding announcements
  • Prior solicitation documents
  • Competitor websites
  • Incumbent vendor information
  • Public contract databases
  • Procurement forecasts
  • Government transparency portals
  • Freedom of Information/public records if applicable
  • Industry benchmarks
  • Public complaints/issues involving the agency
  • Social media/public statements by leadership

REQUIRED OUTPUT FORMAT

SECTION 1 — OPPORTUNITY INTELLIGENCE SUMMARY

Provide:

  • Proposal title
  • Agency/entity
  • State/location
  • Procurement type
  • Estimated value
  • Funding source
  • Department/division issuing proposal
  • Summary of the opportunity
  • What the agency is truly trying to accomplish
  • Why this contract likely exists now
  • What operational problem the agency is trying to solve

Also provide:

  • “The Bigger Picture Behind This Solicitation”
  • “What Success Likely Looks Like to the Agency”
  • “What Failure the Agency Is Trying to Avoid”

SECTION 2 — AGENCY BACKGROUND RESEARCH

Research and summarize:

  • Agency mission
  • Strategic priorities
  • Leadership structure
  • Current initiatives
  • Public challenges/issues
  • Technology environment
  • Budget constraints
  • Political pressures
  • Staffing shortages
  • Operational bottlenecks
  • Service delivery problems
  • Public complaints/issues
  • Recent news/events
  • Digital transformation initiatives
  • DEI/small business goals
  • Sustainability/environmental goals
  • Economic or legislative pressures

Also identify:

  • Recent modernization efforts
  • Current vendor frustrations
  • Agency culture and communication style
  • Public image concerns

SECTION 3 — PROCUREMENT HISTORY & CONTRACT INTELLIGENCE

Research:

  • Previous versions of this solicitation
  • Prior awarded vendors
  • Contract award amounts
  • Incumbent contractors
  • Renewal history
  • Procurement cycles
  • Historical pricing
  • Historical scoring/evaluation patterns
  • Past protest actions
  • Amendments/addenda trends
  • Procurement delays/issues

Identify:

  • Why the incumbent may lose
  • Weaknesses in prior contracts
  • Areas where the agency may want improvement
  • Vendor churn patterns
  • Procurement trends over multiple years

Also provide:

  • “Likely Reasons This Contract Was Re-Bid”

SECTION 4 — COMPETITOR & INCUMBENT ANALYSIS

Research likely competitors including:

  • Incumbent vendor
  • Top regional vendors
  • National competitors
  • Small business competitors
  • Minority-owned competitors
  • Existing government contractors in this sector

For each likely competitor analyze:

  • Strengths
  • Weaknesses
  • Certifications
  • Government experience
  • Pricing positioning
  • Market reputation
  • Technology advantages
  • Service gaps
  • Public reviews/issues if available

Then provide:

  • Competitive positioning strategy
  • Ways to differentiate
  • Weaknesses competitors may overlook
  • Areas where competitors likely underperform

Also provide:

  • “How To Position This Proposal To Beat Competitors”

SECTION 5 — DECISION-MAKER & EVALUATOR INTELLIGENCE

Research:

  • Procurement officers
  • Department leadership
  • Program managers
  • Technical evaluators
  • Public statements
  • Leadership priorities
  • Communication style
  • Strategic initiatives
  • Recent speeches/interviews
  • Political priorities
  • Technology priorities
  • Cost reduction goals
  • Operational efficiency goals

Identify:

  • What evaluators likely care about most
  • Risk factors evaluators fear
  • Language that will resonate most
  • What will build trust fastest

Also provide:

  • “What Evaluators Secretly Want To Hear”
  • “What Will Make Evaluators Feel Safe Choosing This Vendor”

SECTION 6 — FINANCIAL & BUDGET INTELLIGENCE

Research:

  • Agency budget reports
  • Funding allocations
  • Grant funding
  • Federal/state funding sources
  • Budget increases/decreases
  • Emergency funding
  • Procurement spending trends
  • Cost reduction initiatives

Analyze:

  • Budget pressure
  • Spending behavior
  • Financial risk tolerance
  • Pricing sensitivity
  • Cost justification concerns

Also identify:

  • Whether low-cost or best-value is more important
  • Whether innovation or reliability matters more
  • Budget flexibility indicators

SECTION 7 — OPERATIONAL PAIN POINT ANALYSIS

Identify likely operational problems including:

  • Staffing shortages
  • Delayed service delivery
  • Outdated technology
  • Poor reporting systems
  • Data management issues
  • Vendor management issues
  • Compliance concerns
  • Public dissatisfaction
  • Workflow inefficiencies
  • Communication problems
  • Budget inefficiencies
  • Manual processes
  • Scalability issues

Then provide:

  • Recommended proposal positioning
  • Messaging that addresses pain points
  • Solution themes that directly solve operational issues

SECTION 8 — STRATEGIC WIN THEMES

Create:

  • Top 5-10 strategic win themes
  • Emotional trust-building themes
  • Risk-reduction messaging
  • Reliability messaging
  • Innovation messaging
  • Cost-efficiency messaging
  • Compliance-focused messaging

Also generate:

  • Suggested executive summary angles
  • Suggested differentiators
  • Suggested proof points
  • Suggested graphics/data points to include
  • Suggested customer success narratives

SECTION 9 — PROPOSAL POSITIONING STRATEGY

Develop:

  • Ideal proposal tone/style
  • Suggested narrative structure
  • Persuasive messaging strategy
  • Compliance-first positioning
  • Innovation positioning
  • Risk mitigation positioning
  • Value proposition strategy
  • Best-value justification strategy

Also provide:

  • Suggested language to use throughout proposal
  • Words/phrases likely to resonate
  • Words/phrases to avoid
  • Suggested proposal themes and slogans

SECTION 10 — HIGH-VALUE RESEARCH FINDINGS

Identify:

  • Hidden opportunities
  • Unspoken agency concerns
  • Political sensitivities
  • Recent public criticism/issues
  • Potential procurement weaknesses
  • Vendor dissatisfaction indicators
  • Internal agency pressures
  • Legislative priorities
  • Economic development goals
  • Community impact priorities

Also identify:

  • Anything competitors may overlook
  • “Hidden leverage points” that could improve proposal strength

SECTION 11 — PROPOSAL CONTENT RECOMMENDATIONS

Provide recommendations for:

  • Executive Summary
  • Technical Approach
  • Methodology
  • Staffing Plan
  • Project Management
  • Transition Plan
  • Reporting Plan
  • QA/QC Plan
  • Risk Management Plan
  • Innovation Section
  • DEI/Supplier Diversity Section
  • Sustainability Section
  • Pricing Narrative

Also recommend:

  • Charts
  • Graphics
  • Tables
  • Visual storytelling ideas
  • Case study structure
  • Resume strategy
  • Past performance strategy

SECTION 12 — QUESTIONS THAT SHOULD BE INVESTIGATED FURTHER

Generate:

  • Clarification questions
  • Strategic research gaps
  • Missing intelligence
  • Questions for subcontractors/partners
  • Questions for agency contacts
  • Competitive intelligence questions

SECTION 13 — FINAL STRATEGIC RECOMMENDATION

Provide:

  • Overall win probability assessment
  • Recommended bid/no-bid analysis
  • Proposal strengths to emphasize
  • Biggest competitive threats
  • Greatest risks
  • Most important differentiators
  • Most persuasive positioning strategy
  • Recommended next actions

Also include:

  • “Top 10 Things Most Likely To Win This Contract”

ADDITIONAL INSTRUCTIONS

  • Think like a high-level capture manager and proposal strategist.
  • Go beyond surface-level research.
  • Connect patterns across documents and public data.
  • Identify hidden motivations behind the solicitation.
  • Explain research findings in plain English.
  • Prioritize strategic intelligence over generic summaries.
  • Flag anything that could impact win probability.
  • Identify political, operational, budgetary, and reputational drivers.
  • Assume the final proposal must outperform experienced competitors.
  • Focus heavily on evaluator psychology and procurement behavior.
  • Identify what creates trust and reduces perceived risk.
  • Look for ways to align the proposal with agency mission and priorities.
  • Think critically about why the agency issued this solicitation now.

FINAL OUTPUT REQUIREMENTS

The final report should:

  • Be extremely detailed
  • Be professionally organized
  • Be strategy-focused
  • Be proposal-writer ready
  • Be executive-level quality
  • Include tables/checklists where helpful
  • Include actionable recommendations
  • Focus heavily on winning strategy
  • Provide intelligence that competitors may overlook

The goal is to create the ultimate proposal intelligence and capture strategy report that can later be used to draft a highly competitive, compliant, persuasive, and winning government proposal response.

Proposal Information

PROJECT: Cisco Learning Credits CONTRACT NO.: M00P6605026 (BPM056975) ADVERTISEMENT DATE: May 11, 2026 BID DUE DATE / TIME: May 20, 2026 @ 4:00 P.M. E.S.T. BID LOCATION: Electronic by password protected email I. SUMMARY STATEMENT The Maryland Department of Health (MDH) Office of Enterprise Technology (OET) is seeking a vendor to provide 500 Cisco Learning Credits for use by OET Infrastructure and Operations team members. II. ISSUING OFFICE and PROCUREMENT OFFICER Maryland Department of Health Office of Enterprise Technology 201 West Preston Street Baltimore, MD 21201 The sole point of contact for purposes of this IFB is the Procurement Officer, Danae Augustyniak. The Procurement Officer and/or their designee may be contacted at telephone number 667-209-9546 between 8:30 A.M. and 4:30 P.M. E.S.T. III. BID DUE DATE The Bid must be received by the Procurement Officer, Danae Augustyniak, via email at mdh.oetprocurement@maryland.gov no later than 4:00 P.M. Eastern Standard Time (EST) on Wednesday, May 20, 2026. Bids shall be opened publicly via Google Meet on Thursday, May 21, 2026 at 2:00 P.M. E.S.T. Bidders may attend this public opening by using the link or conference call number listed below. Video call link: https://meet.google.com/owq-wobv-fgh Or dial: (US) +1 929-266-3281 PIN: 188 376 513# Bids, requests for withdrawals, and modifications not received by the time and at the place indicated are late and may only be considered in accordance with COMAR 21.05.02.10. IV. PRE-BID CONFERENCE & QUESTIONS No pre-bid meeting will be held for this advertisement. M A R Y L A N D D E P A R T M E N T O F H E A L T H O F F I C E O F E N T E R P R I S E T E C H N O L O G Y I n v i t a t i o n f o r B i d s ( I F B ) C o n t r a c t s L e s s T h a n $ 5 0 , 0 0 0 All questions must be submitted to the Procurement Officer no later than Friday, May 15, 2026 at 11:00 A.M. E.S.T. Any information regarding the requirements or the interpretation of any provision of the Contract Documents shall be requested, in writing, and delivered no later than this date and time. Responses to questions or inquiries having any material effect on the bids shall be made by written addenda sent to all prospective bidders via eMaryland Market Place Advantage (eMMA). The Administration will not respond to telephone requests for information concerning this invitation for bids that would materially affect the bid. Requests for information or questions shall be submitted in writing. They must be emailed to mdh.oetprocurement@maryland.gov; if attached to the email please provide in Microsoft Word or PDF format. Each request for information or questions shall include the Contract number and the name and address of the originator. V. DURATION OF BID OFFER Prices submitted in response to this solicitation are irrevocable for ninety (90) days following the due date. The Procurement Officer may, however, request contractor to extend the time during which the State may accept their bids. Once a bid is accepted, all prices, terms, and conditions shall remain unchanged throughout the award process and contract period. VI. PROCUREMENT METHOD This solicitation shall be conducted in accordance with COMAR 21.05.07 – Small Procurement Regulations. VII. TERMS and CONDITIONS A. Termination for Nonappropriation. If funds are not appropriated or otherwise made available to support continuation in any fiscal year succeeding the first fiscal year, this Contract shall be terminated automatically as of the beginning of the fiscal year for which funds are not available. The Contractor may not recover anticipatory profits or costs incurred after termination. B. Maryland Law Prevails. The law of Maryland shall govern the interpretation and enforcement of this Contract. C. Disputes. Disputes arising under this Contract shall be governed by State Finance and Procurement Article, Title 15, Subtitle 2, Part III, Annotated Code of Maryland, and by COMAR 21.10 Administrative and Civil Remedies. Pending resolution of a dispute, the Contractor shall continue to perform this Contract, as directed by the Procurement Officer. D. Changes. This contract may be amended only with the written consent of both parties. Amendments may not change significantly the scope of the Contract (including the Contract price). E. Termination for Default. If the Contractor does not fulfill obligations under this Contract or violates any provision of this Contract, the State may terminate the Contract by giving the Contractor written notice of termination. Termination under this paragraph does not relieve the Contractor from liability for any damages caused to the State. Termination hereunder, including the determination of the rights and obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.11B. F. Nondiscrimination. The Contractor shall comply with the nondiscrimination provisions of federal and Maryland law. G. Anti-Bribery. The Contractor certifies that, to the Contractor’s best knowledge, neither the Contractor; nor (if the Contractor is a corporation or partnership) any of its officers, directors, or partners; nor any employee of the Contractor who is directly involved in obtaining contracts with the State or with any county, city, or other subdivision of the State, has been convicted of bribery, attempted bribery, or conspiracy to bribe under the laws of any state or of the United States. H. Termination for Convenience. The State may terminate this Contract, in whole or in part, without showing cause upon prior written notice to the Contractor specifying the extent and the effective date of the termination. The State shall pay all reasonable costs associated with this Contract that the Contractor has incurred up to the date of termination and all reasonable costs associated with termination of the Contract. However, the Contractor may not be reimbursed for any anticipatory profits which have not been earned up to the date of termination. Termination hereunder, including the determination of the rights and obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.12A(2). VIII. SCOPE OF CONTRACTOR SERVICES A. BIDDER QUALIFICATIONS 1. Bidder must demonstrate they are authorized to distribute Cisco Learning products in the State of Maryland, by submitting a Letter of Authorization (LOA) with their bid. B. LOCATIONS OF SERVICES 1. Maryland Department of Health Office of Enterprise Technology 201 West Preston Street Baltimore, MD 21201 Attention: Michael Karolkowski C. AGENCY POINT OF CONTACT The MDH point of contact post award is Michael Karolkowski, OET Assistant Chief Information Officer. Mr. Karolkowski may be reached by e-mail at michael.karolkowski@maryland.gov or by phone at 410-767-6534. D. SERVICE REQUIREMENTS 1. Bidder shall provide all items listed in Attachment I Contract Bid Form. 2. The Department reserves the right to purchase more or less than the specified quantity to the extent limited by funding. 3. Bidder must provide the estimated ship date/ lead time for each item listed in the Contract Bid Form. 4. Bidder must include a screenshot of the Manufacturer’s Suggested Retail Price (MSRP) with the bid. 5. Pursuant to State Finance and Procurement Article §2–901, if a State of Maryland contract contains a provision listed under subsection (b), the provision is void ab initio and the contract containing the provision shall be enforceable as if it did not contain the provision. Secondary terms and conditions in click through or click wrap format are not acceptable to the State, nor are terms that may be unilaterally changed by the bidder or a third-party manufacturer. Bidders shall furnish all agreements and terms and conditions the bidder expects the State to sign or be subject to in connection with or in order to use the products or to be provided under this IFB. This includes physical copies of all agreements referenced and incorporated in primary documents, including but not limited to any software licensing agreement for any software proposed to be licensed to the State (e.g., EULA, Enterprise License Agreements, Professional Service Agreement, Master Agreement, etc. and any Acceptable Use Policy (AUP). The State is not bound to an agreement or any terms and conditions not provided in the bidder’s submitted offer and no action of the State, including but not limited to the use of any such software, shall be deemed to constitute acceptance of any such agreements or terms and conditions and any such agreement, terms or conditions are void ab initio and unenforceable against the State. Reseller vendors represent and warrant that they are permitted to act as an agent of the manufacturer to modify the manufacturer terms and conditions to remove or alter any sections that are in conflict with State of Maryland law or regulation by submission of a bid in response to this solicitation. For known conflicts, the bidder shall note any exceptions in their submission. Failure to submit will deem a bidder nonresponsive and/or non responsible and result in rejection of the submitted bid. 6. Bidder shall be capable of delivering all items no later than June 1, 2026. All items shall be delivered to the Agency Point of Contact listed in Section VIII.C of this IFB. E. INVOICING 1. All invoices shall be sent electronically to mdh.oetnminvoices@maryland.gov. 2. An invoice not satisfying the requirements of a Proper Invoice (as defined by COMAR 21.06.09.01 and .02) cannot be processed for payment. To be considered a Proper Invoice, invoices must include the following information without error: a. Contractor name and address b. Remittance address c. Federal taxpayer identification (FEIN) number or social security number as appropriate d. Invoice period (i.e., the time period during which services covered by invoice were performed) e. Invoice date f. Invoice number (this must be a unique number) g. State-assigned Contract number h. State-assigned Purchase Order number (s) if different from Contract number i. Detailed listing of goods or services provided j. Amount due k. Any additional documentation required by regulation or the Contract. 3. For items of work for which there is one-time pricing, those items shall be billed within 30 days of acceptance. 4. For items of work for which there is annual pricing, items shall be billed annually. The first year’s invoice shall be billed within 30 days of contract start. Each additional year shall be billed on the anniversary of the first year’s invoice. XIV. BID CONTENT The bidder shall submit an original bid containing all required information listed in this section. The bid shall be submitted on the supplied Attachment No. I Contract Bid Form. Attachment No. I Contract Bid Form, cannot be altered in any way and is to contain only the price or prices stipulated on the form. Additionally, the bidder shall submit a Letter of Authorization (LOA) and W9 with their bid submission. Failure to submit the LOA and W9 may result in disqualification of the bid. Bid submissions must be: • Electronically submitted through eMMA submission or by email to mdh.oetprocurement@maryland.gov. Bids sent via facsimile, mail, courier, or hand delivery will NOT be accepted. • For email submissions, the bid must be password protected by the bidder prior to submission. Bidders must e-mail the password- protected bid to the Procurement Officer. DO NOT SEND PASSWORDS WITH THE BID E- MAIL. The password must be e-mailed separately from the bid after the bid due date, but no later than 12:00 P.M. EST on Thursday, May 21, 2026. Failure to submit the bid password on time may result in the bid being determined nonresponsive. • Clearly marked with the full name, address, Federal Taxpayer Identification (FEIN) Number of the Bidder, and the email address to which the Notification of Contract Award and Purchase Order shall be submitted. • Clearly marked with the contents of the email (i.e., “Bid Submission – Contract No. M00P6605026 (BPM056975) Cisco Learning Credits”). X. OPENING of BIDS Bids will be opened publicly in accordance with the provisions in COMAR 21.05.02.11 on the date and time specified in Section III of this IFB. XI. BASIS OF AWARD The award shall be made in accordance with the provisions in COMAR 21.05.02.13. In the event of tie bids, the provisions of COMAR 21.05.02.14 shall determine the successful bidder. The unit prices quoted are required for establishing a unit cost for each service and providing a grand total for the purpose of evaluating bids. The award will be based upon the lowest Total Bid Amount and be awarded to the lowest responsive and responsible bidder for the services required in the amount not to exceed $50,000.00. XII. DURATION OF THE CONTRACT The service period is twelve (12) months. XIII. ATTACHMENTS Contract Bid Form – Attachment No. I A T T A C H M E N T – I C O N T R A C T B I D F O R M (pg 1 of 2) This form is to be completed in its entirety, is not to be altered in any way and is to contain only the price or prices stipulated on the form. Contract No: M00P6605026 (BPM056975) Bid Due Date: May 20, 2026 4:00PM EST Company Name: Company FEIN: Column A Column B Column C Column D Item/Description Qty Unit of Measure Unit Price Total Cost (Column B x C) Part Number: TRN-CLC-001 Description: 100 Training credit. Expires in 1 yr. Team Captain required 5 Each $ $ TOTAL BID AMOUNT (Sum of Column D) $ NOTE: a) Quantities are estimated and used for bid evaluation only. They may not represent the actual quantities experienced once the contract is awarded. b) If the “Total Bid Amount” results in a total that exceeds $50,000, the contract written with the low bidder will be written as “not to exceed $50,000” using the unit prices established in Column C. c) The Maryland Department of Health is exempt from Maryland Sales and Use Taxes by Exemption Certificate Number 30002563. Do not include tax in bid price. A T T A C H M E N T – I C O N T R A C T B I D F O R M (pg 2 of 2) M00P6605026 ( BPM056975 ) For the Contractor: Company Name Federal Tax ID No or Social Security No. Address City State Zip Code Phone Fax Email Representing the above Company: Signature Print Name & Title Date My Signature above indicates that I fully understand this IFB and can perform the scope of work as defined for submitted bid price