Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2003 FBO #0702
SOLICITATION NOTICE

G -- Life Connections Liason

Notice Date
10/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Milan, PO Box 9999 4004 East Arkona Road, Milan, MI, 48160
 
ZIP Code
48160
 
Solicitation Number
41702-051
 
Response Due
11/30/2003
 
Archive Date
12/15/2003
 
Point of Contact
Peter Boss, Supervisory Contract Specialist, Phone 734-439-1511, ext. 328, Fax 734-439-3608,
 
E-Mail Address
pboss@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation #041702-041 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 14. (iv) This procurement is set-asided for Small Business. NAICS 24 (v) PROVIDE COMMUNITY LIAISON SERVICES, RECRUITMENT OF VOLUNTEERS/MENTORS AND INSTRUCTION FOR THE LIFE CONNECTIONS PROGRAM. 150 SESSIONS PER YEAR. EACH SESSION IN 2 HOURS IN LENGTH. NOT TO EXCEED 15 SESSIONS PER WEEK. NOTE: THIS IS AN ESTIMATED AMOUNT AND NOT A GUARANTEE. ACTUAL AMOUNTS, DATES, AND TIME OF PERFORMANCE TO BE DETERMINED BY NEED BY THE CONTRACTING OFFICERS TECHNICAL REPRESENTATIVE. (vi) THE CONTRACTOR WILL NOT BE REIMBURSED FOR MEALS OR BREAKS. CONTRACTOR WILL PROVIDE A COPY OF ORDINATION CERTIFICATION OR BACCALAUREATE DEGREE IN RELIGIOUS STUDIES. ALL WORK WILL BE IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK. THE RESULTING CONTRACT WILL BE A FIRM FIXED PRICE. PRIOR TO PERFORMANCE OF THE CONTRACT, THE INSTRUCTOR SHALL ATTEND AN INSTITUTION ORIENTATION AND PASS SECURITY BACKGROUND CHECKS, TO INCLUDE BUT LIMITED TO: (1) URINALYSIS (2) NCIC (3) NACI (4) DOJ-99, NAME CHECK (5) FD-258, FINGERPRINT CHECK (6) LAW ENFORCEMENT CHECK (7) VOUCHERING OF PAST EMPLOYERS (8) OPM-329-1, RELEASE OF INFORMATION REIMBURSEMENT FOR TIME SPENT IN REQUIRED TRAINING ONLY UPON COMPLETION AND PASSING OF ALL CHECKS. THE SERVICE REQUIRED IS ON A CONTRACTUAL BASIS. THIS IS NOT A PERSONNEL APPOINTMENT. THE SERVICE DOES NOT CONSTITUTE AND EMPLOYER/EMPLOYEE RELATIONSHIP. PAYMENT IS BASED UPON THE PROVISION OF AN END PRODUCT OR THE SPECIFIC ACCOMPLISHMENT OF A SPECIFIC SERVICE. THE CONTRACTOR WILL NOT BE SUBJECT TO GOVERNMENT SUPERVISION, EXCEPT FOR SECURITY RELATED MATTERS. HOWEVER, THE CONTRACTOR'S PERFORMANCE SHALL BE CLOSELY MONITORED BY AN APPOINTED CONTRACTING OFFICERS TECHNICAL REPRESENTATIVE. UNDER THIS CONTRACT CHAPLAIN LARRY BROOKS WILL ACT AS COTR. Statement of Work Life Connections Program A. BACKGROUND In September 2000, the Executive Staff of the Federal Bureau of Prisons approved a concept which would initiate a pilot program of multi faith Residential Life Connections Pre-release Program. This is a voluntary program which will initially be located in five institutions in various regions of the country. The program will be available to men and women inmates. The program provides inmates with intensive opportunities for spiritual growth and deepening their religious roots by sharing common space and programs for the purpose of personal transformation and reducing recidivism. Inmates will participate in religion specific and inter faith program components designed to bring restoration with God, family, community, and self. The program?s design will increase religious tolerance and respect among inmates of various faiths; will connect each inmate with a spiritual mentor; and will link participants with a faith community at their release destination in order to enhance community reintegration. Another component of the program will initiate specific Victim Impact programs to assist inmates in claiming responsibility for their actions and making amends with victims, family, and community. The program will enlist partnerships with individuals and organizations in its efforts to lower recidivism and facilitate spiritual growth and personal change. Volunteers, contractors, mentors, sponsoring religious congregations and organizations are all essential partners in the program. The goal of the Bureau of Prisons Residential Life Connections Pre-release Program is to provide inmates living in a shared living space with intensive opportunities for holistic life restoration for the purpose of reducing recidivism and enhancing prison management. B. SUBJECT: Provide a Community Liaison who will assist in the recruitment and training of a broad spectrum of religious congregations and civic organizations to serve as mentors for inmate participants in the Life Connections Program pilot site at the Federal Correctional Institution in Milan, Michigan. The relationship between these mentors and the inmate participants will begin early in the incarceration phase of the program and will continue through the duration of the program. The contractor will promote the Bureau of Prisons Residential Life Connections Program in the community at large in an effort to recruit and maintain relationships with mentors. This is a multi-faith program, so the contractor will be expected to foster relationships with a broad variety of religious communities.. C. PLACE OF PERFORMANCE: The services to be provided will be accomplished FOR: Federal Correctional Institution Life Connections Unit 4004East Arkona Road Milan, Michigan 48160. The scope of this position requires contacts with religious congregations and civic organizations in South-east Michigan and North-west Ohio. The contractor may operate from their home or office location, with the understanding that telephonic contact and on-site visits to the Milan Prison staff are essential to the success of the program. D. SCHEDULE: Contractor will commit 30 hours each week (15 sessions) to the recruitment, training, coordination, and retention of mentors for the multi-faith Residential Life Connections Program. The schedule may include some weekend and/or evening hours based on program needs. A session is defined as a two (2) hour block of time. Partial sessions are not authorized, nor will they be reimbursed. The contractor will not include lunch breaks, travel time, security reasons or other issues as part of a session. The Contractor will not attend institution or department functions. E. SUPPLIES: All supplies that the contractor may routinely need will be supplied by the contractor. Travel costs and routine office expenses are the responsibility of the contractor. These supplies will normally include any materials needed to perform the services covered under this contract. The contractor will pay for their own expenses to attend one planning meeting each year related to the development of the program. The site for this meeting will be determined at a later date. All potential contractors will submit as a part of their quote a detailed estimate of these costs along with a statement indicating what, if any, up front operating costs will be required. F. METHOD OF INSTRUCTION: Selected contractor will be knowledgeable of program goals and will maintain accurate records of all contacts made related to the program. Once the program is fully operational, there will be approximately 100 inmate participants, each requiring a mentor willing to covenant with the participant through the incarceration phase of the program for one hour per week. The contractor will work closely with the Chaplain Program Manager and other program staff at the pilot site to ensure that volunteers and mentors from a broad spectrum of religious communities are available to meet the needs of this multi-faith program. G. MANAGEMENT: The contract will be monitored by the Life Connections Program Chaplain Manager. The contractor shall attend all training required by the Bureau of Prisons for contract workers. The contractor will not be permitted to attend institution meetings, staff recalls, or government training sessions for institution staff on contract time or as a consideration of the contract. Payment of the contract will be based upon the successful matching of a program participant with a mentor. This will be documented by a signed agreement with the religious community or civic organization. Training for the mentors is considered a part of the agreement and must be completed before payment is rendered. The contractor will provide a monthly billing statement to the contract monitor that accurately documents the contacts made and the total dollar amount due for that months services. H. INSTITUTION SECURITY: The contractor will adhere to all regulations prescribed by the institution for the safety, conduct and custody of inmates. The contractor will be in contact with convicted felons and will conduct him/herself in an appropriate manner at all times. The contractor will report any infractions of the rules and regulations to the staff immediately. The contractor will attend an orientation program prior to assuming their duties within the institution. Reimbursement is authorized for the time spent in mandatory institution training, prorated hourly, upon completion and clearance of the background checks. The background checks are outlined in the section entitled contract security. The list is subject to change at any time. The government contemplates the award of a firm fixed price contract resulting from this solicitation. The resulting contract is not a personnel appointment; therefore, payment is based on the provision of an end product or the accomplishment of a specific service. The resulting contract does not constitute an employee/employer relationship; therefore, the contractor will not be subject to government supervision, except for security related matters. The contractor?s performance will be closely monitored by the COTR. The award will be to the responsible, responsive bidder offering the best value to the government. I. EVALUATION CRITERIA: EVALUATION OF CONTRACTOR WILL BE BASED UPON THE CREDENTIALS OF THE INDIVIDUAL PROPOSED TO WORK UNDER THIS CONTRACT. EACH INDIVIDUAL WILL BE GIVEN RATINGS WITHIN THE WEIGHTED CATEGORIES.. ((vii) Performance to begin within 14 days of receipt of contract, FOB Milan, Michigan, (Destination) (viii) The provisions at 52.212-1, Instructions to Offers-Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation - Commerial Items, - Price (x) Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer. (xi) Clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated. Such orders may be issued from October 01, 2003 through September 30, 2004 . (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than N/A , the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of items listed in (iv) ; (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2004. (End of clause) 52.212-2 EVALUATION -COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors will be used to evaluate offers: 1. Price & Price related factors including Past Performance; 2. Education 3. Community Contacts/Experience. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s) (c) A written notice award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xii) Payment will be made net 30 days ARO by electronic funds transfer. (xiii) Offers are due November 30, 2003 close of business EST. (xv) Contact Peter J. Boss (734) 439-1511 x328, Fax (734) 439-3608.
 
Place of Performance
Address: FEDERAL CORRECTIONAL INSTITUTION, P.O. BOX 9999, 4004 EAST ARKONA ROAD, MILAN, MICHIGAN,
Zip Code: 48160
Country: USA
 
Record
SN00460749-W 20031030/031028213146 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.