Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2006 FBO #1570
SOLICITATION NOTICE

G -- Residential Re-Entry Program

Notice Date
3/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
RFP-NAS-0171-2006
 
Response Due
5/1/2006
 
Archive Date
5/16/2006
 
Point of Contact
Kristy Beck, Contract Specialist, Phone 202-616-6150, Fax 202-307-1146, - Jan Johns, Contracting Officer, Phone 202-307-0985, Fax 202-307-1146,
 
E-Mail Address
k1beck@bop.gov, jjohns@bop.gov
 
Description
RFP-NAS-0171-2006. The Federal Bureau of Prisons (BOP) intends to make multiple awards for the provision of single-faith, residential re-entry programs at one or more pilot site institutions. The pilot sites will be announced through the issuance of the solicitation for these services. Prospective offerors shall be permitted to submit proposals for any number, or all of the pilot site locations. The BOP reserves the right to place an award for services at one or up to six of its designated institutions based upon evaluation of proposals, but each site will accommodate only one program. The purpose of the residential re-entry program shall be to facilitate personal transformation for the participating inmates, and thereby reduce recidivism through promoting the virtues of productive work, respect for others, self-worth, responsibility, and accountability. The program shall encourage re-connection with family and community, and the development of healthy and productive habits of living. The program shall match inmates with personal mentors and a faith-community, community organization, or support group at their release destination to promote successful reintegration (i.e., employment, housing, avoidance of recidivism, etc.). There are ten program goal areas, which are as follows: 1) Daily living; 2) Mental Health; 3) Wellness; 4) Interpersonal skills; 5) Academic; 6) Cognitive; 7) Vocational; 8) Leisure time; 9) Character; and 10) Spiritual development. These program goal areas are intended to foster successful rehabilitation and reintegration into the community in order to reduce the likelihood of recidivism. The contractor shall develop a curriculum that demonstrates consistency with program goals and outlines how the contractor plans to incorporate program components that foster growth in the ten program goal areas. The contractor shall provide sufficient staffing to cover a rigorous schedule, including both daytime and evening programming during the week and on weekends for up to 150 inmates per institution. The contractor shall make available, on a non-discriminatory basis, a single-faith, residential re-entry program consistent with the requirements of the solicitation. The manner and method in performing the tasks outlined in the Statement of Work are the sole responsibility and within the sole discretion of the contractor, provided that the contractor performs in accordance with the Statement of Work. The NAICS Code for this acquisition is 624190, and the requirement is issued on an unrestricted basis. A pre-proposal conference is anticipated and shall be announced in the cover letter to the solicitation. A Firm-Fixed-Price Indefinite Delivery type contract with a one-year base period and four one-year option periods is anticipated for each site. The solicitation will be made available on or about March 27, 2006, and will be distributed solely through the General Services Administration’s Federal Business Opportunities website, http://www.fedbizopps.gov. Hard copies of the solicitation document will not be available. The website provides downloading instructions. All future information about this acquisition, including solicitation amendments and pre-proposal conference information, will also be distributed solely through this website. Interested parties are responsible for monitoring this website to ensure that they have the most up-to-date information about this acquisition. The anticipated date for receipt of proposals is May 1, 2006, and the anticipated date of award is July 31, 2006. Faith-based and community-based organizations are encouraged and have the right to submit offers/bids equally with other organizations for contracts for which they are eligible. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/BPR/PPB/RFP-NAS-0171-2006/listing.html)
 
Record
SN01005261-F 20060315/060313211931 (fbodaily.com)
 
Source
FedBizOpps 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.