SOLICITATION NOTICE
R -- Native American Spiritual Leader Services - Native American Services Packet
- Notice Date
- 9/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of Justice, Bureau of Prisons, FCC Butner (LSCI), PO Box 999, Old N.C. Highway 75, Butner, North Carolina, 27509
- ZIP Code
- 27509
- Solicitation Number
- RFQP01061500030
- Archive Date
- 10/13/2015
- Point of Contact
- Harold L. Day, Phone: (919)575-5000, ext. 1075, Arthur Johnson, Phone: (919) 575-5000 X1388
- E-Mail Address
-
hday@bop.gov, a2johnson@bop.gov
(hday@bop.gov, a2johnson@bop.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Religious Credentials SAM System Business Management Questionairre Statement of Work RFQP01061500030 Cover Letter The Federal Bureau of Prisons, Federal Correctional Complex, at Butner, NC intends to issue a combined synopsis/solicitation RFQP01061500030 for Native American Spiritual Leader Services. The services would be provided at the Federal Correctional Complex, located at Old NC Hwy 75, Butner, NC. A firm-fixed price requirements type contract will result from this solicitation. The North American Industry Classification System (NAICS) Code is 813110. A session is defined as one (1) hour in length. Travel to, between, and from institutions is not included in a session. Sessions will ordinarily be scheduled to occur within a three-hour block at institutional locations deemed best by the Contract Monitor, following discussion with the Contractor. Weekend sessions require special consideration due to staffing availability, policy requirements that staff provide constant supervision of inmates as well as intermittent supervision of volunteers and contractors, and scheduled institutional moves. Scheduled sessions are subject to change as the needs of the Complex requires. The Contractor will ordinarily not exceed twelve (12) sessions per month; the Government may, however, schedule additional monthly sessions in consultation with the Contractor, according to need. The Contractor will not exceed 30 hours of work per week. The number of sessions is estimated only and can be increased or decreased with the mutual consent of the Contractor and the Government. Sessions will take place throughout the year from approximately October 1, 2015, through September 30, 2016, at all facilities in the complex for a total of 96 sessions during the fiscal year. Estimated number of sessions will be 96 per year. A session will equal one (1) hour. The work can be performed Monday through Friday (except Federal holidays). A mutually agreed upon schedule will be determined following the award of the contract. All potential quoters are advised that this solicitation includes the clause FAR 52.212-4, which requires all contractors doing business with the Federal Government to obtain a DUNS number, register in the SAM System (formerly known as CCR), obtain a CAGE Code, identify proper NAICS Codes, properly identify Socio-economic Set-Aside status, SIC Codes, PSC Codes, FSC Codes, obtain an MPIN as well as complete the proper Representations & Certifications (formerly known as ORCA). The contract periods will consist of a 12 month base period (depending on award date) and four 12-month option periods for renewal with an anticipated start date of October 1, 2015. The Government intends to evaluate quotes and extend an offer of contract award to the contractor or individual whose quote, conforming to the solicitation, is the most advantageous to the Government, price and past performance are related factors. The solicitation is available on about September 16, 2015 and will be distributed solely through this website. Hard copies of the solicitation will not be available. The website provides downloading instructions to obtain all documents relating to this solicitation. All future information concerning this acquisition, including the solicitation and any subsequent amendments, will be distributed through the website. Interested parties are responsible for monitoring the website to ensure they have the most up-to-date information about the acquisition. The date for receipt of quotations is on September 28, 2015; however, this is a projected estimate and quoters should refer to Page 1 of the solicitation (Block #8) for the actual date quotations are due. Faith-Based and Community-Based Organizations can submit offer/bids/quotations equally with other organizations for contracts for which they are eligible. This solicitation is a total small business concern set-aside. All responsible small business concerns are encouraged to submit a quotation which may be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/10502/RFQP01061500030/listing.html)
- Place of Performance
- Address: FCC Butner, OLD NC HWY 75, Butner, North Carolina, 27509, United States
- Zip Code: 27509
- Zip Code: 27509
- Record
- SN03889322-W 20150918/150916235619-437a24701f2d10435aa44c0460f1a772 (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 |