Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

U -- Expansion of the Woman's College Program

Notice Date
6/27/2023 11:18:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
NATIONAL ACQUISITIONS - CO WASHINGTON DC 20534 USA
 
ZIP Code
20534
 
Solicitation Number
15BNAS23QF00000042
 
Response Due
7/13/2023 9:00:00 AM
 
Archive Date
07/28/2023
 
Point of Contact
Andrea Gavitt, Phone: 2025986111
 
E-Mail Address
amgavitt@bop.gov
(amgavitt@bop.gov)
 
Description
The Federal Bureau of Prisons (Bureau) National Acquisitions Section (NAS), Washington, DC intends to make a single award(s) of a firm-fixed price, requirements contract for Expansion of the Woman�s College Programs for inmates in the custody of the Bureau.� To meet the purpose of this SOW, �the BOP intends to make awards to accredited colleges and universities responsible for the provision of a course of study leading to an Associate Degree and/or college certificate for the female federal offender population. All colleges and universities wishing to participate are encouraged to submit a proposal that will consist of expanding education opportunities for the female federal offender population by offering in person, paper-based instruction. The college or university offering the program shall be recognized by the U.S. Department of Education and/or the Council for Higher Education System and accredited by a regional higher education accreditation organization (for example, North Central Association of Schools and Colleges, Western Association of Schools or Colleges, etc.). All contract instructors assigned to provide instructional services as part of this contract must possess expertise in the related fields and have at least one year of relevant college teaching experience. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; proposals are being requested and a written solicitation shall not be issued.� The solicitation is being issued as Request for Quote (RFQ) 15BNAS23Q00000042.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The North American Industry Classification System Code (NAICS) is 611310, which has a size standard of $34.5 million.� Listed below are the federal institutions able to host female college program. All proposals must include which location services will be offered. � FPC Bryan - Texas � FCI Dublin - California � FCI Hazelton - West Virginia � FCI Marianna � Florida � FCI Phoenix - Arizona � FCI Victorville (Medium I) - California � FCI Waseca � Minnesota The program will be performed in the Education Department (or another area/location identified and approved by the Supervisor of Education (SOE) of the participating institution). Federal Prison Camps and Low Security Prison sites could allow offenders to take classes at the contractor�s campus for relevant technology sections of the program. Approval for this clearance will need to be discussed ahead of time and will be dependent on inmate security level, community custody clearance, and local Warden approval. The maximum class enrollment will be 10 students per year. The contractor will issue a certificate or Associate Degree once a student successfully completes all the required courses within the program. The Schedule of Items (Attachment I) and the Statement of Work (Attachment II) provides and lists descriptions of the required items with quantity estimates.� The contractor shall commence full performance of services under this contract upon award of the contract.� In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for supplies and services under this contract is at the destination, various Bureau locations throughout the U.S. The periods of performance of the resulting contract shall be as follows: Base Period � Date of Award to July 31, 2024 with Four (4) Option Years and a Six (6) month extension. ADDITIONAL CONTRACT REQUIREMENTS: Attachments: 15BNAS21Q00000028 Schedule B - ������������������������� Schedule B of Supplies/Services Schedule of Items ������������������ ��������������������� ������������� Attachment I Statement of Work (SOW) -������������������������������ ��������� Attachment II Evaluation Criteria -������������������������������������������ ��������� Attachment III Business Management Questionnaire (BMQ) � ��������� Attachment IV Past Performance Questionnaire (PPQ) -��������� ���������� Attachment V Bank Notification Letter -��������������������������������� ���������� Attachment VI Submission of Offers -�������������������������������������� ���������� Attachment VII Clauses and Provisions������������������ ����������������������������� Attachment VIII Whistleblower Information �������������������������� ������������� Attachment IX Bureau Contractor Travel Guide������������������� � ����������� Attachment X Contractors are advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. Contract Pricing � Contract pricing shall be per unit of each line item identified in the Schedule of Items (Attachment I) provided. The Government reserves the right to award without discussion; therefore, the contractor�s initial proposal should contain the best terms from a price standpoint. Pricing Methodology � The quantity of supply to be provided by the contractor is estimated and is not a representation to a offeror or contractor that the estimated quantities shall be required or ordered or that conditions affecting requirements shall be stable or normal.� Pursuant to FAR 17.203(b), the Government�s evaluation of offers shall be inclusive of options.� Pursuant to FAR 17.203(d), the offeror may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered.� This estimate is not a representative to an offeror or contractor that the estimated quantity shall be required or ordered or that conditions affecting requirements shall be stable or normal. (FAR 16.503(a)(1). SUBMISSION OF OFFERS: On letterhead or business stationary, the following information is required: The solicitation number; The time specified in the solicitation for receipt of offers; The name, address, and telephone number of the offeror including contractor�s UEI number; A technical description of the items/services being offered in detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms, contractor should submit pricing using the Schedule of Items detailed on Attachment I; �Remit to� address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offer shall complete electronically); Also FAR 52.209-7 Information Regarding Responsibility Matters (FEB 2012) needs completed as applicable; Acknowledge of Solicitation Amendments, if any; In regards to past performance information, please provide the Past Performance Questionnaire (Attachment V) to the three most recent, current or complete contracts and subcontracts occurring during the past five years that are like or similar in nature to the services required in the Statement of Work.� Contracts listed may include those entered into with Federal Government, agencies of state and local government and commercial entities.� General performance information shall be obtained from the references using the attachment provided. It is the offerors responsibility to provide the questionnaire to the three contractors to complete and return to the offeror for submittal along with their proposal. The offeror shall also provide the Business Management Questionnaire (Attachment IV) and provide the contact information for a financial reference.� The offeror shall utilize the Sample Bank Notification Letter provided in Attachment VI, or a similar letter, to send to their bank references.� Also, please provide a copy of the letter with your proposal;� Since the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.� Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.� Ordering Official: Delivery orders may be issued only by the Contracting Officer or Administrative Contracting Officer with an appropriate certificate of appointment. Proposals shall be submitted electronically to Andrea Gavitt, amgavitt@bop.gov. The subject line of the email must state �15BNAS23Q00000042 - �Expansion of the Woman�s College Program Quote -(Company Name).� Proposals must be received no later than 12:00 p.m. EDT on July 13, 2023. All Questions concerning this solicitation must be emailed to amgavitt@bop.gov no later than 12:00 p.m. EDT on Thursday, July 6, 2023. The subject line of the email must state �15BNAS23Q00000042 Offeror Questions, Expansion of the Woman�s College Program - (Company Name).� All answers shall be posted in writing on Sam.gov. Questions shall not be answered verbally or individually.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a2483134a2743e9b7c15782660ec7ad/view)
 
Record
SN06729313-F 20230629/230627230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.