Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

B -- Technical assistance

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
DJBCOB0002-04
 
Response Due
3/19/2004
 
Archive Date
4/3/2004
 
Point of Contact
Larry Sayles, Contract Specialist, Phone 202-307-3223, Fax 202-514-0523, - Donna Harris, Supervisory Contract Specialist, Phone 202-307-3943, Fax 202-514-0523,
 
E-Mail Address
lsayles@bop.gov, ddharris@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. Solicitation number DJBCOB0002-4 is being issued as a small business set-aside request for quotation (RFQ). The North American Industry Classification System (NAICS)code for this acquisition is 541990. The Federal Bureau of Prisons, Central Office Business Office intends to secure a fixed price requirements contract, for a base year and four option years. Orders will be placed for the performance of tasks. Background: In January 2003, an Executive Staff decision approved a pilot project(IACP)for Federal offenders with impulsive-aggressive disorders. The IACP was conceptualized as consisting of four distinct processes, namely: Screening, Assessment, Treatment and Evaluation. United States Penitentiary, Pollock, Louisiana was selected as the pilot site. The BOP is seeking a qualified individual to develop a system of screening and voluntary treatment for impulsive-aggressive disorders for inmates at USP Pollock. The pilot entails that the contractor: 1. Screen - The identification process will include establishing specific criterion gleaned through documentation review (e.g., Admission and Orientations Screening information and Pre-sentence Investigations) and interviews with Psychology, correctional staff and inmates. 2. Assessment - Develop a classification system for accurately describing aggressive and violent acts of the Federal offender, both before and during incarceration. The assessment classification tool or protocol would assess whether the individual inmate exhibits the Impulsive-Aggressive cluster of behaviors, including neurophysiological aspects of violent criminal behavior targeted by this pilot program. 3. Treatment - The contractor will be expected to design various treatment interventions to include psycho educational, cognitive-behavioral group, individual instruction / attention, neurofeedback, and when appropriate, consultation with a psychiatrist or neurologist and expose inmates to these interventions who agree to participate in the study. Participants will complete the IACP when they have met their treatment goals, including at least 12 months without a 100 or 200 series incident report and at least six months without any incident reports. 4. Evaluation - An evaluation plan for such treatment needs to be established and executed. Services provided by the contractor in this regard may include initial evaluation design, data collection, to include offender interviews, data entry, data analysis, and report writing. The pilot will be evaluated by comparing incident reports and frequency of disciplinary transfers for inmates pre-IACP, IACP, and post-IACP using a within subject design. It may also be possible to employ a between subjects design by including impulsive-aggressive non participants as a control group. Perpetual evaluation will be conducted at USP Pollock, and the design will evolve through time given the allowances or constraints that are likely to emerge throughout the research process. Finally, the contractor will collaboratively develop, with the Psychology Services Branch, a program evaluation design for the pilot which will address the questions of (1) whether it is possible to develop a reliable screening and assessment processes to identify inmates with impulsive-aggressive disorders, the IACP target population and (2) whether the IACP proved to be an effective treatment and management tool. The contractor will also, provide technical assistance and training in the following areas: statistical analysis of data, scoring protocol for the classification of violent acts, data collection and management procedures, program implementation and treatment protocols. Evaluation Criteria: Technical - the contractor must hold a Ph.D. from an accredited Psychology Program and have an established record of collaborative research in at least one correctional setting with the identified population of impulsive-aggressive offenders, must have a thorough working knowledge of impulsive-aggressive behaviors and the neurology and psychology behind such behaviors, have an understanding of correctional protocol, be familiar with mental health record keeping systems used in the field of correctional Psychology, have experience diagnosing and assessing impulsive-aggressive disorders and must have a thorough grounding in research design and statistical analyses. He or she should have the ability to present pilot results to a variety of BOP staff. Past Performance - submit information concerning previous projects completed in the field of Impulsive-Aggressive behavior, including: duration of project, number of staff directly involved, points of contact, including telephone number and any papers/articles written about Impulsive-Aggressive behavior. Delivery Schedule: The contractor will provide services for the duration of the pilot from IACP implementation to completion - which is expected to be approximately five years. The contractor must reside within a 500 mile radius of USP Pollock, Alabama. A session will be the equivalent of one hour, not to exceed thirty sessions per week. Estimated session durations: Screening 40 sessions; Assessment 56 sessions; Treatment 160 sessions; Evaluation 160 sessions, total of 666 estimated sessions. This estimate is not a representation that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. Due to the nature of the correctional setting, delays in performance of work may be expected. Such delays may include but are not limited to inclement weather, electrical or mechanical problems, or other security matters. When contract employees report to the institution but are unable to perform services due to such delays, the contractor will be paid for one (1) session. However, if the institution requests that the contractor remain at the institution for eventual performance, the contractor shall be paid for such sessions. Data gathering will be conducted during normal weekday business hours at USP Pollock. Non site dependent tasks can be completed at the contractors primary place of business with proper confidentiality and security of pilot documents, to be approved by Contracting Officers Technical Representative (COTR). Travel associated with this project for presentations and/or training of BOP staff will be reimbursed on an as-needed basis. Government Furnished Equipment: The government will be providing standard assessment instruments and mental health tools for use with the research participants. Note: This contract does not constitute an employer/employee relationship. The contractor acknowledges that a urinalysis test is required with a negative result being required. The contractor acknowledges that he/she must pass all required security checks and clearances necessary to work in a Federal correctional facility. Given the scope and specificity of experience needed to accomplish this pilot in a timely manner, there are no, Office of Personnel Management positions available. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2001-20. The solicitation document and incorporated Federal Acquisition Regulation (FAR) provisions and clauses are those in effect through FAC 2001-20, and are available at www.arnet.gov/far. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2004); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 2004) (Reps. and Certs.) must be completed and submitted along with the quote; copies of Reps. and Certs. may be obtained by email request to lsayles@bop.gov. In accordance with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2004), the following clauses are incorporated by reference in paragraph (a) 52.233-3 PROTEST AFTER AWARD (AUG 1996)(31 U.S.C. 3553). Paragraph (b)52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (June 2003) (15 U.S.C. 644); 52.222-26 EQUAL OPPORTUNITY (APR 2002)(E.O. 11246); 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA AND OTHER ELIGIBLE VETERANS (DEC 2001) (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998)(29 U.S.C.793); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) (38 U.S.C. 4212); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT 2003)(31 U.S.C. 3332); 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2002); ADDENDA 52.227-17 RIGHTS IN DATA-SPECIAL WORKS (JUN 1987); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER CENTRAL CONTRACTOR REGISTRATION (OCT 2003); 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999), Evaluations will be based on technical qualifications, past performance and price, when combined past performance and price will approximately equal technical qualifications. Department of Justice Residency Requirement Certification policy requires contractors providing services must have resided in or worked for the United States overseas for three of the last five years. Contractors must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. Instructions to quoters: Quotes should reflect all-inclusive costs expressed on a session basis, with the exception of travel costs associated with presentations/training sessions yet to be determined. Travel will be reimbursed on a cost. Quotations are Due March 19, 2004, by 8:00 a.m. Eastern Standard time. Submit with quotations 1)past performance information, 2)qualifications as described in this announcement under Evaluation Criteria, 3)DOJ Residency Requirement form and 4)FAR clause 52.212-3 Representations and Certifications, (copies of DOJ form and Reps. and Certs. May be obtained by email request to lsayles@bop.gov. Send quotation packet via e-mail or facsimile to lsayles@bop.gov or fax to 202.514.0523.
 
Place of Performance
Address: Federal Bureau of Prisons, 320 First Street, N.W., Suite 5002, Washington, D.C.
Zip Code: 20534
Country: USA
 
Record
SN00536440-W 20040306/040304222121 (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  © 1994-2020, Loren Data Corp.