Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2004 FBO #0849
MODIFICATION

G -- Life Connections Program, FCC Victorville, CA

Notice Date
11/4/2003
 
Notice Type
Modification
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ61603-0017-3
 
Response Due
11/19/2003
 
Point of Contact
Robert Chapman, Contract Specialist, Phone (972) 352-4517, Fax 972-352-4545,
 
E-Mail Address
rachapman@bop.gov
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. RFQ 61603-0017-3 is issued as a request for quotation. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-15(b). This action is unrestricted. The North American Industrial Classification System Code is 813110 and the Small Business Size Standard is $6 Million. The Government reserves the right to award without discussion, along with making a single award or multiple awards. Therefore, each initial offer should contain the offeror's best terms from a cost or price standpoint. Award shall be made to the responsive/responsible offeror(s) submitting the lowest Total offered amount. Contract pricing shall be based on session rates. Contract pricing shall include all charges to the Government for performing the services required by this solicitation/contract (e.g., profit, supervision, etc.). BACKGROUND: The life Connections 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 Faith-based 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. STATEMENT OF WORK: The Federal Bureau of Prisons (BOP), Federal Correctional Institution, Life Connection Program, 13777 Expressway Blvd., Victorville, CA 92394, has the following seven (7) individual requirements listed as follows: ITEM 1: INSIDE PROGRAM FACILITATOR A. Scope of work: Inside Program Facilitator who will assist the Chaplain Program Manager in the day to day operations of the Bureau of Prisons Residential Faith-Based Pre-release Program at the Federal Correctional Institution, Victorville, California. The Faith-Based Program is a multi-faith program, so the contractor will be expected to work daily with a broad variety of faith communities. Selected contractor will be knowledgeable of program goals and scheduling and will work with the Chaplain Program Manager and the Community Liaison to coordinate all program components. Once the program is fully operational, there will be approximately 100 inmate participants. The contractor will work closely with the Chaplain Program Manager and the Community Liaison to ensure that volunteers and mentors from a broad spectrum of religious faith communities are available to meet the needs of this multi-faith program. Consultations will be held with Faith-Based Chaplain Program Manager as needed. The Contractor will be responsible for providing regular reports to the Central Office Research Branch relating to the progress of the program. The contractor will be required to perform the following: A. Develop lesson plans using the LCP Curriculum for a diverse group of religious. B. Facilitate workshops and seminars on a variety of topics. C. Present and lead faith specific study groups and educational classes. D. Attend team meetings and departmental meetings related to the Life Connections Program. E. Provide Pastoral care and spiritual counseling as needed. F. Submit written recommendations to the LCP Chaplain. B. Schedule: Contractor will commit 30 hours each week to the coordinating of programs, developing and facilitating of workshops and seminars, and other programming needs for the multi-faith Residential Faith-Based Program. The contractor will work closely with the Chaplain Program Manager and other program staff in the development, scheduling, and implementation of the multi-faith Residential Faith-Based Program. The schedule may include some weekend and/or evening hours based on program needs. The breakdown of hours will be determined locally. The contractor shall not exceed 30 hours per week. A normal schedule of work will be Monday thru Wednesday 7:00am-3:30pm, and Thursday 7:00am-1:30pm. There will be a thirty (30) minute break for lunch each day. The contractor will not be expected to work Federal Holidays. Any weekend hours required by the program needs will be mutually agreed to by the contractor and the Life Connections Program Chaplain. C. Minimum Requirements: Selected contractor must possess, through a combination of education and experience, a general working knowledge of a broad variety of religious traditions. They must have excellent inter-personal communications skills. The contractor must have experience in managing multiple tasks in the coordination of daily activities involving numerous and diverse groups of people. The contractor must possess a Bachelor of Arts degree from an accredited college or university with a major in religious studies, religious education, or a related curriculum. Course work in public administration will be considered as useful in meeting the requirements of this contract. ITEMS 2 THROUGH 7: The following Statement of Work, Schedule and Minimum Requirements apply to items 2 through 7, except as noted. 2. NATIVE AMERICAN INDIAN SPIRITUAL LEADER. 3. CATHOLIC SPIRITUAL LEADER 4. PROTESTANT SPIRITUAL LEADER 5. ISLAMIC SPIRITUAL LEADER 6. RASTAFARIAN SPIRITUAL LEADER 7. BUDDHIST SPIRITUAL LEADER A. Scope of Work: Acquisition of Six (6) Spiritual Leader’s who will provide religious instruction and leadership for inmates participating in the Bureau of Prisons Residential Life Connections Pre-release Program at the Federal Correctional Institution, Victorville, California. Selected contractor will provide religious instruction based on their own expertise as it relates to the core curriculum materials. The contractor will work closely with the Chaplain Program Manager and other program staff to assist in the development of the program and to gauge the progress of individual participants. Consultations will be held with Life Connections Chaplain Program Manager as needed. Although the instruction will follow the specific denominational tenants, the contractor may work with participants who follow other faiths. The contractor will be responsible for providing regular reports to the Central Office Research Branch relating to the progress of the program. The contractor will be required to perform the following: A. Organize and plan LCP curriculum lessons and program for inmates. B. Present and lead faith specific study groups and educational classes. C. Attend team meetings and departmental meetings related to the Life Connections Program. D. Be a resource for religious dietary needs of the faith. E. Instruct inmates in the various Faith’s and how it can be applied to their daily life. F. Provide Pastoral care and spiritual counseling as needed. G. Submit written recommendations to the LCP Chaplain. B. Minimum Requirements: The contractor(s) must possess an ordination certificate or like document showing they are a recognized clergy or spiritual leader in good standing with their faith community. The contractor must have a minimum of three years of documented, continuous full time experience as a Spiritual Leader with their faith community. The contractor must possess at a minimum, a Baccalaureate Degree from an accredited college or university, with a major in some form of religious studies. C. Schedule: Contractor will provide up to sixteen (16) hours each week of religious instruction and counseling in conjunction with the core curriculum topics of the Residential Life Connections Program. The contractor will also provide leadership in weekly studies and may be required to lead some other groups based on program needs. The schedule may include some weekend and/or evening hours based on program needs. The breakdown of hours will be determined locally. A session is defined as one (1) four (4) hours per day. A normal schedule of work will be Monday through Thursday, 7:30am-11:30am. The Contractor will not be expected to work Federal Holidays. The contractor may also be required, to provide an additional four (4) hour session during the evening and/or weekend. THE FOLLOWING APPLIES TO ALL 7 (SEVEN) REQUIREMENTS: MANAGEMENT: Provisions of the services under this contract will require frequent and unsupervised contact with inmates. The contractor will not be for the management of inmates other than ensuring that those inmates involved in activities within the contractor’s scope of work, are abiding by all rules in effect to ensure their safety and well being. The contractor shall inform the COTR of any inmate found in violation of those rules. The contractor will be monitored by the Life Connections Chaplain Program 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. The contractor may attend team meetings, departmental meetings, or other meetings relating to the involvement of the services to be provided by terms of the contract. Required meetings will be accomplished on scheduled contract time. The contractor will provide a monthly billing statement to the contract monitor that accurately reflects the days of each visit, the number of hours or sessions of each visit, the general content of the sessions, and the total dollar amount due for that months services. Contractor will sign in the contractors’ log book upon entering and leaving the institution. RESTRICTIONS OF CONTRACT WORKERS: The contractor shall not: 1) Supervise inmates, 2) Supervise Bureau of Prisons staff, 3) Participate in inmate accountability, 4) Requisition, sign for or pick up supplies, 5) Formulate policy or procedures, 6) Attend recalls or staff functions. OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. The following FAR clauses apply to this acquisition: 52.212-1, (Oct 2003) Instructions to Offerors Commercial Items applies to this acquisition; 52.212-4, (Oct 2003) Contract Terms and Conditions Commercial Items; 52.212-5 (b) (29), Contract terms and Conditions Required to Implement Statutes and Executive orders- Commercial items; 52.216-18, Ordering (from the first day of the effective contract period through the last day of the effective contract period); 52.216-19, Order Limitations ((a) $50.00, (b) (1) the yearly estimated quantity (2) the yearly estimated quantity (3) 30 days); 52.216-21, Requirements (after the last day of the effective contract period); 52.217-8, Option to Extend Services (Contractor prior to expiration of the current performance period); 52.217-9, Option to Extend the Term of the Contract ((a) Contractor by the last day of the current performance period, at least 60 days before the contract expires (c) five years); 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZONE Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration All potential offerors are advised that this solicitation includes the clause at FAR 52.204-7, Central Contractor Registration (CCR). This clause requires all contractors doing business with the Federal Government after September 30, 2003, to be registered in the CCR database. Offerors should include their Data Universal Number System (DUNS) number in their offers. The Contracting Officer will verify registration in the CCR database prior to award by entering the potential awardee’s DUNS number into the CCR database. Failure to complete the registration procedures outlined in this clause may result in elimination from consideration for award. Instructions for registration in the CCR can be found at www.ccr.gov. Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov. All responsible sources may submit an offer which will be considered for award. NO SOLICITATION DOCUMENT WILL BE ISSUED. PRICE: Provide written pricing as outlined in the “Instructions to Offerors-Commercial Items” and as outlined in the pricing schedule. Each line item will be a warded based on price. INSTITUTION SECURITY: Contractor will adhere to all regulations prescribed by the institution for the safety, conduct and custody of inmates. The contractor shall attend an orientation program prior to assuming their full duties within the institution. The contractor’s performance will be monitored by the COTR. SECURITY REQUIREMENTS: The following information is required to be completed before the contractor can perform under the intended award in accordance with Bureau of Prisons Acquisition Policy (BPAP) 37.103(b): 1. National Crime Information Center (NCIC) check; 2. DOJ-99 (name check); 3. FD-258 (fingerprint check); 4. Law Enforcement Agency checks; 5. Vouchering of Employers over past five years; 6. Resume/Personal Qualifications; 7. OPM-329-A; and 8. NACI check (if applicable) Each prospective contractor is advised that a urinalysis test is required (for detection of marijuana and other drug usage) prior to performance. If the proposed contract is with an individual, and if the test is positive, the proposed contractor shall be disqualified from being awarded the contract. If the proposed contract is with a company and the individual(s) assigned to perform the work tests positive, the individual(s) shall be excluded and the proposed contractor shall provide acceptable replacement personnel Subject to the same security requirements. SUPPLIES: All supplies that the contractor may routinely need will be provided by the Federal Correctional Institution, Victorville, California. 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. MISCELLANEOUS INFORMATION: This will be a contractual arrangement and not a personnel appointment; payment is based on the provision of an end product or the accomplishment of a specific result. The services provided, being professional in nature, will be provided in the method as considered normal in the local community. Results to be obtained will be entirely within the contractor's own unsupervised determination; the contractor will not be subject to Government supervision, except for security related matters. However, contractor performance will be closely monitored. Award of the contract will result in a nonpersonal contract, as defined in FAR Part 37.101, under which the contractor is an independent contractor; Award of the contract will not create an employer/employee relationship; accordingly, entitlement and benefits applicable to such a relationship will not apply. Payments under the contract will not have provisions for state, municipal, or federal withholding taxes, nor will payments be subject to the Federal Insurance Contributions Act. It will be the contractor's responsibility to report all earnings to the appropriate revenue service for tax purposes. (Note: Federal agencies are required to report all payments to a contractor to the Internal Revenue Service.) The contractor is not entitled to unemployment compensation benefits under the Social Security Act, as amended, by virtue of performance under the contract. The contractor agrees to comply with the Privacy Act of 1974 and the rules and regulations issued pursuant to the Act in the performance of the services required by the contract. The contractor shall, without additional expense to the Government, be responsible for obtaining all necessary licenses and permits and for complying with any applicable federal, state, and municipal laws, codes and regulations in connection with the performance of the work. Proper safety and health precautions shall be taken to protect the work, staff and inmates, the public, and the property of others. PERIOD OF PERFORMANCE: This contract shall consist of a base year and three (3) one year options. The award of the base year shall be from the date of award through twelve (12) months. The Government has the right, but is not required to award the Option year, but shall notify the contractor in writing 60 days prior to the option year period with the Governments intent. BASE YEAR Date of Award through twelve (12) months OPTION YEAR 1 Thirteenth (13) month through twenty fourth (24) month OPTION YEAR 2 Twenty fifth (25) month through thirty sixth (36) month OPTION YEAR 3 Thirty sixth (37) month through forty eighth (48) month INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS: On letterhead or business stationary, the following information is required: The Item Number, Title of Requirement, price of each INDIVIDUAL REQUIREMENT YOU WISH TO QUOTE ON and extended total price for each year. Each session is defined as Four (4) hours with the exception of the Inside Facilitator which is defined as Two (2) hours each session. ITEM 1: INSIDE PROGRAM FACILITATOR: Estimated Session Yearly Yearly Price Total Sessions Base Year 780 Sessions X $________ = $_______ Option Year One 780 Sessions X $________ = $________ Option Year Two 780 Sessions X $________ = $________ Option Year Three 780 Sessions X $________ = $________ Note: Session is defined as TWO (2) hours. ITEMS 2 THROUGH 7: ITEM NUMBER AND TITLE QUOTED:_______________________________________ Estimated Session Yearly Yearly Price Total Sessions Base Year 208 Sessions X $________ = $_______ Option Year One 208 Sessions X $________ = $________ Option Year Two 208 Sessions X $________ = $________ Option Year Three 208 Sessions X $________ = $________ Note: Session is defined as FOUR(4) hours. Note: A separate quote must be supplied for each line item. PLACEMENT OF PERFORMANCE: Federal Correctional Institution Life Connection Program 13777 Air Expressway Blvd. Victorville, California 92394 Offers must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Center, 346 Marine Forces Drive, Grand Prairie, TX 75051 by 2:00 P.M. Central Standard Time November 5, 2003. Offers may be faxed to 972-352-4545 or e-mailed to rachapman@bop.gov. If you fax or email your offer please call to confirm receipt. Point of Contact: Robert A. Chapman, Contract Specialist, Phone 972-352-4517, Fax 972-352-4545, E-mail rachapman@bop.gov NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-NOV-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-MAR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BPR/70032/RFQ61603-0017-3/listing.html)
 
Place of Performance
Address: Federal Correctional Complex Life Connections Program 13777 Air Expressway Blvd. Victorville, CA 92394
Zip Code: 92394
Country: USA
 
Record
SN00552077-F 20040324/040322214012 (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.