Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2004 FBO #1004
SOLICITATION NOTICE

R -- Drug Abuse/SOTP Technician

Notice Date
8/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Butner (LSCI), PO Box 999 Old N.C. Highway 75, Butner, NC, 27509
 
ZIP Code
27509
 
Solicitation Number
RFQ10407-0039-4A
 
Response Due
9/3/2004
 
Point of Contact
Mary Doyle, Supervisory Contract Specialist, Phone (919)575-5000, ext. 1292, Fax (919) 575-5036, - Pattie Williams, Contract Specialist, Phone 919-575-5000 x1128, Fax 919-575-5036,
 
E-Mail Address
mdoyle@bop.gov, pcwilliams@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (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 10407-0039-4 is issued as a request for quotations. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-24. The North American Industrial Classification System Code is 561990. The small business standard is $6.0 Million. This solicitation is 100% set-aside for small business. The Government intends to make a single award of a firm fixed price contract. Award will be made to the responsible quoter who submits the most advantageous offer to the Government based on technical qualifications, past performance, and price. Technical qualifications and past performance, when combined, are approximately equal to price. Offerors are advised that award may be made without discussions. Therefore, submit all information, proof of experience certificates, diploma?s necessary to evaluate your proposal. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). FCC Butner requires contractual services of a technician to support the Sexual Offender Treatment and Drug Abuse Programs for inmates incarcerated at FCI Butner, North Carolina. Contractor will provide non-personal services as a Drug Abuse Program Technician. This will be a contractual arrangement and not a personnel appointment. Payment will be based on the provision of an end product or the accomplishment of a specific result. The service does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters. However, Contractor performance shall be closely monitored by the Contracting Officer?s Technical Representative. Responsibilities: The DAP/SOTP Technician?s time will be divided between the Drug Abuse Program and Sex Offender Treatment Program. The duties and responsibilities under each program are described separately as follows: DAP Responsibilities: The Technician will enter data and generate reports on admissions to the DAP program, completions of the program, rates of incident reports among program participants, demographics and other information. This responsibility will require becoming familiar with the DAP?s administrative requirements and treatment expectations. The Technician will maintain a tracking system for drug abuse program related forms and documents pertaining to residential drug abuse program eligibility. This responsibility will require becoming familiar with the Bureau of Prisons? program statement (BOP PS 5330.10) on the administration of drug treatment programs. The Technician will assist the DAP in all functions related to early release determination and documentation. The Technician will maintain a tracking system for drug abuse program related forms and documents. These responsibility will require becoming familiar with the Bureau of Prisons? program statement (BOP PS 5330.10) on the administration of the residential drug treatment program and the relevant policy. The Technician will audit DAP treatment files to assure proper documentation is in place confirming required paperwork is completed within time frame indicated by drug abuse program policy (BOP PS 5330.10). The Technician will implement and maintain a system to assure discharge summaries are reviewed and submitted in a timely manner that is consistent with drug program policy (BOP PS 5330.10). The Technician will monitor and track inmate movement relative to pre-release status and related requirements. The Technician will assist the DAP Coordinator and Chief Psychologist in providing technical training to DAP staff in the proper management of DAP files and compliance with the relevant program statement. The Technician will organize and maintain DAP treatment files including filing of documents and assuring they are complete. The Technician will perform word processing, data entry, and typing duties that are specifically related to the Drug Abuse Program. The Technician will score psychometric instruments. S/he will mail test data for scoring and interpretation, as well as organize test reports in inmate charts. The Technician will be involved in the ordering of DAP related supplies (workbooks) and materials (latest audio- visual resources) and be familiarized with such supplies and materials as to keep the DAP Coordinator apprized of current inventories and latest resources. SOTP Responsibilities: The Technician will enter data and generate reports on admissions to and discharges from the SOTP, as well as wait list and incoming designations to the program. This will require familiarity with SOTP data management systems, admissions criteria and referral procedures, and intake/orientation procedures. The Technician will enter extensive clinical data into several databases, and generate reports from those databases. S/he will maintain a chart management system ensuring the completeness of inmate charts per guidelines of the SOTP. S/he will assist the SOTP Director with internal audits of clinical services and case monitoring systems. The Technician will organize clinical reports, and prepare and mail discharge packets to United States Probation Officers upon the directive of the SOTP Director. The Technician will maintain and implement a system of dissemination clinical reports. The Technician will score psychometric instruments. S/he will mail test data for scoring and interpretation, as well as organize test reports in inmate charts. The Technician will perform word processing, data entry, and typing duties that are specifically related to the Sex Offender Treatment Program. The Technician will be involved in the ordering of SOTP related supplies (workbooks) and materials (latest audio- visual resources) and be familiarized with such supplies and materials as to keep the SOTP Director apprized of current inventories and latest resources.Work hours: The contractor will work forty (40) hours per week. Twenty (20) hours will be provided to the DAP in five four-hour sessions from 7:30 am to 11:30 am, Monday through Friday. The other (20) hours will be provided to the SOTP in five four-hour sessions from 12:00 pm to 4:00 pm, Monday through Friday (excluding federal holidays), with no more than eight (8) total hours of work in one day. The hours of work will typically take place between 7:30AM and 4:00PM but the hours may be adjusted with the approval of the COTR. Location: The contractor will provide services at the Federal Correctional Institution, Butner , North Carolina, within the area of the Residential Drug Abuse Treatment Program, which is located in State and Wake units, and in the areas of the Sex Offender Treatment Program, which is located in Maryland Unit. The work location is situated in two residential housing units that serve as unit-based treatment programs for inmates/residents in drug abuse and sex offender treatment. The contractor will have an office with complete computer and printing access. The contractor?s office will be located among the offices of other Psychology Services and unit staff who will be available for consultation and support. Qualifications: A background in psychology is preferable and knowledge of the substance abuse and/or mental health field would be particularly helpful in the performance of the stated responsibilities. If the contractor is not familiar with the substance abuse and/or mental health field, he/she must be able to develop substantial knowledge of it to perform satisfactorily. Familiarization with the Diagnostic And Statistical Manual Of Mental Disorders, Fourth Edition, Text Revision, as it relates to substance use and paraphilic disorders, will be necessary to carry out the duties of this contract. The Technician must have the equivalent of an Associates degree and be adept at using a computer, word processing software and spreadsheet or database management systems. Familiarity with the WordPerfect format is necessary to perform the required work. The contractor must be highly proficient with the English language and be able to edit professional reports such as clinical discharge reports or treatment summaries. S/he must be able to compose cover letters, simple memoranda, and other routine written communication. Good organizational skills are needed to provide the wide range of services that the Technician will be expected to perform. The contractor will be required to interact primarily with various professional staff and to a lesser extent with inmates. Although interaction with inmates will be minimal, the contractor should be prepared to interact effectively with this population. Effective interpersonal and communications skills are necessary to this position. Name of Contracting Officer?s Technical Representative: Karen Steinour, Ph.D. Chief, Psychology Services. In order to ensure proper preparation of Contractor payment vouchers, all hours must be documented by the Contractor, showing hours worked each visit. The terms and conditions for the following clauses are hereby incorporated into this solicitation and resulting contract as an addendum to FAR clause 52.212-4 Contract Security/Investigative Requirements: The following requirements apply to those individuals delivering services inside the institution. 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 (authority of release of information), and; 8. NACI check (if applicable), and; 9. Urinalysis test (for detection of marijuana and other drug usage). 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 test positive, the individual(s) shall be excluded and the proposed contractor shall provide acceptable replacement personnel subject to the same security requirements. The Contractor agrees to adhere to all regulations prescribed by the institution in regards to the safety, custody, and conduct of inmates. The Contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The Contractor or their designated personnel shall attend a one time orientation program, consisting of approximately four (4) hours, prior to performing any services at the institution. The date and time for this orientation will be mutually agreed upon by both parties, and reimbursement for attendance will be at the contract rate. to Government supervision, except for security related matters.In order to ensure proper preparation of Contractor payment vouchers, all hours must be documented by the Contractor, showing hours worked each visit. The Contractor shall not: 1. Supervise inmates 2. Supervise Bureau of Prisons staff 3. Participate in inmate accountability 4. Formulate policy or procedures 5. Attend meetings, recalls or staff functions. NO SOLICITATION DOCUMENT WILL BE ISSUED. Submission of Quotations: The requested quotations must be received at the Federal Bureau of Prisons, FCC Butner Contracting Office, P.O. Box 999, Old NC Hwy 75, Butner, NC 27509, on or before 4:00 P.M. EST September 3, 2004 FEDERAL BUREAU OF PRISONS SERVICE CONTRACT BUSINESS MANAGEMENT QUESTIONNAIRE - Offerors must provide the names and contact information for all contracts, agreements, projects, etc., (federal, state, local government, as well as commercial) in the past three years, especially significant are those which demonstrate the firm's or individual?s competence to perform work similar to that likely to be required on this project. Consideration will be given to projects/experience which illustrate respondent's positive capability for performing work similar to that being sought. Required information must include: (Attach additional pages as necessary.) (a) name and location of project; (b) brief description of type and extent of services provided for each project; c) contract number; (d) complexity of work: difficult [__] routine [__]; (f) contract amount: _________________; (g) status: Active [__] Complete [__]; (h) date of award:_______________________________. contract completion date (including extension): _________; (I) name, address and telephone number of the Contracting Officer's Technical Representative (COTR). (COTR) (a) Karen Steinhour, PhD; Federal Correctional Institution, Butner, North Carolina, Contractor, if an individual other than a corporation, upon contract award must complete several Human Resource Management Forms. The forms are referenced as follows: Direct Deposit (SF-1199A); Federal/State/City/County Tax Forms (as applicable); Employee Locator Form (DOJ-233); Race and National Origin Identification (SF-181); Self-Identification of Handicap (SF-256), and; Employment Eligibility Verification (I-9). An award made to an individual resulting from this solicitation is not subject to 52.212-4(I), Prompt Payment Act. When award is made to an individual, the provision of these services has been determined to meet certain criteria for creating a common law employment relationship. Therefore, the BOP is responsible for the payment of FICA taxes (7.65%) and the withholding of the individual employee?s taxes. These responsibilities apply only when award of this solicitation is made to an individual. It does not apply to companies or individuals who are incorporated. For evaluation purposes, an additional 7.65% will be added to the price submitted by individuals who are not incorporated. A residency requirement certification as stated below, must be completed and returned with the offer/bid/quote for individuals applying for a contract. Companies must submit a completed certification for each of their employees performing work at the Federal Bureau of Prisons, prior to performance. In order to facilitate the clearance process, companies should submit the certification as soon as it is apparent which employees will be performing the work but no later than one week prior to performance. Documentation to substantiate residency may be requested at anytime prior to award for contracts with individuals, and prior to performance for awards to other than individuals. RESIDENCY REQUIREMENT: I certify that for three of the five years immediately prior to responding to this solicitation, I have: (1) resided in the United States (US); (2) worked for the U.S. overseas in a Federal or military capacity; or (3) have been a dependent of a Federal or military employee serving overseas. Contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds and minimum amounts of insurance required as listed: Comprehensive General Liability: $500,000 per occurrence for bodily injury. 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. The following FAR clauses apply to this acquisition: 52.204-6, Data Universal Numbering System 52.204-7, Central Contractor Registration, Alternate I, prior to contract award; 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition, (period of acceptance of offers) is deleted as not applicable; 52.212-4, Contract Terms and Conditions Commercial Items; 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); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contract Registration; 52.222-41, 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.228-5, Insurance-Work on Government Installation; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for the Next Fiscal Year; Notice of Total Small Business Set-Aside; 52.222-26, Equal Opportunity; and 2852.201-70 of the Justice Acquisition Regulation (JAR), Contractor, if an individual other than a corporation, upon contract award must complete several Human Resource Management Forms. The forms are referenced as follows: Direct Deposit (SF-1199A); Federal/State/City/County Tax Forms (as applicable); Employee Locator Form (DOJ-233); Race and National Origin Identification (SF-181); Self-Identification of Handicap (SF-256), and; Employment Eligibility Verification (I-9). An award made to an individual resulting from this solicitation is not subject to 52.212-4(I), Prompt Payment Act. Offerors must submit the following information on letterhead or business stationary, directly to the contracting officer: 1. Offerors Representations and Certifications (FAR 52.212-3). 2. Residency Requirement Certification. 3. Proof of Education and or experience 4. Contract Pricing as follows: Base Period: Date of Award through September 30, 2005; Five 8-hour sessions per week X session price $_____________ X 52 (Weeks) = yearly total $______________. Option Year One (October 1, 2005 through September 30, 2006) - Five 8-hour sessions per week X session price $_____________ X 52 (Weeks) = yearly total $______________ ; Option Year Two (October 1, 2006 - September 30, 2007) Five 8-hour sessions per week X session price $_____________ X 52 (Weeks) = yearly total $______________ . NO SOLICITATION DOCUMENT WILL BE ISSUED.
 
Place of Performance
Address: Federal Correctional Institution, P.O. Box 999; Old NC Hwy 75, Butner, NC
Zip Code: 27509
Country: USA
 
Record
SN00650306-W 20040826/040825041814 (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.