Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

G -- Program Facilitator

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Milan, PO Box 9999 4004 East Arkona Road, Milan, MI, 48160
 
ZIP Code
48160
 
Solicitation Number
RFQ-41702-006-05
 
Response Due
9/10/2005
 
Archive Date
9/25/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation #041702-006-05 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 24. (iv) This procurement is set-aside for Small Business. (v) PROGRAM FACILITATOR 780 SESSIONS @ _____________ (vi) PROGRAM REQUIREMENTS: Provide Religious Instruction to inmates in the Life Connections Program at the Federal Correctional Institution, Milan, Michigan. Facilitator will coordinate programs, develop workshops and seminars, and scheduling of faith based activities. Facilitator will help establish goals and ensure goals are attained. Facilitator will contact and recruit volunteers and mentors from local community to provide assistance to the participants. Additionally, on occasion the Facilitator will be required to lead worship in the Chapel. STATEMENT OF WORK A. BACKGROUND: In September 2000, the Executive Staff of the Federal Bureau of Prisons approved a concept which would initiate a pilot program of multi-faith Residential Faith-based Pre-release Program. This is a voluntary program which will initially be located in five institutions in various regions of the country. The program will be available to male inmates. The 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. B. SUBJECT: Acquisition of an 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, Milan, Michigan. 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. C. PLACEMENT OF PERFORMANCE: The services to be provided will be accomplished at: Federal Correctional Institution East Arkona Rd. Milan, Michigan 48160 D. 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. E. SUPPLIES: All supplies that the contractor may routinely need will be supplied by the Federal Correctional Institution, Milan. 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. F. METHOD OF INSTRUCTION: 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. There are 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. On occasion the contractor may lead worship in the Chapel. G. MANAGEMENT: The contractor will be monitored by the Faith-Based Chaplain Program Manager. H. 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 as stated in section B.2.3(c). I. MINIMUM QUALIFICATIONS: 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. A SESSION IS DEFINED AS A TWO (2) HOUR PERIOD OF TIME. THE CONTRACTOR WILL PROVIDE APPROXIMATELY 15 SESSIONS/WEEK SPECIFIC DATES/TIMES WILL BE COORDINATED AND DETERMINED BY THE LIFE CONNECTIONS PROGRAM MANAGER. CONTRACTOR WILL NOT EXCEED 15 SESSIONS (30 HOURS) PER WEEK. WORK WEEK WILL INCLUDE WEEKENDS AND HOLIDAYS AT NO ADDITIONAL COST PER SESSION. -- PARTIAL SESSIONS WILL NOT BE AUTHORIZED OR REIMBURSED. -- THE CONTRACTOR WILL NOT BE REIMBURSED FOR LUNCH BREAKS, TRAVEL TIME, OR SECURITY ISSUES. -- THE CONTRACTOR WILL NOT ATTEND INSTITUTION OR DEPARTMENT FUNCTIONS, EITHER SOCIAL OR WORK RELATED. -ALL EQUIPMENT AND SUPPLIES WILL BE SUPPLIED BY THE INSTITUTION RELIGIOUS DEPARTMENT. SOLICITATION QUALIFICATIONS: --AWARD WILL BE A FIRM FIXED PRICE CONTRACT. --THE NUMBER OF SESSIONS IS NOT A GUARANTEE. -- THE CONTRACT IS NOT A PERSONAL APPOINTMENT. THEREFORE, PAYMENT IS BASED UPON THE PROVISION OF AN END PRODUCT OR THE ACCOMPLISHMENT OF A SPECIFIC SERVICE. -- THE CONTRACT DOES NOT CONSTITUTE AND EMPLOYEE/EMPLOYER RELATIONSHIP; THEREFORE THE CONTRACTOR WILL NOT BE SUBJECT TO DIRECT SUPERVISION, EXCEPT FOR SECURITY RELATE MATTERS.--CONTRACTOR PERFORMANCE WILL BE CLOSELY MONITORED. -- AWARD WILL BE TO THE RESPONSIBLE /RESPONSIVE BIDDER OFFERING THE BEST VALUE TO THE GOVERNMENT. RELIGIOUS QUALIFICATIONS: Facilitator 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 meeting the requirements of this contract. 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 communication skills. The contractor must have experience in managing multiple tasks in the coordination of daily activities invovling numerous and diverse groups of people. WILL ALSO HAVE EXPERIENCE SERVING AS A MINISTER OR SPIRITUAL LEADER. SECURITY REQUIREMENTS: --THE CONTRACTOR AGREES TO ADHERE TO ALL REGULATIONS PRESCRIBED BY THE INSTITUTION FOR SAFETY, CUSTODY, AND CONDUCT OF INMATES. -- THE BACKGROUND CHECKS ARE OUTLINE IN THE SECTION ENTITLED ADDITIONAL INFORMATION. THE LIST IS SUBJECT TO CHANGE AT ANY TIME. -- THE CONTRACTOR WILL BE IN CONTACT WITH CONVICTED FELONS AND SHALL CONDUCT THEMSELVES IN AN APPROPRIATE MANNER AT ALL TIMES. THE CONTRACTOR WILL BE ESCORTED WITHIN THE INSTITUTION. AT NO TIME WILL THE CONTRACTOR LEAVE HIS/HER ASSIGNED AREA UNESCORTED. THE CONTRACTOR WILL REPORT ANY INFRACTION OF THE RULES & REGULATIONS BY AN INMATE TO INSTITUTION PERSONNEL IMMEDIATELY. THE CONTRACTOR SHALL ATTEND AN ORIENTATION AND PASS SECURITY BACKGROUND CHECKS PRIOR TO BEGINNING PERFORMANCE OF SERVICES, SECURITY CHECKS TO INCLUDE BUT NOT LIMITED TO: (1) URINALYSIS (2) NCIC (3) NACI (4) DOJ-99, NAME CHECK (5)FD-258 (6) LAW ENFORCEMENT CHECK (7) VOUCHERING OF PAST EMPLOYERS (8) OPM-329-1, RELEASE OF INFORMATION. CONTRACTOR IS REQUIRED TO COMPLETE THE ABOVE CHECKS. REIMBURSEMENT FOR TIME SPENT WILL BE CONTINGENT UPON SUCCESSFUL COMPLETION AND PASSING OF ALL CHECKS. REIMBURSEMENT WILL BE AT THE REGULAR SESSION VALUE PRORATED BY HOUR. DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY REQUIREMENT BUREAU OF PRISONS CLAUSE The residency requirement applies to both individuals and employees of companies providing services to the Federal Bureau of Prisons. For three of the five years immediately prior to submission of your offer/bid/quote, individuals or contractor employees providing services must have: 1. Resided in the United States (U.S.); 2. Worked for the U.S. overseas in a Federal or military capacity; or (vii) Delivery to begin October01, 2004 and continue on a delivery order basis until September 30, 2005, FOB Milan, Michigan, (Destination) (viii) The provisions at 52.212-1, Instructions to Offers-Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation - Commercial Items, - Price (x) Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer. (xi) Clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated. Such orders may be issued from October 01, 2005 through September 30, 2006 . (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than N/A , the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of items listed in (v) above; (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2006. (End of clause) ?Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible.? ?The solicitation will be available on or after ?August 10, 2005?, and will be distributed solely through the General Service's Administration Federal Business Opportunities web site http://www.fedbizopps.gov/. The site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition.? (xii) Payment will be made net 30 days ARO by electronic funds transfer or Government Credit Card. Unless otherwise annotated. (xiii) Offers are due September 9, 2005 4:00 pm EST. (xv) Contact Leslie Reiss (734) 439-1511 x321, Fax (734) 439-8454.
 
Place of Performance
Address: Federal Correctional Institution, P.O. Box 9999, 4004 East Arkona Rd, Milan, MI 48160
Zip Code: 48160
Country: USA
 
Record
SN00868099-W 20050813/050811211937 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.