Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

G -- Fugitive Surrender Program

Notice Date
10/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
922190 — Other Justice, Public Order, and Safety Activities
 
Contracting Office
Department of Justice, United States Marshals Service, Headquarters Contracts, Headquarters Contracts Procurement Office, BSD, Washington, DC, 20530-1000
 
ZIP Code
20530-1000
 
Solicitation Number
DJMS-06-R-0012
 
Description
This is a COMBINED SOURCES SOUGHT PRESOLICITATION NOTICE The United States Marshals Service has a requirement for the organization, development and implementation of a faith-based, voluntary, nationwide fugitive surrender program that does not offer amnesty. Requirements include a thorough understanding of the criminal justice system and leadership experience in prosecution or judiciary in a major metropolitan area; leadership of both media outreach and grass roots, community engagement efforts on multiple, major U.S. Department of Justice projects; extensive experience in the development of public-private partnerships, faith-based networks, and federal, state and local criminal justice partnerships in support of those projects; and extensive experience in the development and reporting of both qualitative and quantitative measures to evaluate such projects? efficacy. This program is to be implemented in eight (8) major cities across the nation: Phoenix, Arizona; Tampa, Florida; Richmond, Virginia; Indianapolis, Indiana; St. Louis, Missouri; Washington, DC; Albuquerque, New Mexico; and San Diego, California. Project planning and development is to be launched contemporaneously across all sites, and four (4) days of surrender are to occur consecutively. The program is anticipated to commence November 2005 for a term of 1 year with possible option term. The planning is to for all sites is to start with the contract award. For each site it is anticipated that a four (4) day period of surrender will be used. The surrender periods for the eight (8) sites are to start approximately six (6) months after contract award and the remaining seven (7) sites will have there surrender periods conducted approximately one every 2 months thereafter. The program is anticipated to commence sometime in the November 2005-January 2006 period. This program was tried out in Cleveland, Ohio by the USMS with the cooperation of local firms and organizations. The results there were extremely promising and thus the USMS is interested in implementing it on a larger scale to see if the success in Cleveland can be duplicated. The program includes the following elements: 1) Public/private partnership development directly involving elected and appointed officials (i.e. front-line law enforcement, prosecution and judiciary - city, county, state and federal) and senior executives of Fortune 1000 companies; 2) Closely reviewing state law (two examples: statutory definitions of "violent" versus "non-violent" offenses; domestic violence mandatory arrest requirements) and creating specific legal protocols agreeable to everyone that detailed which fugitives would be eligible for on-site release versus those to be arrested; 3) Careful crafting of the public message from both legal and public relations perspectives - in close coordination with prosecutors, judges, public defenders and media: That is, not promising too much (i.e. "amnesty"), yet offering enough to lure fugitives ("favorable consideration") in accordance with state law and statutory sentencing provisions; and 4) Development and extensive (six-week) training of a large (75+ members) faith-based volunteer organization to perform grass roots community engagement efforts, act as responsible (i.e. using only approved language) project spokespersons in the community and on radio and television, and perform key on-site logistical duties during the four surrender days. 5) Iinterviewing surrendering fugitives, development of research instruments, and reporting of both qualitative and quantitative measures to evaluate the project's efficacy. Currently the USMS has identified only one potential firm with the required capabilities to perform this function: DC Strategic Partners, LLC, 516 East Parkway Boulevard, Suite 200, Aurora, Ohio 44202-8601. The USMS intends at this time to award a sole source contract to the above identified firm. However, the USMS is interested in seeing if other individuals/firms/organizations are capable of performing the above effort. Should the capability statements show that other firms or organizations are capable of performing this effort a competitive solicitation will be issued in lieu of a sole source contract. Therefore if interested parties that believe they have the capability to perform this effort should send capability statements to the email address in this notice. Capability statements should be relatively short but should at the minimum: 1) list and describe prior similar efforts they have perform plus contact points to verify the actual performance on those efforts, 2) list key personnel, including subcontractors, and their experience on this sort of effort, 3) provide a representative list of faith-based organizations that the contractor would work with to perform this work and provide information showing that these organizations would be willing to work with the contractor on this sort of effort, 4) a short description of how the work would be performed. Responses are due to the contact point by November 8, 2005. Note to interested parties. At this time the USMS does not have any funds to perform this effort, but anticipates getting funds to perform this work in the near future.
 
Record
SN00918467-W 20051022/051020211848 (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.