Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
SOLICITATION NOTICE

U -- Parenting Services for USP Lewisburg, PA

Notice Date
4/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
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
RFQ-20704-0002-6
 
Response Due
6/3/2006
 
Archive Date
10/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, TX intends to make a single award for the provision of Parenting Program services to include academic, visiting room, and outreach programs for inmates at the Department of Justice, Federal Bureau of Prisons, United States Penitentiary (USP) and Federal Prison Camp (FPC), Lewisburg, Pennsylvania. The North American Industry Classification System (NAICS) Code is 611710 (Size Standard: $6.5 million). The contractor shall be responsible for, but not limited to structure programs which provide an opportunity for inmate parents, visiting spouses or custodial parents and children to interact in ways designated to strengthen family relationships. The contractor shall provide structured parenting education courses to inmates and parents and, when feasible, to visiting spouses of custodial parents. These courses will be in addition to those ordinarily offered by the institution. The curriculum shall address the following subject areas: a) Parenting Skills: Building family relationships, sensitivity to the impact of a parent?s incarceration on children and family members, how to assist in childhood development and related activities. b) Skills for Family Support: Analyzing and meeting the needs of families including job search and retention skills, family budget?s, stress management, problem solving and setting priorities. c) Family Literacy Education: Raising the literacy level of the inmate and corresponding family members. d) Substance Abuse Education: Addressing the effect of substance abuse, its impact on children and family members and strategies to break substance addiction. The contractor shall undertake outreach efforts with community-based social service agencies to identify and to facilitate the provisions of needed services to the inmate parent, visiting spouse or custodial parent and children. These services should include, for example, assistance in such areas as, Veteran?s Benefits, Welfare Support, Child Care Services, Health Promotion and Disease Prevention services, prenatal and postnatal care, etc. At a minimum, the contractor must have classroom testing experience, be able to implement program description and experienced provider of social services. The contractor must have obtained at least a Bachelor?s degree in Education of Social Work and have at least 6 months experience. Past correctional experience is desirable, but is not required. The candidate?s name and qualifications must be submitted at the time the quote is submitted. Contractors must submit with their quote a resume, photocopies of documents evidencing education and training. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. The contract periods will consist of a 12-month base period and four 12-month option periods for renewal. The estimated quantities for the base and each option year are 936 one (1) hour sessions per year. The schedule shall not exceed thirty (30) hours per week and normally consists of eighteen (18) one (1) hour sessions per week, Monday through Friday (except Federal holidays), between the hours of 7:30 a.m. and 8:00 p.m., with a thirty (30) minute unpaid lunch period, (if applicable). A typical schedule of days and hours is listed as follows: FPC - Monday-Wednesday 8:00 a.m - 3:00 p.m. and 6:00pm - 8:00pm, USP Tuesday - Thursday 8:00 a.m. - 3:00 p.m. The exact hours will be set by the Institution after contract award. The solicitation will be available on/about May 3, 2006 and will be distributed solely through this website. Hard copies of the solicitation will not be available. The website provides downloading instructions to obtain all documents relating to this solicitation. All future information concerning this acquisition, including the solicitation and any subsequent amendments, will be distributed through the website. Interested parties are responsible for monitoring the website to ensure they have the most up-to-date information about the acquisition. The date for receipt of quotations is on/about June 3, 2006; however, this is a projected estimate and quoters should refer to Page 1 of the solicitation (Block #8) for the actual date quotations are due. Faith-Based and Community-Based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. This solicitation is a total small business set-aside. All responsible small business concerns are encouraged to submit a quotation which may be considered. See Note 1.
 
Place of Performance
Address: US Penitentiary Lewisburg, PO Box 1000, 2400 Robert Miller Jr. Drive or RR#5 Warehouse Road, Lewisburg, PA
Zip Code: 17837
Country: United States
 
Record
SN01020646-W 20060406/060404220433 (fbodaily.com)
 
Source
FedBizOpps 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.