Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,1996 PSA#1670

Federal Bureau of Prisons, P.O. Box 9999, Milan, MI 48160

R -- SUBSTANCE ABUSE TREATMENT Contact Peter J. Boss (313) 439-1511 ext 328. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitations will not be issued. (II) This solicitation is issued as a Request for Proposal 117-0510. (III) The solicitation is set aside for small business. It is advertised as full and open competition with a Standard Industrial Classification Code (SIC) of 8999, with a size standard of 3.5 million. Other forms referenced herein are required to be completed and submitted with all proposals. (V) The Government is seeking Qualified Contractor to provide substance abuse counseling to adult male inmates incarcerated within a Federal Correctional Institution. Group topics will be Social Pressure and Relapse Prevention Therapy. In addition, contractor will be required to provide consultation on group attendees and document services in the clinical record. Contract requires the contractor to operate a system of records for documentation of specific services performed and will require adherence to the Privacy Act of 1974. The contractor cannot and will not perform the following functions: supervise inmates; supervise Bureau of Prisons staff; participate in inmate accountability; requisition, sign for, or receive supplies for the government; formulate policy or procedures; or attend staff functions. (VI) Contractor shall conduct Eight-12 week programs consisting of approximately 18 hours of actual in group time. All eight groups to run concurrently. Contractor shall be reimbursed on a session basis. Each session to be 2 hours in length. Contract not to exceed 30 hours per week. The specific days and hours to be worked by the Contractor shall be decided upon after contract award by mutual agreement between the Contractor and the Contracting Officer. Documentation of training, credentials, and insurance shall be submitted with each bid. The contractor must (1) hold a B.A. or B.S. degree in mental health discipline; (2) have a experience in providing relapse prevention theory and treatment (such as Terence Gorski's CENAPS model); (3) have experience in providing individual and group counseling; and (4) have at least 500 hours of experience in a substances abuse treatment counseling setting. (VII) All equipment and supplies will be furnished by the Government for use on premises. Inmate attendance at the FCI will be monitored by Government personnel. All scheduling will be completed prior to the arrival of the contractor or while the contractor is on site. Bureau of Prisons employees will monitor inmate conduct during clinic visits. Providing services under this contract will require frequent and unsupervised contact with inmates. (VIII) All contract effort will take placed at the Federal Correctional Institution (FCI) located in Milan, Michigan. The Contractor shall agree to adhere to all regulations prescribed by the institution for safety, security, custody and conduct of inmates. The awarded contractor shall attend an orientation session, prior to assuming contract effort. Reimbursement to the contractor for time spent in the institution security orientation shall be at the contract rate. In accordance with the Prompt Payment Act, payments will be made monthly, based on sessions received by the Government. For security reasons, the Government reserves the right to prohibit certain contractors from working under this contract. The contractor's performance will be monitored by the Contracting Officer's Technical Representative (COTR). Dr. William Bichart, Chief Psychologist, is hereby designated to act as COTR under this contract. The COTR is responsible for: receiving all deliverables; inspecting and accepting the supplies and/or services provided herewith in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual scope of work; evaluating performance; and certifying all invoices/vouchers presented for acceptance of supplies or services furnished for payment, prior to forwarding the original invoice to the payment office and a confirmed copy to the Contracting Officer. The COTR does not have the authority to alter the contractor's obligations under the contract, direct changes that fall within the purview of the General Provisions clause, entitled ``Changes'' and/or modify any of the expressed terms, conditions, specifications, or cost to the Government. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the scope of work, the Contracting Officer shall issue such changes in writing with a signed modification. (IX) FAR Clause 52.212-1 Instructions to Offerors - Commercial is hereby included by reference. The following are addenda to FAR clause 52.212-1: At paragraph (c), Period for Acceptance of Offers, the amount of time an offeror must hold its proposal firm for 60 calendar days from the date specified for receipt of proposals. Paragraph (e) multiple offers has been determined by the Contracting Officer to be non-acceptable to the is solicitation and is hereby removed in its entirety for the purpose of this solicitation. The following FAR clause is hereby incorporated in full text: FAR 52.233-2 Service of Protest: Protests as defined in Section 33.101 of the Federal Acquisition Regulations, that are filed directly with an agency, and copies of any protests that are filled with the General Accounting Office (GAO) or the General Services Administration Board of Contract Appeals (GSBCA), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment from: Chief, Procurement and Property Branch; Craig H. Unger; Federal Bureau of Prisons, 320 First Street, NW; Washington, DC 20534. The copy of any protest shall be received in the office designated above on the same day a protest is filed with the or within one day of filing a protest with the GAO. In this procurement, you may not protest to the GSBCA because of the nature of the supplies or services being procured. Offerors are advised that award will be made to the lowest price submitted that meets the requirements. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items, shall be completed and submitted with the Bids. Far clause 52.212-4 Contract Terms and Conditions-Commercial Items, hereby applies to this solicitation. The following are addenda to FAR clause 52.212-4 (1) The following FAR clauses are hereby incorporated by reference: 52.203-3 Gratuities, 52.217-5 Evaluation of Options, 52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, 2.225-11 Restrictions on Certain Foreign Purchases, 52.232-18 Availability of Funds, and 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. The following terms and conditions are hereby incorporated: Security Requirements: A security file will be maintained on each of the contractor's employee's for the contract duration. The following information will be maintained in the file: National Crime Information Center Check (DOJ-99); fingerprint check (FD-258); authority for release of information (OPM-329A); and urinalysis test results, all in accordance with the Bureau of Prisons (BOP) Program Statement 3000.02. Justice Acquisition Regulation (JAR) clause (2852.270-70, Contracting Officer's Technical Representative. (X) Offerors must include a completed of FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items, with their proposals. (XI) FAR clause 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items hereby applies to this acquisition. In accordance with FAR clause 52.212-5, the following clauses are hereby incorporated by reference 52.222-26 Equal Opportunity; 52-222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Handicapped Workers; 52.222.37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-19 European Community Sanctions for Services. (XII) Offers in original shall be received at the Federal Correctional Institution, P.O. Box 9999, East Arkona Road, Milan, Michigan 48160; Attention Peter J. Boss, Supv. Contracting Officer, by 2:00 pm (e.s.t.) October 1, 1996. All offers shall be clearly marked with the offeror's name and IFB number. (XIII) For additional information questions, and availability of forms, please contact Peter J. Boss, Supv. Contracting Officer at (313) 439-1511 ext 328. See Numbered Note 1. (239)

Loren Data Corp. http://www.ld.com (SYN# 0111 19960829\R-0002.SOL)


R - Professional, Administrative and Management Support Services Index Page