Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1996 PSA#1686

Federal Bureau of Prisons, Western Regional Office, 6600 Goodfellow St., Dublin, CA 94568

U -- PARENTAL TRAINING SERVICES AT THE FEDERAL CORRECTIONAL INSTITUTION (FCI) 5701 8TH STREET, DUBLIN, CA 94568. Sol RFP 122-0078 due 100796. Contact Point, James F. Cooper, 510-803-2775, Fax 510-803-2782. This modifies the synopsis of 8-7-96 (from RFP-122-0078 to RFQ-7-0034): This is now a combined synopsis/request for quotations (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only RFQ; RFQs are hereby being requested and a written RFQ will not be issued. This solicitation is hereby modified to a Request for Quotations (RFQ) 7-0034. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation Circular 90-41. This procurement is being advertised as a small business set-aside, under standard industrial classification code 8322, with a small business size standard of $5.0 Million. Bids from large businesses will not be accepted. (A)Schedule: The Contractor shall provide Parental Training Services for inmates at the Federal Correctional Institution/Federal Detention Center/Federal Prison Camp, 5701 8th Street, Dublin, California 94568 from the time of award (approx 10/15/96) through 9/30/97. Please provide a price per hour. Note, there will be approximately 338 sessions of four hours each (weekday evening hours), and 12 sessions (on time per month, on Saturday, Sunday, or holiday) of 8 hours each, or a total estimate of 1148 hours for the contract period. The period of performance is as follows: The Base Year of the contract shall be from 10/15/96 or Date of Award, whichever is later, through 9/30/97. (B)Statement of Work: Purpose: The contractor shall provide a program which meets the following standards: 1) support the development and maintenance of positive relationships between inmates, their spouses or custodial parents and their children. 2) structure programs which provide an opportunity for inmate parents, visiting spouses, or custodial parents and children to interact in ways designed to strengthen family relationships. 3) insure that appropriate furniture, education oriented toys, books and other materials and activities designed to establish and strengthen positive family parenting relationships. The contractor is responsible for any injury caused by these materials. 4) provide structured parenting education courses to inmates and parents and, when feasible, to visiting spouses or 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, b) Skills for Family Support, c) Family Literacy Education, d) Substance Abuse Education, e) Parental Care for Expectant Mothers. The contractor shall be required to maintain records on parenting programs which show the following: 1) Expenditures during the course of the contract year, 2) Number of inmate parent non-duplicated enrollments and completions in structured parenting classes; the number of hours per week and the number of weeks per year, per enrollee, and totals for the contract year; 3) the number of children, non-duplicated, involved in the program and the number of hours involvement of each child per year and the total for the contract year, 4) the number of children, non-duplicated, visiting spouses or custodial parents, in visiting room parenting activities, per week, the number of hours per week of their activities, and the total for the contract year, 5) a copy of all curriculums used in parenting education and related courses, and 6) a full description of the scope of the program, including the numbers of volunteers and their affiliation, if any, the names of social services accessed, costs, if any, services provided, and related information. The contractor shall undertake outreach efforts with community-based social service agencies to identify and to facilitate the provision 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, veterans benefits, welfare support, child care services, health promotion and disease prevention services, prenatal and postnatal care, etc. The contractor shall identify and facilitate the use of community-based volunteers and the free services of such organizations as boy/girl scouts, children's television workshop (CWT), Literacy Volunteers of America (LVA) and such other organizations which make available volunteer and free services. All volunteers are subject to the minimum security and training standards as outlined in P.S. 3000.02, Human Resources Management Manual, and P.S. 5300.14, Volunteers, Involvement Programs. (C)Place of Performance: The place of performance will be the Federal Correctional Institution/Federal Detention Center/Federal Prison Camp located at 5701 8th Street, Camp Parks, Dublin, CA 94568. (ii)Schedule: Services to be provided on weekday evenings (for the 4-hour sessions) and on Saturday, Sunday, or holiday (for the monthly 8-hour sessions). Classes will have a minimum of 20 inmates and a maximum of 35 inmates. Total participation during a contract year is estimated at 130-inmates, 130-visiting spouses/custodial parents, 150-visiting children. (D)Method of Performance: The service provided, being professional in nature will be provided in the method as considered normal in the local community. These services, although not directly supervised, will be reviewed by the Supervisor of Education on staff in the Education Department of the Institution. The performance of these services will also be verified by the designated Contracting Officer Technical Representative (COTR). (F)This contract is a professional educational non-personal services contract; the Government may evaluate the quality of professional and administrative services provided, but retains no control over the professional aspects of services rendered (e.g., professional judgments); the contractor will indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance; the contractor will maintain insurance (auto, workers compensation, etc), in an amount which is not less than the amount normally prevailing within the local community of Dublin, California. This will be a contractural arrangement and not a personnel appointment; payment is based on the provision of an end product or the accomplishment of a specific result; results to be obtained will be entirely within the contractor's own unsupervised determination; and the contractor will not be subject to Government supervision. (C)Clauses/Provisions: (l)Far Clause 52.212-1, ``Instructions to Offerors-Commercial,'' is hereby included by reference. The following are addenda to FAR Clause 52.212-1: (1) Paragraph (c)``Period of Acceptance of Offers'', the amount of time the offeror agrees to hold the prices in its offer firm is changed to 60 calendar days from date specified for receipt of offers. (2) Paragraphs (e) ``Multiple Offers'', and (h) ``Multiple Awards'', have been determined by the Contracting Officer to be non-applicable to this solicitation and are hereby removed in their entirety for the purpose of this requirement. (3)Evaluation Factors for Award: Bidders are advised that bids shall be evaluated without discussions. Award will be made to the responsible bidder whose bid is responsive to the items of the RFQ and is most advantageous to the Government, considering only price and price-related factors. (4) Business References: In order to assist the Contracting Officer in making a responsibility determination about a prospective contractor, in accordance with FAR Subpart 9.104-1, it is required that each bidder provide information on a reasonable number of recent and relevant contracts for the same or similar items, as well as the bidder's primary financial institution (to include contract numbers, points of contact, telephone numbers, and any other relevant information). FAR Clasue 52.212-4, ``Contract Terms and Conditions-Commercial Items,'' hereby applies to this acquisition. The following are addenda to FAR Clause 52.212-4: (1) The following FAR Clauses are hereby incorporated by reference, pursuant to FAR Clause 52.252-2, ``Clauses Incorporated by Reference'': ``Privacy Act Notification'', 52.224-2, ``Privacy Act''; 52.225-11, ``Restrictions on Certain Foreign Purchases''; 52.232-18, ``Availability of Funds''; 52.237-2, ``Protection of Government Buildings, Equipment, and Vegetation''; 52.237-3, ``Continuity of Services''; 52.219-6, ``Notice of Total Small Business Set-Aside (Jul 96)''. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. JAR Clause 2852.279-70, ``Contracting Officer's Technical Representative'', is hereby incorporated in full text, (a)Mr. R. Philip Guttierrez, Supervisor of Education, Federal Correctional Institution, Dublin, California, is hereby designated to act as Contracting Officer's Technical Representative (COTR) under this contract. (b)The COTR is responsible for receiving all deliverables; inspecting and accepting the supplies or services provided hereunder 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 for acceptance of the supplies or services furnished for payment prior to forwarding the original invoices to the payment office and a conformed copy to the Contracting Officer. (C)The COTR does not have 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 of the agreement. 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 and signed. (iv)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 Veterans and Veterans of the Vietnam Era''. The following terms and conditions are hereby incorporated: Security Requirements: In accordance with Program Statement 3000.02, contract employees entering the institution will be subject to the following investigative procedures, prior to performance: NCIC Check(National Crime Information Center); DOJ-99(Name Check); FD-99(Fingerprint Check); Law Enforcement Agency Checks; Vouchering of Employers over past 5 years; Personal Qualifications Statement; OPM-329-A(Authority for Release of Information); and a Urinalysis Test (positive results will result in disallowance of an individual to perform under this contract). Bids shall be mailed or faxed to the following address: Bureau of Prisons, Western Regional Contracting Office, 6600 Goodfellow Street, Dublin, CA 94568, Attention James F. Cooper, Contract Specialist (FAX 510-803-2782), by 4:00 PM local time, on Monday, October 7, 1996. All bids shall be clearly marked with the bidders name and RFQ number. For additional information, and questions, please contact James F. Cooper, Contract Specialist, at 510-803-2775. (262)

Loren Data Corp. http://www.ld.com (SYN# 0054 19960923\U-0001.SOL)


U - Education and Training Services Index Page