SOLICITATION NOTICE
G -- Residential Re-Entry Program
- Notice Date
- 3/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 624190
— Other Individual and Family Services
- Contracting Office
- Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, DC, 20534, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFP-NAS-0159-07
- Archive Date
- 3/31/2008
- Description
- The Federal Bureau of Prisons (BOP) intends to make multiple awards for the provision of residential re-entry programs for inmates at one or more pilot site institutions. .Proposals will be accepted from any Offeror. Offerors are to submit proposals that include secular (i.e., non-religious) programming in nine life skills areas. In the event that prisoners may prefer programs that include a religious perspective, an offeror, in carrying out the secular program objectives, may submit a proposal that contains religious programming, in addition to its independent secular programs. The secular programming must be of equal quality to any programming with religious content that might be offered to the prisoner participants. Failure to include a secular program that is of equal quality to any program with religious content will result in the proposal being ineligible for award. The pilot sites are as follows: Federal Correctional Institution (FCI) Seagoville, Low Security; Federal Correctional Complex Beaumont, Low Security facility; United States Penitentiary Hazelton, Secure Female Unit; FCI Fort Dix, Low Security; FCI Edgfield, Medium Security; and FCI Tucson, Medium Security. Prospective Offerors shall be permitted to submit separate proposals for any or all of the pilot site locations. The BOP reserves the right to place contract award(s) for services at up to six of its designated pilot institutions based upon evaluation of proposals. Each site will accommodate only one program. The purpose of the residential re-entry program shall be to facilitate personal behavioral and attitudinal change for the participating inmates, and thereby reduce recidivism through promoting the virtues of productive work, respect for others, self-discovery, responsibility and accountability. In addition, it is expected that this program will also contribute to overall prison safety and management. The program shall encourage re-connection with family and community, and the development of healthy and productive habits of living. The program shall match inmates with community organizations or similar support groups at their release destination, for the purpose of personal mentoring and enhancement of participants? opportunities for successful community reintegration (i.e., employment, housing, avoidance of recidivism, etc.). There are nine interdependent program areas linked to the goals of community reintegration and reduction of recidivism: 1) daily living; 2) mental health; 3) wellness; 4) interpersonal skills; 5) academic; 6) cognitive; 7) vocational; 8) leisure time; 9) character. The goals/areas are intended to form a framework for a program that will foster successful rehabilitation and reduction of recidivism by reinforcing the skills necessary for integration or reintegration into the release-destination community. The contractor shall develop a curriculum that demonstrates consistency with program goals and outlines how the contractor plans to incorporate program components that foster growth in the nine program goal areas. The contractor shall provide sufficient staffing to cover a rigorous schedule, comprised of daytime and evening programming during the week and on weekends for up to 130 inmate participants per site. The BOP intends to conduct pre-proposal site visits at each of the six pilot site institutions. Finalized pre-proposal site visit dates and times will be set out in the cover letter of the solicitation document when posted to the Federal Business Opportunities (FBO) website, or will be issued as an Amendment to the solicitation after it is posted to FBO. The NAICS Code for this acquisition is 624190, and the requirement is issued on an unrestricted basis. A Firm-Fixed Price type contract with a one-year base period and four one-year option periods is anticipated for each pilot site. The BOP anticipates the following regarding the periods of performance: Base Period of performance shall be from date of Notice to Proceed through 12 months; Option Period One shall be from 13 months through 24 months; Option Period Two shall be from 25 months through 36 months; Option Period Three shall be from 37 months through 48 months; and Option Period Four shall be from 49 months through 60 months. The solicitation will be made available on or about March 31, 2007, and will be distributed solely through the General Services Administration?s Federal Business Opportunities website, http://www.fedbizopps.gov. Hard copies of the solicitation document will not be available. The website provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this website. Interested parties are responsible for monitoring this website to ensure that they have the most up-to-date information about this acquisition. The anticipated date for receipt of proposals is July 1, 2007, and the anticipated date of award is no later than December 31, 2007. Faith-based and community-based organizations may submit offers/bids/quotations equally with other organizations for contracts for this procurement action.
- Place of Performance
- Address: Possible six pilot sites located through the continuous United States.
- Zip Code: 20534
- Country: UNITED STATES
- Zip Code: 20534
- Record
- SN01254864-W 20070322/070320220422 (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 |