Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2016 FBO #5236
SOLICITATION NOTICE

G -- SIGN LANGUAGE INTERPRETER - Package #1

Notice Date
3/23/2016
 
Notice Type
Cancellation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Butner (LSCI), PO Box 999, Old N.C. Highway 75, Butner, North Carolina, 27509
 
ZIP Code
27509
 
Solicitation Number
RFQP01061600017
 
Archive Date
4/9/2016
 
Point of Contact
Cecily L McDowell, Phone: 91957550001061
 
E-Mail Address
cxmcdowell@bop.gov
(cxmcdowell@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK SOURCES SOUGHT SIGN LANGUAGE INTERPRETER STATEMENT OF WORK SIGN LANGUAGE INTERPRETER SERVICES FOR HEARING IMPAIRED INMATES INTRODUCTION The Federal Bureau Of Prisons, Federal Correctional Complex, Butner, North Carolina houses all inmates who are certified and civilly committed as Sexually Dangerous Persons pursuant to 18 U.S.C. § 4248. The Bureau of Prisons is required to provide sign language interpreter services to all hearing impaired inmates who are civilly committed and opt to receive psychological treatment. FCC Butner intends to make a single award of a firm fixed price contract to a responsible entity for the provision of Sign Language Interpreter Services for the inmate population located in the Commitment and Treatment Program (CTP) at the Federal Correctional Complex, Butner, North Carolina (FCC-Butner). FCC-Butner houses male incarcerated inmates. PLACE OF PERFORMANCE: Services will be performed in the housing unit designated for CTP inmates at FCI 1 Butner, located on Old Highway 75, Butner, North Carolina. The clinical staff at FCI 1 Butner provides psychological treatment to inmates who participate in the CTP. Presently, there is one (1) hearing impaired inmates in the CTP who is receiving psychological treatment and requires interpreter services. The treatment program is an intensive, residential program for inmates who have been civilly committed as Sexually Dangerous Persons. The length of treatment varies considerably from inmate to inmate; however, it is anticipated that the average length of treatment participation may be approximately four years. UNIFORM REQUIREMENTS The Interpreter/Contractor must wear appropriate and professional attire at all times. The Interpreter/Contractor and/or Contract Employee is responsible for purchasing his/her professional attire. If the Contract Employee does not abide by the above mentioned attire requirements, the Contract Employee will be subject to being escorted out of the institution and asked to obtain and wear the right clothing prior to re-entering the institution. FCC-Butner will not be charged for services while the Contract Employee is obtaining a change of attire. DESCRIPTION OF SERVICES/QUALIFICATIONS The contractor shall provide professional Sign Language Interpreter services to hearing impaired inmates. The contractor shall be responsible for, but not limited to: attending all scheduled therapy sessions, group and individual, as well as other scheduled treatment activities requiring Interpreter services. The Contractor must possess the necessary skills, abilities, and credentials to perform professional Interpreter services as a sign language interpreter. All required certifications will be maintained up to date. It is the Contractor's responsibility to assure their employee's certifications are up to date. Proof of any required certification will be provided by the Contractor prior to their employees beginning their duties at FCC-Butner and every year thereafter. Furthermore, all information listed below shall be provided prior to being accepted for work at FCC-Butner. Quoters must specifically identify the individual(s) that will be performing these services under any subsequent contract award. The quoter must provide proof that their candidate meets all qualifications. The candidate's name and qualifications must be submitted at the time the quote is submitted. All Contractors must submit with their quote a resume, photocopies of documents evidencing education and training. All contractor personnel must also meet the DOJ Contractor Residency Requirement. RESTRICTIONS ON CONTRACT WORKERS The contract worker shall not supervise inmates, supervise Bureau of Prisons staff, participate in inmate accountability, requisition, sign for or pick up supplies, formulate policy or procedures or attend meetings, staff recalls or staff functions. NONPERSONAL STATUS Award of this contract will result in a contractual arrangement only. The service is a contractual arrangement and not a personnel appointment. Payment is based on an end product or the accomplishment of a specific result. The service does not constitute an employer/employee relationship. The Contractor will not be subject to Government supervision, except for security related matters. However, Contractor performance shall be monitored. PATIENT MANAGEMENT Patients shall be accorded impartial access to treatment or accommodations that are available or medically indicated, regardless of race, creed, sex, national origin or religion. Services provided under the sponsorship of the Contractor shall be departments/services of the medical or dental department. Staffing shall be commensurate with the expected needs of the patients and within the scope of services offered. INMATE MANAGEMENT The provision of services under this proposed contract will require frequent and unsupervised contact with inmates. The Contractor will not be responsible for the management of inmates except to ensure that those inmates involved in activities within the Contractors' scope of work shall abide by all rules in effect to ensure the safety and wellbeing of all participants. The Contractor shall be constantly aware of security and maintain a professional relationship with the inmates at all times. Any violations of institution rules and regulations are to be brought immediately to the attention of the closest institutional staff member. METHOD OF PERFORMANCE All duties outlined in this Statement of Work shall be performed in accordance with standards and methods generally accepted within the Contractor's own field of expertise. 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., quality of interpreting). The contractor is required to indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. Administrative supervision will be provided by the CTP Administrator. METHOD OF DELIVERY The services, being non-personal and professional in nature, will be provided in the method as considered appropriate in the local community, in accordance with Joint Commission on Accreditation of Healthcare Organizations (JCAHO) standards, and in accordance with Bureau of Prisons policies. These services, although not directly supervised, will be reviewed periodically by need will be provided by FCC Butner. SCHEDULE It is estimated that one (1) Interpreter will be needed at the FCC-Butner for an average of fifteen (15) hours per week. These hours will occur on regular working days, Mondays through Fridays, between the hours of 7:45 am and 4:00 pm. This estimate is not a representation to an offeror or contractor that the estimated quantity will be required or ordered, or conditions affecting requirement will be stable or normal. The contract period will be in effect from approximately April 1, 2016 through September 30, 2016. The Government anticipates the following schedule: 1. Monday: 7:45 a.m. - 10:15 a.m. 2. Tuesday: 7:45 a.m. - 10:15 a.m. 3. Wednesday: 12:45 p.m. - 3:30 p.m. 4. Thursday: 7:45 a.m. - 10:15 a.m. or 12:45 p.m. - 2:30 p.m. 5. Friday: 7:45 a.m. - 8:45 a.m. 6. If the contractor is not authorized entry because of an institution crisis, fog, or other unusual circumstance, the government's liability will be limited to two (2) hours for the day the circumstance occurred. If mileage reimbursement is required, it will be reimbursed for actual mileage at the current prevailing GSA mileage rate. Each session is equivalent to a one hour session. Sessions will be worked Monday through Friday (excluding Federal holidays and during correctional emergencies). The scheduled times to report to work will be discussed at the time of the contract award and will be determined by FCC-Butner. The schedule is subject to change with the needs of the Government. The Contract employee will be required to obtain duty keys and a radio when they come on shift at their respective institution. The Contract employee will notify the CTP Administrator or designee of lunch breaks and any departure from and arrival to the institution. SUPPLIES/EQUIPMENT Any supplies required for the performance of this contract will be furnished by the institution. These supplies normally will include any materials needed to perform the services covered under this contract. All records maintained by the contractor under this contract will remain the property of FCC-Butner. DESCRIPTION OF RESPONSIBILITIES All duties shall be performed in accordance with standards and methods generally accepted in the field of Sign Language Interpreter Services and will be in compliance with all Federal and State policy and regulations. The resulting contract shall be a non-personal health care services contract, as defined in Federal Acquisitions Regulations (FAR) 37.101, under which the Contractor is an independent Contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the professional aspects of services rendered. The Contractor shall indemnify the government for a liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. The Contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing tasks outlined in this Statement of Work as long as the requirement are performed in accordance with the policies referenced, standards and methods generally accepted within the Contractor's field of expertise. All duties shall be performed in accordance with standards and methods generally accepted within the field as a certified Sign Language Interpreter, and in compliance with all Federal and State policy and regulations. The Contractor shall adhere to all standards and standards and regulations associated with the Joint Commission (JCAHO) and American Correctional Association Foundation/Core Standards for adult Correctional Institutions. EMPLOYEE HEALTH REQUIREMENTS a. Initial and annual proof of CPR certification, b. Initial and annual proof of Flu vaccination c. Initial and annual proof of Tuberculosis skin testing. If positive, initial and annual proof of a negative chest x-ray. d. Proof of Hepatitis B vaccination PERSONNEL BACKGROUND INVESTIGATION/INSTITUTION FAMILIARIZATION TRAINING All contract personnel providing services within the confines of FCC-Butner shall have a complete background investigation conducted in accordance with Bureau of Prisons Program Statement 3000.03, Personnel Manual. All contract personnel providing services under the contract are required to attend an institution orientation course. A "refresher" orientation must be completed annually. Reimbursement to the contractor for institution orientation or other security related training will be at the contract rate. The CTP staff will be responsible for scheduling training for all applicable contract staff. ENGLISH LANGUAGE REQUIREMENT All contractor personnel performing services under this contractual agreement shall have the ability to read, understand, fluently speak, and legibly write the English language. INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE The contractor shall provide and maintain adequate medical liability insurance coverage for all services and be consistent with the risks associated with the performance of this contract. The specific dollar amount shall be in accordance with Federal Acquisition Regulation clause 52.237-7, "Indemnification and Medical Liability Insurance" of this solicitation/contract. Before commencing work under this contract, the contractor shall certify to the Contracting Officer that the required insurance has been obtained. AWARD METHODOLOGY The Government intends to make a single award to a quoter, pursuant to an affirmative determination of responsibility, whose quote conforming to the solicitation, is determined to be most advantageous to the Government, considering lowest price technically acceptable. In accordance with FAR 52.204-7, all interested vendors must be registered in the System for Award Management (SAM). POLICIES, PROCEDURES, AND REGULATIONS The contractor shall adhere to all federal, state and local laws and regulations in effect during the term of this contract. Contract staff shall adhere to all policies and procedures prescribed by the Bureau of Prisons to the safety, custody, and conduct of inmates. CONTRACTOR RESTRICTIONS The contractor shall not: 1. Supervise inmates. 2. Supervise Bureau of Prisons staff. 3. Participate in inmate accountability. 4. Requisition, sign for, or pick up supplies. 5. Formulate policies or procedures. 6. Attend staff recalls or staff functions. 7. Be a member of the Employee's club.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/10502/RFQP01061600017/listing.html)
 
Place of Performance
Address: FCC BUTNER, OLD NC HWY 75, BUTNER, North Carolina, 27509, United States
Zip Code: 27509
 
Record
SN04060486-W 20160325/160324000001-1a2d34c23aa3d01bcad9e1cd247d34f0 (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.