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, 2018 FBO #5966
SOURCES SOUGHT

G -- Education Coordinator (LCP Program) - USP Leavenworth, KS

Notice Date
3/23/2018
 
Notice Type
Sources Sought
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
15B40818Q00000004
 
Archive Date
9/30/2018
 
Point of Contact
Jim D Seratt, Phone: 972-352-4558
 
E-Mail Address
jseratt@bop.gov
(jseratt@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - Solicitations are not available at this time. This notice does not constitute a commitment by the Government. The information gathered from market research will be vital in the formation and set aside status of the solicitation. The Bureau of Prisons has a future requirement for the provision of Education Coordinator Services at the United States Penitentiary located in Leavenworth, Kansas. The Education Coordinator will work within the institutional Life Connections Program. All duties shall be performed in accordance with Statement of Work. The Government contemplates awarding of an indefinite-delivery, requirements-type contracts with firm-fixed unit prices resulting from the future solicitation. The contract period shall consist of a 12 month base period with four 12 month option periods for renewal. The Government anticipates requiring an estimated maximum 1500 session per performance period. A session is defined as one hour. A Government solicitation document to provide these services is being developed, and a contract may or may not result. Market research is being conducted to determine interest and capability of potential sources for this requirement. All future information about this acquisition, including the solicitation and/or amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org. The North American Industry Classification System (NAICS) Code is 813110 (Size Standard: $7,500,000). Please answer the following questions. All responses to the Market Survey Questionnaire may be submitted via email to jseratt@bop.gov. 1. Can your firm provide the services in compliance with the requirements listed in the draft Statement of Work? 2. Do you have any issues/questions/concerns with the draft Statement of Work detailed below? 3. Does your firm qualify for as any of the following socio-economic groups? 8a; HUBZone; Service Disabled Veteran Owned; Woman Owned; Economically Disadvantaged Woman Owned. 4. Can your firm provide firm fixed unit prices (i.e., per session) for future contract periods (for example: a contract with a base year and four option years, equating a total of five years)? 5. How many calendar days does your firm need to prepare a quotation resulting from this solicitation? 6. Is your company registered, and active, in the System for Award Management (www.sam.gov)? 7. Please furnish the following information in reference to your firm: Company Name: DUNS number: Address: Point of Contact: Telephone Number: E-mail Address: I am extremely appreciative of the time you have taken to complete this questionnaire. Please email your response to jseratt@bop.gov. Statement of Work (Draft) Subject The Federal Bureau of Prisons, Field Acquisition Office in Grand Prairie, Texas intends to make a single award of an indefinite delivery/requirements type contract with firm fixed pricing for the provision of Educational Coordinator Services at the United States Penitentiary (USP) located in Leavenworth, Kansas. The Educational Coordinator will be an integral part of USP Leavenworth's Life Connections Program (LCP) and will assist the LCP Chaplain by enhancing and coordinating all of the classes associated with LCP. LCP is a multi-faith program that enlists inmates and contractors from various faith groups; therefore, the Educational Coordinator shall work with a broad range of faith traditions. Place of Performance The service to be provided under the contract shall be accomplished at: USP Leavenworth 1300 Metropolitan Avenue Leavenworth, KS 66048 Schedule Services will normally be provided Monday through Friday, excluding Federal holidays. The contractor will normally provide six sessions per day up to 30 sessions each week of services. A session is defined as one hour. The schedule may include some weekend and/or evening hours based on program needs. A mutually agreed upon schedule will be developed by the Supervisory Chaplain after contract award. Due to the nature of the correctional setting, delays in performance of work may be experienced. Such delays may include but are not limited to inclement weather, electrical or mechanical problems, or other security matters. When contract employees report to the institution but are unable to perform services due to such delays, the contractor will be paid for one session. Normally, any remaining sessions for that day will be suspended and the contractor will be free to leave and the contractor will not be paid for the remaining unperformed sessions. However, if the institution requests that the contractor remain at the institution for eventual performance, the contractor shall be paid for such sessions. In the event of any absence, the contractor may make up his/her time if approved by the Contracting Officer's Representative (COR). If the contractor fails to provide coverage, the Government may seek contractual remedy. Minimum Education and Experience Requirements The contractor shall possess a Bachelor's Degree from an accredited college or university with a major in education, human relations, religion, public administration or a related curriculum. Quoters responding to this solicitation shall complete and submit with their quote the attached form, "Credentials of Religious Services Contractor." Quoters shall submit one letter of endorsement from their local religious organization. Quoters shall submit two letters of personal reference from individuals familiar with the quoters work as an Educational Coordinator. The contractor shall have a minimum of three years of documented and continuous experience as a leader within their field. Quoters must specifically identify the individual 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, and photocopies of documents evidencing education, training, and experience. After review of these documents by Bureau of Prisons staff, vendors may be requested to submit additional documents for review. Vendors failing to submit any of the required documents will be removed from further consideration for award. Supplies and Equipment All supplies that the contractor may need to perform services under this contract will be provided by the USP Leavenworth. The contractor performing these services shall wear professional clothing in accordance with the dress policy of the institution. Description of Duties In conjunction with the LCP Chaplain, the Educational Coordinator shall be responsible for developing effective lesson plans for all the classes associated with the LCP. The contractor will use the best evidence based materials and teaching methods to help engender pro-social changes in participants. In addition to developing detailed lesson plans and skill building activities, the contractor will also develop effective methods of measuring the emotional growth, behavioral and moral development of the participants. The Contractor will attend all the classes in the program on a consistent basis and team teach with and advise the regular teachers in these classes. The contractor will provide the LCP Chaplain with detailed reports from the classes. The contractor will assist in grading tests and workbooks and advise the LCP Chaplain regarding the effectiveness of various elements in the program. The program should lead to graduates who have an improved disciplinary record as well as aide in lower recidivism rates. These classes shall instruct inmates in the LCP. The classes shall consist of religious based instruction on topics such as how to live with integrity, how to grow spiritually, how to be a spiritual leader, and any other subject mutually agreed upon by the Supervisory Chaplain, LCP Chaplain, and the contractor and its employee. The contractor will also be responsible to encourage the inmate's participation in all aspects of the LCP, i.e. journaling, discussion, accountability groups, service projects and victim impact discussion. The LCP classes provide inmates with intensive opportunities for spiritual growth and deepening their religious roots by sharing common space and programs for the purpose of personal transformation and reducing recidivism. Inmates will participate in religion specific and inter-faith program components designed to bring restoration with God, family, community, and self. The program's design will increase religious tolerance and respect among inmates of various faiths, connect each inmate with a spiritual mentor, and link participants with a faith community at their release destination in order to enhance community reintegration. Another component of the program will initiate specific victim impact programs to assist inmates in claiming responsibility for their actions and making amends with victims, family, and community. The program will enlist partnerships with individuals and organizations in its efforts to lower recidivism and facilitate spiritual growth and personal change. Volunteers, contractors, mentors, sponsoring religious congregations and organizations are all essential partners in the program. The goal of the BOP Residential Faith-based Pre-release Program is to provide inmates living in a shared living space with intensive opportunities for holistic life restoration for the purpose of reducing recidivism and enhancing prison management. Method of Instruction Selected contractor will provide religious instruction based on LCP Chaplain, and other program staff to assist in the development of the program and to gauge the progress of individual participants. Consultations will be held with the Supervisory Chaplain and LCP Chaplain as needed. The classes will follow the tenants of provided LCP material which is inclusive of a broad range of religious traditions. The services provided, being professional in nature, will be provided in the method considered normal in the local community and in accordance with standards and methods generally accepted within the Contractor's own field of expertise. There will be approximately 100 inmate participants. Selected contractor will need to be proficient in the use of computers (Word, Excel, Internet, etc.) as this is an essential part of their duties as an Educational Coordinator. Inmate Management Provision of services will require frequent and unsupervised contact with inmates. The contract employee shall not be responsible for the management of any inmates, other than to ensure inmates involved within the contract's scope of work abide by all rules to ensure their safety and well-being. The contractor may, at any time, be removed from the institution at the discretion of the Warden. The contractor is to constantly be aware of security and maintain a professional relationship with inmates at all times. Any violation of the institution rules and regulations are to be brought immediately to the attention of any Government employee employed at the institution. The contractor will be required to provide documentation to the COR, or designee, of any infractions of institutional rules and regulations by inmates for proper action. Institution Security The contractor/contract employees shall agree to all regulations prescribed by the institution for the safety, custody, and conduct of inmates. The contractor shall attend the Institution Familiarization Orientation program prior to assuming institution involvement. Reimbursement to the contractor for the time spent in the institution orientation or other specific security related training will be at the contract rate, prorated hourly. The contract employee will be required to sign in and out of the institution for accountability purposes. A badge will be issued and worn at all times for proper identification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/15B40818Q00000004/listing.html)
 
Place of Performance
Address: USP Leavenworth, 1300 Metropolitan Avenue, Leavenworth, Kansas, 66048, United States
Zip Code: 66048
 
Record
SN04865840-W 20180325/180323231815-e12c8099b4e4fe9727b1fccce17bbfdd (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.