|
COMMERCE BUSINESS DAILY ISSUE OF MAY 24,1996 PSA#1602Federal Bureau of Prisons, United States Penitentiary, Regional
Contracting Office, Leavenworth, KS 66048-1254 U -- TEACH PARENTING PROGRAM TO FEDERAL, MALE INMATES SOL RFP102-0050
DUE 061296. POC Thomas Young, Contracting Officer, 913-682-8700,
extension 615. (I) This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in the Federal
Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional information included in the notice. This announcement
constitutes the only solicitation; proposals are being requested and
written solicitation will not be issued. (II) This solicitation is
issued as Request-For-Proposal RFP102-0050. (III) The solicitation
document and incorporated provisions are those in effect through
Federal Acquisition Circular FAC37. (IV) This solicitation is 100%
set-aside for small business. It is advertised as full and open
competition with a Standard Industrial Classification Code (SIC) of
8299, with a size standard of 3.5 million. (V) The contractor shall
coordinate and develop curriculums, lesson plans and deliver
instruction for parenting skills classes as a nonpersonal service
Parenting Program for adult, male, federal inmates. (VI) This contract
shall contain options for a base year and four one year option
periods. Proposals must separately provide session prices for the base
year, option period one, two, three, and four. The period of
performance shall be as follows: the base year of the contract shall be
from the approximate date of award 7/1/96 - 6/30/97; option period one
7/1/97 - 6/30/97; option period two 7/1/98 - 6/30/99; option period
three 7/1/99 - 6/30/2000; and option period four 7/1/2000 - 6/30-2001.
Pursuant to FAR 17.203 (d), offerors may propose varying prices for
option periods. The contractor shall provide instruction, develop
parent-child interactive activities, assess progress of inmates
participating in the program, and provide statistical data to the
Contracting Officer's Technical Representative (COTR). The program
shall support and reinforce development and maintenance of positive
relationships between inmates, their spouses or custodial parents and
their children. The contractor shall undertake outreach efforts with
local community based social service agencies to identify and
facilitate the provision of needed services to t he inmate's parent/s,
visiting spouse or custodial parent/s and children. The services are
to include assistance in such areas as veteran's 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 (CTW), Literacy Volunteers of America (LVA), and
other such organizations which make volunteer and free services
available. The contractor is required to have extensive knowledge in
educational techniques relating to parenting education. The contractor
must be able to organize and provide instruction and counseling to
incarcerated men who have difficulties related to parenting issues.
Curriculums must address the following subject areas: Parenting skills:
1) building family relationships, sensitivity to the impact of a
parent's incarceration on the children and family members, how to
assist in childhood development and related activities. 2) Skills for
family support; analyzing and meeting the need of families, including
job search and retention skills' family budgets, stress management.
Problem solving and setting priorities. 3) Family literacy education,
raising the literacy level of the inmate and corresponding family
members. 4) Substance abuse education, addressing the effect of
substance abuse, its impact on children and family members and
strategies to break substance addiction. The contractor shall compile
and maintain records on parenting programs, which will monitor the
following: 1) Number of inmate's parent/s, children and spouses
non-duplicated enrollments and completions in structured parenting
classes; the number of hours of involvement per week and the number of
weeks spent with each enrollee, and totals for the contract year. The
spouse's weekly hours of involvement in visiting room parenting
activities, the weekly number of hours of their activities and the
total for the contract year. 3) Copies of all curriculums used in
parenting education and related courses. 4) A full description shall be
furnished by the Contractor of the scope of the program, including the
numbers of volunteers and t heir affiliation, if any, the names of
social services accessed, costs, if any, services provided, and related
information. vii) All contract effort will take place at the Federal
Correctional Institution (FCI), located at Littleton, CO, which
includes a Federal Detention Center (FDC) and a Federal Prison Camp
(FPC). Contract effort will be scheduled in the Education areas and/or
in visiting rooms. Two, two hour sessions per week, one each at the
FCI and FPC shall be scheduled. These sessions will be scheduled on
non-visiting evenings (Tuesdays and Wednesdays) from 6:00 p.m. to 8:00
p.m. Evening and/or weekend sessions may be scheduled at the FDC in
lieu of a session at either the FPC or FCI. All program supplies will
be furnished by the Government. 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, contract payments will be made monthly, based on
sessions received by the Government. For security reasons, the
Government reserves the right to prohibit certain contractor employees
from working under this contract. The contractor's performance will be
monitored by the (COTR). Lance Cole, Supervisor of Education, BOP,
Education Department, FCI Englewood, Littleton, CO, 303-985-1566,
extension 1230, is hereby designated to act as COTR under this
contract. 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 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. (VIII) 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 prices firm is hereby changed. An offeror must
hold the prices in 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
this solicitation and is hereby removed in its entirety for the purpose
of this requirement. Evaluation factors for Award: Offerors are advised
that proposals shall be evaluated without discussions. Award might be
made to the responsible offeror whose proposal is responsive to the
terms of the RFP and is most advantageous to the government. Business
references: In accordance with FAR subpart 9.104-1, each offeror is
required to provide information on a reasonable number of recent and
relevant contracts for the same or similar items, as well as the
offeror's primary financial institution, to include contract numbers,
points-of-contact, telephone numbers, and any other relevant
information, which will be used by the Contracting Officer to make a
responsibility determination about a prospective offeror. FAR provision
52.212-3 Offeror Representations and Certifications-Commercial Items,
shall be completed and submitted with the proposal. 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: 52.232-18 Availability of Funds and FAR 52.217-5 Evaluation
of Options. The following FAR clauses are hereby incorporated in full
text: FAR 52.204-1 Approval of Contract: This contract is subject to
the written approval of the Bureau of Prisons, North Central Regional
Contracting Office, and shall not be binding until so approved; FAR
52.216-1 Type of Contract: The Government contemplates award of a
Firm-Fixed Price contract resulting from this solicitation; FAR
52.217-8 Option to Extend Services: 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. The option provision may be exercised more than
once, but the total extension of performance hereunder shall not exceed
6 months. The Contracting Officer may exercise the option by a written
notice to the Contractor no less than 14 calendar days before contract
expiration; FAR 52.217-9 Option to Extend the Term of Contract: The
Government may extend the term of this contract by written notice to
the Contractor within the first day of the ensuing option period,
provided that the Government shall give the Contractor a preliminary
written notice of intent to extend at least 60 days before the contract
expires. The preliminary notice does not commit the Government to an
extension. If the Government exercise this option, the extended
contract shall be considered to include this option provision. The
total duration of this contract, including the exercise of any options
under this clause, shall not exceed five (5) years. The following
terms and conditions are hereby incorporated: Security Requirements: A
security file will be maintained on each of the contractor's employees
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. (IX) FAR provision 52.212-2 applies to this
solicitation and the following evaluation criteria (arranged in their
relative order of importance) are hereby incorporated: Teaching and
related experience, formal education (undergraduate degree in
Psychology or Social Services required), cost and certifications.
Technical and past performance will be evaluated, and when combined,
are evaluated as subfactors. (X) Offerors must include a completed copy
of the FAR provision 52.212-3 Offeror Representations and
Certifications-Commercial Items, with their proposals. (XI) FAR clause
52.212-4 applies to this solicitation. (XII) 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: 52.203-6 Restrictions on
Subcontractor Sales to the Government, Alternate I; 52.203-10 Price or
Fee Adjustment for Illegal or Improper Activity; 52.219-8 Utilization
of Small Business Concerns and Small Disadvantaged Business Concerns;
52.222-5 Affirmative Action for Special Disabled and Vietnam Era
Veterans; 52.222-36 Affirmative Action for Handicapped Workers;
52.222-7 Employment Reports on Special Disabled Veterans and Veteran of
the Vietnam Era; and 52.225-19 European Community Sanctions for
Services. (XIII) The Department of Labor (Service Contract) Wage
Determination number 94-2081 (R3) applying to all teachers/instructors
working in Littleton, Colorado (Jefferson County) is hereby
incorporated into this solicitation. Minimum wages, including benefits
must be paid to all employees working under this contract. Interested
offerors must request a copy of the wage determination from the
contracting officer, shown below. (XVI) Offers in original and two (2)
copies shall be received at United States Penitentiary, Regional
Contracting Office, 1300 Metropolitan Avenue, Leavenworth, KS,
66048-1254, Attention Thomas Young, Contracting Officer, by 2:00 p.m.
local time, 061296. All offers shall be clearly marked with the
offeror's name and RFP number. (XVII) For additional information,
questions and availability of forms, wage determinations, etc., please
contact Thomas Young, Contracting Officer at 913-682-8700, extension
615, or the mailing address shown for submission of proposals. (138) Loren Data Corp. http://www.ld.com (SYN# 0147 19960523\U-0001.SOL)
U - Education and Training Services Index Page
|
|