Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 24,1996 PSA#1602

Federal 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