Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2005 FBO #1447
SOLICITATION NOTICE

R -- Coordinator for Domestic Violence Supervision Unit

Notice Date
11/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, DC, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
9594-06-R-0001
 
Response Due
12/30/2005
 
Archive Date
12/30/2005
 
Description
BACKGROUND: The Court Services and Offender Supervision Agency for the District of Columbia (CSOSA), herein after referred to as the Government, is an independent executive branch federal agency created by the National Capital Revitalization and Self-Government Improvement Act of 1997 (Public Law 105-33; 111 Stat.712). The Agency?s mission is to increase public safety, prevent crime, reduce recidivism, and support the fair administration of justice in close collaboration with the community. SCOPE: The Contractor shall provide on-site services, monitor and effectively coordinate the Domestic Violence referral process for CSOSA, facilitate alternative forms of Domestic Violence services (i.e., assessments, staffing, liaison work with public providers) for CSOSA; and monitor and coordinate the Domestic Violence referral process. The Contractor?s services are intended to facilitate the timely assessment and/or evaluation of CSOSA clients, either court ordered into the Domestic Violence Supervision Unit for an evaluation or supervision, have a history of Domestic Violence offenses, or demonstrate behavior that suggests Domestic Violence services are warranted. Upon the offender referral to the Domestic Violence Supervision Unit, the Contractor shall, in general,: a. coordinate the Domestic Violence referral process; b. facilitate case management in conjunction with the Domestic Violence supervision, and Domestic Violence Consultants; c. monitor response times to internal/external requests for Domestic Violence assessments and evaluations; and d. monitor the effectiveness and efficiency of services for quality assurance purposes. The Contractor shall also perform a variety of administrative functions, such as, but not limited to: a. coordinate and prepare daily assessment and evaluation schedules of offenders referred to the Domestic Violence units; b. facilitate the scheduling of pre-treatment Domestic Violence and Domestic Violence aftercare groups; c. assist in the compilation of offender treatment plans; d. schedule intake interviews and assist in the preparation of documentation related to the offender?s treatment needs and requirements; e. assist in the compilation of statistical analysis and development of reports which include information on cost, number of offenders, types of treatment, treatment timelines, and other information requested by management. DELIVERABLES: Upon the offender admission into the Domestic Violence Supervision unit, the Contractor shall maintain evaluation/assessment/treatment schedules specific to offender treatment plans. These record shall reflect Domestic Violence services scheduled and provided as directly related to the offender treatment plan. The Contractor shall also furnish a progress activity report to the Contracting Officer Technical Representative no later than ten (10) calendar days after the completion of each month. These reports are short status reports, to inform the Government of significant events, problems and changes associated with the progress of the work. PERIOD OF PERFORMANCE: The period of performance shall begin from date of award through September 30, 2006. The work schedule is from Monday through Friday (excluding Sundays and Federal holidays). SECURITY CLEARANCE: Contractor personnel utilized under this award shall submit to a Government background investigation prior to performing work onsite at the CSOSA facility. The intent and purpose of this investigation is to preclude the assignment of any individual who poses a threat to the Government or successful work completion due to past unlawful or inappropriate behavior. Contractor employees must be U.S. citizens, or be lawfully permitted to reside in the United States and possess a valid work permit. Contractor employee shall not begin work until the appropriate background checks are conducted and approved by the CSOSA Office of Security. When a preliminary background check on an individual has been determined to be favorable, the Office of Security will issue an interim employment security approval to the Office of Procurement, who in turn will notify the Contractor. Only at that time may the Contractor notify an individual to begin work at a CSOSA facility. TYPE OF CONTRACT: The Government intends to issue a firm, fixed price award for a base period and four one-year option periods. REQUEST FOR PROPOSAL: The RFP shall be issued on or about the November 30, 2005. Source selection procedures in accordance with FAR Part 15 shall be utilized for the award of the planned contract, using a trade-off between technical and price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s), however, firms are required to price all option years to be considered for award. Past performance will also be considered in making the award determination. The RFP will be available ONLY on the Internet at the FedBizzOpps website: http://www.fbo.gov The proposal closing date/time will be stated in the RFP, along with specific proposal submittal requirements and evaluation factors for award. Interested firms are responsible for monitoring the FedBizzOpps website for issuance of the solicitation and any amendments. Telephone, written or e-mail requests for the solicitation will not be accepted. Firms, or individuals, must be registered with the Central Contractor Registration (CCR) in order to receive a government contract award. To register, visit the CCR website at: http://www.ccr.gov This is unrestricted procurement; it is open to both large and small businesses. Therefore, all responsible sources may respond to the Request for Proposal, once issued. The North American Industry Classification System (NAICS) code is 624190, Other Individual and Family Services. The small business size standard is $6 Million average annual gross revenue over the last three completed fiscal years.
 
Place of Performance
Address: CSOSA, Community Supervision Services, 401 New York Ave, NW, Washington, DC
Zip Code: 20001
 
Record
SN00930172-W 20051112/051110211539 (fbodaily.com)
 
Source
FedBizOpps.gov 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.