SOURCES SOUGHT
G -- Sex Offender Treatment Provider
- Notice Date
- 9/13/2013
- Notice Type
- Sources Sought
- NAICS
- 623220
— Residential Mental Health and Substance Abuse Facilities
- Contracting Office
- Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, District of Columbia, 20004-2902
- ZIP Code
- 20004-2902
- Solicitation Number
- 20130001
- Point of Contact
- Susan Papa-Provost, Phone: 2022205747
- E-Mail Address
-
susan.papa-provost@csosa.gov
(susan.papa-provost@csosa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE, pursuant to FAR Part 10 (Market Research) and is not a pre-solicitation notice or solicitation for proposals/quotations. This synopsis does not constitute a Request for Proposal (RFP) or Invitation for Bid (IFB), nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Any information provided by the Government at this time is preliminary and may be updated or changed prior to release of a formal RFP. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of firms, associations, organizations, entities, contractors or vendors interested in providing full sex offender treatment services for the Court Services and Offender Supervision Agency (CSOSA) offender population. It is anticipated that this work will begin in fiscal year 2014. Background: The Court Services and Offender Supervision Agency (CSOSA) was established under Section 11232 of the National Capital Revitalization and Self-Government Improvement Act of 1997 to effectuate the reorganization and transition of functions relating to pretrial services, parole, adult probation and offender supervision in the District of Columbia to a Federal Executive Branch agency. The mission of CSOSA is to increase public safety, prevent crime, reduce recidivism, and support the fair administration of justice in close collaboration with the community. The CSOSA (hereinafter referred to as the Government) has been mandated to provide comprehensive treatment services to persons who have been ordered to undergo such treatment by the courts, either as part of a sentence or pre-sentence, or as a condition of probation or parole. These persons (hereinafter referred to as offenders) may be dually-diagnosed with both mental health and chemical dependency issues. CSOSA is responsible for the supervision of all probationers and parolees held under the authority of any United States or District of Columbia statute, or any other lawful authority and entrusted to the District. Need: CSOSA utilizes and a combination of best practices and multidisciplinary evidenced based models: cognitive behavioral therapy (CBT) and the Containment Approach. CSOSA does not compel offenders to reveal the identity of past victims. The protection of the community from future violence is endorsed. The contractor(s) shall not act in any manner which coerces the client to reveal the names or identities of past victims. Clients should be encouraged to disclose their past thoughts, feelings and behavior to foster the development of treatment initiatives consistent with the treatment models. Treatment is not to be conceptualized as an investigative function. In keeping with the therapy models the contractor(s) must: •· have a treatment philosophy and techniques that directly work in conjunction with CSOSA's philosophy •· conform to professional standards as specified in the "Practice Standards and Guidelines" issued by the Association for the Treatment of Sexual Abusers (ATSA) www.atsa.com •· have documented experience, with a two (2) year minimum, working with the sex offender population and understand the criminal justice system S ubmission of Information: All interested vendors must provide a capability statement if they are interested and capable of providing these services. Capability statements should include: •(1) Name of your firm, address, telephone, and fax number, web-site URL (if applicable), a point of contact, and an email address. •(2) Business size for NAICS and socio-economic category status, if any •(3) Describe the experience and capabilities of your firm with respect to providing these services. •(4) Describe the level at which you perform the majority of your contract efforts, e.g., are they at the prime or subcontract level •(5) Describe or summarize how your company has been successful in performing these services. •(6) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM www.sam.gov) to be considered as potential sources Disclaimer and Important Notes: Regardless of the information obtained from the Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement. No proprietary, classified, confidential or sensitive information shall be included in your responses to this Source Sought Notice The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate in any solicitation. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. Responses to this Sources Sought Notice will not be considered adequate response to nay resultant solicitation. All interested parties provide all comments and/or questions to Susan Papa-Provost at susan.papa-provost@csosa.gov. Your response must be submitted not later than 4 October 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/OD/WashingtonDC/20130001/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20004, United States
- Zip Code: 20004
- Zip Code: 20004
- Record
- SN03187663-W 20130915/130913235641-6d27603694b7fb5b7bc829d53313fd32 (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 |