|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1996 PSA#1686Federal Bureau of Prisons, Western Regional Office, 6600 Goodfellow
St., Dublin, CA 94568 U -- PARENTAL TRAINING SERVICES AT THE FEDERAL CORRECTIONAL
INSTITUTION (FCI) 5701 8TH STREET, DUBLIN, CA 94568. Sol RFP 122-0078
due 100796. Contact Point, James F. Cooper, 510-803-2775, Fax
510-803-2782. This modifies the synopsis of 8-7-96 (from RFP-122-0078
to RFQ-7-0034): This is now a combined synopsis/request for quotations
(RFQ) for commercial items prepared in accordance with the format in
FAR Subpart 12.6, as supplemented with additional information included
in this notice. This announcement constitutes the only RFQ; RFQs are
hereby being requested and a written RFQ will not be issued. This
solicitation is hereby modified to a Request for Quotations (RFQ)
7-0034. The RFQ document and incorporated provisions and clauses are
those in effect through Federal Acquisition Regulation Circular 90-41.
This procurement is being advertised as a small business set-aside,
under standard industrial classification code 8322, with a small
business size standard of $5.0 Million. Bids from large businesses will
not be accepted. (A)Schedule: The Contractor shall provide Parental
Training Services for inmates at the Federal Correctional
Institution/Federal Detention Center/Federal Prison Camp, 5701 8th
Street, Dublin, California 94568 from the time of award (approx
10/15/96) through 9/30/97. Please provide a price per hour. Note, there
will be approximately 338 sessions of four hours each (weekday evening
hours), and 12 sessions (on time per month, on Saturday, Sunday, or
holiday) of 8 hours each, or a total estimate of 1148 hours for the
contract period. The period of performance is as follows: The Base Year
of the contract shall be from 10/15/96 or Date of Award, whichever is
later, through 9/30/97. (B)Statement of Work: Purpose: The contractor
shall provide a program which meets the following standards: 1) support
the development and maintenance of positive relationships between
inmates, their spouses or custodial parents and their children. 2)
structure programs which provide an opportunity for inmate parents,
visiting spouses, or custodial parents and children to interact in ways
designed to strengthen family relationships. 3) insure that appropriate
furniture, education oriented toys, books and other materials and
activities designed to establish and strengthen positive family
parenting relationships. The contractor is responsible for any injury
caused by these materials. 4) provide structured parenting education
courses to inmates and parents and, when feasible, to visiting spouses
or custodial parents. These courses will be in addition to those
ordinarily offered by the Institution. The curriculum shall address the
following subject areas: a) Parenting skills, b) Skills for Family
Support, c) Family Literacy Education, d) Substance Abuse Education, e)
Parental Care for Expectant Mothers. The contractor shall be required
to maintain records on parenting programs which show the following: 1)
Expenditures during the course of the contract year, 2) Number of
inmate parent non-duplicated enrollments and completions in structured
parenting classes; the number of hours per week and the number of
weeks per year, per enrollee, and totals for the contract year; 3) the
number of children, non-duplicated, involved in the program and the
number of hours involvement of each child per year and the total for
the contract year, 4) the number of children, non-duplicated, visiting
spouses or custodial parents, in visiting room parenting activities,
per week, the number of hours per week of their activities, and the
total for the contract year, 5) a copy of all curriculums used in
parenting education and related courses, and 6) a full description of
the scope of the program, including the numbers of volunteers and their
affiliation, if any, the names of social services accessed, costs, if
any, services provided, and related information. The contractor shall
undertake outreach efforts with community-based social service agencies
to identify and to facilitate the provision of needed services to the
inmate parent, visiting spouse or custodial parent, and children. These
services should include, for example, assistance in such areas as,
veterans 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 (CWT), Literacy
Volunteers of America (LVA) and such other organizations which make
available volunteer and free services. All volunteers are subject to
the minimum security and training standards as outlined in P.S.
3000.02, Human Resources Management Manual, and P.S. 5300.14,
Volunteers, Involvement Programs. (C)Place of Performance: The place of
performance will be the Federal Correctional Institution/Federal
Detention Center/Federal Prison Camp located at 5701 8th Street, Camp
Parks, Dublin, CA 94568. (ii)Schedule: Services to be provided on
weekday evenings (for the 4-hour sessions) and on Saturday, Sunday, or
holiday (for the monthly 8-hour sessions). Classes will have a minimum
of 20 inmates and a maximum of 35 inmates. Total participation during
a contract year is estimated at 130-inmates, 130-visiting
spouses/custodial parents, 150-visiting children. (D)Method of
Performance: The service provided, being professional in nature will be
provided in the method as considered normal in the local community.
These services, although not directly supervised, will be reviewed by
the Supervisor of Education on staff in the Education Department of the
Institution. The performance of these services will also be verified by
the designated Contracting Officer Technical Representative (COTR).
(F)This contract is a professional educational non-personal services
contract; the Government may evaluate the quality of professional and
administrative services provided, but retains no control over the
professional aspects of services rendered (e.g., professional
judgments); the contractor will indemnify the Government for any
liability producing act or omission by the contractor, its employees
and agents occurring during contract performance; the contractor will
maintain insurance (auto, workers compensation, etc), in an amount
which is not less than the amount normally prevailing within the local
community of Dublin, California. This will be a contractural
arrangement and not a personnel appointment; payment is based on the
provision of an end product or the accomplishment of a specific result;
results to be obtained will be entirely within the contractor's own
unsupervised determination; and the contractor will not be subject to
Government supervision. (C)Clauses/Provisions: (l)Far Clause 52.212-1,
``Instructions to Offerors-Commercial,'' is hereby included by
reference. The following are addenda to FAR Clause 52.212-1: (1)
Paragraph (c)``Period of Acceptance of Offers'', the amount of time the
offeror agrees to hold the prices in its offer firm is changed to 60
calendar days from date specified for receipt of offers. (2) Paragraphs
(e) ``Multiple Offers'', and (h) ``Multiple Awards'', have been
determined by the Contracting Officer to be non-applicable to this
solicitation and are hereby removed in their entirety for the purpose
of this requirement. (3)Evaluation Factors for Award: Bidders are
advised that bids shall be evaluated without discussions. Award will be
made to the responsible bidder whose bid is responsive to the items of
the RFQ and is most advantageous to the Government, considering only
price and price-related factors. (4) Business References: In order to
assist the Contracting Officer in making a responsibility determination
about a prospective contractor, in accordance with FAR Subpart 9.104-1,
it is required that each bidder provide information on a reasonable
number of recent and relevant contracts for the same or similar items,
as well as the bidder's primary financial institution (to include
contract numbers, points of contact, telephone numbers, and any other
relevant information). FAR Clasue 52.212-4, ``Contract Terms and
Conditions-Commercial Items,'' hereby applies to this acquisition. The
following are addenda to FAR Clause 52.212-4: (1) The following FAR
Clauses are hereby incorporated by reference, pursuant to FAR Clause
52.252-2, ``Clauses Incorporated by Reference'': ``Privacy Act
Notification'', 52.224-2, ``Privacy Act''; 52.225-11, ``Restrictions on
Certain Foreign Purchases''; 52.232-18, ``Availability of Funds'';
52.237-2, ``Protection of Government Buildings, Equipment, and
Vegetation''; 52.237-3, ``Continuity of Services''; 52.219-6, ``Notice
of Total Small Business Set-Aside (Jul 96)''. 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. JAR Clause 2852.279-70, ``Contracting Officer's
Technical Representative'', is hereby incorporated in full text, (a)Mr.
R. Philip Guttierrez, Supervisor of Education, Federal Correctional
Institution, Dublin, California, is hereby designated to act as
Contracting Officer's Technical Representative (COTR) under this
contract. (b)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 invoices to the payment office and a conformed
copy to the Contracting Officer. (C)The COTR does not have 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 of the agreement. 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 and signed. (iv)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: 52.222-26, ``Equal Opportunity''; 52.222-35,
``Affirmative Action for Special Disabled and Vietnam Era Veterans'';
52.222-36, ``Affirmative Action for Handicapped Workers''; 52.222-37,
``Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era''. The following terms and conditions are hereby
incorporated: Security Requirements: In accordance with Program
Statement 3000.02, contract employees entering the institution will be
subject to the following investigative procedures, prior to
performance: NCIC Check(National Crime Information Center); DOJ-99(Name
Check); FD-99(Fingerprint Check); Law Enforcement Agency Checks;
Vouchering of Employers over past 5 years; Personal Qualifications
Statement; OPM-329-A(Authority for Release of Information); and a
Urinalysis Test (positive results will result in disallowance of an
individual to perform under this contract). Bids shall be mailed or
faxed to the following address: Bureau of Prisons, Western Regional
Contracting Office, 6600 Goodfellow Street, Dublin, CA 94568, Attention
James F. Cooper, Contract Specialist (FAX 510-803-2782), by 4:00 PM
local time, on Monday, October 7, 1996. All bids shall be clearly
marked with the bidders name and RFQ number. For additional
information, and questions, please contact James F. Cooper, Contract
Specialist, at 510-803-2775. (262) Loren Data Corp. http://www.ld.com (SYN# 0054 19960923\U-0001.SOL)
U - Education and Training Services Index Page
|
|