| Updater |
ACTION ALERT! FedCURE's
Contact Congress Campaign: BARBER Amemdment Good Time Bill
FedCURE On
PBS
Fedcure Org
FedCURE
FedCURE on GETTR
FedCURE News
BNNreports.com
Support FedCURE Through Your Online Purchases From These Vendors:
|
Action
Alert
Federal Bureau of
Prisons (BOP)
Request For
Propoals (RFP): Residential Re-Entry
Program
Solicitation Number: |
RFP-NAS-0171-2006 |
This is the
first opportunity for you and or your faith based organization
to submit offers to operate one or more pilot prisoner re-entry
programs for the Federal Bureau of Prisons. The Federal Bureau of
Prisons (BOP) intends to make multiple awards for the provision of
single-faith, residential re-entry programs at one or more pilot site
institutions. Please see summary of the
BOP's Request For Proposals (RFP) below. If you have an
interest in submitting proposals for this RFP, or possible partnerships,
please contact Director@FedCURE.org for further
information.
General Information
-
Document Type: |
Presolicitation Notice |
Solicitation Number: |
RFP-NAS-0171-2006 |
Posted Date: |
Mar 13, 2006 |
Original Response Date: |
May 01, 2006 |
Current Response Date: |
May 01, 2006 |
Original Archive Date: |
|
Current Archive Date: |
|
Classification Code: |
G -- Social services |
Naics Code: |
624190 -- Other Individual and Family
Services |
Contracting Office Address
- Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First
Street, NW, Washington, DC, 20534
Description
- RFP-NAS-0171-2006. The Federal Bureau of Prisons
(BOP) intends to make multiple awards for the provision of single-faith,
residential re-entry programs at one or more pilot site
institutions. The pilot sites will be announced
through the issuance of the solicitation for these
services. Prospective offerors shall be
permitted to submit proposals for any number, or all of the pilot site
locations. The BOP reserves the right to place an
award for services at one or up to six of its designated institutions based
upon evaluation of proposals, but each site will accommodate only one
program.
The purpose of the residential re-entry program shall be to
facilitate personal transformation for the participating inmates, and
thereby reduce recidivism through promoting the virtues of productive work,
respect for others, self-worth, responsibility, and
accountability. The program shall encourage
re-connection with family and community, and the development of healthy and
productive habits of living. The program shall match
inmates with personal mentors and a faith-community, community organization,
or support group at their release destination to promote successful
reintegration (i.e., employment, housing, avoidance of recidivism,
etc.).
There are ten program goal areas,
which are as follows: 1) Daily living; 2) Mental Health; 3) Wellness; 4)
Interpersonal skills; 5) Academic; 6) Cognitive; 7) Vocational; 8) Leisure
time; 9) Character; and 10) Spiritual development.
These program goal areas are intended to foster successful rehabilitation
and reintegration into the community in order to reduce the likelihood of
recidivism. The contractor shall develop a
curriculum that demonstrates consistency with program goals and outlines how
the contractor plans to incorporate program components that foster growth in
the ten program goal areas. The contractor shall
provide sufficient staffing to cover a rigorous schedule, including both
daytime and evening programming during the week and on weekends for up to
150 inmates per institution.
The contractor shall make available, on
a non-discriminatory basis, a single-faith, residential re-entry program
consistent with the requirements of the
solicitation. The manner and method in performing
the tasks outlined in the Statement of Work are the sole responsibility and
within the sole discretion of the contractor, provided that the contractor
performs in accordance with the Statement of Work.
The NAICS Code for
this acquisition is 624190, and the requirement is issued on an unrestricted
basis. A pre-proposal conference is anticipated and
shall be announced in the cover letter to the
solicitation. A Firm-Fixed-Price Indefinite Delivery
type contract with a one-year base period and four one-year option periods
is anticipated for each site.
The solicitation will be made available
on or about March 27, 2006, and will be distributed solely through the
General Services Administration?s Federal Business Opportunities website,
http://www.fedbizopps.gov. Hard copies of the
solicitation document will not be available. The
website provides downloading instructions. All
future information about this acquisition, including solicitation amendments
and pre-proposal conference information, will also be distributed solely
through this website. Interested parties are
responsible for monitoring this website to ensure that they have the most
up-to-date information about this
acquisition. The anticipated date for
receipt of proposals is May 1, 2006, and the anticipated date of award is
July 31, 2006. Faith-based and community-based
organizations are encouraged and have the right to submit offers/bids
equally with other organizations for contracts for which they are eligible.
Point of Contact
- Kristy Beck, Contract Specialist, Phone 202-616-6150, Fax 202-307-1146,
Email k1beck@bop.gov - Jan Johns, Contracting Officer, Phone 202-307-0985,
Fax 202-307-1146, Email jjohns@bop.gov
[Home] [SEARCH synopses] [Procurement Reference Library]
FedCURE P.O. Box 15667 Plantation, Florida
33318-5667 USA
E-fax:
(408) 549-8935
"Using Technology to Bring About Federal
Criminal Justice Reform" tm www.FedCURE.org 2002-2006. All rights
reserved.
| | | |