Stephen S. Skinner Chief U. S. Probation Officer United ...

Stephen S. Skinner Chief U. S. Probation Officer

United States Probation Office Western District of Oklahoma

Oklahoma City Office 215 Dean A. McGee, Room 201

Oklahoma City, OK 73102 (405) 609-5800

Lawton Office 410 Southwest Fifth, Room 101 Lawton, Oklahoma 73501-4268

(580) 353-0387

Please Respond To:

Oklahoma City Office

October 30, 2017

Re: FISCAL YEAR 2018 TREATMENT SERVICES SOLICITATION

Dear Program Administrator:

The U.S. Probation and Pretrial Services Office for the Western District of Oklahoma intends to procure treatment services for defendants and offenders supervised in this district.

The procurement procedure will involve the use of blanket purchase agreements. Required services will include drug testing; outpatient counseling; intake assessments; residential treatment; mental health counseling; sex offender counseling; and collection of copayment from clients. Interested vendors must respond on time and clearly show that: 1) they can provide the required services; 2) such services will be provided by qualified staff as defined for each service in the RFP, or as noted in the Locally Defined Services, and 3) prices of such treatment shall be as low or lower than those charged the vendor's most favored customer for comparable quantities under similar terms and conditions.

The Request for Proposals (RFP) for each solicitation area have been posted to our agency's public website at okwp.. They are located in the "Vendor Information" section of this site. If your agency does not have Internet access, please contact Procurement Specialist Randy Curtis at the number listed below, and you will be mailed a hard copy of the RFP.

The RFP contains the full text of all applicable Government regulations, and all offerors are subject to the provisions contained in the RFP. In responding to the RFP, you should answer fully each item and supply all information requested. Section "L" provides specific directions for potential vendors in completing their proposals. The minimum standards for the services listed are contained in the Clauses and Terms of Agreement, and all proposals will be evaluated by the criterion laid out in Section "M."

REQUEST FOR PROPOSALS

Page 2

Proposals will be awarded on the basis of initial offers submitted, and each initial offer should contain your organization's best terms from a cost and technical standpoint. There will be no additional opportunity to modify your proposal. Please read the RFP carefully. Do not rely on knowledge of previous RFPs or knowledge of previous federal procurement procedures.

The estimated monthly quantity listed in Section "B" of the RFP is an estimate of the services to be provided each month during the term of this agreement. It is only an estimate. A vendor must be capable of providing all services identified in Section "B," and within the geographic area identified in Section "B."

Although the Government may choose to enter into a Blanket Purchase Agreement with multiple vendors, the Government reserves the right to award to a single vendor. The term for this Blanket Purchase Agreement is twelve (12) months, with a provision that shall allow the Government to unilaterally extend the agreement for an additional two (2), twelve (12) month intervals, at the Government's discretion.

For all proposals, an original and two (2) copies must be received no later than Thursday, November 30, 2017, at 3:00 p.m. There will be no exceptions. Proposals should be delivered to U.S. Probation Office, Attn: Randy Curtis, Procurement Specialist, 215 Dean A. McGee, Suite 201, Oklahoma City, Oklahoma, 73102. You may not email the RFP. All copies must be originally signed. A copy of the Blanket Purchase Agreement, Clauses and Terms of Agreement should be retained by the vendor for your records. Please do not submit proposals in binders or notebooks.

All questions regarding this proposal must be directed in writing to Randy Curtis by email at Randy_Curtis@okwp. no later than November 15, 2017 at 5:00 p.m. Answers to all questions submitted will be addressed to all prospective bidders and posted to our agency website no later than 5:00 p.m. November 20, 2017. Any vendors without Internet access will be faxed a copy of all questions and answers.

Sincerely,

Randy Curtis Procurement Specialist (405) 609-5856

AO 367 (Rev. 06/11)

SECTION A

1. Solicitation No.

1087-2018-0004

4. Issued By:

Randy Curtis

SOLICITATION / OFFER / ACCEPTANCE

2. Date Issued

3. Award No.

10/30/2017

5. Address Offer To (if other than Item 4):

SOLICITATION

6. Offers in original and

2

copies for furnishing the required services listed in Section B will be received at

the place specified in Item 5, or if handcarried, in the depository located:

US Probation Office Attn Randy Curtis 215 Dean A McGee AvE Rm 201 Oklahoma City, OK 73102

until 3:00 pm

local time 11/30/2017 .

(hour)

(date)

7. For Information call:

a. Name Randy Curtis

(X) SEC.

DESCRIPTION

PART I ? THE SCHEDULE

$

A SOLICITATION/OFFER/ACCEPTANCE

$

B SUPPLIES OR SERVICES AND PRICES/COSTS

$

C DESCRIPTION/SPECS./WORK STATEMENT

$

D PACKAGING AND MARKING

$

E INSPECTION AND ACCEPTANCE

$

F DELIVERIES OR PERFORMANCE

$

G AGREEMENT ADMINISTRATION DATA

$

H SPECIAL AGREEMENT REQUIREMENTS

b. Telephone

(405) 609-5856

TABLE OF CONTENTS

PAGE(S)

1 3 49 1 2 1 3 7

(X) SEC.

DESCRIPTION

PAGE(S)

PART II ? AGREEMENT CLAUSES

I REQUIRED CLAUSES

1

PART III ? LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH.

J LIST OF ATTACHMENTS

1

PART IV ? REPRESENTATIONS AND INSTRUCTIONS

K

REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS

1

L INSTRS., CONDS., AND NOTICES TO OFFERORS

1

M EVALUATION CRITERIA

1

OFFER

8. In compliance with the above, the undersigned agrees, if this offer is accepted within

calendar days (365 calendar days unless a different period

is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item,

delivered at the designated point(s), within the time specified in the schedule.

9. DISCOUNT FOR PROMPT PAYMENT

*

10. ACKNOWLEDGEMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated:

10 CALENDAR DAYS 20 CALENDAR DAYS

%

%

AMENDMENT NO.

DATE

30 CALENDAR DAYS %

AMENDMENT NO.

CALENDAR DAYS %

DATE

11. NAME AND ADDRESS OF OFFEROR

12. Telephone No. (Include area code)

14.

AWARD

Your offer on Solicitation Number 1087-2018-0004

, including the

additions or changes made by you which additions or changes are set forth in full

above, is hereby accepted as to the items listed above and on any continuation sheets.

13A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print)

15A. NAME OF CONTRACTING OFFICER

13B. Signature

15B. UNITED STATES OF AMERICA

13C. Offer Date BY

(Signature Of Contracting Officer)

15C. DATE SIGNED

SECTION B - SUPPLIES OR SERVICES AND OFFEROR'S PRICES

The United States District Court for the Western District of Oklahoma is soliciting vendor(s) to provide halfway house services for defendants and material witnesses. Vendor(s) must be capable of providing services within a geographic area encompassing (insert catchment area).

As a result of this solicitation the Government intends to enter into a Blanket Purchase Agreement (BPA). For this BPA, approximately 1 to 1 vendors are needed to provide the required services. The Government reserves the right to award to a single vendor.

A Blanket Purchase Agreement is a "charge account" arrangement, between a buyer and a seller for recurring purchases of services. BPAs are not contracts and do not obligate government funds in any way. A contract occurs upon the placement of a call or referral from the U.S. Probation/Pretrial Services Office and the vendor's acceptance of the referral. Referrals will be rotated among all the vendors on the BPA. BPAs are valid for a specific period of time, not to extend beyond the current fiscal year. The total duration of this BPA, including the exercise of two 12-month options, shall not exceed 36 months. BPAs will be issued to those vendors determined to be technically acceptable and offering the lowest cost to the Government, using the Evaluation Criteria established in Section M of the Request for Proposal.

Section B is generic and used nationwide to procure the particular needs of each U. S. Probation/Pretrial Services Office. For this solicitation, only those services marked by an "X" under the Required Services column are being solicited. Offerors shall propose on only the required services. Services proposed, but not marked as required, will not be evaluated or included under any resultant agreement. Offerors failing to provide offers on all required services marked, will be considered technically unacceptable.

Note: Estimated Monthly Quantities (EMQs) represent the total monthly quantities to be ordered per Service item under the BPA. Each vendor placed on the BPA may receive a share of the total quantity stated. However, EMQ's are estimates only and do not bind the government to meet these estimates.

An asterisk (*) indicates a requirement line item which has been modified under "Local Services."

Page B-2 Blanket Purchase Agreement

PROJECT CODE REQUIRED SERVICES ESTIMATED MONTHLY QUANTITY

UNIT PRICE

RESIDENTIAL PLACEMENT:

9905

Provision of Shelter

2018 - 235 2019 - 240 2020 - 245

$__________ $__________ $__________

Unit prices for Residential Placement shall include all requirements for Project Code 9905 including the following:

*Any and all telephone contacts with defendants *All prices associated with alcohol testing *All prices associated with case staffing conferences See Section G.5 for daily rate calculations

URINE COLLECTION:

1010

Urine Collection & Reporting

2018 - 22 2019 - 24 2020 - 26

$__________ $__________ $__________

1011

Urine Collection/ NIDT Device Testing

2018 - N/A 2019 - N/A 2020 - N/A

$__________ $__________ $__________

Unit prices for Project Code 1011 shall include a "multiple test" factor for the service.

SWEAT PATCH:

1012

Sweat Patch/Application & Removal

2018 - N/A 2019 - N/A 2020 - N/A

$__________ $__________ $__________

VOCATIONAL SERVICES:

3060

Job Placement

2018 - 1 2019 - 1 2020 - 1

$__________ $__________ $__________

BPA-Solicitation Number: 1087-2018-0004

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download