SPANISH SPEAKING SUBSTANCE ABUSE TREATMENT SERVICES

Solicitation Number: PSA-SYN-09-0001
Agency: Court Services and Offender Supervision Agency
Office: D. C. Pre-Trial Services Agency
Location: Finance and Administration
  • Print
:
PSA-SYN-09-0001
:
Presolicitation
:
Added: Nov 20, 2008 5:43 pm Modified: Jan 14, 2009 11:33 amTrack Changes

The District of Columbia Pretrial Services Agency (PSA) is an independent federal investigation and supervision entity within the Court Services and Offender Supervision Agency for defendants who are released into the community while awaiting disposition of their cases in both the D.C. Superior Court and U.S. District Court.  PSA is mandated to provide comprehensive treatment services to persons ordered to undergo such treatment as part of either pretrial or post-sentence supervision.  These persons may be dually diagnosed with both mental health and chemical dependency issues including persons of varying cultural backgrounds who may be non-English speaking, i.e., Spanish.  PSA intends to accept proposals specifically designed and intended for Spanish speaking clients with little or no English proficiency. Services encompass five (5) categories of substance abuse treatment services.  The treatment categories required include: (1) Outpatient Treatment, intensive and regular, (2) Detoxification Treatment, social and medical, (3) Residential Treatment, (4) Transitional Treatment and (5) On-site Counseling Sessions, group and targeted group interventions.  PSA will conduct a pre-proposal conference.  The purpose of the pre-proposal conference is for the Government representative(s) to further familiarize the potential offerors with the requirement and PSA, as well as answer potential questions posed by the offerors regarding the solicitation and the services to be performed.  The date and time of the pre-proposal conference will be established and documented in the solicitation.  Interested sources must register for the pre-performance conference in writing by sending an email notice.  The email registration format and information required to register for the pre-proposal conference will be specified in the solicitation package.  The emailed pre-proposal conference registration notice stating the organizations intent to attend the pre-proposal conference must include the name(s) and titles and relevant contact information of the individual(s) who will be representing the potential offerors at the pre-proposal conference.  The registration notice must be received via email no later than two (2) days prior to the conference date.  The registration notification for pre-proposal conference attendance shall be sent via email in a timely manner by the potential offerors to the following email address: Pamela.durrett@psa.gov.  Potential offerors must submit all questions regarding the solicitation to the Contracting Officer. The questions must be submitted in a clearly written document at the time of the pre-proposal conference or clearly documented via email to Pamela.durrett@psa.gov prior to the date pre-proposal conference.  The Government anticipates the award of a firm-fixed unit price, indefinite delivery indefinite quantity contract and reserves the right to make multiple awards.  The successful contractor(s) will be selected using a best value approach.  The technical criteria and past performance will be equal in importance to price/cost.  FAR Part 12 procedures will be used to the maximum extent as the Contracting Officer has determined this as a commercial service.  This announcement is open to all businesses, regardless of size.  The primary NAICS code is 623220, Substance abuse facilities, residential, with a small business size of $6.0 Mil.  If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan, or the portion of the work, it intends to subcontract.  Negotiations with large businesses will include goals for any planned subcontracting, expressed in percentages of total subcontracting dollars for the use of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns as subcontractors. To be eligible for contract award, interested firms must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov.  All responsible sources will be required to submit a timely received written proposal in response to the solicitation to an address specified in the solicitation package.  All requests for the solicitation documents must be submitted electronically via email only to the following email address: Thomas.guziewicz@psa.gov . Requests for the solicitation package should be received via email at the aforementioned email address no later than December 08, 2008. Request for the solicitation documents must include the following clearly identified information: (1) company name, (2) business mailing address (3) point of contact (full name and position title), (4) email address (5) telephone number, (5) fax number.  It is anticipated that the complete solicitation package will be issued electronically via email to the interested offerors on or about February 06, 2009. No collect calls will be accepted.  No telephonic/facsimile requests for solicitations will be accepted.

:
633 Indiana Avenue, NW, Suite 1120
Washington, District of Columbia 20004
:
Washington, DC
District of Columbia
United States
:
Thomas Guziewicz,
Contract Specialist
:
Pamela Durrett,
Contracting Officer