Aboriginal Community Liaison Services

Solicitation number 21881-13-0052

Publication date

Closing date and time 2013/06/26 17:00 EDT


    Description
    An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meet the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    1. Definition of requirement:
    
    The Correctional Service Canada has a requirement to provide Aboriginal Community Liaison Officer services to offenders in the New Westminster Community Corrections area. The work will involve the following:
    
    1.1 Objectives:
    The Correctional Service of Canada must respect traditional cultural and spiritual values and beliefs of aboriginal people and promote activities that include and encourage partnerships with aboriginal agencies, communities and families. CSC must also support an environment that enhances learning about and sensitivity to aboriginal issues and establish a focused campaign of public engagement and education with aboriginal communities and organizations.
    
    1.2 Tasks:
    
    The primary objective of the Aboriginal Community Liaison Officer (ACLO) as it relates to the Aboriginal Strategy for the CSC Pacific Region is to eliminate statistical differences between aboriginal and non-aboriginal offenders, particularly in relation to the institutional/community ratio of aboriginal offenders within the region.  It is the expectation that the reintegration potential of aboriginal offenders in Pacific Region institutions will be increased thereby:
    	increasing the number of aboriginal offenders that can be safely managed in lower security institutions
    	increasing the number of aboriginal offenders released back to their communities at or near their earliest release eligibility date
    
    1.3 Expected results:
    
    It is the expectation that the reintegration potential of aboriginal offenders in Pacific Region institutions will be increased thereby:
    	increasing the number of aboriginal offenders that can be safely managed in lower security institutions
    	increasing the number of aboriginal offenders released back to their communities at or near their earliest release eligibility date
    
    1.5 Deliverables:
    
    1.5.1	The contractor shall:
    
    a)	Work with Institutional Parole Officers (IPO’s), Elders, Aboriginal Liaison Officers (ALO’s), Aboriginal Community Development Officers (ACDO’s), and other case management team members to identify high risk/high need aboriginal inmates with plans for release to New Westminster and its surrounding communities.  The identification process will include institutional visits and one/one interviews.  
    
    b)	Maintain an understanding of aboriginal people and the diversity that exists, aboriginal traditions, and aboriginal spirituality and culture.
    
    c)	Maintain the primary focus of the ACLO services and complete the core portion of services at the Community level.
    
    d)	Maintain a respectful relationship with Elders and community partners and work with particular political groups and their specific boundaries.
    
    e)	Maintain a clear understanding and knowledge of the issues that affect aboriginal men/women involved in the correctional justice system.
    
    f)	Carefully assess high risk/high need offenders coming to the urban community on a case by case basis and connect individuals to the appropriate service providers, agencies or urban partners.
    
    g)	Assess, manage and report on the risk in the context of high risk/high need offenders’ integration into aboriginal cultural and traditional programs within the community.
    
    h)	Work collectively with aboriginal offenders and case management teams to link offenders with appropriate community programs or Elder/traditional services.
    
    i)	Work closely with aboriginal communities, agencies, service providers and First Nations to sensitize and inform on the CSC continuum of care model for aboriginal offenders.
    
    j)	Provide aboriginal offenders in the community with access to Elders services, counseling and traditional/cultural ceremonies, i.e. sweat lodge.
    
    k)	Provide initial contact and escort services for introduction to the community programs, services, cultural and Elder services to high risk/high need offenders coming into the urban aboriginal community.
    
    l)	Assist Community Parole Officers (CPO’s) and offenders in case management team meetings when requested to discuss aboriginal community participation of a case.
    
    m)	Support CPO’s and case management teams from the community with visits to different aboriginal agencies and nonprofit agencies to assess support for aboriginal offenders.
    
    n)	Document interaction with offenders in the Offender Management System (OMS) through casework records and ACLO tracking tool.
    
    o)	Provide reports and updates to the Parole Officer Supervisor or designate in the applicable parole office as requested.
    
    p)	Complete and submit to the Project Authority, a data collection and evaluation form monthly, including a record of activities.  
    
    q)	Establish and maintain contact with Aboriginal agencies and individuals to facilitate the reintegration of Aboriginal offenders, and identification of organizations that will ensure continuity of spiritual and cultural interventions upon an offender’s release.
    
    r)	Conduct file reviews of offender Healing Plans, Social Histories, Elder Reviews and Correctional Plan target domains to assist the Parole Officer to prepare for program boards.
    
    s)	Participate in case conferences with institutional and community case management team to support release planning and identify opportunities for establishing a plan for their release.
    
    t)	Participate in meetings with the community reintegration teams to support ongoing needs of Aboriginal offenders within the community
    
    u)	Support and liaise with Institution and Community Parole Officer/ Aboriginal Community Development Officer regarding releases, pre-releases and release planning and ensures a solid plan for release is developed for Aboriginal offenders, in partnership and in meeting with Aboriginal communities and organizations. 
    
    1.5.2	Paper consumption: 
    
    a.	Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority. 
    
    b.	The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest. 
    
    c.	The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).
    
    1.6 Constraints:
    
    1.6.1	Location of work:
    
    	a.	The Contractor must perform the work at British Columbia
    
    		b.	Travel
    
    			i.	Travel to the following locations will be required for performance of the work under this contract: Various locations throughout the Lower Mainland and Fraser Valley of BC
    
    1.6.2	Language of Work:
    
    The contractor must perform all work in English
    
    1.6.3 Security Requirements:
    
    This contract includes the following security requirements:
    a.	The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS) issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
     
    b.	The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid reliability status granted or approved by CISD/PWGSC.   
    
    c.	Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 
    
    d.	The Contractor must comply with the provisions of the: 
    Security Requirements Check List;
    Industrial Security Manual (Latest Edition)
    
    2. Minimum essential requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    
    Experience:
    •	Capacity to meet all the requirements of the scope of work as outlined above.
    Extensive experience working with conditionally released Aboriginal offenders under federal supervision.
    •	Good working knowledge of First Nations political and community customs, governance, and protocols, including knowledge of First Nations traditions and customs.
    •	An extensive, established network of Aboriginal community resources including agencies, professionals and other services in the New Westminster area which may be accessed in order to meet the needs of the offender.
    
    
    3. Applicability of the trade agreement (s) to the procurement
    
    This procurement is not subject to any trade agreement.
    
    4. Set-aside under the Procurement Strategy for Aboriginal Business
    
    This procurement is set-aside for an Aboriginal Supplier in accordance with the government's Procurement Strategy for Aboriginal Business (PSAB). Therefore, only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, may submit a statement of capabilities.
    
    5. Comprehensive Land Claims Agreement (s)
    
    This procurement is not subject to a Comprehensive Land Claims Agreement.
    
    6. Justification for the Pre-Identified Supplier
    
    There are limited agencies that are able to provide these specialized services.  The provider meets the mandatory requirements as stated above.  
    
    7. Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: 
    
    (d) only one person is capable of performing the contract.
    
    8. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion (s) and/or limited tendering reasons are invoked under the section of the trade agreement (s) specified: 
    
    This procurement is not subject to any trade agreement.
    
    9. Ownership of Intellectual Property
    
    Canada intends to retain ownership of any foreground intellectual property arising out of the proposed contract on the following basis: 
    
    6.2 statutes, regulations, or prior obligations of the Crown to a third party or parties preclude Contractor ownership of the Foreground;
    
    10. The period of the proposed contract or the delivery date(s)
    
    The proposed contract is for a period from July 1, 2013 to March 31, 2014 with an option to extend the contract for 3 additional one-year periods.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option(s), is $ 206,500.00 (GST extra).
    
    12. Name and address of the pre-identified supplier
    
    Fraser Region Aboriginal Friendship Centre Association
    6878 King George Boulevard
    Surrey, BC  V3W 4Z9
    
    13. Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. This statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    14. The closing date and time for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is June 25, 2013 at 2:00 pm PST
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Katie McCallum 
    District Officer, Contracting and Materiel Services
    Correctional Service of Canada
    Community Corrections Administration Office
    #200- 1945 McCallum Road, 
    Abbotsford, BC  V2S 3N2
    Telephone: 604-851-3234
    Facsimile: 604-870-2402
    E-mail address: Katie.Mccallum@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    McCallum, Katharine
    Phone
    (604) 851-3234
    Address
    #200 - 1945 McCallum Road
    Abbotsford, BC, V2S 3N2
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    British Columbia
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: