Community Residential Facility (CRF)
Solicitation number 2188-14-0001/0093
Publication date
Closing date and time 2014/06/23 18:00 EDT
Last amendment date
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: 1. The Correctional Service Canada has a requirement to provide Community Residential Facilities (CRFs) housing for offenders under federal jurisdiction who have been released to the community on conditional release, statutory release, and those subject to Long-Term Supervision Orders. The work will involve the following: 1.1 Objectives: CRFs provide accommodation, monitoring and general support and assistance in reintegrating the offender into the community. All activities and services provided by the CRF must comply with the requirements set forth in this document. Any additional services to be provided must be agreed upon by the CRF, the Project Authority and the Contracting Authority, and must be specifically outlined in an appendix to this Statement of Work 1.2 Tasks: All activities and services provided by the CRF must comply with the requirements set forth in this document 1.3 Expected results: Promote the successful reintegration of offenders into the community. CRFs contribute to the management of risk by ensuring that suitable accommodation, support systems, and monitoring are in place to assist conditionally released individuals become law-abiding citizens. 1.4 Performance standards: The CRF Contractor agrees that its officers, servants and subcontractors must comply with all applicable legislation and CSC’s Commissioner’s Directives (CDs), the Standard Operating Practice on Official Languages, and other Standards, as outlined in this contract. The CRF must have a written statement of mission which must include but not be limited to: a) Objectives; b) Programs; c) Services; and, d) Population to be served. 1.5 Deliverables: 1.5.1 The work includes at minimum: The CRF must provide twenty-four (24) hour residential services to offenders who are referred to it by CSC and accepted by the CRF. Provision of residential services, at various locations in British Columbia, for adult male and/or female offenders on conditional release Provision of three meals per day which follow the Canada Food Guide Provision of security services, including the monitoring of resident activities and destinations while away from the facility Assisting residents in their reintegration efforts by providing basic referral services to community support groups and other agencies, as dictated by each resident's individual requirements Providing ongoing liaison with local police forces Depending on the facility/location, the work also includes: Provision of enhanced residential services for high risk and high profile offenders Delivery of a residential substance abuse treatment program Delivery of the Integration Correctional Program Model Provision of classroom space for program delivery Provision of a personal escort, as required, to accompany offenders outside of the facility Supervision of the procurement of urine samples, and forwarding them for analysis Provision of an intensive management program reporting centre Provision of Aboriginal Spiritual Advisor services The CRF must provide CSC with the following reports: a) Monthly Utilization Reports indicating total utilized beds by offender’s name, FPS number and gender; b) Monthly Living Allowance Report by offender’s name, and FPS number, if applicable; c) Incident/occurrence reports, as they occur; d) Annual Financial Statements; e) Other reports, as requested by CSC; and, f) All logs or other documented information on offenders when requested by CSC. 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 various locations within BC. b. Travel ii. No travel is anticipated for performance of the work under this contract. 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: 1.6.3.1 The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding Capability (DSC) at the level of PROTECTED B issued by the Canadian Industrial Security Directorate, Public Works and Government Services Canada. 1.6.3.2 The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 1.6.3.3 The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CISD/PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed at the level of PROTECTED B including an IT Link at the level of B . 1.6.3.4 Subcontracts, which contain security requirements, are NOT to be awarded without the prior written permission of CISD/PWGSC. 1.6.3.5 The Contractor/Offeror must comply with the provisions of the: a) Security Requirements Check List and Security Guide b) 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: To fulfill the requirements of the contracts, the agencies must have the following qualifications and experience: Capacity to provide residential services as outlined in the section titled “Current Requirements” and “Deliverables”, for adult offenders on conditional release at a facility which is located in British Columbia. Organizations must fully comply with the Correctional Service of Canada Community Residential Services Standard. http://www.csc-scc.gc.ca/text/plcy/cdshtm/714-cd-eng.shtml A minimum of five years experience in working with adult offenders on conditional release in a residential setting. Ability to meet and remain in compliance with the Correctional Service of Canada Community Residential Services Standards (see attached Statement of Work). 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 not subject to any set-asides for Aboriginal Suppliers. 5. Comprehensive Land Claims Agreement (s) This procurement is not subject to a Comprehensive Land Claims Agreement. 6. Justification for the Pre-Identified Supplier To our knowledge, there are a restricted number of sources in the province of British Columbia who are qualified and have the resources needed to offer these specific services. The following organizations have provided this service to Correctional Service Canada - Pacific Region in recent years and have a high degree of familiarity with the mandate and objectives of Correctional Service Canada. They contribute immeasurably to public safety by exercising their experience and knowledge about offender risk and the programs and processes in place to ameliorate that risk. 7. Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: • The nature of this work is such that it would not be in the public interest to solicit bids. • 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 contracts are for the period of July 1, 2014 to March 31, 2015. For contracts “b & e” listed under section 12 below, the contract is for the period July 1, 2014 to March 31, 2015 with an option to extend the contract for one additional year periods. (April 1, 2015 to March 31, 2016). For contracts “f ” listed under section 12 below, the contract is for the period July 1, 2014 to March 31, 2015 with an option to extend the contract for four additional one year periods. (April 1, 2015 to March 31, 2016, April 1, 2016 to March 31, 2017, April 1, 2017 to March 31, 2018, April 1, 2018 to March 31, 2019). 11. A cost estimate of the proposed contract See individual amounts under section 12 below. All amounts include applicable taxes. 12. Name and address of the pre-identified supplier a.) Circle of Eagles Lodge Society 2716 Clark Drive Vancouver, BC V5N 3H6 Estimated cost: up to $1,097,966.00 b.) The Elizabeth Fry Society Hostel (Firth) 4th Floor – 402 E. Columbia Street New Westminster, BC V3L 3X1 *Estimated cost: up to $549,682.00 for the initial contract period and up to $654,293.00 for the option to renew for one additional year. c.) John Howard Society of the Lower Mainland 763 Kingsway Vancouver, BC V5V 3C2 Estimated cost: up to $1,208,013.00 d.) Okanagan Halfway House Society 1353/1357 Bernard Avenue Kelowna, BC V1Y 6R5 Estimated cost: up to $1,156,069.00 e.) Phoenix Drug and Alcohol Recovery & Education Society 13686 - 94A Avenue Surrey, BC V3V 1N1 *Estimated cost: up to $669,281.00 for the initial contract period and up to $823,429.00 for the option to renew for one additional year. f.) Phoenix Transition Society 1770 11th Avenue Prince George, BC V2L 3S8 **Estimated cost: up to $268,387.00 for the initial contract period and up to $280,239.00 per year for the option to renew for four additional years. g.) Prince George Activator Society 770 Second Avenue Prince George, BC V2L 3A3 Estimated cost: up to $1,336,505.22 h.) The Governing Council of the Salvation Army in Canada on Behalf of The Salvation Army, Addictions and Rehabilitation Department 525 Johnson Street Victoria, BC V8W 1M2 Estimated cost: up to $1,428,317.97 i.) The Governing Council of the Salvation Army in Canada on Behalf of The Salvation Army, Harbour Light 119 Cordova Street Vancouver, BC V6K 1K8 Estimated cost: up to $1,390,670.98 j.) St Patrick’s House Society 1735 Yew Street Prince George, BC V2M 2X3 Estimated cost: $1,083,601.00 k.) Westcoast Genesis Society- Genesis House 219 Carnarvon Street New Westminster, BC V3L 1B7 Estimated cost: up to $902,923.66 l.) Westcoast Genesis Society – Maria Kearny Cottage 219 Carnarvon Street New Westminster, BC V3L 1B7 Estimated cost: up to $827,518.00 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 23, 2014 at 2:00 PM PST. 15. Enquiries and submission of statement of capabilities Enquiries and statement of capabilities are to be directed to: Liliane Matheson 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: Liliane.Matheson@csc-scc.gc.ca
Contract duration
Refer to the description above for full details.
Trade agreements
-
No trade agreements are applicable to this solicitation process
Contact information
Contracting organization
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
- Contracting authority
- Matheson, Liliane
- Phone
- 604-851-3234
- Fax
- 604-870-2402
- Address
-
#200- 1945 McCallum RoadAbbotsford, BC, V2S 3N2
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
sow_-_crfs_-_february_2014_e.docx |
English
|
13 |
Access the Getting started page for details on how to bid, and more.