Elder Services

Solicitation number 21220-16-2132568

Publication date

Closing date and time 2015/04/27 13:00 EDT


    Description
    ACAN
    Ray Solomon
    21220-16-2132568
    
    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 programs and opportunities to meet the needs of Aboriginal offenders. The Correctional Service of Canada is legislated to provide Aboriginal offenders with the opportunity to further develop their understanding of traditional Aboriginal spirituality while allowing others to practice their beliefs and values systems. The work will involve the following: 
    
    1.1	Objectives:
    
    The Aboriginal Elder shall expose offenders to traditional Aboriginal ways of life through workshops, teachings and counselling and by facilitation of traditional ceremonies for the benefit of both offenders and staff; and monitoring the participation of offenders in Aboriginal programming.
    
    1.2	Tasks:
    
    The Aboriginal Elder shall assist Aboriginal offenders toward opportunities to further develop an understanding of traditional Aboriginal spirituality while exposing them to traditional ceremonies and belief systems by: 
    
    •	Conducting spiritual services and various traditional ceremonies either in-groups or individually such as smudging using sacred medicines, (e.g., sweet grass, sage, cedar), fasts, family spiritual services, sweat lodges, longhouse ceremonies. 
    •	Providing teachings and counseling to Aboriginal offenders regarding the areas of Aboriginal spirituality and culture that will enhance an offender’s understanding of traditional beliefs and values, including in emergency situations, if necessary. 
    •	Providing advice/information to staff and management, locally, regionally and nationally on issues of Aboriginal spirituality and its impact on the Institution as well as providing information to Case Management staff as part of the Case Management Team. 
    •	Providing other services as agreed between the Contractor and Project Authority including participation in programs.
    
    1.3 Expected results:
    
    Provision of Aboriginal programs and Elder services to Dorchester – Medium Penitentiary inmate population.
    
    1.3	Performance standards:
    
    The contractor; 
    
    a.	shall ensure that it is recorded (by the ALO or other person) in the Offender Management System (OMS - Casework Record), all interactions pertaining to any inmate.
    b.	shall meet a minimum of once every three (3) months with the Assistant Warden Intervention for feedback sessions and the development of priorities.
    c.	shall meet once a year with the Assistant Warden Intervention to develop yearly work plan priorities and identify training requirements.
    d.	may be required to travel on behalf of the Correctional Service of Canada to attend national conferences, regional meetings, visits to other Institutions in the Atlantic Region, and liaison trips to the reserves.  Expenses for such will be reimbursed as per Treasury Board Policy.
    e.	at the discretion of the Project Authority, may be required to attend orientation and other appropriate courses designated by the Correctional Service of Canada. This may require the contractor to have a cash advance and reimbursement for travel directly related to CSC business.
    f.	in the event of an institutional shut down, shall provide related services during normal working days such as preparation of reports, advising staff, developing community resources, etc.
    
    g.	shall assist with the searching of culturally sensitive inmate effects
    
    1.5 Deliverables:
    
    1.5.1	Provision of Aboriginal programs and Elder services to Dorchester Medium Penitentiary inmate population including:
    a.	Assisting in developing and presenting program proposals.
    b.	Assisting Correctional Service of Canada staff in emergency situations by counseling problematic/troubled offenders.
    c.	Developing schedules of various activities within the program.
    d.	Making recommendations to Correctional Service of Canada on ways that might benefit all concerned.
    e.	Liaising with the Correctional Service of Canada and the Aboriginal Elder community.
    
    
    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 medium 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 
    Dorchester Penitentiary
    Correctional Service Canada
    4902 Main Street N.B. E4K 2Y9
    
    		b.	Travel
    
    i.	Travel to the following locations will be required for performance of the work under this contract: 
    Moncton Regional Headquarters 1045 Main Street, Moncton NB
    Dorchester Minimum : Dorchester, NB, E4K 2Y9
    Springhill Institution: 330 McGee Street, P.O. Box 2140, Springhill, Nova Scotia, B0M 1X0
    Nova Institution: 180 James Street, Truro, Nova Scotia, B2N 6R8
    Atlantic Institution: 13175 Route 8, P. O. Box 102 Renous, NB E9E 2E1
    Moncton area, NB
    
    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 personnel requiring access to sensitive work site(s) must EACH hold a valid reliability status granted or approved by CISD/PWGSC or Correctional Service Canada..   
    
    b.	Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 
    
    c.	The Contractor must comply with the provisions of the: 
    Security Requirements Check List;
    Industrial Security Manual (Latest Edition)
    Centre (CPIC) at the institutions’ entrances
    
    2. Minimum essential requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    
    Experience
    
    Must have a minimum of six months experience working with Aboriginal people and must have a minimum of six months experience in the delivery of Elder Services to Aboriginal people.
    
    Academic qualifications:
    
    No Academic qualifications identified.
    
    Professional designation, accreditation and/or certification:
    
    There are no professional designation/accreditations or certificates which confirm an Elders status. 
    
    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
    
    Following discussions with community people, Regional Administrator Aboriginal Initiatives and discussions with our Regional Elder the contractor is the only Elder who would be able to fulfill the expected duties.
    
    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
    
    Ownership of any foreground intellectual property arising out of the proposed contract will vest with the Contractor.
    
    10. The period of the proposed contract or the delivery date(s)
    
    The proposed contract is for a period from date of contract award to March 31, 2016 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 $131,603.03  (GST/HST extra). 
    
    12. Name and address of the pre-identified supplier
    
    Name: Ray Solomon  
    Address: 73 Damien Street, Dieppe, NB, E1A 7T2
    
    
    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 April 27, 2015 at 2:00 PM ADT.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Andrea Nugent
    Regional Contract Coordinator
    1045 Main Street, 2nd Floor
    Moncton, NB E1C 1H1
    Telephone:  506-851-6977
    Facsimile:  506-851-6327
    Email:  andrea.nugent@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Nugent, Andrea
    Phone
    506-851-6977
    Address
    1045 Main Street, 2nd Floor
    Moncton, NB, E1C 1H1
    CA

    Buying organization(s)

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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    New Brunswick
    Region of opportunity
    New Brunswick, Newfoundland and Labrador, Nova Scotia, Prince Edward Island
    Procurement method
    Competitive – Open Bidding