Community Based Residential Facility - Private Home Placement
Solicitation number 21883-17-0011
Publication date
Closing date and time 2017/03/17 18:00 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.
- Definition of requirement:
The Correctional Service Canada has a requirement to provide Private Home Placements (PHP).
Private Home Placements (PHPs) promote the successful reintegration of offenders into the community by providing a living environment for offenders. PHPs are intended to contribute to the management of risk by ensuring that suitable accommodation, support systems, and monitoring are in place to assist conditionally released individuals to become law-abiding citizens.
The work will involve the following:
- Objectives:
The requirements in this document apply to individuals providing PHPs to offenders under federal jurisdiction who have been released to the community on conditional release, statutory release, and those subject to Long-Term Supervision Orders. Tandem supervision cases must not be placed in a PHP.
PHPs provide offenders with accommodation, support, and assistance in a home environment. Specialized needs and/or placement in diverse geographic areas can be accommodated through placements in a PHP.
All activities and services provided by the PHP Contractor must comply, at a minimum, with the requirements set forth in this document.
Any additional services to be provided must be agreed upon by the PHP Contractor, the Project Authority and the Contracting Authority, and must be specifically outlined in an appendix to this Statement of Work. Additional services must be invoiced separately.
1.2 Tasks:
All activities and services provided by the PHP must comply with the requirements set forth in this document.
1.3 Expected results:
In accordance with the Corrections & Conditional Release Act (CCRA), the purpose of conditional release is to contribute to the protection of society. One of the ways that this legislative mandate is fulfilled is to assist offenders to reintegrate into the community as law-abiding citizens. In accordance with the CCRA, the Correctional Service Canada (CSC) must ensure that programs, plans, and supervision are in place in institutions and the community to assist in an offender’s reintegration.
1.4 Performance standards:
The PHP Contractor 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 the contract.
The Project Authority must ensure that the PHP Contractor has access to all applicable laws, policies, procedures, and standards pertaining to the services rendered as part of this contract.
The Project Authority must provide the PHP Contractor with information relating to changes in policy, procedures or practices applicable to the provisions of the Statement of Work.
1.5 Deliverables:
1.5.1 The work includes at minimum:
- Provision of residential services, in Abbotsford, BC, including private bedrooms, a bathroom, access to a kitchen, laundry facilities, and living room privileges.
- Provision of meals which meet Canada Food Guide recommendations, including special diet items as required.
- Provision of personal care assistance, laundry, housekeeping, and other personal services as dictated by the needs of the resident.
- Ensuring that a substitute care provider is present in the home at times when the contractor is absent, as dictated by the needs of the resident. At no time will the residents be left alone overnight. Substitute care providers require ‘Reliability’ status clearance.
- Provision of monitoring and support services, which will in turn, assist offenders in attaining both short and long-term goals, as specified in the resident’s Correctional Plan and Community Strategy.
- Working with community professionals to provide services to offenders with special needs as required.
- Facilitating positive communication between the resident and CSC staff.
1.5.2 The PHP Contractor must provide CSC with the following reports:
- Monthly Utilization Reports indicating total utilized beds by resident’s name, FPS number and gender.
- Incident/Occurrence reports, as the occur; and,
- Other logs or reports, as requested by CSC.
1.5.3 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 Abbotsford, 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. The Contractor/Offeror must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate, Public Works and Government Services Canada.
2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive 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).
3. Processing of PROTECTED materiel electronically at the Contractor/Offeror's site is NOT permitted under this Contract/Standing Offer.
4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
5. The Contractor/Offeror must comply with the provisions of the:
(a) Security Requirements Check List and security guide (if applicable), attached at Annex C;
(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:
A. Must have a minimum of two (2) years experience, obtained within the last five (5) years prior to the closing date of this ACAN, in working with adult offenders on conditional release;
B. Must have a minimum of two (2) years of experience, obtained within the last five (5) years prior to the closing date of this ACAN, in providing accommodation to offenders in a residential setting.
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 individual/PHP’s sources in Abbotsford, BC who are qualified and have the resources needed to offer these specific services.
The following individual/PHP has provided this service to Correctional Service Canada – Pacific Region in recent years and has a high degree of familiarity with the mandate and objectives of Correctional Service Canada. This PHP individual contributes immeasurably to public safety by exercising their experience and knowledge about offender risk and the programs and processes in place to ameliorate that risk.
The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.
7. Government Contracts Regulations Exception(s)
The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:
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:
There are limited agencies that are able to provide these specialized residential services. The provider meets the mandatory requirements as stated above.
This procurement is not subject to any trade agreement.
9. Ownership of Intellectual Property
There are no intellectual property terms in the contract.
10. The period of the proposed contract or the delivery date(s)
The proposed contract is for a period of a year, from April 1, 2017 to March 31, 2018, with an option to extend the contract for four (4) additional one-year periods.
11. A cost estimate of the proposed contract
The estimated value of the contract, including option (s), is $ 395,000.00.
12. Name and address of the pre-identified supplier
Sumas Mountain Contracting Ltd.
Abbotsford, BC
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 March 17 2017 at 2:00 PM PST.
15. Enquiries and submission of statement of capabilities
Enquiries and statement of capabilities are to be directed to:
Katie Simpson – District Officer, Contracting and Materiel Services
33344 King Road, PO Box 3333
Abbotsford, BC V2S 5X7
Telephone: 604-870-2401
Facsimile: 604-870-2402
E-mail: katie.simpson@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
- Simpson, Katharine
- Phone
- 604-870-2401
- Email
- katie.simpson@csc-scc.gc.ca
- Address
-
33344 King Road, PO Box 3333Abbotsford, BC, V2S 5X7CA
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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.