Community Assessments and Parole Supervision

Solicitation number 2188-18-0102/103/104/105/106/107/108/109/110

Publication date

Closing date and time 2018/09/07 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:

    In accordance with the Corrections and 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. The CCRA requires that the Correctional Service Canada (CSC) ensure that programs, plans, and supervision are in place in institutions and the community to assist in an offender’s reintegration. The work will involve the following:

    1.1 Objectives:

    To ensure the mandate of providing supervision and gathering information on conditionally released offenders is met and there is no disruption in services to offenders during periods when community Parole Officers are unavailable and/or located outside the geographical area where the offender resides.

    1.2 Tasks:

    The contractor must provide Case Management Services for offenders on Conditional Release, such as Community Assessments, Conditional Release Supervision, Preliminary Assessments, Post Sentence Community Assessments, Community Strategies and Tandem Accompaniment

    1.3 Expected results:

    The contractor will maintain the supervision standards and content guidelines for reports as established by CSC. Offenders will be supervised at the frequency of contact established by CSC and assist in the reintegration of offenders as per the supervision standards. The contractor will assess risk on an ongoing basis and in consultation with CSC and report immediately if the activities of the offender indicate a breach of the conditions of the release, the potential for a breach or if public safety is at risk.

    1.4 Performance standards:

    The contractor will maintain the standards for completion of work as laid out in the supervision standards such as frequency of contact, timeframes for the completion of casework records and BFs for the completion of reports as assigned by the CSC office. The information will be entered into the Offender Management System (OMS) by the contractor. The contractor must have CISD clearance.

    1.5 Deliverables:

    1.5.1 In addition to the reporting requirements outlined in the sections entitled ‘Conditional Release – Community Supervision’ and ‘Temporary Absences’, the Contractor must complete the following reports at the request of the Project Authority in accordance with applicable legislation and policy:

    1. Preliminary Assessment report;
    2. Community Assessment report;
    3. Post-Sentence Community Assessment report; and
    4. Community Strategy report.

    The Contractor must submit the completed reports to the Technical Authority in an electronic format and/or hard copy as identified by the Project Authority and agreed upon by the Contractor, within the timeframes outlined in applicable policies.

    The Contractor must provide monthly activity reports to the Project Authority, including:

    1. Supervision cases identifying the offender’s name and FPS number, supervision level and the date supervision commenced;
    2. Supervised UTAs or Work Releases identifying the offender’s name and FPS number and the period (weekday or weekend) during which supervision was provided; and,
    3. Number of completed reports identified by type of reports (CA, PSCA, PA, etc.), offender name and FPS number.

    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:

    1. The Contractor must perform the work at various locations in the Pacific Region

    b. Travel

    i.  Travel may be required for performance of the work under the contract

    1.6.2 Language of Work:

    The contractor must perform all work in English

    1.6.3 Security Requirements:

    For contracts a - c in Section 12, below:

    This contract includes the following security requirements:

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    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 CISD/PWGSC.

    3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.

    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).

    For contracts d - i in Section 12, below:

    This contract includes the following security requirements:

    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 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 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. 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 PROTECTED B.

    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:

    • Must have 1 year experience, obtained within the last 5 years, working in the criminal justice system
    • Must have 1 year experience, obtained within the last 5 years, providing case management services to at risk populations

    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

    There are a restricted number of qualified service providers who are willing and available to provide services to offenders on conditional release. The proposed contractor has extensive experience in the delivery of services specified and the ability to assist with the necessary requirement for CSC to meet its mandate. The pre-identified suppliers meet 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:

    (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

    There are no intellectual property terms in the contract.

    10. The period of the proposed contract or the delivery date(s)

    The proposed contracts are for the period September 1, 2018 to September 30, 2019 with an option to renew for (4) four additional years (October 1, 2019 to September 30, 2020, October 1, 2020 to September 30, 2021, October 1, 2021 to September 30, 2022, and October 1, 2022 to September 30, 2023).

    11. A cost estimate of the proposed contract

    See individual amounts under section 12 below. All amounts include GST, if applicable.

    12. Name and address of the pre-identified supplier

    1. Shaveta Gahunia

    Vancouver, BC

    Estimated Cost: up to $18,000.00 for the initial period and up to $18,000.00 for each option year

    1. Sharn Rana

    Vancouver, BC

    Estimated Cost: up to $18,000.00 for the initial period and up to $18,000.00 for each option year

    1. Jasbir Shoker

    New Westminster, BC

    Estimated Cost: up to $25,000.00 for the initial period and up to $25,000.00 for each option year

    1. Tyson Mackay

    Port McNeill, BC

    Estimated Cost: up to $18,000.00 for the initial period and up to $18,000.00 for each option year

    1. Doug Forsdick

    Prince George, BC

    Estimated Cost: up to $18,000.00 for the initial period and up to $18,000.00 for each option year

    1. Frazer Dodd

    Terrace, BC

    Estimated Cost: up to $40,000.00 for the initial period and up to $40,000.00 for each option year

    1. Steven McDonald

    Cranbrook, BC

    Estimated Cost: up to $53,000.00 for the initial period and up to $53,000.00 for each option year

    1. Rebecca Scown

    Beasley, BC

    Estimated Cost: up to $25,000.00 for the initial period and up to $25,000.00 for each option year

    1. Constance Kaweesi

    Fort St John, BC

    Estimated Cost: up to $18,000.00 for the initial period and up to $18,000.00 for each option year

    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 September 7, 2018 at 2:00 PM (PDT).

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Contracting Authority:

    Katie Simpson

    Correctional Service of Canada

    Pacific District Office

    33344 King Road, PO Box 3333,

    Abbotsford, BC V2S 5X7

    Telephone: 604-870-2401

    Facsimile: 604-870-2402

    E-mail address: 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 W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Simpson, Katharine
    Phone
    604-870-2401
    Email
    katie.simpson@csc-scc.gc.ca
    Address
    33344 King Road, PO Box 3333
    Abbotsford, BC, V2S 5X7
    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
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.