Onkwehonwehneha Program Development, Ontario Region

Solicitation number 21406-24-3491454

Publication date

Closing date and time 2020/05/15 14:00 EDT

Last amendment date


    Description

    Onkwehonwehneha Program Development, Ontario Region

    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 meets 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 of Canada (CSC) has a requirement to support Indigenous offender reintegration through targeted interventions within the Indigenous Continuum of Care.

    The work will involve the following:

    1.1 Objectives:

    Improve CSC’s ability to return Indigenous offenders to their home communities with Section 84 release plans through Reintegration Support in remote communities.

    Increase CSC’s capacity to engage Indigenous communities in the Section 84 process, and identify and coordinate community resources for offenders.

    1.2 Tasks:

    The Contractor must:

    Provide community education and information about Section 84, Section81, and CSC’s Indigenous Continuum of Care and interventions.

    Identify resources and community contracts that may be used by CSC personnel when preparing a release plan for an offender.

    Work with communities and organizations to establish a process for CSC engagement on corrections.

    Provide information that will assist CSC personnel to develop a Section 84 release plan. CSC personnel may include the Parole Officer or Indigenous Community Development Officer (as per CSC policy CD 712-1).

    On mutual agreement, perform additional tasks as requested by the Project Authority.

    1.3 Expected results:

    • Increased culturally specific offender reintegration support;
    • Increase community awareness of Section 84 of the Corrections and Conditional Release Act (CCRA), and the interventions with the Indigenous Continuum of Care within CSC;
    • Identify/develop community resources such as housing, counselling, employment, education, and other resources that can be utilized to support offenders on a conditional release plan, under Section 84;
    • Work with CSC personnel, including Indigenous Community Development Officers, Indigenous Community Liaison Officers, Indigenous Liaison Officers, and Parole Officers, among others, as well as community contacts, to assist Indigenous offenders being released to their communit(ies) or area; and
    • Community development activities as agreed to by the Contract Authority and Contractor to advance offender reintegration
    •  
    • 1.4 Performance standards:

    The Contractor must provide services as requested for the duration of the contract. The Contractor must be available for client service delivery Monday through Friday during CSC’s core business hours from 7 am to 5 pm.

    1. 5 Deliverables:
    2. 1.5.1Prepare quarterly reports on the following activities:
    • Contacts with CSC personnel
    • Community contacts, including names and contact information
    • An updated resource list, including, but not limited to, reintegration support services, such as addictions services, housing, Elder supports.
    • Collect and report on additional information upon request of the Project Authority.

    Identify resources and community contacts that may be used by CSC personnel when preparing a release plan for an Indigenous offender.

    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/within the contractor’s Indigenous community and related places of business.

    b. Travel

    i. As part of the scope of work for this contract, the Regions will identify what travel is required within their Region. Any travel must be pre-authorized by the Project Authority and comply with the National Join Council Travel Directive.

    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:

    • NO SECURITY REQUIREMENT EXISTS.
    • Contractor/Offeror will be escorted at all times during the performance of this contract. Access to PROTECTED information or assets is not permitted.
    • Use of CPIC is prohibited.

    INSTITUTIONAL ACCESS REQUIREMENTS

    • NIL security screening required as there is no access to sensitive information or assets. Contractor personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. CSC has developed very stringent internal policies to ensure that the security of institutional operations is not compromised.
    • Contractor personnel must adhere to institutional requirements for the conduct of searches by Correctional Service Canada, prior to admittance to the institution/site. Correctional Service Canada reserves the right to deny access to any institution/site or part of any Contractor personnel, at any time.

    2. Criteria for assessing the statement of capabilities (minimum essential requirements):

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    The Supplier must have at least 3 years of direct experience, obtained within the last five years prior to the ACAN closing date, in delivering and/or providing Indigenous based support and social services to Indigenous community members.

    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)

    http://www.aadnc-aandc.gc.ca/eng/1100100032802/1100100032803

    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

    The pre-identified supplier is the sole available Indigenous resource within the community of Akwesasne that can provide the resources and services required to fulfill this contract.

    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:

    (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. Period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of one (1) year from May 18, 2020 – May 17, 2021 with an option to extend the contract for three (3) additional one (1) year periods.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $147,934.80 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Mohawk Council of Akwesasne

    Address: P.O. Box 90, 15 Akwesasne Street

    Akwesasne, Quebec

    H0M 1A0

    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. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is Monday, May 15, 2020 at 2:00 PM EDT.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Shane Collins, Regional Contract Administrator

    Correctional Service Canada, Ontario Region

    P.O Box 1174, 445 Union Street West

    Kingston, Ontario

    K7L 4Y8

    Telephone: 613-536-4570

    Facsimile: 613-536-4571

    Email: shane.collins@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
    Collins, Shane
    Phone
    613-536-4570
    Email
    shane.collins@csc-scc.gc.ca
    Fax
    613-536-4571
    Address
    445 Union Street West
    PO Box 1174
    Kingston, ON, K7L 4Y8
    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
    Ontario (except NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited Tendering