JJDP Act Core Requirements Audit Support
ID: 15PJDP25Q00000001Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFOFFICE OF JUSTICE PROGRAMSOJP AGENCY WIDEWASHINGTON, DC, 20531, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 4:00 PM UTC
Description

The Department of Justice, specifically the Office of Justice Programs (OJP), is seeking qualified contractors to provide audit support services under the Juvenile Justice and Delinquency Prevention Act (JJDP Act). The primary objective of this procurement is to assist the Office of Juvenile Justice and Delinquency Prevention (OJJDP) in compliance determination and auditing of core requirements, which includes data collection and analysis, as well as conducting audits of compliance monitoring systems across U.S. states, territories, and the District of Columbia. This initiative is crucial for ensuring adherence to juvenile justice standards and improving the effectiveness of juvenile justice systems nationwide. Interested small businesses must submit their proposals by April 30, 2025, with questions due by April 10, 2025. For further inquiries, contact Jamila A. Garrett at jamila.garrett@usdoj.gov or call 202-353-5554.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 3:08 PM UTC
The document appears to consist of cryptographic or corrupted text, making it difficult to extract specific coherent information or a structured narrative. However, based on its context within government RFPs (Requests for Proposals), federal grants, and local/state initiatives, it likely aims to outline various funding opportunities and procedural guidelines for public agencies or entities interested in securing grants or responding to RFPs. Key ideas might include compliance expectations, eligibility criteria for funding, and processes for submitting proposals. The overarching purpose seems to center around facilitating governmental objectives through strategic partnerships and investments. For an effective proposal, ensuring clarity, adherence to guidelines, and a thorough understanding of granted funds' application is crucial. Nonetheless, due to the file's extensive corruption, further specifics cannot be accurately determined.
The document outlines the Request for Quote (RFQ) process for the Office of Juvenile Justice and Delinquency Prevention (OJJDP) under the Juvenile Justice and Delinquency Prevention Act. It emphasizes the need for bidders to submit comprehensive proposals that demonstrate their technical approach, past performance, and pricing structure in alignment with the evaluation criteria. Key instructions include the requirement for confidentiality notices regarding trade secrets, submission guidelines, and information on required documentation. Bidders must submit technical narratives, CVs for key personnel, and past performance references, while addressing specific evaluation factors such as technical approach, bidder qualifications, and pricing. Quotes are assessed based on their adherence to the requirements and clarity, with a structured evaluation process determining the best value for the government. The RFQ indicates a preference for firms under a specified GSA Schedule number and outlines the expected contract term, including a base period and potential renewals. Compliance with submission guidelines and timetable is critical for bidders, as non-compliance may lead to rejection of proposals. Overall, the RFQ serves to acquire necessary consulting services to support OJJDP's compliance and auditing roles effectively.
Apr 3, 2025, 3:08 PM UTC
The Performance Work Statement (PWS) outlines the U.S. Department of Justice's Office of Juvenile Justice and Delinquency Prevention (OJJDP) procurement of services aimed at supporting compliance determination and auditing under the Juvenile Justice and Delinquency Prevention Act (JJDP Act). This initiative focuses on data collection and analysis regarding states' compliance with core requirements, including deinstitutionalization, separation, jail removal, and reducing racial disparities among juvenile offenders. The selected contractor will enhance the online compliance reporting system, analyze submitted data, and conduct up to 20 annual performance audits of state compliance monitoring systems, adhering to Generally Accepted Government Auditing Standards (GAGAS). Key deliverables include updated technical assistance resources, comprehensive reports on annual compliance, and post-audit documentation support. The contractor must demonstrate expertise in juvenile justice, statistical analysis, project management, and compliance auditing, potentially partnering with specialized sub-contractors. The performance period spans one year with four potential extensions, emphasizing coordinated efforts with OJJDP and other federal agencies to ensure effective monitoring and improvement of juvenile justice systems across the U.S.
Apr 3, 2025, 3:08 PM UTC
The document outlines the Pricing Worksheet for the Office of Juvenile Justice and Delinquency Prevention (OJJDP) related to the Juvenile Justice and Delinquency Prevention Act (JJDP Act). It includes automatic calculations for vendor pricing, with specific categories for labor and other direct costs (ODCs), particularly focusing on travel expenses and general administrative costs capped at 11%. The worksheet is structured into various tabs where users input only in designated cells for labor categories, automatically calculating the fully burdened rates based on specified full-time equivalent hours (1,992 annually). The pricing structure extends over a base period and multiple option periods, detailing anticipated costs for contractor roles, including a project director, program managers, and administrative assistants. The overall estimated costs increase across the years, with the total evaluated price summing all labor and ODCs for a comprehensive budget evaluation. This document serves to standardize pricing submissions in response to federal RFPs, ensuring clarity and compliance in bids for government contracts related to juvenile justice services.
Apr 3, 2025, 3:08 PM UTC
The Past Performance Questionnaire (PPQ) is designed for collecting feedback on contractors applying for the Office of Juvenile Justice and Delinquency Prevention's (OJJDP) support related to the Juvenile Justice and Delinquency Prevention Act (JJDPA). The document underlines the significance of past performance evaluations in the contractor selection process. Respondents must provide detailed information about the contractor's prior work, including their role, contract specifics, and a comprehensive assessment of performance across several criteria, such as quality of services, communication skills, and overall responsiveness. Ratings range from exceptional to unacceptable, with definitions provided for each to ensure clarity. Insights from the PPQ will play a critical role in determining the contractor's capability to fulfill the proposed requirements effectively. The submission instructions indicate that responses remain confidential and contact details for the Contract Specialist are provided for any inquiries. This questionnaire is part of a broader effort within government RFPs to ensure transparency and accountability in contractor selection processes.
Apr 3, 2025, 3:08 PM UTC
The document is a solicitation by the Office of Justice Programs (OJP), specifically for compliance support related to the Juvenile Justice and Delinquency Prevention (JJDP) Act. It invites small businesses to submit quotations for a Time-and-Materials (T&M) Task Order, ensuring at least 100% of the work is set aside for small businesses. The solicitation details the timeline, with responses due by April 3, 2025, and service requirements spanning four option years, starting from June 1, 2025. Key contract clauses address safeguarding contractor information systems, prohibitions against using specific telecommunications equipment, and requirements for the handling of sensitive data under the Privacy Act. Additional requirements cover the Contractor’s responsibilities in training, access control, and the separation process for employees, emphasizing the importance of compliance with privacy and security directives. The solicitation ultimately aims to support efforts toward juvenile justice compliance while emphasizing accountability and the protection of sensitive information throughout the contract term.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
RFI - DOJ CGI Momentum Financial & Acquisition Software Alternatives
Buyer not available
The Department of Justice (DOJ) is conducting a Request for Information (RFI) to explore alternatives to CGI Federal's Momentum Financial and Acquisition software products. The primary objective is to identify viable enterprise-wide solutions that can match or exceed the functionality of the existing Momentum software while offering enhanced flexibility, innovation, and cost efficiency. This initiative is crucial for ensuring that the DOJ's technology investments deliver maximum value and adaptability in meeting their evolving financial and acquisition system needs. Interested vendors are encouraged to submit their responses by May 6, 2025, at 12 PM EST to Cindy L. Gold at Cindy.L.Gold2@usdoj.gov, with no funds available for response preparation.
National On-Site Drug Testing Laboratory
Buyer not available
The Administrative Office of the U.S. Courts (AOUSC) is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to establish National On-Site Drug Testing Laboratories. The contract aims to provide essential equipment, reagents, training, and support for operating instrumented screening urine testing facilities that will serve the United States Probation and Pretrial Services Offices (USPPSO) across various jurisdictions, including the contiguous United States, Alaska, Hawaii, Puerto Rico, Guam, and the Virgin Islands. This initiative is critical for ensuring reliable and efficient drug testing capabilities within the federal judiciary system, adhering to legal standards under 18 U.S.C. Interested contractors can obtain further details and submit proposals by contacting AJ Lee at ajlee@ao.uscourts.gov or Vanessa Jackson at VanessaJackson@ao.uscourts.gov, with the solicitation document available for review.
Sources Sought - Acquisition Professionals Suite of Information and Knowledge Sharing Platform
Buyer not available
The Department of Justice, specifically the U.S. Marshals Service (USMS), is conducting market research through a sources sought notice to identify potential sources for a comprehensive Acquisition Professionals Suite of Information and Knowledge Sharing Platform. This platform is intended to provide acquisition professionals with access to acquisition news, case law, newsletters, resources, and training, facilitating continuous learning and knowledge sharing within the DOJ/USMS acquisition workforce. Interested parties are invited to submit their qualifications and capabilities by April 30, 2025, to Kim Ramsay at kim.ramsay2@usdoj.gov, with the subject line SS-Acquisition Professionals Platform. This notice is for informational purposes only and does not constitute a solicitation or commitment by the Government.
SU/MH/SOT in Farmington, MO
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes for community-based outpatient treatment services for substance use disorders, mental health, and sex offender treatment for adults in custody in the Farmington, MO area. The contract will cover a range of services, including individual and group counseling, intake assessments, and crisis intervention, with a performance period starting July 1, 2025, and extending through June 30, 2030, if all options are exercised. This procurement is crucial for providing necessary rehabilitation services to individuals under federal supervision, ensuring their successful reintegration into society. Interested small businesses must monitor SAM.gov for the solicitation release on or about April 26, 2025, with quotes due by approximately May 26, 2025, at 2:00 PM EST; inquiries can be directed to Contracting Officer Adam King at a1king@bop.gov or 570-522-7579.
FY25 D76 Prisoner Van Outfitting
Buyer not available
The U.S. Department of Justice, specifically the U.S. Marshals Service, is seeking proposals for the outfitting of a prisoner van under the contract titled "FY25 D76 Prisoner Van Outfitting." The objective of this procurement is to acquire commercial products and services that meet the specified technical requirements outlined in the solicitation, which emphasizes compliance with federal regulations, particularly regarding the protection of personally identifiable information (PII). This contract is significant for ensuring the operational readiness and security of prisoner transport, with a performance period set from May 1, 2025, to April 30, 2026. Interested small businesses, including those owned by veterans and women, must submit their completed quotes by April 21, 2025, to Renee Leaman at renee.leaman@usdoj.gov, and ensure compliance with the Integrated Award Environment (IPP) before contract award.
Executive Office for Immigration Review Interpretation Services
Buyer not available
The Department of Justice, through the Executive Office for Immigration Review (EOIR), is seeking contractors to provide comprehensive interpretation services, including on-site, telephonic, Video Remote Interpretation (VRI), and written transcription/translation for immigration court proceedings across the United States and its territories. These services are critical for facilitating effective communication during immigration hearings, ensuring that non-English speakers receive fair access to justice. The contract is expected to span a base period from September 1, 2025, to August 31, 2026, with a total funding amount of up to $700 million over the full term, including six additional option periods. Interested parties can contact Allison Polizzi at allison.j.polizzi@usdoj.gov or Pamela F Pilz at pamela.f.pilz@usdoj.gov for further details.
15BCTS25R00000008 - SU/MH/SOT in Columbus, OH
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes for community-based outpatient treatment services for substance use disorders, mental health, and sex offender treatment for adults in custody in Columbus, Ohio. The contract requires licensed clinicians to provide a range of services, including individual and group counseling, intake assessments, and crisis intervention, all within an 8-mile radius of Columbus City Hall and accessible by public transportation. This procurement is crucial for supporting the rehabilitation of individuals in custody, with a contract period starting August 1, 2025, and potentially extending through July 31, 2030, including four option years. Interested parties should monitor the General Services Administration’s Sam.gov website for the solicitation, expected to be released around May 1, 2025, and may contact Joo Walker or Robert Carroll for further inquiries.
SU/MH/SOT in Portland, OR.
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes from qualified sources to provide community-based outpatient substance use disorder, mental health treatment, and sex offender treatment services for adults in custody in Portland, Oregon. The services must be delivered by licensed clinicians within a 10-mile radius of Portland City Hall and include a range of treatment options such as individual counseling, group counseling, and crisis intervention, with a contract performance period starting July 1, 2025, and potentially extending through June 30, 2030. Interested parties should monitor the General Services Administration’s Sam.gov website for the solicitation, expected to be released around April 21, 2025, and submit their quotes by the estimated closing date of May 21, 2025, at 12 pm EST. For inquiries, contact Joo Walker at j15walker@bop.gov or Robert Carroll at r1carroll@bop.gov.
Solicitation Notice: Residential Reentry Services Located Within the Eastern Judicial District of California. Home Confinement Radius Within 100 Miles of the RRC Facility
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) services located within the Eastern Judicial District of California, with a home confinement radius of 100 miles from the facility. Contractors are required to provide comprehensive services that support the reintegration of federal offenders into society, including staffing, training, and operational management in accordance with established policies and performance expectations. This procurement is critical for ensuring effective community-based support for individuals transitioning from incarceration, thereby enhancing public safety and reducing recidivism. Interested parties must submit their proposals electronically by May 23, 2025, to Tana Jankowiak at tjankowiak@bop.gov, with all submissions subject to public disclosure.
Evidentiary Property
Buyer not available
The U.S. Department of Transportation (DOT), through its Office of Inspector General (OIG), is seeking proposals for a Firm Fixed Price Blanket Purchase Agreement (BPA) to manage evidentiary property during investigations. The contractor will be responsible for transporting, handling, storing, and securing tangible evidence, ensuring compliance with federal regulations, and providing 24/7 access for OIG personnel. This procurement is crucial for maintaining the integrity and security of evidence, which is vital for effective investigations. Proposals are due by Thursday, June 5, 2025, with inquiries directed to Courtney Smith at courtney.smith.ctr@dot.gov and Robin Golden at robin.golden@dot.gov, and must reference “RFP: 693JK425R700002 Evidentiary Property” in the subject line.