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
    Description

    The Department of Justice, specifically the Office of Justice Programs, is seeking proposals from small businesses for audit support services related to the Juvenile Justice and Delinquency Prevention Act (JJDP Act). The primary objective is to assist in compliance determination and auditing processes, which include data collection and analysis regarding states' adherence to core requirements such as deinstitutionalization and reducing racial disparities among juvenile offenders. This procurement is crucial for enhancing the effectiveness of juvenile justice systems across the U.S. Interested parties must submit their quotations by April 3, 2025, with the contract expected to commence on June 1, 2025, and potentially extend for four additional years. For further inquiries, contact Jamila A. Garrett at jamila.garrett@usdoj.gov or call 202-353-5554.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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
    Grand Jury & Deposition Court Reporting; U.S. Attorney's Office - Washington District of Columbia
    Buyer not available
    The Department of Justice, through the Executive Office for United States Attorneys, is soliciting proposals for Grand Jury and deposition court reporting services for the U.S. Attorney's Office in Washington, D.C. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, will span from July 1, 2025, to June 30, 2030, with options for renewal, and is exclusively set aside for small businesses, including those owned by disabled veterans and women. These services are critical for maintaining accurate judicial records and ensuring compliance with stringent security protocols related to sensitive Grand Jury information. Interested contractors must submit their quotes electronically by April 4, 2025, and can direct inquiries to Jonathan Mayfield at jonathan.mayfield@usdoj.gov or by phone at 202-252-5403.
    Asset Forfeiture Administrative Support Services
    Buyer not available
    The Department of Justice (DOJ) is seeking qualified contractors to provide Asset Forfeiture Administrative Support Services, aimed at enhancing the nationwide asset forfeiture program critical to law enforcement efforts. The procurement requires a range of clerical, administrative, and professional services, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which allows for task orders based on various pricing models, including time-and-material or labor-hour frameworks. This initiative underscores the importance of effective asset seizure processes, legal support, and financial operations, necessitating personnel with appropriate training and security clearances to ensure compliance and operational efficiency. Interested parties should contact Christina Y. Murray at christina.murray@usdoj.gov for further details regarding the solicitation.
    Remote (Virtual) and In-person Deposition and Examination Reporting Services
    Buyer not available
    The Department of Justice is seeking qualified vendors to provide Remote (Virtual) and In-person Deposition and Examination Reporting Services. This procurement aims to secure comprehensive court reporting services that will support various legal proceedings, ensuring accurate and timely documentation of depositions and examinations. These services are critical for maintaining the integrity of legal processes and facilitating effective communication within the judicial system. Interested parties should reach out to Toya Bethea at Toya.D.Bethea@usdoj.gov for further details, as this opportunity is currently in the presolicitation phase and specific deadlines will be outlined in subsequent announcements.
    FY25 D32 Lexington Misc Office Items
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for the procurement of miscellaneous office items under the title "FY25 D32 Lexington Misc Office Items." This opportunity is set aside for small businesses, including those that are HUBZone, veteran-owned, and women-owned, and aims to enhance operational efficiency within federal offices by acquiring essential supplies such as technology, furniture, and various office equipment. Proposals must be submitted by March 11, 2025, with deliveries scheduled to be completed by April 30, 2025, and the performance period extending from March 28, 2025, to September 30, 2025. Interested vendors can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further information.
    FY25 D78 Vehicle Outfitting
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for the procurement of 2025 Ford Police Explorers under the contract number 15M10225QA4700078. This opportunity is set aside for small businesses and emphasizes compliance with federal regulations, including the Federal Acquisition Regulation (FAR), with a focus on maintaining data privacy and security, particularly concerning Personally Identifiable Information (PII). The procurement aims to enhance the fleet of law enforcement vehicles, ensuring that contractors adhere to strict confidentiality and reporting protocols. Interested parties should contact Renee Leaman at renee.leaman@usdoj.gov for further details, as the total award amount is yet to be determined.
    15B11825Q00000005 PreSolicitation Cover letter GENERAL ITEMS 3rd QTR FY 25
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for general items under the presolicitation notice titled "15B11825Q00000005" for the 3rd Quarter of Fiscal Year 2025. This procurement is set aside for small businesses and falls under the NAICS code 311999, which pertains to all other miscellaneous food manufacturing, indicating a focus on food-related products. The goods will be utilized within the Bureau of Prisons, highlighting their importance in supporting the operational needs of correctional facilities. Interested vendors can reach out to Jacob Flanigan or James Music at BSY-Contracting-S@bop.gov or by phone at 606-433-2400 for further details and clarification.
    PRELIMINARY NOTICE OF INTENT TO EXERCISE OPTION
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service, has issued a preliminary notice of intent to exercise an option related to a federal contract in the category of Other Computer Related Services (NAICS Code 541519). This procurement aims to continue the provision of essential services that support the operational needs of the U.S. Marshals Service, which plays a critical role in law enforcement and public safety. Interested vendors should note that the primary contact for this opportunity is Renee Leaman, who can be reached at renee.leaman@usdoj.gov for further inquiries. Additional details regarding funding amounts and specific deadlines have not been provided in the current notice.
    DOJ PARDON CMS Modernization MR
    Buyer not available
    The Department of Justice (DOJ) is seeking sources for the modernization of the Pardon Case Management System (CMS) through a federal contract opportunity. This initiative aims to enhance the existing CMS by leveraging advanced computer systems design services, which are critical for improving the efficiency and effectiveness of the pardon process. The project is significant as it supports the DOJ's mission to ensure justice and facilitate the management of pardon applications in a more streamlined manner. Interested vendors can reach out to Sakura Higa at sakura.higa@usdoj.gov or Arita Edwards at Arita.Edwards@usdoj.gov for further details, with the procurement process currently in the sources sought phase.
    Residential Reentry Center (RRC) Serivces and Home Confinement Services Located in the State of Illinois within the Counties of Sangamon, Morgan, Menard, Cass, Logan, or Dewitt
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) services and home confinement services in specific counties of Illinois, including Sangamon, Morgan, Menard, Cass, Logan, and Dewitt. The objective of this procurement is to provide comprehensive support for federal offenders transitioning back into the community, ensuring adherence to safety, security, and rehabilitation standards throughout the process. These services are crucial for promoting successful reintegration and reducing recidivism rates among federal offenders. Interested parties must submit their proposals by April 1, 2025, at 2:00 PM Eastern Standard Time, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    USMS FY25 D29 Long-Range Acoustic Device (LRAD)
    Buyer not available
    The U.S. Marshals Service (USMS) is soliciting proposals for the procurement of Long-Range Acoustic Devices (LRAD) under solicitation number 15M10225QA4700072, with a total small business set-aside. The contract aims to supply specific LRAD equipment, which is crucial for communication and security operations, ensuring effective crowd control and public safety measures. Proposals are due by March 12, 2025, with a delivery requirement by April 22, 2025, and the contract will be awarded on a Fixed Price basis. Interested vendors can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.