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 (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
    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.
    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
    LSJ for FSS Task Order Award for Performance Measurement Tools to the Office of the Chief Financial Officer
    Justice, Department Of
    The Department of Justice, specifically the Office of Justice Programs, is seeking to award a task order for performance measurement tools to support the Office of the Chief Financial Officer. This procurement aims to enhance program management and support services, which are critical for effective financial oversight and accountability within the department. The performance measurement tools will play a vital role in assessing the efficiency and effectiveness of various justice programs. Interested vendors can reach out to Debashis Nag at debashis.nag@usdoj.gov or by phone at 202-616-1705 for further details regarding this opportunity.
    Justification for an Exception to Fair opportunity
    Justice, Department Of
    The Department of Justice (DOJ) is seeking to justify an exception to the fair opportunity process for the procurement of IT management support services related to the JSTARS application. This web-based system operates in a virtual environment and is critical for the Office of the Chief Information Officer's Service Delivery Staff, utilizing EntelliTrak software configured for DOJ use. The procurement is managed by the Justice Management Division's Procurement Services Staff, with further documentation available in the justification file. Interested parties can reach out to Vanessa Jackson at vanessa.jackson2@usdoj.gov or by phone at 202-880-0566 for additional information.
    IT Support Services
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service's Justice Prisoner and Alien Transportation System (JPATS), is seeking qualified vendors to provide IT Support Services for its Management Information System (JMIS) and Movement Packet (MPAC) systems. The procurement aims to secure sustainment, operations and maintenance (O&M), and lifecycle technical support for various systems, including Oracle APEX, GAMS, and JARS for scheduling, as well as a custom mobile application and cloud services. This support is crucial for the effective management of prisoner transportation operations, with the anticipated period of performance extending from October 1, 2026, to April 30, 2034. Interested vendors should submit their responses by December 18, 2025, and can contact Victor J. Stamps at victor.j.stamps@usdoj.gov or by phone at 816-519-3519 for further information.
    LSJ for FSS Task Order Award for Performance Measurement Tools to the Office for Victims of Crime
    Justice, Department Of
    The Department of Justice, specifically the Office for Justice Programs, is seeking proposals for a task order award related to performance measurement tools for the Office for Victims of Crime. The objective of this procurement is to obtain professional program management and support services that will enhance the effectiveness of victim assistance programs. These tools are crucial for assessing program performance and ensuring accountability in the delivery of services to victims of crime. Interested parties can reach out to Debashis Nag at debashis.nag@usdoj.gov or call 202-616-1705 for further information regarding this opportunity, which is expected to fall within a funding range of $150,000 to $700,000.
    Justification for an Exception to Fair opportunity
    Justice, Department Of
    The Department of Justice is seeking a sole-source bridge contract to provide mission-critical IT management support services for the Justice Security Tracking and Adjudication Record System (JSTARS). This contract will facilitate the operation and maintenance of JSTARS, which is essential for managing sensitive information related to federal classified cases, including background investigations and security clearances for approximately 1,000 users. The services required include system administration, user support, application maintenance, project management, and collaboration on special projects, ensuring the system remains functional and secure. Interested parties can contact Vanessa Jackson at vanessa.jackson2@usdoj.gov or call 202-880-0566 for further details.
    Grand Jury Court Reporting Services - U.S. Attorneys Office, Northern District of Illinois
    Justice, Department Of
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), is seeking qualified vendors to provide Grand Jury Court Reporting Services for the Northern District of Illinois, specifically in Chicago and Rockford. The procurement involves multiple single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, with a base period from March 1, 2026, to February 28, 2027, and four option years extending through February 28, 2031. These services are critical for the functioning of the U.S. Attorney's Office, ensuring accurate and timely transcription of Grand Jury proceedings, with specific requirements for security clearances and adherence to strict formatting and delivery standards. Interested parties must submit their quotes by January 6, 2026, and direct any questions to Perla McKay at Perla.McKay@usdoj.gov by December 5, 2025.
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.
    Quorum Analytics
    Justice, Department Of
    The Department of Justice, specifically the Procurement Services Staff, is seeking to procure network as a service through Quorum Analytics. This opportunity arises under the requirements of FAR Part 8.405-6, necessitating a limited source justification for acquisitions exceeding the simplified acquisition threshold, which must be publicly posted in accordance with FAR Part 5.301. The procurement is crucial for ensuring the Department's IT and telecom needs are met effectively, although this posting does not constitute a request for quotes and no further awards will be made. Interested parties can reach out to Frank Giguere at frank.c.giguere2@usdoj.gov or by phone at 202-451-7637 for more information.
    Sole Source Justification for AllSight
    Justice, Department Of
    The Department of Justice, specifically the Office of Justice Programs, is seeking to justify a sole source procurement for AllSight, a software as a service (SaaS) solution. This procurement aims to fulfill specific IT and telecom needs related to business application and application development, which are critical for the agency's operational efficiency. The AllSight solution is essential for enhancing data analysis and management capabilities within the department. Interested parties can reach out to Alisha Wells at alisha.wells@usdoj.gov or Larrieka Knox at Larrieka.Knox@ojp.usdoj.gov for further details regarding this opportunity.