Psychotherapy Group Services
ID: 9594CS24Q0025Type: Solicitation
Overview

Buyer

COURT SERVICES AND OFFENDER SUPERVISION AGENCYCOURT SERVICES AND OFFENDER SUPERVISION AGENCYCOURT SERVICES OFFENDER SUPV AGCYWASHINGTON, DC, 20004, USA

NAICS

Offices of Mental Health Practitioners (except Physicians) (621330)

PSC

MEDICAL- PSYCHIATRY (Q519)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Court Services and Offender Supervision Agency (CSOSA) is seeking qualified contractors to provide psychotherapy group and individual services for residents at its Re-Entry and Sanction Center in Washington, D.C. The contractor will be responsible for facilitating on-site or virtual therapy sessions, adhering to a schedule that allows for flexibility between 9:00 am and 9:00 pm, Monday through Friday, with a focus on evidence-based cognitive behavioral interventions aimed at reducing recidivism. This procurement is crucial for enhancing mental health support within the criminal justice system, ensuring effective rehabilitation for offenders under supervision. Interested parties should contact Lawrence Durden at lawrence.durden@csosa.gov or 202.220.5421 for further details, and note that the solicitation is set aside for small businesses under SBA guidelines.

    Files
    Title
    Posted
    The Court Services and Offender Supervision Agency (CSOSA) has issued a request for proposals (RFP) to procure psychotherapy services for residents at its Re-entry and Sanctions Center (RSC) in Washington, D.C. The contract is for facilitating group and individual therapy sessions, aiming to reduce recidivism and support offenders’ reintegration into society through evidence-based cognitive behavioral interventions. The RFP outlines a base period of 12 months with options for renewal, emphasizing the need for qualified licensed psychologists or social workers to provide services both onsite and via telehealth. Key requirements include adherence to HIPAA regulations, compliance with multiple accreditation standards, and strict personnel qualifications. The contractor must maintain confidentiality, manage records in accordance with federal regulations, and undergo regular audits to ensure service quality. This effort underscores CSOSA’s commitment to enhancing public safety and effective offender rehabilitation, highlighting the importance of qualified mental health support within the criminal justice framework. The RFP serves as a crucial step in expanding therapeutic options for high-risk offenders under CSOSA's supervision.
    The document pertains to an amendment of a solicitation for Psychotherapy Group Services by the Court Services and Offender Supervision Agency (CSOSA). It provides specific instructions on how contractors must acknowledge receipt of this amendment and specifies the qualifications required for group facilitators, which can include psychologists or licensed clinical social workers (LCSWs). The amendment clarifies that either a psychologist or LCSW can lead groups, and outlines that services must be delivered in Washington, D.C., adhering to local wage determinations. Additionally, it confirms that participants do not need to be licensed in D.C. as long as they hold a valid license from any U.S. state. There is no incumbent contract for these services, indicating this is a new project. The document emphasizes the importance of meeting specific local requirements for contractors. Overall, it serves as an important procedural guide for potential bidders in the procurement process while addressing inquiries that clarify the solicitation requirements.
    The document titled "Security Form for Temporary Contractors" serves as a protocol for personnel working with the Court Services and Offender Supervision Agency (CSOSA) in the District of Columbia. Designed for completion by both the Contracting Officer and the contractor applicant, it outlines the necessary security verification process prior to contract commencement. Key components include personal information requests such as full name, other names, contact details, and social security number. Additionally, applicants must disclose employment history and any criminal charges or convictions within the past seven years. The form emphasizes the importance of honesty, as the information is essential for conducting background checks. The primary purpose of this document is to ensure that all contractor personnel meet security standards necessary for roles involving the supervision of offenders, thereby maintaining the integrity of the agency. This requirement aligns with overall government protocols regarding federal contracts, reinforcing the need for thorough vetting in sensitive positions related to public safety.
    This memorandum from the Court Services and Offender Supervision Agency indicates the agency's intent to obtain consumer and credit reports related to employment applications and performance. The reports may be utilized for various employment-related purposes, including assessing fitness for hiring, promotions, reassignments, retention, and granting access to classified information. Individuals applying for positions or currently employed by the agency are required to authorize this information retrieval, as indicated by the need for their signature, date, and social security number. This document emphasizes the agency's commitment to evaluating candidates and employees thoroughly, ensuring that their background checks comply with necessary standards and regulations related to public safety and trustworthiness.
    The document is the Personal Identity Verification (PIV) Request Form from the Court Services and Offender Supervision Agency (CSOSA). It serves to process requests for new or replacement PIV cards for applicants, which include employees, contractors, and guests. The form captures essential applicant details such as name, applicant ID, organization, and contact information. There is a section for the sponsor to validate the applicant’s identity, confirming they presented valid identification. The card approval process involves background checks, with outcomes noted for card issuance. Sections of the form guide the sponsor, registrar, and applicant through the identity proofing and card issuance procedures. The responsibilities associated with the card, such as safeguarding, proper usage, and reporting loss, are explicitly detailed to ensure compliance with security protocols. The form emphasizes that the card is for official use only and mandates immediate reporting of any loss or termination of employment. Ultimately, the PIV Request Form is a crucial part of maintaining security and identity integrity within the agency and adheres to federal standards for identification verification in government-related roles.
    This document serves as a Cover Letter for an Offeror responding to a government Request for Proposal (RFP). It collects essential information from the Offeror, including their full name, address, contact details, Tax Identification Number (TIN), and their Unique Entity Identification (UEI) number. The Offeror must also specify their business size under the NAICS code 621330 and confirm their adherence to insurance requirements outlined in the proposal. The letter stipulates that a signed copy of the SF1449 and any amendments must follow, alongside confirming the validity of pricing for 120 calendar days. Additionally, it requires that any assumptions or exceptions from the Offeror be attached separately. The signature of an authorized individual is necessary to validate the submission. This format aims to ensure that all relevant information is provided clearly and concisely, aligning with federal and state RFP processes, ensuring compliance and proper documentation from potential contractors.
    This document outlines the pricing structure for a service contract involving psychotherapy sessions under a federal RFP. It includes a Pricing Worksheet that must be filled out by offerors without any alterations to ensure consideration for the award. The pricing is divided into two main periods: a Base Period of 12 months and an Option Period 1, also lasting 12 months. The services offered include facilitating group psychotherapy sessions and individual psychotherapy sessions, with specific quantities and unit pricing outlined for each year of the contract. Additionally, there is a potential 6-month extension under FAR 52.217-8, reflecting the same pricing as in Option Period 1. The precise completion of this pricing form is critical for compliance with federal acquisition regulations and successful contract bidding.
    The document outlines the Offeror Representations and Certifications required for proposals involving federal contracts or grants, specifically highlighting compliance aspects relevant to small businesses, disadvantaged ownership, and labor regulations. Key definitions such as "economically disadvantaged women-owned small business" and "sensitive technology" are provided to clarify eligibility and responsibilities. The Offeror must certify its ownership structure, tax status, compliance with child labor laws, and adherence to the Buy American Act, ensuring that all information is accurate and current. Critical representations include the prohibition against contracting with certain corporations, obligations regarding greenhouse gas disclosures, and assurances related to telecommunications equipment. The structure of the document is systematic, guiding the Offeror through various certifications and representations necessary for their bidding process. The purpose is to ensure transparency, adherence to legal requirements, and fair competition in federal contracting, particularly emphasizing equitable opportunities for small and disadvantaged businesses while maintaining integrity in government procurement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Residential Treatment Services for Substance Use Disorders
    Active
    Court Services And Offender Supervision Agency
    The Pretrial Services Agency for the District of Columbia is seeking contractor support to provide Residential Treatment Services for Substance Use Disorders for defendants with psychiatric and substance use disorders. The objective is to deliver intensive residential treatment (ASAM Level 3.5) while adhering to local certification and accreditation standards, ensuring comprehensive care that includes medical services and ancillary support. This contract is crucial for promoting pretrial justice and improving community safety through effective substance abuse interventions. Proposals are due by September 24, 2024, at 12 Noon EST, and interested parties can contact Deborah Murphy at deborah.murphy@psa.gov or Tamara Brown at tamara.brown@psa.gov for further information.
    Second Chance Act Goods and Services Pre-Solicitation Notice
    Active
    Administrative Office Of The Us Courts
    Presolicitation notice: ADMINISTRATIVE OFFICE OF THE US COURTS is seeking goods and services related to Outpatient Mental Health and Substance Abuse Centers. The federal Judiciary intends to procure treatment services and/or Second Chance Act goods and services for federal defendants and persons under supervision using Blanket Purchase Agreements. The services may include urine collection, counseling, physical examinations, detoxification, residential treatment, and transportation. The goods and services may include cognitive behavioral therapy, child-care, medical services, computer hardware/software, identification, transportation, transitional housing, domestic violence intervention, and job training. The specific services and requirements will be identified in the solicitation for Blanket Purchase Agreements.
    CTS Services in Florence, AZ
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes for community-based outpatient Substance Abuse, Mental Health, and Sex Offender Treatment Services in Florence, Arizona. The contractor will be required to provide these services within a 15-mile radius of Florence Town Hall and must be accessible via local public transportation. This procurement is crucial for supporting the rehabilitation and treatment of individuals within the federal prison system, and the contract will span a one-year base period starting December 1, 2024, with four optional one-year renewals, potentially extending the contract until November 30, 2029. Interested small businesses should monitor SAM.gov for the request for quote, expected to be available on or after September 20, 2024, with a closing date around October 5, 2024. For inquiries, contact Stephen A. Deffenbaugh at sadeffenbaugh@bop.gov or 202-598-3483.
    Cognitive Behavioral Programming in Corrections
    Active
    Justice, Department Of
    The US Department of Justice, Federal Bureau of Prisons, seeks information from vendors for a Request for Information (RFI) regarding cognitive-behavioral programming in corrections. The RFI explores diverse aspects of developing and implementing these programs to improve outcomes and reduce recidivism. Vendors are invited to share their insights and resources on various delivery methods, including traditional, virtual, and blended learning, along with other specialized programs, bearing in mind that responses are limited to 20 pages. This RFI is purely for market research, and all costs associated with responding are the vendor's responsibility. Interested parties should contact C.J. Price for clarification and submit their responses by the deadline for questions on October 21, 2024.
    First Aid Cabinets and Automated External Defibrillators Inspection and Refill Service
    Active
    Court Services And Offender Supervision Agency
    The Court Services and Offender Supervision Agency (PSA) is seeking a contractor to provide inspection and refill services for first aid cabinets and automated external defibrillators (AEDs) in designated PSA buildings in the District of Columbia. The contractor will be responsible for maintaining 11 fully stocked, four-shelf first aid cabinets and servicing 14 ZOLL AEDs, which includes bi-monthly inspections, restocking, cleaning, and organizing the cabinets, as well as replacing any defective or expired items. This procurement is crucial for ensuring workplace safety and emergency preparedness, reflecting PSA's commitment to community health and safety. Interested vendors must submit their proposals by September 20, 2024, with the contract expected to commence on September 30, 2024, and run for one year, with four optional follow-on years. For further inquiries, potential bidders can contact Deborah Murphy at deborah.murphy@psa.gov or Tamara Brown at tamara.brown@psa.gov.
    Solicitation- Residential Reentry Services Located Within the Following Counties in Kansas: Sedgwick, Sumner, Cowley, Butler, Harvey, Reno, Kingman and Harper. Home Confinement Radius Within 200 Miles of the RRC Facility
    Active
    Justice, Department Of
    The Federal Bureau of Prisons, Department of Justice, seeks proposals for managing and operating a Residential Reentry Center (RRC) and providing home confinement services for male and female federal offenders in Kansas. The goal is to facilitate the reintegration of offenders into society within the communities of Sedgwick, Sumner, Cowley, Butler, Harvey, Reno, Kingman, and Harper, all located within a 200-mile radius of the RRC facility in Wichita. Opportunity Overview This opportunity focuses on delivering correctional services and supporting the successful transition of federal offenders back into the community. The Bureau of Prisons aims to award a single contract for both RRC in-house beds and home confinement placements. Scope of Work The selected vendor will be responsible for managing all aspects of the RRC, including staff, equipment, supplies, and services. The scope includes operating a facility that provides comprehensive community-based services, aligning with the Bureau's mission and core values. Key tasks involve developing and maintaining operational manuals, contingency plans, and community relations. The contractor must ensure compliance with health, safety, and environmental regulations and adhere to employee conduct standards. Preventing sexual abuse and maintaining a drug-free workplace is also part of the scope. For home confinement services, the contractor will supervise and support placements within a 200-mile radius. They must ensure a total of 66 beds, 59 for males and 7 for females, with an estimated maximum of 25 home confinement placements. Deliverables Current operations manual, contingency plan, and organizational chart. Community Relations Board establishment. Compliance with health, safety, and environmental regulations. Prevention of sexual abuse and maintenance of a drug-free workplace. 24/7 staffing with trained employees, including key personnel such as a Facility Director, Case Managers, and an Employment Placement Specialist. Staff training, covering various topics like discipline procedures and emergency plans. Invoicing and reimbursement management. Compliance with information-related laws, such as the Freedom of Information Act and Privacy Act. Eligibility Criteria Proposers should demonstrate experience and expertise in providing residential reentry services, with a particular focus on past performance. Client references will be critical in the evaluation process, as the Bureau will contact them to assess the vendor's capability and effectiveness in delivering these services. Funding and Contract Details The contract is an indefinite-delivery, indefinite-quantity agreement with firm-fixed unit prices. The estimated funding for the base period is approximately $3.7 million, with four one-year option periods at an estimated maximum of $1.2 million per year. Payment will be made at fixed daily or monthly rates, determined by the average daily population of offenders. Submission Process Proposals must be submitted electronically, with a clear explanation of the vendor's approach and firm rates. The technical proposal should outline methods, techniques, and manpower allocation, displaying a deep understanding of the required services. Key dates include a 6-hour notification deadline for large email submissions and a minimum proposal validity period of 240 days from the solicitation closing date, which is September 30, 2024, at 12:00 p.m. Mountain Standard Time. Evaluation Criteria The Bureau of Prisons will assess proposals based on past performance, giving significant weight to client references and their evaluations of the vendor's work. The thoroughness and accuracy of submitted information will be considered, along with the offeror's ability to demonstrate a comprehensive understanding of the required services. Contact Information For clarification or further information, prospective applicants can contact Rachel Brown at r16brown@bop.gov or 202-740-1866. The Bureau of Prisons encourages applicants to carefully review the solicitation documents and attached files for complete details on the requirement and evaluation criteria.
    Residential Reentry Center (RRC) Services and Home Confinement Services Within Chatham County, Georgia
    Active
    Justice, Department Of
    The U.S. Department of Justice, through the Federal Bureau of Prisons, is seeking qualified vendors to provide Residential Reentry Center (RRC) and Home Confinement (HC) services in Chatham County, Georgia. The procurement aims to accommodate an estimated need for 55 in-house placements and 35 home confinement placements, specifically including provisions for sex offenders. This initiative is crucial for facilitating the reintegration of male and female offenders into the community, ensuring compliance with local ordinances and addressing potential location challenges. Interested vendors must submit their responses by October 4, 2024, detailing their experience and any concerns regarding service provision, with all submissions directed to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    Protective Services Officer
    Active
    Justice, Department Of
    Sources Sought JUSTICE, DEPARTMENT OF is seeking a Total Small Business Set-Aside for the procurement of Protective Services Officer. This opportunity is for the recruitment of Protective Service Officers (PSOs) to assist the US Marshals Service. PSOs are responsible for ensuring the safety and security of USMS protected persons and property. They perform tasks such as standing post, patrolling duty locations, monitoring surveillance equipment, controlling access points, and evacuating protected persons in emergency situations. PSOs also provide security for specific physical locations and secure sites occupied by or visited by protected persons. Eligible candidates must have experience as actively employed, reserve, or local Law Enforcement Officers with arrest authority and a minimum of one year of experience, or Military Police Officers with a minimum of one year of experience. The position requires U.S. citizenship, being 21 years of age or older, holding a high school diploma or GED, and possessing a valid U.S. driver's license. Applicants must also have no felony criminal convictions, disqualifying misdemeanor convictions, or derogatory civil records. Firearms proficiency and medical fitness are also required. Interested applicants should submit a resume, USM 235, and USM 606 to the provided email address. Failure to follow instructions may result in non-employment by the USMS.
    Request For Information Re: Residential Reentry Services (RRC)and Home Confinement (HC) services Located within the Illinois Counties of Sangamon, Morgan, Menard, Cass, Logan, and Dewitt. Home Confinement within Radius 200 Miles of the Facility
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is issuing a Request for Information (RFI) to identify potential providers for Residential Reentry Center (RRC) and Home Confinement (HC) services for male and female federal offenders in specific Illinois counties, including Sangamon, Morgan, Menard, Cass, Logan, and Dewitt. The objective is to gather insights on the feasibility of these services, which are crucial for facilitating the reintegration of offenders into the community, and to assess the capacity of providers to meet the Bureau's operational and rehabilitative standards. Interested parties are encouraged to respond by October 18, 2024, with their qualifications and experiences, as the Bureau aims to inform future contractual decisions potentially structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract. For further inquiries, contact Matthew Comstock at mcomstock1@bop.gov or Tana Jankowiak at tjankowiak@bop.gov.
    Residential Reentry Center (RRC) Services and Home Confinement Services or Day Reporting Center (DRC) Services Located Within the City Limits of Roanoke, Virginia
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services or Day Reporting Center (DRC) Services located within the city limits of Roanoke, Virginia. The procurement aims to provide comprehensive community-based services to assist federal offenders in their transition from incarceration to community living, ensuring compliance with federal, state, and local regulations. This initiative is critical for enhancing public safety and reducing recidivism by facilitating structured reintegration programs for offenders. Interested contractors must submit their proposals by the extended deadline of September 30, 2024, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.