Agency: | |
---|---|
State: | Illinois |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Set Aside: | Total Small Business Set-Aside (FAR 19.5) |
Posted Date: | Jan 30, 2024 |
Due Date: | |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT QUOTATIONS.
THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 5 DAYS PRIOR TO POSTING OF THE SOLICITATION.
The Federal Bureau of Prisons anticipates issuance of solicitation 15B40724Q00000003 for the award of a firm fixed-price contract Transition Coach who will provide religious coaching for inmate participants in the Residential Life Connections Pre-Release Program in the Bureau of Prisons at the Federal Correctional Institution, located in Greenville, Illinois.
FCI Greenville is a Federal Correctional Facility located at 100 U.S. HWY 40 Greenville, IL 62246. The program provides inmates with intensive opportunities for spiritual growth and deepening their religious roots by sharing common space and programs for the purpose of personal transformation and reducing recidivism. Inmates will participate in religion specific and inter faith program components designed to bring restoration with God, family, community, and self. The program's design will increase religious tolerance and respect among inmates of various faiths; will connect each inmate with a spiritual mentor; and will link participants with a faith community at their release destination to enhance community reintegration. Another component of the program will initiate specific Victim Impact programs to assist inmates in claiming responsibility for their actions and making amends with victims, family, and community.
See the Statement of Work attachment included with the solicitation posting (to be issued at a later date as described herein) for the complete requirements of the work.
The performance period for the contract will be 5 years; 1 base year and four option years to be executed at the unilateral discretion of the Government. In addition, an optional 6-month extension may be included.
The solicitation will be available approximately on or about February 7, 2024. The solicitation will be distributed solely through the System for Award Management website at www.sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. Any secure/locked documents (if applicable) uploaded with the solicitation will require an active FBO vendor registration for access. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action.
The NAICS code for this requirement is 813110 with a corresponding small business size standard of $13 million.
IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the System for Award Management (SAM) at www.sam.gov. In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above.
Each offeror’s SAM registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All offerors are urged to double check their SAM registration and update as necessary, including the size metrics information.
It is expected the future solicitation will be 100% set-aside Total Small Business Set-Aside. You must be registered in SAM as a small business for the above NAICS code (reference FAR provision 52.219-1 in the Representations & Certifications section of your SAM registration).
If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your bid/proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org.
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Number: 24296 Title: Commissary Services for Lake County Adult Correction Center Description: This
Lake County
Bid Due: 5/03/2024
Status Ref# Project Department Close Date Days Left Action Open 24-563 RFP: DPPO
Chicago Public Schools
Bid Due: 5/06/2024
Status Ref# Project Department Close Date Days Left Action Open 24-563 RFP: DPPO
Chicago Public Schools
Bid Due: 5/06/2024
contract number contract description advertise date bid opening date contract documents questions and
Metropolitan Water Reclamation District of Greater Chicago
Bid Due: 5/07/2024