Kansas Bids > Bid Detail

ACC PREA AUDIT

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159637223120391
Posted Date: Apr 3, 2024
Due Date: Apr 15, 2024
Solicitation No: PANMCC24P0000006790
Source: https://sam.gov/opp/d2206e964a...
Follow
ACC PREA AUDIT
Active
Contract Opportunity
Notice ID
PANMCC24P0000006790
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT LEAVENWORTH
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 03, 2024 12:50 pm CDT
  • Original Response Date: Apr 15, 2024 01:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R420 - SUPPORT- PROFESSIONAL: CERTIFICATIONS AND ACCREDITATIONS (OTHER THAN EDUC OR INFO TECH C&A)
  • NAICS Code:
    • 813920 - Professional Organizations
  • Place of Performance:
    Fort Leavenworth , KS 66027
    USA
Description

INTRODUCTION



The MICC-Fort Leavenworth, KS is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry product supply available to support/provide Prison Rape Elimination Act (PREA) audit for Military Correctional facilities at Fort Leavenworth Kansas, to include the United States Disciplinary Barracks (USDB) (Inmate population 375-400), the Midwest Joint Regional Correctional Facility (MWJRCF) (Inmate population 200-250) and the Northwestern Joint Regional Correctional Facility (NWJRCF) (Inmate population 25-50) at Joint Base Lewis McChord, WA. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the services defined in this PWS except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. Contractor will be a Department of Justice (DOJ) certified PREA auditor. Contractor will provide proof of current DOJ PREA Audit Certification.



BACKGOUND



The Prison Rape Elimination Act of 2003 (PREA; Public Law 108-79), was enacted to address sexual abuse problems in confinement facilities. Major provisions of PREA include the development of standards for detection, prevention, reduction, and punishment for prison rape cases. PREA requires all confinement facilities to collect, and report detailed information regarding sexual victimization of prisoners. The Act applies to public, private and federal institutions that house adult or juvenile offenders. Presidential Memorandum “Implementing the Prison Rape Elimination Act,”, May 17, 2012, directed Department of Defense (DoD) to implement PREA. Directive-type Memorandum (DTM) - 081, “Department of Defense Implementation of the Prison Rape Elimination Act (PREA)”, February 10, 2013, required all Services to develop and implement policy and procedures to satisfy the requirements of PREA. The National Standards to Prevent, Detect, and Respond to Prison Rape (28 C.F.R Part 115) requires facilities to be audited once every three years.



The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.



DISCLAIMER



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



ELIGIBILITY



The applicable NAICS code for this requirement is (813920) with a Small Business Size Standard of ($23.5). The Product Service Code (PSC) is (R420).



SUBMISSION DETAILS



Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Roberto Yroz, in either Microsoft Word or Portable Document Format (PDF), via email roberto.c.yroz.civ@army.mil no later than 1:00 p.m. (CDT) on 15 April 2024 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.



If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



(NOTE: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.)



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • 535 KEARNY AVENUE BLDG 338
  • FORT LEAVENWORTH , KS 66027-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 03, 2024 12:50 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >