You are here

Treatment Services

[PDF]

Dear Vendor:

The United States District Court for the District of Oregon is soliciting proposals to provide treatment services in the following areas:

  • 0979-25-B01 Substance Use Treatment Services for Lane County, Or (RFP lists zip codes)
  • 0979-25-B02 Residential Services for Lane County, Or
  • 0979-25-B03 Mental Health Treatment Services for Lane County, Or (RFP lists zip codes)
  • 0979-25-B04 Mental Health Treatment Services Multnomah County and Clackamas County (RFP lists zip codes)
  • 0979-25-B05 Substance Use Treatment Services for Multnomah County and Clackamas County (RFP lists zip codes)
  • 0979-25-B06 UA Collection Services for Multnomah County and Clackamas County (RFP lists zip codes)
  • 0979-25-B07 Sex Offender Treatment Services for Multnomah, Washington, and Clackamas Counties
  • 0979-25-B08 Residential Services for Josephine and Jackson Counties

The vendor would provide services for male and female federal defendants/persons under supervision who have been ordered by the Court to participate in treatment.  These individuals include persons on probation, supervised release, or parole, who are under supervision of the United States Probation Office, as well as persons on Pretrial status under the supervision of United States Pretrial Services Office.

*For UA collection Services, the vendor is not required to maintain a call-in phone system for the urine collection, as this will be operated by the U.S. Pretrial Services and/or Probation Office.  It should be noted the district utilizes an on-site laboratory that will conduct testing of urine samples collected.         

Request for Proposals (RFPs) can be found on Request for Proposal | District of Oregon (orp.uscourts.gov).  The RFP contains the full text of all applicable Government regulations, and all offerors are subject to the provisions contained in the RFP.  In responding to the RFP, you should answer each item and supply all information requested.              

Section “L” provides specific directions for potential vendors in completing the proposal.  The offeror should fully read Section “L” and follow the directions set forth.  The minimum standards for the services listed are contained in the Clauses and Terms of Agreement.  All proposals will be evaluated by the criterion explained in Section “M.”  Note if you intend to subcontract any services, instructions are included in Section “L” the offeror should follow. 

If you have any questions regarding the RFP, please submit your questions in writing to Devin_Thompson@orp.uscourts.gov no later than August 12th, 2024.  All responses will be returned via email, as well as all questions and responses posted on the web site (www.orp.uscourts.gov) under “BPA Questions and Answers.” Please check the web site occasionally while working on the RFP, and prior to submitting the RFP, for any clarification issues.  

Proposals will be awarded on the basis of initial offers submitted, and each initial offer should contain your organization’s best terms from a cost and technical standpoint.  There will be no additional opportunity to modify your proposal.

Please read the RFP carefully; do not rely on knowledge of previous RFPs, or knowledge or previous Federal procurement procedures.  As a reminder, the vendor must have a site within the catchment area (unless otherwise indicated in the RFP), which will be evaluated during an on–site visit. Note: a catchment area may consist of multiple counties/zip codes, in which case the vendor must have a site within at least one of the counties/zip codes identified in that catchment area. 

A vendor must be capable of providing all services identified in Section “B,” including local services identified at the end of Section C, and must have a site located within the geographic area identified in Section “B.”  If the vendor is unable to provide a service identified in Section B, and does not identify/subcontract with someone to provide the service, the vendor will be technically unacceptable. 

The estimated monthly quantity listed in Section “B” of the RFP is the estimate of the services to be provided during the terms of this agreement.  It is only an estimate.

Although the Government may choose to enter into a Blanket Purchase Agreement with multiple vendors, the Government reserves the right to award a single vendor.

The term for this Blanket Purchase Agreement is twelve (12) months with a start date of October 1st, 2024, with a provision that shall allow the Government to unilaterally extend the agreement for an additional four (4) years, at four (4) twelve (12) month intervals, at the Government’s discretion.

Proposals are due Monday August 19th, 2024, by 5:00pm. Proposals shall be e-mailed to Devin_Thompson@orp.uscourts.gov .  All e-mail submissions must reference in the subject line, the Solicitation number indicated in Section A, Block 1 of the Solicitation/Offer/Acceptance.  Hard copies will not be accepted, unless otherwise noted.  It is the responsibility of the vendor to confirm the government’s receipt of the proposal. 

All proposals must be signed by a representative authorized to commit the vendor to contractual obligations.  The Signature can be electronic or physical. 

A copy of the Blanket Purchase Agreement, Clauses, and Terms of Agreement should be retained by the vendor for their files.

Sincerely,

 

Devin Thompson

Contracts and Procurement Specialist

US District Courts – Probation Office

Devin_Thompson@orp.uscourts.gov