aaucrrmuumumcmanaa FOE COMMERCIAL HEM "wmmw tum-mun suing?: 43002 unnmmu mi 1 mmunnu a ram?: mum puma-um Raymund Nopaa {94 9) 42 {ma .. WWI: w" E- mumzwoa [3m m: was; {amount antlDeten: Contractumc 0mm? 0 Maturation and miscom Enforcement Mumm?na Office a! Acqulaltion Hanagemnt Umwm Avila ?03d; ma Laguna quuel CA 92511 DIW mm ?mm It um? maze-Gums Mum 3 nu. nammn ummuw mu 0mm Can: {an new Ilmm?ll?t?w a [5:2 sensuous SEE Ill mm mm City of California City 21000 Hacienda Blvd. Calilornia City. CA 93505 w? m?1597341510000 vuwamadmaauv Contract?LAG and Custom: Satorcemnnt office of Acquisition Hanagement 24000 Avila Road. noom 3104 Attn: Hike Nepaa (949) 42 (bxs) Laguna quuel CA 9261? 0H5, ICE Bur11nqcon Finance Center 9.0. Box 1620 Accn: ICE-EROIFOD-FSF Hilliston VT 05495-1620 gm my amucauummamm mmuul? Illa" 13mm 25mm 1! a h. a. 3?3. 11. Imam. mama-um: mm mm mm DUNS Hunter: 9? 0 Attachment I: Pactamancc Hark Statement {Um mm mum MW Shun as Noam) Program/Finance POC: Thomas J. Hoissmiller (415} Period of Pertomnca ZIOUZOU to 1i31l2012 nmmwurwamm 20900018 6305005500000068257200 Elm m;m mamas av turmeric: sun-1. mm rm 532m mu unasmaanmc. savanna 03h WIMM MR manna-cc: FAR A: 212-: 132.24 I: #714350 30:: L. was to mum omen. comma ?cans to rumsn mu ?was mums roamosammss: munnsn sums manna mm: um mamas: spasms: maxim an I in mm $149. 330.30 [1 Lamar?sz ARE a. an! urn-auto .. cum MTEO I, u. voun OFFER OH unwomn AW M30003: CW3 ARE FORM "(mm In ACCEJWEDAS ?10 mm- ?menu an un?t: in?aygnumm a! eta-mus?? a: a ixl am 15: um: 5mm 315 mu: automaton: ?maxim-U DATE sum 0 73" 6/ 1/17 Bobbie Wright mum ML no?! uvmnum museum?; PM an: Pro-um? cu - {a an) um 21 "true some: giantess-ems oumnn mm um PRICE mourn First three I3) months of this task order are adjusted as a ramp up period to the maximum capcity of 200 beds. Upon completion of ramp up period. a minimum guarantee of 100 beds for remainer of the period of performance. 0001 All comprehensive detention services as per the mx4) (bX4) performance work statement of the contract. Services to be provided at the California City Correctional Center, California City, CA. Est'd Daily 1 to 64 beds. This CLIN is for the first 30 day period NOTE: This is a not to exceed (NTEI the number of bed-days for the detention services at the regular rate, the actual bed~days may differ. These proposed bed-days are subject to change to suit the 853 Field Office operational needs. (NW (NW Fully Funded Obligation Amount: Incrementally Funded Amount: 5 Continued 323 QUANTITY IN COLUMN 21 HAS BEEN l: neceweo ACCEPTED. AND CDNFORMS TO THE CONTRACT. EXCEPT AS INSPECTED a Home SIGNATURE OF AUTHORIZED GOVERNHENT REPRESENTATIVE 32:. DATE 32? PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32? MAILING ADDRESS OF AUTHORIZED GOVERNHENT REPRESENTATIVE 32f TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 329 EMAIL OF AUTHORIZED GOVERNHENT REPRESENTATIVE 11 SHIP NUMBER VOUCHER NUMEER 35 AMOUNT VERIFIED :5 PAYMENT 37 CHECK NUMBER CORRECT FOR COMPLETE r? PARTIAL FINAL Ejpmuui [ijm. as SIR ACCOUNT NUMBER 39 am voucaen mmnea 4n. PAID av ?a ICERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42:! RECEIVED BY ?lib SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c DATE 42b RECEIVED AT (Loca?cn) ?21: on: RECD 42:! TOTAL CONTAINERS STANDARD man I?ll ml BACK meme: COCWENT BEMCONTIRLED mausonuunoaummucum CORRECTIONS CORPORATION OF AMERICA mane (A) Ms (B) QUANTITY (C) :mnancs (E) (F) 0001A 0001B Product/Service Code: 8206 Product/Service Description: GUARD SERVICES All comprehensive detention services as per the performance work statement of the OFDT contract. Services to be provided at the California City Correctional Center. California City, CA. Est'd Daily 1 to 75 beds. This CLIN is for the second 30 day period. Not to Exceed 2250 days NOTE: This is a not to exceed (NTE) the number of bed-days for the detention services at the regular rate. the actual bed?days may differ. These proposed bed-days are subject to change to suit the SFR Field Office operational needs. Product/Service Code: 8206 Product/Service Description: GUARD SERVICES ccountino Info: ONEI 5 (bX4) (Subject to Availability of Funds) 11 comprehensive detention services as per the erformance work statement of the OFDT contract. Services to be provided at the California city Correctional Center. California City, CA. Est'd Daily 1 to 100 beds. his CLIN is for the third 30 day period. Not to Exceed 3000 days OTB: This is a not to exceed (NTE) the number of ed?days for the detention services at the regular rate, the actual bed-days may differ. hese proposed bed-days are subject to change to suit the SFR Field Office operational needs. Product/Service Code: 5206 Product/Service Description: GUARD SERVICES ccounting Info: (bX4) (bX4) (Subject to Availability of Funds) Continued . m? n? 0.00 0.00 N90 MIMI-MIMI ONION-IL ?08? as (4-86) smmu?h nauuwm 85A 5! WEW.OFWBEMCW SHEET 5 connecrzons coapoanrxou or nnraxcn Weakness ommw UNIT MFRICE mm "at? (B) w: (E) for payment. 1. Invoices shall now be submitted via one of the following three methods: a. By mail: DHS, ICE Burlington Finance Center 9.0. Box 1620 hilliston. VT 05495-1620 EAttn: (include a cover sheet of pages) b. By facsimile (fan): with point of contact a 802?288?7658 c. By e-mail: Invoice.Consolidationedhs.gov Invoices submitted by other than these three Imethods will be returned. The contractorns Taxpayer Identification Number (TIN) must be registered in the Central Contractor Registration prior to award and shall be notated on every invoice submitted to ICC on or after June 02, 2008 to ensure prompt payment provisions are met. The ICE program office shall also be notated on every invoice. 2. In accordance FAR 52.212-4 lg){13. Contract Terms and Conditions 2 Commercial Items, or FAR 52.232-25 Prompt Payment, as applicable, the information required with each invoice submission is as follows: invoice must include: Name and address of the Contractor; (ii) Invoice date and number; Contract number. contract line item number land. if applicable. the order number: (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; Shipping number and date of shipment, Continued 0.. .u?m-n . HEN mammalith stumping FAR ?asz 53 no uruwoomonowcconuum SHEET awarenuuneeoucwunm CORRECTIONS CORPORARIOR OF AHERICA mm (B) (C) (DI meme (8) ncluding the bill of iading number and weight of hipment it shipped on Government bill of lading: (vi) Terms at any discount for prompt payment offered: lvii) Name and address or official to whom yment is to be sent; Name. title. and phone number or person to otify in event of defective invoice) and (ix) Taxpayer Identification Number (TIN). The ontractor shall include its TIN on the invoice nly if required elsewhere in this contract. (See aregraph i above.) tr) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required isewhere in this contract. (3) It EFT banking intormation is not required to on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have ubmitted correct EFT banking information in accordance with the applicable solicitation revision. contract clause 52.232-33, Payment by Electronic Funds TransferJCentral Contractor Registration, or 52.232-34. Payment by lectronic Funds TransferUOther Than Central ontractor Registration), or applicable agency rocedures. {Cl banking information is not required it the Government waived the requirement to pay by FT. invoices without the above information may be returned for resubmiesion. 3. All other term: and conditions remain the Issue. The total amount of award: $149,330.30 The obligation for this award is shown in box 26. IRAQI-M wan new mum Attachment I PERFORMANCE WORK STATEMENT IMMIGRATION AND CUSTOMS ENFORCEMENT (ICE) ENFORCEMENT AND REMOVAL OPERATIONS (ERO) CONTRACT DETENTION SPACE A.I Background Federal immigration detention is a large component of immigration enforcement by the Department of Homeland Security (DHS) US. Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations (ERO) - (Hereinafter Increases in immigration enforcement programs in the United States have created a complex detention program that must effectively manage with available detention resources or acquire additional resources to meet increasing demands. Currently, non-federal detention bed space for federal detainees is acquired through lntergovemmental Agreements (lGAs) and/or Intergovernmental Service Agreements where a daily rate is paid to state and local governments, and facility-Specific contracts with private service providers. In an effort to operate in the most effective way and receive the maximum bene?t to meet the current and future goals, and acquire additional resources, desires to issue a task order against Office of Federal Detention Trustee (OFDT) contract with California City for detention services at the California City Correctional Center. A.2 Services Required California City will provide, by the terms and conditions identi?ed in this agreement, all necessary personnel, equipment, materials, supplies, and services for the management of comprehensive detention services, which include, but are not limited to, security, medical services, food service, safety, and sanitation. Additionally, the facility shall have rooms to accommodate video conferencing that permit detainees and their attorneys to communicate in a secure manner which preserve the confidentiality of the attorney client relationship. These comprehensive detention services shall provide for the safe, secure, and humane con?nement for male and female population principally consisting of immigration detainees awaiting removal court proceedings or are in some stage of the removal process. Services are to be provided at the California City Correctional Center. Performance shall be in accordance with the most current editions of the Performance Based National Detention Standards California City shall maintain American Correctional Association (ACA) and Joint Commission on Accreditation of Healtheare Organizations (JCAHO) accreditation throughout the life of the agreement. All services and programs shall comply with this Performance Work Statement the US. Constitution; all applicable federal, state, and local laws and regulations; applicable Presidential Executive Orders all applicable case law; and Court Orders and Consent Decrees. Should a con?ict exist between any of the aforementioned standards, the most stringent shall apply. When a con?ict exists and a conclusion cannot be made as to which standard is more stringent, the Contracting Officer (CO) shall determine the appropriate standard. California City shall comply with regulation, Congressional mandate. federal law or and all existing California City policies. Attachment 1 California City will: - Provide a means for veri?cation of their ACA and JCAHO accreditation. - Operate in full and complete compliance of the Performance Based National Detention Standards as de?ned. Those standards are available at standards/2008! - Operate in ?Jll complete compliance with California laws and regulations. - California City will ensure that all employees and contractors comply with their policies regarding employment suitability and background clearances and that any violations of Califomia City Standards of Conduct are investigated and adjudicated and A.2.l Standard Receiving and Discharge of Detainees/Detainees California City agrees to accept federal detainees only upon presentation by an Of?cer, or their of?cial designee, with proper agency credentials and shall not relocate an immigration detainee from one facility under its control to another without the permission of the Federal Government. California City shall only release immigration detainees only to law enforcement of?cers of the Department of Homeland Security, or their designee, as instructed in writing. immigration detainees sought for a state or local court proceeding must be acquired through a Writ of Habeas Corpus or the interstate Agreement on Detainers and then only with the concurrence of the Federal Government. A.2.2 Records Management All records related to agreement performance should be retained in a retrievable format for the duration of the agreement. Except as otherwise expressly provided in this PWS, California City shall, upon completion or termination of the resulting agreement, transmit to the Government any records related to performance of the agreement. A.2.3 Indemni?cation California City shall protect, defend indemnify, save, and hold harmless the United States Government, the and its employees or agents, from and against any and all claims, demands, expenses, causes of action, judgments and liability arising out of, or in connection with, any negligent acts or omissions of California City, its agents, subcontractors, employees, assignees, or anyone for whom California City may be responsible. California City shall also be liable for any and all costs, expenses, and attomeys' fees incurred as a result of any such claim, demand, and cause of action, judgment or liability, including those costs, expenses, and attomeys' fees incurred by the United States Government, the and its employees or agents. California City?s liability shall not be limited by any provision or limits of insurance set forth in the resulting agreement. in awarding this agreement, the Government does not assume any liability to third parties, nor will the Government reimburse California City for its liabilities to third parties, with respect to loss due to death, bodily injury, or damage to property resulting in any way from the performance of the agreement or any sub agreement under this agreement. California City shall be responsible for all litigation, including the cost of litigation brought against it, its employees or agents for alleged acts or omissions. The CO shall be noti?ed in writing of all litigation pertaining to this agreement and be provided copies of any pleadings ?led or said Attachment I litigation within ?ve (5) working days of receipt of service. California City shall cooperate with government legal staff and/or the United States Attorney regarding any requests pertaining to federal or State litigation. A.2.4 Transportation California City is responsible for the movement/transportation of detainees designated to the institution as requested in writing by as speci?ed below. Examples of circumstances requiring prisoner movement/tranSportation include, but are not limited to: outside medical care; transfer or movement to/from other Government facilities; and airlift sites. California City's transportation procedures shall ensure staff and detainee security and safety. California City shall utilize restraint equipment identical to the when one- for-one equipment exchange is required airli?s). Transportation and escort guard services will be performed by at least two (2) armed quali?ed detention or correctional of?cer personnel under applicable policies, procedures, and practices. California City agrees to augment such practices as may be requested by to enhance specific requirement for security, prisoner monitoring, visitation, and contraband control. California City shall establish procedures for the disposition of prisoner/detainee property/funds upon ?nal transfer from the facility. California City shall establish procedures to allow prisoner/detainee one set of clothes that he/she is wearing at time of final transfer from the facility. California City shall ensure that detainee transport clothing provided is properly ?tted, climatically suitable, durable and presentable. These procedures shall be approved in writing by the Speci?c services. California City agrees, upon request of the to provide the below listed services detainees: 1) Transportation and escort guard services for federal detainees housed at their facility to and from a medical facility for outpatient care (within gar-day rate); 2) Transportation and stationary guard services for federal detainees admitted to a medical facility (outside Qgr-dav rate; gold on a hour basis (or Guard Servieez; 3) Transportation and escort guard services for federal detainees housed at the facility are tranSperted to and from the California City Facility to the of?ce in Bakers?eld, CA two times a day, 5 days per week (within gar-dag rarez; A.2.5 Medical Services Provide suf?cient on-site medical coverage to accomplish the deliverables listed below while containing costs, with an understanding that California City Correctional Center's proximity to other California facilities allows the medical provider to provide certain coverage, care and relief using staff from nearby institutions. Speci?cally, the goal is to provide these services on-site: - Initial (intake) medical screening of new admissions including administration and reading of PPD tests. Attachment 1 - Health appraisals (physicals) within the l4 day requirement after intake. - 24 hour/ 7 day basic care to respond to emergent situations and distribute medications. - Sick call Monday through Friday days. 0 Chronic care clinics when needed. California City is ?nancially responsible for all medical treatment provided to federal detainees within the facility. California City shall provide either through its staff or contractors the full range of medical care required within the facility including dental care, mental health care. pharmaceuticals, and record keeping, as necessary to meet the standards of the California City shall not be responsible for the cost of necessary outside medical care or treatment. shall be responsible for the cost of necessary outside medical care or treatment. All such costs shall be paid through the Department of Immigration Health Services TARWEB system. In the event of an emergency. California City shall proceed immediately with necessary medical treatment. In such event, California City shall notify the Contracting Officer's Technical Representative (COTR) immediately regarding the nature of the federal detainee's illness or injury and type of treatment provided. All such costs shall be paid through the Department of Immigration Health Services TARWEB system. The facility shall have in place an adequate infectious disease control program, which includes testing all detainees facility for Tuberculosis (T8) as soon as possible upon intake (not to exceed 14 days) and read within 72 hours. TB testing shall be accomplished in accordance with the latest Center for Disease Control (CDC) Guidelines and the results documented on the federal detaince's medical record. California City shall immediately notify of any cases of suspected or active TB so that any scheduled tran5ports or production can be delayed until a physician verifies the federal detainee's TB status. When a federal detainee is being transferred and/or released from the facility. lie/She will be provided with seven days of prescription medication which will be dispensed from the detention facility. When possible, generic medications should be prescribed. Medical records must travel with the federal detainee. If the records are maintained at a medical contractor?s facility, it is the detention facility's responsibility to obtain them before a federal detainee is moved. A.2.5 Prisoner Rape Elimination Act (PREA) The facility is required to post the Prisoner Rape Elimination Act (PREA) Brochure/bulletin in each housing unit of the facility. All detainees or detainees have a right to be safe and free from sexual harassment and sexual assaults. The facility shall include the PREA infomtation in their handbooks and orientations at the California City (Refer to Attachment: Prisoner Rape Elimination Act Information). A.2.6 Contacts and Incident Reporting Policy and procedures shall be developed which ensure a positive relationship is maintained with all levels of the federal judiciary. California City's procedures shall ensure a tracking system is established which mandates that all judicial inquiries and program recommendations are responded to in a timely and accurate manner. All judicial inquiries and Attachment 1 California City responses, speci?cally related to a detainee, shall be made part of the detainee's file. California City shall notify the (with cepy to the C0) when a member of the United States Congress or the media requests information or requests to visit the facility. Califomta City shall coordinate all public information related issues with the COTR. All press statements and releases shall be cleared, in advance, with the COTR. California City, their employees, agents, or sub-contractors shall not release any information regarding the facility population, security level, personal identi?ers, or medical issues to anyone outside the without express permission of the C0, COTR, or their designee. Any inquiries regarding any inmate or other matter related to the contract shall immediately be referred to the California City shall immediately notify the of any incident where they believe information was released by their employee, agent, or sub-contractor related to a matter. California City shall ensure employees agree to use appropriate disclaimers clearly stating the employees' opinions do not necessarily re?ect the position of the in any public presentations they make or articles they write that relate to any aspect of contract performance or the facility operations. California City shall immediately report all criminal activity related to the performance of this contract to the who shall contact the appropriate law enforcement investigative agency. California City shall immediately report all serious incidents to the COTR. Serious incidents include, but are not limited to the following: activation of disturbance control team(s); disturbances (including gang activities, group demonstrations, sexual assault/abuse, food boycotts, work strikes, work place violence, civil disturbanceslprotests); staff uses of force, assaults on staff/detainees resulting in injuries that require medical attention (does not include routine medical evaluation after the incident); fires; full or partial lockdown of the facility; escape; any security breaches; weapons discharge; suicide attempts; deaths; hunger strikes; adverse incidents that attract unusual interest or significant publicity; adverse weather; fence damage; power outages; bomb threats; signi?cant environmental problems that impact the facility operations; transportation accidents if a detainee is in the vehicle. California City shall provide a safe, secure, and humane environment for alleged victims of sexual assaults and detainees undergoing mental health treatment for sexual assault. The Government may investigate any incident pertaining to performance of this contract California City shall cooperate with the Government on all such investigations. A.2.7 Detainee Work Program Detainee labor shall be used in accordance with the detainee work plan developed by California City and approved by the The detainee work plan must be voluntary, and may include work or program assignments for industrial, maintenance, custodial, service or other jobs. The detainees may not be required to work. detainees may volunteer to work within the secure con?nes of the contract facility if they sign a waiver of their right not to work. ICEIERO detainees with suicidal tendencies, attempted escapes or escape history, violent history, gang af?liations or with retainers for pending charges with other local, state or federal agencies will not be considered for the volunteer program. detainees are not permitted to act as Trustees and they may not work in positions Attachment I that permit unsupervised contact with segregated detainees or detainees of the opposite sex. detainees are restricted from operating equipment that may expose the detainees to grave bodily harm or any work assignment requiring security risk items and controlled tools which could be used to facilitate an escape or used as a weapon that could endanger staff, citizens or other inmates. detainees will not have access to prisoner or employee records. In addition, the State will ensure that detainees who volunteer to work are denied access to prescription medications. ICEIERO detainees must obtain required medical clearances before working in the food service areas. The detainee work program shall not con?ict with any other requirements of the contract and must comply with all applicable laws and regulations. Detainees shall not be used to perform the responsibilities or duties of an employee of California City. safety/protective clothing and equipment shall be provided to detainee workers as appropriate. Detainees shall not be assigned work that is considered hazardous or dangerous. This includes, but is not limited to, areas or assignments requiring great heights, extreme temperatures, use of toxic substances and unusual physical demands. Volunteer prisoner/detainee workers can be paid the identical rates of pay as other California City inmates. ICEJERO prisonerldetainees shall be required to participate in normal housekeeping duties which help ensure the cleanliness of their housing area. .43 Quality Control Management California City is responsible for management and quality control actions necessary to meet the quality standards set forth in this agreement. In compliance with the FAR Clause 52.246? 4, Inspection of Services-Fixed Price, California City must provide a Quality Control Plan (QCP) to the COTR no later than 60 days after award. The plan must include: I) A description of the methods to be used for identifying and preventing defects in the quality of service performed; 2) A description of the records to be kept to document inspections and corrective or preventive actions taken; 3) Records of inspection that must be kept and made available to the Contracting Of?cer, when requested, through the agreement performance period and for the period after agreement completion until ?nal settlement of any claims under this agreement. A.4 Quality Assurance The Government quality assurance (QA) is comprised of the various functions, including Inspection, performed by the Government to determine whether a provider has ful?lled its agreement obligations pertaining to quality. The Government's QA program is not a substitute for quality control by the provider. Each phase of the services rendered under this agreement is subject to Government inSpection both during California City's operations and after completion of the tasks. When California City is advised of any unsatisfactory condition(s), California City shall submit a written report to the C0 addressing corrective/preventive actions taken. The COTR may check California City's performance and document any non-compliance, but only the CO may take formal action against California City for unsatisfactory performance. Attachment 1 The COTR will be designated subsequent to agreement award and a delegation of COTR duties and authority will be furnished to California City. The Government may. reduce California City?s invoice or otherwise withhold payment for any indivrdual item. of nonconfonning service observed as Speci?ed in Contractor's Failure to Perform Requrred Services. The Government may apply various inspection and extrapolation techniques to determine the quality of service and the total payment due. A.4.l Inspection Clause Failure to Perform Required Services The rights of the Government and remedies described in this section are in addition to all other rights and remedies set forth in this solicitation. Specifically, the Government reserves its rights under the Inspection of Services and Termination clauses. Any reductions in the contractor's invoice shall re?ect the contract's reduced value resulting from the contractor?s failure to perform required services. The contractor shall not be relieved of full performance of the services hereunder and may be terminated for default based upon inadequate performance of services, even if a reduction was previously taken for any inadequate performance. This agreement incorporates FAR clause 52246-4 Inspection of Services-?xed-Price: OF (AUG I996) Definition. "Services," as used in this clause, includes services performed. workmanship, and material furnished or utilized in the performance ofservices. The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long a?erwards as the contract requires. The Government has the right to inspect and test all services called for by the contract. to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. If the Government performs inSpections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may- (I) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) Reduce the contract price to reflect the reduced value of the services performed. Attachment 1 1f the Contractor fails to perform the services again or to take the necessary action to ensure future performance in con formin with contract requirements, the Government may- (I) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or (2) Terminate the contract for default. A.5 Performance Reviews In accordance with the Federal Acquisition Regulations (FAR), subpart 37.60] Performance- based Acquisition, the Government must have a method of assessing contractor performance against performance standards. Further, the agreement provides procedures for reductions to the price of a fixed-price agreement when services are not performed or do not meet agreement requirements. This Performance Summary establishes the performance level required by the Government to meet the agreement requirements. The following methods of surveillance may be used in the assessments of agreement performance: A) Systematic: These reviews will be scheduled inSpections focusing on specific disciplines. Assessments may be performed by Government monitors or by other parties designated by the Government. B) Ad-l-loc: These reviews will be conducted as a result of special interests arising from routine monitoring of the contractor's quality control system an unusual occurrence pertaining to the agreement or other Government concerns. A.6 Performance Ratings The service requirements are divided into various disciplines, each of which has a number of key functions. Successful performance of a key function is essential for successful performance of the related discipline. Each discipline comprises a Specific percentage of the overall agreement requirement. Reductions in agreement price will be based on these percentages applied to the overall invoice. At the conclusion of any review, a report will be written and an adjectival rating of contractor performance within each discipline will be assigned. The following rating system will be used: Excellent: The program conforms to the in an exceptional manner and conformance is maintained with exceptional internal controls. Policies and procedures for achieving the program standards are documented and adequate for the mission of the facility; the policies and procedures are communicated to staff; the policies and procedures are fully implemented; and the desired outcome is achieved. Level of performance in the aggregate exceeds the minimum performance standard by substantial margin; de?ciencies are nonexistent or extremely minor. Good: The program conforms to the in an acceptable manner. Internal controls limit procedural deficiencies. The facility more than accomplishes the requirements of program standards. Level of performance in the aggregate meets the performance standard: deficiencies are minor and offset by outstanding elements of performance within the review guideline. Acceptable: The program is meeting the requirements of the There are no breakdowns that would keep the program from continuing to accomplish the mission of Attachment I the facility. Level of performance in the aggregate meets the performance standards; de?ciencies are minor and there are no outstanding elements of performance present Within the review guideline. De?cient: The program is unable to meet the requirements of one or more of the lntemal controls are weak, resulting in serious deficiencies in one Or more areas. The level of performance in the aggregate fails to meet the performance standards: de?ciencies are pervasive. At-Risk: Operation of the program is impaired to the point that the facility is unable to accomplish its mission. The program is unable to meet the requirements of the and is unlikely to meet those requirements in the foreseeable future without substantial corrective action. The level of performance in the aggregate fails to meet the performance standards: de?ciencies require immediate corrective actions. Performance Matrix This Performance Matrix serves to communicate what the Government intends to qualitatively inspect. The matrix identifies: A. Each service requirement and the key functions essential to successful performance of each agreement requirement; B. Define the minimum performance rating acceptable for each agreement requirement; and C. Specify the maximum percentage of total agreement value attributable to each agreement requirement. Administration and Management Objective- Addresses policy development and monitoring; internal quality control; maintenance of detainee records. funds, and property; admission and orientation procedures; detainee release; and accommodations for the disabled. Value 20%. Minimum Successful Performance Rating: Acceptable Section Standard (AJ) Policy Development and Monitoring Internal andlor Reviews (A.3) Detainee Records (AA) Admission and Orientation (A5) (K3) Personal Property and Monies (A.6) (K3) Detainee Release (A.7) Accommodations for the Disabled Section Standard Part 7 Administration and Management Health Care Objective - Addresses the policies and procedures for administering quality health care by licensed personnel; maintaining accurate health information data; timely health screening and Attachment 1 physicals treatment. program intervention and follow-up of all cases; access to routine, acute chronic, and emergency health services, reSponse to medical, mental and denial health needs of detainees; suicide prevention; infectious disease; hunger strikes; advance directives and detainee death. Value 15%. Minimum Successful Performance Rating: Acceptable Section Standard (3.1) Intake Health Screening (3.2) (K.4) Medical, Dental, and Mental Health Appraisals (3.3) (K.5) Access to Routine, Acute Chronic, and Emergency Health Services (3.4) Experimental Research (3.5) Response to Medical, Mental, and Dental Health Needs (3.6) Suicide Prevention (3.7) Detainee Hunger Strikes (3.8) Detainee Death (3.9) Informed Treatment (B.10) Infectious Disease Section Standard Part 4 Care Security and Control Objective - Addresses the issuance of policies and procedures to staff; appropriate use of force; maintenance of daily incident logs; emergency readiness; and detainee accountability and discipline. Value 20%. Minimum Successful Performance Rating: Acceptable. Section Standard Post Orders (C.2) Permanent Logs Security Features Security Inspections and/or reviews (C5) Control of Contraband (C.6) Detainee Searches (C.7) Detainee Accountability and Supervision LOB) Use of Force Non-routine Use of Restraints (CJO) Tool Equipment and Control (C.11) Weapons Control (C.12) Detainee Discipline L613) Supervision for Special Housing (C.14) Contingency/Emergency Plan Section Standard Part 2 Secu rity Part 3 Order 10 l-F-l 0087 Attachment 1 Food Service Objective Address basic sanitation procedures and the adequacy of meals provided to detainees. Value 15%. Minimum Successful Performance Rating: Acceptable. Section Standard Sanitation Requirements Ensure Meals are Varied (0.31 Special Diets Section Standard Part 4 Care Staff and Detainee Communication Objective Address opportunities for detainees to communicate with staff; detainee grievance procedures; and the provision of diversity training. Value Minimum Successful Performance Rating: Acceptable. Section Standard Staff-Detainee Communication (E.2) Diversity Training Detainee Grievances Section Standard Part 6 Justice Safety and Sanitation Objective Addresses the adequacy of ?re safety programs; the control of dangerous materials andfor hazards; air quality, noise levels, and sanitation of the facility; and the cleanliness of clothing and bedding. Value Minimum Successful Performance Rating: Acceptable Section Standard Fire Safety (F1) Non-Hazardous Furnishings (F .3) Control of Dangerous Materials (E4) Environmental Control Clothing and Beddi? (F.6) Personal HygieneIWell-bei? Physical Facility and Equipment Section Standard Part I Safety ll Attachment 1 Services and Programs Objective Addresses detainee classi?cation; religious practices; work availability of exercise Opportunities; access to legal materials and legal representation; access to a telephone; visitation privileges; and the handling of detainee mail and correspondence. Value: 15%. Minimum Successful Performance Rating: Acceptable Section Standard Classification, Review, and Housing Religious Practices (6.3) Volunteer Work Assignments (GA) Work Assignments and Security (0.5) Exercise and Out of Cell Opportunities (G.6) Legal Materials Legal Representation (6.8) Teleph_one Access (0.9) Visitation Privileges Detainee Mail and Correspondence Section Standard Part 5 Activities Workforce Integrity Objective - Address the adequacy of the facility's hiring process and background check procedures, and the adequacy of procedures to respond to allegations of staff misconduct. Value: Minimum Successful Performance Rating: Acceptable Section Standard H.l) Staff Background and Reference Cheeks H.2) Staff Traini?, and Credentialing 111.3) Staff Misconduct Section Standard Part 7 Administration and Management Detainee Discrimination Objective - Address the adequacy of policies and procedures designed to prevent discrimination against detainees based on gender. race, religion, national origin. or disability. Value: Minimum Successful Performance Rating: Acceptable Section Standard Discrimination Prevention Section Standard Part 2 Security Attachment 1 A8 Contact for Agreement Administration California City shall designate a person to serve as the agreement administrator for the requirement. The agreement administrator is responsible for overall compliance with agreement terms and conditions. California City designation of representatives to handle certain functions under this agreement does not relieve the agreement administrator of responsibility for agreement compliance. Name: Tom Weil Title: California City, City Manager Address: 2l000 Hacienda A venue California Citv. California 93505 Telephone (760) 37 FAX (760) 3'1 E-Mail Address: cit califomiaci .com A.9 Financial Provisions A.9.l Service Contract Act This Agreement incorporates the following clause by reference, with the same force and effect as if it was given in full text. Upon request, the full text will be made avail able. The full text of this provision may be accessed electronically at this address: Federal Acquisition Regulation Clause(s): 52.222-4] Service Contract Act of l965, as Amended (July 2005) 52222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 52.22243 Fair Labor Standards Act and the Service Contract Act - Price Adjustment (Multiyear and Option Contracts) (May I989) The current State of California City, California wage rates shall be the prevailing wages unless notified by the Federal Government. A.9.2 Price Schedule The Federal Government will use various price analysis techniques and procedures to ensure the per-diem rate established by this Agreement is considered a fair and reasonable price. Examples of such techniques include, but are not limited to, the following: I. Comparison of the requested per-diem rate with the independent government estimate for detention services, otherwise known has the Core Rate; 2. Comparison with per-diem rates at other state or local facilities of similar size and economic conditions; 3. Comparison of previously proposed prices and previous Federal Government and commercial contract prices with current prOposed prices for the same or similar items; 13 1-F-IGOS7 Attachment 1 4. Evaluation of the provided jail operating expense information; The ?rm-fixed per-diem rate for services is $77.50, and shall not be subject to adjustment on the basis of California City actual cost experience in providing the service. The per diem rate shall be ?xed for a period from the effective date of the Agreement forward for 36 months. The per-diem rate covers the support of one federal detainee per "federal detainee day", which shall include the day of arrival, but not the day of departure. A?er 36 months, if a rate adjustment is desired, the Local Government shall submit a request through the Electronic Intergovernmental Agreements area of the Detention Services Network (DSNetwork). All information pertaining to the jail on DSNetwork will be required before a new per-diem rate can be considered. A.9.3 Invoice and Payment California City shall prepare and submit for certi?cation and payment, original and separate invoices each month to the Southern District of California. To constitute a proper invoice, the name and address of the facility, the name or each federal detainee, his speci?c dates of con?nement, the total days to be paid, the appropriate per diem rate, and the total amount billed (total days multiplied by the rate per day) shall be listed, along with the name, title, complete address and telephone number of the of?cial responsible for invoice preparation. The invoice shall be submitted to the Burlington Finance Center with a cepy to the COTR at the address listed below must include: Name and address of California City; Invoice date and number; Agreement number; Description. quantity, unit of measure, unit price and extended price of the services provided; Terms of any discount for prompt payment offered; Name and address of of?cial to whom payment is to be sent; Name, title, and phone number of person to notify in event of defective invoice; and Taxpayer Identi?cation Number; and Electronic ?mds transfer banking information in accordance with FAR 52.232-33, - Payment by Electronic Funds The invoice shall be sent to: Address: Burlington inancne Center a. By mail: DHS, Burlington Finance Center P.O. Box 1620 Williston, VT 05495-1620 Attn: l4 Attachment I b. By facsimile (fax): (include a cover sheet with point of contact 8; of pages) 802-288-7658 c. By e-mail: Invoice.Consolidation@dhs.gov With a copy to COTR at: COTR Thomas Weismiller 630 Sansome Street Suite 590 San Francisco, CA 94111 The Government will make payments to California City on a basis, pursuant to the Prompt Payment Act after receipt of an appropriate invoice. All) Modi?cation and Disputes Either party may initiate a request for modification to this Agreement in writing. All modi?cations negotiated will be effective only upon written approval of both parties. DiSputes, questions, or concerns pertaining to this Agreement?will be resolved between appropriate of?cials of each party. Both the parties agree that they will use their best efforts to resolve the dispute in an informal fashion through consultation and communication, or other forms of non-binding alternative dispute resolution mutually acceptable to the parties. Termination This agreement may be terminated by either party upon one-hundred and eighty days (180) advanced written notice to the other party. Within 180 days of the giving, or receipt, of such notice the shall retake custody of all detainees(s) transferred to the California City under this Agreement. The City of California City agrees to consult with ICE ERO at least 90-days prior to any action(s) to terminate to allow suf?cient time to prepare for loss and replacement of services. A.12 Litigation The Federal Government shall be noti?ed, in writing, of all litigation pertaining to this Agreement and provided copies of any pleadings ?led or said litigation within 5 working days of the filing. The Local Government shall cooperate with the Federal Government legal staff and/or the United States Attorney regarding any requests pertaining to Federal Government or Local Government litigation. 15