Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

R -- Criminal Alien Requirement 6

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPPCC-0010
 
Response Due
6/3/2006
 
Archive Date
5/1/2007
 
Description
The Federal Bureau of Prisons (BOP) has a requirement to house a population of approximately 7000 low security, non-US citizens, primarily Mexican sentenced male inmates in an existing secure correctional institution or institutions procured from state or local governments or private sources located in the continental United States. Faith Based and Community Organizations have an equal right to submit competitive proposals for any resulting contract(s). The approximately 7000 inmates are presently located in West Texas. This requirement will be solicited on an unrestricted basis, open to both large and small sized companies. The BOP will fulfill this requirement through multiple awards and anticipates that each facility or complex of facilities will house approximately 900-3000 inmates. The proposed facility(ies) shall be an institution or complex of institutions in the same locality to accommodate a minimum of 900 beds to a maximum of 3,000 beds. Offerors are not prohibited from housing non-BOP inmates at the institutions(s). If the proposed institution(s) houses a mixed population of BOP and non-BOP inmates, offers will be evaluated to determine the soundness and effectiveness in managing and operating the shared institution(s). Institutions proposed shall meet BOP standards as set forth in the resulting contract. The facility(ies) proposed must be located in Arizona, California, New Mexico, Oklahoma, or Texas. Expansion or renovation of existing institutions will only be considered if completed within 120 calendar days after contract award and may not exceed 20% of the existing square footage proposed. Any such expansion or renovation must not interfere with or delay the arrival of inmates as required by the resulting solicitation/contract. Offerors shall demonstrate the ability to provide all personnel, equipment, materials, supplies and services necessary for the management and operation of a secure correctional institution. The BOP intends to award a firm fixed-price type contract with award-fee incentives. The contract will have a potential term of 10 years consisting of one four-year base period and three two-year option periods. Contract performance will be governed by a performance-based statement of work based on American Correctional Association/Standards for Adult Correctional Institutions with a contractor management emphasis on quality control. The offeror awarded the contract must be ready to accept inmates 120 days after contract award at a rate specified in the resulting contract. The BOP has established a decisional rule criterion requiring all offerors to clearly demonstrate they have verifiable corporate experience operating a secure correctional/detention institution for a continuous three-year period as of the date the Request for Proposals (RFP) is issued. Past Performance and experience will be significant factors in the evaluation of offers. Award selection shall be made on a best value basis for the Government. Information will be requested from offerors regarding past environmental activities and the environmental condition of the proposed site where the institution is located. Prior to contract award, environmental documentation and other related information will be required in order to comply with the National Environmental Policy Act of 1969. The BOP anticipates issuing the solicitation on or about 4/04/06 with an estimated response date of 6/03/06. All responsible sources may submit a proposal which shall be considered by the BOP. The solicitation will be available on or after 4/04/06 and will be distributed solely through the General Services Administration?s Federal Business Opportunity website http://www.fedbizopps.gov. The site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Interested parties requiring further information should email Heather L. Greiner, Contracting Officer, at hgreiner@bop.gov.
 
Place of Performance
Address: Arizona, California, New Mexico, Oklahoma, or Texas
Country: USA
 
Record
SN01009908-W 20060322/060320211813 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.