Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
MODIFICATION

R -- Contract Detention Facility, Las Vegas, Nevada

Notice Date
2/13/2007
 
Notice Type
Modification
 
NAICS
922190 — Other Justice, Public Order, and Safety Activities
 
Contracting Office
Department of Justice, Office of the Federal Detention Trustee, Headquarters Office, 4601 N. Fairfax Drive, Suite 910, Washington, DC, 20530, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
ODT-7-R-0001
 
Response Due
1/31/2007
 
Archive Date
3/15/2007
 
Description
The Office of the Federal Detention Trustee (OFDT) has a requirement for a secured bed detention facility to house up to 1,000 detainees (male only) in the custody of the U.S Department of Justice, United States Marshals Services (USMS) and the Department of Homeland Security, U.S. Immigration and Customs Enforcement (ICE). The successful offeror will provide a Contractor-owned and operated facility capable of housing up to 900 USMS detainees charged with federal offenses, detained while awaiting trial or sentencing, and 100 ICE detainees awaiting a hearing on their immigration status or deportation. The facility shall be located within 75 miles of the Lloyd D. George - U.S. Federal Courthouse, 333 Las Vegas Boulevard South, Suite 2058, Las Vegas, NV 89101. The successful offeror will be required to provide all personnel, services, equipment, material, supplies (to include full medical services and all transportation services within 250 miles of the facility) required for management and operation of a secure detention facility. Offeror will be required to provide information to the Government to ensure compliance with the National Environmental Policy Act (NEPA) of 1969, 42 U.S.C. 4321, et seq., and the implementing regulations at 40 C.F.R. Part 1500. To qualify for participation in this procurement, all potential offerors shall submit the following information for each site for which the offeror plans to provide a proposal. Not later than January 31, 2007, the offeror shall submit a Phase I Survey conducted in accordance with the American Society for Testing and Materials (ASTM), E-1527-97, "Standard Practice for Environmental Site Assessment: Phase I Environmental Site Assessment Process." The Phase I Survey shall include, as a "Non-Scope Consideration" under Chapter 12 of the Standard Practice, a delineation or identification of on-site wetlands, and an analysis of potential impacts to threaten or endangered species or species of special status. The identification of on-site wetlands should include and on-site reconnaissance level survey/report by a qualified wetlands specialist, the National Wetlands Inventory map for the project area, and an identification of hydric soils on the proposed property. The analysis of potential impacts to threatened and endangered species of special status should include a site reconnaissance report identifying potential habitat or presence of protected species (plant and animal) lists. Failure to submit the Phase I Survey by January 31, 2007 shall preclude that site from being considered for this procurement. The Government will only accept offers for which a Phase I Survey has been timely submitted. All other offers will be rejected. All information submitted as a part of the Phase I Survey shall be considered non-proprietary and, at the discretion of the Government, be made public during the Scoping process under NEPA or at any other appropriate time. To be considered, the offeror submitting the proposal must clearly demonstrate at the time of proposal submission it has corporate experience operating secure detention facilities over a continuous three-year period as of the date the RFP was issued. Note, point ventures will be considered as long as one partner meets the corporate experience requirement. Multiple proposals from one offeror will not be accepted. OFDT intends to award a firm-fixed price contract for an estimated term of 20 years (base period of five years and three (3) five year option years). The Government reserves its right to negotiate the terms of the contract. Interested parties are advised that Past Performance and Experience will be significant factors in the evaluation of offers and award selection shall be made on a Best Value basis. Consideration will be given for new construction, expansion, renovation or use of an existing facility. OFDT estimates issuing the solicitation on or about April 1, 2007. All interested parties requiring further information should send an email to Lori.Ray@usdoj.gov. Telephone calls will not be accepted.
 
Place of Performance
Address: Las Vegas, Nevada
 
Record
SN01231115-W 20070215/070213220315 (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.