Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

M -- Contractor Owned Contractor Operated Detention Facility (COCO) for a 2200 bed facilty located within 120 mile radius of 300 N. Los Angeles St, Los Angeles, CA

Notice Date
5/20/2009
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCEDM-09-R-00004
 
Point of Contact
Sheryl Wright, Phone: 949-360-2167
 
E-Mail Address
Sheryl.Wright@dhs.gov
(Sheryl.Wright@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management-Laguna intends to issue a solicitation to provide a Contractor Owned, Contractor Operated (COCO) Detention Facility capable of housing up to an estimated 2,200 detainees. The facility shall be located within a 120-mile radius of the DHS/ICE Los Angeles Field Office currently located at 300 N. Los Angeles Street, Los Angeles, CA 90012. The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc.). The Government will consider offers that can reasonably demonstrate the Offeror's ability to acquire (either through construction, lease or other arrangement) a facility that can be ready and available for occupancy within 24 months of the award of the contract. Offerors will be required to provide a current Phase I environmental assessment on any proposed site. It will be the responsibility of the contractor to procure all construction and other permits, as applicable, to meet local, state, regional, federal and other requirements. In housing detainees, the Contractor is required to perform in accordance with ICE Performance Based National Detention Standards (PBNDS), American Correctional Association (ACA), Performance-Based Standards for Adult Local Detention Facilities (PBSALDF), and Standards Supplement, and state and local laws on firearms for all locations, at the time of contract award. The contractor is also required to comply with all federal, state and local permits and code to include but not limited to environmental, building and regulatory statutes. A Contractor Owned, Contractor Operated Detention Facility provides housing for persons taken into custody pending removal proceedings or release on bond or personal recognizance. The detention facility is responsible for the secure detention and personal welfare of the individual. The facility operates 24 hours per day, seven days per week. This includes, but is not limited to, food, housing, clothing, and reasonable recreation facilities. The contractor shall furnish all facilities, food service, security, personnel, supervision, equipment, training, security clearances, transportation, and other necessary management services and possess financial capabilities and experiences necessary for the performance of all aspects of the contract requirements. Unless explicitly stated otherwise, the Contractor is responsible for all costs associated with and incurred as part of providing the services. The North American Industry Classification System (NAICS) Code is 561210 (size standard of $35.5 million). The tentative date for release of this solicitation is on or about June 15, 2009. Hard copies of the solicitation will not be available, therefore no written, telephone or facsimile request for the documents will be accepted. The distribution of the solicitation and all future information of the acquisition will be accomplished solely through postings at the Federal Business Opportunity (FedBizOpps) website https://fbo.gov. The FedBizOpps site provides downloading instructions. Interested parties are responsible for monitoring the FedBizOpps site to assure that they have the most up to date information about this acquisition. All questions pertaining to the publication of this synopsis shall be submitted in writing via email to Sheryl.Wright@dhs.gov or FAX to 949-360-3013, Attn: Sheryl Wright No reimbursement will be made for any costs associated with providing information in response to this announcement and/or follow-up information requested. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for this registration is www.ccr.gov. Any questions regarding this notice should be directed via email to Sheryl.Wright@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/HSCEDM-09-R-00004/listing.html)
 
Record
SN01823073-W 20090522/090521001136-b0291de1bff8ab611bc450257456353f (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.