Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
MODIFICATION

R -- Criminal Alien Requirement 12

Notice Date
2/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFP-PCC-0017
 
Point of Contact
Ryan Wynne, Phone: 202-616-1647, Catherine S. Scott, Phone: 202-616-1647
 
E-Mail Address
BOP3378@bop.gov, cstewart1@bop.gov
(BOP3378@bop.gov, cstewart1@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Bureau of Prisons (BOP) has a requirement for the management and operation of a contractor-owned/contractor-leased, contractor-operated correctional facility to house a population of approximately 1,750 low security, adult male inmates, that are primarily criminal aliens with ordinarily 90 months or less remaining to serve on their sentences. The population of approximately 1,750 inmates is presently housed at the McRae Correctional Facility in McRae, Georgia. The current contract will expire on 11/30/2012. The BOP anticipates this requirement will be fulfilled through a single award. A proposed facility may be either an existing facility, a newly constructed facility, or an existing facility with expansion/renovation. Any new construction, expansion, or renovation must not interfere with or delay the arrival of inmates as required by the solicitation/contract. The inmates shall be housed in a secure correctional institution that meets BOP standards as set forth in the resulting solictation/contract. The proposed facility may be located anywhere in the continental United States. Offerors are prohibited from housing non-BOP inmates within the same fence perimeter; however, multiple populations at a prison complex with separate fence lines is acceptable. Shared services within each fence line is not acceptable. A Notice to Proceed shall be issued to the contractor when it is ready to accept inmates, which shall occur no later than 12/1/2012. The BOP intends to award a Performance-based, Indefinite-Delivery Indefinite-Quantity type contract with award-fee incentives. The Government will be required to order and the contractor required to furnish at least the established minimum quantity of 90% of the accepted number of contract beds for each contract year. Additionally, the contractor will be required to house a daily population of up to 15% over the accepted number of contract beds for each contract year. The contract award 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 work statement based on American Correctional Association Standards for Adult Correctional Institutions. Award selection shall be made on a best value basis for the Government. 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. Information will be required from offerors regarding both existing and anticipated environmental impacts and the environmental condition of the proposed site where the institution is located. Environmental documentation and other related information will be required with the submission of the proposal in order to comply with the National Environmental Policy Act of 1969 (NEPA). A NEPA analysis will be performed for each proposed contract action. An Environmental Impact Statement may be required prior to award. This requirement will be solicited on an unrestricted basis, open to both large and small businesses. Faith-based and Community Organizations can submit offers equally with other organizations for contracts for which they are eligible. All responsible sources may submit a proposal which shall be considered by the BOP. The solicitation will be available on or after 3/10/2010, with an anticipated closing date for receipt of proposals on 4/27/10. The solicitation 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 they have the most up-to-date information about this acquisition. All contractors doing business with the federal government shall be registered in the Central Contractor Registration (CCR) database. The website for CCR is www.ccr.gov. The North American Industry Classification System code for this solicitation is 561210, Facilities Support Services. Interested parties requiring further information should email Ryan Wynne, Contracting Officer, at rwynne@bop.gov or Cathy Scott, Senior Contract Specialist, at Cstewart1@bop.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFP-PCC-0017/listing.html)
 
Place of Performance
Address: Continental United States, United States
 
Record
SN02073492-W 20100226/100224234835-d982143340aa32d53a0580d73b66ca34 (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.