Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
MODIFICATION

R -- Short Term Sentence (STS) - Amendment 3

Notice Date
7/13/2010
 
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-0018
 
Point of Contact
Sarah Ellis, Phone: 202-616-1647, Ryan Wynne, Phone: 202-616-1647
 
E-Mail Address
sellis@bop.gov, rwynne@bop.gov
(sellis@bop.gov, rwynne@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 3 The Federal Bureau of Prisons (BOP) has a requirement for the management and operation of a correctional facility to house a population of approximately 3,000 low security adult male inmates that are primarily criminal aliens with one year or less remaining to serve on their sentence. This population is currently housed in various IGAs and MOUs throughout the Southwestern United States, concentrated primarily in Texas. The funding for this project will come from current budgeted funds expended for housing and medical care of these STS inmates in the existing IGAs and MOUs. This requirement may be fulfilled through a single award or multiple awards resulting from this solicitation. The solicitation may result in an award or awards up to approximately 3,000 beds. The BOP anticipates that each facility or complex of facilities will house a minimum of 900 beds to a maximum of 3,000 beds. The inmates shall be housed in a secure correctional institution or institutions located in the Southwestern United States. The facility(ies) must be located in Texas, Oklahoma, New Mexico, or Arizona. Proposed institutions shall meet BOP standards as set forth in the resulting solicitation/contract. Effective at the date of NTP, 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. An offeror awarded a contract must be ready to accept inmates at an existing facility within 120 days after contract award at the rate specified in the resulting contract. An existing facility is defined as an institution ready to accept inmates, or for which construction expansion began, prior to the date of this notice. Expansion of a facility or new construction of a facility initiated after the date of this notice is prohibited. Potential offerors must submit all potential places of performance to be proposed to the Contracting Officer by 06/11/2010. In addition, offerors must submit a digital aerial photo of the proposed facility with their completed Intent to Propose response. The BOP intends to award a firm-fixed price, Indefinite-Delivery Indefinite-Quantity type contract. 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(s) will have a potential term of 10 years, consisting of one four-year base period and six one-year option periods. Contract performance will be governed by a Performance Work Statement based on the American Correctional Association/Standards for Adult Local Detention Facilities. Award selection shall be made on a best value basis for the Government. The non-price evaluation factors, when conbined, are significantly less important than price. 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. The BOP anticipates that NEPA will be satisfied through the preparation of an Environmental Assessment prior to contract 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 posting date is 05/21/2010, with the closing date for receipt of proposals on 07/30/2010. 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 that 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 Sarah Ellis, Contract Specialist, at sellis@bop.gov or Ryan Wynne, Contract Specialist at rwynne@bop.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFP-PCC-0018/listing.html)
 
Place of Performance
Address: Texas, Oklahoma, New Mexico, or Arizona, United States
 
Record
SN02203903-W 20100715/100713234930-ef360dec02d151c540d645c002cac9ef (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.