Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2010 FBO #3324
SOURCES SOUGHT

R -- Contractor Owned & Operated Detention Facility in Dever, CO - Market Research Questionnaire

Notice Date
12/29/2010
 
Notice Type
Sources Sought
 
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
DHS_ICE_Detention_Facility_Denver_Metro
 
Archive Date
1/14/2011
 
Point of Contact
Monica King, Phone: 9493602260, Al E Kidd, Phone: 949-425-7025
 
E-Mail Address
monica.king@dhs.gov, al.kidd@dhs.gov
(monica.king@dhs.gov, al.kidd@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Market Research Questionnaire - to be filled out by all interested parties. THIS IS A SOURCES SOUGHT ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUCEMENT AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW UP INFORMATION REQUESTED. IN ORDER TO PROTECT THE INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENT FOR PRESENTATIONS WILL BE MADE. The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management-Laguna, is conducting a Sources Sought Notice for information purposes only. The purpose of this Sources Sought Announcement is to gain knowledge of potential qualified sources. Responses to this announcement will be used by the Government to make appropriate acquisition decisions. The Office of Acquisition Management-Laguna has a potential future requirement to provide a Contractor Owned, Contractor Operated (COCO) Detention facility capable of housing up to an estimated 525 detainees. The Contractor shall furnish all facilities, personnel, management, equipment, supplies, and services necessary for performance of all aspects of the requirement. Unless explicitly stated otherwise, the Contractor is responsible for all costs associated with and incurred as part of providing the services. In housing detainees, the Contractor is required to perform in accordance with ICE 2008 Performance Based National Detention Standards (PBNDS - http://www.ice.gov/detention-standards/2008/ ), American Correctional Association (ACA - https://aca.org/standards/), Standards for Adult Local Detention Facilities (ALDF - http://openlibrary.org/books/OL16219397M/Performance-based_standards_for_adult_local_detention_facilities ), and Standards Supplement, Standards for Health Services in Jails (http://www.ncchc.org/pubs/catalog.html#standards), latest edition, National Commission on Correctional Health Care (NCCHC - http://www.ncchc.org/ ), and state and local laws on firearms for all locations, at the time of contract award. The Government prefers the facility be located within a 30 mile radius of the DHS/ICE Denver Field Office currently located at 12445 E Caley Ave, Centennial, CO 80111, however, if your property is within 50 miles you may respond. The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc.). A 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 may include, 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. The North American Industry Classification System (NAICS) Code is 561210 (size standard of 32.5 million). ICE is interested in responses from 8 (a) contractors and small businesses to determine if they have the experience and capability to meet the requirements; however, all interested parties are encouraged to respond to this announcement and complete the attached Market Research Questionnaire. The Government reserves the right to consider a small business or 8(a) set-aside based on the responses received from this announcement. Interested parties who have experience of similar magnitude shall provide their detention service experience, qualification, past experience with similar contracts and any other information; which shows the contractor's ability to perform these requirements. DOCUMENTATION OF EXPERIENCE, QUALIFICATIONS, PAST PERFORMANCE IN GUARDING BUILDINGS OR PROVIDING SECURITY THAT DOES NOT INCLUDE ALL ASPECTS OF PROVIDING A FULLY FUNCTIONAL OPERATION OF A DETENTION FACILITY AND DETENTION OF DETAINEES DOES NOT FULLFILL THIS REQUIREMENT. In addition, interested parties shall provide the following information: 1) contract references relevant to the requirement, detailing the contractor's ability to provide detention services, provide the facility, and operate and manage a detention facility. Include the contract number, agency, period of performance, contract value, point of contact with a current telephone number; 2) contractor's name, business address, business size, small business designation such as 8(a), HUBZone, etc. Responses are due no later than 1:00 PM Pacific Time, January 7, 2011. Electronic responses are required via email to monica.king@dhs.gov. Any information received in response to this notice is voluntary and becomes the property of the Government upon receipt. Respondents will not be notified of the results of information gathered in response to this notice. All future information about this acquisition, including solicitation and/or amendments will be distributed solely through the GSA Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure receipt of the most-up-to-date information regarding any future acquisition. 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 monica.king@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/DHS_ICE_Detention_Facility_Denver_Metro/listing.html)
 
Place of Performance
Address: 30 - 50 miles of, DHS/ICE Denver Field Office, 12445 E. Caley Ave, Centennial, Colorado, 80111, United States
Zip Code: 80111
 
Record
SN02351801-W 20101231/101229233619-5ac3349771177b85264b0626257ee356 (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.