Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2011 FBO #3616
SOURCES SOUGHT

G -- Residential Re-Entry Center Services located in the City of New York, within the Borough of Manhattan or the Borough of the Bronx

Notice Date
10/17/2011
 
Notice Type
Sources Sought
 
NAICS
623990 — Other Residential Care Facilities
 
Contracting Office
Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFI-200-1160-NE
 
Archive Date
11/16/2012
 
Point of Contact
Jan R Johns, Phone: (919) 575-2074
 
E-Mail Address
jjohns@bop.gov
(jjohns@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
TO ALL INTERESTED PARTIES This announcement is posted as a Request for Information (RFI) only for an upcoming solicitation that will be posted on the Federal Business Opportunities (FBO) website. This RFI is being issued to determine whether or not there are qualified sources that will be able to meet any or all of the line items of this upcoming solicitation. The solicitation will be for Residential Re-Entry Center (RRC) services for male and female offenders held under the authority of various United States statutes located in the City of New York, within the Borough of Manhattan or the Borough of the Bronx. The requirement will have three (3) line items. Each line item requirement will be as follows: One-Year Base Period: A guaranteed minimum of 30 beds for male and female Federal offenders (28 male beds and 2 female beds) with an estimated maximum of 56 beds (48 male beds and 8emale beds); Option Period 1 (if exercised): A guaranteed minimum of 30 beds for male and female Federal offenders (28 male beds and 2 female beds) with an estimated maximum of 58 beds (49 male beds and 9 female beds); Option Period 2 (if exercised): A guaranteed minimum of 30 beds for male and female Federal offenders (28 male beds and 2 female beds) with an estimated maximum of 62 beds (53 male beds and 9 female beds); Option Period 3 (if exercised): A guaranteed minimum of 30 beds for male and female Federal offenders (28 male beds and 2 female beds) with an estimated maximum of 63 beds (54 male beds and 9 female beds); and Option Period 4 (if exercised): A guaranteed minimum of 30 beds for male and female Federal offenders (28 male beds and 2 female beds) with an estimated maximum of 66 beds (56 male beds and 10 female beds). The anticipated period of performance is October 1, 2012 through September 30, 2017, if all option periods are exercised. If you have an interest in the upcoming solicitation, please provide a written response to the questions below and send your response to Jan R. Johns, Contract Specialist, via email at jjohns@bop.gov. You are advised that providing responses to these questions will not automatically include you in the acquisition process for this solicitation. REQUEST FOR INFORMATION 1. Are you familiar with and does your company qualify for any of the programs identified under the Federal Acquisition Regulation (FAR) Part 19? If yes, please explain. For example, what is the size (small, large, non-profit, etc.) and status (8a, veteran-owned, service-disabled veteran-owned, HUBZone, Small Disadvantaged Business, woman-owned, etc.) of your organization? 2. What experience do you have in providing residential reentry services? 3. Are there any other Residential Re-Entry Center (RRC) facilities in the area? 4. Are there any state or local ordinances/restrictions that would prohibit or that would considerably slow down the procurement process (i.e. building permits or leasing/rental agreements)? 5. Are there any known local area concerns? Do you think the area would be supportive of the Bureau of Prisons (BOP) program? Are there any known groups or organizations that would oppose the operation of a residential (halfway) house in this area? 6. Are there environmental issues/concerns in the area? 7. Are there HUBZone locations in the area? 8. Do you feel that it would be difficult to find a suitable location in this area? If so, explain in detail why it would be difficult and provide supporting documentation. 9. What percentage of the work would you do with your firm's employees and what percentage of the work would you subcontract? If subcontracting opportunities are available, do you anticipate any difficulties in subcontracting with 8(a), small business, veteran-owned small business, service-disabled veteran owned small business, or women-owned small business concerns? 10. Are there any zoning issues that would prohibit or slow down the procurement process? 11. Is local or public transportation available in this area? If not, is there an alternative method of transportation for inmates to get to and from work or to get to and from their programming appointments? 12. Is the location listed conducive of the BOP requirement for inmates finding jobs within twenty-one (21) calendar days of placement? 13. Are there innovations in this area that the BOP could benefit from and if so, what are they? 14. Are there unique laws or regulations applicable to these services?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFI-200-1160-NE/listing.html)
 
Place of Performance
Address: Within the Borough of Manhattan or the Borough of the Bronx, New York City, New York, United States
 
Record
SN02608395-W 20111019/111017234258-3ca28a470c89faa1ec0cf144fd81aa46 (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.