Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2008 FBO #2349
SOLICITATION NOTICE

R -- Criminal Alien Requirement 9

Notice Date
4/30/2008
 
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-0013
 
Response Due
6/30/2008 2:00:00 PM
 
Point of Contact
Amanda J Pennel,, Phone: 202-616-1647, Catherine S. Scott,, Phone: 202-616-1647
 
E-Mail Address
apennel@bop.gov, cstewart1@bop.gov
 
Description
The purpose of this amendment is to remove the consideration of existing institutions for this solicitation. See the following description: The Federal Bureau of Prisons (BOP) has a requirement for the management and operation of a correctional facility to house a population of approximately 4,000 low security, adult male inmates, that are primarily criminal aliens. This requirement will be fulfilled through awards resulting from this solicitation and RFP-PCC-0012. Either solicitation may result in awards up to 3000 beds; however, the combined resulting awards from both solicitations will not exceed an estimated award of 4000 beds. The inmates shall be housed in a secure correctional institution or institutions located anywhere in the continental United States. The BOP will fulfill this requirement through multiple awards and anticipates that each facility or complex of facilities will house a minimum of 900 beds to a maximum of 2,500 beds. Proposed institutions shall meet BOP standards as set forth in the resulting solicitation/contract. Offerors are prohibited from housing non-BOP inmates at the institution(s). The proposed facility(ies) must be a newly constructed institution or an existing institution with expansion to accommodate approximately 900-2,500 beds on a daily basis. The contractor must be ready to receive Notice to Proceed (NTP) based on the following: 1. Existing facilities with expansion, existing beds, 120 calendar days after contract award. 2. Existing facilities with expansion, additional beds, 300 calendar days after contract award. 3. New construction, 425 calendar days after contract award. NTP may occur earlier at the request of the contractor but only if the BOP determines the contractor is capable of accepting inmates. The BOP intends to award a firm fixed-price type contract with award-fee incentives. The contract awards 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 statement of work 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 your 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 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 will be available on or after 4/29/2008, with an anticipated closing date for receipt of proposals on 6/30/2008. 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 Amanda Pennel, Contracting Officer, at apennel@bop.gov or Cathy Scott, Senior Contract Specialist, at cstewart1@bop.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=624959b6e6d6c09431e1b2ea60e84a24&tab=core&_cview=1)
 
Place of Performance
Address: Continental United States, United States
 
Record
SN01563876-W 20080502/080430221223-624959b6e6d6c09431e1b2ea60e84a24 (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.