Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

R -- Criminal Alien Requirement 11

Notice Date
6/30/2008
 
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-0015
 
Response Due
8/11/2008 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
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to clarify language within the presolicitation notice. Please 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 3,814 low security, adult male inmates, that are primarily criminal aliens. The population of approximately 3,814 inmates is comprised of 2,650 inmates presently housed at the California City Correctional Center in California City, California and 1,164 inmates presently housed at the Cibola County Correctional Center in Milan, New Mexico. These contracts are scheduled to expire on 9/30/2010. This requirement will be fulfilled through awards resulting from this solicitation and RFP-PCC-0014. The combined resulting awards from both solicitations will not exceed a maximum award of approximately 3,814 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 approximately 900 beds to 2,650 beds. Proposed institutions shall meet BOP standards as set forth in the resulting solicitation/contract. 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. The resulting solicitation is reserved exclusively for facilities in which new construction or renovation or expansion began after the date the Pre-Solicitation Notice was released (5/28/2008). Any such expansion or renovation must not interfere with or delay the arrival of inmates as required by the resulting solicitation/contract. Existing facilities as defined by RFP-PCC-0014 are excluded from consideration for the resulting solicitation. A Notice to Proceed shall be issued to the contractor when it is ready to receive inmates, which shall occur no later than 10/1/2010. 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 6/12/2008, with an anticipated closing date for receipt of proposals on 8/11/2008. The anticipated award date is on or about March 2009. 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=2a5cec88525eb2e8113d28c5b3f3d8d0&tab=core&_cview=1)
 
Place of Performance
Address: Continental United States, United States
 
Record
SN01604073-W 20080702/080630220149-64fbe20af8fc71ee9c0af98f749ec97d (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.