DOCUMENT
S -- DETENTION FACILITY - Questionnaire
- Notice Date
- 7/16/2008
- Notice Type
- Questionnaire
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, WASHINGTON HEADQUARTERS 425 I Street NW, Washington, District of Columbia, 20536, United States
- ZIP Code
- 20536
- Solicitation Number
- PRO-8-L072
- Archive Date
- 8/18/2008
- Point of Contact
- Alan J Barclay,, Phone: 949-360-3180
- E-Mail Address
-
alan.barclay@dhs.gov
- Small Business Set-Aside
- N/A
- Description
- 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 future requirement to provide a Detention Facility and Services within 30 miles driving distance from Seattle/Tacoma International Airport (SEATAC) in the State of Washington. The contractor shall be required to provide and operate a Detention Facility capable of housing up to an estimated 1,575 detained aliens. 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. This includes, among other things, food, housing, medical and dental care, 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) based on the responses received from this announcement. Interested parties 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 BUIDINGS OR PROVIDING SECURITY THAT DOES NOT INCLUDE 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 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 August 11, 2008. Electronic responses are required. 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. Please note: 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 alan.barclay@dhs.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eae7cff776eafecdbf1ce24f4d9a37ad&tab=core&_cview=1)
- Document(s)
- Questionnaire
- File Name: Detention Facility in the Seattle/Tacoma area of the State of Washington (market research.doc)
- Link: https://www.fbo.gov//utils/view?id=4bc2ad7b7a9d5e24a11c079a16050a87
- Bytes: 96.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN01615619-W 20080718/080716221609-eae7cff776eafecdbf1ce24f4d9a37ad (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 |