SOLICITATION NOTICE
S -- Contractor-Owned, Contractor-Operated Detention Facility
- Notice Date
- 12/1/2008
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DML, 24000 Avila Road, Laguna Niguel, California, 92677, United States
- ZIP Code
- 92677
- Solicitation Number
- HSCEDM-09-R-00003
- Archive Date
- 3/5/2009
- Point of Contact
- Roberta Halls,, Phone: 9494254848
- E-Mail Address
-
roberta.halls@dhs.gov
- Small Business Set-Aside
- N/A
- Description
- The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management-Laguna, has a requirement to provide a Contractor Owned, Contractor Operated (COCO) Detention Facility capable of providing 1,575 beds. The Contractor will be required to have the facility ready for occupancy for 1,000 beds by April 24, 2009 and the remaining 575 beds by no later than September 30, 2009. The anticipated contract for this requirement will be an Indefinite Delivery Indefinite Quantity Contract for a base one-year period and four one-year option periods commencing no later than April 24, 2009. Unless explicitly stated otherwise, the Contractor is responsible for all costs associated with and incurred as part of providing the services. The facility shall be located within a 30 mile driving distance of the Seattle/Tacoma International Airport (SEATAC). 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 person(s) 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 accommodations (services provided by U.S. Public Health Services), clothing, reasonable recreation facilities and transportation. 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 for this requirement is 561210 (size standard of $32.5 million). The Federal Service Code (FSC) is S216. The distribution of this solicitation will be accomplished solely through the Federal Business Opportunity (FBO) web site http://www.fbo.gov. The tentative date for release of this solicitation is on or about December 19, 2008. Hard copies of the solicitation documents will not be available; therefore, no written, telephone, or facsimile requests for the solicitation will be accepted. The FBO site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through the FBO site. Interested parties are responsible for monitoring the FBO site to assure that they have the most up-to-date information about this acquisition. All questions pertaining to the publication of this synopsis shall be submitted in writing via email to roberta.halls@dhs.gov or FAX to 949-360-3013, Attn: Roberta Halls.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8bd8a9dc40d4213623206d94d21777e4&tab=core&_cview=1)
- Place of Performance
- Address: Within 30 mile driving distance of the Seattle/Tacoma International Airport (SEATAC), WA., United States
- Record
- SN01711607-W 20081203/081201214640-8bd8a9dc40d4213623206d94d21777e4 (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 |