Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOURCES SOUGHT

G -- On Site Religious Services Program at 8 ICE Service Processing Centers

Notice Date
12/18/2008
 
Notice Type
Sources Sought
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, District of Columbia, 20536
 
ZIP Code
20536
 
Solicitation Number
HSCEDM-09-R-00006
 
Response Due
1/12/2009 2:00:00 PM
 
Archive Date
1/27/2009
 
Point of Contact
Susan Erickson, Phone: 202.732.2532
 
E-Mail Address
susan.erickson@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT ANNOUNCEMENT is not a Request for Proposals (RFP) and does not commit the Government to award a contract. No Contract will be awarded from this announcement. No solicitation is available at this time. No Reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up and or associated information requested. This announcement is issued solely for information and planning purposes. The purpose of this Sources Sought Announcement is to gain knowledge of potential qualified sources. The US Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Detention Management (DM), Office of Acquisition (OAQ), is seeking sources that have the capabilities to maintain on site religious services program at the following 8 ICE Service Processing Centers: 1. Port Isabel SPC located in Los Fresnos, Texas 2. Batavia SPC located in Batavia, New York 3. Krome SPC located in Miami Florida 4. Aguadilla SPC located in San Juan PR 5. Florence SPC located in Florence AZ; 6. El Centro SPC located in El Centro California 7. Varick SPC located New York, New York 8. El Paso SPC located in El Paso, TX. The Contractor is required to administer a religious service program at each of the 8 separately located SPCs which program provides ICE detainees access to structured consistent religious opportunities and having on site religious representatives to conduct religious activities. The religious service program will provide ICE detainees of different faiths and groups an opportunity to pursue religious beliefs and practices, consistent with the security and running of a detention facility in a manner consistent with the mission of DHS. The contractor must be able to furnish the necessary management, supervision, personnel, materials, to provide religious services to meet the needs of the detainees in accordance with all required federal laws and regulations. Prior to award, the contractor must demonstrate that it has or that it can obtain all necessary licenses and security clearances as well as other clearances by the projected start of services. The North American Industry Classification System (NAICS) Code is 813110 (Size Standard of 6.5 million). All interested parties shall provide their service experience, qualification, past experience with similar contracts and any other information; which shows the Contractor’s ability to perform these requirements via emails. All documentation of experiences, qualifications, and past performance should be directly related to the maintenance of an onsite religious program for the detainees. All interested parties are requested to provide a capability statement and the following information electronically via email to Arnold.Casterline@DHS.GOV with the words RELIGIOUS CONTRACT in the subject line of the email. Name of Company: Address: Name of Point of Contact: Phone No.: Fax No.: Email Address: Verification of CCR Registration: Identify Company’s Size/Socioeconomic Status: Electronic responses are required and are due no later 2:00pm Eastern Time on Monday, January 12, 2009. 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 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. 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 announcement should be directed via email to Arnold.Casterline@dhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7a19f9e2c00d6443b9dd329e6cd0974d&tab=core&_cview=1)
 
Place of Performance
Address: The contractor must maintain a presence within 30 miles maximum of each of the following 8 Service Processing Centers:, Aguadilla, 505 Gun Road, Aguadilla, Puerto Rico 00604, Batavia, 4250 Federal Drive, Batavia, NY 14020, Varick, 202 Varick Street, New York, N.Y. 10014, El Centro, 1115 North Imperial Ave, El Centro, CA 92243, El Paso, 8915 Montana Avenue, El Paso, TX 79925, Florence, 3250 North Pinal Pkwy, Florence, AZ 85232, Krome, 18201 S.W. 12th Street, Miami, FL 33194, Port Isabel, Rt. 3, Box 341, Buena Vista Road, Los Fresnos, TX 78566, Washington, District of Columbia, 20536, United States
Zip Code: 20536
 
Record
SN01721270-W 20081220/081218215513-7a19f9e2c00d6443b9dd329e6cd0974d (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.