Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

R -- Private Secure Prison, DC Offenders

Notice Date
2/27/2009
 
Notice Type
Presolicitation
 
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-0016
 
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 Federal Bureau of Prisons (BOP) has a requirement for the management and operation of a contractor-owned, contractor-operated correctional facility to house a population of approximately 1,380 low security, adult male inmates, that are predominantly DC sentenced felons and criminal aliens. The criminal alien population will ordinarily be non-U.S. citizens, primarily Mexican, adult males with 90 months or less remaining to serve on their sentences. The population of approximately 1,380 inmates is presently housed at the Rivers Correctional Institution in Winton, North Carolina. This current contract expires on March 6, 2011. The BOP anticipates this requirement will be fulfilled through a single award. A proposed facility may be either an existing facility, a newly constructed facility, or an existing facility with expansion/renovation. Any new construction, expansion, or renovation must not interfere with or delay the arrival of inmates as required by the resulting solicitation/contract. The facility must be located within a 500 mile radius of the United States Capitol, Washington, DC. The inmates shall be housed in a secure correctional institution that meets BOP standards as set forth in the resulting solicitation/contract. Offerors are prohibited from housing any other inmate population 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. A Notice to Proceed (NTP) shall be issued to the contractor when the BOP determines the facility and contractor are ready for operation, which shall occur no later than March 7, 2011. The BOP intends to award a Performance Based, Indefinite-Delivery Indefinite-Quantity type contract with award-fee incentives. The Government will be required to order and the contractor required to furnish at least the established minimum quantity of 90% of the accepted number of contract beds for each contract year. Additionally, the contractor will be required to house a daily population of up to 15% over the accepted number of contract beds for each contract year. The contract award 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 work statement based on American Correctional Association/Standards for Adult Correctional Institutions. Award selection shall be made on a best value basis for the Government. Offerors are encouraged to be mindful of the requirements in the performance work statement regarding the residential drug abuse program and the building trades and vocational training program. 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 or would be located. Environmental documentation and other related information will be required with the submission of your proposal in order to comply with National Environmental Policy Act of 1969 (NEPA). A NEPA analysis will be performed for the proposed contract action. An Environmental Impact Statement may be required prior to award. A pre-proposal conference is anticipated to be held on April 2, 2009 at 10 a.m. at the Bureau of Prisons in Washington, DC. 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 3/16/2009, with an anticipated closing date for receipt of proposals on 5/15/2009. 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=e9d0cba0b50d9397bdf25d9def3f151d&tab=core&_cview=1)
 
Place of Performance
Address: Within 500 miles of the U.S. Capitol Building, Washington, D.C., United States
 
Record
SN01758793-W 20090301/090227220216-e9d0cba0b50d9397bdf25d9def3f151d (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.