Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

M -- Contractor-Owned, Contractor-Operated 2,200 bed Detention Management Facility in the Los Angeles, CA area - Intention to Propose Form - Area Map for Proposed Facility

Notice Date
11/10/2009
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCEDM-10-R-00002
 
Archive Date
11/10/2010
 
Point of Contact
Roberta Halls, Phone: 9494254848, Jun Surla, Phone: 9493603073
 
E-Mail Address
roberta.halls@dhs.gov, jun.surla@dhs.gov
(roberta.halls@dhs.gov, jun.surla@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Map of greater Los Angeles, CA area with acceptable facility locations annotated in blue. Form for vendors interested in proposing on subject requirement to complete and return to the Contracting Office. This notice replaces the previous notice issued for Solicitation Number HSCEDM-09-R-00004. All further postings will be made under this new number. The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management-Laguna intends to issue a solicitation for a Contractor Owned, Contractor Operated Detention Facility capable of housing and managing 2,200 detainees in the Los Angeles, CA Area of Responsibility. The contractor shall provide the facility, management, food service, security, personnel and equipment necessary to perform the required services. The facility shall be located within the blue area annotated on the attached Area Map. Offerors proposing locations outside of the annotated blue area will not be accepted. The period of performance will be a five-year base period and three five-year option periods. The facility shall be a low custody, capable of housing males that are generally 1) individuals convicted of non-violent offenses; 2) non-convicted criminals; and 3) fugitive aliens and immigration recidivists. No more than 10% of the facility will be used for housing individuals convicted of violent offenses. Offerors must demonstrate the ability to provide, either through construction, lease or other arrangement, a facility that can be ready and available for occupancy within the timeframe specified in the Request for Proposal. Offerors will be required to provide a current Phase I Environmental Assessment on any proposed site, and will be responsible for procuring all construction and other permits required to meet local, state, regional, and federal requirements. The facility shall provide for separate housing areas, of no more than 1,000 beds each, further subdivided into units of approximately 60 beds for housing detainees according to custody classification level with flexibility to provide for fluctuations and the needs of the population consistent with a unit management concept. An additional 200 bed Special Management Unit (SMU), segregated from the general population, for administrative and disciplinary segregation shall be provided. The facility shall also include an onsite 100 bed health care facility with capability for comprehensive medical, dental, and mental health services, including facilities to accommodate in-take assessment, classification, discharge evaluation, multiple exam rooms sufficient to support the needs of the population, negative pressure rooms, other isolation and observation rooms, dry cells, triage area, and a full range of telemedicine services as well as a convalescent stay unit shall be provided. Offerors must provide the facility and will be required to propose on an optional line item for provision of all medical services on a 24/7 basis. The facility shall also provide space for courtrooms and other areas for Government legal and administrative processing personnel. The contractor shall comply with the ICE Performance Based National Detention Standards and will be required to obtain American Correctional Association (ACA) Accreditation. All responsible sources may submit a written proposal which shall be considered by the agency. Source selection procedures will be those specified in Federal Acquisition Regulation (FAR) Part 15. The North American Industry Classification System (NAICS) Code is 561210 with a size standard of $35.5 million. The estimated release date for this solicitation is December 15, 2009 and the estimated award date is July 2010. All contractors must be registered in the Central Contractor Registration (www.ccr.gov.) The distribution of the solicitation and all future information of the acquisition will be accomplished solely through postings at the Federal Business Opportunity (FEDBIZOPS) website (www.fbo.gov) under Solicitation Number HSCEDM-10-R-00002. Offerors are requested to complete and return the attached form entitled "Intention to Propose." This form will be utilized for informational purposes only. Offerors who submit the form are not required to submit a proposal, and offerors that do not submit the form are not prohibited from submitting an offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/HSCEDM-10-R-00002/listing.html)
 
Place of Performance
Address: See Attached Facility Area Map for the greater Los Angeles, CA area. The facility must be located within the annotated blue area on the map. Proposals for facilities outside of the annotated area will not be accepted., Los Angeles, California, United States
 
Record
SN02001523-W 20091112/091110235318-e42a3188c255939903523219ce467e9c (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.