Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2020 SAM #6873
SOLICITATION NOTICE

S -- Contract Detention Facility - Miami AOR

Notice Date
9/21/2020 12:42:56 PM
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
DETENTION COMPLIANCE AND REMOVALS
 
ZIP Code
00000
 
Solicitation Number
MIAAORCDF
 
Response Due
9/30/2020 2:00:00 PM
 
Archive Date
10/15/2020
 
Point of Contact
Corey A Soileau, Phone: 2025369112, Benjamin T. Shih
 
E-Mail Address
Corey.Soileau@ice.dhs.gov, benjamin.shih@ice.dhs.gov
(Corey.Soileau@ice.dhs.gov, benjamin.shih@ice.dhs.gov)
 
Description
9/21 Attachments updated THIS IS A SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION (RFI) ONLY to gain knowledge of interested qualified vendors that can provide Immigration Detention and Transportation Services for the Miami, FL Field Office. See the attached Draft Performance Work Statement for specifications. Immigration and Customs Enforcement (ICE) is responsible for the detention, health, welfare, transportation, and deportation of immigrants in removal proceedings and immigrants subject to final order of removal. The mission of ICE, Enforcement and Removal Operations Division (ERO) is the planning, management, and direction of a broad program relating to supervision, detention, and deportation of immigrants who are in the United States illegally. These activities are chiefly concerned with enforcement of departure from the United States, immigrants who have entered illegally, or have become removable after admission. In implementing its mission, ERO is responsible for carrying out all orders for the required departure of immigrants handed down in removal proceedings, or prior thereto, and arranging for detention of immigrants when such becomes necessary. The ERO Miami Field Office has a requirement for a Contract Detention Facility within 50 driving miles from the DHS/ICE/ERO Miami Field Office, currently located at 865 SW 78th Avenue, Plantation, Florida.� The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc.) and access to airport services for transportation requirements. The Contractor shall provide a fully staffed facility to secure, control, and supervise up to 700 detainees in custody, as well as armed and unarmed detention officers; including management, supervision, manpower, training, certifications, licenses, drug testing, uniforms, equipment, supplies, and vehicles as necessary. The facility shall be fully staffed and operable twenty-four (24) hours a day, seven (7) days a week, fifty-two (52) weeks a year including all Federal Holidays. In housing detainees, the Contractor will be required to perform in accordance with the most current editions of the ICE Performance Based National Detention Standards (PBNDS) 2011, American Correctional Association (ACA) Standards for Adult Local Detention Facilities (ALDF), and Standards Supplement, Standards for Health Services in Jails, National Commission on Correctional Health Care (NCCHC), and state and local laws on firearms. This Request for Information (RFI) is being used to collect information about the capability of qualified contractors to provide the services as described above. Prospective contractors who are qualified to provide these services should provide the following information for the Government's review: Company Name Company Address POC information (name, title, phone number, email address, etc.) Company business size (annual revenue, number of employees) Socio-economic status Provide examples of other federal /commercial projects that demonstrate your company�s experience in addressing the needs as stated above. What would a transition timeline be to establish detention management services of a similar size and scope? Do you hold any professional accreditations and if so, please name them and explain what value this would add in addressing the needs as stated above? What operational bottlenecks do you anticipate while working in partnership with us? Describe your approach to innovation and how will you work with us to introduce new technologies, enhance our processes, and optimize our business? �What criteria do you believe will be important for the Government to consider when evaluating offers? What information could the Government provide that would allow you to provide the most informed offer? Are there any cost tradeoffs the Government should consider? What approach would you take to identify the most appropriate staffing level for the implementation of required Detention Standards? THIS IS AN RFI ONLY. This RFI is issued solely for information and planning purposes, it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this announcement, and information submitted in response to this RFI will not be returned. Responses and/or Questions Requested information shall be submitted electronically in Microsoft Word for Office and/or Microsoft PowerPoint compatible formats. ICE/OAQ will not provide responses to any comments or questions submitted. Responses are due before 5:00 PM EST September 30, 2020. The total response package shall not exceed 5 pages. Responses shall be submitted electronically to the Contracting Officer, Corey Soileau via email at Corey.Soileau@ice.dhs.gov. No hard copy or Facsimile submissions will be accepted and extraneous materials (brochures, etc.) will not be considered. All submissions shall include in the subject line ""RFI: MIA AOR Detention Services � (Company Name)"". Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Late submissions will not be considered. Contracting Office/Address: 801 I St., NW, Suite 910, Washington, District of Columbia 20536 United States FAR 4.11, System for Award Management, requires that all prospective contractors doing business with the Department of Homeland Security be registered in the System for Award Management (SAM). SAM may be accessed at http://www.sam.gov/. Applicable Provisions for this RFI: Provision Description Date FAR 52.215-3 Request for Information or Solicitation for Planning Purposes OCT 1997 FAR 52.215-5 Facsimile Proposals OCT 1997
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dfb2ec552974435b8421db284f325986/view)
 
Place of Performance
Address: Plantation, FL 33324, USA
Zip Code: 33324
Country: USA
 
Record
SN05805409-F 20200923/200921230211 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.