Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2020 SAM #6958
SOLICITATION NOTICE

S -- Synopsis for Contract Detention Facility - Miami AOR

Notice Date
12/15/2020 5:18:41 AM
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
DETENTION COMPLIANCE AND REMOVALS
 
ZIP Code
00000
 
Solicitation Number
70CDCR20R0000007
 
Response Due
12/21/2021 2:00:00 PM
 
Archive Date
01/05/2022
 
Point of Contact
Corey A Soileau, Phone: 2025369112
 
E-Mail Address
Corey.Soileau@ice.dhs.gov
(Corey.Soileau@ice.dhs.gov)
 
Description
SYNOPSIS OF A PROPOSED FULL AND OPEN COMPETITIVE SOLICITATION FOR THE ACQUISITION OF A CONTRACT DETENTION FACILITY�(CDF) IN THE MIAMI, FLORIDA AREA�OF RESPONSIBILITY (AOR) (1) Action Code: This is a pre-solicitation notice. (2) Date: 12/14/2020 (3) Year: FY 21 (4) Contracting Office Zip Code: 20536 (5) Product or Service Code: S206/(NAICS: 561612) (6) Contracting Office Address: 801 I St NW Washington, DC 20536 (7) Subject: CONTRACT DETENTION FACILITY�(CDF) IN THE MIAMI AREA�OF RESPONSIBILITY (MIA AOR) (8) Proposed Solicitation Number: 70CDCR20R0000007 (9) Closing Response Date: 1/4/2021 (10) Contact Point or Contracting Officer: Corey Soileau, Corey.Soileau@ice.dhs.gov (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: TBD (13) Line Item Number: N/A (14) Contract Award Date: TBD (15) Contractor: TBD (16) Description:�The ICE 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 Level 1 and 1.5 detainees (600 male, 100 female), 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. Due to mission needs, proposals for new construction will not be accepted for this solicitation. The procurement will be a full and open competition. The solicitation is expected to be posted around January 15, 2021. This procurement is expected to result in the award of at least one (1) Indefinite Delivery Indefinite Quantity (IDIQ) with both firm-fixed price and labor hour CLINs. Each IDIQ awarded will have a separate ten (10) year periof of performance, beginning with a 60-day transition period, a 305-day base period, and nine (9) one-year option periods.� The solicitation will be conducted�in two phases. Phase I will evaluate a proposed facility(ies) Environmental Assessment. This evaluation will determine whether a proposed location is �sufficient� (Contains sufficient information for ICE to conduct a complete analysis demonstrating an overall understanding of NEPA requirements) or �insufficient� (Environmental Assessment provided lacks understanding of NEPA requirements and would require complete or significant retesting and document generation). If a proposed location�s Environmental Assessment is found to be insufficient, the offeror�s proposed location will no longer be considered for award and proposed location will not move to Phase II. Phase II will evaluate technical, past performance, and pricing proposals. The instructions for this phase will be provided in the RFP The Government is providing this synopsis early with the understanding that prospective offerors will use this time to initiate development of Environmental Assessments for project proposals consistent with the information provided in this synopsis. Due to the early synopsis release, the time to complete the Environmental Assessment may be limited. However, prospective offerors should be aware that the procurement timeline remains subject to change by the Government based on mission needs and other factors. Past DHS Environmental Assessments are also posted online and may be used as a guide: https://www.dhs.gov/dhs-environmental-assessment-archive This notice does not constitute a request for proposal, request for quote, invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2, Synopsis of Proposed Contract Actions, in preparation for the release of the Request for Proposal (RFP). This synopsis does not commit the Government to pay, and the Government will not pay, any costs or expenses incurred by any prospective offeror in connection with the preparation or submission of an offer, including information required for an environmental assessment, or in making studies, designs or other taking other actions for the preparation thereof, nor does this synopsis commit the Government to contract for services or supplies. (17) Place of Contract Performance: Within 50 driving miles from the DHS/ICE/ERO Miami Field Office, currently located at 865 SW 78th Avenue, Plantation, Florida. (18) Set-aside status: Full and Open
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/10171a99ef9a4e7eac6441ce7606156f/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN05874270-F 20201217/201215230141 (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.