Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,2000 PSA#2566

U.S. Department of Justice, Federal Bureau of Prisons, Procurement and Property Branch, 320 First Street NW, Washington, D.C. 20534

R -- CORRECTIONAL FACILITY, PRIVATELY OWNED AND OPERATED SOL RFP-PCC-0006 POC Connie Tatko -- Fax (202)616-6007 WEB: Federal Bureau of Prisons Web Site. Then click on "Acquisitions.", http://www.bop.gov. E-MAIL: Contracting Officer, CTATKO@BOP.GOV. The Federal Bureau of Prisons (FBOP) will be soliciting for a Contractor-Owned and Contractor-Operated correctional facility to house 1,500 FBOP low security non-U.S. citizen criminal aliens. Any proposed facility(s) (new construction, expansion, or existing) shall be located within the states of Georgia, Alabama, Florida and Mississippi. Offerors shall be required to provide information to the FBOP for compliance with the National Environmental Policy Act (NEPA) of 1969, 42 U.S.C. 4321, et seq., and the implementing regulations at 40 CFR Part 1500. No later than 60 days from the date this Notice the offeror shall submit, a Phase I Survey conducted in accordance with the American Society for Testing and Materials (ASTM), E-1527-97, "Standard Practice for Environmental Site Assessment: Phase I Environmental Site Assessment Process." The Phase 1 Survey shall include, as a "Non-Scope Consideration" under Chapter 12 of the Standard Practice, a delineation or identification of on-site wetlands and an analysis of potential impacts to threatened or endangered species or species of special status. The identification of on-site wetlands should include an on-site reconnaissance level survey/report by a qualified wetlands specialist, the National Wetlands Inventory map for the project area, and an identification of hydric soils on the proposed property. The analysis of potential impacts to threatened and endangered species and species of special status should include a site reconnaissance report identifying potential habitat or presence of protected species by a qualified biologist with federal and state threatened and endangered species (plant and animal) lists. Failure to submit the Phase I Survey for any site within 60 days shall preclude that site from being considered for this procurement. The Government shall only accept offers for which a Phase I Survey has been timely submitted. All other offers will be rejected. Any, and all, information submitted as a part of the Phase I Survey shall be considered non-proprietary and, at the discretion of Government, be made public during the Scoping process under NEPA or at any other appropriate time. Prospective offerors shall submit, in writing to the Contracting Officer, all requests for Wage Determinations for the geographic area in which they are proposing to perform this service. Requests shall contain the State and County of the place of performance and shall be submitted NO LATER THAN 60 calendar days after issuance of THIS NOTICE. The FBOP intends to award a firm-fixed price contract with award-fee incentives; a potential term of ten years consisting of a three-year base and seven one-year option periods; a performance-based statement of work based generally on American Correctional Association standards; and management emphasis on contractor quality control. The facility(s) should be located within proximity and have access to emergency services (medical, fire protection, law enforcement, etc.) and to the following Immigration and Naturalization Service hub districtsof Miami, Atlanta and New Orleans. The contractor shall provide all necessary facilities, services, equipment, and supplies needed for contract performance. The FBOP has established decisional rule criteria requiring all offerors to clearly demonstrate it has corporate experience operating secure corrections/detention facilities for a continuous three year period as of the date the RFP is issued. Interested parties are advised Past Performance and Experience shall be significant factors in the evaluation of Offers and award selection shall be made on a Best Value basis. THE REQUEST FOR PROPOSALS (RFP) WILL BE ISSUED IN ELECTRONIC FORMAT ON ONE (1) 3 " FLOPPY DISKETTE IN PDF (ADOBE ACROBAT) FILE FORMAT. The estimated RFP issuance date is June 7, 2000 and the estimated closing date is August 7, 2000. All responsible sources may request a copy of the RFP by submitting a written request to the above address or E-Mail to CTATKO@BOP.GOV. No collect calls will be accepted. No telephone calls for solicitations will be accepted. For information and planning purposes only: the FBOP will be issuing future follow-on procurements for low security non-U.S. citizen criminal aliens in the South Central and Western Regions of the United States. Posted 03/24/00 (W-SN438025). (0084)

Loren Data Corp. http://www.ld.com (SYN# 0055 20000328\R-0010.SOL)


R - Professional, Administrative and Management Support Services Index Page