COMMERCE BUSINESS DAILY ISSUE OF APRIL 30, 2001 PSA #2840
SOLICITATIONS
99 -- DETENTION SERVICES (HOUSING, CARE, AND SECURITY) FOR PRISONERS, US MARSHALS SERVICE WESTERN AND MIDDLE DISTRICTS OF TENNESSEE
- Notice Date
- April 26, 2001
- Contracting Office
- Department of Justice, United States Marshals Service, Procurement Office, 600 Army Navy Drive, CS3, Suite 1104, Arlington, VA, 22202-4210
- ZIP Code
- 22202-4210
- Solicitation Number
- MS-01-R-0008
- Response Due
- August 25, 2001
- Point of Contact
- Peter Reese, Contracting Officer, Phone 202-307-9339, Fax 202-307-9695, Email pete.reese@usdoj.gov -- Steve Moody, Contracting Officer, Phone 202-305-9518, Fax 202-353-1420, Email steven.moody@usdoj.gov
- E-Mail Address
- Peter Reese (pete.reese@usdoj.gov)
- Description
- The US Marshals Service seeks a detention services contract for the housing of 450 (maximum) prisoners. Offerors must be able to demonstrate their readiness to accept prisoners no later than January 2002. The contractor shall operate the facility in compliance with the most recent standards for adult detention facilities promulgated by the American Correctional Association (ACA) as well as all local, State, and Federal code requirements for a correctional facility both structurally and operationally. Examples of services required include: 1-Guard/Security Services, 2-Management, 3-Food Service, 4-Medical and Dental Services, 5-Laundry Service Facilities, 6-Prisoner Transportation and Guard Services, and 7-Library Services. Service contract employees may be required to meet and pass extensive law enforcement background investigations. The contract term shall be one year plus four, 1-year options. Offerors must have verifiable experience operating detention facilities of a size comparable to the size of this proposed facility for a continuous three year period as of the date of RFP Issuance. The solicitation will be available o/a July 1, 2001. Requests may be forwarded to the above address or faxed to (202) 307-9695. This is not a commercial item acquisition. Any proposed facility must be located within 75 miles of the federal courthouse in Memphis, Tennessee. Offerors will be required to provide information to the Government for compliance with the National Environmental Policy Act (NEPA) of 1969, 42 U.S.C. 4321, et seq., and the implementing regulations at 40 C.F.R. Part 1500. To qualify for participation in this procurement, all potential offerors shall submit the following information for their proposed sites. This information shall be submitted to the following address: U.S. Marshals Service, Attn: Peter Reese, CS#3. 1121, 600 Army Navy Drive, Arlington, VA 22202, No later than 45 days after the date this announcement, 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 I 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 attached. Failure to submit the Phase I Survey for a proposed site within 45 days after this notice shall preclude any proposal that includes that site from being considered for this procurement. The Government will 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, may 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 45 calendar days after issuance of this notice. The USMS intends to award a fixed-price indefinite quantity, indefinite delivery contract with a term that consists of a base year and four option years. The contractor shall provide all necessary facilities, services, equipment, and supplies needed for contract performance. THE RFP WILL BE ISSUED IN ELECTRONIC FORMAT (Wordperfect) at EPS.GOV. The estimated closing date is August 25, 2001. All responsible sources may download a copy of the RFP at EPS.GOV. No collect calls will be accepted. No telephone calls for solicitations will be accepted.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=MS-01-R-0008&L=2262)
- Record
- Loren Data Corp. 20010430/99SOL007.HTM (D-116 SN50K4A4)
| 99 - Miscellaneous Index
|
Issue Index |
Created on April 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|