Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2003 FBO #0541
SOLICITATION NOTICE

S -- Private Detention Services, Laredo, Texas

Notice Date
5/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, United States Marshals Service, National Contracts, 600 Army Navy Drive, Arlington, VA, 22202-4210
 
ZIP Code
22202-4210
 
Solicitation Number
MS-03-R-0018
 
Response Due
7/22/2003
 
Point of Contact
Karin Eddy, Contract Specialist, Phone 202/353-8348, Fax 202/307-9695, - Thomas McCafferty, Contracting Officer, Phone 202-307-9675, Fax 202-307-9695,
 
E-Mail Address
Karin.Eddy@usdoj.gov, Thomas.McCafferty@usdoj.gov
 
Description
The United States Marshals Service (USMS) has a requirement for a secured bed detention facility to house persons in the custody of the USMS. The successful offeror will provide a Contractor-owned and operated facility capable of housing up to 2800 detained individuals charged with federal offenses or detained while awaiting trial or sentencing. The facility shall be located within a 50-mile radius of the Courthouse located at 1300 Victoria, Laredo, Texas.. The successful offeror will be required to provide all necessary facilities, services (to include full medical services and all transportation services with 500 miles of the facility), equipment, and supplies required for contract performance. Offerors will be required to provide information to the Government to ensure 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 each site for which the offeror plans to provide a proposal. Not later than 60 calendar days after the date of 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 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 threaten or endangered species or species of special status. The identification of on-site wetlands should include and 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 of special status should include a site reconnaissance report identifying potential habitat or presence of protected species (plant and animal) lists. Failure to submit the Phase I Survey for any site within 60 calendar days shall preclude 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, a the discretion of the Government, be made public during the Scoping process under NEPA or at any other appropriate time. To be considered, the offeror submitting the proposal must clearly demonstrate at the time of proposal submission it has corporate experience operating secure detention facilities over a continuous three-year period as of the date the RFP was issued. Note point ventures will be considered as long as one partner meets the corporate experience requirement. Multiple proposals, from one offeror will not be accepted. The USMS intends to award a Firm Fixed Price contract for an estimated term of 20 years. The Government reserves its right to negotiate the terms of the contract. Interested parties are advised that Past Performance and Experience will be significant factors in the evaluation of offers and award selection shall be made on a Best Value basis. The estimated RFP issue date is August 15, 2003. The estimated closing date is October 17, 2003. All requests for a copy of the RFP must be submitted in writing and can be submitted by facsimile (202-307-9695) Or via e-mail to Karin.Eddy@usdoj.gov. Please note that offers will remain open until all NEPA issues are resolved.
 
Place of Performance
Address: Laredo, Texas
Country: U.S.
 
Record
SN00330639-W 20030524/030522213338 (fbodaily.com)
 
Source
FedBizOpps.gov 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.