SOLICITATION NOTICE
D -- ICE Detainee Telephone System
- Notice Date
- 1/8/2009
- Notice Type
- Presolicitation
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, WASHINGTON HEADQUARTERS 425 I Street NW, Washington, District of Columbia, 20536, United States
- ZIP Code
- 20536
- Solicitation Number
- HSCEDM-09-R-00009
- Response Due
- 1/23/2009
- Archive Date
- 2/7/2009
- Point of Contact
- Shannon M. Ely,, Phone: 2027322535
- E-Mail Address
-
shannon.ely@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS OF PROPOSED COMPETITIVE PROCUREMENT OF DETAINEE TELEPHONE SERVICE FOR IMMIGRATION AND CUSTOMS ENFORCEMENT The ICE detainee telephone system provides telephone services (described below) for Contract Detention Facilities (CDF), and ICE-owned Service Processing Centers (SPC), and state and local facilities operating under intergovernmental service agreements (IGSA). Primary locations include CDFs and SPCs. Secondary locations include IGSA facilities. The contractor shall furnish a telephone system and telephone services for approximately 30,000 detainees in the custody of ICE at approximately seventeen (17) primary locations and two hundred (200) secondary location detention facilities. The contractor shall provide detainees with pro bono telephone service at all ICE primary and secondary detention facilities, and a calling service for all collect, pre-paid collect, and debit calls, for local, long-distance, and international calls at ICE primary facilities. The contractor is responsible for installing, maintaining, and repairing the telephone system, and ensuring required service is provided via the pro bono network at all times. In addition, the contractor is responsible for tracking and reporting all service activity to ICE. The pro bono platform shall be provided at all ICE locations at no cost to ICE or the detainees. However, the contractor will be given the exclusive right to sell debit calling cards for all collect, pre-paid collect and debit calls placed at ICE Primary Detention facilities, as well as the exclusive right to all debit card and collect call revenue generated. This is the only revenue the contractor will receive and all revenue shall be reported to ICE. The procurement will be full and open competition. The solicitation is expected to be posted early February with a 30-day response time. The period of performance will begin on April 22, 2009 and extend through April 21, 2011. The contract will be for two base years and three 1-year options. System installation shall be completed by July 21, 2009, the end of the mobilization period, with full performance beginning July 22, 2009. Any questions shall be submitted via email to the attention of Shannon Ely at shannon.ely@dhs.gov. The location of the Immigration and Customs Enforcement (ICE) Office of Acquisition is as follows: ICE – OAQ 801 I Street Suite 910 Washington, DC 20536
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d15b55e517194a455835a0c325ca2d4b&tab=core&_cview=1)
- Place of Performance
- Address: Various ICE detention facilities throughout the U.S., United States
- Record
- SN01729038-W 20090110/090108215209-d15b55e517194a455835a0c325ca2d4b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |