SOURCES SOUGHT
G -- Residential Re-Entry Center (RRC) Services located in the Greater Los Angeles Area (Includes Central Los Angeles and San Gabriel Valley Areas)
- Notice Date
- 5/22/2012
- Notice Type
- Sources Sought
- NAICS
- 623990
— Other Residential Care Facilities
- Contracting Office
- Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, District of Columbia, 20534
- ZIP Code
- 20534
- Solicitation Number
- RFI-200-1181-WR
- Archive Date
- 5/22/2013
- Point of Contact
- Robert A Bland, Phone: 2023073070
- E-Mail Address
-
rbland@bop.gov
(rbland@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- TO ALL INTERESTED PARTIES This announcement is posted as a Request for Information (RFI) only for an intended upcoming solicitation that will be posted on the Federal Business Opportunities (FBO) website. This RFI is being issued to determine whether or not there are qualified sources that will be able to meet any or all of the line items of this upcoming solicitation. The solicitation will be for Residential Re-Entry Center (RRC) services for male and female offenders held under the authority of various United States statutes. The facility/facilities will service offenders who are releasing to the greater Los Angeles Area (includes Central Los Angeles and San Gabriel Valley areas) The geographic area is specifically defined as follows: North: The Northern border is defined by interstate highway 210 between interstate highway 405/Pacific Ocean and interstate highway 605. West: The Western border is defined by interstate highway 405/Pacific Ocean between interstate highway 210 and Manchester Avenue. South: The Southern border is defined by the area north of Manchester Avenue/Firestone Boulevard between interstate highway 405/Pacific Ocean and interstate 605. East: The Eastern border is defined by interstate highway 605 between interstate highway 210 and Firestone Boulevard. The requirement will have three (3) line items. Each line item requirement for each performance period will be as follows: One-Year Base Period: A guaranteed minimum of 38 beds for male and female Federal offenders (30 male beds and 8 female beds) with an estimated maximum of 70 beds (56 male beds and 14 female beds); Option Period 1 (if exercised): A guaranteed minimum of 38 beds for male and female Federal offenders (30 male beds and 8 female beds) with an estimated maximum of 70 beds (56 male beds and 14 female beds); Option Period 2 (if exercised): A guaranteed minimum of 38 beds for male and female Federal offenders (30 male beds and 8 female beds) with an estimated maximum of 70 beds (56 male beds and 14 female beds); Option Period 3 (if exercised): A guaranteed minimum of 38 beds for male and female Federal offenders (30 male beds and 8 female beds) with an estimated maximum of 70 beds (56 male beds and 14 female beds); Option Period 4 (if exercised): A guaranteed minimum of 38 beds for male and female Federal offenders (30 male beds and 8 female beds) with an estimated maximum of 70 beds (56 male beds and 14 female beds). The anticipated period of performance is April 1, 2013 through March 31, 2018, if all Option Periods are exercised. If your company is interested in this intended upcoming solicitation and able to provide the RRC services the BOP requires, please provide responses to each question below and send your responses to Robert Bland, Senior Contract Specialist, via email at rbland@bop.gov. Please be advised that providing responses to these questions will not automatically include you in the acquisition process for this intended upcoming solicitation. REQUEST FOR INFORMATION 1. Are you familiar with and does your company qualify for any of the programs identified under the Federal Acquisition Regulation (FAR) Part 19? If yes, please explain. For example, what is the size (small, large, non-profit, etc.) and status (8a, veteran-owned, service-disabled veteran-owned, HUBZone, Small Disadvantaged Business, woman-owned, etc.) of your organization? 2. What experience do you have in providing residential re-entry services? 3. Are there any other Residential Re-Entry Center (RRC) facilities in the area? 4. Are there any state or local ordinances/restrictions that would prohibit or that would considerably slow down the procurement process (i.e. building permits or leasing/rental agreements)? 5. Are there any known local area concerns? Do you think the area would be supportive of a BOP RRC program? Are there any known groups or organizations that would oppose the operation of a residential (halfway) house in this area? 6. Are there environmental issues/concerns in the area? 7. Are there HUBZone locations in the area? 8. Do you feel that it would be difficult to find a suitable location in this area? If so, explain in detail why it would be difficult and provide supporting documentation. 9. What percentage of the work would you do with your firm's employees and what percentage of the work would you subcontract? If subcontracting opportunities are available, do you anticipate any difficulties in subcontracting with 8(a), small business, veteran-owned small business, service-disabled veteran owned small business, or women-owned small business concerns? 10. Are there any zoning issues that would prohibit or slow down the procurement process? 11. Is local or public transportation available in this area? If not, is there an alternative method of transportation for inmates to get to and from work or to get to and from their programming appointments? 12. Is the location listed conducive of the BOP requirement for inmates finding jobs within twenty-one (21) calendar days of placement? 13. Are there innovations in this area that the BOP could benefit from and if so, what are they? 14. Are there unique laws or regulations applicable to these services?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFI-200-1181-WR/listing.html)
- Place of Performance
- Address: Greater Los Angeles Area (Includes Central Los Angeles and San Gabriel Valley Areas), California, United States
- Record
- SN02755288-W 20120524/120523000406-43b56cbbed13f733dfe731372c25d49c (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 |