MODIFICATION
G -- Residential Reentry Center services located in the Greater Los Angeles Area, California (includes Central Los Angeles and San Gabriel Valley areas)
- Notice Date
- 6/28/2012
- Notice Type
- Modification/Amendment
- 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
- RFP-200-1181-WR
- Archive Date
- 4/2/2013
- Point of Contact
- Robert A Bland, Phone: 2023073070
- E-Mail Address
-
rbland@bop.gov
(rbland@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- Pre-Solicitation Notice RFP-200-1181-WR The Federal Bureau of Prisons is seeking concerns having the ability for providing residential re-entry center (RRC) services to be located in the greater Los Angeles area, California (includes Central Los Angeles and San Gabriel Valley areas) for male and female Federal offenders held under the authority of United States Statutes. 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 highway 605. East: The Eastern border is defined by interstate highway 605 between interstate highway 210 and Firestone Boulevard. Residential services include care, custody, control, accountability, and treatment, including subsistence. The services described shall be in accordance with the Federal Bureau of Prisons Statement of Work entitled, "Residential Reentry Center, August 2007; Revision 01, December 2007, CCB; Revision 02, December 2008, CCB; Revision 03, February 2010, CCB; Revision 04, May 2010, CCB; Revision 05, May 2011, CCB; Revision 06, January 2012, RRMB; Revision 07, February 2012, RRMB." This will be for (an) indefinite delivery, indefinite quantity type contract(s) with firm fixed unit prices for Line Item 1, Line Item 2, and Line Item 3. For each line item, the services are estimated to be 80% male and 20% female for the one-year base period and for each of the four, one-year option periods for the guaranteed minimums; and 79% male and 21% female for the one-year base period and for each of the four, one-year option periods for the estimated maximums. For each line item, the guaranteed minimums with estimated maximums are as follows: • Base Period: The guaranteed minimum number of inmate days is 13,870 (30 males and 8 females) with an estimated maximum number of inmate days of 25,550 (56 males and 14 females); • Option Year 1: The guaranteed minimum number of inmate days is 13,870 (30 males and 8 females) with an estimated maximum number of inmate days of 25,550 (56 males and 14 females); • Option Year 2: The guaranteed minimum number of inmate days is 13,908 (30 males and 8 females) with an estimated maximum number of inmate days of 25,620 (56 males and 14 females); • Option Year 3: The guaranteed minimum number of inmate days is 13,870 (30 males and 8 females) with an estimated maximum number of inmate days of 25,550 (56 males and 14 females); and • Option Year 4: The guaranteed minimum number of inmate days is 13,870 (30 males and 8 females) with an estimated maximum number of inmate days of 25,550 (56 males and 14 females). Line Item 1, Line Item 2 and Line Item 3 can be awarded to a single offeror or multiple offerors. The Government is restricting one award per line item. The Federal Bureau of Prisons reserves the right to make one single award or multiple awards (up to no more than three) to meet the requirements. Regardless of the number contracts, staffing must fall within the guidelines of at least a major use facility, as outlined in the Statement of Work. The solicitation will be available on or about July 23, 2012 and will be distributed solely through the General Services Administration's Federal Business Opportunities website http://www.fbo.gov. Hard copies of the solicitation document will not be available. The site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The estimated closing date of RFP 200-1181-WR will be on or September 21, 2012. All responsible sources may submit a proposal which will be considered by this agency. No collect calls will be accepted. No telephone requests or written requests for the solicitation will be accepted. Faith-Based and Community Organizations Faith-Based and Community Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFP-200-1181-WR/listing.html)
- Place of Performance
- Address: Greater Los Angeles area (includes Central Los Angeles and San Gabriel Valley areas), Los Angeles, California, United States
- Record
- SN02789879-W 20120630/120629000303-440541f02c6425163bef44167aa4da67 (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 |