SOURCES SOUGHT
G -- Residential Reentry Center services for male and female residents within the boundaries of Hennepin County, Minnesota, or Ramsey County, Minnesota
- Notice Date
- 10/9/2012
- 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-200-1192-NC
- Archive Date
- 11/8/2012
- Point of Contact
- Janice Lee, Phone: 202-514-9346, Robert A Bland, Phone: 2023073070
- E-Mail Address
-
j11lee@bop.gov, rbland@bop.gov
(j11lee@bop.gov, rbland@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- Response Date: November 7, 2012 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 the requirements of this upcoming solicitation. The solicitation will be for Residential Reentry Center (RRC) services for male and female offenders held under the authority of various United States statutes. The facility will service offenders who are releasing within the boundaries of Hennepin County, Minnesota or Ramsey County, Minnesota. The requirements Line item #1 and Line item #2 for each performance period are as follows: One-Year Base Period: A guaranteed minimum of 20 beds for Federal offenders (15 male beds and 5 female beds) with an estimated maximum of 60 beds (48 male beds and 12 female beds); Option Period 1 (if exercised): A guaranteed minimum of 20 beds for Federal offenders (15 male beds and 5 female beds) with an estimated maximum of 60 beds (48 male beds and 12 female beds); Option Period 2 (if exercised): A guaranteed minimum of 20 beds for Federal offenders (15 male beds and 5 female beds) with an estimated maximum of 60 beds (48 male beds and 12 female beds); Option Period 3 (if exercised): A guaranteed minimum of 20 beds for Federal offenders (15 male beds and 5 female beds) with an estimated maximum of 60 beds (48 male beds and 12 female beds); Option Period 4 (if exercised): A guaranteed minimum of 20 beds for Federal offenders (15 male beds and 5 female beds) with an estimated maximum of 60 beds (48 male beds and 12 female beds). The anticipated period of performance is December 1, 2013 through November 30, 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 written responses to each question below and send your responses to Janice Lee, Contract Specialist, via email at j11lee@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 Reentry services? 3. Are there any other Residential Reentry 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-200-1192-NC/listing.html)
- Place of Performance
- Address: Hennepin County or Ramsey County, Minnesota, United States
- Record
- SN02910837-W 20121011/121009234401-9e3cc6013da4cb43ccf52c52b9034c9d (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 |