SOLICITATION NOTICE
G -- Residential Reentry Services within boundaries of Hennepin or Ramsey County, Minnesota
- Notice Date
- 11/15/2012
- Notice Type
- Presolicitation
- 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-200-1192-NC
- Archive Date
- 1/31/2014
- Point of Contact
- Janice Lee, Phone: 2026162619, 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
- Pre-Solicitation Notice RFP-200-1192-NC The Federal Bureau of Prisons is seeking concerns having the ability to provide Residential Reentry Center (RRC) services for male and female Federal offenders held under the authority of United States Statutes to be located in the boundaries of Hennepin County or Ramsey County Minnesota. 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 (SOW) 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; Modified by NCR RMT, January 2009." This is an indefinite delivery, indefinite quantity type contract with firm-fixed unit prices. The services are guaranteed minimum to be75% male and 25% female for the one-year Base Period and 80% male and 20% female estimated maximum for each four one-year Option Periods, if exercised. The estimated number of inmate days is 73,040 guaranteed minimum days for line item 1 and 2 are estimated maximum days of 219,120 (if Options are exercised). The requirements for Line item #1 performance periods 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 requirements for Line item #2 performance periods 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 two line items contained in this solicitation can be awarded to a single offeror or multiple offerors. Multiple sites of performance will be accepted. 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 two) to meeting the requirements. Regardless of the number of contracts, staffing must fall within the guidelines of at least a major-use facility, as outlined in the Statement of Work. The anticipated period of performance is December 1, 2013 through November 30, 2018, if all Option Periods are exercised. The solicitation will be available on or about December 17, 2012, and will be distributed solely through the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Hard copies of the solicitation document will not be available. The site provides downloading instructions. 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. 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-200-1192-NC will be on or about February 15, 2013. 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-200-1192-NC/listing.html)
- Place of Performance
- Address: Within the boundaries of Hennepin or Ramsey County, Minnesota, United States
- Record
- SN02932114-W 20121117/121115235419-653d9d937a03c154813ea3bb53e9a193 (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 |