SOLICITATION NOTICE
G -- Residential Reentry Center services in Harrisburg, Pennsylvania.
- Notice Date
- 1/14/2014
- 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-200-1235-ES
- Archive Date
- 1/1/2015
- Point of Contact
- David G. Wolverton, Phone: 2023073070, Sarah L Ellis, Phone: 202-307-3070
- E-Mail Address
-
dwolverton@bop.gov, sellis@bop.gov
(dwolverton@bop.gov, sellis@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- Pre-Solicitation Notice RFP-200-1235-ES The Federal Bureau of Prisons is seeking concerns having the ability for providing residential reentry center (RRC) services for male and female Federal offenders held under the authority of United States Statutes releasing to the counties of Adams, Cumberland, Dauphin, Franklin, Fulton, Huntingdon, Juniata, Lebanon, Mifflin, Perry and York. The proposed/contracted RRC facility must be located within the city limits of Harrisburg, Pennsylvania. 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 1 December 2007 - CCB; Revision 2 December 2008 - CCB; Revision 3 February 2010 - CCB; Revision 4 May 2010 - CCB; Revision 5, May 2011-CCB; Revision 6, January 2012-RRMB; Revision 7, February 2012-RRMB; Revision 8, January 2013-RRMB. This requirement is an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract. This requirement is for two separate line items. The first line item (Line Item #1) is for Residential Reentry Center (RRC) in-house beds. The second line (Line Item #2) is for home detention placements. The (RRC) services are estimated to be 85% male and 15% female for the one-year base period and the four option periods. The Home Detention placements are estimated to be 75% male and 25% female for the one-year base period and the four option periods. This solicitation will be for an Guaranteed Minimum of fifteen (15) beds [13 male, 2 female], Estimated Maximum of thirty beds [25 male, 5 female] for the one-year Base Period; Guaranteed Minimum of fifteen (15) beds [13male, 2 female], Estimated Maximum of thirty beds [25 male, 5 female] for the first option period; Guaranteed Minimum of fifteen (15) beds [13 male, 2 female], Estimated Maximum of thirty beds [25 male, 5 female] for the second option period; Guaranteed Minimum of fifteen (15) beds [13 male, 2 female], Estimated Maximum of thirty beds [25 male, 5 female] for the third option period; Guaranteed Minimum of fifteen (15) beds [13 male, 2 female], Estimated Maximum of thirty beds [25 male, 5 female] for the fourth option period, if the options are awarded. The solicitation will be available on or about February 14, 2014 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-200-1235-ES will be on or about April 16, 2014. 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-200-1235-ES/listing.html)
- Place of Performance
- Address: Harrisburg, Pennsylvania, United States
- Record
- SN03267166-W 20140116/140114234219-f903050629d330e1d6cc0134004da75c (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 |