SOLICITATION NOTICE
R -- Intensive Supervision Appearance Program
- Notice Date
- 5/12/2014
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-CR, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
- ZIP Code
- 20536
- Solicitation Number
- HSCECR-14-R-00001
- Archive Date
- 5/27/2014
- Point of Contact
- William J Quigley, Phone: 2027322120, Roy Jones, Phone: 202-732-2386
- E-Mail Address
-
william.quigley1@dhs.gov, roy.jones@ice.dhs.gov
(william.quigley1@dhs.gov, roy.jones@ice.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Subject: Contractor Support for the Intensive Supervision Appearance Program (ISAP III) of the Alternatives to Detention (ATD) Unit, Office of Enforcement and Removal Operations (ERO) Solicitation Number: HSCECR-14-R-00001 Response Date: See Below Points of Contact: William (BJ) Quigley 202-732-2120 William.Quigley@ice.dhs.gov Roy Jones III 202-732-2386 Roy.Jones@ice.dhs.gov Pre-Proposal Conference: TBD This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought/synopsis. The Department of Homeland Security (DHS), U.S. Immigration and Customs Enforcement (ICE), Office of Acquisition Management (OAQ), intends to award an Indefinite Delivery Requirements Fixed Unit Price contract for this effort using FAR Part 15 procedures. Services to be procured include contractor support, GPS ankle bracelets and a tracking/monitoring system, telephonic reporting voice recognition / verification system and a case management system with the ability to monitor from enrollment to termination from ISAP III. The Contractor will need to use PACER and any other relevant public systems to ascertain each Participant's status with the Executive Office for Immigration Review (EOIR), and make the appropriate updates and adjustments in their database for tracking and reporting purposes ISAP III is a core community-based supervision and in-person reporting program designed to provide cost-effective electronic monitoring supervision and case management for individuals who are not subject to mandatory detention but have been determined to require a higher level of monitoring than being released on recognizance or with bond conditions alone. These individuals may be at any stage in the Immigration Court system. Activities of aliens released from ICE custody and placed in the program (i.e. participants) may be monitored by case specialists (i.e. contractors) or directly by the ICE officers themselves. Aliens participating in this alternative program must comply with a variety of activities and reporting requirements designed to successfully reintegrate the alien into his or her community while navigating the immigration process from initial of proceedings through departure. Program requirements for compliance include, but are not limited to: unannounced home visits, scheduled office visits, electronic monitoring, and submission of a valid travel document. To ensure successful outcomes, the program relies on Electronic Monitoring (EM) devices, telephonic reporting and unannounced home visits. Participants must also report to their assigned ISAP office regularly for face-to-face interviews. FAR 4.11 System for Award Management requires that all prospective contractors doing business with the Department of Homeland Security be registered in the System for Award Management (SAM). SAM may be accessed at http://www.sam.gov/. Offerors must have a DUNs Number or have the ability to obtain one prior to proposal submittal. The entire solicitation will be issued electronically at the Federal Business Opportunities (FedBizOpps) website: https://www.fbo.gov/ Paper copies will not be available. The solicitation, attachments, and specifications will only be available by downloading the documents from the FedBizOpps website. All prospective offerors are responsible for obtaining the solicitation, any amendments or any other information from the FedBizOpps website. It is therefore the offeror's responsibility to check the website for any posted changes to the solicitation. The projected solicitation issue date is May 27, 2014. Please note that the issue date of the solicitation is estimated and may be changed without notice. When issued, the solicitation will specify the actual date and time for proposal receipt as well as a due date for the submission of any questions related to this effort. No telephone calls will be accepted. Please note the email addresses at the top of this notice. No other synopsis will be posted for this requirement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-CR/HSCECR-14-R-00001/listing.html)
- Record
- SN03363628-W 20140514/140512234418-95f28c677567d93ff6b3e9dc1bd5c089 (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 |