Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
SPECIAL NOTICE

R -- Intensive Supervision Appearance Program (ISAP III) - Package #1

Notice Date
6/6/2014
 
Notice Type
Special Notice
 
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
7/25/2014
 
Point of Contact
William J Quigley, Phone: 2027322120
 
E-Mail Address
william.quigley1@dhs.gov
(william.quigley1@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 8-Notice to Terminate Attachment 7-Required Reports and Frequency Attachment 6- GPS requirements Attachment 5-Definitions, Terms Attachment 4-Current Locations and Recommended Maximums Attachment 3-Participant Enrollment Form Attachment 2- Subcontracting Plan Attachment 1-Past Performance RFP Sections D-M Section C- Statement of Work Section B-Prices Section A-Contract form The Intensive Supervision Appearance Program (ISAP III) is a flight-mitigation program that uses technology and case management to increase compliance with release conditions, court appearances and final orders of removal while allowing aliens to remain in their community. The contractor shall be required perform services in accordance with the requirements of this SOW at ERO locations nationwide based upon the participant's case and circumstances. ERO consists of 24 Field Offices/Areas of Responsibility (AORs) which are divided into Regions across the Nation. These AORs and Regions are subject to change at any time. The current ATD locations, AORs and Regions are shown in Attachment 4. The services provided shall consist of community-based supervision, in-person reporting, telephonic reporting and GPS monitoring. The organization, design, and administration of the program shall comply with all applicable federal, state, and local licensing provisions, as well as ERO requirements as put forth in this SOW and elsewhere in the ATD contract. The contractor shall provide management oversight for the implementation and operations set forth in this SOW. The performance period is for 12-month base period, consisting of a 60-day transition period and a 10 month performance period, with four (4) one-year option periods. The applicable NAICS code is 561210. A pre-proposal conference will be held on June 20, 2014 from 9:00 a.m. to 11:00 a.m. at the DHS/ICE Headquarters - Potomac Center North (PCN) Building - which is located at 500 12th Street, SW, Washington, DC. Due to space constraints, only four (4) people per potential offeror (i.e., to include prime contractors, and/or subcontractors) will be allowed to attend. All vendors who plan to attend the pre-proposal conference should RSVP via e-mail to William.Quigley@ice.dhs.gov, by no later than 4:00 p.m. June 17, 2014. The following information should be provided: name of organization, address, name(s) of individuals attending (no more than 4), position titles of those attending, and an e-mail address and telephone number for the primary point of contact. Due to heightened security measures, attendees should plan to arrive at least fifteen (15) minutes prior to the start time. All vendors should go to the PCN Security Desk upon arrival and be prepared to show a valid picture identification e.g., drivers license, government/military ID, passport) in order to sign-in and receive a visitor's badge. All vendors shall be escorted to Room 1018 of the Julie L. Meyers Conference Center. Proposal due date is July 10, 2014 at 4:00 pm EST. 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. NOTE: This notice does not obligate the Government to award a contract, does not restrict the Government in its ultimate acquisition approach or obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel the solicitation, whether before or after RFP closing, with no obligations to the offeror by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-CR/HSCECR-14-R-00001/listing.html)
 
Record
SN03388498-W 20140608/140606234925-5cbda3e6ea7edaa4a7ada5e1465b62c7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.