SOLICITATION NOTICE
R -- Management and operation of a contractor-owned, contractor-leased, correctional facility
- Notice Date
- 4/21/2017
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- 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-PCC-0026
- Point of Contact
- Jerry V. Bishop, Jr., Phone: (661)763-4126, Ryan Wynne, Phone: 202-616-5860
- E-Mail Address
-
j1bishop@bop.gov, Rwynne@bop.gov
(j1bishop@bop.gov, Rwynne@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- Pre-Solicitation Notice RFP-PCC-0026 CAR XIX Description: The Federal Bureau of Prisons (Bureau) has a requirement for the management and operation of a contractor-owned/contractor-leased, contractor-operated correctional facility for up to 9,540 beds. The population will be low security adult male inmates that are primarily criminal aliens with ordinarily 90 months or less remaining to serve on their sentences. Each facility under this requirement must fall within the range of 1,200 to 1,800 contracted beds when filled to 100% of the general population capacity. Proposed institutions shall house inmates in a secure correctional institution that meets Bureau standards as set forth in the resulting solicitation/contract. The proposed facility(s) must be located within the Continental United States. An offeror awarded a contract must be ready to begin accepting inmates and assume full responsibility for the operation, maintenance and security of the institution no later than the issuance of Notice to Proceed (NTP). Any construction, expansion, or renovation must not interfere with or delay the arrival of inmates as required by the solicitation/contract. The Bureau intends to award a Performance-based, Firm Fixed Price type contract. The offeror will be required to house a daily population of not more than 100% of the accepted number of contract beds for each contract year. The institution shall include a Special Housing Unit (SHU) with a minimum capacity of 100 beds. The SHU beds shall be additional beds used only for the SHU and shall not be used to exceed the daily population of 100% of the accepted number of contract beds. The contract award will have a potential term of 10 years, inclusive of option periods. Contract performance will be governed by a performance-based work statement based on the American Correctional Association Standards for Adult Correctional Institutions. Offerors are prohibited from housing non-bureau inmates within the same fenced perimeter; however, multiple populations at a prison complex with separate fence lines are acceptable. Services which are provided under any contract resulting from this solicitation shall not be shared with other contractual obligations. Award selection shall be made on a best value basis for the Government. The Bureau has established a decisional rule criterion requiring all offerors to clearly demonstrate they have verifiable corporate experience operating a secure correctional/detention institution for a continuous three-year period as of the date the Request for Proposals (RFP) is issued. Information will be required from offerors regarding both existing and anticipated environmental impacts, and the environmental condition of the proposed site. Environmental documentation and other related information will be required with the submission of the proposal in order to comply with the National Environmental Policy Act of 1969 (NEPA). An Environmental Assessment is anticipated; however the Bureau reserves the right to complete an Environmental Impact Statement for this requirement. An offeror's proposal must, in the sole opinion of the Bureau, contain sufficient information for the Bureau to conduct a complete analysis. The Bureau anticipates issuing the solicitation on or about May 24, 2017, with a closing date of July 24, 2017. The solicitation will be distributed solely through the General Services Administration's Federal Business Opportunity website http://www.fbo.gov. This site provides downloading instructions. All future information about this acquisition, including solicitation amendments will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. In accordance with FAR 52.204-7, all contractors doing business with the federal government shall be registered in the System for Award Management (SAM) database located at www.sam.gov. The North American Industry Classification System code for this solicitation is 561210, Facilities Support Services. The industry size standard is $38.5 million. This requirement will be solicited on an unrestricted basis, open to both large and small businesses. Faith-based and Community Organizations can submit offers equally with other organizations for contracts for which they are eligible. All responsible sources who submit a proposal will be considered by the Bureau. Interested parties requiring further information should contact Jerry Bishop, Contract Specialist, at j1bishop@bop.gov or Ryan Wynne, Senior Contract Specialist, at rwynne@bop.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFP-PCC-0026/listing.html)
- Place of Performance
- Address: Continental United States, United States
- Record
- SN04481830-W 20170423/170421235236-12d89dfef8cd775fecf26b119b247ff5 (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 |