SOLICITATION NOTICE
M -- Detention Facility - El Centro, California - Package #1
- Notice Date
- 10/4/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- United States Marshals Service, CG3, 3rd Floor, Washington, District of Columbia, 20530-1000, United States
- ZIP Code
- 20530-1000
- Solicitation Number
- 15M40020RA3500002
- Archive Date
- 11/19/2019
- Point of Contact
- Carrie L. Cross, Phone: 703-740-8436
- E-Mail Address
-
carrie.cross@usdoj.gov
(carrie.cross@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 13 - Section B Pricing Instructions Attachment 12 - Government Furnished Property Attachment 11 - Detention Services Contract Operating Estimate Attachment 10 - Intention to Propose Attachment 9 - Question Submittal Form Attachment 8 - Small Business Subcontracting Plan Attachment 7 - Contractor Business Qualifications Attachment 6 - Scope and Coverage of a Periodic Reinvestigation Attachment 5 - Guidelines of Acceptability for USMS Private Detention Services Attachment 4 - Standard Operating Procedures for Contractor Background Investigation Contractor and USMS COR Attachment 3 - Wage Determination 2015-5607 (Rev 9) Attachment 2 - Pricing Instructions for Transportation, Escort, and Remote Detention Officer Services Attachment 1 - Performance Matrix Detention Services 15M40020RA3500002 - El Centro Detention Services Solicitation This is a combined synopsis/solicitation with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation is available. This solicitation is issued as a Request for Proposal (RFP) 15M40020RA3500002. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-06 effective 09/10/2019. The North American Industry Classification Code (NAICS) for this acquisition is 561210, the corresponding small business size standard in $38.5 Million. If you are unsure if your company qualifies as a small business, please contact your local Small Business Administration office for assistance. This requirement is unrestricted. The U.S. Marshals Service, has a requirement for the management and operation of a Government-Owned/Contractor-Operated detention facility located in El Centro, California for federal detainees as defined in this solicitation. These comprehensive detention services will serve a population principally consisting of individuals charged with federal offenses and detained while awaiting trial or sentencing. The El Centro Service Processing Center (SPC) in El Centro, California, is located 220 miles south of Los Angeles, and only 13.5 miles from the US-Mexico border. The El Centro SPC, owned by the Department of Homeland Security, United States Immigration and Customs Enforcement (ICE), was previously utilized to house immigrant detainees who were in removal proceedings, and has bed capacity for 512 detainees, with an 18 bed Restrictive Housing Unit (RHU). The United States Marshals Service (USMS) established a Memorandum of Understanding (MOU) with ICE for use of the El Centro SPC in the Southern District of California (S/CA). ICE will retain facility ownership of the El Centro SPC, while the USMS will assume full operational control and fiscal responsibility. The U.S. Marshals Service, Prisoner Operations Division intends to enter into a Single Award Indefinite-Delivery/Indefinite-Quantity type of contract with Firm-Fixed-Price task orders for housing individuals charged with federal offenses and detained while awaiting trial, sentencing, or hearings and transportation services as required in accordance with the requirements specified in the Performance Work Statement. Such services include bed space, transportation, medical services, food services, support services and the personnel necessary for the safe, secure and humane detention of persons held in custody of the U.S. Marshal for the District. Additionally, this contract will allow components of the Federal government, including the USMS, Bureau of Prisons (BOP), as well as the U.S. Immigration and Customs Enforcement (ICE) of the Department of Homeland Security (DHS) to house detainees at the facility. The period of performance for any contract, will be for a 24 month Base Period, with up to three (3) 24 month Options Periods, and one (1) 9 month Option Period. Potentially, the contract could be for an eight year and nine month period. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform the management and operation of the Government-Owned/Contractor-Operated detention facility operated on a 24 hour per day, seven day per week, 365 day per year basis as defined in this Solicitation. Award shall be made to the responsible Offeror whose offer, in conforming to this RFP, provides an overall best value to the Government, technical evaluation factors and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to meet the requirements, with a realistic and reasonable cost. For this RFP, the technical factors combined are significantly more important than price. As proposals become more equal in their technical merit, the past performance, small business evaluation, and price become more important. The Government reserves the right to award to other than the lowest evaluated price and to reject any or all proposals. See attached Solicitation 15M40020RA3500002 with Attachments Offeror's must be registered in SAM to receive award. To register, visit the SAM website at https://www.sam.gov. Lack of registration in the System for Award Management (SAM) database will make an offer ineligible for award. The distribution of this solicitation will be accomplished solely through Federal Business Opportunity web site http://www.fedbizopps.gov. Hard copies of the solicitation documents will not be available. The FedBizOpps site provides downloading instructions. All future information about this procurement, including solicitation amendments, will 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. A Preproposal Conference, in conjunction with a site visit, will be held on October 16, 2019 commencing at 9:00 a.m. until approximately 12:00 p.m. at the El Centro Processing Center, 1115 N. Imperial Avenue, El Centro, CA 92243. On or before October 10, 2019, the offeror is requested to submit by email to carrie.cross@usdoj.gov the name(s) of the individual(s) who plan to attend. Offeror's interested in this requirement are required to attend the preproposal conference to be considered for award. All questions concerning the RFP must be submitted in writing. All questions must contain reference to the section/paragraph number of the RFP or Performance Work Statement (PWS) which is in question. Please do not include your company name in the wording of the questions, to facilitate a speedy response to questions asked. Offerors are advised that Questions concerning this RFP shall be submitted via e-mail to: carrie.cross@usdoj.gov no later than 12:00 p.m., EST., Monday, October 21, 2019. Any questions received after the time specified may not be answered. Answers to question will be provided to all Offerors via an Amendment, giving due regard to the proper protection of proprietary information. The due date for submission of proposals is no later than 4:00 p.m., Monday, November 4, 2019 EST. Proposals received after this date and time will be deemed late and not considered for award. The Government asks that proposals be valid for a period of up to 180 days after submission. PROPOSALS MAY NOT BE HAND-CARRIED AND WILL NOT BE ACCEPTED The following address shall be used for all delivery methods of proposals i.e. United States Postal Service or commercial companies such as UPS, Fed Ex, DHL, Airborne and United States Postal Service (USPS) Express Mail Next Day, etc: ATTN: 15M40018RA3500001 United States Marshals Service (USMS) Prisoner Operations Division CG-3 3rd Floor Carrie Cross, Contracting Officer 3601 Pennsy Drive Landover, MD 20785 As an additional precaution to ensure receipt of all offers, Offeror's submitting proposals will be required to e-mail a notice on its company letterhead to the USMS, Attn: Carrie Cross, Contracting Officer at carrie.cross@usdoj.gov, stating that they are submitting a proposal and to include the method of delivery. For all correspondence and packages being sent via U.S. Mail, Offerors will need to allow for additional time for mailing to arrive in a timely manner due to all correspondence and packages being forwarded for irradiation prior to delivery at the United States Marshals Service.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5fe3fe9d0e06fa3c2c2674e4dcd7e31b)
- Place of Performance
- Address: El Centro Processing Center, 1115 N. Imperial Avenue, El Centro, California, 92243, United States
- Zip Code: 92243
- Zip Code: 92243
- Record
- SN05468306-W 20191006/191004230309-5fe3fe9d0e06fa3c2c2674e4dcd7e31b (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 |