SOLICITATION NOTICE
S -- Port Isabel Detention Center Synopsis
- Notice Date
- 8/6/2021 9:52:09 AM
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- DETENTION COMPLIANCE AND REMOVALS WASHINGTON DC 20536 USA
- ZIP Code
- 20536
- Solicitation Number
- 70CDCR21R0000007
- Response Due
- 8/10/2021 9:00:00 AM
- Archive Date
- 11/30/2021
- Point of Contact
- Brittany Tobias, Phone: 2027322408
- E-Mail Address
-
brittany.tobias@ice.dhs.gov
(brittany.tobias@ice.dhs.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- SYNOPSIS OF A PROPOSED COMPETITIVE 8(a) SOLICITATION FOR THE ACQUISITION DETENTION SERVICES, FOOD SERVICES, AND LOCAL TRANSPORTATION AT PORT ISABEL DETENTION CENTER IN SAN ANTONIO, TX AREA OF RESPONSIBILITY (AOR) (1) Action Code: This is a pre-solicitation notice. (2) Date: 08/06/2021 (3) Year: FY 21 (4) Contracting Office Zip Code: 20536 (5) Product or Service Code: S206/(NAICS: 561612) (6) Contracting Office Address: 801 I St NW Washington, DC 20536 (7) Subject: Detention, Food, and Transportation Services at Port Isabel Detention Center located in �in San Antonio (SNA), TX Area of Responsibility for the U.S. Immigration and Customs Enforcement (ICE) (8) Proposed Solicitation Number: 70CDCR21R0000007 (9) Closing Response Date: TBD (10) Contact Point or Contracting Officer: �Brittany Tobias; Brittany.Tobias@ice.dhs.gov; 202-878-1666 (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: TBD (13) Line Item Number: N/A (14) Contract Award Date: TBD (15) Contractor: TBD (16) Description:� The Department of Homeland Security (DHS), U.S. Immigration and Customs Enforcement (ICE), Enforcement and Removal Operations (ERO) has a continuing and mission-critical need to contract for detention management support services to support ERO at Port Isabel Detention Center (PIDC) in Los Fresnos, TX. ICE is responsible for the detention, health, welfare, transportation, and deportation of immigrants in removal proceedings and immigrants subject to final order of removal. These activities are chiefly concerned with enforcement of departure from the United States, immigrants who have entered illegally or have become removable after admission. In implementing its mission, ERO is responsible for carrying out all orders for the required departure of immigrants handed down in removal proceedings, or prior thereto, and arranging for detention of immigrants when such becomes necessary. PIDC, a Government-owned/contractor-operated facility located in Los Fresnos, TX, has a requirement for the oversight, management, supervision, and vehicles necessary to provide detention, food, transportation and commissary services at this facility. The contractor shall provide armed and unarmed detention officers, including but not limited to management, supervision, manpower, training, certifications, licenses, drug testing, uniforms, equipment, supplies, and vehicles necessary to provide detention management and transportation services seven (7) days a week, twenty-four (24) hours a day at PIDC in Los Fresnos, TX. This is a recompete of an existing requirement. ICE PIDC is a 1,175 bed Government-owned/contractor operated facility. PIDC provides safe and secure conditions of confinement based on the individual characteristics of a diverse population, including threats to the community, risk of flight, type and status of immigration proceeding, community ties, medical and mental health issues. The management of PIDC shall provide easy access to legal services; ample indoor and outdoor recreation that allows for vigorous aerobic exercise with extended hours of availability - a minimum of four (4) hours per day of outdoor recreation; private showers and restrooms cafeteria style meal service or satellite feeding; institutional detainee clothing; non-contact and contact visitation, including special arrangements for visiting families, with extended hours including nights and weekends; private areas for attorney-client visits, with video teleconferencing capabilities; noise control; enhanced, but controlled freedom of movement (although the manner and degree of implementation may vary based on security levels); enhanced law library and legal resources; and enhanced programming, including religious services and social programs and dedicated space for religious services. In performance of these services, the contractor is required to perform in accordance with the most current editions of the ICE Performance Based National Detention Standards (PBNDS) 2011 with 2016 revisions, American Correctional Association (ACA) Standards for Adult Local Detention Facilities (ALDF), and Standards Supplement, Standards for Health Services in Jails, National Commission on Correctional Health Care (NCCHC), and state and local laws on firearms. The procurement will be a competitive 8(a) set-aside. This procurement is expected to award a single award Indefinite Delivery Indefinite Quantity�s (IDIQ) with firm-fixed price unit prices and some labor hour CLINs. The IDIQ will have a one (1) year base period (inclusive of a 60-day transition) and four one-year option periods for a total potential period of performance of five (5) years. The Service Contract Labor Standards (formerly known as the Service Contract Act of 1965) is applicable to this acquisition. All required clauses, provisions and transportation requirements will be identified in the solicitation and resulting contractual instrument. The solicitation is expected to be posted on beta.sam.gov on or around August 10, 2021. The solicitation closing date will be thirty (35) days after release of the Request for Proposal (RFP). However, prospective offerors should be aware that the procurement timeline remains subject to change by the Government based on mission needs and other factors. All interested vendors submitting proposals as the prime contractor will be required to attend a mandatory site visit. The date for the site visit �is expected to be August 20th, 2021 but is subject to change. The final date for the site visit will be posted in the solicitation when posted. This synopsis does not commit the Government to pay, and the Government will not pay, any costs or expenses incurred by any prospective offeror in connection with the preparation or submission of an offer, nor does this synopsis commit the Government to contract for services or supplies. This notice does not constitute a request for proposal, request for quote, invitation for bid.� The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2, Synopsis of Proposed Contract Actions, in preparation for the release of the Request for Proposal (RFP). (17) Place of Contract Performance: 27991 Buena Vista Blvd Los Fresnos, TX 78566 (18) Set-aside Status: 8(a) set-aside
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/22a3725091b146f081fc718520757b7f/view)
- Place of Performance
- Address: Los Fresnos, TX 78566, USA
- Zip Code: 78566
- Country: USA
- Zip Code: 78566
- Record
- SN06088132-F 20210808/210806230120 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |