|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406U.S. Department of Justice, Federal Bureau of Prisons, Procurement and
Property Branch, 320 First Street NW, Washington, D.C. 20534 R -- CORRECTIONAL FACILITIES, PRIVATELY OWNED AND OPERATED SOL
RFP-PCC-0005 DUE 110299 POC Connie Tatko (202) 616-1647, Fax (202)
616-6007 E-MAIL: Contracting Officer, CTATKO@BOP.GOV. The Federal
Bureau of Prisons (FBOP) has a requirement to house up to an estimated
7,500 low security non-U.S. citizen criminal alien males in
contractor-owned/contractor-operated secure corrections facilities
located in the states of Arizona, California (Imperial, Kern, Los
Angeles, Orange, Riverside, San Bernadino, San Diego, San Luis Obisbo,
Santa Barbara or Ventura counties), Texas, Oklahoma, and/or New
Mexico. Firms may propose any number of facilities provided they are
located in these states. New construction or new expansion started
after the date of this notice will not be deemed eligible to
participate in this requirement. Only existing facilities will be
accepted. Each facility must have the capacity to accommodate a
population of at least 1,000 inmates and shall house only FBOP inmates.
Firms awarded contracts must be able to accept inmates and begin
contract performance within 90 days following contract award. The FBOP
intends to award fixed-price contracts with award-fee. Proposed
facilities must be located within a close proximity and have access to
emergency services (medical, fire protection, law enforcement, etc.).
Each contract will have a potential term of 10 years consisting of a
three-year base and seven one-year option periods. Contractors shall be
responsible for providing all facilities, equipment, supplies, and
services necessary for contract performance. The FBOP has established
a decisional rule criterion requiring all offerors to have verifiable
experience operating a secure corrections facility continuously during
the last three years. Offerors are required to submit information
which clearly establishes the offeror's authority to operate a
correctional facility within the jurisdiction chosen by the offeror.
This authority must include but not limited to, the ability of the
offeror to use force, including deadly force, make arrests, and perform
other correctional duties. Past Performance and Experience will be
significant factors in the evaluation of offers. Selections for award
will be based on offerors whose proposals represent the best value to
the Government. In order to assist the Bureau in its compliance with
the National Environmental Policy Act (NEPA) of 1969, 40 CFR 1500 et
seq., and 28 CFR Part 61, Appendix A, offerors are requested to submit
any and all environmental documentation that may exist regarding the
proposal at the earliest possible time before the due date of
proposals. THE RFP WILL BE ISSUED IN ELECTRONIC FORMAT ON ONE (1) 3"
FLOPPY DISKETTE IN PDF ADOBE ACROBAT) FILE FORMAT. The RFP will be
issued on/about September 1, 1999. All responsible sources may request
a copy of the RFP by submitting a written request to the above
address, or E-mail Connie Tatko at CTATKO@BOP.GOV. Prospective offerors
shall submit, in writing to the Contracting Officer, all requests for
Wage Determinations for the geographic area in which they are proposing
to perform this service. Requests shall contain the State and County of
the place of performance and shall be submitted NO LATER THAN 15
calendar days after issuance of the THIS NOTICE. All solicitation
requests shall contain the State and County of the anticipated place of
performance. No collect calls will be accepted. Posted 08/06/99
(W-SN364765). (0218) Loren Data Corp. http://www.ld.com (SYN# 0110 19990810\R-0023.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|