Pre-Solicitation Notice: Residential Reentry Services Located Within the Eastern Judicial District of California. Home Confinement Radius Within 100 Miles of the RRC Facility
ID: 15BRRC25R00000011Type: Sources Sought
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSRESIDENTIAL REENTRY - COWASHINGTON, DC, 20534, USA

NAICS

Other Residential Care Facilities (623990)

PSC

SOCIAL- SOCIAL REHABILITATION (G004)
Timeline
    Description

    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) services located within the Eastern Judicial District of California, with a home confinement radius of 100 miles from the facility. Contractors are required to provide comprehensive services that support the reintegration of federal offenders into society, including staffing, training, and operational management in accordance with established policies and performance expectations. This procurement is critical for ensuring effective community-based support for individuals transitioning from incarceration, thereby enhancing public safety and reducing recidivism. Interested parties must submit their proposals electronically by May 23, 2025, to Tana Jankowiak at tjankowiak@bop.gov, with all submissions subject to public disclosure.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Bureau of Prisons is soliciting proposals to provide Residential Reentry Center (RRC) Services for male and female Federal offenders in California. The RRC services will be located within the Eastern District of California, and home confinement must be within a 100-mile radius of the facility. Interested contractors are reminded that all submitted proposals may be disclosed as part of public documentation. Proposals must be submitted electronically in PDF format, divided into three volumes: Technical/Management, Business, and Past Performance Information. A comprehensive explanation of the proposed services, methodologies, and staffing is required within the Technical/Management Proposal. Proposals will be treated as final, with potential contract awards occurring without further discussion. Contractors must indicate the site of service and provide contact information for authorized representatives for on-site evaluations. Compliance with the E-Verify Program for employment eligibility verification is mandatory. Questions regarding the solicitation should be directed to the Contracting Officer via the provided email. This solicitation underscores the Bureau's commitment to maintaining standards in reentry services through competitive proposals.
    The Federal Bureau of Prisons has issued a solicitation for Residential Reentry Center (RRC) services within the Eastern District of California. The solicitation number is 15BRRC25R00000011, and it was released on March 24, 2025. Proposals must be submitted by May 23, 2025, by 2:00 P.M. Eastern Standard Time (EST). The selected RRC must accommodate a home confinement radius of 100 miles from its facility. Interested parties are directed to address their proposals to Tana Jankowiak, Senior Contract Specialist, at the provided email address. This initiative aims to engage contractors who can provide necessary support for residential reentry services, reinforcing the Bureau’s commitment to effective reentry processes for individuals transitioning back into the community.
    The solicitation document outlines the provision of Residential Reentry Center (RRC) services and Home Confinement services for federal offenders in the Eastern District of California. Issued by the Federal Bureau of Prisons, the request details a firm-fixed price contract with a one-year base period and four optional one-year extensions. It specifies tiered rates based on the Average Daily Population (ADP) of offenders and delineates the scope of services to include in-house services for various population levels and home confinement placements. The contractor is responsible for managing programs that facilitate offender reintegration and must maintain appropriate accountability measures during service delivery. Key aspects include a detailed pricing structure based on offender populations, performance expectations, and reporting obligations. The Government reserves the right to award contracts without discussions, and the document emphasizes that all submitted offers must comply with specified guidelines, including timely submission and acknowledgment of amendments. It outlines that actual payments will only reflect services used, ensuring that the contractor's financial expectation aligns with actual operational requirements. The document reinforces the significance of accountability and effectiveness in managing reentry services, crucial for reducing recidivism and promoting community safety. Overall, this RFP serves to solicit proposals for critical inmate management services, highlighting the intersection of correctional operations and community integration.
    The Statement of Work (SOW) outlines the Bureau of Prisons' (BOP) requirements for the management and operation of Residential Reentry Centers (RRCs) that provide community-based services for federal offenders transitioning from incarceration to society. The document emphasizes the importance of adhering to the BOP's mission to ensure the safety and humane treatment of residents while facilitating their reintegration. Key components include the contractor's responsibility for staffing, training, and maintaining operations in line with established policies. Services offered in RRCs involve employment development, health services, and behavioral programs. The SOW outlines specific personnel requirements, including background checks and ongoing training for staff to maintain a safe environment. The document also highlights the importance of community outreach, fiscal accountability, and compliance with legal standards. With a focus on security, accountability, and resident support, the SOW serves as a framework for contractors responsible for operating RRCs, ensuring both organizational integrity and effective service delivery for those under BOP supervision. The BOP retains the authority for inspections and oversight to guarantee adherence to contractual obligations.
    The Performance Summary Table outlines the Federal Bureau of Prisons' (BOP) contract requirements, detailing performance expectations for contractors and associated withholding penalties for noncompliance. It identifies key vital functions across several categories, including Safety/Security/Order, Resident Care/Services, Programs, Justice/Case Management, Administration/Management, and Quality Control, each linked to chapters that specify detailed operational guidelines. The withholding percentages range from 0% to 30% of the contractor's invoice, depending on the severity of nonperformance, with the most critical functions related to safety and security carrying the highest penalties. The BOP retains the authority to impose additional penalties beyond those specified and may aggregate withholdings for cumulative noncompliance, underscoring the importance of meeting contractual obligations. Overall, the document underlines BOP’s commitment to maintaining high standards in correctional facility management while providing a framework for assessing contractor performance and accountability.
    The document outlines the Environmental Checklist and compliance requirements for proposals involving federal funding, specifically within the Federal Bureau of Prisons' Community Corrections Program. It emphasizes adherence to various environmental laws such as NEPA, the Clean Air Act, and the Endangered Species Act to protect the environment during project implementation. Proposals must include a completed Environmental Checklist to evaluate potential environmental impacts, particularly if the project involves new construction, significant modifications, or is situated near sensitive areas. Key aspects of the checklist include detailing the proposed project's nature, location, and scope, as well as assessing potential environmental implications like air and water quality, hazardous materials, and cultural resources. If certain questions indicate a risk to the environment, additional documentation surrounding the proposal's impacts is mandated. The need for compliance certification is highlighted, with a failure to accurately complete the checklist potentially resulting in disqualification from funding consideration. Overall, the document serves as a regulatory framework ensuring environmental protection within federally-funded projects.
    The Federal Bureau of Prisons (BOP) has issued a community notification letter regarding an offer for Residential Reentry Center (RRC) services, also known as "halfway house" services, for federal offenders in a specified geographic area. This letter informs local authorities and the community about the proposal submitted by [name of offeror] as part of a competitive RFP process. The BOP emphasizes public input is sought from local law enforcement and elected officials. The proposed facility will accommodate a minimum and maximum number of male and female beds, tailored to community rehabilitation needs. Contract oversight will include stringent standards for inmate accountability, security, and supportive programming aimed at enhancing public safety through structured reentry processes. The letter requests feedback from the community on the proposed facility and provides contact details for the contracting officer for comments. The goal of the RRC is to facilitate successful reintegration of offenders into society. This letter serves as a formal communication regarding the RRC's establishment, reflecting the BOP's commitment to transparency and community engagement in the procurement process.
    The document is a client notification letter related to a response by an organization to a Request for Proposals (RFP) from the Department of Justice's Federal Bureau of Prisons (BOP) for Residential Reentry Center services. It highlights the significance of past performance in the evaluation process, as mandated by the Federal Acquisition Streamlining Act. The letter seeks authorization for references to provide feedback on the organization’s past work, assuring that the identities of those providing references will remain confidential in accordance with Federal Acquisition Regulation guidelines. The letter outlines the points of contact within the referenced organization for providing this feedback and expresses gratitude for their cooperation. This communication underscores the importance of collaboration in federal procurement processes while ensuring adherence to regulatory standards regarding past performance assessments.
    The provided sample bank notification letter is intended for banks serving as references in response to a Request for Proposals (RFP) from the Department of Justice, specifically for Residential Reentry Center Services. The letter informs the bank about the proposal being submitted and stipulates that the contracting officer will evaluate the financial capability of the apparent successful offeror before awarding the contract. It grants authorization for the bank to disclose general financial information if contacted by the Bureau of Prisons (BOP). A point of contact from the bank is designated for inquiries, and the letter expresses appreciation for the bank's cooperation. Overall, this communication underscores the necessity of confirming financial credibility as part of federal procurement processes, ensuring compliance with the Federal Acquisition Regulation.
    The Federal Bureau of Prisons has established a Service Contract Business Management Questionnaire to gather qualifications and performance data from firms interested in providing government-required services. This document is intended for completion by related services organizations when requested by a Contracting Officer or within specific solicitations. It outlines definitions essential for understanding roles such as "Principals," "Parent Company," "Joint Venture," and "Consultants." Firms are instructed to submit current and factual information detailing project specifics, personnel qualifications, relevant contracts from the past three years, and financial data, including evidence of licensing. Crucial sections address the submission guidelines, organizational history, experience, claims or suits against the firm, financial references, and a signed declaration affirming the truthfulness of the provided information. The purpose of this comprehensive questionnaire is to facilitate the selection process for contracts and ensure the suitability of firms in meeting federal service requirements, thereby reinforcing accountability and transparency in federal service acquisitions.
    The document outlines the compliance matrix for In-House Residential Reentry Center (RRC) Services, specifically focusing on Home Confinement Services as part of a federal Request for Proposal (RFP). It emphasizes the need for detailed past performance evaluations in various areas, including accountability, program effectiveness, community relations, personnel management, and communication responsiveness. Offerors must provide information on five relevant contracts, including a narrative detailing their success in implementing offender accountability programs and community support systems. The technical and management evaluation focuses on site validity, community relations programs, accountability and security plans, personnel resources, and facility compliance with health and safety regulations. Proposal submissions must include specific plans outlining strategies for staff recruitment, offender programs, and home confinement protocols, adhering to outlined page limits. Overall, the document serves to guide offerors in structuring their proposals while ensuring compliance with federal regulations and fostering effective community involvement for successful offender reintegration.
    The document serves as a Certification of Compliance related to a specified Request for Proposals (RFP). It confirms that the named facility adheres to the most current local, state, and federal laws regarding safety, zoning, occupancy, and air quality, as dictated by the RFP’s Statement of Work. The signer, required to print their name and title, is responsible for ensuring these compliance standards are met. The document underscores the importance of regulatory adherence in the context of government contracts, highlighting a facility's readiness to align with all applicable legal obligations set forth in the solicitation process. This certification is essential for securing government contracts and grants, ensuring that the facility meets necessary safety and accessibility standards.
    The document outlines the requirements for contractors to assess nearby facilities within a half-mile radius of a proposed site (RRC), identifying potential public concerns. The contractor must compile a comprehensive table listing nearby relevant establishments such as schools, day-care centers, historical landmarks, and residential areas, with details including the business name, address, distance from the proposed site, and an offeror’s narrative outlining any potential opposition. There are no restrictions indicated on the number of facilities that can be listed, facilitating a thorough evaluation of local sensitivities and oppositional factors. This process is essential in addressing community concerns and ensuring transparency in projects related to the proposed site. The purpose of this request for proposal (RFP) is to foster a thorough assessment of community dynamics as part of federal and local grant efforts, ensuring that project proposals align with public interests and mitigate any negative perceptions or opposition that may arise from close proximity to sensitive facilities. This evaluation is vital for navigating local public opinion and regulatory compliance effectively.
    The Federal Bureau of Prisons provides a subcontracting plan template to ensure compliance with the Federal Acquisition Regulation's Small Business Subcontracting Program. Contractors must tailor this template for their specific contracts, referencing relevant FAR sections. The Bureau's subcontracting goals include 36% for small businesses, with sub-goals for various categories, such as 5% for women-owned and service-disabled veteran-owned businesses. The document outlines essential data fields, including contractor identification, total contract value, and planned subcontract dollars. It includes requirements for goal-setting, methods for identifying potential small business sources, and the contractor’s responsibilities in promoting equitable opportunities for small businesses. Additionally, it mandates the inclusion of specific FAR clauses in subcontracts and the timely reporting of subcontracting statistics. Ultimately, the document aims to facilitate the participation of small businesses in federal contracts while ensuring accountability and compliance with subcontracting goals and requirements throughout the contract lifecycle. This template serves as a vital resource for both government and contractors to support small business engagement and local economic growth within RFP processes.
    The Eastern District of California, covering 34 counties and home to nearly eight million residents, is one of the largest judicial districts in the U.S., geographically spanning approximately 87,000 square miles. To determine the applicable Wage Determination for contracts related to Residential Reentry Centers (RRC), entities must follow specific steps outlined on SAM.gov. This involves selecting California as the state and the county where the facility is located to access the relevant Wage Determination number. The document serves as a guideline for contractors seeking to comply with federal wage standards in the context of available RFPs and grants, ensuring adherence to local regulations during project execution. Overall, it underscores the importance of compliance with federal wage determinations, particularly for service contracts in the region.
    Similar Opportunities
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in the Springfield, Illinois area. The procurement aims to provide comprehensive community-based services for male and female federal offenders transitioning from prison, with a focus on rehabilitation and public safety. This contract includes a one-year base period with four one-year options and a potential six-month extension, requiring the facility to be operational within 120 days of award. Interested parties must submit their proposals by November 12, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Residential Reentry Center (RRC) services and Home Confinement services in the Middle Judicial District of Louisiana. The procurement includes a maximum of 22 in-house RRC beds (18 for males and 4 for females) and up to 20 home confinement placements for both genders, all to be provided for a one-year base period with four additional one-year option periods. These services are critical for the rehabilitation and management of federal offenders, ensuring they receive adequate programming and case management. The solicitation, numbered 15BRRC25R00000034, will be available on or about January 2, 2026, with an estimated closing date of March 3, 2026. Interested parties can contact Pamela Barcelona at pbarcelona@bop.gov or by phone at 606-599-4138 for further information.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the State of Ohio Within the Counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in Ohio, targeting the counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery. The procurement aims to provide essential services for federal offenders transitioning back into the community, ensuring compliance with federal regulations and addressing community concerns. This contract is structured as a firm-fixed-price, indefinite-delivery, indefinite-quantity agreement, with a base period of one year and four optional one-year extensions, plus a potential six-month extension. Interested contractors must submit their proposals by December 22, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov.
    Presolicitation: Residential Reentry Center (RRC) and Home Confinement (HC) Services within the area of Albany, New York
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) and Home Confinement services in Albany, New York. The procurement aims to provide in-house RRC beds and home confinement placements for male and female federal offenders, adhering to the requirements outlined in the Bureau of Prisons' Statement of Work (SOW) from March 2022. These services are crucial for facilitating the transition of federal inmates back into the community, ensuring compliance with health, safety, and rehabilitation standards. The solicitation is expected to be available on or around January 8, 2026, with proposals due by approximately March 9, 2026. Interested parties can contact Janel Ramsey at j3ramsey@bop.gov or Laurence Faytaren at lfaytaren@bop.gov for further information.
    RRC services and home confinement services located in St. Louis, Missouri
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Prisons, is seeking qualified vendors to provide Residential Reentry Center (RRC) services and home confinement services in St. Louis, Missouri. The procurement aims to support the rehabilitation and reintegration of individuals transitioning from incarceration back into the community, emphasizing the importance of social rehabilitation services in reducing recidivism. Interested parties can reach out to Laurence Faytaren at lfaytaren@bop.gov or call 202-514-0439 for further details regarding this opportunity.
    Second Chance Act Goods and Services
    Administrative Office Of The Us Courts
    The Administrative Office of the U.S. Courts is preparing to procure goods and services under the Second Chance Act, aimed at supporting federal defendants and individuals under supervision. This procurement will utilize Blanket Purchase Agreements and may include a range of services such as cognitive behavioral therapy, job training, transitional housing, and more, with solicitations potentially issued throughout the year based on district needs. The importance of these services lies in their role in facilitating rehabilitation and reintegration into society for individuals under federal supervision. Interested vendors should contact the Chief Probation or Pretrial Services Officer in their respective district for further information and to be placed on a mailing list, with the primary contacts for this opportunity being Ryan Sharp at ryansharp@insp.uscourts.gov and William Ware at williamware@ao.uscourts.gov.
    Comprehensive Medical
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a comprehensive medical contract. This procurement aims to secure medical services that are essential for the health and well-being of the incarcerated population. The contract is critical for ensuring that adequate medical care is provided within the federal prison system, thereby supporting the overall mission of the Bureau of Prisons. Interested vendors can reach out to Jeffery Raley at jraley@bop.gov or Brian Logsdon at blogsdon@bop.gov for further details, with the place of performance located in Cumberland, MD, ZIP code 21502.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.
    Comprehensive Medical Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a comprehensive medical services contract aimed at the inmate population in Cumberland, Maryland. This procurement is focused on providing essential medical care and services to ensure the health and well-being of inmates, which is a critical component of the Bureau's responsibilities. Interested vendors can reach out to primary contact Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000, or secondary contact James Palmer at j5palmer@bop.gov, with inquiries regarding the opportunity. Further details regarding the funding amount and deadlines have not been specified in the provided information.
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.