Residential Reentry (RRC) Services and Home Confinement Services Located within the city limits of Las Vegas, North Las Vegas, Henderson, the unincorporated towns of Summerlin South, Paradise, Spring Valley, Sunrise Manor, Enterprise, Winchester, Whitney
ID: 15BRRC25R00000005Type: Solicitation
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, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services for federal offenders in the Las Vegas, Nevada area. The contract aims to provide structured reintegration services for both male and female offenders, ensuring effective community transition and support through essential programming and case management. This initiative is crucial for facilitating the rehabilitation of individuals transitioning from incarceration to community living, thereby enhancing public safety and compliance with federal standards. Interested contractors must submit their proposals by March 11, 2025, at 2:00 P.M. Eastern Standard Time, and can direct inquiries to Contract Specialist Pamela Barcelona at pbarcelona@bop.gov.

    Point(s) of Contact
    Pamela Barcelona
    pbarcelona@bop.gov
    Files
    Title
    Posted
    The Federal Bureau of Prisons is seeking proposals for Residential Reentry Center (RRC) Services for male and female federal offenders in Las Vegas, Nevada. Interested parties must adhere to the provided instructions for submitting Business, Technical/Management, and Past Performance Information Proposals via email. The Business Proposal should include a cover letter with pricing details, while the Technical/Management Proposal must outline the methodology and resources for service delivery, indicating comprehension of the required services. The Bureau reserves the right to award the contract without engaging in discussions, thus submissions should be final. An on-site inspection of the offeror's facility will occur before contract negotiations. Compliance with the E-Verify Program is mandatory for contractors. Questions regarding the solicitation should be directed to the designated Contracting Officer. This document serves to formally invite and outline the requirements for potential contractors responding to the RFP, facilitating the procurement process for essential correctional services.
    The Federal Bureau of Prisons is soliciting proposals for a residential reentry contract, identified by Solicitation Number 15BRRC25R00000005, issued on January 10, 2025, with a submission deadline of March 11, 2025, at 2:00 P.M. Eastern Standard Time. This request seeks services within the Las Vegas, Nevada area, highlighting the Bureau's ongoing efforts to enhance reentry programs for individuals transitioning from incarceration to community living. Proposals must be directed to Contract Specialist Pamela Barcelona through the provided email. The solicitation is part of the Bureau's commitment to managing and supporting inmate reintegration into society, ensuring compliance with federal standards and improving public safety through effective rehabilitation initiatives. This document outlines fundamental aspects of the procurement process in the context of government contracts and grants, emphasizing the importance of strategic partnerships to achieve reentry goals.
    This document outlines the solicitation for residential reentry center (RRC) and home confinement services for federal offenders in Las Vegas, NV. It specifies a firm-fixed price contract with a base year and four optional extensions, detailing the required services and associated pricing structures based on average daily populations (ADP). The contract aims to ensure the provision of structured reintegration services for male and female offenders, including various inmate day rates and home confinement placements within a 150-mile radius. Service providers are expected to deliver essential programming and case management, facilitating effective reentry efforts. The document also includes the solicitation details such as submission deadlines, evaluation factors, and government rights. It mandates compliance with numerous regulatory frameworks related to security and data protection due to the sensitive nature of the information involved. By laying out these requirements, the government seeks to engage qualified contractors who can contribute to offender rehabilitation while maintaining safety and compliance with legal standards.
    The Statement of Work (SOW) outlines the operational requirements for a Residential Reentry Center (RRC) managed by contractors for federal residents under the Bureau of Prisons (BOP). Its primary objective is to provide comprehensive community-based services that facilitate the transition of inmates back into society. The document includes detailed chapters covering administration, personnel, facility management, health and safety protocols, program implementation, and security measures, ensuring compliance with applicable laws. Key points include the contractor's responsibility to maintain a trained staff providing 24/7 supervision, the establishment of operational policies compliant with BOP guidelines, and mandatory training programs addressing various topics such as emergency procedures and resident safety. The SOW mandates adherence to rigorous standards for facility operations and the management of resident personal information. Additionally, it emphasizes community outreach and the integration of volunteer services to support residents' reintegration efforts. The BOP reserves the right to monitor contract performance through inspections and oversight by designated officials. This SOW serves as a crucial foundation in the federal initiative to safely and effectively manage the reentry process for federal offenders while upholding institutional values and operational excellence.
    The document provides a Performance Summary Table detailing the contractual obligations imposed on contractors by the Federal Bureau of Prisons (BOP) and outlines the potential financial penalties for noncompliance. It specifies key contract requirements, including safety, resident care, program management, justice case management, administration, and quality control, along with the associated percentage of the contractor's invoice that may be withheld for failing to meet these standards. The Performance Summary emphasizes the importance of various vital functions, such as ensuring a safe living environment, maintaining adequate resident services, facilitating community transition, and managing administrative tasks effectively. Each category has specific vital functions that contractors are responsible for, and the penalties for inadequate performance can vary from 0% to 30% of the invoice, depending on the severity of the shortcoming. Moreover, the BOP reserves the right to exceed these withholding ranges in cases of egregious violations or chronic noncompliance, and it may aggregate withholdings over several months if necessary. This detailed framework serves to ensure contractors deliver high-quality services while adhering to federal, state, and local regulations, highlighting the seriousness of contract enforcement within federal government operations.
    The document outlines the procedural and regulatory requirements for bidders seeking federal funding for community corrections programs, emphasizing compliance with environmental statutes. It specifies that proposals using federal funds must adhere to various environmental laws, including NEPA, the Clean Air Act, and the Endangered Species Act, among others. A completed Environmental Checklist is mandatory, assessing potential environmental impacts related to new constructions, renovations, and site developments. Key considerations include water and air quality, historical and cultural resources, and endangered species. If a proposal could impact the environment, further analysis, like an Environmental Assessment or Environmental Impact Statement, might be required. The checklist guides bidders in addressing potential issues proactively and mandates careful documentation to ensure accurate compliance and minimize environmental risks. Failing to complete the checklist accurately may lead to disqualification from the proposal process, underscoring the importance of environmental stewardship in federally funded projects.
    The Federal Bureau of Prisons (BOP) is notifying local authorities about a proposal submitted by [name of offeror] for Residential Reentry Center (RRC) services, also known as halfway house services, targeting federal offenders in [specified geographic area]. This letter is part of the RFP process, which encourages competition among service providers. To fulfill BOP requirements, the offeror must solicit input from local law enforcement and elected officials. The proposed facility will specify bed capacities for both males and females, with flexibility to accommodate more offenders if needed. Operational oversight includes stringent monitoring of inmate accountability and safety, with performance expected to commence on [start date]. The average stay for inmates at the RRC is three to four months, providing a transitional programming environment essential for reintegration into the community. The BOP seeks community support and feedback on the proposal, and any responses should be directed to the designated contracting officer. The document underscores the BOP's commitment to public safety and structured support for released offenders as they acclimate back into society.
    The sample client notification letter is a communication to past performance references as part of a response to the Department of Justice’s Bureau of Prisons (BOP) Request for Proposals (RFP) for Residential Reentry Center services. It emphasizes the importance of past performance in the selection process, as mandated by the Federal Acquisition Streamlining Act. The letter informs the references that their feedback on the contracting entity’s past work will be solicited in the evaluation process and authorizes them to share their insights. It also explains that while the information received will be used internally, the identities of the individuals providing this feedback will remain confidential, ensuring the provision of honest and unbiased evaluations. The letter identifies specific contacts within the referenced organization for follow-up questions and appreciates their cooperation. This document is crucial in establishing credibility during the RFP process, where accurate past performance assessments serve as key factors in proposal evaluations.
    The provided sample bank notification letter is intended for banks that are referenced in a business proposal related to a Request for Proposals (RFP) issued by the Department of Justice, Federal Bureau of Prisons (BOP). The letter informs the bank that the company is responding to an RFP for residential reentry center services and that the financial capability of the prospective contractor needs to be assessed prior to contract award. The institution is authorized to disclose general financial information to authorized BOP contracting staff if contacted. A specific bank representative is designated as the point of contact regarding the financial status of the company. The letter emphasizes the importance of cooperation from the bank and directs any inquiries to a specified contact within the company. This document reflects the procedural requirements and transparency necessary in government procurement processes.
    The Federal Bureau of Prisons (BOP) Service Contract Business Management Questionnaire serves as a standardized method for firms interested in providing services to the BOP to demonstrate their qualifications and capabilities. This questionnaire is required for inclusion in specific solicitations or upon request from the Contracting Officer. It outlines the necessary details for potential contractors, including definitions of key terms such as "principals," "parent company," and "joint venture," and mandates that all provided information be current and factual. Firms must detail their project experience, including pertinent contracts from the past three years, illustrating their competency relevant to the BOP’s operational needs. Additionally, the questionnaire collects organizational information, required licensing, experience in residential services, financial data, and the responsible contacts within the firm. Firms must ensure compliance with federal standards and provide evidence of financial stability. Finally, all submissions are subject to verification, and any false statements can lead to severe penalties under the False Statements Act, emphasizing the importance of accuracy and transparency in the procurement process.
    The document outlines the compliance matrix for In-House Residential Reentry Center (RRC) Services and Home Confinement Services, detailing evaluation criteria for offerors’ proposals in response to a federal solicitation. It emphasizes the importance of past performance evaluation across multiple factors, including accountability programs, community relations, personnel management, communication, and specific requirements for home confinement accountability and programming. Offerors are instructed to submit documentation on their relevant contracts, including comprehensive narratives about their success in helping offenders reintegrate, ensuring operational availability, and maintaining community support. Detailed plans on site location suitability, community relations strategies, offender accountability, security measures, and personnel resources are also required. Specific page limits and requirements for technical, business, and past performance submissions are noted. The document reflects the government’s meticulous evaluation process aimed at ensuring successful implementation of offender support programs, adhering to safety and regulatory standards throughout the contract duration. The overall goal is to foster effective offender reentry initiatives while ensuring community engagement and compliance with legal standards.
    The RRC Contract Facility's Certification of Compliance is a formal document required for responding to a specific Request for Proposal (RFP). This certification affirms that the facility meets all applicable local, state, and federal laws and regulations, particularly regarding safety, zoning, occupancy, and air exchange. Additionally, it covers compliance with the Architectural Barriers Act, or notes if reasonable accommodations are made off-site. Key components of the document include the facility's name, address, and contact information, alongside signatures from authorized personnel confirming adherence to the stipulated requirements. The purpose of this certification is to ensure that the proposed facility operates within legal boundaries and maintains safety standards, which is critical in the context of government contracts and grants. Compliance with these regulations is essential for the evaluation and acceptance of proposals submitted by the facility.
    The document outlines a contractor's responsibilities to identify facilities within a half-mile radius of the proposed site for a Regional Resource Center (RRC) that could raise public concerns. This includes institutions such as schools, day-care centers, historical sites, and residential areas. The contractor is required to complete a table detailing each identified establishment, including the business name, address, distance from the proposed site, and a narrative discussing any potential opposition arising from their proximity to the RRC. There is no stated limit on the number of entries regarding nearby establishments. Overall, this guidance aims to ensure awareness and assessment of potential community opposition related to the proposed site by capturing essential local concerns relevant to the project.
    The document outlines Wage Determination No. 2015-5593 issued by the U.S. Department of Labor, specifying minimum wage rates for covered service contracts in Nevada, particularly Clark County. It highlights wage criteria mandated by Executive Orders 14026 and 13658, with rates varying based on contract dates, including a minimum of $17.75 hourly for contracts post-January 30, 2022, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The wage determination includes extensive occupation listings with corresponding hourly wage rates for various job titles across administrative, food service, health, and technical fields, among others, emphasizing fringe benefits such as health and welfare provisions. The document emphasizes contractor obligations under federal law and outlines requirements for conforming new classifications not explicitly listed. Additionally, it details paid sick leave provisions and regulations on uniform allowances and hazardous pay differentials. This registration serves to ensure compliance with wage laws to support fair labor practices in the performance of federally contracted services, aligning with the broader aims of federal grants and RFPs aimed at improving worker conditions.
    The Federal Bureau of Prisons has issued a subcontracting plan template for contractors, aligning with Federal Acquisition Regulation (FAR) subpart 19.7, which emphasizes the Small Business Subcontracting Program. The primary purpose of this template is to guide contractors in establishing subcontracting goals that promote small business inclusion, specifically targeting 36% for Small Businesses (SB), with designated sub-goals for Small Disadvantaged Businesses (SDB), Women-Owned Small Businesses (WOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and HUBZone Small Businesses. The document outlines the requirements for contractors to develop individual subcontracting plans, including the total dollar value of contracts, planned subcontracting dollars, and methods for identifying potential sources. It stipulates that contractors must maintain records of subcontracting opportunities and ensure timely payments to subcontractors. Furthermore, it requires contractors to implement good faith efforts to utilize identified small businesses and assures compliance through necessary reporting mechanisms. The structured format includes mandatory sections for identification data, subcontracting goals, and administrative duties, ensuring a comprehensive approach to fostering small business participation in federal contracting efforts. This template not only serves as an operational guideline but also reinforces the federal commitment to support small businesses in achieving equitable access to contracting opportunities.
    The U.S. Department of Justice, through the Federal Bureau of Prisons, has issued a Request for Information (RFI) regarding the provision of Residential Reentry Center (RRC) and Home Confinement (HC) services for male and female offenders in the Las Vegas metropolitan area. This RFI aims to assess the availability of qualified providers capable of delivering these services, as part of an anticipated solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Bureau is seeking insights on local ordinances, community support, potential challenges in locating services, zoning issues, and transportation availability. Respondents are asked to include organizational information, experience in the field, and input on the feasibility of establishing RRC services in the specified geographical area. The document emphasizes that participation in the RFI does not guarantee inclusion in future solicitations and includes a commitment to handle proprietary information appropriately. Interested parties must submit their responses and any questions by set deadlines, with the goal of improving procurement processes for these essential reentry programs.
    The document outlines the Statement of Work (SOW) for the management and operation of a Residential Reentry Center (RRC), which aims to provide community-based services for federal residents transitioning from incarceration. It emphasizes the need for a comprehensive approach to facilitate reintegration into society, with contractors responsible for staffing, facilities, safety, and program implementation according to stringent BOP guidelines. Key chapters address the administration, personnel qualifications, health and safety standards, training requirements, and community relations. The contractor must maintain a skilled workforce and ensure that all staff undergo extensive training, including background checks. The SOW mandates oversight and compliance with federal standards while allowing for regular BOP inspections. Furthermore, the contractor is expected to promote positive community interactions and maintain a safe environment free from misconduct. By operating within the frameworks of federal regulations and prioritizing correctional excellence, the SOW serves as a critical guide for contractors in supporting the transitional needs of federal offenders in community settings.
    Similar Opportunities
    Residential Reentry Center (RRC) and Home Confinement Services Located within the County Limits of Kanawha County, WV. Home Confinement within 100 miles of the RRC Facility.
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) and Home Confinement services for male and female federal offenders located within Kanawha County, West Virginia. The procurement aims to provide in-house RRC beds and home confinement placements, with a guaranteed minimum of 20 beds (16 males and 4 females) and 10 placements, respectively, while adhering to the guidelines set forth in the Federal Bureau of Prisons Statement of Work. These services are crucial for facilitating the successful reintegration of offenders into the community, ensuring they receive necessary support and programming during their transition. Interested parties must submit their proposals electronically by March 21, 2025, and can direct inquiries to Contract Specialist Matthew Comstock at mcomstock1@bop.gov.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located within the State Border of Oklahoma. Home Confinement within Radius 100 Miles of the Facility.
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) services and Home Confinement placements for male and female federal offenders within the state of Oklahoma. The procurement includes a guaranteed minimum of 66 in-house RRC beds (60 for males and 6 for females) and a home confinement requirement with a minimum of 50 placements, both of which are essential for effective offender management and rehabilitation. This Firm-Fixed Price/IDIQ contract will have a one-year base period with four optional years, emphasizing the need for a single provider to ensure interconnected programming and case management. The solicitation, identified as 15BRRC25R00000004, will be available on January 6, 2025, through the GSA’s Federal Business Opportunities website, with proposals due approximately 60 days later around March 7, 2025. Interested parties should monitor the website for updates and are encouraged to contact Matthew Comstock or Tana Jankowiak for further inquiries.
    Residential Reentry Services Located Within King County, Washington and Home Confinement Radius Within 200 Miles of the RRC Facility
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) and Home Confinement Services for federal offenders in King County, Washington, with a service radius extending 200 miles from the facility. The procurement aims to provide structured support and supervision for male and female offenders transitioning back into the community, emphasizing public safety and effective reintegration through comprehensive programming and oversight. Interested contractors must submit their proposals by February 21, 2025, at 2:00 P.M. Eastern Standard Time, and can direct inquiries to Contracting Officer Jeremy Essler at jessler@bop.gov. The contract will include a one-year base period with four additional one-year options, and compliance with updated wage determinations is required.
    Residential Reentry Center (RRC) Services and Home Confinement Services for Male and Female Offenders and Mothers and Infants Together (MINT) Services Located Within Maricopa County, Arizona
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services, Home Confinement Services, and Mothers and Infants Together (MINT) Services for male and female offenders in Maricopa County, Arizona. The contract aims to facilitate the transition of federal offenders back into society, providing essential support services that promote rehabilitation and reduce recidivism. This initiative underscores the importance of effective reentry programs in enhancing public safety and community integration. Interested vendors must submit their proposals by February 18, 2025, with the contract set to commence on January 1, 2026, and a primary contact for inquiries is Kevin Hoff at khoff@bop.gov or 202-598-6164.
    Pre-Solicitation Notice: Residential Reentry Services Located Within the Eastern Judicial District of California. Home Confinement Radius Within 100 Miles of the RRC Facility
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) services and Home Confinement services for male and female federal offenders in the Eastern Judicial District of California. The procurement aims to provide a minimum of 24 in-house RRC beds and 16 home confinement placements, with the potential for additional capacity, all in accordance with the Bureau's Statement of Work from March 2022. These services are critical for facilitating the reintegration of offenders into society while ensuring safety and compliance with legal standards. Interested parties should monitor the General Services Administration's Federal Business Opportunities website for the forthcoming solicitation, expected to be released in March 2025, and may contact Tana Jankowiak at tjankowiak@bop.gov or 202-598-6146 for further information.
    Residential Reentry Center (RRC) Serivces and Home Confinement Services Located in the State of Illinois within the Counties of Sangamon, Morgan, Menard, Cass, Logan, or Dewitt
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) services and home confinement services in specific counties of Illinois, including Sangamon, Morgan, Menard, Cass, Logan, and Dewitt. The objective of this procurement is to provide comprehensive support for federal offenders transitioning back into the community, ensuring adherence to safety, security, and rehabilitation standards throughout the process. These services are crucial for promoting successful reintegration and reducing recidivism rates among federal offenders. Interested parties must submit their proposals by April 1, 2025, at 2:00 PM Eastern Standard Time, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located Within the Island of Oahu, Hawaii
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services located on the Island of Oahu, Hawaii. The objective of this procurement is to provide comprehensive support for federal inmates transitioning back into the community, ensuring effective case management and adherence to safety and health regulations. These services are crucial for facilitating the rehabilitation and reintegration of offenders, thereby promoting public safety and community well-being. Interested contractors must submit their proposals by February 14, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    Pre-solicitation: Residential Reentry Center Services for MALE Only in the Washington, DC area, Montgomery County Maryland, Prince George’s County Maryland, Arlington County Virginia and/or Fairfax County Virginia
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) services exclusively for male federal offenders in the Washington, DC area, including Montgomery County and Prince George’s County in Maryland, as well as Arlington and Fairfax Counties in Virginia. The procurement involves providing in-house RRC beds and home confinement placements, with a guaranteed minimum of 120 beds and 60 placements, respectively, and an estimated maximum of 300 beds and 150 placements. These services are crucial for facilitating the successful reintegration of offenders into society, ensuring compliance with the Bureau's standards and regulations as outlined in the Statement of Work (SOW) from March 2022. The solicitation is expected to be available around February 28, 2025, with proposals due approximately 60 days later, and interested parties should monitor the General Services Administration's Federal Business Opportunities website for updates. For further inquiries, contact Tana Jankowiak at tjankowiak@bop.gov or Kevin Hoff at khoff@bop.gov.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located Within Tulsa County, Oklahoma
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified providers for Residential Reentry Center (RRC) and Home Confinement (HC) services in Tulsa County, Oklahoma. The Bureau aims to identify suppliers capable of accommodating up to 51 in-house placements and 60 home confinement placements, including the acceptance of sex offenders, to inform an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract arrangement. This Request for Information (RFI) is crucial for enhancing communication between the Bureau and potential contractors while assessing their capacity to meet the needs for these services in the region. Interested parties must submit their responses by March 3, 2025, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    Residential Reentry Center (RRC) Services and Home Confinement Services Within Chatham County, Georgia
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) and Home Confinement services in Chatham County, Georgia, under contract number 15BRRC24R00000021. The objective is to provide comprehensive support for federal offenders transitioning from incarceration to community life, with services required for both male and female populations, including in-house detention and home confinement. These services are critical for enhancing public safety and facilitating successful reintegration, reflecting the government's commitment to reducing recidivism rates. Interested bidders must submit their proposals by February 18, 2025, with inquiries directed to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.