The Federal Bureau of Prisons is soliciting proposals for Residential Reentry Center (RRC) Services for male and female Federal offenders in Tampa, Florida. Offerors must submit Business, Technical/Management, and Past Performance Information Proposals via email, following instructions in Section L of the RFP. The Business Proposal requires a cover letter with firm rates, Sections A, B, J (attachments), and K. The Technical/Management Proposal needs a detailed explanation of the approach, methods, techniques, and manpower, including a cover sheet with the place of performance and contact person for on-site inspections. Proposals must be valid for at least 240 days. Contractors must enroll in the E-Verify Program within 30 days of contract award. All questions should be directed to the Contracting Officer listed in Block 10 of Standard Form 33.
The Federal Bureau of Prisons is soliciting proposals for Residential Reentry Center (RRC) Services for male and female federal offenders in Tampa, Florida. Interested parties must submit their Business, Technical/Management, and Past Performance Information Proposals via email, adhering to the detailed instructions outlined in Section L of the Request for Proposals (RFP). The Business Proposal should include a cover letter with firm pricing, relevant sections as specified, and certifications. The Technical/Management Proposal requires a comprehensive plan detailing methods and manpower to meet the objectives. Note that the Government may award contracts without discussion, so proposals should be final. An on-site facility inspection will be conducted prior to contract negotiations. All contractors must enroll in the E-Verify Program for employment eligibility verification during the contract period. Inquiries should be directed to the listed Contracting Officer's contact information. This RFP demonstrates the Federal Bureau of Prisons' commitment to manage reentry services effectively while ensuring regulatory compliance and eligibility for contractors.
The Federal Bureau of Prisons Acquisitions Branch has issued Solicitation Number 15BRRC25R00000036 for residential reentry services. The solicitation was issued on July 1, 2025, and will close on August 30, 2025, at 2:00 P.M. Eastern Standard Time. The required services are to be located within Tampa, Florida. Proposals should be addressed to Pamela Barcelona, Contract Specialist, via email at pbarcelona@bop.gov.
The Federal Bureau of Prisons' Acquisitions Branch is issuing a solicitation for residential reentry services under solicitation number 15BRRC25R00000036. The request for proposals (RFP) was issued on July 1, 2025, and the closing date for submissions is August 30, 2025, at 2:00 P.M. Eastern Standard Time. The program aims to facilitate the reintegration of individuals into the community upon their release, particularly in the Tampa, Florida area. Proposals must be directed to Contract Specialist Pamela Barcelona at the U.S. Department of Justice. This solicitation reflects the ongoing efforts of the Federal Bureau of Prisons to establish contracts for services that support the successful reentry of individuals into society, enhancing public safety and reducing recidivism. The document is structured clearly, outlining the essential dates and contact information relevant to potential bidders.
The Federal Bureau of Prisons (BOP) issued Solicitation 15BRRC25R00000036 for Residential Reentry Center (RRC) and Home Confinement services in Tampa, Florida. This indefinite-delivery, indefinite-quantity contract with firm-fixed unit prices covers a one-year base period and four one-year option years, plus a six-month extension option. The services involve housing and managing federal offenders, with pricing tiered by average daily population (ADP) for both RRC beds and home confinement placements. The contract specifies detailed requirements for performance, invoicing, key personnel, and evaluation factors, including accountability, programs, community relations, site suitability, personnel, communication, and home detention effectiveness. The Orlando RRM Office will manage the contract, with funds contingent on availability.
The document outlines a solicitation by the Federal Bureau of Prisons (BOP) for Residential Reentry Center (RRC) and Home Confinement services in Tampa, Florida, under contract number 15BRRC25R00000036. Issued on July 1, 2025, the solicitation invites firms to submit sealed offers for providing designated services related to the management of federal offenders. The contract is structured as an indefinite-delivery, indefinite-quantity type, with a one-year base period and four one-year options. Clear pricing tiers are established based on average daily population metrics for both RRC and Home Confinement placements. Specific requirements for service delivery, billing procedures, and contractor performance evaluation are detailed in the document.
The RRC and Home Confinement services aim to ensure satisfactory programming and case management of offenders, accommodating both male and female populations. The document emphasizes that all offers will be contingent upon the availability of funds, and cancellations may occur at the government's discretion without liability for incurred costs. The intent is to ensure robust community safety while facilitating the reintegration of offenders into society.
The Bureau of Prisons (BOP) Statement of Work (SOW) outlines the requirements for contractors to establish and operate Residential Reentry Centers (RRCs). These centers provide community-based correctional services, assisting federal residents in transitioning from prison to the community. The SOW details administrative and organizational procedures, personnel qualifications, facility standards, safety protocols, and program requirements, including medical and food services. Contractors must comply with federal, state, and local laws, as well as BOP policies, and are responsible for all associated costs. Key aspects include comprehensive staff training, rigorous background checks, strict employee conduct standards, and a zero-tolerance policy for sexual abuse in accordance with the Prison Rape Elimination Act (PREA). The document emphasizes community outreach, fiscal responsibility, and continuous monitoring by BOP staff to ensure contract compliance and the safe, humane operation of RRCs.
The document is a Statement of Work (SOW) for managing and operating a Residential Reentry Center (RRC) for the Bureau of Prisons (BOP). It outlines expectations for contractors in providing community-based services to individuals transitioning from prison. Key objectives include ensuring resident support through skill development, maintaining safety and security, and complying with relevant laws and regulations.
Chapters detail administrative responsibilities, personnel requirements, facility standards, and specific operational procedures. Contractors must furnish all necessary personnel and resources, adhere to extensive training requirements, and maintain transparent communication with BOP oversight. They are responsible for implementing policies on resident discipline, program support, and emergency procedures while ensuring compliance with the Prison Rape Elimination Act.
Performance is monitored through regular inspections and evaluations, with a focus on community relations and the fiscal management of services. The SOW highlights the importance of a structured approach to reentry programs, aiming to reduce recidivism and enhance public safety through effective rehabilitation services. Overall, it underscores the BOP’s mission to provide safe and humane environments while fostering the reintegration of federal residents into society.
The Federal Bureau of Prisons (BOP) uses a Performance Summary Table to outline potential payment withholdings from contractors who fail to meet contract requirements. This table, authorized by the Inspection of Services Clause, details various contract requirements, their vital functions, and the percentage of the monthly invoice (0-30%) that may be withheld. Key categories include Safety/Security/Order (up to 30%), Resident Care/Services (up to 10%), Programs and Activities (up to 25%), Justice/Case Management (up to 25%), Administration/Management (up to 5%), and Quality Control (up to 5%). The BOP reserves the right to withhold more than the specified amounts, aggregate withholdings for consistent non-compliance, and does not waive its right to withhold by pursuing other corrective actions first. The table serves as a notice, not a binding obligation, and does not alter the contract's Statement of Work.
The Performance Summary Table outlines the contract requirements and corresponding penalties for non-compliance, as determined by the Federal Bureau of Prisons (BOP). It details the essential functions necessary for maintaining safety, security, and order within correctional facilities, including the provision of adequate living conditions, emergency procedures, resident monitoring, and accountability measures. Each requirement is assigned a percentage value of the contractor's invoice that may be withheld for failure to meet specific obligations, with safety being prioritized as the most critical area. Additional categories, such as resident care/services, programs, justice/case management, administration, and quality control, further articulate the obligations of the contractor. The BOP retains discretion to withhold funds beyond stated percentages, and the document clarifies that repeated non-compliance could result in aggregated penalties. Overall, the Purpose of this summary is to ensure contractors understand their responsibilities and the potential consequences of inadequate performance while adhering to the contract stipulations essential for safe and effective prison operations.
Section J outlines the environmental compliance requirements for projects funded by federal funds, specifically for the Federal Bureau of Prisons Community Corrections Program. It mandates the submission of an Environmental Checklist with all proposals to assess potential environmental impacts and ensure adherence to various environmental statutes, including NEPA, the Clean Air Act, and the Endangered Species Act. Depending on the proposal's nature (e.g., new construction, significant modifications, or proximity to sensitive areas), further environmental analyses like an Environmental Assessment (EA) or Environmental Impact Statement (EIS) may be required. The checklist gathers details on proposed projects, site locations, and potential impacts on environmental and cultural resources, with a certification of compliance required from the certifying official. Failure to accurately complete the checklist may lead to proposal disqualification.
This document outlines the federal compliance requirements concerning environmental impacts for proposals that involve federal funds, specifically targeting submissions to the Federal Bureau of Prisons for community corrections programs. It emphasizes adherence to laws such as the National Environmental Policy Act (NEPA) and the Clean Water and Air Acts, requiring bidders to provide an Environmental Checklist with their proposals. This checklist is mandatory for assessing potential environmental consequences and must be completed accurately to avoid disqualification from the proposal process. The document also details specific factors that may necessitate further environmental assessments, such as new construction or proximity to sensitive areas. Bidders must certify that they comply with applicable laws and provide thorough project descriptions, including potential impacts on local resources and community structures, to facilitate a comprehensive evaluation. The emphasis is on early identification of environmental concerns to ensure responsible project implementation.
This letter serves as a community notification from an offeror to the Federal Bureau of Prisons (BOP) regarding a proposal for Residential Reentry Center (RRC) services, or "halfway house" services, for federal offenders. The offeror is responding to a BOP Request for Proposals (RFP) to provide transitional programming for inmates nearing release. The letter documents partial fulfillment of a requirement for offerors to notify and seek input from local law enforcement and elected officials. It details the proposed facility's address, current use, zoning, permits, necessary renovations, contract term, and bed capacity for male and female offenders. The BOP emphasizes its commitment to public safety through RRCs, which help offenders reintegrate into the community, and its strict oversight of these contracts. The letter also describes the sources of federal offenders at RRCs and invites comments from the community on the proposed facility.
The Federal Bureau of Prisons (BOP) has issued a community notification letter regarding a proposal submitted by [name of offeror] for Residential Reentry Center (RRC) services, also known as halfway house services, for federal offenders in the specified geographic area. This letter serves as a formal notification and part of the requirement to gather input from local government authorities. The proposed contract will stipulate the accommodation of [insert estimated bed numbers] for male and female offenders, with flexibility to escalate bed capacity based on unforeseen needs. The BOP emphasizes the importance of RRCs in enhancing public safety by assisting inmates with reintegration into society. Oversight is prioritized through established contract language that mandates accountability and monitoring. The BOP invites local stakeholders to express their views on the proposal, emphasizing a collaborative approach in the RRC contracting process. Feedback should be directed to the contracting officer, providing an opportunity for public engagement prior to the contract award.
This document is a sample client notification letter for a government contractor responding to a Department of Justice, Federal Bureau of Prisons (BOP) Request for Proposals (RFP) for Residential Reentry Center services. The letter informs past performance references that they may be contacted by the BOP to provide information on the contractor's past work. It emphasizes the BOP's reliance on past performance as a key source selection factor, as mandated by the Federal Acquisition Streamlining Act. The letter authorizes the release of information to the BOP and the contractor, but specifies that the names of the individuals providing references will remain confidential, as per Federal Acquisition Regulation. It requests honest and candid feedback and identifies specific points of contact within the client's organization who have knowledge of the contractor's performance.
The provided letter serves as a notification to past performance references for a government Request for Proposals (RFP) from the Department of Justice, Federal Bureau of Prisons (BOP) concerning Residential Reentry Center services. It emphasizes the importance of past performance as a selection criterion under the Federal Acquisition Streamlining Act. The letter seeks cooperation from references by allowing them to provide honest feedback about the work done by the entity responding to the RFP. It also reassures references that while they will be contacted, their identities will remain confidential as required by the Federal Acquisition Regulation. Two specific contacts from the organization are identified for reference-related inquiries. The letter aims to ensure a collaborative evaluation process that strengthens the proposal submitted in response to the BOP's solicitation for services.
The provided document is a sample bank notification letter designed for businesses responding to federal government Requests for Proposals (RFPs), specifically from the Department of Justice, Federal Bureau of Prisons (BOP), for Residential Reentry Center services. The letter's purpose is to authorize a bank to release financial information to the BOP if contacted, as the Federal Acquisition Regulation requires contracting officers to assess an offeror's financial capability before awarding a federal contract. It specifies that inquiries will be general, made by authorized BOP staff, and identifies a point of contact at the bank. This ensures the offeror's financial standing can be verified as part of the federal procurement process.
The sample bank notification letter is a formal communication utilized in response to a Department of Justice Request for Proposals (RFP) for Residential Reentry Center services. Its primary purpose is to inform a designated bank reference that the submitting organization is seeking a federal contract, specifically from the Bureau of Prisons (BOP). The letter outlines the need for the contracting officer to assess the financial capability of the apparent successful offeror before awarding the contract. It authorizes the identified bank representative to provide information about the organization's financial standing if contacted by the BOP's contracting staff. The document emphasizes the importance of cooperation and specifies that the requested information is general in nature. The tone remains professional and formal, adhering to protocols required by federal procurement processes. Overall, the letter serves to facilitate the verification of financial qualifications, crucial for the successful acquisition of federal contracts.
The Federal Bureau of Prisons' Service Contract Business Management Questionnaire is a crucial document for firms seeking to provide services to the government. It outlines the bureau's policy of encouraging qualified firms to submit statements of qualifications and performance data. The questionnaire defines key terms such as “Principals,” “Parent Company,” “Joint Venture,” “Consultant,” and “Specialists and Individual Consultants.” It provides detailed instructions for submission, requiring information on project location, firm contact details, personnel by discipline, venture partners, and a list of five recent and relevant contracts. Additionally, the questionnaire requests organizational information, licensing, experience (including any past failures or legal issues), and comprehensive financial data. Firms must attach audited financial statements and ensure all information is current and factual, with a warning about false statements under 18 U.S.C. 1001.
The Federal Bureau of Prisons has established a Service Contract Business Management Questionnaire to gather qualifications and performance data from firms seeking to provide government-required services. This document outlines instructions and definitions for firms participating in the solicitation process. It calls for detailed information regarding the firm’s structure, including names of principals, personnel discipline, and experience in related projects. Additional sections prompt for financial data, past contracts, and legal compliance, while emphasizing that all submitted information must be accurate.
Key objectives include identifying qualified contractors for discussions or screening before further communication. The document serves as a fundamental step in the procurement process for federal contracts and is essential for ensuring that organizations meet required criteria. Compliance with the detailed requests demonstrates the firm's capabilities and establishes a basis for evaluation by contracting officers, thereby aiding in the responsible allocation of services requested by the government. The overall emphasis is on accountability and transparency in the submission of information critical to the evaluation process.
This government file outlines the compliance matrix for In-House Residential Reentry Center (RRC) and Home Confinement Services, detailing proposal preparation instructions and evaluation criteria. It covers past performance, technical/management, and business proposal areas. Offerors must submit information on relevant past contracts, site suitability, community relations, offender accountability, reentry programs, facility compliance, and personnel plans. Key past performance factors include accountability, programs, community relations, personnel, and communication, with specific instructions for home confinement services. Technical/management evaluation focuses on site validity (right to use, zoning, local concerns), community relations programs (community notification, support, and opposition mediation), offender accountability and security, reentry programs, facility design and operational availability, and personnel resources. The document specifies page limits and submission formats for various plans and supporting documentation, emphasizing the need for comprehensive and relevant proposals to ensure successful contract performance and community integration.
The document outlines the compliance matrix for In-House Residential Reentry Center (RRC) Services related to Home Confinement Services as part of a federal government solicitation. It details the criteria and evaluation factors for proposals, emphasizing the importance of past performance, accountability, community relations, and program effectiveness in re-entering offenders into society. Bidders must provide information on prior contracts, a narrative on their success rates, and plans pertaining to site location, community engagement, offender accountability, and staff management. Key submissions include documentation for zoning approval, community relations plans, and offender reentry programs, each with specific page limits. The assessment process will involve a thorough review of proposed plans and adherence to compliance requirements to ensure operational effectiveness and community support. Collectively, these elements aim to foster comprehensive offender support systems while maintaining public safety and stakeholder collaboration in delivering community corrections programs.
The RRC CONTRACT FACILITY Certification of Compliance form ensures that a facility adheres to current local, state, and federal laws and regulations for safety, zoning, occupancy, accessibility (Architectural Barriers Act or reasonable accommodation), and air exchange. This certification is required for government RFPs, federal grants, and state/local RFPs. By signing, the facility certifies its compliance with the outlined standards in the Statement of Work and Solicitation for the specific RFP. This document is crucial for demonstrating a facility's commitment to safety and regulatory adherence in government contracting processes.
The RRC Contract Facility document serves as a Certification of Compliance associated with a Request for Proposals (RFP). It stipulates that the submitting facility must adhere to relevant local, state, and federal laws regarding safety, zoning, occupancy, the Architectural Barriers Act, and air exchange requirements, ensuring the highest standards of compliance. The form requires the facility's name, address, and contact information, alongside the printed name and title of the certifying individual, their signature, and the date of signing. This certification is crucial in affirming that the facility meets necessary legal and regulatory standards, thereby allowing it to be considered for government contracts related to the RFP. The document underscores the importance of regulatory compliance in the selection process for federal grants and RFPs at various governmental levels.
This government file outlines a requirement for contractors to identify and document local area concerns within a half-mile radius of a proposed RRC (presumably a facility or project site). The primary purpose is to assess potential public concerns arising from the RRC's proximity to sensitive establishments. Contractors must complete a table detailing businesses and addresses, their distance from the proposed site, and a narrative on potential opposition. This includes, but is not limited to, schools, day-care centers, historical landmarks, and other residential facilities. The document emphasizes that there is no limit to the number of entries required. This exercise is crucial for federal, state, and local RFPs and grants, ensuring that potential public concerns and community impacts are thoroughly considered and documented during the proposal phase.
The contractor is tasked with identifying nearby facilities within a half-mile radius of the proposed site that may raise public concern. These facilities include schools, day-care centers, historical landmarks, and residential areas. A table must be completed with relevant information, detailing each establishment's name, address, distance from the proposed site, and a narrative from the offeror regarding potential public opposition related to these nearby facilities. There is no limit to the number of entries allowed in the table, giving the contractor flexibility to provide a comprehensive overview of local concerns. This requirement is part of a broader effort in assessing community impact during the evaluation of proposals submitted in response to government RFPs.
This government file, Wage Determination No. 2015-4571 Revision No. 26, issued by the U.S. Department of Labor, details minimum wage rates and benefits for service contract employees in Hernando, Hillsborough, Pasco, and Pinellas Counties, Florida. It outlines two Executive Orders, 14026 and 13658, which mandate minimum hourly wages of $17.75 and $13.30, respectively, based on contract award dates. The document lists numerous occupational categories, from administrative support to technical roles, with corresponding hourly rates. It also specifies fringe benefits, including health & welfare, vacation, and eleven paid holidays. Special provisions cover paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. A conformance process is detailed for unlisted job classifications, ensuring fair compensation. The file emphasizes compliance with the Service Contract Act and related regulations.
The document presents the Wage Determination No. 2015-4571, issued by the U.S. Department of Labor, which outlines the minimum wage and fringe benefits required for contractors under the Service Contract Act. It specifies wage rates for various occupations, particularly in Florida, highlighting that contracts awarded on or after January 30, 2022, must comply with Executive Order 14026, requiring a minimum wage of $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, under Executive Order 13658, the minimum wage is set at $13.30 per hour. The document also details collective benefits such as health and welfare allowances, vacation pay, and paid sick leave as stipulated by the Executive Orders. Additionally, it outlines the process for classifying unlisted employee categories and obtaining the necessary wage rates. This Wage Determination is crucial for compliance in federal contracting and outlines protections for labor, guiding contractors on compensatory obligations and employees' rights under federal law.
The Federal Bureau of Prisons (BOP) provides a Subcontracting Plan Template to guide contractors in developing individual subcontracting plans, ensuring compliance with Federal Acquisition Regulation (FAR) subpart 19.7 – The Small Business Subcontracting Program. This template outlines specific subcontracting goals for various small business categories (SB, SDB, WOSB, SDVOSB, HUBZone), contractor identification data, and requirements for detailing total contract value and planned subcontracting dollars across base and option periods. It mandates the inclusion of a program administrator, their duties, and efforts to ensure equitable opportunities for small businesses. The document also details reporting requirements through the eSRS, record-keeping, good faith efforts, and timely payments to subcontractors. The template is designed to ensure transparency and accountability in subcontracting, with sections for signature and approval by the contractor, BOP Small Business Representative, and Contracting Officer.
The Federal Bureau of Prisons (BOP) provides a subcontracting plan template for contractors to comply with the Small Business Subcontracting Program as outlined in the Federal Acquisition Regulation (FAR) subpart 19.7. The template is designed to facilitate the inclusion of small businesses in contracts, with specific goals set for various categories such as Small Business (36%), Small Disadvantaged Business (5%), Women-Owned Small Business (5%), and others. Contractors are instructed to fill in designated sections while allowing for automatic calculations of goals based on the total planned subcontract dollars.
The document also outlines the procedures for establishing subcontracting goals, the identification of potential small business sources, reporting requirements, and maintaining records to ensure compliance. It emphasizes the contractor's responsibility to make good faith efforts in subcontracting with small businesses and includes stipulations for timely payments to subcontractors.
Ultimately, this template aims to enhance opportunities for small businesses within federal contracting, promoting equitable participation in government contracts while adhering to established regulatory requirements and reporting frameworks.
The U.S. Department of Justice, through the Federal Bureau of Prisons, is seeking information regarding the provision of Residential Reentry Center (RRC) and Home Confinement (HC) services for male and female offenders within Tampa, Florida. This Request for Information (RFI) aims to assess the availability of qualified vendors ahead of a future solicitation anticipated to be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Bureau seeks to secure a maximum of 122 in-house placements and 80 home confinement placements, requiring accommodation for sex offenders. Interested vendors are invited to respond with their qualifications, experiences, and insights regarding local issues, ordinances, transportation options, and zoning challenges related to providing these services. The Bureau emphasizes that this RFI does not initiate a procurement process or obligate the government to contract. Responses are to be emailed by May 21, 2025, and should include company details, responses to specific questions, and any proprietary information marked accordingly. This initiative reflects the Bureau's commitment to improving reentry support for offenders while engaging community service providers.
The Federal Bureau of Prisons is issuing a Request for Proposals (RFP) for Residential Reentry Center (RRC) services and Home Confinement services in Tampa, FL, aimed at male and female federal offenders. This contract will include up to 122 RRC in-house beds—110 for males and 12 for females—and up to 80 home confinement placements. The RRC and home confinement services are interconnected, leading the government to prefer awarding the contract to a single provider to ensure effective case management and programming. The RFP, numbered 15BRRC25R00000036, will be available on or about July 1, 2025, exclusively through the Government Point of Entry website (www.sam.gov), with no hard copies provided. Proposals are due around August 30, 2025, and all interested entities should monitor the site for updates, as no direct requests for solicitation will be entertained. This procurement process reflects the government’s ongoing efforts to enhance rehabilitative services for federal offenders while ensuring compliance and effective oversight in behavioral and residential management.
The U.S. Department of Justice, through the Federal Bureau of Prisons, has issued a Request for Information (RFI) to identify qualified sources for providing Residential Reentry Services within Tampa, Florida. The anticipated services will encompass 122 In-House placements and 80 Home Confinement placements for male and female offenders, including the accommodation of sex offenders. This RFI aims to gauge community feasibility and supplier capability for these services within a 100-mile radius of the facility. Qualified vendors are invited to respond to specific questions regarding their experience, local restrictions, zoning issues, transportation availability, and environmental concerns. The RFI emphasizes that it is solely for information gathering and does not constitute a commitment for future contracts. Responses must be submitted by May 21, 2025, and will aid the Bureau in understanding potential procurement challenges and community perspectives on the program. The Bureau aims to ensure comprehensive service provision in alignment with the requirements for offender reentry programs within the local area.
The document outlines the Statement of Work (SOW) for the operation and management of a Residential Reentry Center (RRC) as part of the Bureau of Prisons (BOP) initiative. The RRC aims to provide comprehensive community-based services to assist federal residents transitioning from prison to the community. Key sections cover administrative organization, personnel requirements, facility compliance, and programmatic expectations to ensure safety, security, and effective rehabilitation. The contractor is responsible for maintaining adequate staffing, with defined qualifications and a training regimen, and for adhering to local, state, and federal regulations. The document emphasizes the importance of community outreach, fiscal responsibility, and maintaining a drug-free environment while ensuring compliance with the Prison Rape Elimination Act (PREA). Overall, the SOW seeks to establish standards to promote correctional excellence, respect, and integrity within RRC operations, fostering a rehabilitative environment for residents.
The U.S. Department of Justice, through the Federal Bureau of Prisons, has issued a Request for Information (RFI) aimed at identifying qualified providers for Residential Reentry Center (RRC) and Home Confinement (HC) services in Tampa, Florida. This RFI precedes a forthcoming solicitation that will be posted on SAM.gov, targeting both male and female offenders. Providers are encouraged to submit their qualifications, insights about local regulations, zoning issues, public transportation access, and community support regarding these services. The proposed contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with tiered pricing for an estimated 122 in-house placements and 80 home confinement placements. Responses must be submitted by May 26, 2025, 2:00 p.m. EDT, and will not automatically include respondents in any future procurement processes. The RFI is intended for planning purposes only and does not bind the Government to any contract or procurement actions. Interested parties should ensure their responses do not include unsolicited proposals or marketing materials and must highlight any proprietary information they wish to protect from disclosure.