Residential Reentry Center (RRC) Services and Home Confinement Services Located within the City Limits of Syracuse, New York
ID: 15BRRC25R00000015Type: 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 located within the city limits of Syracuse, New York. The procurement aims to provide essential services for federal offenders transitioning back into society, accommodating both male and female residents, with a focus on facilitating their reintegration while ensuring public safety. This initiative underscores the importance of community-based rehabilitation services and the need for contractors to adhere to strict operational standards and compliance with federal regulations. Interested parties must submit their proposals by May 23, 2025, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Bureau of Prisons is seeking proposals to provide Residential Reentry Center (RRC) Services for federal offenders in Syracuse, New York. Potential offerors must comply with specific submission guidelines outlined in the Request for Proposals (RFP), including Business, Technical/Management, and Past Performance Information Proposals, to be sent via email. The selection process may not involve discussions, so proposals should be final. An on-site facility inspection will occur before contract negotiations to assess capabilities. Compliance with the E-Verify Program is mandatory for all contractors to ensure employment eligibility verification. The document emphasizes transparency, stating that the government may disclose proposal details publicly in specific circumstances. Inquiries related to the solicitation should be directed to the Contracting Officer listed in the provided forms. The deadline for proposal validity is set at a minimum of 240 days post-solicitation closure. The solicitation reflects the federal government's initiative to reform rehabilitation services, aiming for effective reintegration of offenders into society.
    The Federal Bureau of Prisons is soliciting proposals for a residential reentry contract in Syracuse, New York. The contracting solicitation is identified by the number 15BRRC25R00000015, with an issue date of March 19, 2025, and a closing date set for May 19, 2025, at 2:00 P.M. Eastern Standard Time. Proposals must be directed to Kevin Hoff, a Contract Specialist at the U.S. Department of Justice, via email. This request for proposals aims to secure services that facilitate the reintegration of individuals released from incarceration, reflecting the federal commitment to reentry programs. The location requirement emphasizes the relevance of the services within the specific city limits of Syracuse. This solicitation is part of broader federal initiatives aimed at improving rehabilitation outcomes and support for formerly incarcerated individuals.
    The document outlines a Request for Proposal (RFP) issued by the Federal Bureau of Prisons for providing Residential Reentry Center (RRC) Services and Home Confinement Services in Syracuse, New York. The solicitation details the requirements for contractors to offer a range of services based on the average daily population (ADP) of federal offenders. The contract spans a base year with four optional yearly extensions, emphasizing firm-fixed prices. Key service categories include a fixed monthly rate for 18 or fewer federal offenders and various day rates for higher populations. The RFP mandates stringent standards for service provision, requiring in-house services to accommodate both male and female offenders effectively. Additionally, the contract outlines payment structures, evaluation factors for awarding, and compliance with security regulations related to Department of Justice (DOJ) information. The document underscores the expectation of high-quality service and adherence to established guidelines, with a focus on maintaining public safety and successful reintegration of offenders into the community. The RFP format highlights essential performance metrics and responsibilities, ensuring contractors meet both operational and regulatory standards throughout the contractual period.
    The Statement of Work (SOW) outlines the management and operation requirements for a Residential Reentry Center (RRC) under the Bureau of Prisons (BOP). It aims to provide comprehensive community-based services for federal residents transitioning from incarceration to the community. Key responsibilities include ensuring personnel, management, and equipment are provided for all contract services, maintaining safety and security, and adhering to federal, state, and local regulations. The contractor is mandated to develop operational policies, ensure staff receives proper training, and maintain open communication with community partners. Important policies also cover aspects like drug-free workplace regulations, emergency preparedness, and protocols to prevent sexual abuse within the facility. Personnel requirements specify appropriate staffing ratios, qualifications for key personnel roles, and adherence to employee conduct standards to maintain a high level of integrity and professionalism. Compliance with various federal standards and regulations is emphasized throughout the document. Ultimately, the SOW serves as a foundational guideline for the contractor's operation of the RRC, ensuring the facility supports residents' reintegration while upholding community safety and maintaining BOP's mission of correctional excellence.
    The document outlines the Performance Summary Table associated with a contract by the Federal Bureau of Prisons (BOP). It details various contract requirements, vital functions, and the potential percentage of payment that may be withheld from contractors for noncompliance. The table categorizes requirements under key areas such as Safety/Security, Resident Care/Services, Programs and Activities, Justice/Case Management, Administration/Management, and Quality Control. Each category includes essential functions that contractors must fulfill to maintain compliance with federal, state, and local regulations. The BOP retains the discretion to withhold payments beyond the specified amounts in instances of serious violations. Additionally, it can aggregate withholding amounts if performance issues persist over time. This document emphasizes the BOP's commitment to maintaining operational standards and accountability within federal contracts, ensuring safety and effective service delivery for residents in correctional environments.
    The document outlines the environmental compliance requirements for proposals involving federal funding, specifically for the Federal Bureau of Prisons’ Community Corrections Program. It emphasizes adherence to environmental statutes such as NEPA and other relevant laws. Proposals must include a completed Environmental Checklist detailing potential impacts on the environment, including water and air quality, hazardous materials, and cultural resources. If significant construction or renovations are proposed, further analysis, like an Environmental Assessment (EA) or an Environmental Impact Statement (EIS), may be required. The checklist mandates detailed descriptions of the project scope, site location, and zoning compliance. Importantly, failure to properly complete the checklist could result in the proposal being disqualified from consideration. The document is structured into sections that facilitate the identification of potential environmental issues and ensure early mitigation measures are taken, ultimately fostering responsible project planning within the context of federal funding.
    The Federal Bureau of Prisons (BOP) is notifying local officials regarding a proposal submitted by [offeror] for the provision of Residential Re-entry Center (RRC) services, also known as "halfway house" services, for federal offenders in the specified geographic area. This communication is part of the RFP process designed to encourage competitive bidding. The proposed facility will accommodate an estimated number of beds for male and female offenders, with potential for increased capacity depending on future needs. The BOP places significant emphasis on contract oversight, ensuring that standards for inmate accountability and programming are met through regular inspections and training. Offenders residing at the RRC will primarily consist of inmates nearing release and those under U.S. Probation supervision. The letter also invites feedback from local law enforcement and government officials to gauge community support or concerns regarding the proposal, lending an opportunity for stakeholders to engage in the process. For further inquiries, contact information for the contracting officer and the offeror is provided. Overall, this initiative aims to facilitate smoother reintegration of offenders into society while promoting public safety.
    The provided sample client notification letter is intended for use by entities responding to a Request for Proposals (RFP) from the Department of Justice, Federal Bureau of Prisons (BOP) for Residential Reentry Center services. The letter serves to inform past performance references that their input will be sought as part of the proposal evaluation process, in line with the Federal Acquisition Streamlining Act. It emphasizes the importance of past performance in the selection criteria set by the BOP and requests that references provide honest evaluations of the agency's work. The letter also reassures that while information will be shared with the organization, the identities of those providing feedback will remain confidential, adhering to federal regulations. Points of contact within the referencing organization are identified, highlighting the respectful cooperation needed for the evaluation process. This structured approach underscores the procedural expectations in government contracting, particularly regarding references and performance history.
    The document is a sample notification letter intended for banks, used by a proposal responder to the Department of Justice’s Federal Bureau of Prisons (BOP) regarding an RFP for Residential Reentry Center services. It outlines the necessity for the BOP to verify the financial capacity of the apparent successful offeror before contract award, as mandated by the Federal Acquisition Regulation. The letter authorizes the recipient bank to respond to inquiries about the applicant's financial status. It designates a bank point of contact knowledgeable about the offeror’s financial conditions and extends appreciation for the bank’s cooperation. The letter reinforces the importance of transparency and compliance in federal contract procurement procedures.
    The Federal Bureau of Prisons requires service contractors to complete a Service Contract Business Management Questionnaire to demonstrate their qualifications. This document serves as a basis for evaluating potential contractors, emphasizing the importance of providing accurate and current information across various sections. Key sections include: identification of the project, information about the submitting organization and its principals, details on personnel and subcontractors, recent relevant projects, business structure, licensing, work experience, financial data, and proof of financing. Each contractor must supply specific performance data, including the nature of their previous contracts, especially those related to similar services. The questionnaire aims to ensure that the contracting process is transparent and that only qualified firms are considered for government contracts, adhering to regulations outlined in the False Statements Act. Overall, it promotes accountability and quality in government service procurement by gathering comprehensive background information.
    The document outlines the compliance matrix for In-House Residential Reentry Center (RRC) Services and Home Confinement Services, detailing the proposal preparation instructions for potential offerors. It emphasizes the evaluation of past performance in areas such as accountability, community relations, and personnel management, requiring detailed submissions of relevant contracts from the last three years, along with methods for offender support and community integration. Key evaluation factors include: - The offeror's efficacy in implementing offender accountability programs. - Strategies for assisting offenders' reentry into society. - Program effectiveness for maintaining public support for community corrections. Technical evaluation focuses on site validity, community relations, accountability, and operational readiness, with requirements for documented zoning approvals and detailed plans for community engagement initiatives. Offerors must provide specific plans and descriptions, including an Offender Reentry Program and Home Confinement plans, to demonstrate their comprehensive approach to supporting offenders. The overall purpose of this solicitation is to ensure that selected providers can effectively manage offender rehabilitation and maintain community relations while complying with government standards, thereby ensuring public safety and operational success for RRC services.
    The RRC Contract Facility's Certification of Compliance form is part of the requirements for responding to a specified Request for Proposals (RFP). The document ensures that the designated facility fully adheres to all applicable local, state, and federal laws regarding safety, occupancy, zoning, and necessary accommodations as mandated by relevant engineering and safety regulations, specifically those outlined in the Statement of Work and the solicitation details. By signing the document, the certifying individual, who must present their name, title, and date, affirms that the facility meets these legal standards, which are crucial to maintaining compliance during the proposal process. This certification demonstrates the facility's eligibility and commitment to ensuring safety and adherence to regulatory requirements, which are critical elements in the securing of federal grants and state or local contracts.
    The document outlines the requirement for contractors to identify local facilities within a half-mile radius of a proposed site (referred to as RRC) that could generate public concern. The contractors must consider various establishments such as schools, daycare centers, historical landmarks, and residential areas. A table is provided for contractors to fill out with specific details, including their name and address, the distance of each identified establishment from the proposed site, and narratives addressing potential public opposition related to these facilities. There are no limits on the number of establishments that can be reported, emphasizing comprehensive local engagement and awareness in the proposal process. This requirement is typical in government RFPs to assess community impact and stakeholder concerns before project approvals.
    The Federal Bureau of Prisons (BOP) provides a subcontracting plan template for contractors, ensuring compliance with the Federal Acquisition Regulation (FAR) regarding small business participation in federal contracts. Contractors must fill out specific sections of the template, detailing subcontracting goals for various small business categories: Small Business (36%), Small Disadvantaged Business (5%), Women-Owned Small Business (5%), Service-Disabled Veteran-Owned Small Business (5%), and HUBZone Small Business (3%). The template outlines necessary components, including identification data, planned subcontracting dollar amounts, and methods for identifying socioeconomic sources. Key responsibilities include developing realistic subcontracting goals based on historical data, ensuring equitable opportunities for small businesses, and providing assurances for timely payments to subcontractors. The plan also emphasizes the contractor's obligations to report subcontracting achievements and maintain records for compliance. Ultimately, the document serves to facilitate participation from small businesses in federal contracting, thereby promoting economic inclusion while adhering to federal guidelines. This framework is essential for enhancing subcontracting opportunities and supporting small businesses within government procurement processes.
    The document outlines the Wage Determination No. 2015-4163 under the Service Contract Act by the U.S. Department of Labor, specifying minimum wage rates for various occupations in Madison, Onondaga, and Oswego counties, New York. It emphasizes that contracts should comply with Executive Orders 14026 and 13658, with wages adjusted annually. For contracts awarded after January 30, 2022, the minimum wage for covered workers is set at $17.75 per hour. For previous contracts, rates start at $13.30 per hour. A comprehensive list details occupation codes, titles, and corresponding hourly wage rates, alongside essential benefits such as health and welfare, paid sick leave, vacation, and holidays, as required under federal law. Notably, specific employee benefits apply, including a $5.36 health and welfare rate, vacation entitlements, and holiday pay. The document includes provisions for uniform allowances and conformance requests for unlisted occupations, ensuring compliance with the Service Contract Act. Overall, the file serves as a crucial guideline for federal contractors to ensure fair wages and benefits for service workers, reinforcing employment standards under federal contracts.
    The document is an amendment to a solicitation issued by the Federal Bureau of Prisons regarding a contract for Residential Reentry Center (RRC) Services and Home Confinement Services in Syracuse, New York. The primary purpose of the amendment is to extend the deadline for submitting offers from May 19, 2024, to May 23, 2025, at 2:00 PM EST. It outlines the requirements for contractors to acknowledge receipt of this amendment to ensure their offers are considered valid. The document emphasizes that all other terms and conditions of the initial solicitation remain unchanged. The amendment serves to provide potential contractors with additional time to prepare their submissions for a crucial government service, indicating an effort to ensure adequate competition and response to the RFP. This action reflects the federal government's ongoing commitment to providing housing and reintegration support services for formerly incarcerated individuals, maintaining transparency and fairness in the procurement process.
    The Federal Bureau of Prisons (BOP) is issuing a Request for Information (RFI) to assess potential sources for Residential Reentry Center (RRC) and Home Confinement (HC) services for male and female offenders in Syracuse, New York, and surrounding counties. This initiative seeks to gather community input regarding the feasibility of such services, anticipating an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a guaranteed minimum and estimated maximum placements of 36 in-house and 17 home confinement residents, including provisions for sex offenders. Interested vendors are encouraged to respond to specific questions concerning their experience, local regulations, community sentiment, zoning issues, transportation options, and any unique laws that may affect service provision. Responses to this RFI, which does not commit the government to future contracts, must be submitted in PDF format by February 5, 2025. The BOP aims to enhance communication with potential service providers through this process while ensuring that respondents are aware that costs incurred during this response will not be reimbursed. Overall, the RFI is a strategic move to prepare for a potential solicitation that enhances reentry services for offenders in the targeted area.
    The Federal Bureau of Prisons (BOP) is seeking information through a Request for Information (RFI) regarding upcoming solicitation for Residential Reentry Center (RRC) and Home Confinement (HC) services for offenders in Syracuse, New York. The Bureau aims to ascertain the availability of qualified service providers within a specific geographical radius that includes several counties. The anticipated solicitation is expected to adopt an Indefinite Delivery Indefinite Quantity (IDIQ) contract format, with a guaranteed minimum number of placements (36 in-house and 17 in-home confinement). Feedback is sought on feasibility, local concerns, potential ordinances affecting procurement, and transportation options for inmates. Responses to the RFI will aid the BOP in refining its procurement approach but do not guarantee inclusion in future solicitations. Interested parties must submit responses by February 5, 2025, and are cautioned not to include unsolicited proposals or marketing materials. The document emphasizes the importance of marking proprietary information and clarifies that no compensation will be provided for the responses.
    Similar Opportunities
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an indefinite delivery, indefinite quantity contract to provide Residential Reentry Center (RRC) and Home Confinement services for federal offenders in the Middle Judicial District of Louisiana. The contract will encompass a maximum of 22 RRC beds (18 designated for males and 4 for females) and 20 home confinement placements for both males and females, covering a one-year base period and four additional one-year option periods. These services are crucial for the rehabilitation and reintegration of offenders, ensuring effective programming and case management. Solicitation number 15BRRC26R00000003 will be available on or about January 3, 2026, on www.sam.gov, with an estimated closing date of March 4, 2026. Interested parties should monitor the website for updates, as hard copies and requests via telephone or writing will not be accepted. For further inquiries, contact Pamela Barcelona at pbarcelona@bop.gov or call 606-599-4138.
    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
    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 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.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Buyer not available
    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.
    RRC services and home confinement services located in St. Louis, Missouri
    Buyer not available
    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.
    SU/MH/SOT in Portland, ME
    Buyer not available
    The Department of Justice, Federal Bureau of Prisons, is seeking proposals for community-based outpatient treatment services for substance use disorders, mental health, and sex offender treatment for adults in custody in Portland, Maine. Contractors must provide these services within a five-mile radius of Portland City Hall, ensuring accessibility to public transportation, and all clinicians must hold valid professional licenses to practice independently in Maine. This initiative is crucial for supporting the rehabilitation of individuals transitioning back into the community, with a contract period starting on October 1, 2025, and lasting for one base year with four optional one-year extensions. Interested parties must submit their proposals by August 20, 2025, and can direct inquiries to Coretta MaGee at cmagee@bop.gov or Robert Carroll at r1carroll@bop.gov.
    RBG0001-26 RBG/ SBG Support
    Buyer not available
    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.
    ACH Comprehensive Medical April 2023
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a Comprehensive Medical Contract for April 2023. This procurement aims to secure medical services categorized under the PSC code Q999, which encompasses various medical needs for the facility. The services provided will be crucial for maintaining the health and well-being of the incarcerated population, ensuring compliance with federal health standards. Interested vendors can reach out to Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000 for further details regarding the opportunity.
    Comprehensive Medical Services
    Buyer not available
    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.
    Comprehensive Medical
    Buyer not available
    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.
    FCI Ray Brook- Q2 FY26 Subsistence
    Buyer not available
    The Department of Justice, specifically the Bureau of Prisons at FCI Ray Brook, is seeking qualified small business vendors to provide subsistence requirements for the second quarter of fiscal year 2026. This procurement is set aside exclusively for small businesses under NAICS code 311999, which encompasses all other miscellaneous food manufacturing, and aims to ensure that the items meet or exceed specified standards. The solicitation will be conducted through an online competitive reverse auction on the Unison Marketplace platform, allowing vendors to submit descending price bids, with the auction closing on December 9, 2025, at 5:00 PM Eastern Time. Interested sellers can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance, and must register on the Unison Marketplace to participate.