Solicitation: Residential Reentry Services and Home Confinement Services within the city limits of Scranton, Pennsylvania. Home Confinement Radius Within 150 miles of the RRC Facility
ID: 15BRRC25R00000029Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) and Home Confinement (HC) services for federal offenders located within the city limits of Scranton, Pennsylvania. The procurement aims to provide in-house RRC beds for a guaranteed minimum of 22 beds (18 males and 4 females) and home confinement placements for a capacity of 15 individuals, all within a 150-mile radius of the RRC facility. These services are critical for the successful reintegration of federal offenders into the community, ensuring they receive necessary support and programming during their transition. Proposals are due by November 4, 2025, at 2:00 P.M. EST, and interested parties should contact Brian Navarette at bnavarette@bop.gov for further information.

    Point(s) of Contact
    Brian Navarette
    bnavarette@bop.gov
    Laurence Faytaren
    lfaytaren@bop.gov
    Files
    Title
    Posted
    The Federal Bureau of Prisons is soliciting proposals for Residential Reentry Center (RRC) and Home Confinement (HC) services for federal offenders in Scranton, Pennsylvania. The facility must be within Scranton city limits, with HC services extending 150 miles from the facility. Proposals should include separate Business, Technical/Management, and Past Performance Information, submitted via email or CD-ROM/PDF. The Business Proposal requires a cover letter with firm rates, Section A, Section B, applicable attachments from Section J, and Section K. The Technical/Management Proposal must detail the approach, methods, techniques, and manpower, and include a separate cover sheet with the place of performance and contact information for an on-site inspection. Proposals must be valid for at least 240 days, and contractors must enroll in the E-Verify Program. The government reserves the right to award without discussions and may disclose environmental documentation.
    The Federal Bureau of Prisons Acquisitions Branch has issued Solicitation Number 15BRRC25R00000029 for Residential Reentry Contracting (RRC) services. The solicitation was issued on September 4, 2025, and proposals are due by November 4, 2025, at 2:00 P.M. Eastern Standard Time. The required facility location is within the city limits of Scranton, Pennsylvania, with Home Confinement services extending within a 150-mile radius of the facility. Proposals should be addressed to Brian Navarette, Contracting Officer, at bnavarette@bop.gov.
    This government solicitation, 15BRRC25R00000029, is a Request for Proposal (RFP) issued by the Federal Bureau of Prisons for Residential Reentry Center (RRC) and Home Confinement (HC) services in Scranton, Pennsylvania. The contract is a firm-fixed-price, indefinite-delivery, indefinite-quantity agreement with a one-year base period and four one-year option years, plus a potential six-month extension. Services include in-house RRC beds for male and female federal offenders and home confinement placements within a 150-mile radius of Scranton. Pricing is tiered, with fixed monthly rates for Average Daily Populations (ADP) of 9 or less for RRC and 6 or less for HC, shifting to daily rates for higher ADPs. Key personnel include the Facility Director, Case Manager, and Employment Placement Specialist. Contractor performance will be evaluated on factors like accountability, programs, community relations, site suitability, personnel, communication, and home confinement services.
    The Bureau of Prisons (BOP) Statement of Work (SOW) outlines the requirements for contractors to manage and operate Residential Reentry Centers (RRCs) for federal offenders transitioning to the community. The objective is to provide comprehensive, community-based correctional services, including employment, residence development, and self-improvement programs, while ensuring the RRC operates in alignment with the BOP's mission and values. Key aspects covered include administration, organizational structure, personnel qualifications and training, facility compliance with health and safety standards, and strict adherence to federal, state, and local laws. The SOW emphasizes the contractor's responsibility for all operational costs, maintaining detailed records, and ensuring continuous service through contingency planning. It also details guidelines for community outreach, fiscal responsibilities, and robust employee standards of conduct, including strict prohibitions against sexual misconduct and drug abuse. All staff must undergo background checks and receive extensive training, with a strong focus on maintaining security, accountability, and a safe environment for residents and employees.
    This document outlines the Federal Bureau of Prisons' (BOP) Performance Summary Table, detailing how payment may be withheld from contractors for non-performance or inadequate performance. The table categorizes contract requirements into areas such as Safety/Security/Order, Resident Care/Services, Programs and Activities, Justice/Case Management, Administration/Management, and Quality Control. Each category lists vital functions and a corresponding percentage range (0-5% to 0-30%) of the monthly invoice that may be withheld. The document clarifies that this table serves as notice, does not impose new obligations, or limit the BOP's discretion to withhold more than the specified amounts, even allowing for aggregation of withholdings for consistent or uncorrected deficiencies. The value assigned to each requirement reflects its importance, with Safety, Security, and Order being the most critical.
    Section J outlines the mandatory environmental compliance requirements for projects funded by federal grants, including RFPs. It ensures adherence to environmental statutes like NEPA, the Clean Air Act, and the Endangered Species Act. All proposals must include a completed Environmental Checklist for evaluation by the Federal Bureau of Prisons to determine if further environmental analyses, such as an Environmental Assessment (EA) or Environmental Impact Statement (EIS), are needed. The checklist requires detailed project descriptions, site information, and a review of potential environmental impacts, including new construction, renovations, site development, and impacts on water/air quality, hazardous materials, historical resources, and endangered species. Certification of compliance and accuracy of information is required, with failure to accurately complete the checklist potentially leading to proposal disqualification. Part B of the checklist requires detailed descriptions of potential impacts if any 'Yes' answers were provided in Part A. This section ensures that all federally funded projects are environmentally sound and compliant with relevant regulations.
    This letter serves as a community notification regarding a Federal Bureau of Prisons (BOP) Request for Proposals (RFP) for Residential Reentry Center (RRC) services, or "halfway house" services. The purpose is to inform local officials and law enforcement about a submitted offer for RRC services for federal offenders in a specified geographic area. The letter details the requirement for offerors to seek input from local authorities, and requests specific information about the proposed facility's address, current use, zoning, permits, and renovation plans. It outlines the proposed contract's term, estimated bed capacity for males and females, and the start date for performance. The document explains the BOP's history of utilizing RRCs for transitional programming to enhance public safety by helping offenders re-enter the community. It also describes the BOP's rigorous contract oversight, including inmate accountability, programming, life safety, staffing, and surveillance. The letter clarifies that federal offenders come from two sources: inmates transferred from prison and offenders under U.S. Probation supervision. It prompts the offeror to provide a thorough description of their company and invites comments from the community, providing contact information for the BOP Contracting Officer and the offeror.
    The provided document is a sample client notification letter for a federal government Request for Proposals (RFP) from the Department of Justice, Federal Bureau of Prisons (BOP). The letter informs clients that their organization has been identified as a past performance reference for a bid related to Residential Reentry Center services. It explains that the BOP heavily emphasizes past performance as a source selection factor, as mandated by the Federal Acquisition Streamlining Act. The letter authorizes the client to respond to inquiries about the contractor's past work, while also noting that the names of individuals providing reference information will not be released to the contractor, as per Federal Acquisition Regulation. It requests honest and candid feedback and identifies specific points of contact within the client's organization for potential inquiries, offering a contact for any questions.
    The provided document is a sample bank notification letter designed for businesses responding to federal government RFPs, specifically for the Department of Justice, Federal Bureau of Prisons (BOP) regarding Residential Reentry Center services. The letter's primary purpose is to inform a bank that the business has included its financial information in a proposal and to authorize the bank to respond to inquiries from authorized BOP contracting staff concerning the business's financial standing. It emphasizes that the requested information will be general in nature and will only be sought by authorized personnel. The letter also identifies a specific point of contact at the bank knowledgeable about the business's financial status, ensuring smooth communication and cooperation during the financial capability assessment, a mandatory step before the award of a federal contract.
    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,' 'Specialists and Individual Consultants,' 'Discipline,' and 'Prime.' It provides detailed instructions for submitting information, including project details, firm contacts, personnel by discipline, subcontractor information, and a list of five recent and relevant projects. Additionally, it requires comprehensive organizational data, licensing details, experience, financial information, and proof of financing. All submitted information must be current and factual, with a warning about the False Statements Act. This questionnaire serves as a basis for selecting firms for discussions and screening organizations before inviting further information.
    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 their five most relevant contracts from the past three years, excluding Bureau contracts for RRC services. Key evaluation factors include accountability, programs, community relations, personnel, and home confinement services, each requiring detailed narratives and supporting documentation. Technical/management evaluations focus on site location validity, community relations programs, offender accountability and security, general programming, facility compliance, and personnel resources. Specific plans are required for offender accountability, reentry programs, home confinement, facility availability (120-day plan), and personnel. The document also specifies submission requirements, including page limits for various plans and attachments, emphasizing the need for comprehensive and relevant information to demonstrate capability and compliance.
    The "RRC CONTRACT FACILITY Certification of Compliance" form is a critical document within government RFPs, grants, and solicitations. Its main purpose is to ensure that a facility, specified by name, address, and telephone number, adheres to all applicable local, state, and federal laws and regulations. The certification specifically covers facility safety, zoning, occupancy, Architectural Barriers Act compliance (or reasonable off-site accommodation), and air exchange standards, as detailed in the Statement of Work and Solicitation. By signing this document, the certifying individual attests to the facility's compliance with the most stringent of these regulations. The form requires the printed name, title, signature, and date of the certifying individual, making it a formal declaration of adherence to critical safety and accessibility standards for government contracts.
    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 related to the RFP). The contractor must complete a table detailing businesses and addresses, their distance from the proposed site, and a narrative on potential public opposition. The identified facilities specifically include, but are 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, highlighting the thoroughness expected in identifying any establishments that might raise public concern due to their proximity to the proposed site. This is crucial for government RFPs to address community impact and potential opposition early in the proposal process.
    This document, Wage Determination No. 2015-4239 Revision No. 30, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contracts in Lackawanna, Luzerne, and Wyoming Counties, Pennsylvania. It details compliance requirements for Executive Orders 14026 and 13658, setting minimum wages at $17.75 or $13.30 per hour, respectively, based on contract award dates, with annual adjustments. The document specifies paid sick leave under EO 13706, health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706 contracts), vacation, and twelve paid holidays. It lists wage rates for numerous occupations, including administrative, automotive, health, and technical roles. Additionally, it provides guidelines for hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications, emphasizing adherence to the Service Contract Act Directory of Occupations.
    The Federal Bureau of Prisons (BOP) Subcontracting Plan Template provides guidance for contractors to develop individual subcontracting plans aligned with Federal Acquisition Regulation (FAR) subpart 19.7, the Small Business Subcontracting Program. This template outlines specific goals for various small business categories: Small Business (SB) 36%, Small Disadvantaged Business (SDB) 5%, Women-Owned Small Business (WOSB) 5%, Service-Disabled Veteran-Owned Small Business (SDVOSB) 5%, and HUBZone Small Business (HUBZone) 3%. It requires contractors to detail total contract value, planned subcontracting dollars, and direct subcontract awards across these categories for base and option periods. The document also specifies requirements for identifying potential sources, methods for goal development, inclusion of indirect costs, program administrator duties, efforts to ensure equitable opportunities for small businesses, clause inclusion and flow-down, reporting via eSRS, record-keeping, good faith efforts, explanations for failing to meet goals, and assurances regarding subcontractor communication and timely payments. The plan concludes with signature and distribution requirements for the contractor, Bureau Small Business Representative, Contracting Officer, and Small Business Administration Procurement Center Representative.
    The U.S. Department of Justice, through the Federal Bureau of Prisons (BOP), has issued a Request for Information (RFI) to identify qualified sources for Residential Reentry Center (RRC) and Home Confinement (HC) services within Scranton, Pennsylvania. The RFI seeks input from service providers regarding the feasibility of offering these services to male and female offenders, with anticipated placements of 22 in-house and 20 home confinement residents. The upcoming solicitation aims for a contract that includes tiered pricing and requires comprehensive service delivery. Respondents are encouraged to provide information about their experience with RRC and HC, potential legal or zoning challenges, local community support or opposition, and transportation options for inmates. The RFI does not constitute a formal Request for Proposal (RFP) and carries no obligation for the government to contract. Responses are to be submitted by March 31, 2025, emphasizing the importance of innovative approaches and a thorough understanding of local regulations or potential barriers affecting service delivery. This RFI explores foundational data for shaping future procurement strategies, while aiming to foster effective communication between the Bureau and service providers.
    The document outlines the Statement of Work (SOW) for a Residential Reentry Center (RRC) managed by contractors under the Bureau of Prisons (BOP). Its primary objective is to facilitate the transition of federal offenders back into the community through comprehensive services while ensuring compliance with legal and safety standards. Key responsibilities of the contractor include providing personnel, training, and programs that align with BOP values of correctional excellence, respect, and integrity. The SOW details the administrative structure, personnel requirements ensuring 24/7 staffing, and the contractor’s obligation for continuous evaluation and adherence to various safety regulations. It emphasizes the importance of community involvements, such as establishing partnerships for employment and outreach efforts. The document further specifies staff training protocols, personnel records management, and the prohibition of any unethical behavior or conflicts of interest among employees. Additionally, it mandates protocols for emergencies, sexual abuse prevention, and the treatment of residents, maintaining a zero-tolerance policy for misconduct. Overall, the SOW serves as a guideline for contractors, ensuring they fulfill BOP's mission while providing a safe and engaging environment that encourages rehabilitation and reintegration of federal residents into society.
    The Statement of Work (SOW) outlines the requirements for managing and operating a Residential Reentry Center (RRC) by the Bureau of Prisons (BOP). The primary objective is to provide comprehensive community-based services for individuals under BOP custody or supervision, facilitating their transition from prison to the community. The contractor is responsible for all staffing, equipment, and services while adhering to BOP's mission of safety, humane treatment, and fostering law-abiding behavior. The document comprises various chapters detailing aspects of administration, personnel, facility compliance, life safety, and medical services among others. Key stipulations include maintaining a trained staff available 24/7, developing a contingency plan for service continuity, ensuring a focused training program, and managing community relations effectively. The contractor must also maintain compliance with numerous federal, state, and local regulations. The SOW emphasizes accountability in operations, requiring the contractor to report to the BOP on all aspects of compliance and performance. Procedures for staff recruitment, training, and ethical conduct are detailed, including provisions for preventing misconduct and ensuring the safety and integrity of both staff and residents. This comprehensive framework helps ensure effective correctional services align with federal standards and community expectations.
    Similar Opportunities
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    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 the Springfield, Illinois area. The procurement aims to provide comprehensive community-based services for male and female federal offenders transitioning from prison, with a focus on rehabilitation and public safety. This contract includes a one-year base period with four one-year options and a potential six-month extension, requiring the facility to be operational within 120 days of award. Interested parties must submit their proposals by November 12, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    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.
    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 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.
    Perimeter Fence Replacement at FCI Loretto
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. This project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. The contract is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and interested contractors must submit their bids electronically by December 22, 2025, at 11:00 a.m. PST. For further inquiries, bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    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.
    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
    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.
    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.
    Perimeter Fence Replacement at FCI McKean
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI McKean) in Lewis Run, Pennsylvania. The project entails the complete replacement of approximately 15,000 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and bids are due by December 22, 2025, at 12:00 p.m. PST. Interested contractors must be registered in SAM.gov and can contact Joshua Cortez at j2xcortez@bop.gov for further information.