Request For Information Re: Day Reporting Center Services in Erie County, PA
ID: 15BRRC24R00000013Type: Sources Sought
Overview

Buyer

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

PSC

SOCIAL- SOCIAL REHABILITATION (G004)
Timeline
    Description

    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Day Reporting Center (DRC) services for federal offenders in Erie County, Pennsylvania, under solicitation number 15BRRC24R00000013. The contractor will be responsible for providing comprehensive community-based services aimed at assisting offenders in their transition from incarceration to community life, including staffing, facility management, and adherence to federal regulations. These services are critical for promoting rehabilitation and public safety, ensuring effective offender management and community reintegration. Interested parties must submit their proposals electronically by October 4, 2024, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or Tana Jankowiak at tjankowiak@bop.gov.

    Point(s) of Contact
    Janel Ramsey
    j3ramsey@bop.gov
    Tana Jankowiak
    tjankowiak@bop.gov
    Files
    Title
    Posted
    The document is an amendment to a solicitation for Day Reporting Center (DRC) Services issued by the Federal Bureau of Prisons. It specifically pertains to solicitation number 15BRRC24R00000013 and announces several modifications. Key changes include the extension of the closing date for offers from July 2, 2024, to August 2, 2024, at 2:00 PM EST. The document clarifies that all other terms and conditions of the original solicitation remain unchanged and in effect. It emphasizes the requirement for contractors to acknowledge receipt of this amendment, which can be done in various specified manners to ensure compliance with submission protocols. The amendment is part of standard government contracting procedures, reflecting the Bureau's process to facilitate contractor engagement in providing residential reentry services in Erie County, Pennsylvania, ensuring due diligence and competitive opportunities in acquisitions. The contracting officer's signature and date of signing indicate official acknowledgment and completion of the amendment process.
    The document is an amendment to a federal solicitation from the Federal Bureau of Prisons regarding Day Reporting Center (DRC) services in Erie County, Pennsylvania. Specifically, it pertains to solicitation number 15BRRC24R00000013. The key modification extends the submission deadline for offers from August 2, 2024, to September 3, 2024, at 2:00 PM EST. Potential contractors must acknowledge receipt of this amendment to avoid rejection of their offers. It reiterates that all other terms and conditions remain unchanged. This amendment is part of the procedures governing federal contracts and reflects the Bureau's ongoing collaboration with contractors in providing crucial rehabilitation services within the community. The document underscores the importance of transparency and adherence to proper protocols in federal procurement processes.
    The document is an amendment to a solicitation issued by the Federal Bureau of Prisons for Day Reporting Center (DRC) Services in Erie County, Pennsylvania. It primarily serves to extend the closing date for submission of offers from September 3, 2024, to October 4, 2024, at 2:00 PM EST. It includes instructions for acknowledgment of the amendment by contractors, stating that failure to do so may result in the rejection of their offers. The contract amendment maintains all previously agreed terms, with changes specifically outlined. The document underscores the importance of adhering to submission deadlines and compliance with the solicitation process, thereby reflecting standard operating procedures in federal procurement processes. This amendment is directly related to the management of federal grants and contracts, illustrating the procedural adjustments that can occur during the bidding process.
    The Federal Bureau of Prisons is issuing a Request for Proposal (RFP) for Residential Reentry Center (RRC) services in Erie, Pennsylvania. The solicitation, numbered 15BRRC24R00000013, was officially released on May 2, 2024, with a deadline for proposals set for July 2, 2024, at 2:00 P.M. EST. Interested parties should direct their proposals to Janel Ramsey, the Contracting Officer, via email. This solicitation seeks to identify qualified providers capable of offering day reporting center services, which play a critical role in aiding inmates' reintegration into the community. The document outlines submission procedures and highlights the importance of compliance with federal guidelines, stressing the need for effective communication and contract performance measures as well as the anticipated outcomes for the reentry program. This RFP underscores the Bureau's ongoing commitment to successful inmate rehabilitation and community safety through structured reentry services.
    The Statement of Work (SOW) outlines requirements for establishing a Day Reporting Center (DRC) managed through a contract with the Bureau of Prisons (BOP). The DRC aims to furnish comprehensive community-based services for federal offenders during their transition from incarceration to community life. Responsibilities of the contractor include staffing, facility management, safety protocols, and adherence to federal regulations regarding offender care. Key objectives focus on employment assistance, rehabilitation programs, and maintaining security and order within the facility. The document is structured into multiple chapters addressing administration, personnel requirements, facility compliance, life safety standards, and more, detailing the operations and obligations of the contractor. It emphasizes the need for proper training of staff, meticulous record-keeping, and the importance of community relations. Through rigorous oversight and documentation, the SOW ensures the contractor delivers services consistent with BOP's mission to protect society while helping offenders reintegrate successfully. Contractors are held financially accountable and must comply with applicable laws and standards, demonstrating an overall commitment to safety, dignity, and correctional excellence.
    The Performance Summary Table for the Day Reporting Center (DRC) outlines the contract's essential requirements and the potential withholding of payments by the Federal Bureau of Prisons (BOP) for inadequate service delivery. Each contract requirement is categorized into key areas, including Safety, Resident Care, Programs, Justice/Case Management, Administration, and Quality Control, with corresponding vital functions for each area. The withholding percentages range from 0% to 30%, depending on the significance of the requirement, emphasizing that non-compliance can lead to financial penalties for the contractor. Additionally, the document clarifies that withholding could exceed the specified amounts in cases of egregious violations or prolonged inadequate performance. This performance summary serves as a mechanism to ensure accountability and maintain high standards within facilities managed under this contract, reflecting the government's commitment to effective service delivery and the safety of residents. Overall, the document establishes a structured framework for monitoring compliance and implementing consequences for underperformance in government-funded programs.
    The document outlines the requirements for proposals funded by Federal resources, specifically concerning environmental compliance. It emphasizes adherence to multiple environmental and cultural laws, including the National Environmental Policy Act (NEPA) and the Clean Air and Water Acts. A completed Environmental Checklist is mandatory for all proposals, serving as a tool to assess potential environmental impacts and determine the necessity for further analysis, such as an Environmental Assessment (EA) or an Environmental Impact Statement (EIS). Potential bidders must provide a comprehensive description of their proposed project, including site details and any new constructions or renovations. The checklist requires assessments of possible environmental impacts related to water quality, air quality, waste management, and the presence of endangered species or historical sites. Additionally, bidders must confirm compliance with zoning laws concerning the site's intended use. Overall, this document emphasizes the critical nature of environmental considerations in federal contracting proposals, ensuring that all activities are evaluated for their potential ecological and cultural impacts before project initiation. Proper completion of the checklist is essential for maintaining competitive range eligibility.
    The Federal Bureau of Prisons (BOP) has issued a community notification letter regarding an offer submitted by [name of offeror] for Day Reporting Center (DRC) services targeting federal offenders in the [specified geographic area]. This initiative stems from a Request for Proposals (RFP) aimed at fostering competition for these services. The contract duration is set for ______ years, with projected placements for males and females designed to incrementally increase over the contract term. The selected DRC must meet specific zoning, permit, and renovation requirements for operation. The BOP intends for DRC placements, averaging three to four months, to enhance public safety by aiding offenders in employment and community reintegration. The BOP maintains rigorous oversight of contracts, ensuring compliance through evaluations and inspections. Feedback from local law enforcement and elected officials is encouraged regarding the proposed DRC, emphasizing community involvement in the approval process. The letter invites comments directed to the BOP’s Contracting Officer and provides a platform for stakeholders to express their support or concerns.
    The document serves as a notification letter to past performance references related to a Business Proposal for Day Reporting Center services in response to a Request for Proposals (RFP) from the Federal Bureau of Prisons (BOP). It emphasizes the importance of past performance as a selection criterion under the Federal Acquisition Streamlining Act. The letter requests recipients to provide honest feedback regarding the performance of the responding entity, noting that while the feedback will be shared with the organization, the identities of those providing references will remain confidential per the Federal Acquisition Regulation. Designated points of contact within the organization are identified for reference purposes, and any inquiries for clarification can be directed to the sender. The overall purpose of the letter is to facilitate the collection of evaluations that will support the proposal process in securing government contracts for DRC services, ensuring compliance with federal regulations regarding the procurement process.
    The document is a notification letter intended for banks referenced in a proposal for a Request for Proposals (RFP) from the Department of Justice, Federal Bureau of Prisons (BOP) concerning Day Reporting Center (DRC) Services. It outlines the requirement for the Contracting Officer to assess the financial capability of the chosen contractor before contract award, as mandated by the Federal Acquisition Regulation. The letter seeks permission for the selected bank to respond to inquiries about the financial status of the contracting entity and specifies a point of contact at the bank for financial matters. The collaboration and cooperation of the bank are requested, with an invitation for any questions to be directed to an unspecified individual. This communication stresses the importance of financial stability in obtaining federal contracts and demonstrates the procedural steps associated with government contracting processes.
    The Federal Bureau of Prisons has issued a Service Contract Business Management Questionnaire aimed at collecting essential qualifications and performance data from organizations seeking to provide government-required services. Firms must submit this questionnaire only when specifically requested through a solicitation or by the Contracting Officer. The document outlines definitions of key terms such as “Principals,” “Parent Company,” and “Prime” to clarify roles and responsibilities in the contracting process. Organizations are instructed to provide comprehensive project information, including basic details about the project and personnel, general contractor information, licensing, experience, financial data, and proof of financing. The questionnaire also requires disclosure of any past legal or financial issues related to the organization or its principals, emphasizing the necessity for transparency and reliability in proposals. By obtaining this information, the Bureau seeks to ensure that selected firms are qualified and capable of meeting operational needs while adhering to federal standards, facilitating informed decisions in the government's procurement process.
    The document outlines the requirements for proposals to establish Day Reporting Centers (DRCs) as part of federal government initiatives aimed at improving offender accountability and community reintegration. Key evaluation areas include past performance, site location and suitability, community relations, personnel management, and accountability measures. Offerors must provide detailed information on relevant past contracts, including the development of accountability programs and successful reentry for offenders. Proposals must also include site documentation, community outreach plans, and strategies for acquiring public support. Additionally, a comprehensive Offender Accountability and Security Plan must be submitted, detailing monitoring and safety protocols. The document emphasizes collaboration with local authorities and community resources, as well as compliance with zoning laws. The structured submission guidelines limit the length of individual sections and specify required documentation to ensure thorough evaluation of offers. The main objective is to select a qualified provider that can effectively manage offender rehabilitation and maintain community relations while adhering to operational standards.
    The DRC Contract Facility Certification of Compliance form serves to confirm that a facility meets the necessary safety, zoning, occupancy, and environmental regulations as dictated by local, state, and federal laws related to an RFP (Request for Proposal). This certification requires the submission of the facility's name, address, and telephone number, along with a signature from an authorized individual, affirming compliance with the outlined requirements in the Statement of Work and Solicitation for the referenced RFP. The document emphasizes adherence to the most stringent safety standards, including the Architectural Barriers Act and regulations concerning air exchange. This compliance certification is critical for ensuring that the facility is qualified to participate in government contracts and grants, reinforcing the importance of regulatory adherence in the context of federal and state/local procurement processes.
    The document outlines the requirements for contractors to identify local facilities within a half-mile radius of a proposed Day Reporting Center (DRC). This assessment is crucial to address public concerns, with particular attention to schools, daycare centers, historical landmarks, and residential facilities nearby. Contractors must complete a specified table containing essential information, including the name and address of the proposed site, RFP number, details of nearby businesses, distances from the site, and narratives about potential public opposition. The file emphasizes the absence of limits on the number of establishments that can be reported, highlighting the importance of thorough documentation to mitigate community backlash regarding the DRC's location. This process is part of broader governmental RFP requirements aimed at ensuring community safety and responsiveness to local stakeholders’ interests.
    The Federal Bureau of Prisons (BOP) provides a Subcontracting Plan Template to assist contractors in developing individual subcontracting plans consistent with the Federal Acquisition Regulation (FAR) subpart 19.7, which emphasizes the importance of small business inclusion in federal contracting. The template outlines specific goals for various categories of small businesses, including Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Veteran-Owned Small Business (VOSB). Contractors are instructed to fill in relevant sections while noting that all calculations will auto-populate. Requirements include detailing planned subcontracting funds, identifying business types and potential sources, and ensuring equitable opportunities for small businesses to compete. Moreover, the plan includes provisions for monitoring compliance, reporting on subcontracting achievements, and maintaining records of outreach efforts. Key responsibilities for a Program Administrator include facilitating small business participation and ensuring compliance with subcontracting goals. The comprehensive plan underscores the BOP’s commitment to encouraging small business engagement in federal contracts, reinforcing the need for transparency, timely payments, and good faith efforts in subcontract acquisition.
    The document outlines the "Register of Wage Determinations under the Service Contract Act" from the U.S. Department of Labor, indicating the wage rates for various occupations in Erie County, Pennsylvania. It emphasizes compliance with Executive Orders 14026 and 13658, mandating minimum pay rates for covered workers depending on contract dates. For contracts active in 2024, the minimum wage is $17.20 per hour, or $12.90 for contracts awarded between 2015 and early 2022. The document provides detailed wage rates for numerous job classifications, including administrative, automotive, food service, health occupations, and technical roles, along with additional fringe benefits such as health and welfare, paid vacation, and holidays. Further, it outlines compliance requirements for potential unlisted classifications and the conformance process for contractors dealing with wage rates. Specific provisions related to hazardous pay, uniform allowances, and regulations concerning paid sick leave under Executive Order 13706 are also covered. Overall, this comprehensive wage determination serves as a guide for federal contractors to ensure fair compensation and compliance with labor laws in government contracts and proposals.
    The document is a solicitation for a contract to provide Day Reporting Center (DRC) services for male and female federal offenders in Erie County, Pennsylvania, issued by the Federal Bureau of Prisons. The contract is structured as an indefinite-delivery, indefinite-quantity agreement with a firm-fixed price over five periods, including a base year and four optional one-year extensions. The contractor is required to deliver services meeting specific criteria and performance measures, including effective offender management, community relations, accountability, and program administration. The evaluation of offers will consider various factors, including responsiveness, program effectiveness, and personnel qualifications. The document also outlines key security requirements for handling Department of Justice information and mandates compliance with federal regulations. Payment will be processed monthly, based on actual service usage, and the contract includes specific clauses related to security incidents, subcontracting policies, and contractor evaluations. Overall, the solicitation emphasizes quality service delivery, accountability, and adherence to strict security protocols in line with agency objectives.
    The U.S. Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Day Reporting Center (DRC) services for federal offenders in Erie County, Pennsylvania. Interested parties must submit their Business, Technical/Management, and Past Performance Information proposals electronically, adhering to specified formatting guidelines. Proposals should be separated into distinct volumes and sent via email, with strict attention to file size limits. The Business Proposal must include a cover letter detailing firm rates for contract periods, while the Technical/Management Proposal should outline how the services will be executed, including methodology and personnel. The government may award contracts without discussions, so submissions must reflect final proposals. On-site facility inspections will occur prior to contract negotiations. Contractors must enroll in the E-Verify Program to verify employee eligibility as part of compliance. Questions regarding the solicitation should be directed to the designated Contracting Officer. This RFP reflects the federal government's ongoing commitment to providing essential oversight and services for incarcerated individuals, promoting rehabilitation through supportive programs.
    Similar Opportunities
    Day Reporting Center (DRC) Services Located Within McLennan County, Texas
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Day Reporting Center (DRC) services located in McLennan County, Texas. The primary objective is to procure comprehensive services that support the reintegration of adult offenders into society, focusing on reducing recidivism through case management, counseling, employment services, and coordination with community resources. These services are crucial for providing a structured environment that facilitates successful transitions for federal offenders reentering the community. Interested contractors must submit their proposals by June 6, 2024, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164. The estimated contract value is between $3 million and $5 million annually, with a potential for extensions.
    Residential Reentry Center (RRC) Services and Home Confinement Services or Day Reporting Center (DRC) Services Located Within the City Limits of Roanoke, Virginia
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services or Day Reporting Center (DRC) Services located within the city limits of Roanoke, Virginia. The procurement aims to provide comprehensive community-based services to assist federal offenders in their transition from incarceration to community living, ensuring compliance with federal, state, and local regulations. This initiative is critical for enhancing public safety and reducing recidivism by facilitating structured reintegration programs for offenders. Interested contractors must submit their proposals by the extended deadline of September 30, 2024, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    Residential Reentry Center (RRC) Services and Home Confinement Services or Day Reporting Center (DRC) Services in the Jackson, Tennessee Area
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services or Day Reporting Center (DRC) Services in the Jackson, Tennessee area. The procurement aims to provide comprehensive rehabilitation and reintegration support for federal offenders transitioning back into the community, with a focus on compliance with security and service standards across designated counties in Tennessee. This initiative underscores the federal commitment to enhancing public safety and facilitating successful reentry for formerly incarcerated individuals. Interested vendors must submit their proposals by November 12, 2024, at 2:00 P.M. Eastern Standard Time, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    Solicitation- Residential Reentry Services Located Within the Following Counties in Kansas: Sedgwick, Sumner, Cowley, Butler, Harvey, Reno, Kingman and Harper. Home Confinement Radius Within 200 Miles of the RRC Facility
    Active
    Justice, Department Of
    The Federal Bureau of Prisons, Department of Justice, seeks proposals for managing and operating a Residential Reentry Center (RRC) and providing home confinement services for male and female federal offenders in Kansas. The goal is to facilitate the reintegration of offenders into society within the communities of Sedgwick, Sumner, Cowley, Butler, Harvey, Reno, Kingman, and Harper, all located within a 200-mile radius of the RRC facility in Wichita. Opportunity Overview This opportunity focuses on delivering correctional services and supporting the successful transition of federal offenders back into the community. The Bureau of Prisons aims to award a single contract for both RRC in-house beds and home confinement placements. Scope of Work The selected vendor will be responsible for managing all aspects of the RRC, including staff, equipment, supplies, and services. The scope includes operating a facility that provides comprehensive community-based services, aligning with the Bureau's mission and core values. Key tasks involve developing and maintaining operational manuals, contingency plans, and community relations. The contractor must ensure compliance with health, safety, and environmental regulations and adhere to employee conduct standards. Preventing sexual abuse and maintaining a drug-free workplace is also part of the scope. For home confinement services, the contractor will supervise and support placements within a 200-mile radius. They must ensure a total of 66 beds, 59 for males and 7 for females, with an estimated maximum of 25 home confinement placements. Deliverables Current operations manual, contingency plan, and organizational chart. Community Relations Board establishment. Compliance with health, safety, and environmental regulations. Prevention of sexual abuse and maintenance of a drug-free workplace. 24/7 staffing with trained employees, including key personnel such as a Facility Director, Case Managers, and an Employment Placement Specialist. Staff training, covering various topics like discipline procedures and emergency plans. Invoicing and reimbursement management. Compliance with information-related laws, such as the Freedom of Information Act and Privacy Act. Eligibility Criteria Proposers should demonstrate experience and expertise in providing residential reentry services, with a particular focus on past performance. Client references will be critical in the evaluation process, as the Bureau will contact them to assess the vendor's capability and effectiveness in delivering these services. Funding and Contract Details The contract is an indefinite-delivery, indefinite-quantity agreement with firm-fixed unit prices. The estimated funding for the base period is approximately $3.7 million, with four one-year option periods at an estimated maximum of $1.2 million per year. Payment will be made at fixed daily or monthly rates, determined by the average daily population of offenders. Submission Process Proposals must be submitted electronically, with a clear explanation of the vendor's approach and firm rates. The technical proposal should outline methods, techniques, and manpower allocation, displaying a deep understanding of the required services. Key dates include a 6-hour notification deadline for large email submissions and a minimum proposal validity period of 240 days from the solicitation closing date, which is September 30, 2024, at 12:00 p.m. Mountain Standard Time. Evaluation Criteria The Bureau of Prisons will assess proposals based on past performance, giving significant weight to client references and their evaluations of the vendor's work. The thoroughness and accuracy of submitted information will be considered, along with the offeror's ability to demonstrate a comprehensive understanding of the required services. Contact Information For clarification or further information, prospective applicants can contact Rachel Brown at r16brown@bop.gov or 202-740-1866. The Bureau of Prisons encourages applicants to carefully review the solicitation documents and attached files for complete details on the requirement and evaluation criteria.
    Day Reporting Center (DRC) Services Located Within McClennan County, Texas
    Active
    Justice, Department Of
    Sources Sought - Justice, Department of - Day Reporting Center (DRC) Services Located Within McClennan County, Texas The Justice Department is seeking information on Day Reporting Center (DRC) services located within McClennan County, Texas. DRC services are typically used for social rehabilitation purposes. The place of performance for this procurement is Waco, TX, USA. For more information, please contact Kevin Hoff at khoff@bop.gov or 202-598-6164.
    Request For Information Re: Residential Reentry Services (RRC)and Home Confinement (HC) services Located within the Illinois Counties of Sangamon, Morgan, Menard, Cass, Logan, and Dewitt. Home Confinement within Radius 150 Miles of the Facility
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons (BOP), is issuing a Request for Information (RFI) to identify potential providers for Residential Reentry Center (RRC) and Home Confinement (HC) services for male and female federal offenders in the Illinois counties of Sangamon, Morgan, Menard, Cass, Logan, and Dewitt. The BOP seeks to gather insights on the feasibility of these services, which are crucial for facilitating the transition of federal inmates back into the community through comprehensive rehabilitation programs, including employment support and self-improvement initiatives. Interested providers are encouraged to respond by October 18, 2024, with their qualifications and experiences, as the future solicitation may be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract. For further inquiries, contact Matthew Comstock at mcomstock1@bop.gov or Tana Jankowiak at tjankowiak@bop.gov.
    Residential Reentry Center (RRC) Services and Home Confinement Services Within Chatham County, Georgia
    Active
    Justice, Department Of
    The U.S. Department of Justice, through the Federal Bureau of Prisons, is seeking qualified vendors to provide Residential Reentry Center (RRC) and Home Confinement (HC) services in Chatham County, Georgia. The procurement aims to accommodate an estimated need for 55 in-house placements and 35 home confinement placements, specifically including provisions for sex offenders. This initiative is crucial for facilitating the reintegration of male and female offenders into the community, ensuring compliance with local ordinances and addressing potential location challenges. Interested vendors must submit their responses by October 4, 2024, detailing their experience and any concerns regarding service provision, with all submissions directed to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located Within the Island of Oahu, Hawaii
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) services and Home Confinement services for male and female Federal offenders located on the Island of Oahu, Hawaii. The procurement includes a maximum of 75 in-house RRC beds (60 for males and 15 for females) and up to 25 home confinement placements, all to be provided under an indefinite delivery, indefinite quantity contract for a one-year base period with four one-year option periods. These services are crucial for the rehabilitation and management of offenders, ensuring they receive adequate programming and support during their transition. Interested parties should monitor the Government Point of Entry website at www.sam.gov for the solicitation, which is expected to be available on or about October 15, 2024, with a closing date around December 16, 2024. For further inquiries, contact Kevin Hoff at khoff@bop.gov or call 202-598-6164.
    Residential Reentry Center (RRC) Services and Home Confinement Services for Male and Female Offenders and Mothers and Infants Together (MINT) Services Located Within Maricopa County, Arizona
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking information regarding potential sources for Residential Reentry Center (RRC) Services and Home Confinement Services for male and female offenders, including Mothers and Infants Together (MINT) services, in Maricopa County, Arizona. The objective of this Request for Information (RFI) is to assess the feasibility of providing these services across various cities within the county, such as Phoenix and Mesa, as part of an upcoming solicitation. These services are crucial for facilitating the reentry and community integration of offenders, thereby supporting effective rehabilitation strategies. Interested parties are encouraged to submit their insights by September 23, 2024, and should direct their responses to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164, ensuring that proposals and marketing materials are excluded from their submissions.
    Cognitive Behavioral Programming in Corrections
    Active
    Justice, Department Of
    The US Department of Justice, Federal Bureau of Prisons, seeks information from vendors for a Request for Information (RFI) regarding cognitive-behavioral programming in corrections. The RFI explores diverse aspects of developing and implementing these programs to improve outcomes and reduce recidivism. Vendors are invited to share their insights and resources on various delivery methods, including traditional, virtual, and blended learning, along with other specialized programs, bearing in mind that responses are limited to 20 pages. This RFI is purely for market research, and all costs associated with responding are the vendor's responsibility. Interested parties should contact C.J. Price for clarification and submit their responses by the deadline for questions on October 21, 2024.