Residential Reentry Center and Home Confinement Services located within the City Limits of Augusta, Georgia
ID: 15BRRC25R00000025Type: 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) and Home Confinement Services for male and female federal offenders located within the city limits of Augusta, Georgia. The procurement aims to provide essential services that facilitate the reintegration of offenders into society, with a home confinement radius extending 150 miles from the facility. This initiative is crucial for supporting the rehabilitation process of federal offenders, ensuring their successful transition back into the community while maintaining public safety. Interested parties must submit their proposals by September 8, 2025, at 14:00 ET, and can direct inquiries to Contracting Officer Laurence Faytaren at lfaytaren@bop.gov.

    Point(s) of Contact
    Laurence Faytaren
    lfaytaren@bop.gov
    Files
    Title
    Posted
    The Federal Bureau of Prisons is requesting proposals for Residential Reentry Center (RRC) Services for male and female federal offenders located in Augusta, GA, with a home confinement radius of 150 miles. Interested parties must submit proposals via email in PDF format, including separate files for Business, Technical/Management, and Past Performance Information. The submissions should include comprehensive details on the proposed methods, pricing, and compliance with applicable regulations. The government may award the contract without discussions, necessitating that proposals be finalized upon submission. Additionally, contractors must enroll in the E-Verify Program for employment eligibility verification within 30 days of contract award. A pre-contract on-site facility inspection will occur after proposal submission. Questions regarding the solicitation should be directed to the designated Contracting Officer. This request highlights the Bureau’s commitment to reentry services and stipulates strict compliance with federal regulations throughout the procurement process.
    The Federal Bureau of Prisons is soliciting proposals for Residential Reentry Center (RRC) services under solicitation number 15BRRC25R00000025. The RFP was issued on April 24, 2025, and proposals must be submitted by June 25, 2025, at 2:00 P.M. EST. The services sought are specifically located within the city limits of Augusta, GA, with a home confinement range extending 150 miles from the facility. Interested parties are instructed to address their proposals to Laurence Faytaren, the Contracting Officer, at the Bureau’s specified email. This solicitation is part of the federal government's initiative to enhance community reintegration programs for individuals transitioning from prison back to society, as part of their rehabilitation process. The detailed requirements and expectations for proposal submissions will likely be outlined in accompanying documents but are not specified in the provided content.
    The document outlines a federal Request for Proposal (RFP) for the provision of Residential Reentry Center (RRC) services and Home Confinement Placement Services for federal offenders located within Augusta, GA, under contract number 15BRRC25R00000025. The contract stipulates firm-fixed pricing with a base period of one year, followed by four optional one-year extensions. The RRC must accommodate an average daily population (ADP) of offenders, with specific rates depending on occupancy levels. The contractor is responsible for providing a secure environment, accountability for offenders, and facilitating their reintegration into society through various programs. Additionally, the document includes sections on contract clauses, evaluations, and administration. It details the expectations for performance, billing procedures, and the importance of community relations and compliance with local regulations. The focus is on fostering rehabilitation while ensuring public safety. The RFP emphasizes competition and may award the contract to a single provider deemed most beneficial to government interests. Overall, the document aims to secure effective reentry solutions for federal offenders, reflecting the government's commitment to improving rehabilitation outcomes and community safety.
    The Statement of Work (SOW) outlines the requirements for operating a Residential Reentry Center (RRC) under the Bureau of Prisons (BOP), focused on aiding federal residents in transitioning from incarceration to community life. The document details administrative responsibilities, personnel qualifications, facility compliance with health and safety regulations, and the management of programs offered to residents. Key points include ensuring staff maintain adequate coverage 24/7, the necessity of a robust employee training program, and guidelines for handling resident intake, food services, and medical care. The contractor must observe strict protocols regarding the management and supervision of residents, conduct regular staff training, and substantiate compliance through documentation and oversight. Essential aspects of the SOW emphasize the BOP's values of correctional excellence, respect, and integrity while providing services that facilitate the reintegration of offenders. The contractor is responsible for adherence to legal and ethical standards, maintaining a drug-free workplace, and promoting a safe environment for residents. Moreover, ongoing compliance evaluations by BOP staff ensure accountability and continuous improvement in the management of the RRC, contributing to a structured reentry process for residents.
    The document outlines the Performance Summary Table related to a contract with the Federal Bureau of Prisons (BOP), detailing conditions under which payments may be withheld from the Contractor for inadequate service or noncompliance. The table categorizes critical contract requirements, such as Safety/Security/Order, Resident Care/Services, Programs and Activities, Justice/Case Management, Administration/Management, and Quality Control, each linked to specific chapters of the Statement of Work. Each contract requirement contains vital functions aligned with required services and stipulates the potential percentage of an invoice (up to 30%, 25%, 10%, or 5%) that may be withheld for nonperformance. The document emphasizes that the BOP retains the discretion to withhold more than the specified amounts if circumstances necessitate it and can aggregate amounts owed for multiple months if corrective actions fail. This framework aims to ensure the Contractor adheres to standards of service crucial for the management and rehabilitation of offenders, ensuring safety, health, and successful reentry into society.
    The document outlines the requirements for federal proposals that involve activities affecting the environment, emphasizing compliance with various environmental laws such as NEPA, the Clean Air Act, and the Endangered Species Act. To ensure compliance, an Environmental Checklist must be completed and submitted with each proposal, evaluating potential environmental impacts from new construction or modifications. Key elements include details of the proposed project, site location, and any anticipated environmental effects, such as impacts on water quality, air quality, hazardous materials, and cultural resources. If the proposed project indicates potential environmental risks, a more detailed assessment, such as an Environmental Assessment (EA) or Environmental Impact Statement (EIS), may be necessary. Compliance with zoning laws and identification of public uses nearby are also required. The streamlined process aims to address environmental concerns early in project planning, enhancing environmental stewardship within federal corrections initiatives by the Federal Bureau of Prisons.
    The Federal Bureau of Prisons (BOP) is notifying local authorities about a proposal from [name of offeror] for a Residential Reentry Center (RRC), commonly known as a "halfway house," aimed at federal offenders releasing to the specified geographic area. The BOP seeks competitive bids for these services and requires offerors to engage local law enforcement and elected officials. The contract will cover a period of ______ years, with an initial capacity for ______ beds for males and ______ for females, expandable based on future needs. The facility will support transitional programming, enhancing public safety by aiding offender reintegration into the community. Rigorous contract oversight ensures compliance with various accountability measures. Federal offenders will come from either prison transfers or as a condition of probation supervision. Currently, the BOP is reviewing submitted proposals and encourages public feedback on the proposed facility through designated contacts. The offeror is invited to provide additional information about their organization and existing operations. Overall, this letter documents compliance with notification requirements while promoting community involvement in the RRC establishment process.
    The provided document is a sample client notification letter intended for organizations responding to the Department of Justice's Federal Bureau of Prisons (BOP) Request for Proposals (RFP) related to Residential Reentry Center services. It emphasizes the importance of past performance as an evaluation criterion under the Federal Acquisition Streamlining Act. The letter requests that recipient organizations identify individuals who can provide references regarding their performance and authorizes these individuals to disclose relevant information when contacted. It assures that while the information obtained will be used for evaluation purposes, the identities of those providing references will remain confidential. The letter also specifies the designated contacts within the recipient organization for reference inquiries and expresses gratitude for their cooperation. This document is crucial in the context of federal procurement processes, highlighting the focus on past performance evaluations in RFP submissions.
    This document is a sample notification letter designed for banks referenced in a business proposal responding to a Department of Justice, Federal Bureau of Prisons (BOP) Request for Proposals (RFP) for Residential Reentry Center services. The purpose of the letter is to inform the bank that the contracting officer will assess the financial capability of the proposal's apparent successful offeror before awarding a federal contract. It gives the bank authorization to respond to inquiries about the financial standing of the offering entity, specifically identifying a contact person at the bank for this purpose. The letter underscores that information requested will be general and only sought by authorized BOP staff, asking for the bank's cooperation. It concludes by providing contact details for further questions. This notification is an essential step in the procurement process for government contracts, ensuring financial due diligence and transparency.
    The Federal Bureau of Prisons utilizes a Service Contract Business Management Questionnaire to gauge the qualifications of firms providing government services. The purpose is to solicit statements of qualifications and performance data from appropriate organizations, which may be used for candidate selection or further discussions. Key definitions include "principals," "parent company," "joint venture," and "consultants," all vital to understanding the respondents' structure and responsibilities. Firms are instructed to provide current and factual information about their organization, including project details, personnel by discipline, subcontractors involved, contract history, financial data, and overall experience. Respondent firms must detail their work history with federal, state, and local governments, including the number of years in service, license details, claims and lawsuits, and financial stability. The importance of accurate reporting, adherence to legal requirements, and the consequences of falsifying information are emphasized. This questionnaire serves as a fundamental tool in the federal procurement process, aimed at ensuring that capable and compliant entities are engaged to meet government service needs effectively.
    The document outlines a compliance matrix for proposals related to In-House Residential Reentry Center (RRC) Services and Home Confinement Services. It specifies evaluation criteria including past performance, site location, community relations, accountability, and personnel management, with particular emphasis on offender accountability programs. Proposals must detail five relevant past contracts, highlighting success in offender reintegration, community support, and staff training. The site validation process requires proof of land use and zoning approval, along with a plan for addressing local concerns. Offerors must also submit comprehensive accountability plans detailing offender monitoring protocols and community interaction strategies. Additionally, requirements include plans for operational availability, personnel resource management, and program specifics for aiding offender reentry. Each section has set page limits and submission guidelines aimed at ensuring a structured assessment process fulfilling federal standards for community corrections services. Overall, the document serves to facilitate the evaluation of proposals for providing effective reintegration services for offenders while maintaining public safety and accountability.
    The RRC Contract Facility document serves as a Certification of Compliance for applicants responding to a Request for Proposals (RFP). It necessitates that the designated facility confirms its adherence to applicable local, state, and federal laws regarding safety, zoning, occupancy, and air exchange, as stated in the RFP's Statement of Work. The certification process requires the submission of the facility's name, address, and contact information alongside the signature of an authorized representative, which ensures accountability for regulatory compliance. This document is critical for the federal RFP process as it mandates essential legal and safety standards to be met by potential contractors or grant recipients before proceeding with their proposals or projects. Ultimately, the requirement underscores the government's commitment to maintaining high operational standards and legal conformity across its facilities and contractors.
    The document outlines the requirements for contractors bidding on a project related to the RRC (presumably a regional resource center). It emphasizes the necessity of identifying nearby facilities within a half-mile radius that may generate public concern regarding the project. Such facilities include schools, daycare centers, historical landmarks, and residential areas. The contractor is required to compile a detailed table, documenting each relevant establishment's name, address, distance from the proposed site, and a narrative discussing potential public opposition. The document necessitates comprehensive data collection without limits on the number of entries. This requirement indicates that assessing community impact and concerns is essential in the contractor's proposal, reflecting a broader aim to address local public sensitivities within government-requested proposals, grants, and project evaluations.
    The document at hand appears to be a disorganized amalgamation of several government-related communications, requests, and forms that likely pertain to federal RFPs (Requests for Proposals), federal grants, and state/local RFPs. The main topic centers around facilitating and funding various government projects, with an emphasis on the procurement process, compliance with regulations, and ensuring proper handling of infrastructural and environmental aspects. Key ideas include the identification of necessary materials and safety considerations related to construction, environmental concerns, and maintaining standards in restoration projects. Supporting details highlight the importance of meeting federal and local regulations, such as environmental health and safety measures, as well as specifications for contractor qualifications and methods for soliciting bids. The document is structured in a fragmented manner, indicating various requirements, descriptions of potential hazards, and references to procedures that organizations must follow when involved in government contracts. These aspects suggest a thorough preparation framework necessary for entities seeking to engage with government contracts. Overall, the essence of the document underscores the importance of compliance and safety in government procurement processes, aiming to guide stakeholders through the complexities of RFPs, grants, and project execution while ensuring all parties adhere to mandated legal standards and practices to mitigate risk and enhance project success.
    The Federal Bureau of Prisons (BOP) has provided a subcontracting plan template for contractors to comply with Federal Acquisition Regulation (FAR) requirements regarding the inclusion of small businesses in federal contracts. The document outlines specific subcontracting goals: 36% for small businesses, with subcategories for disadvantaged and women-owned businesses, among others. Contractors must fill out highlighted sections related to their specific contract, including identification data, contract values, and planned subcontracting dollar amounts across various categories. The template emphasizes good faith efforts to engage small businesses and includes measures for equitable opportunities, reporting, and compliance tracking. The program administrator is responsible for ensuring adherence to the subcontracting plan, while contractors must provide records of contacts with potential subcontractors and maintain transparency in subcontracting practices. This template serves as a critical tool for promoting inclusivity within federal contract awards, thereby facilitating the participation of small businesses in government procurement processes.
    The document is an amendment (0001) to the solicitation number 15BRRC25R00000025 issued by the Federal Bureau of Prisons for contract modifications. Effective from July 7, 2025, this amendment primarily extends the deadline for receipt of offers to September 8, 2025, at 14:00 ET. It incorporates specific provisions (52.204-17 and 52.204-20) by reference, which may pertain to contractor reporting and information requirements. The document outlines acknowledgment procedures for recipients, stating that offers must confirm receipt of this amendment to avoid rejection. While the amendment updates certain aspects of the solicitation, all other existing terms remain unchanged and in effect. The amendment is signed by Contracting Officer Laurence Faytaren, indicating formal approval of these changes. The overall objective is to ensure transparency and proper communication for a federal procurement process.
    The U.S. Department of Justice is seeking information to assess potential vendors for Residential Reentry Center (RRC) and Home Confinement (HC) services in Augusta, Georgia. This Request for Information (RFI) aims to gauge the capability of providers to meet upcoming procurement needs, which will likely be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a guaranteed minimum and estimated maximum placements of up to 20 in-house RRC beds and 9 HC placements. Interested vendors are prompted to respond to specific questions regarding their experience, any local regulatory concerns, available transportation, and any zoning challenges that may affect the service provision. Responses should be submitted by March 20, 2025, while inquiries can be directed to the Bureau until March 5, 2025. This RFI serves as a preliminary step to gather insights before a formal RFP may be issued, emphasizing that submissions will not guarantee participation in any forthcoming procurement actions.
    The Bureau of Prisons (BOP) outlines the requirements and responsibilities for contractors managing Residential Reentry Centers (RRCs) through this Statement of Work (SOW). The main objective is to establish RRCs that provide comprehensive services for federal residents transitioning from prison to community life. Contractors are tasked with ensuring adherence to safety, health, and legal standards and maintaining a secure environment for residents. Key responsibilities include staffing with qualified personnel, developing operational policies, conducting staff training, and implementing a range of programs to support residents’ progress. The document details administrative organization, personnel qualifications, required training, and adherence to federal regulations, including those concerning sexual abuse prevention and workplace safety. Additionally, contractors are responsible for maintaining community relations and a budget, documenting compliance, and ensuring proper reporting of incidents. The BOP emphasizes the importance of integrity, accountability, and respect in providing a rehabilitative environment conducive to self-improvement for residents. The SOW serves as a binding framework to guide the contract's execution while ensuring that the contractor aligns with BOP's core values and mission.
    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.
    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.
    Second Chance Act Goods and Services
    Buyer not available
    The Administrative Office of the U.S. Courts is preparing to procure goods and services under the Second Chance Act, aimed at supporting federal defendants and individuals under supervision. This procurement will utilize Blanket Purchase Agreements and may include a range of services such as cognitive behavioral therapy, job training, transitional housing, and more, with solicitations potentially issued throughout the year based on district needs. The importance of these services lies in their role in facilitating rehabilitation and reintegration into society for individuals under federal supervision. Interested vendors should contact the Chief Probation or Pretrial Services Officer in their respective district for further information and to be placed on a mailing list, with the primary contacts for this opportunity being Ryan Sharp at ryansharp@insp.uscourts.gov and William Ware at williamware@ao.uscourts.gov.
    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.
    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.
    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.
    ACH Comprehensive Medical Contract
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a Comprehensive Medical Contract aimed at providing medical services for the inmate population at the facility located in Cumberland, Maryland. This contract is essential for ensuring that the healthcare needs of inmates are met, reflecting the Bureau's commitment to maintaining health standards within correctional facilities. 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 procurement process. Further details regarding the funding amount and specific deadlines have not been provided in the available documentation.