Residential Reentry Center (RRC) Services and Home Confinement Services Located Within Lubbock County, Texas
ID: 15BRRC25R00000017Type: Presolicitation
Overview

Buyer

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

NAICS

Other Residential Care Facilities (623990)

PSC

SOCIAL- SOCIAL REHABILITATION (G004)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in Lubbock County, Texas. The procurement aims to provide housing and supervision for male and female federal offenders, facilitating their reintegration into society through structured programs and support. This initiative underscores the Bureau's commitment to enhancing transitional services for offenders while ensuring compliance with federal regulations and contractor requirements. Interested offerors must submit their proposals by May 28, 2025, at 2:00 PM Eastern Standard Time, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Justice's Federal Bureau of Prisons is soliciting proposals for Residential Reentry Center (RRC) Services for male and female federal offenders in Lubbock County, Texas. Interested offerors must ensure their proposals, including Business, Technical/Management, and Past Performance Information, are submitted via email and comply with the guidelines in Section L of the Request for Proposals (RFP). All proposals should be final, as the government reserves the right to award contracts without discussions. An on-site inspection will occur after proposal submission but before contract negotiation, necessitating a contact person for evaluation. Contractors must enroll in the E-Verify Program for employee verification, adhering to regulations outlined in the solicitation. Questions should be directed to the Contracting Officer referenced in the document. This solicitation highlights the Bureau’s commitment to transitional services for offenders while ensuring compliance with federal regulations and contractor requirements.
    The Federal Bureau of Prisons is seeking proposals for a residential reentry contracting opportunity, identified by solicitation number 15BRRC25R00000017. The solicitation was issued on March 28, 2025, with a closing date set for May 28, 2025, at 2:00 PM Eastern Standard Time. The proposed project location is in Lubbock County, Texas. Interested parties must address all proposals to Contract Specialist Kevin Hoff via the provided email. This initiative reflects the Bureau's ongoing commitment to enhance reentry programs, addressing needs for residential facilities that support successful reintegration of individuals into society. The structure emphasizes specific timelines, contact information, and geographical details, typical in government contracting documents.
    The document outlines a Request for Proposal (RFP) by the Federal Bureau of Prisons for Residential Reentry Center (RRC) services in Lubbock County, Texas, aimed at providing housing and supervision for Federal offenders. The contract entails a firm-fixed price structure for various service levels based on the average daily population (ADP) of offenders ranging from in-house settings to home confinement, with specifics for each range and tier of services. The contract is structured for an initial one-year base period with four additional one-year options, and providers must adhere to specified performance requirements, including documentation and billing protocols. The Government reserves rights to award without discussions, emphasizing the importance of compliance with estimates and performance standards. The document also details criteria for evaluation of contractor performance, including accountability, program effectiveness, community relations, and communication responsiveness. It mandates alignment with health, safety, and regulatory standards while including provisions for potential adjustments in service locations and personnel changes. Overall, this RFP represents the Government’s commitment to effective rehabilitation and management of offenders within specified legal frameworks and operational guidelines.
    The Statement of Work (SOW) proposes the establishment and operation of a Residential Reentry Center (RRC) by contractors for individuals under federal supervision. The document outlines the BOP’s mission to provide safe, humane, and cost-effective environments that aid the reintegration of residents into society. Key topics covered include administration, personnel structure, facility requirements, and operational protocols. Contractors are responsible for personnel management, ensuring around-the-clock supervision, training, and adherence to safety and health regulations. The contractor must develop an operational manual and maintain compliance with federal laws, maintaining documentation and meeting regular inspections. Furthermore, the SOW emphasizes community engagement, requiring contractors to build ongoing relationships with local employers and service agencies. The contractor must also accompany compliance with PREA standards, sexual abuse prevention, and ethical employee conduct. Ultimately, the SOW seeks to create an environment conducive to rehabilitation and successful community reintegration for federal residents by enforcing strict operational, personnel, and safety standards, coupled with a commitment to accountability and continuous improvement throughout the contract period.
    The document outlines a Performance Summary Table for contractors working with the Federal Bureau of Prisons (BOP), detailing potential payment withholdings for noncompliance with contract requirements. The table categorizes contract requirements into six main areas: Safety/Security/Order, Resident Care/Services, Programs and Activities, Justice/Case Management, Administration/Management, and Quality Control. Each area contains vital functions that contractors must perform to adhere to contractual obligations. The BOP may withhold specified percentages of contractor invoices—ranging from 0% to 30%—for failures related to these functions, with the option to go beyond standard withholding percentages in severe cases. The document highlights that while the table guides withholding amounts, it does not impose binding obligations on the BOP nor limit its discretion to impose greater penalties for inadequate performance. It also states that the BOP may aggregate withholdings over time if a contractor consistently fails to meet requirements. The structure features clear categorizations, ensuring contractors understand the expectations and penalties for nonperformance, which is essential in the context of government RFPs and contracts aiming to ensure accountability and compliance with federal standards.
    The document outlines the environmental documentation requirements for proposals involving federal funding, particularly focusing on compliance with environmental statutes like NEPA, the Clean Air Act, and the Endangered Species Act. It mandates the completion of an Environmental Checklist, which will assess the potential environmental impacts of proposed projects. Key details include the necessity for an Environmental Assessment (EA) or Environmental Impact Statement (EIS) for projects involving new construction, significant modifications, or activities near sensitive environmental locations. Bidders must provide detailed descriptions of their projects, including site location, project scope, and potential environmental impacts, while identifying any required permits. The checklist emphasizes identifying public land uses within proximity to the proposed site to anticipate impacts on community resources. If specific environmental concerns arise from the initial questionnaire, further documentation is required to analyze potential impacts on cultural and natural resources. Overall, the document serves as a regulatory guideline for ensuring that federally-funded projects adhere to environmental protection laws before approval.
    The Federal Bureau of Prisons (BOP) is inviting community input regarding a proposal for a Residential Reentry Center (RRC), commonly referred to as a "halfway house," to aid federal offenders transitioning back into society. This letter notifies local authorities that [offeror's name] has submitted a bid for RRC services in the specified geographic area, adhering to competitive procurement guidelines. The document outlines essential project information, including the facility's address, current use, zoning status, required permits, and potential renovations. The proposed contract will require accommodation for both male and female offenders, with flexible capacity to meet fluctuating bed space needs. The BOP emphasizes the importance of RRCs in enhancing public safety and supporting offender reintegration through structured programs. Rigorous contract oversight is detailed, ensuring compliance with life safety, accountability, and rehabilitation standards. The BOP encourages local officials and community members to review the proposal and express any support or concerns to facilitate the evaluation process. The communication aims to foster transparency and community involvement in the reentry service development, aligning with established correctional practices. Final decisions will be made following a thorough review of all proposals submitted.
    This client notification letter is intended for prospective past performance references as part of a response to the Department of Justice's Federal Bureau of Prisons (BOP) Request for Proposals (RFP) for Residential Reentry Center services. The letter emphasizes the importance of past performance in the selection process, as mandated by the Federal Acquisition Streamlining Act. It authorizes the referenced clients to respond candidly regarding the performance of the proposing organization and assures them that their identities will remain confidential. The letter identifies specific individuals within the organization as points of contact for further inquiries. Overall, this document establishes the framework for gathering essential performance feedback that will impact the proposal's evaluation, highlighting adherence to federal guidelines and the importance of transparency in the procurement process for federal grants and services.
    The notification letter serves as a formal communication to bank references for a proposal submitted to the Department of Justice's Bureau of Prisons (BOP) regarding Residential Reentry Center services. Its primary purpose is to authorize the bank to provide information on the financial status of the proposing entity if contacted by the BOP's contracting officers. The letter emphasizes compliance with the Federal Acquisition Regulation, which mandates that the contracting officer assess the financial capability of potential contractors before awarding contracts. The institution is asked to designate a knowledgeable contact person for the BOP inquiries, ensuring clarity and cooperation in providing requested financial information. This document is crucial in the context of federal RFPs, as it facilitates an essential step in contractor vetting and assures transparency in the contracting process.
    The Federal Bureau of Prisons has developed a Service Contract Business Management Questionnaire for organizations seeking to provide services to the agency. The questionnaire aims to collect qualifications and performance data necessary for the selection of firms. It requires detailed responses regarding organizational structure, personnel, experience, financial standing, and claims or legal issues. Key sections require information about project details, submission contacts, personnel by discipline, collaborative partners, and relevant past contracts that demonstrate the firm's ability to perform the required work. Participants must also disclose their business status—whether as a corporation, partnership, or sole proprietorship—and provide licensing information, experience categories, and any legal issues or debts. Additionally, a comprehensive financial statement is required to assess the fiscal health of the organization. The document emphasizes the importance of accuracy in submissions, stating that false information can lead to penalties under federal law. This structured approach supports the Bureau’s goal of ensuring qualified service providers for government contracts through thorough vetting and evaluation of responses.
    The document outlines the compliance requirements and evaluation criteria for proposals related to In-House Residential Reentry Center (RRC) and Home Confinement Services, issued in March 2022. It emphasizes the importance of past performance, focusing on the offeror’s success in offender accountability programs, community relations, and staff management. Applicants must detail their relevant past contracts, demonstrating experience in assisting offender reentry and maintaining public support for community corrections programs. The evaluation criteria include the offeror’s ability to utilize community resources, establish effective communication, and maintain an adequate personnel structure compliant with established guidelines. Additionally, there are specific requirements for site selection, community engagement, accountability, security, and facility management, including proposals for home confinement programs. Proposals must feature comprehensive plans for offender monitoring, community interaction, program development, and compliance with zoning and safety regulations. Due to the complexity of the bid process, submissions require detailed documentation covering multiple technical and management areas, all aimed at ensuring high-quality services in offender reintegration and community safety.
    The RRC Contract Facility document serves as a Certification of Compliance for responses to a Request for Proposals (RFP). The form must be filled out by the facility representative, detailing the facility’s name, address, and contact number. By signing, the representative affirms that the facility adheres to applicable local, state, and federal laws and regulations regarding safety, zoning, occupancy, the Architectural Barriers Act, and air exchange. These compliance standards are outlined in the accompanying Statement of Work and the solicitation tied to the specific RFP. The document necessitates the printed name, title, signature, and date from the certifying individual, underscoring the importance of accountability in maintaining regulatory standards for facilities seeking government contracts or grants. This certification is vital in ensuring that the proposed facilities align with necessary legal and safety requirements as part of the RFP process.
    The document outlines the requirements for contractors in assessing local area concerns within a half-mile radius of a proposed site. Specifically, it mandates the identification and documentation of nearby facilities, such as schools, day-care centers, historical landmarks, and residential locations, which may lead to public opposition regarding the proposed site. Contractors must complete a specified table detailing their own name and address, the business name and address of nearby facilities, the distance from the proposed site, and a narrative addressing potential opposition. There are no restrictions on the number of entries that can be documented, indicating the importance of thorough investigation and transparency in community impact assessments. This information is vital for the decision-making process related to local safety, zoning, and public sentiment in response to new proposals. Such measures reflect standard practices in federal, state, and local government requests for proposals (RFPs), ensuring stakeholder considerations are carefully evaluated.
    The document is a Register of Wage Determinations under the Service Contract Act by the U.S. Department of Labor, detailing wage rates and benefits for various occupations in specific Texas counties (Crosby, Lubbock, Lynn). It establishes minimum wage requirements based on Executive Orders 14026 and 13658, which set rates of at least $17.75 and $13.30 per hour, respectively, applicable to contracts awarded after January 30, 2022, or renewed thereafter. The wage determination also outlines occupational classifications, their corresponding pay rates, and fringe benefits such as health and welfare contributions, vacation, and holiday pay. Key provisions emphasize that employers must adhere to minimum wage laws for employees under covered contracts, particularly concerning additional benefits like paid sick leave as per Executive Order 13706. The document concludes with instructions on conforming classifications and wage rates for unlisted job titles, demonstrating adherence to the Service Contract Act’s requirements. This wage determination guidance is crucial for government contracts to ensure compliance with federal labor laws and to protect workers' rights in the service industry.
    The Federal Bureau of Prisons (Bureau) has provided a subcontracting plan template for contractors submitting plans consistent with the Federal Acquisition Regulation (FAR) Small Business Subcontracting Program. This template includes guidance on filling out essential sections, such as subcontracting goals, identification data, and financial details. Key subcontracting goals include a 36% target for Small Businesses, with specific sub-goals for disadvantaged and women-owned businesses. Contractors are required to fill in specific areas highlighting the contract value and anticipated subcontracting dollars across various small business categories. The document outlines reporting and compliance requirements, emphasizing the importance of equitable opportunities for small businesses. A Program Administrator must be designated to manage responsibilities related to subcontracting plans, and direct efforts to involve small businesses in contract opportunities. Additionally, the document includes provisions for timely payments to subcontractors and emphasizes good faith efforts in acquiring subcontracted services from small businesses. Overall, the template serves as a structured guide to ensure that contractors adhere to federal guidelines while promoting small business participation in government contracts.
    The Federal Bureau of Prisons (BOP) is seeking information through a Request For Information (RFI) regarding upcoming solicitations for Residential Reentry Center (RRC) and Home Confinement (HC) services for offenders in Lubbock County, Texas. The BOP operates 122 institutions and aims to gauge the capability of providers in the community to meet the anticipated needs, including up to 54 in-house and 52 home confinement placements. The upcoming solicitation will involve an IDIQ type contract requiring the successful offeror to provide all services. The RFI invites qualified vendors to share their experience, identify local ordinances that may affect the procurement process, discuss community support or opposition to RRCs, and assess local transportation options. Responses should address specific questions, providing company details and socio-economic information while submitting by specified deadlines. The RFI serves solely for information purposes and does not obligate the government to proceed with a contract. Interested parties are encouraged to provide feedback that may inform the future procurement approach, with all submissions marked as proprietary handled accordingly.
    Similar Opportunities
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Justice, Department Of
    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
    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 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.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    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 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.
    Presolicitation: Residential Reentry Center (RRC) and Home Confinement (HC) Services within the area of Albany, New York
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) and Home Confinement services in Albany, New York. The procurement aims to provide in-house RRC beds and home confinement placements for male and female federal offenders, adhering to the requirements outlined in the Bureau of Prisons' Statement of Work (SOW) from March 2022. These services are crucial for facilitating the transition of federal inmates back into the community, ensuring compliance with health, safety, and rehabilitation standards. The solicitation is expected to be available on or around January 8, 2026, with proposals due by approximately March 9, 2026. Interested parties can contact Janel Ramsey at j3ramsey@bop.gov or Laurence Faytaren at lfaytaren@bop.gov for further information.
    RRC services and home confinement services located in St. Louis, Missouri
    Justice, Department Of
    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.
    Comprehensive Medical Services FMC Carswell
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified providers for Comprehensive Medical Services at the Federal Medical Center Fort Carswell in Fort Worth, Texas. The procurement aims to address the medical needs of federal inmates through a range of services, including inpatient and outpatient care, long-term acute care, and specialized outpatient institution services, particularly for female inmates. This opportunity is crucial for ensuring the health and well-being of incarcerated individuals, with the anticipated contract period consisting of a base year and four optional renewal periods. Interested parties should submit their responses to the Sources Sought Questionnaire by January 9, 2026, and direct any inquiries to LaShundra D. Thomas at ldthomas@bop.gov.
    Comprehensive Medical Services FMC Fort Worth
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking information from qualified firms to provide Comprehensive Medical Services for Federal inmates at the Federal Medical Center in Fort Worth, Texas. The services required include a range of medical care such as inpatient and outpatient facility services, long-term acute care, and various outpatient institution services, with pricing based on Medicare reimbursement rates. This procurement is crucial for ensuring the health and well-being of inmates, and interested parties must respond to the Sources Sought Questionnaire by January 9, 2026, to express their capabilities and qualifications. For further inquiries, potential respondents can contact LaShundra D. Thomas at ldthomas@bop.gov or by phone at 202-598-6077.
    Comprehensive Medical Services FCI El Reno
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking information from qualified vendors for the provision of Comprehensive Medical Services at the Federal Correctional Institution (FCI) in El Reno, Oklahoma. The anticipated services include a range of medical care such as inpatient and outpatient facility services, long-term care, and various specialist physician services for male inmates. This procurement is crucial for maintaining the health and well-being of the inmate population, with the contract expected to span a base year and four optional renewal periods. Interested parties must respond to the Sources Sought Questionnaire by January 9, 2026, and direct inquiries to LaShundra D. Thomas at ldthomas@bop.gov. All future solicitation details will be available on the SAM.gov website.
    FCI Texarkana - 1st Qtr FY2026 - Meats
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons at FCI Texarkana, is seeking quotes for the procurement of various meat products for the first quarter of Fiscal Year 2026 under Solicitation Number 15B51525Q00000026. This contract, set aside for small businesses, includes items such as beef roast, ground beef patties, turkey, and chicken, with specific requirements for quality, packaging, and compliance with federal food regulations. The contract will be awarded based on price and past performance, with a submission deadline for quotes set for August 22, 2025, at 3:00 P.M. Central Standard Time, and an anticipated award date of August 28, 2025. Interested vendors should contact Galo Morlet at gmorlet@bop.gov or by phone at 903-838-4587 for further details.
    FCI Three Rivers - Q2 FY26 - Dairy
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals from qualified small businesses for the procurement of dairy products at the FCI Three Rivers facility in Texas. This opportunity is categorized as a Total Small Business Set-Aside and falls under the NAICS code 311999, which pertains to all other miscellaneous food manufacturing, with a focus on dairy foods and eggs. The selected contractor will be responsible for supplying essential dairy products, which play a crucial role in the dietary needs of the facility's population. Interested vendors should reach out to Brandy Perez at b5Perez@bop.gov or call 361-786-3576 for further details regarding the solicitation process.