Residential Reentry Services Located Within King County, Washington and Home Confinement Radius Within 200 Miles of the RRC Facility
ID: 15BRRC25R00000006Type: 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, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) services and home confinement services for federal offenders in King County, Washington, with a service radius extending 200 miles from the facility. The procurement aims to provide structured programming and support for the reintegration of male and female offenders into the community, emphasizing public safety and effective management of transitional programs. This contract will include a one-year base period with four additional one-year options, and proposals must be submitted by February 28, 2025, at 2:00 PM EST. Interested parties should direct inquiries to Contracting Officer Jeremy Essler at jessler@bop.gov.

    Point(s) of Contact
    Jeremy Essler
    jessler@bop.gov
    Laurence Faytaren
    lfaytaren@bop.gov
    Files
    Title
    Posted
    The U.S. Department of Justice, through the Federal Bureau of Prisons, is issuing a Request for Proposals (RFP) for Residential Reentry Center (RRC) Services directed at male and female Federal offenders in King County, WA, with an operational radius of 200 miles. Proposals must include separate submissions for Business, Technical/Management, and Past Performance Information, adhering to specified guidelines. A cover letter detailing firm rates is mandatory. The Technical/Management Proposal must outline the approach to fulfilling service objectives, demonstrating the offeror's understanding and capacity. The government may award contracts without discussions, thus proposals should be complete and well-prepared. On-site facility inspections will occur following proposal submission. Contractors must comply with the E-Verify Program for employment eligibility verification. All inquiries should be directed to the specified Contracting Officer via email. This solicitation aims to enhance reentry support for federal offenders, emphasizing compliance and evaluation readiness.
    The Federal Bureau of Prisons is issuing a solicitation for proposals related to Residential Reentry Contracting (RRC) under Solicitation Number 15BRRC25R00000006. This solicitation was released on December 23, 2024, and proposals must be submitted by February 21, 2025, at 2:00 P.M. Eastern Standard Time. The location of service must be within King County, WA, and the home confinement radius should extend within 200 miles of the RRC Facility. Proposals should be directed to Jeremy Essler, the Contracting Officer, at the U.S. Department of Justice, Federal Bureau of Prisons. The purpose of this solicitation is to acquire services that will facilitate the reentry of incarcerated individuals into the community, ensuring support and supervision as they transition from prison to potential reintegration. This RFP reflects the Bureau's commitment to enhancing reentry programs through strategic partnerships and collaboration with community organizations.
    The Bureau of Prisons (BOP) Statement of Work (SOW) outlines requirements for the operation of a Residential Reentry Center (RRC), serving federal inmates transitioning to community settings. The document establishes objectives, responsibilities, and operational standards for contractors tasked with providing comprehensive correctional services. Key components include administration, personnel requirements, facility compliance with health and safety regulations, and protocols for resident programs aimed at promoting law-abiding behaviors. The SOW mandates continuous staff training, including a minimum of 40 hours pre-service training and 20 hours of annual refresher training, ensuring personnel are equipped to handle residents' needs effectively. It stresses maintaining a safe environment free from misconduct and mandates compliance with federal laws, including the Prison Rape Elimination Act. Contractors are required to manage all aspects of the center, including staff coverage, records management, and adherence to established standards of conduct to foster a professional environment. Furthermore, the contractor must engage positively with the community while adhering to strict fiscal and operational accountability measures. This SOW is integral to ensuring effective reintegration services and maintaining the safety and security of residents and staff within the reentry programs.
    The contractor is tasked with identifying facilities within a half-mile radius of a proposed site that may raise public concerns, such as schools, daycare centers, historical landmarks, and residential buildings. The contractor must provide a detailed table including the offeror's name, address, business details, distance from the proposed site, and a narrative addressing potential opposition from these nearby establishments. There are no restrictions on the number of facilities to be documented. This process is part of larger government RFPs that ensure community considerations are addressed before project approvals, highlighting the importance of public engagement and awareness in governmental development initiatives. The approach aims to assess and mitigate any opposition linked to proximity-related issues surrounding the proposed site.
    The Federal Bureau of Prisons provides a Subcontracting Plan Template to assist contractors in creating individual subcontracting plans aligned with the Small Business Subcontracting Program as described in the Federal Acquisition Regulation (FAR) subpart 19.7. This document outlines specific subcontracting goals for various small business categories, including Small Business (36%), Small Disadvantaged Business (5%), Women-Owned Small Business (5%), Service-Disabled Veteran-Owned Small Business (5%), and HUBZone Small Business (3%). Contractors must fill out designated sections while leaving others to auto-populate. The template requires estimated contract values and planned subcontracting amounts, detailing opportunities for small businesses. It also outlines procedures for reporting, maintaining records, ensuring timely payments, and the duties of the program administrator. Moreover, it emphasizes the importance of equitable opportunities for small businesses through outreach and support, involves requirements for subcontractor certifications, and mandates compliance with specific FAR clauses regarding subcontracting plans. The overall purpose of the document is to promote small business engagement in government contracting, ensuring that subcontracting goals are met while adhering to federal regulations.
    The document is a Request for Proposal (RFP) from the Federal Bureau of Prisons for providing Residential Reentry Center (RRC) and Home Confinement Services in King County, Washington. It outlines the contracting requirements for services to be provided to male and female federal offenders. The RFP specifies firm fixed prices for various service tiers based on the Average Daily Population (ADP) of offenders, ensuring a minimum guarantee for both RRC and home confinement placements. The contract will be for a one-year base period with four additional one-year option periods, with an effective start date defined post-award. Compliance with safety standards, documentation, and accountability for offenders is emphasized throughout the proposal. Key evaluation factors for prospective contractors include service accountability, program efficacy, community relations, and adherence to personnel requirements. Additionally, the document discusses billing procedures, payment schedules, key personnel obligations, and the evaluation of contractor performance. Overall, the RFP emphasizes the need for structured service delivery and management aligned with the Bureau of Prisons' operational goals, ensuring rehabilitative support for offenders while engaging with the community.
    The Performance Summary Table outlines the contractual obligations of the Contractor to the Federal Bureau of Prisons (BOP) as of July 2020. It specifies the criteria under which the BOP may withhold payment due to inadequate performance across various contract requirements. Key areas include Safety/Security/Order, Resident Care/Services, Programs and Activities, Justice/Case Management, Administration/Management, and Quality Control. Each section lists vital functions, such as providing a safe living environment, ensuring emergency preparedness, maintaining adequate staffing, and supporting offender rehabilitation. The withholding percentages for each requirement range from 0% to 30% of the Contractor's monthly invoice, reflecting the importance of the contract's components. The document emphasizes that the summary does not impose additional obligations on the BOP nor limit its authority to withhold funds for non-performance beyond specified amounts. The BOP has discretion in assessing compliance, and the outlined terms serve as guidelines to enforce accountability, ensuring contractual adherence and optimal service provisions while maintaining public safety and effective management within the prison system.
    The document outlines the requirements for environmental impact assessment associated with proposals involving federal funds, specifically related to the Federal Bureau of Prisons Community Corrections Program. It emphasizes compliance with various environmental laws, including NEPA, the Clean Air Act, and the Endangered Species Act. Bidders must submit a completed Environmental Checklist to evaluate potential environmental impacts from their proposed projects, including any new construction, renovations, or site development. The checklist mandates detailed descriptions of the project, site location, and surrounding environment, along with identification of potential pollutants and natural resources. If any environmental concerns arise, a more detailed Environmental Assessment (EA) or Environmental Impact Statement (EIS) may be required. The document stresses the importance of transparent reporting and ensuring accurate compliance with environmental regulations to avoid disqualification from the proposal process. Overall, it serves as a critical framework for integrating environmental considerations into project planning for federal grants and RFPs.
    The Federal Bureau of Prisons has issued a notification letter concerning a proposal for contracting residential reentry center (RRC) services, also known as "halfway house" services, for federal offenders in a specified geographic area. This letter documents compliance with the requirement for offerors to notify local law enforcement and elected officials as part of the RRC contracting process. It outlines details regarding the proposed facility, including its address, current use, zoning compliance, and necessary permits or renovations. The contract will last for an unspecified number of years and stipulates bed requirements for both male and female offenders, as well as the potential for exceeding initial estimates due to unforeseen needs. The BOP emphasizes public safety and offender reintegration through structured programming, while ensuring robust contract oversight, monitoring, and inspections. Additionally, the letter invites community feedback regarding the offeror and the proposed facility, providing contact information for the contracting officer. The document affirms the importance of public safety and structured re-entry for offenders transitioning back into society, highlighting the BOP's commitment to effective management of transitional programs.
    The document is a notification letter intended for prospective past performance references associated with a business proposal responding to a Request for Proposals (RFP) from the Department of Justice, Federal Bureau of Prisons (BOP) for Residential Reentry Center services. It emphasizes the importance of past performance in evaluating proposals, as mandated by the Federal Acquisition Streamlining Act. The letter seeks permission for identified contacts within the recipient's organization to provide honest and candid feedback on the bid's performance. It also outlines the confidentiality protections under the Federal Acquisition Regulation, specifying that the identities of reference providers will not be disclosed. The letter concludes by inviting any questions regarding the matter, highlighting the need for cooperation in the evaluation process. This communication plays a critical role in governmental procurement processes by ensuring that the assessment of potential contractors is informed and thorough.
    The document is a sample notification letter intended for banks listed in a business proposal related to a federal Request for Proposals (RFP) by the Department of Justice's Federal Bureau of Prisons (BOP). The purpose of this letter is to authorize the contacted bank to provide financial information about the organization responding to the RFP for the procurement of Residential Reentry Center Services. It states that, under the Federal Acquisition Regulation, the Contracting Officer must assess the financial capability of the apparent successful offeror before awarding a federal contract. The letter indicates that information requested will be general and only sought by authorized BOP contracting staff. It also specifies an authorized point of contact at the bank for inquiries about the financial status of the organization. This letter serves as a crucial communication tool, ensuring that financial institutions are informed about their role in the proposal process and the expectations regarding financial assessments.
    The Federal Bureau of Prisons has implemented a Service Contract Business Management Questionnaire aimed at encouraging organizations to submit qualifications and performance data for government services. This document serves as a request for information to assess firms for potential contract possibilities. It defines key terms such as "Principals," "Parent Company," and "Joint Venture," outlining their roles within an organization. The questionnaire requests detailed project information including the organization’s name, contact principal, personnel by discipline, and expected subcontractors involved. It also requires general contractor information, such as the organization’s history, licensing details, work experience, financial data, and evidence of financial capability. The focus is on gathering current and factual information to ensure that only qualified firms are considered for the agency's service needs. This structured approach is vital for maintaining standards in government procurement processes and emphasizes the importance of due diligence. Additionally, it includes legal warnings against providing false information to uphold integrity within the bidding process. Overall, it reflects the Bureau's commitment to ensuring transparency and accountability in service contracting.
    The document outlines proposal preparation instructions and evaluation criteria for contractors bidding on In-House Residential Reentry Center (RRC) Services, specifically focusing on Home Confinement Services. It emphasizes the importance of past performance in developing offender accountability programs and successful community reintegration. Offerors are required to provide detailed information on their previous contracts, including performance narratives and contact references, while ensuring the relevance of these contracts to the current solicitation. Assessment factors include accountability, programming, community relations, personnel, and communication effectiveness. Proposed site locations must comply with zoning regulations, and offerors must submit a Community Relations Plan to maintain local support. Additionally, submissions must encompass various operational and managerial plans for staffing, security, offender accountability, food service, and facility compliance within specified page limits. This serves as a framework for evaluating potential providers, ensuring they can deliver quality services aligned with federal expectations for community corrections programs while maintaining public trust and operational integrity.
    The RRC Contract Facility document serves as a certification of compliance required for a specific Request for Proposal (RFP). It mandates that the named facility adheres to all applicable local, state, and federal laws regarding safety, zoning, occupancy, the Architectural Barriers Act, and air exchange standards as defined in the Statement of Work associated with the RFP. The document necessitates the submission of the facility's name, address, and contact information, along with the printed name and title of the signatory, their signature, and the date of certification. This compliance certification underscores the need for facilities involved in government contracts to meet stringent regulatory requirements, ensuring that they operate safely and in accordance with legal standards. Prioritizing compliance promotes accountability and transparency in the procurement process for government projects.
    The document is an amendment to a solicitation by the Federal Bureau of Prisons for Residential Reentry Center (RRC) Services and Home Confinement Services in King County, Washington. The primary purpose of the amendment (Amendment No. 001) is to incorporate the updated Department of Labor (DOL) Wage Determination 2015-5535 Rev. 24, effective December 23, 2024. The amendment clarifies that the solicitation's deadline for offers is not extended and outlines the processes by which contractors must acknowledge receipt of the amendment. Significant details include the mandated payment rates for various job classifications under the Service Contract Act, ensuring compliance with Executive Orders related to minimum wage and paid sick leave for federal contractors. The document provides an extensive list of occupations, their respective wage rates, and fringe benefits required under the contract. The revision reflects the government's commitment to ensuring fair labor practices and compliance with updated wage standards in federal contracting. This amendment is crucial for contractors bidding on the project, as it affects their compensation structure and worker protection obligations.
    The document outlines an amendment to a solicitation from the Federal Bureau of Prisons regarding Residential Reentry Center (RRC) Services and Home Confinement Services in King County, Washington. Specifically, the amendment (002) extends the proposal submission deadline from February 21, 2025, to February 28, 2025, at 2:00 PM EST. Offerors are required to acknowledge receipt of this amendment prior to the new submission deadline to avoid rejection of their offers. The amendment also notes that all terms of the original solicitation remain unchanged except as specified. This document serves to inform potential contractors of the deadline extension and ensure compliance with submission protocols, which are vital in the context of government Requests for Proposals (RFPs), reflecting the government's efforts to facilitate engagement and promote transparency in procurement processes.
    The document outlines the Wage Determination No. 2015-5535 under the Service Contract Act by the U.S. Department of Labor. It specifies wage rates that federal contractors must pay for various occupations in Washington's King and Snohomish counties, effective for contracts awarded or renewed after January 30, 2022. The minimum wage is set at $17.75 per hour under Executive Order 14026 for certain contracts, unless a higher wage rate applies. The document details the required minimum hourly rates for a range of occupations, including administrative, automotive, health, and service roles, as well as corresponding fringe benefits like health and welfare provisions and paid sick leave as per Executive Order 13706. Contractors must ensure compliance with these wage and benefit specifications, and any unlisted classifications must go through a conformance process. The document serves as a critical reference for contractors involved in federal procurement, emphasizing the importance of adhering to established wage standards and worker protections.
    The document outlines the wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor. It specifies the minimum wage requirements for federal contracts based on Executive Orders 14026 and 13658, highlighting wage rates that contractors must adhere to that vary based on contract dates and extensions. For contracts beginning after January 30, 2022, the minimum hourly wage is set at $17.20, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90. It details specific wage rates for various occupations in Washington State's King and Snohomish counties, including administrative support, automotive services, food preparation, healthcare, and more. The document also includes requirements for fringe benefits, health and welfare payments, vacation, and holidays. Notably, it outlines the processes for conformance of new job classifications not listed in the wage determination, emphasizing compliance and enforcement procedures. This guidance is crucial for federal contracting agencies and service contractors to understand their obligations under the SCA, ensuring fair compensation practices for workers employed on federal contracts.
    Similar Opportunities
    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.
    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.
    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.
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    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.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.
    SU/MH/SOT in Portland, ME
    Justice, Department Of
    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.
    ACH Comprehensive Medical April 2023
    Justice, Department Of
    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.
    ACH Comprehensive Medical Contract
    Justice, Department Of
    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.