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
ID: 15BRRC25R00000045Type: 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) 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Bureau of Prisons is seeking proposals for Residential Reentry Center (RRC) Services for male and female federal offenders in specific Ohio counties (Hamilton, Clermont, Brown, Butler, Warren, or Montgomery). Offerors must submit Business, Technical/Management, and Past Performance Information Proposals via email, adhering to instructions in Section L of the RFP. Key components of the Business Proposal include firm rates for the base period and option years, Section A, B, J (attachments), and K. The Technical/Management Proposal should detail the approach, methods, techniques, and manpower, and include a separate cover sheet with the place of performance and contact information for an on-site facility inspection. Proposals must be valid for a minimum of 240 days. Contractors must enroll in the E-Verify Program within 30 days of contract award. The government reserves the right to award without discussions. Questions should be directed to the Contracting Officer as specified in Section A of the solicitation.
    The Federal Bureau of Prisons Acquisitions Branch has issued Solicitation Number 15BRRC25R00000045 for residential reentry services. The solicitation was issued on September 25, 2025, and will close on November 24, 2025, at 2:00 P.M. Eastern Standard Time. The required location for these services is within the State of Ohio, specifically in the counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery. Proposals should be addressed to Contract Specialist Kevin Hoff at khoff@bop.gov.
    This government solicitation, 15BRRC25R00000045, issued by the Federal Bureau of Prisons, seeks proposals for Residential Reentry Center (RRC) and Home Confinement services for federal offenders in specific Ohio counties (Hamilton, Clermont, Brown, Butler, Warren, or Montgomery). The contract is a firm-fixed-price, indefinite-delivery, indefinite-quantity type, with a one-year base period and four one-year option years, plus a potential six-month extension. Pricing is tiered based on the Average Daily Population (ADP) for both RRC in-house beds and home confinement placements. Key personnel, billing procedures, and performance evaluation factors are detailed. The solicitation emphasizes compliance with various federal regulations and outlines the roles and limitations of the Contracting Officer's Representative (COR).
    This Statement of Work (SOW) outlines the requirements for contractors operating Residential Reentry Centers (RRCs) for the Bureau of Prisons (BOP). It details administrative, organizational, and personnel standards, including staffing ratios, training, and background check procedures. The SOW emphasizes compliance with federal, state, and local laws, as well as BOP policies, particularly regarding resident supervision, safety, and rehabilitation programs. Key areas covered include facility maintenance, emergency preparedness, security, medical services, and financial responsibilities. Contractors are required to maintain operational manuals, contingency plans, and adhere to strict conduct standards for employees to ensure a safe and effective transition for federal residents back into the community.
    The Federal Bureau of Prisons (BOP) uses a Performance Summary Table to outline potential payment withholdings from contractors who fail to meet contract requirements. This table, authorized by the Inspection of Services Clause, details six main contract requirements: Safety/Security/Order, Resident Care/Services, Programs and Activities, Justice/Case Management, Administration/Management, and Quality Control. Each requirement is linked to specific vital functions and a corresponding percentage of the monthly invoice that may be withheld for non-performance, ranging from 0-30%. The BOP retains the discretion to withhold more than the specified amounts, aggregate withholdings for consistent non-compliance, and does not waive its right to withhold if other corrective actions are pursued first. The table serves as notice to the contractor and does not limit the BOP's discretion or modify the contract's obligations.
    Section J outlines the mandatory environmental compliance requirements for activities funded by federal grants, including proposals for the Federal Bureau of Prisons Community Corrections Program. It emphasizes adherence to various environmental statutes such as NEPA, the Clean Air Act, and the Endangered Species Act. All proposals must submit a completed Environmental Checklist for evaluation, which may necessitate further environmental analysis like an Environmental Assessment or Environmental Impact Statement if the project involves new construction, significant modifications, or impacts sensitive areas. The checklist requires detailed information on the proposed project, site location, potential environmental impacts (e.g., water/air quality, hazardous materials, historical resources), and zoning. Certification of compliance with environmental laws and accuracy of provided information is mandatory, with failure to comply potentially leading to proposal disqualification. Part B of the checklist requires a detailed description of potential impacts for any affirmative responses in Part A.
    This document is a sample community notification letter from the Federal Bureau of Prisons (BOP) regarding a Request for Proposals (RFP) for Residential Reentry Center (RRC) services, or "halfway house" services. The letter informs local law enforcement and elected officials that an offeror has submitted a proposal for RRC services in a specific geographic area. It outlines the BOP's requirement for offerors to seek community input and serves as partial documentation of this requirement. The letter details the proposed contract's term, bed capacity for male and female offenders, and the start date of performance. It explains the BOP's rationale for RRC placements as a transitional program to enhance public safety and describes the agency's strict oversight of contract requirements. The letter also clarifies the sources of federal offenders at RRCs and invites comments on the proposed facility, providing contact information for the BOP Contracting Officer and the offeror.
    This document is a sample client notification letter for entities responding to Department of Justice, Federal Bureau of Prisons (BOP) Requests for Proposals (RFPs) for Residential Reentry Center services. The letter informs clients that their past performance may be evaluated as a significant factor in the source selection process, in accordance with the Federal Acquisition Streamlining Act (Public Law 103-355) Section 1091. It authorizes clients to respond to inquiries regarding the entity's work, while assuring them that the names of individuals providing reference information will remain confidential as per Federal Acquisition Regulation Subparts 15.306(e)(4) and 15.506(e)(4). The letter requests honest and candid feedback, identifies specific points of contact within the client's organization, and encourages cooperation in the evaluation process.
    This document is a sample bank notification letter for a company responding to a Department of Justice, Federal Bureau of Prisons (BOP) Request for Proposals (RFP) for Residential Reentry Center services. The letter authorizes the recipient bank to release financial information about the company to authorized BOP contracting staff upon request. This is to help the Contracting Officer determine the company's financial capability to complete an awarded federal contract, as required by the Federal Acquisition Regulation. The letter specifies that the information requested will be general in nature and identifies a point of contact at the bank for inquiries.
    The Federal Bureau of Prisons uses this Service Contract Business Management Questionnaire to assess firms seeking government service contracts. It encourages qualified organizations to submit statements of qualifications and performance data. The questionnaire defines key terms such as "Principals," "Parent Company," "Joint Venture," and "Consultant." It requires detailed information including project identification, firm contact details, personnel by discipline, names of venture partners and subcontractors, and a list of five most recent and relevant projects within the last three years. Additionally, firms must provide organizational structure information, licensing details, a history of experience (including claims and past government contracts), and comprehensive financial data, preferably an audited statement. All submitted information must be current and factual, with a warning about false statements under U.S. federal law.
    This government file outlines the compliance matrix for In-House RRC Services and Home Confinement Services, detailing proposal preparation instructions and evaluation criteria for past performance and technical/management aspects. Key past performance factors include accountability, programs, community relations, personnel, and communication. Offerors must submit information on their five most relevant contracts from the past three years, excluding Bureau contracts for RRC services, and provide detailed narratives on their success in various areas, including offender accountability, community reentry, public support, and staff retention. Technical and management evaluation areas cover site location (validity, suitability, and community relations program), offender accountability and security, general programs, facility requirements, and personnel. Specific requirements include submitting proof of right to use and zoning approval for proposed sites, a Community Relations Plan, an Offender Accountability and Security Plan, an Offender Reentry Program Plan, facility plans, a 120-day availability plan, and a Personnel Resources Plan. Home confinement services are evaluated on both accountability and programming. The document also specifies submission formats, page limits, and required attachments for each volume of the proposal.
    The RRC Contract Facility Certification of Compliance form ensures that a facility applying for a contract through an RFP meets all relevant safety, zoning, occupancy, accessibility, and air exchange regulations. The form requires the facility's name, address, and telephone number, along with the printed name, title, signature, and date of the certifying individual. This certification confirms adherence to the most current local, state, and federal laws and regulations, or whichever is most stringent, as outlined in the Statement of Work and the Solicitation for the referenced RFP. This document is crucial for government RFPs, federal grants, and state/local RFPs to ensure contractor compliance with essential facility standards.
    This government file outlines requirements for contractors to identify and document local area concerns within a half-mile radius of a proposed site for an RRC (likely a Residential Reentry Center or similar facility). The primary purpose is to assess potential public concern raised by the proximity of the RRC to sensitive facilities such as schools, day-care centers, historical landmarks, and other residential areas. The document mandates the completion of a table that requires the Offeror's Name & Address of Proposed Site, the RFP number, the Business Name & Address of the nearby facility, its Distance From the Proposed Site, and a narrative concerning possible opposition near the Proposed Site. This table has no limitation on the number of entries, ensuring comprehensive reporting of all relevant establishments. This requirement is crucial for government RFPs to ensure community consideration and address potential public opposition during the site selection process.
    This document, Wage Determination No. 2015-4719 (Revision No. 30, dated 07/08/2025) and Wage Determination No. 2015-4731 (Revision No. 27, dated 07/08/2025), outlines the minimum wage rates and fringe benefits for service contract employees in specified counties of Indiana, Kentucky, and Ohio. It details hourly rates for various occupations, from administrative to technical roles, and mandates compliance with Executive Orders 14026 ($17.75/hour) or 13658 ($13.30/hour), depending on the contract award or renewal date in 2025. The document also specifies health and welfare benefits ($5.55/hour or $5.09/hour if EO 13706 applies), vacation accrual (2-5 weeks based on service), and eleven paid holidays. Special provisions include night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. Procedures for classifying unlisted occupations are provided, emphasizing adherence to the Service Contract Act Directory of Occupations.
    The Federal Bureau of Prisons (BOP) provides a Subcontracting Plan Template for contractors to comply with Federal Acquisition Regulation (FAR) subpart 19.7, focusing on the Small Business Subcontracting Program. This template guides individual subcontracting plans, offering specific goals for various small business categories: Small Business (36%), Small Disadvantaged Business (5%), Women-Owned Small Business (5%), Service-Disabled Veteran-Owned Small Business (5%), and HUBZone Small Business (3%). It outlines requirements for contractor identification, contract value breakdown, planned subcontracting dollars, and methods for developing goals and identifying potential small business sources. The document details the duties of a program administrator, efforts to ensure equitable opportunities for small businesses, clause inclusion, reporting via eSRS, record-keeping, good faith efforts, and timely payments to subcontractors. It emphasizes compliance and transparency throughout the subcontracting process.
    Amendment 001 to Solicitation 15BRRC25R00000045, issued by the Federal Bureau of Prisons, extends the closing date for offers for Residential Reentry Center and Home Confinement Services in Ohio. The original solicitation, dated September 25, 2025, sought services in Hamilton, Clermont, Brown, Butler, Warren, or Montgomery Counties. This amendment, dated November 18, 2025, moves the deadline for offer submissions from November 24, 2025, to December 22, 2025, at 2:00 PM EST. All other terms and conditions of the original solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment.
    The Federal Bureau of Prisons (BOP) is seeking information through a Request For Information (RFI) regarding potential Residential Reentry Center (RRC) and Home Confinement (HC) services for male and female offenders in specific Ohio counties. The intent is to assess qualified sources before an imminent solicitation will be announced on SAM.gov, which will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The RFI requests insights from service providers about the feasibility of these services and identifies a maximum of 55 in-house and 33 home confinement placements. Interested vendors are asked to provide detailed responses regarding their experience, local regulations, potential obstacles, transportation availability, zoning issues, and community support for RRC services. The RFI emphasizes it is for informational purposes only and does not guarantee participation in any forthcoming request for proposal (RFP). Responses must be submitted by August 18, 2025, along with pertinent organizational information, which is treated as proprietary if marked. This initiative aims to improve communications and gather data critical for future contracting decisions within the community of Ohio.
    Similar Opportunities
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in the Springfield, Illinois area. The procurement aims to provide comprehensive community-based services for male and female federal offenders transitioning from prison, with a focus on rehabilitation and public safety. This contract includes a one-year base period with four one-year options and a potential six-month extension, requiring the facility to be operational within 120 days of award. Interested parties must submit their proposals by November 12, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an indefinite delivery, indefinite quantity contract to provide Residential Reentry Center (RRC) and Home Confinement services for federal offenders in the Middle Judicial District of Louisiana. The contract will encompass a maximum of 22 RRC beds (18 designated for males and 4 for females) and 20 home confinement placements for both males and females, covering a one-year base period and four additional one-year option periods. These services are crucial for the rehabilitation and reintegration of offenders, ensuring effective programming and case management. Solicitation number 15BRRC26R00000003 will be available on or about January 3, 2026, on www.sam.gov, with an estimated closing date of March 4, 2026. Interested parties should monitor the website for updates, as hard copies and requests via telephone or writing will not be accepted. For further inquiries, contact Pamela Barcelona at pbarcelona@bop.gov or call 606-599-4138.
    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.
    COMPREHENSIVE MEDICAL SERVICES - FCI OXFORD
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Federal Correctional Institution in Oxford, Wisconsin. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, under an indefinite delivery/requirements contract with firm-fixed unit pricing. This contract will consist of a Base Year and four 12-month option years, with estimated quantities of 94 inpatient days and 246 outpatient visits for the Base Year. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation, which will be available on or about November 14, 2025, and must ensure they are registered in the System for Award Management (SAM) database. For inquiries, contact LaShundra D. Thomas at ldthomas@bop.gov or call 202-598-6077.
    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.
    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.
    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.
    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.
    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.