Pre-Solicitation for Buffalo (Batavia) Service Process Center
ID: 70CDCR24R00000013Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS IMMIGRATION AND CUSTOMS ENFORCEMENTDETENTION COMPLIANCE AND REMOVALSWASHINGTON, DC, 20024, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is preparing to solicit proposals for comprehensive detention services at the Buffalo Federal Detention Facility (BFDF) located in Batavia, New York. The procurement aims to secure a contractor capable of managing detention services, food services, and local transportation for approximately 650 detainees, ensuring compliance with the ICE Performance-Based National Detention Standards (PBNDS) and the Prison Rape Elimination Act (PREA). This contract is critical for maintaining safe and humane conditions for detainees while supporting ICE's mission of enforcing immigration laws. The solicitation is expected to be released by September 30, 2024, and interested parties can contact Natalie Carr at Natalie.Carr@ice.dhs.gov or Andrew Hadden at Andrew.Hadden@ice.dhs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Homeland Security's Immigration and Customs Enforcement (ICE) issued a Request for Proposals (RFP) for comprehensive detention services at the Buffalo Federal Detention Facility (BFDF). The contractor will manage the facility 24/7, ensuring safe confinement of detainees while adhering to ICE Performance-Based National Detention Standards (PBNDS) and the Prison Rape Elimination Act (PREA). Services include staffing armed and unarmed officers, providing food and recreational programs, and ensuring adequate access to legal resources. Key responsibilities entail maintaining security, conducting medical screenings, managing detainee transport, and handling personal property. The contractor is also required to maintain compliance with local, state, and national regulations, including American Correctional Association (ACA) standards. Continuous quality control and performance evaluation are mandated, with regular audits performed by governmental inspectors. The contractor is responsible for health requirements, employee training, and maintaining proper documentation of detainee records. This RFP underscores the government's commitment to humane detention standards while managing the complexities of immigration enforcement, prisoner rights, and operational efficiency within federal facilities.
    The Department of Homeland Security's Immigration and Customs Enforcement (ICE) has issued Contractor Official Transportation Orders for custodial activities. Contractors are required to transport individuals under ICE supervision and must report their departure and arrival times to the on-duty ICE Supervisor via telephone. Upon completion of the task, contractors must fill out a time accounting form detailing the starting and returning dates and times, officer names and signatures, mileage information, and meal counts. This document emphasizes compliance with ICE procedures and documentation, highlighting its sensitive nature as "Law Enforcement Sensitive - For Official Use Only." Overall, this file outlines critical transportation protocols for contractors engaged in custodial activities under ICE's jurisdiction, ensuring accountability and tracking during transport operations.
    The document is an RFP (Request for Proposals) issued by the federal government aimed at soliciting bids for specific projects that may involve federal grants or state and local partnerships. It outlines the objectives, requirements, and expectations for potential contractors. The main focus of the RFP is to enhance various services or infrastructures to meet governmental standards and community needs. Key elements include the timeline for submissions, eligibility criteria for vendors, evaluation criteria for proposals, and necessary compliance with applicable regulations and guidelines. The RFP encourages innovative solutions and approaches that align with the government’s goals of efficiency, sustainability, and community enhancement. Potential bidders must demonstrate their capacity to fulfill these project goals while adhering to specified budget constraints and timelines. The document serves as a foundational guide for agencies and organizations interested in participating in federal or local government contracts.
    The Disturbance Control Team (DCT) Master Equipment Inventory, revised in June 2017, catalogs essential protective and control gear housed in Building 9. The inventory lists various equipment types along with their quantities, indicating a focus on safety and preparedness for disturbances. Notable items include 147 gas masks, 197 riot batons, 155 neck protectors, and multiple sizes of protective vests and helmets. The equipment is categorized for effective management, highlighting the need for specific gear commensurate with operational demands. Additionally, the document notes the expiration of some filters in 2018, suggesting the necessity for timely updates and maintenance. Overall, this inventory serves as a critical framework for ensuring the DCT is equipped to handle potential disturbances efficiently while prioritizing the safety of personnel involved. The purpose aligns with broader government objectives of maintaining public order and supporting law enforcement functionalities at both federal and local levels.
    The document outlines a fleet inventory consisting of various vehicles, detailing specific entries for each vehicle, including their fleet numbers, make, model, year, and VIN numbers. The fleet includes a mix of Chevrolet and Ford models, with several units classified as Express Vans and Transit Vans, predominantly from the years 2015 to 2020. Specifically, the inventory highlights vehicles such as the Chevrolet Express Van, Ford Transit Van, Chevrolet Tahoe, and Ford Expedition. This file is essential for managing government resources and may serve as a basis for upcoming Requests for Proposals (RFPs) or grants related to vehicle procurement and maintenance, ensuring transparency and accountability in governmental vehicle management.
    The "Register of Wage Determinations Under the Service Contract Act" outlines wage and benefit requirements for federal contracts subject to the Service Contract Act, specifically detailing wage rates based on the applicable Executive Orders and qualifications of various occupational titles. For contracts effective as of January 30, 2022, employees must receive at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $12.90 per hour. The document specifies a range of occupations within administration, healthcare, information technology, and other fields, alongside corresponding pay rates and fringe benefits. Key components include annual adjustments to wage rates, health and welfare benefits, vacation allowances, and requirements for fringe benefits. The summary also addresses the conformance process for unlisted occupations, ensuring compensation aligns with established classifications and wage standards. This document serves as a crucial resource for contractors involved in government RFPs, ensuring compliance with wage regulations aimed at protecting worker rights and standards in federally funded projects. It encapsulates vital guidelines for determining appropriate wages, essential for both state and federal contracting practices.
    The document outlines pricing requirements for a federal Request for Proposal (RFP) related to staffing and operational costs for detention services to be executed over ten years. Offerors must complete Attachment 2: Pricing Summary, which outlines various Contract Line Item Numbers (CLINs) such as Facility Operation Costs, Bed Day Rates for detainees, and personnel hours for on-call stationary guarding and emergency transport. The pricing must include detailed calculations and considerations for costs related to Health & Welfare, as well as any applicable Collective Bargaining Agreement (CBA) or Department of Labor wage determinations. The proposal must include a summary of proposed staff and their wages for evaluation purposes. Notably, each year’s evaluated price is calculated, highlighting the importance of adherence to the specified requirements for successful submission and evaluation. The structure emphasizes rigorous pricing detail to ensure transparency and accountability in government procurement processes, supporting the objective of ensuring fair and competitive bidding while addressing operational needs in detention services.
    The Collective Bargaining Agreement outlines the terms between AGS LLC and the New York State Law Enforcement Officers Union, Council 82 Local 9720, covering Lieutenants at the Buffalo Federal Detention Center from February 01, 2023, to January 31, 2026. It addresses recognition of the Union as the sole bargaining representative, management rights, non-discrimination policies, union access, and grievance procedures. The agreement sets forth employee classifications, wage rates, overtime policies, and benefits like group health insurance and paid time off. Specific provisions include a no-strike clause, disciplinary procedures, and shift differentials based on work hours. The document emphasizes employee rights and obligations, management prerogatives, and clarifies the process for filling vacancies and handling employee grievances. Ultimately, it aims to create a cooperative work environment that adheres to federal contract stipulations while protecting employees' rights. This agreement reflects the need for compliance with labor laws and regulations in government contracts, ensuring operational efficiency and employee welfare within the facility.
    The document provides a detailed staffing and operational schedule for detention and processing posts across various units and key personnel within a correctional facility. Each post is specified for coverage, with 24-hour posts outlined for control and housing units, while others operate on varied schedules including 16, 12, and 8-hour shifts. Specific posts include roles for security personnel, medical staff, processing officers, and food service administration, indicating a comprehensive approach to operational management. Additional notes specify variations in post requirements for weekends and weekdays, showing an adaptive staffing model. The structure is organized into distinct sections covering both continuous and part-time staffing needs, emphasizing the facility's focus on maintaining security and support services round-the-clock. This staffing plan aligns with federal guidelines for correctional facility operations, reflecting government compliance and accountability in public safety management.
    The Solicitation document 70CDCR24R00000013 from the U.S. Department of Homeland Security’s Immigration and Customs Enforcement (ICE) focuses on gathering Past Performance evaluations for contractors proposing to provide Detention, Transportation, and Food Services. The document emphasizes the significance of past performance in the evaluation of proposals and outlines a detailed questionnaire assessing contractor performance based on criteria such as Quality of Services, adherence to Contract Schedules, and management of Key Personnel. Respondents are instructed to rate contractor performance using a rating system from Exceptional to Unsatisfactory and are encouraged to provide narrative comments to support their assessments. Additionally, the questionnaire addresses issues like the contractor’s strengths and weaknesses, any problems experienced, and the contractor's ability to correct issues. The overall intent is to collect comprehensive feedback, allowing ICE to make informed decisions about the contractor's suitability for future contracts, thereby facilitating effective procurement aligned with agency needs.
    The document is a request for information related to a particular area within a facility, specifically pertaining to a question or comment section. It prompts stakeholders to provide input concerning areas like Housing Unit Bravo, Kitchen, or Administrative Building. While the content is minimal, the request indicates the necessity for detailed feedback regarding the various functional spaces within the facility. The focus on different areas emphasizes the government's intention to gather comprehensive insights to inform decision-making processes, especially when organizing requests for proposals (RFPs) or grants. This reflects a standard practice in governmental procedures aimed at ensuring that all perspectives are considered in planning and operational improvements.
    The Performance-Based National Detention Standards 2011 (PBNDS 2011) are revised guidelines established by U.S. Immigration and Customs Enforcement (ICE) to reform the immigration detention system. Focused on humane treatment, these standards encompass enhancements in medical care, access to legal and religious services, improved communication for detainees with limited English proficiency, and a structured process for handling complaints. Specifically, they mandate compliance across various facility types, ensure staff training in emergency preparedness, and set protocols for dealing with potential crises, such as escapes and disturbances. Key provisions include the establishment of emergency contingency plans, regular inspections for safety, procedures for humane care, and requirements for maintaining a clean facility. The document outlines responsibilities for facility administrators and the roles of staff during emergencies, emphasizing the need for efficient communication and training. The overall aim of the PBNDS 2011 is to create a detention environment that is safe and respectful while ensuring compliance with legal and health standards, reflecting ICE's commitment to reform and accountability within the immigration enforcement framework.
    The Department of Homeland Security (DHS) has established final regulations to combat sexual abuse and assault in confidentiality facilities. These standards are part of a zero-tolerance policy, reflecting the belief that sexual violence is a violation of human dignity and incompatible with American values. The regulations, effective from May 6, 2014, build on existing performance-based detention standards and respond to mandates from the Prison Rape Elimination Act and the Violence Against Women Reauthorization Act. The standards cover immigration detention facilities and holding facilities, addressing prevention planning, training, reporting, and investigations among other categories. DHS has tailored the standards to address specific vulnerabilities within its detainee populations, including risk assessments and notification protocols for suspected abuse. The anticipated cost for implementing these standards is about $57.4 million over a ten-year period, with a break-even point requiring a reduction of 122 incidents of sexual abuse annually to justify the investment. The implementation of these regulations underscores the commitment to protecting detainees from sexual violence, promoting a culture of safety, and aligning with national objectives to eliminate such misconduct in detention settings.
    The document outlines the inventory of government-owned property under the control of the contractor at the Buffalo Federal Detention Facility (BFDF) in Batavia, NY, as of February 2024. It details various categories of equipment and furnishings designated for different departments, including the Commissary, Laundry, Detention Supervisors’ Offices, Transportation/Processing Office, Warehouse Area, and Food Service Area. Each section lists specific items, quantities, and characteristics, such as desks, computers, laundry machines, food service equipment, and storage solutions, reflecting the operational needs of the facility. The notable contents for Food Service highlight a wide range of cooking, storage, and cleaning equipment essential for daily operations and prisoner meals. The purpose of this record is likely related to the federal government's oversight and management of contracts, ensuring accountability in how government property is utilized within the facility. It serves as an essential reference for contractors and facility administrators to track and manage government resources effectively.
    The document outlines transportation route and mileage data for various locations associated with the Buffalo Field Office (BFDF) and its sub-offices, as well as several airports and other destinations. Key routes include round trips from BFDF to the Buffalo International Airport (70 miles), Syracuse Sub-office (220 miles), and Champlain Sub-office (644 miles). Additional routes from the Albany Sub-office reveal trip distances to other regional offices and facilities, such as the Clinton County Jail (268 miles). Notably, any further destinations may be determined by the ICE Contracting Officer Representative (COR) or a designated official. This mileage data is crucial for logistical planning in the contexts of federal RFPs, grants, and local service contracts, ensuring efficient transportation and operational effectiveness within the agency's framework. The structure of the document lists distances in a straightforward format, emphasizing the relevance of route planning in governmental operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sack Lunch Meals at ICE/ERO Bakersfield
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking qualified small businesses to provide "sack lunch" meals for noncitizens in custody at its Bakersfield Sub-Office in California. The procurement requires daily delivery of meals, including Regular, Vegetarian, and Halal options, adhering to strict food safety and sanitation standards, with a contract period starting October 16, 2024, and extending for a base year plus four optional years. This initiative underscores ICE's commitment to ensuring nutritional support for individuals in custody while maintaining compliance with health regulations. Interested vendors must submit their quotes by September 25, 2024, and can direct inquiries to Natasha Nguyen at natasha.t.nguyen@ice.dhs.gov or Eric M. Peterson at Eric.Peterson@ice.dhs.gov.
    Pre and Post Trial Confinement
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple Correctional Institutions within a 150 mile radius from Fort Drum, New York for Pre and Post Trial Confinement. These facilities must be approved by the Federal Bureau of Prisons or United States Marshals Service, or be accredited by the American Correctional Association or New York State. The facilities must comply with the Department of Justice National Prison Rape Elimination Act Standards and Army Regulation 190-47, The Army Corrections System. The Government will evaluate these Blanket Purchase Agreements annually and they may remain in place for up to five years. Interested parties must be registered with the System for Award Management under NAICS Code 922140. Please respond via email with intent to participate.
    Protective Security Officer services Upstate, New York
    Active
    Homeland Security, Department Of
    Presolicitation notice from the Department of Homeland Security, Office of Procurement Operations, for Protective Security Officer (PSO) services in various locations throughout Upstate, New York. The armed PSOs will protect federal personnel and property at federally owned and leased buildings. The contract will have a one-year base period with four one-year option periods and an optional 6-month extension. Services will be provided under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The estimated PSO basic service hours for the 66-month period are 1,944,250 hours. The solicitation is anticipated to be posted between June 4, 2019, and June 6, 2019, on www.fedbizopps.gov.
    REBUILD FAMILY HOUSING FORT WADSWORTH PHASE I AT U. S. COAST GUARD SECTOR NEW YORK, STATEN ISLAND, NY
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Rebuild Family Housing project at Fort Wadsworth, Staten Island, NY, which involves the design-build demolition and construction of new family housing facilities. The project aims to replace deteriorating apartment buildings with approximately 30 new townhome-style structures, including necessary site preparation, utility installation, and landscaping improvements. This initiative is crucial for enhancing living conditions for Coast Guard personnel and their families while adhering to federal regulations and historic preservation standards. Interested contractors must be part of the DHS/USCG National Multiple Award Construction Contract III - Pool One and submit their proposals by October 29, 2024, with a project budget estimated at $52 million. For further inquiries, contact Maria (Helen) Chapa-Johnson at maria.e.chapa-johnson@uscg.mil or Gabe Perez at gabriel.d.perez@uscg.mil.
    Request for Proposal (RFP) - 15BRRC24R00000013 Day Reporting Center (DRC) Services Located within Erie County, PA
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Day Reporting Center (DRC) services for federal offenders in Erie County, Pennsylvania, under solicitation number 15BRRC24R00000013. The contractor will be responsible for providing comprehensive community-based services aimed at assisting offenders in their transition from incarceration to community life, including staffing, facility management, and adherence to federal regulations. These services are critical for promoting rehabilitation and public safety, ensuring effective offender management and community reintegration. Interested parties must submit their proposals electronically by October 4, 2024, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or Tana Jankowiak at tjankowiak@bop.gov.
    COMPREHENSIVE MEDICAL SERVICES - FDC SEATAC
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Federal Detention Center in SeaTac, Washington. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, with an indefinite delivery/requirements contract structure that includes a Base Year and four optional renewal years. This contract is crucial for ensuring the health care needs of detainees are met effectively, with estimated service quantities outlined for both inpatient days and outpatient visits. Interested parties should prepare to submit proposals by the anticipated deadline, monitor the official U.S. Government contract opportunities website for updates, and may contact LaShundra D. Thomas at ldthomas@bop.gov or 202-598-6077 for further inquiries.
    Solicitation- Residential Reentry Services Located Within the Following Counties in Kansas: Sedgwick, Sumner, Cowley, Butler, Harvey, Reno, Kingman and Harper. Home Confinement Radius Within 200 Miles of the RRC Facility
    Active
    Justice, Department Of
    The Federal Bureau of Prisons, Department of Justice, seeks proposals for managing and operating a Residential Reentry Center (RRC) and providing home confinement services for male and female federal offenders in Kansas. The goal is to facilitate the reintegration of offenders into society within the communities of Sedgwick, Sumner, Cowley, Butler, Harvey, Reno, Kingman, and Harper, all located within a 200-mile radius of the RRC facility in Wichita. Opportunity Overview This opportunity focuses on delivering correctional services and supporting the successful transition of federal offenders back into the community. The Bureau of Prisons aims to award a single contract for both RRC in-house beds and home confinement placements. Scope of Work The selected vendor will be responsible for managing all aspects of the RRC, including staff, equipment, supplies, and services. The scope includes operating a facility that provides comprehensive community-based services, aligning with the Bureau's mission and core values. Key tasks involve developing and maintaining operational manuals, contingency plans, and community relations. The contractor must ensure compliance with health, safety, and environmental regulations and adhere to employee conduct standards. Preventing sexual abuse and maintaining a drug-free workplace is also part of the scope. For home confinement services, the contractor will supervise and support placements within a 200-mile radius. They must ensure a total of 66 beds, 59 for males and 7 for females, with an estimated maximum of 25 home confinement placements. Deliverables Current operations manual, contingency plan, and organizational chart. Community Relations Board establishment. Compliance with health, safety, and environmental regulations. Prevention of sexual abuse and maintenance of a drug-free workplace. 24/7 staffing with trained employees, including key personnel such as a Facility Director, Case Managers, and an Employment Placement Specialist. Staff training, covering various topics like discipline procedures and emergency plans. Invoicing and reimbursement management. Compliance with information-related laws, such as the Freedom of Information Act and Privacy Act. Eligibility Criteria Proposers should demonstrate experience and expertise in providing residential reentry services, with a particular focus on past performance. Client references will be critical in the evaluation process, as the Bureau will contact them to assess the vendor's capability and effectiveness in delivering these services. Funding and Contract Details The contract is an indefinite-delivery, indefinite-quantity agreement with firm-fixed unit prices. The estimated funding for the base period is approximately $3.7 million, with four one-year option periods at an estimated maximum of $1.2 million per year. Payment will be made at fixed daily or monthly rates, determined by the average daily population of offenders. Submission Process Proposals must be submitted electronically, with a clear explanation of the vendor's approach and firm rates. The technical proposal should outline methods, techniques, and manpower allocation, displaying a deep understanding of the required services. Key dates include a 6-hour notification deadline for large email submissions and a minimum proposal validity period of 240 days from the solicitation closing date, which is September 30, 2024, at 12:00 p.m. Mountain Standard Time. Evaluation Criteria The Bureau of Prisons will assess proposals based on past performance, giving significant weight to client references and their evaluations of the vendor's work. The thoroughness and accuracy of submitted information will be considered, along with the offeror's ability to demonstrate a comprehensive understanding of the required services. Contact Information For clarification or further information, prospective applicants can contact Rachel Brown at r16brown@bop.gov or 202-740-1866. The Bureau of Prisons encourages applicants to carefully review the solicitation documents and attached files for complete details on the requirement and evaluation criteria.
    Comprehensive Medical Services-USP Big Sandy
    Active
    Justice, Department Of
    The Department of Justice's Federal Bureau of Prisons is seeking proposals for Comprehensive Medical Services at the United States Penitentiary (USP) Big Sandy located in Inez, Kentucky. The procurement aims to secure a firm-fixed-price contract for healthcare services for inmates, which includes inpatient and outpatient physician and facility services, with an emphasis on quality care and compliance with privacy and security protocols. This contract will span a Base Year and four optional years, with evaluations focusing on past performance, technical capabilities, and cost-effectiveness. Interested parties must submit their proposals by September 20, 2024, at 14:00 Central Time, and can direct inquiries to Evan A. Corley at ecorley@bop.gov or by phone at 202-913-1602.
    W15QKN-24-Q-5003 Snow & Ice Removal Services Chili (Rochester), NY
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking Snow & Ice Removal Services in Chili (Rochester), NY. This service is typically used for housekeeping purposes, specifically snow removal and salting. The requirement is for the Chili United States Army Reserve Center (USARC) located at 49 Jetview Drive Rochester, NY 14624. Interested parties should submit a proposal, capability statement, and CAGE Code to the Contract Specialist by the required response date. Solicitations must be submitted via PIEE.
    Protective Security Officer Services NYC Metro
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisition Division, is seeking to extend the current contract for Armed Protective Security Officer (PSO) services in the New York Metropolitan area. This non-competitive extension is intended to provide ongoing protection for federal facilities from October 1, 2024, through March 31, 2025. The services are crucial for maintaining security and safety at federal sites, ensuring that they are adequately protected against potential threats. Interested parties can reach out to Melissa Hally at Melissa.Hally@fps.dhs.gov or Thomas Schrank at thomas.schrank@fpa.dhs.gov for further information regarding this opportunity.