Residential Reentry Center (RRC) Serivces and Home Confinement Services Located in the State of Illinois within the Counties of Sangamon, Morgan, Menard, Cass, Logan, or Dewitt
ID: 15BRRC25R00000007Type: 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 specific counties of Illinois, including Sangamon, Morgan, Menard, Cass, Logan, and Dewitt. The objective of this procurement is to provide comprehensive support for federal offenders transitioning back into the community, ensuring adherence to safety, security, and rehabilitation standards throughout the process. These services are crucial for promoting successful reintegration and reducing recidivism rates among federal offenders. Interested parties must submit their proposals by April 1, 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 Federal Bureau of Prisons is seeking proposals for Residential Reentry Center (RRC) services for male and female federal offenders in specific counties of Illinois. Offerors must follow the detailed instructions outlined in the Request for Proposals (RFP) regarding the preparation of Business, Technical/Management, and Past Performance Information Proposals, which are to be submitted electronically. The Business Proposal must include essential documentation such as rates, solicitation forms, and certifications. The Technical/Management Proposal should provide a detailed explanation of the proposed service delivery approach, as it will be evaluated for comprehensiveness and capability. The government reserves the right to award contracts without discussions, thus proposals should be considered final. An inspection of facilities will take place before contract negotiations, necessitating a designated contact person. Compliance with the E-Verify Program for employment eligibility is mandatory for contractors. All inquiries should be directed to the Contracting Officer, whose contact details are provided in the solicitation. This RFP outlines the federal requirements and processes designed to ensure efficient procurement and service provision.
    The Federal Bureau of Prisons has released a solicitation for proposals relating to residential reentry services located in certain counties of Illinois, specifically Sangamon, Morgan, Menard, Cass, Logan, or Dewitt. This document outlines solicitation number 15BRRC25R00000007, with an issue date of January 31, 2025, and a closing date for proposals set for April 1, 2025, at 2:00 PM Eastern Standard Time. Interested parties are directed to address their proposals to Contract Specialist Kevin Hoff at the U.S. Department of Justice's Federal Bureau of Prisons. This particular RFP aims to secure services that assist individuals in transitioning back to their communities after incarceration, demonstrating the agency's focus on rehabilitation and successful reintegration. The deadline for submission highlights the urgency and importance of gathering institutional support for effective reentry processes, which are essential for public safety and reducing recidivism rates.
    The document details a Request for Proposal (RFP) from the Federal Bureau of Prisons for Residential Reentry Center (RRC) and Home Confinement Services in Illinois. It establishes a framework for providing these services over a base period of one year, with four subsequent option years. Contractors must offer competitive pricing based on average daily populations (ADP) of federal offenders and adhere to performance and reporting standards outlined in various sections. The RFP specifies service locations within designated counties and establishes fixed monthly and daily rates contingent on offender counts. The contractor must ensure compliance with security protocols, maintain effective community relations, provide comprehensive training, and adhere to federal information security requirements. Performance evaluation criteria include accountability, program effectiveness, community engagement, and adherence to safety regulations. Importantly, the document emphasizes that funding is contingent upon availability, and the contracting officer retains the right to cancel the solicitation without reimbursement for proposal preparation costs. This RFP reflects the government's commitment to maintaining effective supervision and rehabilitation for federal offenders while upholding security and community standards.
    The Statement of Work (SOW) outlines the requirements for the operation and management of a Residential Reentry Center (RRC) by the Bureau of Prisons (BOP). Its objective is to provide comprehensive services for individuals transitioning from incarceration to community life, ensuring a safe and supportive environment. The contractor is responsible for staffing, facility management, compliance with safety and sanitation standards, and the implementation of various programs aimed at self-improvement for residents. The SOW specifies the qualifications for personnel, including a Facility Director, Case Managers, and Employment Placement Specialists, emphasizing the need for annual training and clear personnel policies. It includes detailed guidelines on maintaining a drug-free workplace, preventing sexual abuse, and fostering community relations. Contractors are required to maintain stringent documentation on staff and resident interactions and uphold standards of conduct for employees. In summary, the SOW establishes a structured framework to ensure the successful operation of an RRC, aligning with BOP’s mission of promoting public safety and improving the lives of federal residents through effective community-based programs.
    The Performance Summary Table outlines the performance requirements and potential financial penalties for contractors working with the Federal Bureau of Prisons (BOP). It indicates that contractors may be subject to payment withholding—ranging from 0% to 30% of their invoice—based on their compliance with various contract obligations. These obligations cover key areas including safety, security, resident care, programs and activities, justice case management, administration, and quality control. Each of these areas contains vital functions, such as providing a safe living environment, maintaining sanitation, ensuring access to healthcare, and upholding the rights of residents. The table clarifies that while specified penalties are listed, the BOP retains discretion to impose additional withholding based on the severity or frequency of noncompliance. The document serves as a critical guide for contractors, emphasizing the importance of adhering to agreed standards and the potential financial impacts of inadequate performance. This summary illustrates how performance oversight aligns with the BOP’s aim to maintain high standards of care and security in its facilities, ensuring that contractors are held accountable for the delivery of essential services.
    This document outlines the Environmental Checklist required by the Federal Bureau of Prisons for proposals involving federal funding, emphasizing compliance with environmental laws such as NEPA and the Clean Air and Water Acts. It mandates that all bidders submit a completed checklist detailing their project's environmental impacts, including construction activities, potential effects on local water and air quality, and the presence of historical or cultural resources. Specific information regarding the project's site, zoning, and public land uses within a half-mile radius is also required. If the proposal indicates potential environmental impacts, further detailed analyses, including an Environmental Assessment (EA) or Environmental Impact Statement (EIS), may be necessary. This structured approach ensures that all projects funded by federal resources consider and mitigate potential environmental harm, thus safeguarding both cultural heritage and natural ecosystems during the planning and construction phases.
    The Federal Bureau of Prisons (BOP) is notifying local authorities regarding a proposal for a Residential Reentry Center (RRC) to provide transitional services for federal offenders in a specified geographic area. This letter indicates that the proposal is in response to a BOP request for proposals (RFP), promoting competition among potential service providers. The proposed facility’s specifics include its current use, zoning appropriateness, and necessary permits or renovations. The contract aims to offer a designated number of beds for both males and females, with flexibility to accommodate more if needed. The average placement duration for offenders in RRCs is typically three to four months. To ensure compliance with correctional standards, the BOP will monitor contract performance, focusing on inmate discipline, safety, and rehabilitation. Stakeholders are encouraged to express their support or concerns, with a designated contracting officer available for feedback. The BOP's commitment is to facilitate successful offender reintegration while upholding community safety.
    The sample client notification letter serves as a template for communicating with past performance references in response to a Request for Proposals (RFP) from the Department of Justice’s Federal Bureau of Prisons. The letter underscores the importance of past performance evaluations as a key factor in the selection process. It authorizes referenced clients to provide honest feedback regarding the service provider’s performance. According to federal regulations, while the information shared may be used in the evaluation process, the identities of the individuals providing references must remain confidential. The letter specifies designated points of contact within the referencing organization who possess relevant knowledge of the service provider's work. It concludes with an invitation for inquiries, emphasizing cooperation in this evaluative process. This document exemplifies the procedural necessities tied to government contracting, particularly highlighting the weight of past performance in federal procurements.
    The document is a notification letter intended for banks referenced in a business proposal related to a federal Request for Proposals (RFP) issued by the Department of Justice's Federal Bureau of Prisons. Its main purpose is to inform the bank that the proposers are seeking financial capability verification in connection with their bid for Residential Reentry Center services. It authorizes the designated bank contact to provide required financial information to the Bureau's contracting officer, ensuring compliance with Federal Acquisition Regulation requirements. The letter emphasizes that the information needed will be general in nature and sought only by authorized staff, thereby maintaining confidentiality. Overall, it serves as part of the procedural requirements needed to establish the financial soundness of the offeror before contract award, promoting transparency and cooperation between the parties involved.
    The Federal Bureau of Prisons has issued a Service Contract Business Management Questionnaire aimed at soliciting qualifications from firms interested in providing government-required services. This document outlines the necessary information that responding organizations must submit when requested as part of a government contracting process. Key definitions include terms such as "principals," "parent company," and "joint venture," which clarify the roles and responsibilities of involved parties. Respondents are required to provide essential details about their organization, including contact information, personnel by discipline, and details of any subcontractors involved. Additionally, organizations must list relevant prior contracts and demonstrate their experience in performing similar work. Financial disclosures and licensing information are also requested to ensure that respondents meet governance standards. The questionnaire serves a dual purpose: it facilitates the screening and selection of qualified firms for contract discussions and enhances transparency throughout the contracting process. Compliance with the submission guidelines is mandatory, as inaccuracies may lead to penalties under the False Statements Act. This questionnaire is pivotal in navigating federal RFPs and grants, emphasizing the need for detailed and factual submissions from potential service providers.
    The document outlines the compliance requirements for proposals related to in-house Residential Reentry Center (RRC) services, specifically focusing on home confinement services. It emphasizes the importance of past performance in offender accountability programs, requiring offerors to provide details of five relevant contracts executed in the last three years, avoiding Bureau contracts due to pre-existing access to data. The evaluation criteria cover areas such as offender accountability, program effectiveness, community relations, personnel recruitment, communication, and site suitability. Offerors must submit comprehensive plans addressing these factors, including a detailed offender accountability plan and a community relations strategy, which aim to demonstrate their capability to support offender reintegration successfully. Additionally, the document stipulates submissions must adhere to page limits and guidelines for documentation, including site plans and personnel resources. This RFP serves to establish rigorous standards for organizations looking to provide services linked to offender management, reflecting the government's intent to ensure effective and transparent community reentry operations.
    The provided document is a Certification of Compliance form associated with an RFP for the RRC Contract Facility. It serves as a declaration that the specified facility, whose details must be entered, adheres to all applicable local, state, and federal laws concerning safety, zoning, occupancy, the Architectural Barriers Act, and air quality regulations as outlined in the RFP's Statement of Work. The form requires the printed name and title of the signer, along with their signature and the date to validate compliance. This ensures that any facility participating in the RFP process meets the regulatory standards essential for operational legitimacy and safety. The document emphasizes the importance of compliance as a prerequisite for federal and state funding opportunities and contract eligibility. Overall, it underscores the government's focus on maintaining high safety and accessibility standards in facilities involved in public contracts.
    The government document outlines the requirements for contractors to identify local facilities within a half-mile radius of a proposed site, which could raise public concerns. This includes various establishments such as schools, day-care centers, historical landmarks, and residential areas. Contractors must complete a comprehensive table that lists the offeror's name and address, business name and address, distance from the proposed site, and a narrative addressing potential opposition related to the site's proximity to these facilities. There are no limits on the number of entries; hence, extensive local engagement is encouraged. The main purpose is to ensure that all relevant local factors are considered, addressing community apprehensions and facilitating transparency while preparing project proposals. This documentation adheres to the protocols typical of federal and local RFPs, emphasizing community impact and stakeholder considerations.
    The document consists of wage determinations issued by the U.S. Department of Labor under the Service Contract Act, applicable to contracts in specific counties of Illinois. Two wage determination numbers, 2015-5013 and 2015-5031, detail minimum wage and fringe benefits that contractors must adhere to when bidding for federal contracts. For contracts effective January 30, 2022, the minimum wage is set at $17.20 or higher based on specific occupations listed, with annual adjustments. Additionally, it outlines fringe benefits, including health and welfare, paid sick leave, vacation, and holidays, using standardized rates per hour. The concentrations of the wage listings cover various occupations including administrative, automotive, food service, and health professions, structured by occupational codes. The determinations provide essential guidance for compliance within federal contracts, ensuring fair labor practices and compensation for workers. The regulations also specify procedures for classifying additional job titles not listed and detail necessary labor protections as mandated by related Executive Orders. This document supports RFPs and grants by ensuring employers meet prescribed wage standards, thus safeguarding workers’ rights throughout funded projects.
    The U.S. Department of Justice, through its Federal Bureau of Prisons, issued a Request For Information (RFI) concerning Residential Reentry Services in Illinois, targeting counties including Sangamon, Morgan, Menard, Cass, Logan, and Dewitt. The RFI seeks qualified sources to provide both Residential Reentry Center (RRC) and Home Confinement (HC) services for male and female offenders. The anticipated services include up to 30 In-House placements and 15 Home Confinement placements, with a necessary provision for accommodating sex offenders. Stakeholders are invited to provide insights into the feasibility of these services in the specified area, addressing regulatory challenges, local support, and potential zoning issues. The Bureau emphasizes that this RFI is for informational purposes only and does not constitute a formal solicitation or guarantee future procurement opportunities. Interested vendors must submit their responses and any proprietary information by specified deadlines. The process focuses on gathering data to inform an upcoming solicitation and promote effective engagement between the Bureau and potential contractors while adhering to government protocols for procurement and regulation compliance.
    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
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in Ohio, targeting the counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery. The procurement aims to provide essential services for federal offenders transitioning back into the community, ensuring compliance with federal regulations and addressing community concerns. This contract is structured as a firm-fixed-price, indefinite-delivery, indefinite-quantity agreement, with a base period of one year and four optional one-year extensions, plus a potential six-month extension. Interested contractors must submit their proposals by December 22, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an indefinite delivery, indefinite quantity 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.
    MCC Chicago FY 26 2ND QUARTER SUSTENANCE
    Buyer not available
    The Department of Justice, specifically the Bureau of Prisons at the Metropolitan Correctional Center (MCC) in Chicago, is seeking proposals for the procurement of sustenance services for the second quarter of fiscal year 2026. This solicitation is set aside for small businesses and aims to fulfill the food supply needs for the facility, categorized under the NAICS code 311999, which encompasses all other miscellaneous food manufacturing. The goods and services procured will play a critical role in ensuring the nutritional needs of the incarcerated population are met, thereby supporting the overall health and well-being of the inmates. Interested vendors can reach out to John Burns at j1burns@bop.gov or by phone at 312-322-0567 for further details regarding the solicitation process.
    2nd QTR FY 26 Subsistence Solicitation
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Institution in Pekin, Illinois, is soliciting quotes for subsistence and fresh meat items for the 2nd Quarter of Fiscal Year 2026. This procurement is a total small business set-aside, requiring vendors to provide a variety of food items, including beans, rice, pasta, and canned vegetables, while adhering to strict compliance with federal regulations and specifications. The contract will be awarded based on price, product quality, and past performance, with delivery scheduled between January 19 and January 30, 2026. Interested vendors must submit their quotes via email to Hans Frei by December 11, 2025, at 3:00 PM CST, and ensure they are registered in the System for Award Management (SAM.gov) database.
    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.
    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.
    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 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.