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
ID: 15BRRC24R00000014Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Bureau of Prisons is seeking proposals for residential reentry center (RRC) services and home confinement services in Kansas. The services will be provided under an indefinite-delivery, indefinite-quantity contract with firm-fixed unit prices. The contract will cover guaranteed minimum quantities and estimated maximum quantities. The government intends to award line items for both RRC in-house beds and home confinement placements to a single provider. The contractor will provide RRC services for in-house RRC beds and home confinement services for placements within a 200-mile radius of the facility. These services are for male and female federal offenders held under various United States statutes. The service area covers specific counties in Kansas, including Sedgwick, Sumner, Cowley, Butler, Harvey, Reno, Kingman, and Harper. The contractor must ensure a total of 66 beds, with 59 for males and 7 for females. The estimated maximum for home confinement services is 25 placements. The period of performance includes a one-year base period and four one-year option periods. The government will make payments at fixed daily or monthly rates for four pricing tiers, depending on the average daily population (ADP). During months when the ADP is 27 or fewer in-house offenders or 10 or fewer home confinement placements, the contractor will invoice at the defined monthly rate. If the ADP exceeds these thresholds, the contractor will invoice at the defined inmate day rate for the number of days utilized. The contractor must submit pricing for the base period and each option year, with separate rates for in-house RRC beds and home confinement placements. The government reserves the right to award without discussions and make an award in the best interest of the government.
    The Federal Bureau of Prisons seeks to procure residential reentry center (RRC) and home confinement services for male and female offenders in eight specified counties in Kansas, with a home confinement radius of 200 miles from the facility. The main objective is to obtain these services within the designated region to facilitate the reintegration of offenders into society. The scope of work includes managing and operating the RRC, providing supervision and support services to residents, and coordinating with the Bureau of Prisons and other agencies. While specific quantities or technical specifications are not listed, the services should adhere to the Bureau of Prisons' standards and guidelines for such programs. The contracting officer, Rachel Brown, is the point of contact for proposals, which are due by the closing date of September 30, 2024, at 12:00 p.m. Mountain Standard Time. This RFP indicates the government's intention to procure reentry and confinement services, emphasizing the need for vendor-managed facilities and comprehensive support for offenders as they transition back into the community.
    This Statement of Work (SOW) outlines the performance requirements for a private contractor to manage and operate a Residential Reentry Center (RRC) for federal residents, in collaboration with the Bureau of Prisons (BOP). The RRC aims to provide comprehensive community-based services for individuals in BOP custody or under the supervision of United States Probation and Pretrial Services. The contractor will be responsible for all aspects of the contract, including personnel, equipment, supplies, and services. The RRC will operate in alignment with the BOP's mission and core values, focusing on correctional excellence, respect, and integrity. The contractor will develop and maintain a current operations manual, contingency plan, and organizational chart. They will also establish a Community Relations Board to foster positive community relations and partnerships. The facility must comply with various health, safety, and environmental regulations and adhere to the BOP's standards for employee conduct, ethics, and responsibility. The contractor will implement measures to prevent sexual abuse and maintain a drug-free workplace. Volunteers are encouraged to provide additional services, such as counseling and vocational training, under the supervision of paid staff. Regarding personnel, the contractor will ensure 24/7 staff coverage with trained and compensated employees. The RRC will have a Facility Director, Case Managers, and an Employment Placement Specialist as key personnel. The number of key personnel will depend on the size of the contract, with larger contracts requiring more dedicated staff. All key personnel must be approved by the BOP's Residential Reentry Manager (RRM) and undergo background checks. The contractor will provide initial and annual training for staff, covering various topics such as discipline procedures, emergency plans, accountability, life safety, and resident searches. The contractor will be responsible for invoicing and reimbursements, operating within a written budget, and maintaining complete personnel files for all employees. They will also need to comply with information-related requirements, such as the Freedom of Information Act and Privacy Act, and maintain documentation to prove that all SOW requirements are met. The BOP reserves the right to conduct inspections and investigations at any time and will take appropriate action for non-compliance.
    This document outlines performance standards and potential financial penalties for a contract between the Federal Bureau of Prisons (BOP) and a private contractor operating residential re-entry centers (RRC) and home confinement programs. The BOP can withhold partial payment when the contractor fails to meet the requirements outlined in the Performance Summary Table, with percentages varying based on the significance of the breach. The main procurement objective is to ensure the contractor provides safe, secure, and adequately managed RRC facilities and home confinement programs, adhering to health, safety, and sanitation standards, while also offering necessary resident care services, programs for successful community re-entry, and efficient administration and management of the center. The scope of work for the contractor includes tasks such as developing and maintaining emergency response plans, providing adequate staffing and training, ensuring nutritious meals and access to healthcare, creating individual transition plans, identifying substance abuse issues, facilitating access to community resources, and managing admission, release, and disciplinary procedures. The contract requirements are extensive and cover vital functions such as safety, resident care, programs, justice, administration, and quality control, with specific chapters from the Performance Work Statement and ACA standards referenced for each. The contract type is not specified, but the presence of the Inspection of Services Clause indicates a focus on performance and the potential for adjustments based on the contractor's ability to meet the stringent requirements. The evaluation criteria are not explicitly stated, but the performance summary table serves as a detailed guideline for assessing the contractor's performance and determining financial penalties for non-compliance. While not providing specific contract values, this document emphasizes the BOP's authority to withhold payments and maintain high standards for the delivery of correctional and residential services.
    Procurement Objective: The Federal Bureau of Prisons is seeking proposals for a Community Corrections Program, specifically for the development and operation of a halfway house facility. This RFP focuses on ensuring compliance with environmental regulations and assessing potential environmental impacts. Specifications and Requirements: While specific quantities or square footage are not mentioned, proposers must provide a detailed description of the proposed facility, including the number of beds, the size of the existing or proposed structure, and any construction or rehabilitation work required. The RFP also requests information on the site location, zoning, and surrounding area, including potential environmental impacts on water quality, air quality, hazardous materials, historical or cultural resources, and more. Scope of Work: Vendors are responsible for completing and submitting the Environmental Checklist, which includes providing a detailed project description, site location details, and addressing any potential environmental impacts. If selected, vendors would then need to comply with all applicable environmental laws and regulations throughout the project. Contract Details: Not specified in this section. Key Dates: While not explicitly stated, there is an implied deadline for proposal submission, as proposers are instructed to submit the completed Environmental Checklist along with their proposals. Evaluation Criteria: The Environmental Checklist serves as the primary evaluation factor, with proposals assessed based on their potential environmental impacts and compliance with applicable laws and regulations. Incomplete or inaccurate checklists may result in proposals being removed from consideration.
    The Federal Bureau of Prisons (BOP) is seeking proposals for Residential Reentry Center (RRC) services, commonly known as "halfway house" services, as part of its commitment to facilitating the successful reintegration of federal offenders into society. The BOP has issued an RFP, encouraging open competition, and is currently evaluating proposals. The selected contractor will be responsible for providing transitional programming and a structured environment for inmates approaching their release date or under the supervision of the U.S. Probation Office. The proposed contract term is for ____ years, with a minimum requirement of ____ beds for males and ____ beds for females, and an estimated maximum of ___ beds for each gender. The BOP, however, leaves room for flexibility, stating that the site should be able to accommodate up to ___ offenders, with the potential for exceeding initial estimates if needed. The key procurement objective is to establish an RRC that enhances public safety by offering services that facilitate offenders' reentry into the community. This includes assisting them in finding employment and establishing a residence. The BOP emphasizes its rigorous contract oversight and monitoring processes, ensuring that requirements for inmate accountability, programming, life safety, and other critical areas are met. The contractor will need to adhere to these stringent standards and undergo regular inspections. In terms of scope, the BOP specifies that inmates will either be transferred from prisons for pre-release programming or referred by the U.S. Probation Office as a condition of their supervision. The average placement duration is three to four months, but longer stays are sometimes necessary. The proposed site for the RRC must be appropriately zoned and licensed, with all necessary permits in place. While contract details such as type and value are not explicitly stated, the letter does mention that performance is expected to begin on a specified date, with contract award approximately 120 days prior. Vendors are required to notify local law enforcement and elected government officials as part of the proposal process, with comments and concerns invited. The BOP's commitment to thorough evaluation and oversight underscores the importance placed on selecting a suitable contractor to deliver these critical RRC services.
    Procurement Objective: The Federal Bureau of Prisons (BOP), under the Department of Justice, is seeking proposals for the procurement of Residential Reentry Center services. Specifications and Requirements: While specific details are not provided in this letter, the BOP is likely looking for organizations with a successful track record of providing reentry services and support to individuals transitioning from incarceration back into the community. Scope of Work: Vendors responding to the RFP will need to provide information on their past performance and client references as a critical aspect of the evaluation process. The BOP is authorized to contact these references to assess the vendor's ability to deliver effective reentry services. Contract Details: Not specified in this letter, but the reference to the Federal Acquisition Streamlining Act and the importance of past performance suggest that the BOP is seeking experienced and reliable vendors for this procurement. Key Dates: Not provided in this letter, but vendors will need to ensure they meet the RFP's submission deadline and be prepared for potential inquiries from the BOP regarding their client references. Evaluation Criteria: Past performance is a significant factor in the evaluation process, as indicated by the BOP's emphasis on client references. The BOP will likely assess the quality and effectiveness of the vendor's previous work in providing reentry services. Summary: The Federal Bureau of Prisons is seeking proposals for Residential Reentry Center services, with a strong focus on past performance as a key evaluation factor. Vendors responding to the RFP will need to provide client references who can attest to their experience and capabilities in delivering effective reentry services. The BOP's emphasis on past performance underscores their commitment to selecting experienced and reliable vendors for this critical aspect of the criminal justice system.
    This letter serves as part of a larger proposal response to a Department of Justice, Federal Bureau of Prisons (BOP) Request for Proposals (RFP) for residential reentry center services. While not detailing the specific services or scope of the RFP, this document hints at the financial aspect of the procurement process. The main objective is to authorize the addressee institution to respond to inquiries from the BOP regarding the proposer's financial standing and capability to undertake the contract. It identifies a point of contact within the addressee's institution with knowledge of the proposer's finances, indicating that the proposer wants to ensure the BOP receives the necessary financial information to determine contract eligibility. This letter is a standard component of the proposal, demonstrating the proposer's transparency and willingness to cooperate during the financial evaluation stage of the procurement process.
    Procurement Objective: The Federal Bureau of Prisons is seeking residential services for an unspecified project. They aim to identify and evaluate potential contractors who can provide these services and have requested a detailed business management questionnaire to be completed by interested firms. Specifications and Requirements: While specific technical details are not provided, the questionnaire focuses on gathering information about the firm's structure, experience, financial health, and the qualifications of key personnel. This includes requesting information on the firm's principals, parent company, joint ventures, consultants, and specialists, as well as their respective roles and responsibilities. Scope of Work: The contractor will be responsible for providing residential services, though the exact nature of these services is not specified. The questionnaire suggests that the contractor will need to demonstrate their capability to manage and deliver on the required services, including any specialized or unique aspects. Contract Details: Not available in this document. Key Dates: Not specified. The document serves as a preliminary information-gathering tool and does not include submission deadlines or project timelines. Evaluation Criteria: The Federal Bureau of Prisons will use the information provided in the questionnaire to assess the qualifications and capabilities of potential contractors. This includes evaluating the firm's experience, financial stability, and the expertise of key individuals who will be involved in delivering the residential services.
    This RFP seeks proposals for in-house Residential Reentry Center (RRC) services, specifically for home confinement programs. The objective is to procure comprehensive and innovative solutions for successful offender reintegration and community corrections. The scope includes evaluating past performance, site location suitability, accountability measures, programming, facility compliance, and personnel management. Offerors must demonstrate their ability to assist offenders in finding employment, developing individualized plans, and fostering community relationships. Critical dates include a 90-day deadline for zoning requirements and a 120-day facility operational availability schedule. The technical/management evaluation will consider site validity, community relations, accountability, security, programming, facility design, and personnel plans. The proposal preparation instructions detail the submission requirements, including relevant documentation and page limits for each section. The evaluation criteria emphasize the offeror's past performance, site suitability, and comprehensive plans for offender accountability, security, and community reintegration.
    This document appears to be a certification of compliance for a facility contract as part of a larger Request for Proposal (RFP) process. The certifier attests that the facility, with its name, address, and contact information provided, complies with relevant laws and regulations pertaining to safety, zoning, occupancy, and accessibility. While specific procurement details are not provided, this certification is likely a prerequisite for a vendor or contractor to demonstrate their ability to meet essential requirements before outlining their proposed goods, services, or solutions. This certification ensures that the facility from which the contractor operates or intends to operate meets the basic standards for doing business with the government agency issuing the RFP.
    Procurement Objective: The local government is seeking a contractor to identify and assess potential community concerns related to the presence of a new facility, referred to as the RRC, in the area. Specifications and Requirements: The contractor will need to identify all facilities within a half-mile radius of the proposed RRC site that might raise public concern. This includes, but is not limited to, schools, day-care centers, historical landmarks, and residential areas. The contractor must compile this information in a table, as specified in the RFP, ensuring all relevant details are included. Scope of Work: The vendor's primary task is to comprehensively identify and document nearby facilities that could potentially spark public opposition or concern due to their proximity to the RRC. This involves researching and gathering information on the businesses and establishments within the defined radius and providing a narrative description of potential issues. Evaluation Criteria: While not explicitly stated, it can be inferred that proposals will be evaluated based on the thoroughness and accuracy of the information provided in the table and the corresponding narratives. Demonstrating a clear understanding of the task and the ability to comprehensively identify and address potential community concerns will likely be key factors in the evaluation process. This RFP reflects the local government's proactive approach to identifying and addressing potential community concerns early in the development process, ensuring that any issues related to the RRC's proximity to sensitive facilities are carefully considered and managed.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    This file contains two wage determinations issued by the U.S. Department of Labor's Wage and Hour Division, outlining the minimum wage rates and fringe benefits for various occupations under the Service Contract Act. The determinations apply to contracts subject to the Act in specific counties within Kansas. The wage rates and benefits are presented in a table format, with occupations grouped into broad categories such as Administrative Support, Automotive Service, Food Preparation, and Technical Occupations. Each occupation is assigned a code and a title, along with the corresponding hourly wage rate. The wage determinations emphasize that contracts covered by Executive Orders 14026 and 13658 must adhere to the minimum wage rates specified within. These orders ensure that workers are paid at least $17.20 per hour under EO 14026 and $12.90 per hour under EO 13658. The applicable minimum wage rate is determined based on the contract's entry or renewal date. Additionally, the determinations outline specific benefits, such as health and welfare, vacation, and holiday pay, that must be provided to employees. The file also includes detailed information on the conformance process, where contractors can request the addition of unlisted classifications and wage rates. This process involves submitting a written report to the contracting officer, who then forwards it to the Wage and Hour Division for review and approval. The determinations provide specific instructions and timelines for this process. Overall, these wage determinations establish the minimum compensation standards for various occupations within the specified counties in Kansas, ensuring that workers receive fair wages and benefits when working on contracts covered by the Service Contract Act.
    The Federal Bureau of Prisons (BOP) is seeking proposals for the provision of Residential Reentry Center (RRC) and Home Confinement (HC) services for male and female federal offenders in Kansas, specifically within the counties of Sedgwick, Sumner, Cowley, Butler, Harvey, Reno, Kingman, and Harper. The objective is to procure these services within a 200-mile radius of the facility in Wichita, Kansas. Offerors must submit their business and technical/management proposals electronically, with a focus on firm rates and a comprehensive explanation of their approach to delivering these services. The technical proposal should outline methods, techniques, and manpower allocation, demonstrating a clear understanding of the required services. The BOP reserves the right to award without discussions, so final proposal revisions are crucial. An on-site inspection of the proposed facility will be conducted after proposal submission. 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. The contract will require compliance with the E-Verify Program for employment eligibility verification. The total estimated value of the contract is not specified, but it will likely involve firm rates for the base period and option years.
    Similar Opportunities
    Residential Reentry Center (RRC) Services and Home Confinement Services or Day Reporting Center (DRC) Services in the Jackson, Tennessee Area
    Active
    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 or Day Reporting Center (DRC) Services in the Jackson, Tennessee area. The procurement aims to provide comprehensive rehabilitation and reintegration support for federal offenders transitioning back into the community, with a focus on compliance with security and service standards across designated counties in Tennessee. This initiative underscores the federal commitment to enhancing public safety and facilitating successful reentry for formerly incarcerated individuals. Interested vendors must submit their proposals by November 12, 2024, at 2:00 P.M. Eastern Standard Time, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    Residential Reentry Center (RRC) Services and Home Confinement Services or Day Reporting Center (DRC) Services Located Within the City Limits of Roanoke, Virginia
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services or Day Reporting Center (DRC) Services located within the city limits of Roanoke, Virginia. The procurement aims to provide comprehensive community-based services to assist federal offenders in their transition from incarceration to community living, ensuring compliance with federal, state, and local regulations. This initiative is critical for enhancing public safety and reducing recidivism by facilitating structured reintegration programs for offenders. Interested contractors must submit their proposals by the extended deadline of September 30, 2024, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located Within the Island of Oahu, Hawaii
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) services and Home Confinement services for male and female Federal offenders located on the Island of Oahu, Hawaii. The procurement includes a maximum of 75 in-house RRC beds (60 for males and 15 for females) and up to 25 home confinement placements, all to be provided under an indefinite delivery, indefinite quantity contract for a one-year base period with four one-year option periods. These services are crucial for the rehabilitation and management of offenders, ensuring they receive adequate programming and support during their transition. Interested parties should monitor the Government Point of Entry website at www.sam.gov for the solicitation, which is expected to be available on or about October 15, 2024, with a closing date around December 16, 2024. For further inquiries, contact Kevin Hoff at khoff@bop.gov or call 202-598-6164.
    Residential Reentry Center (RRC) Services and Home Confinement Services Within Chatham County, Georgia
    Active
    Justice, Department Of
    The U.S. Department of Justice, through the Federal Bureau of Prisons, is seeking qualified vendors to provide Residential Reentry Center (RRC) and Home Confinement (HC) services in Chatham County, Georgia. The procurement aims to accommodate an estimated need for 55 in-house placements and 35 home confinement placements, specifically including provisions for sex offenders. This initiative is crucial for facilitating the reintegration of male and female offenders into the community, ensuring compliance with local ordinances and addressing potential location challenges. Interested vendors must submit their responses by October 4, 2024, detailing their experience and any concerns regarding service provision, with all submissions directed to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    Residential Reentry Center (RRC) Services and Home Confinement Services for Male and Female Offenders and Mothers and Infants Together (MINT) Services Located Within Maricopa County, Arizona
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking information regarding potential sources for Residential Reentry Center (RRC) Services and Home Confinement Services for male and female offenders, including Mothers and Infants Together (MINT) services, in Maricopa County, Arizona. The objective of this Request for Information (RFI) is to assess the feasibility of providing these services across various cities within the county, such as Phoenix and Mesa, as part of an upcoming solicitation. These services are crucial for facilitating the reentry and community integration of offenders, thereby supporting effective rehabilitation strategies. Interested parties are encouraged to submit their insights by September 23, 2024, and should direct their responses to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164, ensuring that proposals and marketing materials are excluded from their submissions.
    Day Reporting Center (DRC) Services Located Within McLennan County, Texas
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Day Reporting Center (DRC) services located in McLennan County, Texas. The primary objective is to procure comprehensive services that support the reintegration of adult offenders into society, focusing on reducing recidivism through case management, counseling, employment services, and coordination with community resources. These services are crucial for providing a structured environment that facilitates successful transitions for federal offenders reentering the community. Interested contractors must submit their proposals by June 6, 2024, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164. The estimated contract value is between $3 million and $5 million annually, with a potential for extensions.
    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 - FCC Lompoc
    Active
    Justice, Department Of
    The U.S. Department of Justice, Federal Bureau of Prisons is seeking proposals for comprehensive medical services at the Federal Correctional Complex (FCC) in Lompoc, California. The goal is to contract these services for a base year, with the possibility of four extensions, each under a firm-fixed-price agreement. The scope of work involves managing and staffing the medical care facility to provide a comprehensive range of services, including primary care, specialty services, dental care, and emergency response. The awardee will also be responsible for administrative tasks, record-keeping, and medication management, in addition to coordinating mental health services with other healthcare providers. Successful bidders will need to demonstrate their ability to recruit and retain a qualified medical staff, as detailed in the solicitation. This includes having licensed medical professionals and meeting specified staffing ratios. The contract encompasses several key clauses related to indemnification, insurance, and privacy. The evaluation of proposals will consider the quality of services, staff qualifications, past performance, and price, with the former three being leading factors. To apply, vendors must submit their proposals by the deadline on October 1st, 2024, at 2:00 PM local time. For any clarifications or questions, interested parties can contact LaShundra D. Thomas at ldthomas@bop.gov or via phone at 202-598-6077.
    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.
    Cognitive Behavioral Programming in Corrections
    Active
    Justice, Department Of
    The US Department of Justice, Federal Bureau of Prisons, seeks information from vendors for a Request for Information (RFI) regarding cognitive-behavioral programming in corrections. The RFI explores diverse aspects of developing and implementing these programs to improve outcomes and reduce recidivism. Vendors are invited to share their insights and resources on various delivery methods, including traditional, virtual, and blended learning, along with other specialized programs, bearing in mind that responses are limited to 20 pages. This RFI is purely for market research, and all costs associated with responding are the vendor's responsibility. Interested parties should contact C.J. Price for clarification and submit their responses by the deadline for questions on October 21, 2024.