Solicitation: Residential Reentry Services Located within the city limits of Albuquerque, NM Home Confinement within Radius 200 Miles of the Facility
ID: 15BRRC25R00000021Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSRESIDENTAL 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 located within the city limits of Albuquerque, New Mexico, with a home confinement radius of 200 miles from the facility. The objective of this procurement is to provide community-based services that facilitate the reintegration of federal offenders transitioning from incarceration back into society, thereby enhancing public safety and rehabilitation efforts. This contract will be awarded to a single contractor capable of meeting the service needs of offenders, with a base period of 12 months and options for four additional years, emphasizing compliance with federal regulations and community relations. Interested applicants must submit their proposals by June 24, 2025, at 2:00 P.M. Eastern Standard Time, and can direct inquiries to Victor Crump at vcrump@bop.gov or by phone at 202-740-1806.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for managing and operating a Residential Reentry Center (RRC) under the Bureau of Prisons (BOP). Its objective is to provide community-based services for federal residents transitioning from incarceration to society. Key components include contractor responsibilities, operational requirements, personnel qualifications, facility compliance, and safety protocols. The contractor must furnish essential services and staff, ensuring adherence to legal standards and BOP policies. They are also responsible for maintaining effective training programs for staff, implementing security and accountability measures, and developing community outreach initiatives to foster positive relations. The SOW specifies detailed personnel criteria, requiring qualifications and a minimum staff-to-resident ratio, ensuring 24/7 coverage. It emphasizes compliance with federal regulations on sexual abuse prevention, drug-free workplace policies, and records management. The contractor must develop comprehensive operational manuals and engage in community relations, thus reflecting the BOP’s mission of fostering rehabilitation and successful reintegration of inmates into the community. This SOW serves as a framework for submission in federal RFPs and grants, impacting local correctional facility operations and accountability standards.
    The document outlines the Performance Summary Table associated with a contract held by the Federal Bureau of Prisons (BOP) regarding service inspections. The table specifies the conditions under which the BOP may withhold payments from the contractor for inadequate service across several critical areas: Safety/Security/Order, Resident Care/Services, Programs and Activities, Justice/Case Management, Administration/Management, and Quality Control. Each category is further broken down into vital functions, establishing a framework for compliance with local, state, and federal regulations. Corresponding to these requirements, the BOP indicates the percentage of the contractor’s invoice that can be withheld for nonperformance. For instance, noncompliance in safety can lead to a deduction of up to 30% of the invoice. The BOP reserves the right to exceed these withholding amounts in severe cases or aggregate withheld amounts over time, highlighting the importance of consistent performance by the contractor. This document serves as guidance for contractors, emphasizing the necessity for thorough adherence to contract stipulations to ensure accountability and quality of service delivery in correctional facilities.
    The documentation outlines the need for environmental compliance in projects utilizing federal funds, specifically under the Federal Bureau of Prisons' Community Corrections Program. It mandates adherence to laws like the National Environmental Policy Act (NEPA) and requires a completed Environmental Checklist with all proposals. This checklist assesses potential environmental impacts such as new construction, modifications, and proximity to sensitive areas like water bodies and endangered species habitats. Proposals anticipating any environmental impacts must provide detailed descriptions and may require additional documentation, such as Environmental Assessments (EAs) or Environmental Impact Statements (EISs). The proposer must also confirm the legality of the intended site's use and provide information on surrounding public land uses. Overall, this process ensures that environmental considerations are integrated into project planning and execution to minimize adverse impacts while promoting regulatory adherence.
    The Federal Bureau of Prisons (BOP) has issued a community notification letter regarding a submitted proposal for Residential Reentry Center (RRC) services — commonly known as "halfway house" services — for federal offenders in a specified geographic area. The letter outlines the BOP's commitment to encouraging competition in contracting and details the requirement for offerors to consult with local law enforcement and government officials. It discusses the proposed contract's duration, initial and projected bed requirements for male and female offenders, and the importance of RRCs in facilitating public safety through structured transitional services for inmates nearing release. The BOP emphasizes rigorous contract oversight to ensure compliance with various operational standards. The offeror is encouraged to provide information about their organization and facility history, inviting community support or concerns regarding the proposal, underscoring the collaborative nature of this RFP process. Feedback should be directed to the specified contracting officer. This communication is a crucial step in the federal contracting processes, particularly for services aimed at enhancing reentry outcomes for offenders.
    The document is a sample client notification letter intended for prospective past performance references for a response to a Request for Proposals (RFP) from the Department of Justice, Federal Bureau of Prisons (BOP) for Residential Reentry Center services. It emphasizes the importance of past performance in the selection process as guided by federal regulations. The letter requests authorization from past clients to provide feedback on the responding entity's work. The BOP ensures confidentiality regarding the identities of those providing reference information, asking for honest and candid evaluations. It designates specific contacts within the organization who are knowledgeable about the performance of the contractor. The letter concludes by expressing appreciation for the cooperation of references and provides a point of contact for further questions. This structure highlights the critical role of client feedback in securing government contracts under federal guidelines.
    This notification letter is issued to bank references as part of a proposal for the Department of Justice's Federal Bureau of Prisons (BOP) Request for Proposals (RFP) regarding Residential Reentry Center services. The letter emphasizes the requirement under Federal Acquisition Regulation for the Contracting Officer to assess the financial capability of the selected offeror before contract award. The proposal includes information about the bank, and the bank is authorized to disclose financial information when contacted by BOP contracting staff. A specific contact person from the bank is identified to assist with inquiries, underscoring the importance of cooperation in the proposal process. The letter concludes with an invitation for further questions, maintaining a professional tone throughout. This communication is a vital step in the RFP process, ensuring transparency and credibility for the contracting authority.
    The Federal Bureau of Prisons has issued a Service Contract Business Management Questionnaire aimed at gathering qualifications and performance data from firms seeking to provide services to the government. The questionnaire is requested during specific solicitations or by a Contracting Officer and serves as a basis for selecting firms for discussions or further information requests. It outlines key definitions and provides instructions for submitting the questionnaire's required information, which includes the organization’s name, location, key personnel details, employee counts by discipline, partnerships, and previous contracts. Respondents must also disclose operational history, licensing, financial data, and potential legal issues. The document emphasizes the need for current, factual information and notes that misleading or false statements could lead to severe legal repercussions. This questionnaire is crucial for assessing the capability and suitability of prospective contractors within the context of federal contracts and grants.
    The Compliance Matrix for In-House RRC Services details the requirements for contractors seeking to provide home confinement services. The matrix emphasizes the importance of past performance in accountability programs, community relations, and personnel management. Offerors must submit documentation on their relevant contracts, demonstrating success in offender accountability, public support, and staff recruitment and training. The proposal must include comprehensive plans for site validation, community relations, offender accountability, and programming, adhering to specified page limits. Technical and management evaluations focus on the offeror's ability to manage residential reentry centers effectively, including site suitability and community integration. Offerors must also ensure compliance with zoning regulations and submit evidence of community support while addressing any public concerns. The document outlines specific formats and content requirements for submissions, highlighting the importance of structured planning and clear communication. Ultimately, the goal is to identify qualified providers who can enhance offender reintegration and ensure public safety through robust accountability measures and effective community engagement.
    The RRC Contract Facility Certification of Compliance is a key document associated with a specific Request for Proposal (RFP). This certification mandates that the facility named in the document adheres to all relevant local, state, and federal regulations concerning safety, zoning, occupancy, air exchange, and compliance with the Architectural Barriers Act (with provisions for reasonable accommodations as necessary). The form is required to be signed by an authorized individual, which includes their printed name, title, and date, ensuring accountability and legal endorsement of compliance with the outlined standards. This document plays an essential role in the RFP process, confirming that facilities meet necessary legal and regulatory criteria before being considered for contract awards, thereby safeguarding public interests and ensuring safe operational environments.
    The document outlines requirements for a contractor to identify local facilities within a half-mile radius of a proposed site, specifically a Regional Resource Center (RRC). The intent is to assess potential public concerns that may arise from the proximity of these establishments, which could include schools, day-care centers, historical landmarks, and residential facilities. Contractors are required to complete a table with relevant details about identified facilities, including the business names, addresses, distances from the proposed site, and narratives regarding any possible opposition related to these locations. This information is essential as part of the solicitation process for a Request for Proposals (RFP), aiming to ensure that the project recognizes and addresses community impacts and concerns effectively.
    The document presents Wage Determination No. 2015-5443 from the U.S. Department of Labor relating to contracts governed by the Service Contract Act. It outlines minimum wage rates for various occupations in New Mexico, with a focus on current wage rates tied to Executive Orders 14026 and 13658, mandating a minimum wage of at least $17.75 per hour for certain contracts initiated or extended after January 30, 2022. It details various occupations, their associated pay rates, and required fringe benefits. Additionally, the document emphasizes the importance of compliance with mandated paid sick leave for federal contractors and offers guidelines for wage conformance requests for unlisted classifications. Overall, this wage determination serves as a compliance framework for federal contractors ensuring fair compensation and benefits for workers under federal contracts.
    The Federal Bureau of Prisons is issuing a solicitation for Residential Reentry Center Services in Albuquerque, New Mexico, identified by solicitation number 15BRRC25R00000021. The issuance date for this solicitation is April 24, 2025, with a closing date set for June 24, 2025, at 2:00 P.M. Eastern Standard Time. Proposals must adhere to the specifications regarding the services provided within a 200-mile home confinement radius of the facility. Interested applicants should address their proposals to Victor Crump, a Contract Specialist at the U.S. Department of Justice, via email at vcrump@bop.gov. This solicitation forms part of the Federal government's efforts to establish reentry services aimed at facilitating the reintegration of individuals into society following incarceration, thereby aligning with rehabilitation objectives and public safety initiatives.
    The Federal Bureau of Prisons is seeking proposals for Residential Reentry Center (RRC) Services for male and female Federal offenders in Albuquerque, New Mexico. Offerors should submit their Business, Technical/Management, and Past Performance Information Proposals via email, adhering to specific guidelines outlined in Section L of the RFP. Key components of the Business Proposal include a cover letter detailing firm rates, solicitation documents, and necessary certifications. The Technical/Management Proposal requires a detailed plan outlining the approach, methods, and manpower planned for service delivery. Proposals must be comprehensive as the Government may award contracts without further discussion. Additionally, an on-site facility inspection will be conducted prior to contract negotiations, necessitating the inclusion of a contact person in the proposal. Offerors must comply with E-Verify employment eligibility verification requirements. Questions related to the solicitation should be directed to the Contracting Officer. This RFP reflects the federal government's ongoing commitment to managing inmate reentry programs effectively while ensuring compliance with federal regulations and standards.
    The document outlines a Request for Proposal (RFP) from the Federal Bureau of Prisons for the provision of Residential Reentry Center (RRC) and home confinement services for federal offenders in Albuquerque, New Mexico. The contract entails firm-fixed pricing for services based on varying Average Daily Populations (ADP) concerning in-house RRC beds and home confinement placements, with a base contract period of 12 months and options for four additional years. The award will go to a single contractor capable of meeting the interconnected service needs of offenders while providing a minimum and maximum guarantee of inmate days. Critical aspects include compliance with standards for services delivery, evaluation factors for award based on contractor performance, and billing procedures that reflect actual service usage. The contractor must also demonstrate effective community relations, staff competency, and adherence to safety regulations. The contract emphasizes the necessity for detailed proposals and the potential for cancellation if funding is unavailable. This solicitation highlights the government’s initiative to ensure appropriate rehabilitation services while enhancing the reintegration process for offenders.
    Similar Opportunities
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an indefinite delivery, indefinite quantity 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
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Residential Reentry Center (RRC) services and Home Confinement services in the Middle Judicial District of Louisiana. The procurement includes a maximum of 22 in-house RRC beds (18 for males and 4 for females) and up to 20 home confinement placements for both genders, all to be provided for a one-year base period with four additional one-year option periods. These services are critical for the rehabilitation and management of federal offenders, ensuring they receive adequate programming and case management. The solicitation, numbered 15BRRC25R00000034, will be available on or about January 2, 2026, with an estimated closing date of March 3, 2026. Interested parties can contact Pamela Barcelona at pbarcelona@bop.gov or by phone at 606-599-4138 for further information.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the State of Ohio Within the Counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in Ohio, targeting the counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery. The procurement aims to provide essential services for federal offenders transitioning back into the community, ensuring compliance with federal regulations and addressing community concerns. This contract is structured as a firm-fixed-price, indefinite-delivery, indefinite-quantity agreement, with a base period of one year and four optional one-year extensions, plus a potential six-month extension. Interested contractors must submit their proposals by December 22, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in the Springfield, Illinois area. The procurement aims to provide comprehensive community-based services for male and female federal offenders transitioning from prison, with a focus on rehabilitation and public safety. This contract includes a one-year base period with four one-year options and a potential six-month extension, requiring the facility to be operational within 120 days of award. Interested parties must submit their proposals by November 12, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov.
    RRC services and home confinement services located in St. Louis, Missouri
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Prisons, is seeking qualified vendors to provide Residential Reentry Center (RRC) services and home confinement services in St. Louis, Missouri. The procurement aims to support the rehabilitation and reintegration of individuals transitioning from incarceration back into the community, emphasizing the importance of social rehabilitation services in reducing recidivism. Interested parties can reach out to Laurence Faytaren at lfaytaren@bop.gov or call 202-514-0439 for further details regarding this opportunity.
    SU/MH/SOT in Portland, ME
    Justice, Department Of
    The Department of Justice, Federal Bureau of Prisons, is seeking proposals for community-based outpatient treatment services for substance use disorders, mental health, and sex offender treatment for adults in custody in Portland, Maine. Contractors must provide these services within a five-mile radius of Portland City Hall, ensuring accessibility to public transportation, and all clinicians must hold valid professional licenses to practice independently in Maine. This initiative is crucial for supporting the rehabilitation of individuals transitioning back into the community, with a contract period starting on October 1, 2025, and lasting for one base year with four optional one-year extensions. Interested parties must submit their proposals by August 20, 2025, and can direct inquiries to Coretta MaGee at cmagee@bop.gov or Robert Carroll at r1carroll@bop.gov.
    ACH Comprehensive Medical April 2023
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a Comprehensive Medical Contract for April 2023. This procurement aims to secure medical services categorized under the PSC code Q999, which encompasses various medical needs for the facility. The services provided will be crucial for maintaining the health and well-being of the incarcerated population, ensuring compliance with federal health standards. Interested vendors can reach out to Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000 for further details regarding the opportunity.
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.
    Comprehensive Medical
    Justice, Department Of
    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.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.