Solicitation: Residential Reentry Services Located within the city limits of Portland, Oregon. Home Confinement within Radius 200 Miles of the Facility
ID: 15BRRC25R00000022Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) services for federal offenders located within the city limits of Portland, Oregon, with a home confinement radius of 200 miles. The procurement aims to secure comprehensive reentry services for both male and female offenders, emphasizing the importance of effective programming and community relations to facilitate successful reintegration into society. Interested contractors must submit detailed business and technical proposals by August 11, 2025, at 2:00 P.M. Eastern Standard Time, ensuring compliance with federal wage laws and environmental regulations. For inquiries, contact Victor Crump at vcrump@bop.gov or by phone at 202-740-1806.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Summary Table related to a contract with the Federal Bureau of Prisons (BOP), detailing the criteria under which payments to the Contractor may be withheld for inadequate performance. It categorizes essential contract requirements into five main areas: Safety/Security/Order, Resident Care/Services, Programs and Activities, Justice/Case Management, and Administration/Management. Each category includes vital functions that the Contractor must fulfill to avoid payment withholdings. The table specifies potential withholding percentages for each function, ranging from 0% to 30%, based on the severity of nonperformance. Importantly, the BOP retains discretion to withhold amounts exceeding set percentages for serious violations, and it may also aggregate withholdings over time. The document serves as a guideline for both the BOP and Contractors, emphasizing compliance with federal regulations and accountability in service delivery within correctional facilities. Ultimately, it aimed to ensure that essential safety and rehabilitation services maintain their integrity and quality.
    The document outlines the Environmental Checklist requirements for proposals related to the Federal Bureau of Prisons' Community Corrections Program. It emphasizes that all federally funded activities must adhere to environmental protection statutes, such as NEPA and the Clean Water Act, among others. Proposals must include a completed Environmental Checklist to assess potential environmental impacts, with specific attention to new construction, renovations, and site developments. The checklist requires detailed information about the proposed project, including the project description, site location, and the extent of construction activities. Part A of the checklist assesses whether the proposal may impact various environmental factors, such as air and water quality, hazardous materials, and cultural resources. If any potential impacts are identified, Part B requires an in-depth analysis of these effects. Compliance with local zoning laws and identification of nearby public land uses is also mandated. The checklist not only helps ensure compliance with environmental laws but also aids in early identification and mitigation of potential environmental issues related to the proposed projects.
    The Federal Bureau of Prisons (BOP) has issued a community notification letter to inform stakeholders about an offer made by [name of offeror] for providing Residential Reentry Center (RRC) services, commonly known as "halfway house" services, for federal offenders in the specified geographic area. This notification is part of an RFP process aimed at fostering competitive bidding. Offerors must notify local law enforcement and elected officials as part of the contracting process. The letter outlines the proposed location, current zoning status, permit requirements, and the planned capacity for male and female offenders during the contract, which may extend over several years. The BOP emphasizes its commitment to public safety and structured inmate reentry programs while detailing the oversight protocols in place for contracted services. The letter encourages the community to voice support or concerns, directing comments to the BOP contracting officer. Furthermore, it invites the offeror to include a description of their organization to provide insight into their operations and experience in managing such facilities. The BOP aims to evaluate proposals thoroughly, given its important role in inmate reintegration and community safety.
    The letter serves as a notification to prospective past performance references related to a response by a client to a Request for Proposals (RFP) from the Department of Justice’s Federal Bureau of Prisons for Residential Reentry Center services. It emphasizes the importance of past performance evaluations according to the Federal Acquisition Streamlining Act. The letter requests the identified references to be open and honest regarding the client’s work, while ensuring that their identities remain confidential as per federal regulations. Furthermore, it designates specific contacts within the organization for this purpose and offers support for any inquiries. The overall goal of this communication is to facilitate the evaluation process required by the BOP for award consideration, underscoring the value of prior performance in government contracts.
    The document is a sample notification letter directed to a bank reference in relation to a business proposal submitted to the Department of Justice’s Federal Bureau of Prisons for Residential Reentry Center services. It outlines that the Contracting Officer must assess the financial capability of the apparent successful offeror before awarding a federal contract as mandated by the Federal Acquisition Regulation. The letter authorizes the bank to respond to the Bureau’s inquiries regarding the financial status of the contractor and identifies a specific individual at the bank as the point of contact for this purpose. It emphasizes the need for cooperation and outlines the general nature of the information that may be solicited, ensuring that only authorized personnel will make these inquiries. Overall, the letter facilitates communication between the contractor’s bank and the Bureau as part of the proposal evaluation process.
    The Federal Bureau of Prisons has introduced a Service Contract Business Management Questionnaire aimed at encouraging organizations to submit their qualifications for government-required services. The questionnaire serves primarily to evaluate firms for potential contract solicitations. Key definitions related to the submission process, such as "principals," "parent company," and "consultant," lay the groundwork for understanding firm structures and roles. The questionnaire consists of sections that require the submission of current and accurate information about the organization, including project details, personnel qualifications, prior experience, financial standings, and legal matters. Organizations must identify their personnel by discipline, provide insights on collaboration with subcontractors, list relevant contracts from the past three years, and detail their operational history, including claims and disputes. Notably, the document emphasizes the importance of honesty in responses, referencing the False Statements Act and associated penalties for misleading information. This thorough screening is integral to the Federal Bureau of Prisons' commitment to engaging qualified contractors for services, thereby maintaining standards and ensuring accountability in public procurement processes.
    The Compliance Matrix for In-House Residential Reentry Center (RRC) Services outlines requirements for offerors proposing home confinement services. It focuses on evaluating past performance across several critical areas, including accountability in offender programs, community relations, personnel management, and communication responsiveness. Offerors must provide documentation of up to five relevant contracts from the previous three years, detailing performance success in offender accountability and reentry assistance while leveraging community resources. Additionally, the matrix highlights the importance of community relations, requiring a Community Relations Plan and notifications to local officials and law enforcement of the intent to operate an RRC. Offerors must demonstrate property rights, zoning compliance, and navigate potential local concerns. A comprehensive Offender Accountability and Security Plan, a Personnel Resources Plan, and specific home confinement programming details further ensure a robust proposal. Each component must adhere to specified page limits, maintaining a clear structure for submissions. This framework emphasizes the government's commitment to effective rehabilitation services while ensuring compliance with operational and community standards.
    The RRC Contract Facility Certification of Compliance document is a critical component of the Request for Proposals (RFP) process. Its primary purpose is to certify that the facility listed complies with all relevant local, state, and federal laws regarding safety, zoning, occupancy, and air quality standards, as specified in the accompanying Statement of Work and RFP solicitation. The document requires the facility to provide its name, address, and contact information, ensuring transparency and accountability. The signer, who must print their name and title, affirms compliance through a dated signature, indicating the importance of adhering to legal and regulatory frameworks. This certification is essential for facilitating government contracts and grants, ensuring that facilities meet necessary safety standards before engagement in federal or state projects.
    The document outlines requirements for contractors responding to an RFP that involves identifying local concerns within a half-mile radius of a proposed site (RRC). Contractors must compile a comprehensive list of nearby facilities, such as schools, day-care centers, and residential areas, that may evoke public concern regarding the project. It specifies that there is no limit on the number of entries for establishments within the specified radius. Each entry must include details such as the name and address of the business, the distance from the proposed site, and a narrative discussing the potential opposition to the project. This information is critical for assessing the community's response to the proposed site development and addressing any opposition effectively. The overall aim is to ensure that contractors are aware of and can navigate local sentiments associated with their project, which aligns with the broader goals of transparency and community engagement in government contracting processes.
    The U.S. Department of Labor's Wage Determination No. 2015-5563 outlines minimum wage rates for contracts governed by the Service Contract Act (SCA). Effective January 30, 2022, contracts require a minimum wage of $17.75 per hour due to Executive Order 14026 or $13.30 under Executive Order 13658 for applicable contracts awarded earlier. The determination details wage rates across various occupations in the Oregon and Washington areas, including administrative, automotive, food service, and health occupations, alongside fringe benefits requirements and paid sick leave under Executive Order 13706. Additionally, this determination incorporates specific wage requirements for unlisted occupations and the conformance process for determining appropriate compensation. Key points of the document emphasize compliance with federal wage laws to ensure fair pay for employees working on government contracts. It also addresses guidelines for uniform allowances and additional considerations for hazardous work environments. Overall, the document serves as a comprehensive resource for federal contractors to ensure conformance with wage and labor standards while providing essential worker protections.
    The Federal Bureau of Prisons is inviting proposals for Residential Reentry Center (RRC) Services located in Portland, Oregon. The solicitation, numbered 15BRRC25R00000022, was issued on June 11, 2025, with a closing date set for August 11, 2025, at 2:00 P.M. Eastern Standard Time. The service area includes a home confinement radius of 200 miles from the center. All proposals must be directed to Victor Crump, a Contract Specialist with the U.S. Department of Justice, via the provided email address. This request for proposal (RFP) aims to obtain qualified contractors to support reentry services for individuals transitioning back to community life, underlining the Bureau's commitment to successful reintegration and public safety.
    The U.S. Department of Justice, through the Federal Bureau of Prisons, is seeking proposals to offer Residential Reentry Center (RRC) Services for federal offenders in Portland, Oregon. Interested parties must submit their proposals via email and ensure compliance with specified requirements in the Request for Proposals (RFP). The submission should include a Business Proposal detailing rates, services, and required certifications, as well as a Technical/Management Proposal outlining the methodology and approach to fulfill contract objectives. The government may award the contract without further discussion, highlighting the importance of a complete and final proposal submission. An on-site inspection of the proposer’s facility will occur before contract negotiations. Additionally, awarded contractors must enroll in the E-Verify Program to verify employment eligibility. Questions regarding the solicitation should be directed to the designated Contracting Officer. This RFP underscores the government's intent to facilitate effective reentry services for offenders while adhering to regulatory standards.
    The document is a Request for Proposal (RFP) from the Federal Bureau of Prisons for providing Residential Reentry Center (RRC) and home confinement services within Portland, Oregon. The RFP aims to secure services for male and female federal offenders with a structured pricing model based on their Average Daily Population (ADP). The contract spans an initial base period of one year, extendable through four one-year option years. Key components include defining service levels and operational requirements, as well as the need for the contractor to maintain sufficient capacity for both male (75 beds) and female offenders (15 beds). The government emphasizes that actual service usage will be billed, highlighting the importance of maintaining flexibility to accommodate fluctuating populations. Additionally, it includes specific provisions for community notifications and facility compliance, ensuring transparency with local authorities. The document underscores the need for contractors to demonstrate effective programming and robust community relations to support the reintegration of offenders. Overall, this RFP represents a systematic effort to address correctional services and ensure public safety through structured, regulated support for reentry programs.
    The document outlines the Statement of Work (SOW) for a Residential Reentry Center (RRC) operated under the Bureau of Prisons (BOP). Its primary objective is to manage and operate an RRC that provides community-based services to federal residents transitioning from incarceration. The SOW specifies the expectations for contractor responsibilities, including staffing, facility management, safety protocols, resident programs, and compliance with federal laws and BOP standards. Key sections include the administrative structure, personnel requirements, facility compliance, staff training, and policies to prevent sexual abuse. It mandates that contractors maintain comprehensive oversight, ensuring a minimum ratio of staff to residents for secure supervision and provide thorough training on operational procedures and ethical conduct. The document emphasizes the importance of community engagement and fiscal responsibility, highlighting the need for continuous improvement and adherence to safety regulations. Contractors are also held accountable for any legal liabilities arising from their operations. This SOW serves as a critical framework for ensuring that reentry services are delivered effectively while safeguarding the interests of the BOP and society at large.
    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.
    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.
    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.
    RBG0001-26 RBG/ SBG Support
    Buyer not available
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.
    Second Chance Act Goods and Services
    Buyer not available
    The Administrative Office of the U.S. Courts is preparing to procure goods and services under the Second Chance Act, aimed at supporting federal defendants and individuals under supervision. This procurement will utilize Blanket Purchase Agreements and may include a range of services such as cognitive behavioral therapy, job training, transitional housing, and more, with solicitations potentially issued throughout the year based on district needs. The importance of these services lies in their role in facilitating rehabilitation and reintegration into society for individuals under federal supervision. Interested vendors should contact the Chief Probation or Pretrial Services Officer in their respective district for further information and to be placed on a mailing list, with the primary contacts for this opportunity being Ryan Sharp at ryansharp@insp.uscourts.gov and William Ware at williamware@ao.uscourts.gov.
    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.
    Replacement Sallyport Grill Low Project: 25Z5AA4-Revised
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking contractors for the Replacement Sallyport Grill project at the Federal Correctional Complex in Forrest City, Arkansas. The project involves the removal of the existing grill and the installation of a new custom-fabricated stainless steel grill that meets specific design and safety requirements, including electronic and manual locking mechanisms. This procurement is crucial for maintaining the security and operational integrity of the facility, emphasizing compliance with federal regulations and safety protocols. Interested contractors must submit their quotations by December 16, 2024, and can direct inquiries to Essie Burton at eburton@bop.gov or by phone at 870-494-4230.