15BCTS25R00000004 SU/MH in Albany, NY
ID: 15BCTS25R00000004Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSCOMMUNITY TREATMENT SERVICES - COWASHINGTON, DC, 20534, USA

NAICS

Outpatient Mental Health and Substance Abuse Centers (621420)

PSC

SOCIAL- SOCIAL REHABILITATION (G004)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for the provision of Substance Use, Mental Health, and Sex Offender treatment services for male and female offenders in Albany, New York. The contract, which spans five years starting July 1, 2025, aims to deliver evidence-based treatment programs that reduce recidivism and improve mental health outcomes, adhering to strict compliance and documentation standards as outlined in the Statement of Work. This initiative is crucial for facilitating the reintegration of offenders into society while ensuring public safety and accountability. Interested contractors must submit their proposals by April 21, 2025, and can contact Yasmin Ramos-Maness at yramos-maness@bop.gov or Robert Carroll at r1carroll@bop.gov for further information.

    Point(s) of Contact
    Yasmin Ramos-Maness
    yramos-maness@bop.gov
    Robert Carroll
    r1carroll@bop.gov
    Files
    Title
    Posted
    The U.S. Department of Justice, through the Federal Bureau of Prisons, has issued a Request for Proposal (RFP) for substance use, mental health, and sex offender treatment services for incarcerated individuals in Albany, NY. Bids are solicited from contractors located within a 5-mile radius of Albany City Hall, ensuring accessibility to public transport for accountability and safety of inmates in inclement weather. Required submissions include a completed SF-1449 form, representations and certifications via SAM, proof of active SAM registration, and documentation of professional liability insurance. Proposals are due by April 21, 2025, and must adhere to specified formatting guidelines, including submission via email in PDF format. The contract will be awarded based on the best value to a responsible offeror who meets technical acceptance criteria. Essential services include individual and group counseling, intake assessments, and treatment planning for various behavioral health issues. The document outlines rigorous compliance with federal acquisition regulations, eligibility criteria, and the importance of continuous monitoring through the SAM for contract integrity. This RFP reflects the government's initiative to provide comprehensive mental health and rehabilitative services to enhance outcomes for offenders while ensuring public safety and compliance with federal guidelines.
    The document outlines a Request for Proposals (RFP) for providing community-based treatment services for Adults in Custody (AICs) in Albany, New York. The contract spans five years, beginning July 1, 2025, with a focus on mental health, substance use, and sex offender treatment services. Proposals will be evaluated primarily on technical factors and past performance, with price being a less critical factor. Key evaluation areas include staffing qualifications, clinical treatment standards, operational practices, and the proposed facility's compliance and suitability. Offerors must demonstrate relevant licensor certifications, experience with criminal justice populations, and comprehensive service plans that align with the Statement of Work. A detailed assessment of the proposals will be conducted based on established criteria, emphasizing the need for competent personnel, effective treatment practices, and operational integrity. The award decision may proceed without discussions, with funds not currently available for this solicitation. This RFP illustrates the government's commitment to providing effective rehabilitative services while ensuring compliance with fiscal and operational standards.
    The Community Treatment Services (CTS) 2022 Statement of Work outlines the technical requirements for contractors providing substance use disorder (SUD), mental health (MH), and sex offender treatment (SOT) services for offenders under the Bureau of Prisons' supervision. Key goals include delivering evidence-based programs to reduce recidivism, improve mental health, and ensure public safety. The document specifies treatment modalities, standards, and procedures such as cognitive behavioral therapy (CBT), initial assessments, individualized treatment plans, and medication-assisted treatment (MAT). Contractors must adhere to strict guidelines for service delivery, including compliance with legal standards and regular reporting on treatment progress. Additionally, the SOW emphasizes the importance of proper documentation and maintaining confidentiality under HIPAA regulations. The Bureau retains the right to monitor contractual compliance and performance. Service referrals and authorization procedures are clearly defined, ensuring timely treatment initiation and addressing offenders' specific needs. The CTS aims to facilitate smoother reintegration into society through structured treatment programs while maintaining accountability and quality care standards throughout the process.
    The Federal Bureau of Prisons is soliciting proposals from companies to provide Community Treatment Services (CTS) for substance abuse and mental health. Interested firms must complete a business management questionnaire and submit necessary documentation, including a bank notification letter and client notification letters. The questionnaire requires firms to detail their distribution of commercial versus government contracts, provide information on previous relevant contracts, and disclose their financial standing and DUNS numbers. Each firm must identify a point of contact and provide specific percentages on work expected to be completed without subcontractors. The solicitation emphasizes the importance of past performance in evaluations to ensure qualified contractors are engaged. The document includes sample letters for notifying banks and clients about the proposal, posturing the firm’s financial capability and past performance evaluations. This solicitation aligns with federal contracting procedures to enhance service quality in the prison system, focusing on effective community treatment solutions for inmates.
    The Federal Bureau of Prisons is soliciting technical proposals for Community Treatment Services, focusing on best-value source selection. Offerors must respond comprehensively to evaluation criteria, demonstrating qualifications and capabilities for clinical service delivery to adults in custody (AICs). Key evaluation areas include staffing qualifications, including licensing and experience of key personnel, clinical treatment standards, operational plans, proposed location compliance with safety and ADA regulations, and facility licensing. The proposal requires detailed documentation, including professional licenses, resumes highlighting relevant clinical experience, and treatment service plans that innovate beyond the solicitation's minimum requirements. Evaluation will score proposals on an acceptable/unacceptable basis and relative quality. There are explicit expectations for privacy and safety in performance sites, necessitating proper documentation on facility ownership, diagrams showing service areas, ADA compliance checklists, and identification of nearby areas of concern with risk mitigation strategies. Offerors must submit a complete technical proposal packet that addresses each evaluation factor, ensuring the organization’s strengths align with the government's needs for effective and compliant community treatment services for justice-involved populations.
    The Department of Justice (DOJ) has implemented a Robotic Process Automation (RPA) Bot to facilitate the verification of Whistleblower Information Distribution as mandated by Acquisition Policy Notice (APN) 21-06. Effective November 1, 2021, contractors must confirm distribution of whistleblower information to their employees within 45 days of contract award. The RPA Bot automates this process by identifying relevant contracts of $250K or more and notifying vendors for certification. The Bot tracks compliance, managing email notifications and updating a Whistleblower Log database with necessary vendor information. The unattended Bot performs checks on contract transactions weekly and certification messages hourly during business hours. Bureau Procurement Chiefs must maintain the accuracy of DOJ Security Organization recipients and implement processes to ensure compliance with distribution requirements. Failure to confirm distribution timely may require direct follow-up. For further inquiries or issues related to the Bot or procedures, contact points are provided. This initiative exemplifies the DOJ's effort to streamline compliance processes while upholding whistleblower protections.
    The document outlines a Past Performance Questionnaire designed for evaluating contractors involved in government contracts. It includes sections for reference identification, contract details, and performance evaluation across five categories: quality, timeliness, business relations, and customer satisfaction. Each category consists of specific questions with a rating scale from 1 to 5, allowing evaluators to assess contractor performance. Additionally, there are sections for comments and narrative summaries to provide further context or explanations regarding ratings, especially for low scores. The main purpose of this questionnaire is to gather information on a contractor's past performance to inform future contract awards and improve procurement processes. By evaluating factors such as compliance with contract requirements, problem-solving capabilities, and overall customer satisfaction, the questionnaire aims to ensure that the government engages reliable contractors for its projects. The structured approach allows both qualitative and quantitative assessment of contractor performance, making it a vital tool in government procurement activities.
    The Proposal Attachment Form is a structured document related to federal and state requests for proposals (RFPs) and grants. It serves as a guideline for submitting proposals, detailing the required number of pages for various components of a proposal submission, identified by a numbering system from 1 to 12. The form indicates that the total pages required for the full proposal is zero, signaling that additional information or content may need to be added or clarified. The use of an organized layout is crucial for ensuring that proposals are cohesive and align with the necessary guidelines outlined by government agencies. This form is vital for maintaining standardization in proposal submissions, facilitating efficient processing and evaluation of proposals in the context of federal and local funding opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Treatment Services 2025-2026
    Administrative Office Of The Us Courts
    The Administrative Office of the U.S. Courts is preparing to procure treatment services for federal defendants and individuals under supervision through Blanket Purchase Agreements. The procurement will encompass a range of services, including outpatient mental health and substance abuse treatment, counseling, detoxification, and transportation, among others, with specific requirements to be detailed in future solicitations. These services are critical for supporting the rehabilitation and supervision of individuals within the federal judicial system, and solicitations may be issued at any time throughout the year based on district needs. 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 inquiries directed to TreatmentServicesQuestions@ao.uscourts.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.
    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.
    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.
    COMPREHENSIVE MEDICAL SERVICES - FCI OXFORD
    Justice, Department Of
    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.
    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.
    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.
    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 inmate population. The contract is critical for ensuring that adequate medical care is provided within the federal prison system, reflecting the government's commitment to inmate 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.