Residential Reentry Center (RRC) Services and Home Confinement Services Located Within the City Limits of Casper, Wyoming
ID: 15BRRC25R00000043Type: 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 Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services within the city limits of Casper, Wyoming. The procurement aims to provide housing and support for federal offenders transitioning from incarceration to community reintegration, with specific requirements for bed allocations and program effectiveness. This initiative is crucial for enhancing public safety and facilitating successful offender reentry through structured programming and community engagement. Interested contractors must submit their proposals by December 1, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Bureau of Prisons (BOP) is soliciting proposals for Residential Reentry Center (RRC) Services for male and female federal offenders in Casper, Wyoming. Offerors must submit Business, Technical/Management, and Past Performance Information Proposals via email, following instructions in Section L of the Request for Proposals (RFP). Business proposals require firm rates, Section A, B, J, and K. Technical/Management proposals must detail the approach and include a separate cover sheet with performance location and contact information for an on-site facility inspection. Proposals must be valid for at least 240 days. Contractors must enroll in the E-Verify Program within 30 days of contract award. The Government reserves the right to award without discussions and may disclose environmental information. Questions should be directed to the Contracting Officer as listed in Section A.
    The Federal Bureau of Prisons Acquisitions Branch has issued Solicitation Number 15BRRC25R00000043 for Residential Reentry Contracting. This solicitation, issued on August 28, 2025, will close on October 27, 2025, at 2:00 P.M. Eastern Standard Time. The required location for the services is within the city limits of Casper, Wyoming. Proposals should be addressed to Kevin Hoff, Contract Specialist, at khoff@bop.gov, U.S. Department of Justice, Federal Bureau of Prisons. This RFP seeks to secure services for residential reentry programs in the specified geographic area.
    This Request for Proposal (RFP) 15BRRC25R00000043, issued by the Federal Bureau of Prisons, seeks bids for Residential Reentry Center (RRC) and Home Confinement Services in Casper, Wyoming. The contract includes a one-year base period and four one-year option periods, with potential extensions. Services involve housing and support for federal offenders, with specific bed allocations for males and females in RRCs, and combined quantities for home confinement. The RFP outlines detailed performance requirements, inspection and acceptance criteria, and specific clauses regarding contract administration, key personnel, religious activities, and stringent information security policies (DOJ-05 and DJAR-PGD-15-03) covering data confidentiality, system security, cloud computing, and incident reporting. Evaluation factors for award include accountability, programs, community relations, site validity, personnel, communication, and home detention services. Offerors must provide proof of facility rights, zoning, and community notification for any location changes. Non-compliance with security or other contractual terms may lead to contract suspension or termination.
    The Bureau of Prisons (BOP) Statement of Work (SOW) outlines the requirements for contractors managing Residential Reentry Centers (RRCs) to provide community-based correctional services. The objective is to assist federal residents in transitioning from prison to the community through employment, residence development, and self-improvement programs. The SOW details administrative, organizational, personnel, facility, safety, and program requirements, emphasizing compliance with federal, state, and local laws, as well as BOP policies. Key aspects include comprehensive staff training, rigorous background checks, adherence to a strict code of conduct, and a zero-tolerance policy for sexual abuse. Contractors must maintain detailed operational manuals, contingency plans, and robust community outreach programs. Fiscal responsibilities and reporting mechanisms are also delineated, ensuring accountability and effective management of RRC operations.
    The Federal Bureau of Prisons (BOP) uses a Performance Summary Table to outline potential payment withholdings from contractors for non-performance or inadequate service, as authorized by the Inspection of Services Clause. This table details contract requirements, vital functions, and the percentage of the invoice (0-30%) that may be withheld for deficiencies. Key areas include Safety/Security/Order (up to 30%), Resident Care/Services (up to 10%), Programs and Activities (up to 25%), Justice/Case Management (up to 25%), Administration/Management (up to 5%), and Quality Control (up to 5%). The BOP reserves the right to withhold more than the specified amounts, aggregate withholdings, and does not waive its right to withhold by pursuing other corrective actions. The table clarifies that it does not create new obligations or alter the Statement of Work, serving primarily as a notice of potential deductions.
    Section J outlines the environmental compliance requirements for projects funded by federal agencies, including RFPs and grants. It mandates the submission of an Environmental Checklist to assess potential environmental impacts in accordance with the National Environmental Policy Act (NEPA) and other environmental and cultural protection statutes. Proposals involving new construction, significant modifications, or work near sensitive areas may require further analysis like an Environmental Assessment (EA) or Environmental Impact Statement (EIS). The checklist requires detailed information on proposed projects, site locations, and potential impacts on various environmental factors such as water, air, hazardous materials, historical resources, and endangered species. Certification of compliance with environmental laws is required, and incomplete checklists may lead to proposal disqualification.
    This document is a sample community notification letter from the Federal Bureau of Prisons (BOP) regarding a Request for Proposals (RFP) for Residential Reentry Center (RRC) services, or "halfway house" services. The letter informs local law enforcement and elected officials that an offeror has submitted a proposal to operate an RRC for federal offenders. It details the requirement for offerors to seek community input and provides a template for outlining the proposed facility's address, current use, zoning, permits, and any necessary renovations. The letter specifies the contract term, estimated bed capacity for males and females, and the potential for increased capacity. It explains the BOP's rationale for RRCs as a means of enhancing public safety by facilitating offender reintegration into the community through structured transitional programming. The document also emphasizes the BOP's rigorous contract oversight, including monitoring inmate accountability, programming, and safety. It clarifies that RRC residents include both inmates transferred from prison and offenders under U.S. Probation Office supervision. The letter concludes by inviting comments on the proposed facility and provides contact information for both the BOP contracting officer and the offeror.
    This document is a sample client notification letter for a federal Request for Proposals (RFP) from the Department of Justice, Federal Bureau of Prisons (BOP), for Residential Reentry Center services. The letter informs past performance references that the responding entity has identified them as contacts. It states that the BOP emphasizes past performance as a source selection factor and requires client participation in the evaluation process. The letter authorizes the client to provide honest and candid information about the entity's performance, while also advising that the names of the individuals providing references will remain confidential, though the information itself may be released to the responding organization. It designates specific points of contact within the client's organization and provides a contact for any questions.
    The provided document is a sample bank notification letter designed for businesses responding to federal government Requests for Proposals (RFPs), specifically from the Department of Justice, Federal Bureau of Prisons (BOP), for Residential Reentry Center services. The letter's purpose is to authorize a bank to release financial information to the BOP if contacted as part of the financial capability assessment required by the Federal Acquisition Regulation before awarding a federal contract. It identifies a specific bank contact person knowledgeable about the company's financial status and assures the bank that inquiries will be general and made only by authorized BOP contracting staff. This document is a crucial component of the proposal submission process, ensuring transparency and compliance with federal contracting requirements.
    The Federal Bureau of Prisons' Service Contract Business Management Questionnaire aims to qualify firms for government services. It defines key terms like 'Principals,' 'Parent Company,' 'Joint Venture,' 'Consultant,' and 'Prime,' outlining responsibilities and relationships. The questionnaire requires detailed information, including project specifics, firm identification, personnel by discipline, and subcontractor details. It also mandates a list of five recent and relevant projects, detailing their scope, contract information, and performance. Firms must provide organizational structure, licensing, extensive experience data (including any past failures or legal issues), and comprehensive financial statements. All submissions must be current, factual, and are subject to verification, with the warning that false statements carry legal penalties.
    This document outlines the compliance matrix for In-House Residential Reentry Center (RRC) Services and Home Confinement Services, detailing proposal preparation instructions and evaluation criteria for federal, state, and local RFPs. It focuses on past performance, technical/management, and business proposals. Key evaluation areas for past performance include accountability, program effectiveness in offender reentry, community relations, personnel recruitment and retention, communication, and home confinement programs. Technical/management evaluations cover site validity and suitability, community relations plans (including notification to officials and documented community support), offender accountability and security, reentry programs, facility compliance (design, health, safety, 120-day availability), and personnel resources (staffing, PREA compliance). Offerors must submit detailed plans, certifications, and documentation, adhering to strict page limits and specific content requirements, such as architectural plans, food service descriptions, and transportation plans. The submission also requires proof of right-to-use and zoning approval for proposed sites. Overall, the document emphasizes comprehensive proposals demonstrating operational capability, community integration, and effective offender management.
    The RRC CONTRACT FACILITY Certification of Compliance is a crucial document within federal, state, and local RFPs, ensuring that a specified facility adheres to all relevant local, state, and federal laws and regulations. The certification requires the facility to comply with the most stringent standards concerning safety, zoning, occupancy, the Architectural Barriers Act (or reasonable off-site accommodation), and air exchange, as detailed in the Statement of Work and the Solicitation. By signing, the certifying individual confirms the facility's compliance, providing their printed name, title, signature, and the date of certification. This document serves as a formal declaration of a facility's readiness and legal adherence for contract purposes.
    This government file outlines requirements for contractors to identify and document local area concerns within a half-mile radius of a proposed RRC site. The main purpose is to assess potential public opposition arising from the proximity of facilities such as schools, day-care centers, historical landmarks, and residential areas. Contractors must complete a table detailing the business name, address, distance from the proposed site, and a narrative concerning possible opposition. This information is crucial for federal, state, and local RFPs to ensure community concerns are addressed during the proposal phase, emphasizing transparency and public safety in site selection.
    This document, Wage Determination No. 2015-5403, Revision No. 26, outlines minimum wage rates and fringe benefits for service contracts in Natrona County, Wyoming, under the Service Contract Act. It details different minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award or renewal date in 2025. The document specifies health and welfare benefits, vacation accrual, and eleven paid holidays. It also includes specific footnotes for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. Hazardous pay differentials and uniform allowance policies are also outlined. The conformance process for unlisted job classifications is described, requiring contractors to propose rates and job descriptions for approval by the Wage and Hour Division.
    The Federal Bureau of Prisons (BOP) provides a Subcontracting Plan Template to guide contractors in meeting Federal Acquisition Regulation (FAR) subpart 19.7 requirements for small business subcontracting. This template, applicable to federal government RFPs, outlines the Bureau's subcontracting goals for various small business categories: Small Business (36%), Small Disadvantaged Business (5%), Women-Owned Small Business (5%), Service-Disabled Veteran-Owned Small Business (5%), and HUBZone Small Business (3%). It details requirements for contractor identification, contract value, planned subcontracting dollars, and direct subcontract awards across different small business subcategories. The document specifies methods for developing goals and identifying potential sources, and addresses indirect costs. It also outlines the duties of the program administrator, efforts for equitable opportunity, clause inclusion, reporting via eSRS, record-keeping, good faith efforts, explanations for failing to meet goals, and assurances regarding subcontractor payments and communication. The template requires signatures from the contractor, Bureau Small Business Representative, and Contracting Officer.
    Amendment 001 to Solicitation 15BRRC25R00000043, issued by the Federal Bureau of Prisons, extends the closing date for offers related to Residential Reentry Center and Home Confinement Services in Casper, Wyoming. The new deadline for submissions is December 1, 2025, by 2:00 PM EST, extended from the original October 27, 2025. This amendment requires contractors to acknowledge receipt to ensure their offers are considered. All other terms and conditions of the original solicitation remain unchanged. The amendment was signed by Kevin Hoff on October 1, 2025.
    The Federal Bureau of Prisons, part of the Department of Justice, is seeking qualified sources for Residential Reentry Center (RRC) and Home Confinement (HC) services in Casper, Wyoming. This Request for Information (RFI) aims to gauge the feasibility of providing these services for both male and female offenders, with anticipated placements of 40 in-house and 10 in home confinement. Interested vendors are encouraged to respond to specific questions related to their experience, local regulations, concerns regarding community support, zoning issues, and transportation availability. Responses should be submitted in PDF format by a specified deadline, and this RFI does not guarantee inclusion in the subsequent procurement process, which will be outlined in a future Request for Proposal (RFP). The Bureau emphasizes that the findings will be utilized solely for planning purposes and that all costs incurred by respondents will be at their expense, maintaining a focus on community capabilities and local challenges concerning the potential service provision.
    Similar Opportunities
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    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 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 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.
    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 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.
    Seeking Competitive Lease Proposals – Administrative Office Space in support of Law Enforcement Operations Casper, WY
    Buyer not available
    The General Services Administration (GSA) is seeking competitive lease proposals for fully built-out, finished, and furnished administrative office space to support law enforcement operations in Casper, Wyoming. The requirement includes a minimum of 30 private offices, a conference room of at least 300 ABOA square feet, and a server room with 24/7 cooling, all to be delivered immediately upon lease execution without any construction period. This procurement is critical for ensuring operational efficiency for law enforcement, with proposals due by December 8, 2025, at 8:00 PM ET. Interested offerors should contact the GSA Office of Leasing at leasing@gsa.gov for further details and must submit their offers through the Leasing Portal, ensuring compliance with all specified requirements.
    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.
    ACH Comprehensive Medical Contract
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a Comprehensive Medical Contract aimed at providing medical services for the inmate population at the facility located in Cumberland, Maryland. This contract is essential for ensuring that the healthcare needs of inmates are met, reflecting the Bureau's commitment to maintaining health standards within correctional facilities. Interested vendors can reach out to primary contact Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000, or secondary contact James Palmer at j5palmer@bop.gov, with inquiries regarding the procurement process. Further details regarding the funding amount and specific deadlines have not been provided in the available documentation.
    Comprehensive Medical Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a comprehensive medical services contract aimed at the inmate population in Cumberland, Maryland. This procurement is focused on providing essential medical care and services to ensure the health and well-being of inmates, which is a critical component of the Bureau's responsibilities. Interested vendors can reach out to primary contact Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000, or secondary contact James Palmer at j5palmer@bop.gov, with inquiries regarding the opportunity. Further details regarding the funding amount and deadlines have not been specified in the provided 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.
    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.