Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
ID: 15BRRC25R00000037Type: Presolicitation
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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Bureau of Prisons is soliciting proposals for Residential Reentry Center (RRC) Services for male and female Federal offenders in specific Illinois counties (Adams, Brown, Pike, Scott, Morgan, Cass, Menard, Sangamon, Macoupin, Greene, Montgomery, Christian, Dewitt, Macon, Piatt, Champaign, Moultrie, Coles, Douglas, Ford, Vermillion, or Edgar). Proposals must adhere to Section L of the RFP, including Business, Technical/Management, and Past Performance Information, submitted via email. The Government reserves the right to disclose environmental documentation and award contracts without discussions. On-site facility inspections will occur before negotiations. Offerors must comply with FAR 52.215-1(d) regarding proposal validity (240 days minimum) and FAR 52.222-54, requiring enrollment in the E-Verify Program. Questions should be directed to the Contracting Officer as listed in Section A of the solicitation document.
    The U.S. Department of Justice, through the Federal Bureau of Prisons, seeks proposals for Residential Reentry Center (RRC) Services for male and female federal offenders in specific counties of Illinois. Interested parties must follow detailed submission guidelines outlined in the Request for Proposals (RFP) and email their Business, Technical/Management, and Past Performance Information Proposals. The proposals must include a clear business proposition with firm rates, and a technical approach detailing methodologies and manpower for the service delivery. The government may award the contract without discussions, emphasizing the need for final submissions. An on-site facility inspection will occur after proposal receipt but prior to contract negotiation, requiring a designated contact person. Contractors must be enrolled in the E-Verify program for employment eligibility verification by the contract award date. All inquiries regarding the solicitation should be directed to the Contracting Officer listed in the RFP. This solicitation represents a crucial initiative aimed at enhancing the reintegration process for offenders, indicating the government's focus on rehabilitation services in the justice system.
    The Federal Bureau of Prisons Acquisitions Branch has issued Solicitation Number 15BRRC25R00000037 for Residential Reentry Contracting. The solicitation was issued on June 12, 2025, and will close on August 11, 2025, at 2:00 P.M. Eastern Standard Time. The required services are to be located within specific counties in Illinois, including Adams, Brown, Pike, Scott, Morgan, Cass, Menard, Sangamon, Macoupin, Greene, Montgomery, Christian, Dewitt, Macon, Piatt, Champaign, Moultrie, Coles, Douglas, Ford, Vermillion, or Edgar. Proposals should be addressed to Kevin Hoff, Contract Specialist, via email at khoff@bop.gov.
    The Federal Bureau of Prisons is soliciting proposals for residential reentry services through solicitation number 15BRRC25R00000037. This Request for Proposals (RFP) was issued on June 12, 2025, with a submission deadline of August 11, 2025, at 2:00 P.M. Eastern Standard Time. The services required are specifically targeted at facilitating the reintegration of incarcerated individuals within designated counties in Illinois, which range from Adams to Edgar. Proposals must be directed to Kevin Hoff, the Contract Specialist at the U.S. Department of Justice. This RFP outlines the federal initiative to enhance support systems for reentry, reflecting a commitment to successful reintegration efforts and public safety. Respondents are expected to demonstrate their capability in managing and delivering these critical services within the specified geographical areas.
    The Federal Bureau of Prisons (BOP) issued a Request for Proposal (RFP) for Residential Reentry Center (RRC) and Home Confinement services in specific Illinois counties. The contract, rated under the Defense Priorities and Allocations System, is a firm-fixed-price, indefinite-delivery, indefinite-quantity type with a one-year base period and four one-year option years, plus a potential six-month extension. Services include RRC beds and home confinement placements for male and female federal offenders, with pricing tiers based on average daily population (ADP). The facility must be operational within 120 days of award, and the COR will oversee technical direction. Contractor performance will be evaluated on factors like accountability, programs, community relations, site validity, personnel, communication, and home detention.
    The document outlines a Request for Proposal (RFP) by the Federal Bureau of Prisons for providing Residential Reentry Center (RRC) and Home Confinement services in Illinois. It mandates that bidders offer firm-fixed prices for various service tiers, tailored to the average daily population (ADP) of federal offenders. The contract includes a one-year base period and four optional subsequent years. Services include in-house oversight and home confinement, targeting specific counties within Illinois. The RFP emphasizes the requirement of a single provider to ensure effective programming and management of offenders, with clear expectations for billing based on the ADP. Key aspects include the need for comprehensive documentation, adherence to specific security and management protocols, and the authority for the contracting officer to manage, inspect, and approve services. The proposal requires rigorous assessment of contractor performance based on accountability, programs offered, community relations, and communication effectiveness. Overall, this procurement is aimed at enhancing the management of federal offenders and facilitating their reintegration into society in compliance with federal standards and regulations.
    This government Statement of Work (SOW) outlines the requirements for contractors operating Residential Reentry Centers (RRCs) for federal offenders. The objective is to provide comprehensive community-based services to assist individuals transitioning from prison. The SOW details administrative, organizational, and personnel standards, including staff qualifications, training, background checks, and conduct. It emphasizes compliance with federal, state, and local laws, BOP policies, and ethical guidelines. Key areas covered include facility requirements, safety, sanitation, medical services, and security. The document also addresses community outreach, fiscal responsibilities, and specific procedures for resident management, discipline, and release. The contractor is responsible for all aspects of RRC operation and ensuring services align with the BOP's mission of public protection and offender rehabilitation.
    The Statement of Work (SOW) outlines requirements for the management and operation of a Residential Reentry Center (RRC) for federal residents, emphasizing the need for comprehensive community-based services to assist individuals transitioning from incarceration to community life. The document establishes responsibilities for contractors, detailing necessary personnel qualifications, facility compliance with regulations, and programmatic outputs aligned with the Bureau of Prisons (BOP) mission. Key components include the formulation of operational policies, adherence to health and safety protocols, employee training standards, and maintenance of stringent volunteer management systems. Contractors are to ensure a minimum staff-to-resident ratio while providing 24/7 supervision, with a focus on correctional excellence, respect, and integrity. Additionally, the SOW mandates strict adherence to federal laws regarding drug-free workplaces and prevention of sexual abuse, with proactive measures framed within the Prison Rape Elimination Act (PREA). The overarching intent is to foster successful rehabilitation and reintegration of offenders into society, engaging local communities to support these efforts through outreach and collaboration with service providers. This structured approach reinforces the BOP's goal of promoting law-abiding behaviors among federal residents upon release.
    The Federal Bureau of Prisons (BOP) uses a Performance Summary Table to outline potential payment withholdings from contractors who fail to meet contract requirements. This table, authorized by the Inspection of Services Clause, details specific contract requirements, their vital functions, and the percentage of the monthly invoice that may be withheld for non-performance (ranging from 0-30%). The categories include Safety/Security/Order (0-30%), Resident Care/Services (0-10%), Programs and Activities (0-25%), Justice/Case Management (0-25%), Administration/Management (0-5%), and Quality Control (0-5%). The BOP emphasizes that this table serves as notice, does not limit its discretion to withhold more, nor does it modify contract obligations. It also allows for aggregation of withholdings for consistent non-compliance, even exceeding the specified percentages. The value assigned to each requirement reflects its importance, with Safety, Security, and Order being the most critical.
    The Performance Summary Table outlines the contract obligations of the contractor with the Federal Bureau of Prisons (BOP), specifying conditions under which payment may be withheld for inadequate or non-performance across multiple key areas. These areas include Safety/Security, Resident Care/Services, Programs and Activities, Justice/Case Management, Administration/Management, and Quality Control, each associated with distinct vital functions. The BOP can withhold up to a percentage of the contractor's invoice for failures in performance, with Safety and Security bearing the highest potential withholding amount due to its critical nature. The document makes it clear that the summary is not exhaustive, granting the BOP discretion to withhold additional funds for non-compliance beyond explicitly listed requirements. The BOP may also aggregate withholdings for prolonged failures. This system serves not only to enforce compliance but also to ensure a safe environment for residents, emphasizing the importance of fulfilling these obligations for payment disbursement. Overall, the table reflects federal oversight intended to maintain standards within prison facilities while managing contractor performance effectively.
    Section J outlines the mandatory environmental compliance requirements for proposals seeking federal funds, particularly within the Federal Bureau of Prisons Community Corrections Program. It mandates the submission of a detailed Environmental Checklist to assess potential environmental impacts in accordance with statutes like NEPA, the Clean Air Act, and the Endangered Species Act. Proposals involving new construction, significant modifications, or work near sensitive areas may require further environmental analysis, such as an Environmental Assessment or Impact Statement. The checklist requires detailed project and site descriptions, including potential impacts on water, air, hazardous materials, historical resources, and endangered species. Proposers must certify compliance with environmental laws, and inaccurate information may lead to proposal disqualification. Part B of the checklist requires detailed descriptions of potential impacts for any affirmative answers in Part A.
    The document outlines the environmental compliance requirements for proposals involving federal funds, particularly those related to the Federal Bureau of Prisons' Community Corrections Program. All activities must adhere to various environmental statutes, including NEPA and related laws, to ensure the protection of both human health and the environment. A completed Environmental Checklist is mandatory for all proposals, which aids in identifying potential environmental impacts from new constructions, renovations, and site developments. Key components of the checklist include details about the project scope, site location, existing conditions, and any anticipated environmental impacts. Specifically, it assesses whether the proposal could affect air and water quality, hazardous materials, historical resources, and endangered species. If the checklist indicates potential environmental impacts, further documentation, such as an Environmental Assessment or an Environmental Impact Statement, may be required. Compliance with environmental regulations is essential, and failure to provide accurate information could result in the disqualification of the proposal. This process emphasizes early identification of potential issues to facilitate smoother project execution and regulatory adherence.
    The Federal Bureau of Prisons (BOP) issued an RFP for Residential Reentry Center (RRC) services, or "halfway house," for federal offenders in a specified geographic area. This letter serves as a community notification from an offeror who submitted a proposal. As part of the contracting process, offerors must notify and seek input from local law enforcement and elected officials. The letter details the proposed facility's address, current use, zoning, permits, and any necessary renovations. It outlines the contract's term, bed capacity for males and females, and the start date of performance. The BOP emphasizes that RRCs enhance public safety by providing transitional programming for inmates nearing release, helping them find employment, establish residence, and re-enter the community. The BOP closely monitors contract compliance through scheduled and unannounced inspections. Offenders at RRCs include those transferred from prison for pre-release programming and those under U.S. Probation Office supervision. The letter invites community feedback and provides contact information for the BOP Contracting Officer and the offeror.
    This document is a sample community notification letter related to a Request for Proposals (RFP) from the Federal Bureau of Prisons (BOP) for Residential Reentry Center (RRC) services, commonly known as halfway house services. The letter informs local government officials and law enforcement about an offer submitted by a contractor to provide RRC services for federal offenders in a specified geographic area. It emphasizes the necessity for open competition and community input in the contracting process. The proposed RRC will cater to a specified number of male and female offenders, with the capacity to adjust based on demand. The document outlines the BOP's commitment to correctional oversight, detailing requirements for inmate accountability and facility monitoring. It invites public comments regarding the proposed facility, providing contact information for the BOP and the contractor. The letter functions as a formal communication aimed at fostering transparency and community engagement in the RRC contracting process, reflecting the broader context of federal efforts to ensure effective reentry programs for offenders transitioning back into society.
    This document is a sample client notification letter for a company responding to a Department of Justice, Federal Bureau of Prisons (BOP) Request for Proposals (RFP) for Residential Reentry Center services. The letter informs prospective past performance references that the BOP places significant emphasis on past performance as a source selection factor and may contact them for information. It authorizes the client to respond to such inquiries, ensuring them that while their provided information may be released to the organization, their identity will remain confidential as per Federal Acquisition Regulation. The letter identifies specific points of contact within the client's organization for inquiries regarding the company's work and expresses appreciation for their cooperation.
    This document serves as a sample notification letter intended for prospective references in relation to a proposal for Residential Reentry Center services, submitted to the Department of Justice's Bureau of Prisons (BOP). It emphasizes the importance of past performance in the selection process, as mandated by the Federal Acquisition Streamlining Act. The letter requests that references provide honest evaluations of the performance of the organization responding to the BOP's Request for Proposals (RFP). While the reference information may be shared with the organization, confidentiality regarding the identities of the individuals providing feedback is assured under the Federal Acquisition Regulation. The organization has identified specific contact persons within the reference entity who are knowledgeable about their work. The overall purpose of this letter is to facilitate the evaluation process and encourage cooperative and candid feedback on the organization's past performance in relation to federal procurement standards.
    The provided document is a sample bank notification letter designed for companies responding to federal Requests for Proposals (RFPs), specifically for Residential Reentry Center services with the Department of Justice, Federal Bureau of Prisons (BOP). The letter authorizes a bank to release financial information to the BOP if contacted, as the Federal Acquisition Regulation requires contracting officers to assess an offeror's financial capability before awarding a federal contract. It specifies that information requested will be general in nature and only by authorized BOP staff. The letter also designates a point of contact at the bank for inquiries regarding the company's financial status, emphasizing cooperation and providing a contact for any questions.
    The document is a notification letter addressed to a bank reference as part of a proposal for the procurement of Residential Reentry Center services to the Federal Bureau of Prisons (BOP). The letter informs the bank that the sender is responding to a specific Request for Proposals (RFP) from the Department of Justice and that the BOP requires confirmation of the financial capability of the apparent successful offeror before awarding the contract. The bank is authorized to provide information regarding the sender's financial standing if contacted by BOP contracting staff. Furthermore, a specific point of contact at the bank is designated due to their familiarity with the sender's financial status, and the letter concludes with an invitation for any questions. This communication is part of the necessary procedural steps in federal procurement processes to ensure bid credibility and financial readiness.
    The Federal Bureau of Prisons (BOP) Service Contract Business Management Questionnaire is designed to assess the qualifications of firms seeking to provide services to the government. This questionnaire is requested as part of solicitations or public announcements, serving as a basis for selecting firms for further discussions or information submission. It requires detailed information including project specifics, firm identification, personnel by discipline, names and responsibilities of all individuals and subcontractors, and a list of five recent and relevant contracts within the last three years. The document also requests organizational history, licensing, experience with claims or failures to complete work, financial data, and proof of financing through audited statements. All information submitted must be current and factual, with a strict warning against false statements under 18 U.S.C. 1001.
    The Federal Bureau of Prisons has established a Service Contract Business Management Questionnaire to aid in the selection of firms qualified to provide mandated government services. This document outlines the qualifications necessary for firms to submit their statements of capabilities upon request through solicitation or public announcement. Key definitions provided include "Principals," "Parent Company," "Joint Venture," and "Consultant," along with instructions for completing the questionnaire. Firms must supply comprehensive information, including project details, personnel, and relevant past contracts that affirm their competency in delivering similar services. The questionnaire also requires disclosure of the organization's business structure, financial data, and any potential legal issues. The primary goal is to ensure that the Bureau identifies firms that meet necessary qualifications and can perform quality work effectively. A Performance Evaluation Form will be utilized to assess prior performance, reinforcing the expectation that firms provide truthful and complete information as part of the submission process.
    This document outlines the comprehensive requirements for proposals related to In-House Residential Reentry Center (RRC) and Home Confinement Services. It details past performance evaluation areas, including accountability, programs, community relations, personnel, communication, responsiveness, and home confinement. For each area, offerors must submit relevant contract information from the past three years, excluding Bureau contracts, along with a narrative describing their performance, challenges, and corrective actions. The document also specifies technical/management evaluation criteria, such as site location validity, suitability, community relations programs, offender accountability and security plans, reentry programs, facility requirements, and personnel resources. Offerors must provide extensive documentation, including right-to-use agreements, zoning approvals, community notification letters, and detailed plans for various operational aspects, adhering to strict page limits and submission formats. The overall purpose is to ensure comprehensive and compliant proposals for these critical offender rehabilitation services.
    The Compliance Matrix outlines the requirements for proposals in the In-House RRC Services Home Confinement Services solicited by the federal government. It mandates that offerors submit detailed past performance information for five relevant federal, state, or local contracts performed within the last three years, focusing on their effectiveness in offender accountability programs. Each submission must include specific details like contract numbers, total value, and a written narrative assessing the success in various performance areas, including staff recruitment and community support. Additionally, the document emphasizes the importance of site validation, community relations, and detailed technical plans regarding offender management, security, and transportation. The proposal submissions are categorized into sections with distinct page limits and requirements, ensuring comprehensive evaluation of the offeror's operational capabilities. This structured approach aims to gather proposals that best address the needs of offenders transitioning back into the community while ensuring public safety and compliance with regulations.
    The RRC CONTRACT FACILITY Certification of Compliance form is a critical document within government RFPs, federal grants, and state/local RFPs. It ensures that a bidding facility, identified by its name, address, and telephone number, adheres to the most stringent current local, state, and federal laws and regulations. The certification specifically covers facility safety, zoning, occupancy, the Architectural Barriers Act (or reasonable off-site accommodations), and air exchange, all as detailed in the Statement of Work and Solicitation for the referenced RFP. The document requires the printed name, title, signature, and date of the certifying individual, underscoring accountability for compliance with essential health, safety, and accessibility standards.
    The RRC Contract Facility document serves as a Compliance Certification form required for responding to specific Requests for Proposals (RFPs). By signing, the facility representative asserts that the facility complies with relevant local, state, and federal laws concerning safety, zoning, occupancy, and other regulatory standards, including the Architectural Barriers Act. The certification emphasizes adherence to the most stringent legal requirements and includes a disclaimer that reasonable accommodations may be made off-site. The document requires completion of facility details, along with the printed name, title, signature, and date of the certifying individual. This compliance assurance is a critical component of the bidding process, ensuring that facilities are adequately prepared to meet legal obligations before contract allocation. It highlights the importance of regulatory adherence in federal and state projects.
    The document outlines requirements for Offerors to identify and document local area concerns within a half-mile radius of a proposed RRC site. This involves listing facilities such as schools, day-care centers, historical landmarks, and residential areas that could raise public concern due to their proximity. Offerors must complete a table detailing the business name, address, distance from the proposed site, and a narrative addressing potential opposition. This process is critical for government RFPs to assess community impact and ensure public safety and acceptance of proposed facilities, indicating a focus on comprehensive site analysis and risk mitigation in federal and state/local projects.
    The document outlines requirements for contractors to identify potential public concerns within a half-mile radius of the proposed site for a project, specifically near a Resource Recovery Center (RRC). Contractors must list local facilities such as schools, day-care centers, historical landmarks, and residential areas that could raise concerns. Each contractor is required to complete a specified table, detailing the business name, address, distance from the proposed site, and an analysis of possible opposition. This task is crucial for assessing community impact and gathering stakeholder feedback, as part of the broader context of federal and local RFP processes. The emphasis on transparency and local engagement reflects the government's commitment to responsible development by considering nearby vulnerable populations and institutions during project planning. Understanding local sentiments and possible opposition is essential for smoother project implementation and community relations.
    These documents, Wage Determination Nos. 2015-5013 (Revision 25) and 2015-5015 (Revision 25), issued by the U.S. Department of Labor, outline prevailing wage rates and fringe benefits for service contract employees in specific Illinois counties (McLean; and Champaign, Ford, Piatt, respectively). They mandate adherence to Executive Orders 14026 or 13658 for minimum wages ($17.75/hour for contracts post-Jan 30, 2022, or $13.30/hour for contracts between Jan 1, 2015, and Jan 29, 2022, if not renewed). Both orders require higher rates if listed in the determination. The documents specify annual wage adjustments, paid sick leave under EO 13706, health and welfare benefits ($5.36/hour or $4.93/hour if also covered by EO 13706), vacation accrual, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers (night/Sunday pay), hazardous duty pay (8% or 4% differential), and uniform allowances. Procedures for classifying unlisted occupations (conformance process) are also detailed.
    The U.S. Department of Labor's Wage Determination provides wage rates for contracts under the Service Contract Act, specifically in Illinois counties including McLean, Champaign, Ford, and Piatt. Contracts awarded after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of at least $17.75 per hour or the specified rate from the determination if higher. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour. The document lists detailed wages for various occupations, such as administrative roles, healthcare positions, and technical occupations, with additional compensation for benefits like health and welfare and vacation. Contractors must also adhere to the paid sick leave provisions under Executive Order 13706. The wage rates are subject to annual adjustment, and contractors are obligated to record proposed classifications for unlisted job titles, ensuring fair compensation across the board. Overall, the document serves as a comprehensive guideline for federal contractors regarding wage compliance and employee benefits.
    The Federal Bureau of Prisons (BOP) Subcontracting Plan Template provides guidance for contractors to develop individual subcontracting plans, ensuring compliance with Federal Acquisition Regulation (FAR) subpart 19.7 – The Small Business Subcontracting Program. The template outlines specific 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%). Contractors must fill in highlighted areas for offeror/contractor identification, contract value, and planned subcontracting dollars across base and option periods. The document details requirements for outlining principal supplies/services to be subcontracted, methods for goal development and source identification, and the inclusion of indirect costs. It also defines the duties of a program administrator, emphasizes equitable opportunities for small businesses, and outlines clauses for inclusion and flow-down to subcontractors. The plan mandates reporting requirements through the Electronic Subcontracting Reporting System (eSRS), describes necessary record-keeping, and ensures good faith efforts in utilizing small business concerns, timely payments, and open communication with the Contracting Officer. The template concludes with signature and distribution requirements for approval by various parties, including the contractor, Bureau Small Business Representative, and Contracting Officer.
    The Federal Bureau of Prisons (BOP) provides a subcontracting plan template to guide contractors in adhering to the Federal Acquisition Regulation (FAR) requirements, specifically concerning small business participation. The document outlines the BOP's subcontracting goals, including 36% for small businesses and various specific percentage targets for disadvantaged categories, such as women-owned and veteran-owned businesses. Contractors must fill in specific highlighted areas regarding contract details and planned subcontracting dollars for each business category across multiple contract periods. The guidelines emphasize good faith efforts in subcontracting, ensuring equitable opportunities for small businesses, and maintaining necessary documentation for compliance. Contractors are expected to report subcontracting achievements regularly, illustrating their commitment to fulfilling the set goals. The plan requires a designated program administrator and details their responsibilities, aiming for transparent collaboration between contractors and the BOP. Overall, this template supports small businesses' inclusion in federal contracting, enhancing economic opportunities while ensuring regulatory compliance.
    Amendment 001 to Solicitation 15BRRC25R00000037, issued by the Federal Bureau of Prisons, extends the closing date for offers from August 11, 2025, to November 12, 2025, by 2:00 PM EST. This solicitation is for Residential Reentry Center Services and Home Confinement Services in specific counties within Illinois, including Adams, Brown, Pike, Scott, Morgan, Cass, Menard, Sangamon, Macoupin, Greene, Montgomery, Christian, Dewitt, Macon, Piatt, Champaign, Moultrie, Coles, Douglas, Ford, Vermillion, or Edgar. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. All other terms and conditions of the original solicitation remain unchanged. The amendment was signed by Contracting Officer Kevin Hoff on July 3, 2025.
    Amendment 002 modifies solicitation number 15BRRC2-R00000 by the Federal Bureau of Prisons, Residential Reentry Contracting. This amendment, issued by the Philadelphia office, applies only to solicitations, indicating that the original solicitation has been changed as set forth in Item 14. The document states that the hour and date for receipt of offers is not extended. Offerors must acknowledge receipt of this amendment through specified methods, such as completing Items 8 and 15 and returning a copy, acknowledging on each offer copy, or sending a separate letter or telegram. Failure to acknowledge receipt by the deadline may result in the rejection of the offer. If an offeror wishes to change a previously submitted offer due to this amendment, they must do so via telegram or letter, ensuring it references both the solicitation and amendment numbers, and is received before the opening hour and date. The contractor is required to sign and return one copy of this document to the issuing office. All other terms and conditions of the original document, as previously changed, remain unchanged and in full force and effect.
    The document is an amendment to a federal solicitation for Residential Reentry Center Services and Home Confinement Services issued by the Federal Bureau of Prisons. The amendment, numbered 001, extends the submission deadline for offers from August 11, 2025, to November 12, 2025, at 2:00 PM EST. The solicitation concerns services in several counties in Illinois, including but not limited to Adams, Sangamon, and Champaign. The signing authority is identified as Kevin Hoff, the Contracting Officer. The amendment mandates that all offers must acknowledge receipt of this amendment by specific methods outlined in the document, ensuring adherence to the updated deadline. All other terms and conditions remain unchanged, emphasizing the continuity of the original solicitation framework. This amendment aims to facilitate participation by extending the deadline, likely to increase the number of received offers and improve the competitive landscape for contracting opportunities in these essential service areas.
    Similar Opportunities
    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.
    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 (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.
    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.
    COMPREHENSIVE MEDICAL SERVICES - FCI OXFORD
    Buyer not available
    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.
    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.
    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.
    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.
    MCC Chicago FY 26 2ND QUARTER SUSTENANCE
    Buyer not available
    The Department of Justice, specifically the Bureau of Prisons at the Metropolitan Correctional Center (MCC) in Chicago, is seeking proposals for the procurement of sustenance services for the second quarter of fiscal year 2026. This solicitation is set aside for small businesses and aims to fulfill the food supply needs for the facility, categorized under the NAICS code 311999, which encompasses all other miscellaneous food manufacturing. The goods and services procured will play a critical role in ensuring the nutritional needs of the incarcerated population are met, thereby supporting the overall health and well-being of the inmates. Interested vendors can reach out to John Burns at j1burns@bop.gov or by phone at 312-322-0567 for further details regarding the solicitation process.
    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.