Residential Reentry Center (RRC) and Home Confinement Services or Day Reporting Center (DRC) Services Located Within Palm Beach County, Florida
ID: 15BRRC25R00000024Type: 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 seeking proposals for Residential Reentry Center (RRC) and Home Confinement or Day Reporting Center (DRC) services for federal offenders in Palm Beach County, Florida. The procurement aims to provide structured support for male and female offenders transitioning back into the community, emphasizing rehabilitation and compliance with legal standards. This initiative is crucial for enhancing public safety and facilitating successful reintegration, with contractors required to adhere to strict submission guidelines and performance standards. Interested parties must submit their proposals by August 29, 2025, to Contract Specialist Kevin Hoff at the U.S. Department of Justice, with a focus on compliance with federal labor standards and community engagement.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Justice's Federal Bureau of Prisons has issued a Request for Proposals (RFP) seeking providers for Residential Reentry Center (RRC) Services and Home Confinement or Day Reporting Center Services for male and female federal offenders in Palm Beach County, Florida. Prospective offerors must adhere to strict submission guidelines for Business, Technical/Management, and Past Performance Information, which should be sent via email. The proposals must include a cover letter with firm rates, relevant sections of the solicitation, and a detailed plan outlining how the objectives will be met. The government may award contracts without discussions, necessitating well-prepared proposals. An on-site inspection by Federal Bureau of Prisons representatives will follow proposal submission. Contractors must enroll in the E-Verify Program for employment eligibility verification, adhering to federal regulations. Questions regarding the RFP should be directed to the specified Contracting Officer. This solicitation represents a critical step in providing effective services for federal offenders, illustrating the government's commitment to improving reentry processes.
    The Federal Bureau of Prisons is seeking proposals for residential reentry services within Palm Beach County, Florida, outlined under solicitation number 15BRRC25R00000024. The request for proposals (RFP) was issued on May 1, 2025, with a submission deadline set for June 30, 2025, at 2:00 PM Eastern Standard Time. Proposals should be directed to Contract Specialist Kevin Hoff at the U.S. Department of Justice. This initiative reflects the Bureau's ongoing commitment to facilitate successful reintegration of individuals returning from incarceration, thereby enhancing public safety and supporting community rehabilitation efforts. The document specifies the location requirements and contacts for submitting proposals, ensuring that potential contractors understand the timeline and essential procedures for participation in this federal contracting opportunity. The focus is on collaborative partnerships to address the needs of reentering individuals effectively.
    The U.S. Federal Bureau of Prisons solicits proposals for Residential Reentry Center (RRC), Home Confinement, and Day Reporting Center (DRC) services in Palm Beach County, Florida. The contract is classified as a Rated Order under the Defense Priorities and Allocations System, emphasizing its significance. The solicitation is structured into several parts, detailing the supplies, pricing, service specifications, and contract clauses. Bidders must provide firm-fixed pricing for defined minimum and maximum bed placements and services over a base period and four option years, totaling up to 60 months. The contract emphasizes the need to accommodate both male and female Federal offenders, with specific bed allocations and placement guarantees outlined. Performance expectations include compliance with health and safety regulations, the requirement for inspections, and adherence to strict service standards. The contract also imposes rigorous data security and confidentiality obligations, particularly concerning personally identifiable information. Award will depend on available funds, and the government retains the right to cancel or modify the solicitation. This solicitation reflects a structured approach to rehabilitation services within the federal justice system, underscoring accountability and community integration efforts for offenders.
    The Statement of Work (SOW) delineates guidelines for the operation of a Residential Reentry Center (RRC) under the Bureau of Prisons (BOP). The primary aim is to provide community-based services for federal residents transitioning from incarceration to the community. It outlines the contractor's responsibilities including providing trained personnel for supervision, maintaining facility compliance with health and safety regulations, implementing programs for resident rehabilitation, and documenting all actions for BOP review. The SOW is organized into chapters detailing administration, personnel requirements, facility standards, safety protocols, and service operations. Key elements include stringent staff qualifications, ongoing training, and a clear organizational structure to ensure accountability. The contractor is expected to foster positive community relations and ensure a safe environment free from abuse or misconduct, including adherence to the Prison Rape Elimination Act. The contractor is responsible for managing all aspects of the RRC, ensuring compliance with BOP policies, and reporting incidents to the appropriate authorities. This document highlights the government’s commitment to rehabilitation and community reintegration, emphasizing the provision of resources and support to assist residents in becoming law-abiding citizens.
    The document outlines the Performance Summary Table associated with a contract for the Federal Bureau of Prisons (BOP). Its main purpose is to inform the contractor about potential payment withholdings for noncompliance with specific contract requirements, which include safety, resident care, programming, justice management, administration, and quality control. Each category is linked to essential tasks, such as ensuring safety and sanitation, providing adequate healthcare, and maintaining proper management and quality control. The withholding percentages are clearly delineated, indicating that significant violations, particularly in safety, may result in withholding up to 30% of the invoice. The BOP retains discretion to enforce higher penalties for serious infractions or accumulate withholdings over time for sustained noncompliance. This structure enables the BOP to uphold high standards of service and enforce accountability within contracts, crucial for managing correctional facilities effectively.
    The document outlines the environmental compliance requirements for proposals funded by federal resources within the Federal Bureau of Prisons Community Corrections Program. It emphasizes adherence to various environmental statutes, including NEPA and the Clean Air and Water Acts, and mandates the submission of an Environmental Checklist with each proposal. This checklist evaluates potential environmental impacts and is crucial for determining if further assessment, like an Environmental Assessment or Environmental Impact Statement, is needed. Proposals featuring new construction or renovations must include detailed project descriptions, site locations, and address potential impacts on air and water quality, historical resources, and surrounding community facilities. Zoning compliance is also required to ensure site appropriateness for use as a halfway house. The checklist serves to proactively identify environmental issues and necessitates certification that all information provided is accurate. Failure to complete the checklist accurately could lead to disqualification from the proposal process. Overall, the document serves as a guide for potential bidders to ensure environmental responsibility and regulatory compliance in their project proposals.
    The Federal Bureau of Prisons (BOP) is soliciting offers for residential reentry center (RRC), or "halfway house," services aimed at assisting federal offenders transitioning back to the community. This notification follows an RFP issued by the BOP, which encourages competition among various providers. Offerors must engage with local law enforcement and elected officials, reflecting community involvement in the contract process. The proposed contract duration is stated, detailing an estimated initial requirement for both male and female beds, with the potential for expansion based on evolving needs. The BOP emphasizes the importance of RRCs in enhancing public safety by providing structured support that aids in job searching and reintegration. Stringent oversight protocols are established for contractor compliance regarding inmate accountability and programming. The letter invites community feedback to the contracting officer, ensuring transparency. The summary demonstrates the BOP’s commitment to effective correctional practices and community engagement throughout the contracting process for RRC services.
    The provided notification letter is aimed at prospective past performance references in response to the Department of Justice's Federal Bureau of Prisons (BOP) Request for Proposals (RFP) for Residential Reentry Center services. The letter emphasizes the importance of past performance in the selection process under the Federal Acquisition Streamlining Act, urging referential clients to be prepared to provide honest evaluations on the proposing organization's performance. The BOP mandates that the names of those giving references remain confidential, ensuring candid feedback. Identified contacts within the referenced organization are encouraged to respond to inquiries about the performance of the proposing entity. The letter concludes by thanking the recipients for their cooperation and provides a point of contact for any questions. It reinforces the critical role of past performance evaluations in the federal procurement process, a vital part of ensuring quality service delivery in government contracts.
    The document is a sample notification letter intended for banks acting as references in a federal proposal for Residential Reentry Center services under the Department of Justice, Federal Bureau of Prisons (BOP). The purpose of the letter is to authorize the bank to release financial information about the contracting entity if requested by BOP's contracting officials. Such authorization is necessary for the contracting officer to assess the financial capability of the apparent successful bidder before awarding a federal contract. The letter indicates that a specific contact person at the financial institution will provide details regarding the bidder’s financial standing, ensuring that only general information will be requested. The communication emphasizes the need for cooperation and provides a point of contact for any questions, thereby streamlining the verification process required as part of the response to the BOP RFP.
    The Federal Bureau of Prisons has issued a Service Contract Business Management Questionnaire for potential contractors to submit qualifications and performance data when solicited. This document serves as a tool for assessing organizations’ ability to perform government-required services and may influence selection for discussions or invite further information submissions. Key definitions include "principals," "parent company," "joint venture," and other relevant terms. The questionnaire requires detailed information about the submitting organization, including project specifics, personnel details, and past contracts, with criteria focused on recent relevant experiences. It also seeks detailed organizational data, such as legal structures, previous names, licensing, experience in relevant areas, and financial standings. Organizations must disclose any adverse legal issues, including bankruptcy or unsatisfactory contract completions. Financial documentation, including a financial statement, is required to demonstrate the organization's economic viability. The questionnaire emphasizes accuracy, urging submissions to reflect current and truthful information, backed by a Notary Public certification. This process is crucial to ensure only qualified firms engage in government contracting, thereby maintaining service quality and accountability within federal operations.
    The document outlines the proposal requirements and evaluation criteria for providing residential reentry center (RRC) services, focusing on offender accountability and home confinement programs. Offerors must submit relevant past performance information for five contracts completed within three years, detailing successes in offender accountability, community reentry, and public support. The proposal should include detailed plans for site location validity, community relations programs, and a comprehensive offender accountability plan, which ensures accurate tracking of offenders in various settings. Evaluation also considers staff recruitment strategies, facility designs, compliance with regulations, and programming for offenders’ rehabilitation. The submission is structured across three volumes—technical/management, business proposal, and past performance—each with specific documentation and page limits. This RFP aims to enhance support systems for offenders transitioning back into the community while ensuring safety and compliance with legal standards.
    The RRC Contract Facility document is a Certification of Compliance required for an RFP submission, ensuring that the named facility meets all relevant safety, zoning, occupancy, and air exchange regulations at local, state, and federal levels. The facility must comply with the most stringent laws concerning these aspects, as outlined in the Statement of Work attached to the RFP. The document includes designated spaces for the facility's name, address, and contact information, alongside a section for the certifier's printed name, job title, signature, and date. This certification serves as a formal guarantee of adherence to regulations, necessary for the evaluation of proposals in the context of government contracts and grants, reinforcing the commitment to safety and law compliance in facility management.
    The document outlines the requirement for contractors to identify nearby facilities within a half-mile radius of a proposed site, focusing on public concerns. Facilities of interest include schools, day-care centers, historical landmarks, and residential areas that might affect community perception regarding the site. The contractor is tasked with compiling detailed information in a specified table format, noting the offeror’s name and address, business proximity, and potential opposition narratives. The absence of a limit on the number of entries emphasizes the importance of a thorough assessment. This request aligns with government protocols in RFP processes by ensuring that all relevant community considerations are addressed prior to initiating projects, thereby promoting transparency and sensitivity to local stakeholders' concerns.
    The document outlines the Wage Determination Number 2015-4573, issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage requirements for federal contracts, emphasizing compliance with Executive Orders 14026 and 13658, affecting worker wages in Florida’s Palm Beach County. Contractors must pay at least $17.75 per hour for contracts initiated or renewed after January 30, 2022, or $13.30 for those awarded between January 1, 2015, and January 29, 2022, unless higher rates apply. A comprehensive list of occupations and corresponding wage rates is provided, spanning various fields from administrative to protective services. Fringe benefits and protections, including health and welfare contributions, vacation, and holidays, are detailed, along with information on paid sick leave requirements for federal contractors. The document also outlines the process for classifying unlisted job titles to ensure appropriate compensation according to standards. Overall, it serves as an essential guideline for contractors, highlighting their obligations under federal law, particularly regarding employee compensation on service contracts.
    The Federal Bureau of Prisons (BOP) provides a template for subcontracting plans that contractors must use to ensure compliance with the Federal Acquisition Regulation (FAR), specifically subpart 19.7 on the Small Business Subcontracting Program. Contractors must fill in specific highlighted areas, while other fields auto-populate based on contract details. Key subcontracting goals are established, including 36% for Small Businesses (SB) and additional goals for various disadvantaged categories such as Women-Owned Small Business (WOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The document outlines requirements for total contract value, total planned subcontracting dollars, and subcontracting reporting obligations. It emphasizes the importance of good faith efforts to include small businesses and mandates reporting through the Electronic Subcontracting Reporting System (eSRS). Additionally, it describes methods for identifying potential subcontractors, program administration duties, and equitable opportunity measures to ensure all SB concerns have competitive access to contracts. Overall, the template serves as a guide for contractors to develop their subcontracting strategies in alignment with federal requirements, promoting small business participation in government contracts.
    The Statement of Work (SOW) for the Day Reporting Center (DRC) outlines the contractual obligations for managing and operating community-based services for federal offenders in custody of the Bureau of Prisons (BOP). The primary objectives are to enhance successful reintegration into the community, ensure compliance with legal standards, and provide comprehensive services such as employment assistance and behavioral counseling. Key features of the SOW include the contractor's responsibility for staffing, which mandates trained personnel on-site for 40 hours per week, with key roles like the DRC Director and Case Manager fulfilling specific educational and experiential requirements. The SOW emphasizes adherence to safety, sanitation, life safety standards, and regulations from various authoritative bodies. Assessment measures include routine inspections by BOP staff, continuous staff training, and the establishment of an accountability framework. Furthermore, the contractor must ensure transparency through mechanisms like annual budgets, community outreach efforts, and volunteer programs. Compliance with ethical standards, abuse prevention measures, and drug-free workplace policies forms a core component of the operational guidelines. The document serves as a structured approach to maintain a secure and supportive environment, illuminating the federal role in promoting effective rehabilitation for offenders while navigating complex statutory requirements.
    The Compliance Matrix for Day Reporting Centers outlines the requirements for proposals related to offender accountability programs, emphasizing the offeror’s past performance, technical capacities, and community engagement. Proposals must detail five relevant contracts from the past three years, including specific achievements in offender programs, community support mechanisms, and personnel management strategies. The document mandates a comprehensive evaluation of site suitability, community relations, accountability and security plans, and personnel resources, ensuring that proposed facilities comply with local regulations and address potential community concerns. Offerors must provide plans detailing their approach for assisting residents in reentry into society and demonstrate community engagement through notification letters and documented support. Additionally, all submissions must adhere to specific page limits and formats, ensuring clarity and organization. This solicitation aims to identify competent contractors to operate Day Reporting Centers effectively while addressing local community needs and government standards.
    The DRC Contract Facility document comprises a Certification of Compliance for a specific Request for Proposal (RFP). It requires the facility, identified by its name, address, and phone number, to adhere to relevant local, state, and federal laws related to safety, zoning, occupancy, and the Architectural Barriers Act—ensuring that any necessary accommodations are made. The compliance certification is crucial for confirming that the facility meets safety and regulatory standards as outlined in the RFP’s Statement of Work. The document includes spaces for the printed name, title, signature, and date of the certifying individual, underscoring accountability in the compliance process. Overall, this certification plays a vital role in affirming the facility's eligibility and reliability in submitting proposals for federal and state contracts or grants.
    This document is an amendment to solicitation number 15BRRC25R00000024 issued by the Federal Bureau of Prisons for Residential Reentry Center (RRC) Services and related programs in Palm Beach County, Florida. The amendment primarily removes language regarding “Option Year 4: 49 months through 60 months” from line item 0018 and incorporates a new Wage Determination dated May 1, 2025. The documentation emphasizes that offers must acknowledge receipt of this amendment in specified manners before the set deadline, and failure to do so could result in rejection. The amended contract must comply with the Service Contract Act, which mandates specific wage rates and labor conditions, including minimum wage provisions under applicable Executive Orders. Wage rates vary by occupation and reflect required fringe benefits. The document outlines the expectations for compliance with labor regulations, including paid sick leave requirements under Executive Order 13706, and benefits regarding health and welfare provisions. Overall, this amendment serves to clarify contract obligations and ensure contractor compliance with federal labor standards.
    The document is an amendment to a federal solicitation issued by the Federal Bureau of Prisons for Residential Reentry Center (RRC) Services and related Home Confinement or Day Reporting Center (DRC) services in Palm Beach County, Florida. The amendment extends the deadline for offers from June 30, 2025, to July 30, 2025, at 2:00 PM EST. It outlines the proper procedures for offerors to acknowledge receipt of the amendment, emphasizing that non-compliance may result in the rejection of offers. Furthermore, it affirms that, aside from the specified changes, all other terms and conditions of the original solicitation remain unchanged. The document highlights the importance of adhering to deadlines and ensuring compliance with established procedures in federal procurement processes, reflecting the structured approach to managing government contracts and solicitations.
    The document outlines an amendment to the solicitation for Residential Reentry Center (RRC) Services in Palm Beach County, Florida, specifically under Solicitation No. 15BRRC25R00000024. The key change noted in this amendment is the extension of the offer submission deadline from July 30, 2025, to August 29, 2025, at 2:00 PM EST. It reiterates that all other terms and conditions of the original solicitation remain unchanged unless specified otherwise. The document serves as an official notification from the Federal Bureau of Prisons, located in Philadelphia, PA, regarding this modification. Contractors are required to acknowledge receipt of the amendment for their offers to be considered valid. The amendment underscores the Bureau's commitment to compliance and clarity in its contracting processes, ensuring that contractors are informed of any pertinent updates and changes to submission timelines. Overall, this serves as a formal procedural update within the framework of federal government procurement.
    The Federal Bureau of Prisons (BOP), part of the Department of Justice, has issued a Request for Information (RFI) regarding potential providers for Residential Reentry Center (RRC) and Home Confinement (HC) services in West Palm Beach, Florida. The upcoming solicitation aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to facilitate 50 in-house placements, 26 home confinement placements, and 30 Day Reporting Center (DRC) placements, specifically accommodating male offenders, including sex offenders. The RFI seeks feedback on the feasibility of providing these services from interested vendors and includes questions about local ordinances, community support, zoning issues, transportation accessibility, and unique regulations impacting the services. Responses must be submitted by March 12, 2025, and will be used for planning purposes only; they do not guarantee participation in future solicitations. The Bureau emphasizes that this RFI does not commit to any contractual agreements and encourages vendors to provide constructive comments and innovative approaches for delivering the required services while ensuring compliance with local laws and environmental considerations.
    The Bureau of Prisons (BOP) is preparing to issue a Request for Proposals (RFP) for a program focused on supervising offenders in the Palm Beach County area of Florida, with an anticipated posting date of May 12th. The geographic coverage will include only Palm Beach County to facilitate finding properly zoned facilities, although there is potential flexibility regarding site location. Participants in the program must reside within 150 miles of the designated facility, and physical checks by staff will occur at least once every 30 days, with possible virtual inspections for distant cases. The placements in this program will include a mix of direct home confinement from institutions and transfers from Residential Reentry Centers (RRCs). This RFP represents an opportunity for vendors to support the BOP's objectives in managing community-based supervision efficiently.
    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 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.
    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.
    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.
    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.
    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.
    FCC Beaumont Rabbi Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex in Beaumont, Texas, is seeking qualified contractors to provide Jewish Rabbi services under a firm-fixed price contract for Fiscal Year 2026, with options extending through September 30, 2030. The contractor will be responsible for delivering 48 one-hour sessions annually across four facilities, conducting rounds in the Special Housing Unit (SHU), and ensuring compliance with federal regulations while maintaining a non-employee status. This service is crucial for supporting the religious needs of inmates and fostering a respectful environment within the correctional facilities. Interested parties must submit their quotes by December 17, 2025, at 11:00 AM CST, and are encouraged to direct any inquiries in writing to Contract Specialist Dillon Tydlacka at dtydlacka@bop.gov.
    FCC Coleman FY26 January Produce
    Buyer not available
    The Department of Justice, Bureau of Prisons (DOJ BOP), is seeking qualified small businesses to provide fresh produce for the Federal Correctional Complex (FCC) Coleman in Florida, with deliveries scheduled for January 2026. The procurement includes a variety of fruits and vegetables, all of which must be USDA inspected and palletized for efficient unloading, with specific quantities outlined in the solicitation documents. This opportunity is crucial for maintaining the dietary needs of the facility's population and ensuring compliance with health standards. Interested vendors must register on the Unison Marketplace to participate in the reverse auction, with bids accepted until December 15, 2025, at 11:00 ET; for further inquiries, contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.