Sexual Offender Assessment &Treatment Services for Justice Involved Offenders
ID: 9594CS25Q0008Type: Solicitation
Overview

Buyer

COURT SERVICES AND OFFENDER SUPERVISION AGENCYCOURT SERVICES AND OFFENDER SUPERVISION AGENCYCOURT SERVICES OFFENDER SUPV AGCYWASHINGTON, DC, 20004, USA

NAICS

Offices of Mental Health Practitioners (except Physicians) (621330)

PSC

MEDICAL- EVALUATION/SCREENING (Q403)

Set Aside

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

    The Court Services and Offender Supervision Agency (CSOSA) is soliciting proposals for Sexual Offender Assessment and Treatment Services aimed at justice-involved offenders in Washington, D.C. The procurement seeks comprehensive outpatient services, including individual and group counseling, polygraph testing, and the development of individualized treatment plans to reduce recidivism and enhance public safety. This initiative is critical for managing sexually offending behaviors and ensuring compliance with statutory requirements for offender treatment and supervision. Interested vendors, particularly small businesses, must submit their quotes and completed past performance questionnaires by February 24, 2025, to Mathew Collins at mathew.collins@csosa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to Solicitation 9594CS25Q0008 concerning Sex Offender Assessment and Treatment Services for Justice-Involved Offenders, issued by the Court Services and Offender Supervision Agency. The amendment's primary purpose is to extend the deadline for quotation submissions and the due date for completed past performance questionnaires to February 18, 2025, at 5:00 PM Eastern Time. Additionally, it corrects the NAICS code to 621330 in the cover letter and provides updated information regarding the current incumbent Contractor, The Center for Clinical and Forensic Services, Inc. Importantly, the amendment instructs offerors to acknowledge receipt by returning a signed copy of the amendment with their submissions. Overall, this amendment modifies the solicitation's timeline and clarifies requirements to ensure proper compliance and acknowledgment by prospective contractors.
    The Court Services and Offender Supervision Agency (CSOSA) is preparing a solicitation for sexual offender assessment and treatment services aimed at justice-involved offenders mandated by a releasing authority. The contractor selected will provide comprehensive outpatient services, including individual and group counseling, assessments, relapse prevention, polygraph testing, and aftercare planning, all designed to assist offenders in managing their behavior and reducing recidivism. Services will be offered primarily at CSOSA's facility in Washington D.C., with potential for virtual delivery and use of additional CSOSA locations as needed. This solicitation is classified as a total Small Business Set-Aside under NAICS code 621330 and will span five years, comprising one base year and four optional years. A formal Request for Proposal (RFP) is expected to be released around January 3, 2024, emphasizing CSOSA's commitment to effectively addressing sexual offenses within the community through specialized treatment initiatives.
    The document outlines the solicitation for Sexual Offender Assessment and Treatment Services by the Court Services and Offender Supervision Agency (CSOSA). It is structured to facilitate bids from Women-Owned Small Businesses (WOSB) to provide comprehensive sex offender treatment, assessment, and management services for offenders ordered by the courts. The scope includes individual and group counseling, polygraph testing, and development of individualized treatment plans aimed at reducing recidivism. Key components include the requirements for service providers, qualifications for personnel, and the process for treatment authorization and monitoring. Contractors will be expected to coordinate with CSOSA staff, maintain thorough records, and comply with established standards. Regular reporting on treatment progress and compliance is mandated, as well as immediate notification of any non-compliance or re-offending incidents. The contract is structured as a firm-fixed price (FFP) purchase order, with potential option periods for extension, emphasizing accountability and evidence-based practices. The goal is to enhance public safety by providing effective treatment strategies to manage sexually offending behaviors and reduce the risk of re-offending among involved offenders.
    The document outlines Amendment 0002 to Solicitation 9594CS25Q0008 issued by the Court Services and Offender Supervision Agency. It specifies procedures for acknowledging the amendment, which must be received prior to the established deadline to avoid rejection of offers. Key updates include: the replacement of sections B through M of the solicitation, along with responses to all received questions and an extension of the quotation due date to February 19, 2025, at 5:00 PM Eastern Time. Additionally, the deadline for submitting past performance questionnaires is aligned with the new quotation deadline. Contractors must acknowledge receipt of both Amendment 0001 and Amendment 0002 by including a signed copy of the amendment with their quote. This amendment aims to clarify and streamline the solicitation process, ensuring all parties are updated with the necessary information to submit compliant offers.
    This document is an amendment to Solicitation 9594CS25Q0008, concerning Sex Offender Assessment and Treatment Services for Justice-involved Offenders. The amendment outlines the proper acknowledgment methods for receipt of this and previous amendments, clarifying the necessity of submitting a signed acknowledgment alongside any quotations. Key updates in this amendment include correcting a previous response regarding insurance requirements, which will not be waived for personnel involved in the work. Significantly, the quotation due date has been extended to February 24, 2025, at 5:00 PM Eastern Time, with a corresponding change in the due date for the Past Performance Questionnaire to the same date and time. The document emphasizes the responsibility of entities submitting quotes to ensure timely email delivery. These changes aim to provide clarity and align submission deadlines for prospective contractors. The amendment serves to update potential bidders and ensure compliance with submission requirements in the context of federal procurement processes.
    The document is an amendment (0002) to Solicitation 9594CS25Q0008, outlining responses to various questions from contractors regarding a government contract for offender treatment services. Key topics include the clarification of roles, responsibilities of contractors in providing materials and personnel, management of offender records, and requirements for virtual sessions. It states that the government provides office space, while contractors must supply all necessary materials and staff. Substance abuse testing and access to psychologists are not included in the contractor's responsibilities. Furthermore, the solicitation emphasizes the importance of maintaining electronic records and coordinating with Community Supervision Officers. The document also addresses insurance requirements and the nature of personal identifiable information (PII) handling. The responses provide insights into expectations for performance metrics and logistical considerations, ensuring that potential contractors understand their obligations and the context for providing services effectively within the outlined parameters. The overall aim is to facilitate a comprehensive understanding of the expectations for delivering offender treatment services while maintaining operational efficiency and compliance with legal standards.
    The solicitation involves the provision of Sexual Offender Assessment and Treatment Services for justice-involved offenders mandated by the Court Services and Offender Supervision Agency (CSOSA). The purpose is to enhance public safety and reduce recidivism through comprehensive outpatient services, including assessments, individual and group counseling, polygraph testing, and aftercare planning. The contract type is firm-fixed price with a breakdown of Contract Line Items (CLINs) for the base and option periods, although quantities are not guaranteed. The service provider must coordinate closely with CSOs and adhere to evidence-based practices. Key tasks include conducting initial meetings with offenders, developing individualized treatment plans, and facilitating discharge planning. Monthly and quarterly reporting on offender progress and program efficacy is required to maintain transparency and accountability. The primary personnel must possess qualifications in psychological counseling and licensing specific to sexual offender treatment. The document outlines stringent reporting, record-keeping, and service delivery guidelines to ensure compliance and effective monitoring of offenders to minimize the risk of re-offending. This initiative highlights a structured approach to treatment within the criminal justice framework, focusing on rehabilitation and compliance with strict regulatory standards.
    The provided document is a security form developed by the Court Services and Offender Supervision Agency (CSOSA) for temporary contractors working under its contracts. It requires specific information from both the Contracting Officer (CO) and the contractor applicant to initiate a background check. Part I mandates the CO to fill out details including the program office, contractor name, contract number, job title, and necessary access requirements (NCIC, WALES, CSOSA Network). Part II is designated for the applicant to provide personal details including contact information, citizenship status, and a disclosure of any employment-related issues or past criminal history within the last seven years. The purpose of this form is to ensure that all contractor personnel undergo a thorough vetting process prior to commencing work, thereby maintaining security standards within the agency. This protocol aligns with broader governmental practices related to RFPs and grants, ensuring compliance through background checks for individuals involved in contract work, significantly in sensitive roles within the judiciary system.
    The Court Services and Offender Supervision Agency (CSOSA) for the District of Columbia has released a memorandum permitting the agency to obtain consumer and credit reports regarding applicants or employees. This procedure is essential for assessing an individual’s suitability for employment, promotion, reassignment, retention, or access to classified information within the agency. The memorandum includes a section for the applicant to provide their authorization, signature, date, and Social Security Number. The document underscores the agency's commitment to ensuring appropriate evaluations of its personnel for various employment-related decisions. It highlights the importance of credit and consumer reports as part of the employment process to maintain security and operational standards.
    The Court Services and Offender Supervision Agency (CSOSA) provides a Personal Identity Verification (PIV) Request Form that outlines the process for issuing identity cards to employees, contractors, or guests. The form consists of multiple sections: 1. The sponsor completes the first section to attest to the applicant's information and the need for a PIV card, verifying the accuracy of details provided. 2. The registrar conducts identity proofing and card approval, ensuring that an appropriate background check has been conducted and two forms of identification have been presented. 3. The issuer confirms card details, including the card number and expiration date. 4. The applicant acknowledges receipt of the PIV card and agrees to abide by security and usage rules, such as safeguarding the card and reporting any loss. The document emphasizes compliance with Homeland Security Presidential Directive 12 (HSPD-12), establishing standardized identification protocols for federal employees and contractors to enhance security and ensure proper access control. This PIV process is essential for maintaining effective operations within government agencies, reflecting the broader context of federal grants and requests for proposals (RFPs) that require stringent verification measures.
    The "Contractor Confidentiality and Nondisclosure Agreement" establishes confidentiality obligations between the Court Services and Offender Supervision Agency (CSOSA) and contractors. It defines "Confidential Information" as any data disclosed by CSOSA related to its operations, including sensitive information protected under various privacy laws. The agreement prohibits contractors from using or disclosing this information for any purpose other than serving CSOSA, and mandates protective measures against unauthorized access. It includes specific provisions regarding the duplication of confidential materials, recording communications with offenders, and returning materials upon request. The agreement outlines that it does not grant rights to the contractor regarding CSOSA's proprietary information, and it remains in effect until the confidential data is publicly disclosed. Additionally, it emphasizes compliance with applicable laws and protections for whistleblowers. The document serves to safeguard sensitive information shared with contractors working with CSOSA, ensuring confidentiality in accordance with federal regulations and local statutes.
    The file titled "Solicitation 9594CS25Q0008" outlines the "Offeror Representations and Certifications" required for federal contracts related to commercial products and services. It specifies that offerors must complete certain sections based on their status with the System for Award Management (SAM) and includes definitions for key terms such as "small business," "economically disadvantaged women-owned small business," and "service-disabled veteran-owned small business." The document also requires disclosures regarding the use of telecommunications equipment, child labor practices, and compliance with U.S. laws regarding business operations in countries like Sudan and Iran. Additionally, it incorporates certifications related to tax liabilities and other ethical considerations. Offerors are instructed to indicate their business size, ownership status, compliance with affirmative action, and the place of manufacture for products offered. The comprehensive set of requirements ensures federal procurement maintains integrity while enabling diverse business participation. The document is structured in a logical manner, presenting definitions, conditions for representation, and specific certifications in sequential order.
    The document is a solicitation cover letter template (Solicitation 9594CS25Q0008) for vendors submitting quotes in response to a request for proposal (RFP). It outlines essential information and requirements for quoters, including the provision of the quoter's full name, address, point of contact, tax identification number, and Unique Entity Identification (UEI) number from the System for Award Management (SAM). The document stipulates that quoters must indicate their business size in relation to the NAICS code 621340 and include a signed copy of the SF1449 and any solicitation amendments. The quoter must acknowledge their review of insurance requirements and commit to providing a Certificate of Insurance on award. Additionally, pricing submitted must remain valid for 120 days, and any assumptions or exceptions must be attached separately. The document underscores necessary acknowledgments and signatures from a representative authorized to bind the quoter, thus ensuring compliance with federal procurement standards. Overall, it serves as a guideline for vendors on submitting quotes and adhering to government solicitation terms.
    Solicitation 9594CS25Q0008, Amendment 0001, outlines the requirements for submitting a quote related to federal procurement. The document specifies that a completed Attachment J-6, the Cover Letter, is mandatory for quote submission. Key details to be included are the Quoter's full name, address, contact information, Tax Identification Number (TIN), and the System for Award Management (SAM) Unique Entity Identification (UEI) Number. The Quoter must also indicate their business size for NAICS 621330 and confirm the review of insurance requirements specified in Section H.14. Additionally, authorized signatories must provide their signatures on the cover letter and any exceptions or conditions must be attached separately. The pricing quote must remain valid for 120 calendar days post-submission. This solicitation serves to ensure that all necessary information and compliance requirements are met for federal contracting purposes, promoting transparency and accountability in the procurement process.
    The Court Services and Offender Supervision Agency (CSOSA) is requesting past performance evaluations for contractors providing Sex Offender Treatment Services. The questionnaire, labeled as Source Selection Sensitive Information, is designed to collect insights from references listed by contractors submitting their proposals. Respondents should complete the survey with input from individuals knowledgeable about the contractor's operations. Handwritten responses are acceptable, but clarity is essential. The survey includes a series of performance ratings on various aspects of contract management, including responsiveness, quality of services, and contractor compliance. Evaluation ranges from neutral to exceptional based on specific criteria. The deadline for submission is February 18, 2025, and responses should be emailed to the designated CSOSA official. This assessment is crucial for CSOSA in determining the suitability of contractors based on their past performance in delivering required services under contract obligations.
    The Court Services and Offender Supervision Agency (CSOSA) is soliciting feedback for a Past Performance Questionnaire pertaining to the acquisition of Sex Offender Treatment Services. The document requests that past clients provide evaluations of contractors based on their performance in various areas, such as responsiveness, quality of services, compliance with contract terms, and management of personnel. Respondents are guided to rate the contractor's performance on a scale of 1 (neutral) to 6 (exceptional), with an emphasis on providing narratives for lower ratings. Additionally, the questionnaire seeks information regarding the contractor's ability to handle subcontractors, labor disputes, and customer service issues, along with any contractual discrepancies, terminations, or violations of public law. Completed forms must be submitted to CSOSA by February 5, 2025. This assessment is crucial for determining contractors’ past performance, influencing future engagements for services in the realm of offender supervision and treatment.
    The Court Services and Offender Supervision Agency (CSOSA) is requesting information through a Past Performance Questionnaire as part of its acquisition for Sex Offender Treatment Services. This document serves to evaluate the performance of contractors based on their day-to-day operation and service quality. The questionnaire is designed to be filled out by an individual knowledgeable about the contractor’s performance, ensuring inputs are supported by relevant organizational insights. Key sections of the questionnaire focus on various aspects of contractor performance, including responsiveness, compliance with terms, management of personnel, quality of services, and business relations. Respondents are required to provide ratings on a scale of 1 to 6, with narratives for lower ratings, to offer insight into performance issues or commendations. Additionally, the questionnaire contains questions regarding any labor disputes, contract discrepancies, or prior performance failures. Responses must be submitted to CSOSA via email by February 19, 2025. This systematic evaluation aims to safeguard information against unauthorized disclosure and facilitate the selection of an effective contractor, ultimately promoting quality services in the context of federal and local RFPs.
    The Court Services and Offender Supervision Agency (CSOSA) is soliciting input through a Past Performance Questionnaire aimed at evaluating contractors for Sex Offender Treatment Services. The document is intended for individuals familiar with the contractor's daily operations and includes instructions for accurately completing the survey. Respondents must provide detailed feedback using a 1 to 6 rating scale for various performance aspects, including responsiveness, compliance with contractual obligations, and quality of services. Specific inquiries regarding any past issues such as contract discrepancies or labor disputes are also included. Responses should be submitted via email by February 18, 2025, and marked as Source Selection Sensitive Information. The primary objective of the questionnaire is to gather evaluative data on current or past contractor performance as referenced by entities intersecting with CSOSA. This information is critical for the CSOSA contracting officer to assess the qualifications and suitability of bidders for upcoming contracts. Such evaluations are essential in the context of federal procurement processes, ensuring contractors meet expected service standards and maintain compliance with government regulations.
    This document outlines a government request for proposals (RFP) for Sex Offender Assessment and Treatment Services covering a base period and four optional periods. Each period includes specific services, such as individual therapy sessions, polygraph exams, assessments, and group therapy sessions, all available in specified quantities and unit types. For example, individual sessions are listed as 1,250 sessions in each period, while additional services vary in quantity from 5 to 135 depending on the type. The document emphasizes the need for comprehensive assessment and treatment strategies for sex offenders along with representation at court hearings. Each category specifies a per-session or per-exam pricing structure, though the exact unit prices and total amounts are not provided in the file. The total not-to-exceed amount is calculated for both the base and option periods, signifying a structured approach to funding and delivering these critical services. This RFP highlights the government's commitment to systematic evaluation and rehabilitative treatment of sex offenders, aligning with statutory requirements for offender management.
    Similar Opportunities
    Treatment Services Requirement
    Buyer not available
    The Court Services and Offender Supervision Agency (CSOSA) is seeking qualified organizations to provide Residential and Intensive Outpatient Drug Treatment Services, Supportive Housing Services, and Medication Assistance Treatment (Detox) Services for the Pretrial Services Agency (PSA) in Washington, D.C. This initiative aims to enhance community safety and promote pretrial justice by offering essential support to defendants during their pretrial period, thereby reducing the likelihood of future criminal behavior. Interested vendors are invited to participate in a virtual Industry Day on February 26, 2025, from 1:00 PM to 3:30 PM EDT, where they can learn more about the upcoming requirements and engage with PSA representatives. For further inquiries, participants can contact Tamara Brown at tamara.brown@psa.gov or Deborah Murphy at deborah.murphy@psa.gov.
    15BCTS24Q00000014 SU/MH in Boston, MA
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Community Treatment Services (CTS) focused on providing outpatient substance use disorder and mental health treatment services for offenders in Boston, Massachusetts. The procurement aims to deliver comprehensive support, including counseling, assessments, and treatment planning, utilizing evidence-based practices such as Cognitive Behavioral Therapy (CBT) and Medication-Assisted Treatment (MAT) to enhance rehabilitation and reduce recidivism. This initiative underscores the Bureau's commitment to improving mental health outcomes for incarcerated individuals and facilitating their successful reintegration into society. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Kia Warner at k1warner@bop.gov or Robert Carroll at r1carroll@bop.gov.
    Pre-solicitation: Residential Reentry Center Services for MALE Only in the Washington, DC area, Montgomery County Maryland, Prince George’s County Maryland, Arlington County Virginia and/or Fairfax County Virginia
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) services exclusively for male federal offenders in the Washington, DC area, including Montgomery County and Prince George’s County in Maryland, as well as Arlington and Fairfax Counties in Virginia. The procurement involves providing in-house RRC beds and home confinement placements, with a guaranteed minimum of 120 beds and 60 placements, respectively, and an estimated maximum of 300 beds and 150 placements. These services are crucial for facilitating the successful reintegration of offenders into society, ensuring compliance with the Bureau's standards and regulations as outlined in the Statement of Work (SOW) from March 2022. The solicitation is expected to be available around February 28, 2025, with proposals due approximately 60 days later, and interested parties should monitor the General Services Administration's Federal Business Opportunities website for updates. For further inquiries, contact Tana Jankowiak at tjankowiak@bop.gov or Kevin Hoff at khoff@bop.gov.
    Second Chance Act Goods and Services Pre-Solicitation Notice
    Buyer not available
    Presolicitation notice: ADMINISTRATIVE OFFICE OF THE US COURTS is seeking goods and services related to Outpatient Mental Health and Substance Abuse Centers. The federal Judiciary intends to procure treatment services and/or Second Chance Act goods and services for federal defendants and persons under supervision using Blanket Purchase Agreements. The services may include urine collection, counseling, physical examinations, detoxification, residential treatment, and transportation. The goods and services may include cognitive behavioral therapy, child-care, medical services, computer hardware/software, identification, transportation, transitional housing, domestic violence intervention, and job training. The specific services and requirements will be identified in the solicitation for Blanket Purchase Agreements.
    Residential Reentry Services Located Within Spokane County, Washington and Home Confinement Radius Within 200 Miles of the RRC Facility
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) services for federal offenders in Spokane County, Washington, and home confinement services within a 200-mile radius of the RRC facility. The procurement aims to provide comprehensive reentry services, including employment, counseling, and educational opportunities, to support the successful reintegration of individuals transitioning from incarceration back into society. Interested offerors must submit their proposals electronically by April 1, 2025, at 2:00 PM Eastern Standard Time, ensuring compliance with various regulatory and performance standards outlined in the solicitation documents. For further inquiries, potential bidders can contact Contracting Officer Jeremy Essler at jessler@bop.gov.
    Residential Reentry Services Located Within King County, Washington and Home Confinement Radius Within 200 Miles of the RRC Facility
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) services and home confinement services for federal offenders in King County, Washington, with a service radius extending 200 miles from the facility. The procurement aims to provide structured programming and support for the reintegration of male and female offenders into the community, emphasizing public safety and effective management of transitional programs. This contract will include a one-year base period with four additional one-year options, and proposals must be submitted by February 28, 2025, at 2:00 PM EST. Interested parties should direct inquiries to Contracting Officer Jeremy Essler at jessler@bop.gov.
    Residential Reentry Center (RRC) Serivces and Home Confinement Services Located in the State of Illinois within the Counties of Sangamon, Morgan, Menard, Cass, Logan, or Dewitt
    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 specific counties of Illinois, including Sangamon, Morgan, Menard, Cass, Logan, and Dewitt. The objective of this procurement is to provide comprehensive support for federal offenders transitioning back into the community, ensuring adherence to safety, security, and rehabilitation standards throughout the process. These services are crucial for promoting successful reintegration and reducing recidivism rates among federal offenders. Interested parties must submit their proposals by April 1, 2025, at 2:00 PM Eastern Standard Time, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov or by phone at 202-598-6164.
    15BCTS24Q00000015 - SU/MH/SOT in Charleston and Clarksburg, WV
    Buyer not available
    The Department of Justice, specifically the Bureau of Prisons, is seeking contractors to provide outpatient mental health and substance abuse services in Charleston and Clarksburg, West Virginia. The procurement aims to address the mental health and substance abuse needs of individuals within the federal prison system, ensuring access to essential rehabilitation services. These services are critical for the social rehabilitation of inmates, contributing to their successful reintegration into society. Interested parties can reach out to Kia Warner at k1warner@bop.gov or by phone at 202-598-6139, or Robert Carroll at r1carroll@bop.gov or 202-598-6124 for further details regarding this presolicitation opportunity.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located within the State Border of Oklahoma. Home Confinement within Radius 100 Miles of the Facility.
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) services and Home Confinement placements for male and female federal offenders within the state of Oklahoma. The procurement includes a guaranteed minimum of 66 in-house RRC beds (60 for males and 6 for females) and a home confinement requirement with a minimum of 50 placements, both of which are essential for effective offender management and rehabilitation. This Firm-Fixed Price/IDIQ contract will have a one-year base period with four optional years, emphasizing the need for a single provider to ensure interconnected programming and case management. The solicitation, identified as 15BRRC25R00000004, will be available on January 6, 2025, through the GSA’s Federal Business Opportunities website, with proposals due approximately 60 days later around March 7, 2025. Interested parties should monitor the website for updates and are encouraged to contact Matthew Comstock or Tana Jankowiak for further inquiries.
    Request For Information Re: Residential Reentry and Home Confinement Services Located within the County Limits of Oklahoma County, Oklahoma. Home Confinement within Radius 100 Miles of the Facility
    Buyer not available
    The U.S. Department of Justice, through the Federal Bureau of Prisons (BOP), is seeking qualified vendors to provide Residential Reentry Center (RRC) and Home Confinement (HC) services for male and female offenders in Oklahoma County, Oklahoma. The procurement aims to establish a contract for a maximum of 164 in-house beds (151 male and 13 female) and 60 home confinement placements within a 100-mile radius of the facility, including provisions for sex offenders. These services are crucial for facilitating the transition of individuals from federal prison back into society, emphasizing rehabilitation and community support. Interested parties must submit their responses by March 21, 2025, and can direct questions to Matthew Comstock at mcomstock1@bop.gov or Tana Jankowiak at tjankowiak@bop.gov.