Solicitation: Residential Reentry Services Located Within the Eastern Judicial District of California. Home Confinement Radius Within 100 Miles of the RRC Facility
ID: 15BRRC25R00000033Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSRESIDENTIAL REENTRY - COWASHINGTON, DC, 20534, USA

NAICS

Other Residential Care Facilities (623990)

PSC

SOCIAL- SOCIAL REHABILITATION (G004)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) services within the Eastern Judicial District of California, with a home confinement radius of 100 miles from the RRC facility. The procurement aims to provide community-based correctional services for up to 40 federal offenders (34 male and 6 female) and home confinement for up to 20 placements, ensuring compliance with federal regulations and operational standards. This contract, which includes a one-year base period with four option years and a potential six-month extension, is critical for facilitating the reintegration of federal offenders into society. Interested offerors must submit their proposals by December 1, 2025, at 2:00 PM EST, and can direct inquiries to Tana Jankowiak at tjankowiak@bop.gov.

    Point(s) of Contact
    Tana Jankowiak
    tjankowiak@bop.gov
    Files
    Title
    Posted
    The Federal Bureau of Prisons is soliciting proposals for Residential Reentry Center (RRC) Services for male and female Federal offenders in the Eastern District of California. The Home Confinement radius extends 100 miles from the RRC facility. Offerors must submit Business, Technical/Management, and Past Performance Information Proposals electronically in PDF format. Proposals exceeding 20 MB must be split into separate emails, and contractors must notify the Contracting Officer 6 hours prior to submission. The Business Proposal requires a cover letter with firm rates, Sections A, B, J, and K. The Technical/Management Proposal needs a clear explanation of how the procurement objective will be met, including approach, methods, techniques, and manpower. An on-site inspection will be conducted, requiring a separate cover sheet in the Technical/Management proposal with contact information. Proposals must be valid for 240 days, and contractors must enroll in the E-Verify Program within 30 days of contract award. Questions should be directed to the Contracting Officer.
    The Federal Bureau of Prisons Acquisitions Branch has issued Solicitation Number 15BRRC25R00000033 for Residential Reentry Center (RRC) services. The solicitation, issued on August 25, 2025, with a closing date of October 24, 2025, at 2:00 P.M. EST, seeks proposals for RRC services located within the Eastern District of California. A key requirement is that the home confinement radius for these services must be within 100 miles of the RRC facility. Proposals should be addressed to Tana Jankowiak, Senior Contract Specialist, via email at tjankowiak@bop.gov. This RFP aims to secure necessary residential reentry services to support federal correctional initiatives.
    Amendment A00001 to Solicitation RFP 15BRRC25R00000033 extends the proposal due date for Residential Reentry Center (RRC) services within the Eastern District of California. Due to a government shutdown, the deadline for offers has been extended by 30 days. The new proposal due date is Monday, November 24, 2025, by 2:00 pm EST. All other terms and conditions of the original solicitation, issued by the Federal Bureau of Prisons, Residential Reentry Contracting Office, remain unchanged. Potential offerors must acknowledge this amendment as specified in the document to ensure their proposals are considered.
    Amendment A00002 to Solicitation RFP 15BRRC25R00000033, issued by the Federal Bureau of Prisons, extends the proposal due date for Residential Reentry Center (RRC) services in the Eastern District of California. Potential offerors are notified that the deadline for submissions is now Monday, December 1, 2025, by 2:00 PM EST. The amendment also clarifies that the Home Confinement radius for these services remains within 100 miles of the RRC facility. All other terms and conditions of the original solicitation dated August 25, 2025, remain unchanged. This modification ensures that interested parties have an additional seven days to submit their proposals, and contractors are required to acknowledge receipt of this amendment.
    The Federal Bureau of Prisons (BOP) issued Solicitation Number 15BRRC25R00000033, a Request for Proposal (RFP) for Residential Reentry Center (RRC) and Home Confinement services in the Eastern District of California. The contract, a firm-fixed-price, indefinite-delivery, indefinite-quantity type, includes a one-year base period and four option years, plus a potential six-month extension. Services encompass in-house RRC beds for up to 40 federal offenders (34 male, 6 female) and home confinement for up to 20 placements, with guaranteed minimums. Key personnel include a Facility Director, Case Manager, and Employment Placement Specialist. The RFP emphasizes compliance with federal information security regulations (FISMA, NIST, FedRAMP), requiring contractors to protect DOJ information, obtain Authorization to Operate (ATO) for information systems, and report security incidents promptly. Performance will be evaluated based on accountability, programs, community relations, site suitability, personnel, communication, and home detention effectiveness.
    The Bureau of Prisons (BOP) Statement of Work (SOW) outlines the requirements for contractors operating Residential Reentry Centers (RRCs). These centers provide community-based correctional services to assist federal residents in transitioning from prison to the community. The SOW details administrative, organizational, and operational standards, including personnel qualifications, staffing ratios, and training. It mandates compliance with federal, state, and local laws, and BOP policies, emphasizing correctional excellence, respect, and integrity. Contractors must maintain comprehensive operational manuals, contingency plans, and adhere to strict security, safety, and ethical guidelines. Key areas covered include facility management, health services, reporting procedures, and community outreach, ensuring a safe and effective reintegration process for residents.
    The Federal Bureau of Prisons (BOP) July 2020 Performance Summary Table outlines the conditions under which it may withhold contractor payments for non-performance or inadequate performance, as authorized by the Inspection of Services Clause in Section E of the contract. This table details six key contract requirements: Safety/Security/Order, Resident Care/Services, Programs and Activities, Justice/Case Management, Administration/Management, and Quality Control. Each requirement is associated with vital functions and a corresponding value, representing a percentage of the monthly invoice (ranging from 0-30%) that may be withheld. The document clarifies that the table does not create new obligations or limit the BOP's discretion to withhold more than the specified amounts, especially for egregious violations or aggregated non-compliance over time. It emphasizes that Safety, Security, and Order are the most critical obligations, carrying the highest withholding value.
    Section J of the Federal Bureau of Prisons' Community Corrections Program outlines the mandatory environmental compliance requirements for all proposals involving federal funds. Proposers must submit a completed Environmental Checklist to document potential environmental impacts and certify compliance with various federal statutes, including NEPA, the Clean Air Act, and the Endangered Species Act. The checklist helps identify if additional environmental analyses, such as an Environmental Assessment (EA) or Environmental Impact Statement (EIS), are necessary, especially for projects involving new construction, significant modifications, or work near sensitive areas like historic sites or flood plains. Failure to accurately complete the checklist may lead to proposal disqualification. The document details the information required, including project descriptions, site location, extent of construction, and potential impacts on water, air, hazardous materials, cultural resources, and endangered species. Proposers answering yes to certain impact questions must complete a more detailed Part B of the checklist.
    This document is a sample community notification letter from the Federal Bureau of Prisons (BOP) regarding a Request for Proposals (RFP) for Residential Reentry Center (RRC) services, also known as "halfway houses," for federal offenders. The letter informs local law enforcement and elected officials that an offeror has submitted a proposal for RRC services in a specified geographic area. It outlines the requirement for offerors to seek input from local authorities as part of the contracting process. The letter details the proposed facility's address, current use, zoning, permits, and potential renovations, along with the contract's term and bed capacity estimates for male and female offenders. It explains the BOP's practice of transferring inmates to RRCs for transitional programming to enhance public safety by helping offenders reintegrate into the community. The BOP emphasizes its rigorous contract oversight, including monitoring inmate accountability, programming, life safety, staffing, and discipline. Federal offenders in RRCs include those transferred from prison for pre-release programming and those under U.S. Probation Office supervision. The letter invites comments from the community to the contracting officer and the offeror.
    This document is a sample client notification letter for a federal government Request for Proposals (RFP) from the Department of Justice, Federal Bureau of Prisons (BOP), concerning Residential Reentry Center services. The letter informs clients that their past performance will be a substantial source selection factor, as per the Federal Acquisition Streamlining Act. It authorizes clients to respond to BOP inquiries regarding past work, emphasizing that candid information is requested and that the names of reference providers will remain confidential. The letter also identifies specific client points of contact for performance inquiries, highlighting the importance of client cooperation in the evaluation process.
    This document is a sample bank 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 the bank that the company has included their institution as a reference in the proposal. It authorizes the bank to respond to inquiries from the BOP regarding the company's financial standing, as the Federal Acquisition Regulation requires a determination of financial capability before awarding a federal contract. The letter specifies that information requested will be general in nature and only by authorized BOP contracting staff, identifying a point of contact at the bank for financial status inquiries.
    The Federal Bureau of Prisons' Service Contract Business Management Questionnaire is a crucial document for firms seeking to provide services to the government. It outlines the bureau's policy of encouraging qualified firms to submit statements of qualifications and performance data. The questionnaire defines key terms such as “Principals,” “Parent Company,” “Joint Venture,” “Consultant,” and “Specialists and Individual Consultants,” and provides detailed instructions for submission. Firms must provide current and factual information, including project details, organizational structure, personnel by discipline, and a list of subcontractors. Additionally, the questionnaire requires a list of the five most recent and relevant contracts, agreements, or projects from the past three years. The document also asks for extensive organizational information, including years in business, previous names, incorporation details, and information on principals and partners. It requests licensing information, experience details (including any claims, suits, or bankruptcies), and financial data, including trade and bank references, and an audited financial statement. The questionnaire concludes with a signature section and a warning about the False Statements Act, emphasizing the importance of accurate and complete submissions. This document serves as a comprehensive screening tool for selecting firms for discussions and evaluating their past performance and financial stability.
    This document outlines the compliance matrix for In-House RRC Services and Home Confinement Services, detailing proposal preparation instructions and evaluation criteria. It covers past performance, technical/management evaluations, and submission requirements. Key evaluation areas include accountability, offender programs, community relations, personnel, communication, and home confinement. Proposals must provide past performance data for up to five relevant contracts, excluding Bureau contracts, and detail aspects like offender accountability, community reentry assistance, and public support. Technical/management aspects focus on site suitability (right to use, zoning, local concerns), community relations programs (notification, support, opposition plans), offender accountability and security, reentry programs, facility compliance (design, health, safety, 120-day availability), and personnel resources (recruitment, training, retention, PREA compliance). Specific plans for home confinement accountability and programming are also required, with strict page limits for each submission component.
    The document outlines requirements for identifying local area concerns within a half-mile radius of a proposed RRC site. Contractors must identify facilities such as schools, day-care centers, historical landmarks, and other residential facilities that could raise public concern due to their proximity. The file specifies a table format for offerors to complete, including the business name and address, distance from the proposed site, and a narrative concerning possible opposition near the proposed site. This is a critical component of government RFPs, ensuring that potential public concerns are addressed and documented before a project proceeds, highlighting the importance of community impact assessments in federal, state, and local government proposals.
    The Federal Bureau of Prisons (BOP) provides a Subcontracting Plan Template to guide contractors in developing individual subcontracting plans, ensuring compliance with Federal Acquisition Regulation (FAR) subpart 19.7 – The Small Business Subcontracting Program. The template outlines BOP's subcontracting goals for various small business categories (SB, SDB, WOSB, SDVOSB, HUBZone), contractor identification data, and different plan types (Individual, Master, Commercial). It details requirements for total contract value, planned subcontracting dollars, and direct subcontract awards to small business subcategories. The document also specifies methods for goal development and source identification, outlines the responsibilities of a program administrator, and emphasizes equitable opportunities for small businesses. Furthermore, it mandates the inclusion of specific FAR clauses in subcontracts, details reporting and cooperation requirements, lists necessary record-keeping procedures, and outlines good faith efforts and timely payment assurances to subcontractors.
    The Statement of Work (SOW) for establishing a Residential Reentry Center (RRC) outlines the responsibilities of contractors to provide comprehensive community-based services for federal residents transitioning from prison to society. Its primary objective is to ensure a safe and humane environment that promotes rehabilitation and law-abiding behavior. The document details requirements for administration, personnel, facility operations, safety, and programming, emphasizing compliance with federal laws and ethical standards. Key components include guidelines for staffing, requiring 24/7 supervision and specific qualifications for key personnel such as the Facility Director and Case Manager. A strong focus is placed on training, mandating annual and orientation sessions on various aspects of facility operations, safety protocols, and resident engagement. The SOW also mandates adherence to health and safety regulations, emphasizing the importance of emergency preparedness and community outreach. Moreover, the contractor is held liable for ensuring ethical conduct among employees, preventing any form of abuse or misconduct. The document underscores the importance of documentation, reporting, and compliance monitoring to maintain operational integrity. By clearly defining roles, responsibilities, and compliance standards, the SOW aims to facilitate effective management of the RRC while supporting successful reintegration of residents into society.
    This document outlines the geographical scope of the Eastern District of California and provides instructions for identifying the correct Wage Determination for Residential Reentry Center (RRC) facilities. The district covers a vast area of approximately 87,000 square miles with nearly eight million residents across 34 counties, including major urban centers like Sacramento and Fresno. For RRC facilities, the applicable Wage Determination number is determined by the facility's county location. To find this, users must visit SAM.gov, navigate to Wage Determination → Service Contracts (SCA), select California as the state, and then choose the relevant county.
    Similar Opportunities
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in the Springfield, Illinois area. The procurement aims to provide comprehensive community-based services for male and female federal offenders transitioning from prison, with a focus on rehabilitation and public safety. This contract includes a one-year base period with four one-year options and a potential six-month extension, requiring the facility to be operational within 120 days of award. Interested parties must submit their proposals by November 12, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Residential Reentry Center (RRC) services and Home Confinement services in the Middle Judicial District of Louisiana. The procurement includes a maximum of 22 in-house RRC beds (18 for males and 4 for females) and up to 20 home confinement placements for both genders, all to be provided for a one-year base period with four additional one-year option periods. These services are critical for the rehabilitation and management of federal offenders, ensuring they receive adequate programming and case management. The solicitation, numbered 15BRRC25R00000034, will be available on or about January 2, 2026, with an estimated closing date of March 3, 2026. Interested parties can contact Pamela Barcelona at pbarcelona@bop.gov or by phone at 606-599-4138 for further information.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the State of Ohio Within the Counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in Ohio, targeting the counties of Hamilton, Clermont, Brown, Butler, Warren, or Montgomery. The procurement aims to provide essential services for federal offenders transitioning back into the community, ensuring compliance with federal regulations and addressing community concerns. This contract is structured as a firm-fixed-price, indefinite-delivery, indefinite-quantity agreement, with a base period of one year and four optional one-year extensions, plus a potential six-month extension. Interested contractors must submit their proposals by December 22, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Kevin Hoff at khoff@bop.gov.
    RRC services and home confinement services located in St. Louis, Missouri
    Buyer not available
    The Department of Justice, specifically the Bureau of Prisons, is seeking qualified vendors to provide Residential Reentry Center (RRC) services and home confinement services in St. Louis, Missouri. The procurement aims to support the rehabilitation and reintegration of individuals transitioning from incarceration back into the community, emphasizing the importance of social rehabilitation services in reducing recidivism. Interested parties can reach out to Laurence Faytaren at lfaytaren@bop.gov or call 202-514-0439 for further details regarding this opportunity.
    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.
    Comprehensive Medical Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a comprehensive medical services contract aimed at the inmate population in Cumberland, Maryland. This procurement is focused on providing essential medical care and services to ensure the health and well-being of inmates, which is a critical component of the Bureau's responsibilities. Interested vendors can reach out to primary contact Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000, or secondary contact James Palmer at j5palmer@bop.gov, with inquiries regarding the opportunity. Further details regarding the funding amount and deadlines have not been specified in the provided information.
    ACH Comprehensive Medical Contract
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Cumberland, is seeking proposals for a Comprehensive Medical Contract aimed at providing medical services for the inmate population at the facility located in Cumberland, Maryland. This contract is essential for ensuring that the healthcare needs of inmates are met, reflecting the Bureau's commitment to maintaining health standards within correctional facilities. Interested vendors can reach out to primary contact Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000, or secondary contact James Palmer at j5palmer@bop.gov, with inquiries regarding the procurement process. Further details regarding the funding amount and specific deadlines have not been provided in the available documentation.
    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.
    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.
    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 inmate population. The contract is critical for ensuring that adequate medical care is provided within the federal prison system, reflecting the government's commitment to inmate health standards. Interested vendors can reach out to Jeffery Raley at jraley@bop.gov or by phone at 301-784-1000 for further details regarding the opportunity.