S--ADULT DETENTION CENTER SERVICES FOR BIA-OFFICE OF JUSTICE SERVICE, DIST IV
ID: 140A0725R0002Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSALBUQERQUE ACQUISITION OFFICEALBUQUERQUE, NM, 87104, USA

NAICS

Correctional Institutions (922140)

PSC

HOUSEKEEPING- GUARD (S206)
Timeline
    Description

    The Bureau of Indian Affairs (BIA) is seeking proposals for Adult Detention Center Services to provide housing and correctional services for tribal detainees in Albuquerque, New Mexico. The contract will be a Firm Fixed Price Indefinite Quantity agreement, focusing on maintaining a secure environment, compliance with professional standards, and ensuring the welfare of detainees through medical screenings and cultural accommodations. This initiative is crucial for addressing the unique needs of Indigenous populations within the jurisdiction of the BIA, emphasizing safety, legal compliance, and quality control. Proposals are due by February 12, 2025, at 5:00 PM (MT), with an anticipated award date of February 14, 2025. Interested contractors can contact Sonia Nelson at Sonia.Nelson@bia.gov or by phone at 505-563-3129 for further information.

    Point(s) of Contact
    Nelson, Sonia
    (505) 563-3129
    (505) 563-3019
    Sonia.Nelson@bia.gov
    Files
    Title
    Posted
    The Bureau of Indian Affairs (BIA), Office of Justice Services (OJS), is soliciting proposals for adult detention center services under Solicitation #140A0725R0001. This firm-fixed-price, indefinite quantity contract mandates a contractor to provide safe and secure detention housing and associated services for detainees in Albuquerque, New Mexico. The contract spans from February 1, 2025, to January 31, 2030, with provisions for renewable option years. Key aspects include inmate transport rates, a comprehensive Performance Work Statement detailing the contractor's responsibilities, and adherence to established quality assurance standards. Contractors must ensure a staff capable of managing the safety, security, and health of inmates while complying with legal and ethical standards. The procurement process employs a lowest price technically acceptable method but is non-competitive, emphasizing the unique need for these services. The contract aligns with various regulatory guidelines, including labor standards and healthcare services, stressing cultural sensitivity concerning Native American customs. Moreover, it outlines documentation requirements and emphasizes the importance of maintaining thorough records and communication with government officials. This initiative underscores the need for collaborative efforts in achieving effective justice and correctional services within Indian Country.
    The "Register of Wage Determinations Under the Service Contract Act" outlines minimum wage requirements for contractors, which reflect the rates stipulated by Executive Orders 14026 and 13658, applicable based on contract dates. For contracts entered into or renewed on or after January 30, 2022, the wage must be at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a minimum wage of $13.30 per hour. The document also details specific fringe benefits and requirements for various occupations, including health and welfare benefits, vacation, and holiday compensations, along with a conformance process for unlisted job classifications.
    The document outlines the performance requirements for a contractor providing Adult Detention Center Services under a federal RFP. It details responsibilities including providing a qualified contract manager and ensuring that all contractor employees meet standards of competence, conduct, and ethics. The contractor is also responsible for maintaining a quality control plan to ensure compliance with professional standards and performance metrics, subject to various performance assessments and inspections. Key performance tasks include managing inmate admissions and releases, ensuring medical and psychological needs are addressed, maintaining a safe and healthy environment, and accommodating cultural and religious practices. Each task has stipulated acceptable quality levels (AQLs) and methods for monitoring compliance. The contractor must comply with multiple legal regulations and provide necessary records and documentation. A focus on quality assurance includes predefined communication and reporting protocols for unusual incidents. Overall, the intent is to ensure that detention services maintain safety, oversight, and adherence to legal standards while providing humane treatment to inmates, reflecting the government’s commitment to ethical correctional practices.
    The New Mexico Adult Detention Professional Standards document outlines the necessary principles and practices to enhance professionalism and operational integrity in county detention facilities. Initiated in 2009, this voluntary accreditation program, supported by various local government associations, includes comprehensive standards addressing administration, medical care, security, and detainee treatment, all aimed at promoting compliance and improving conditions within detention settings. The second edition honors the contributions of Manuel "Manny" D. Romero, a pivotal figure in its development, who significantly influenced detention operations throughout the state.
    The document outlines a sole source justification for procuring adult detention services from the County of Santa Fe Detention Center, citing the lack of alternative providers in the area. The anticipated contract value is $245,000 for the base year, with an estimated total of $1,225,000 over five years, emphasizing the facility’s qualifications, safety, and partnerships for comprehensive medical services. Market research confirms the absence of competition, with the intent to post the solicitation on SAM.gov to seek potential sources.
    The solicitation 140A0725R0001-A1 from the Bureau of Indian Affairs (BIA) outlines a proposal for contracting an Adult Detention Center service to provide housing and correctional services for tribal detainees in Albuquerque, New Mexico. The contract will be a Firm Fixed Price Indefinite Quantity agreement, emphasizing a non-competitive bidding process and selection based on the lowest price that is technically acceptable. The solicitation specifies a one-year base period, with four optional extension years, estimating approximately 168 operational days annually, subject to fluctuation based on inmate numbers. Key components include maintaining a secure environment, ensuring compliance with the NMAC Adult Detention Professional Standards, providing medical screenings, and cultural accommodations. Contractors must manage the detention center's daily operations, ensuring proper staffing, trained personnel, and adherence to quality control measures. The BIA reserves oversight rights to inspect facilities and monitor performance. The emphasis is on safety, legal compliance, and detailed documentation to manage detainee welfare and operational integrity throughout the contract duration. This document is integral in addressing adult detention services for Indigenous populations within the jurisdiction of the BIA and aligns with government procurement protocols.
    The document is an amendment to solicitation number 140A0725R0002, issued by the Bureau of Indian Affairs (BIA) for adult detention center services. Key modifications include changing the base contract start date from February 1, 2025, to February 15, 2025, and updating various sections and attachments reflecting the revised date. The proposal due date has been set for February 12, 2025, at 5:00 PM, with a performance period running from February 15, 2025, to January 31, 2026. Additionally, the amendment integrates FAR Clause 52.216 in Section C.4, updates specific attachment editions, and adjusts page numbers in other sections. Contractors are required to acknowledge receipt of this amendment before the specified due date to avoid rejection of their offers. Overall, the document outlines administrative changes essential for compliance and clarity in the solicitation process, ensuring all participating parties are informed of updates and requirements efficiently.
    The document is an official solicitation for proposals related to the procurement of Adult Detention Center Services, specifically focusing on housekeeping and guard services. It is administered by the Bureau of Indian Affairs (BIA) Office of Justice Services in Albuquerque, New Mexico, with the solicitation (number 140A0725R0002) issued on January 24, 2025. Proposals from interested contractors are due by January 30, 2025. The contract encompasses a base year of service extending from February 1, 2025, to January 31, 2026, with a specified delivery date of January 1, 2026. The solicitation is categorized under various business classification codes, such as Service-Disabled Veteran-Owned Small Business and Economically Disadvantaged Women-Owned Small Business, highlighting a commitment to inclusive procurement practices. The document also outlines payment procedures and contract compliance regulations, emphasizing adherence to Federal Acquisition Regulation standards. Notably, it includes a clause indicating that the contract is a rated order under the Defense Priorities and Allocations System (DPAS). This solicitation exemplifies standard federal procurement processes and the government’s effort to support small and disadvantaged businesses in contributing to federal contracts.
    Similar Opportunities
    R--Indian Art and Craft Shop Operations RFP
    Buyer not available
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    R--FACE Program, Prekindergarten & Adult Education Se
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Prekindergarten and Adult Education services under the FACE Program through Solicitation 140A2326Q0002. The procurement aims to deliver comprehensive technical assistance and programmatic support across approximately 55 sites in 14 states, focusing on school readiness, lifelong learning, and family engagement for American Indian families. This contract, valued at $6,324,577.00, is structured as a Firm-Fixed Price agreement with a base year and four option years, extending from March 1, 2026, to February 28, 2031. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
    Automated Meter Reading/Customer Information Syste
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    R--Geographic Information Systems (GIS) Modernization
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    F--Fire Suppression Support Services
    Buyer not available
    The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, is seeking to establish multiple Firm-Fixed-Price (FFP) Blanket Purchase Agreements (BPAs) for Fire Suppression Support Services. The objective is to secure up to 10 BPAs with a duration of five years, aimed at providing timely and effective fire suppression on Indian lands, thereby protecting natural resources, forests, wildlands, and Tribal Residents under BIA oversight in Eastern Oklahoma. Eligible contractors include fire departments, districts, non-profit associations, or political subdivisions authorized to provide wildland fire protection within Oklahoma, with an emphasis on City, State, Rural, and Volunteer Fire Departments. Interested parties can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further details.
    FACE Program, Family Enrichment
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is soliciting proposals for the Family Enrichment Services (FACE Program) under Solicitation 140A2326Q0004. This initiative aims to provide comprehensive home-based family engagement and early learning services for families with children from prenatal to age three, enhancing parental involvement in early education. The contractor will support approximately 55 FACE Family Enrichment sites across 14 states, focusing on professional development, technical assistance, and culturally responsive programming. Proposals are due by December 8, 2025, at 16:00 CST, with a firm-fixed-price contract valued at $800,000 over five years, and interested parties can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further information.
    Remote Coding Services for the Albuquerque Indian Dental Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for Remote Coding Services for the Albuquerque Indian Dental Clinic. The procurement aims to secure non-personal healthcare services that include professional billing and coding, with a focus on maintaining a 95% accuracy rate and ensuring timely turnaround for coding tasks. These services are critical for the efficient management of clinical visits, accurate diagnostic coding, and compliance with data privacy regulations such as HIPAA. Proposals are due by December 19, 2025, at 12 PM MT, and interested offerors must contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further inquiries. The contract will be awarded as a firm-fixed-price purchase order for one base year with four optional renewal periods, and eligibility requires registration in the System for Award Management (SAM).
    BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Buyer not available
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, which is set aside for small businesses, will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated operational period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested parties must submit their proposals by December 30, 2025, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.