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.