Request For Information Re: Residential Reentry Center or Day Reporting Center Services in the State of Vermont, Within the City Limits of Burlington, Vermont
ID: 15BRRC25R00000016Type: Sources Sought
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 and Home Confinement Services or Day Reporting Center (DRC) services for male and female federal offenders located in Chittenden County, Vermont, with home confinement services extending throughout the state. The objective is to provide community-based correctional services that facilitate the transition of offenders back into society, aligning with the Bureau's mission of public safety and rehabilitation. This procurement is critical as it supports the reintegration of offenders, enhancing public safety through structured environments. Proposals are due by September 18, 2025, at 2:00 PM ET, and interested parties should direct inquiries to Laurence Faytaren at lfaytaren@bop.gov.

    Point(s) of Contact
    Laurence Faytaren
    lfaytaren@bop.gov
    Files
    Title
    Posted
    The Federal Bureau of Prisons is seeking proposals for Residential Reentry Center (RRC) and Day Reporting Center services for male and female federal offenders in Chittenden County, Vermont. Proposals must be submitted via email in PDF format by April 1, 2025. Submissions require separate Business, Technical/Management, and Past Performance Information Proposals. The Business Proposal should include firm rates, solicitation forms, and certifications. The Technical/Management Proposal must detail the approach and include a cover sheet with facility contact information for on-site inspections. Offerors must comply with FAR 52.215-1(d) for proposal validity and FAR 52.222-54 regarding E-Verify program enrollment. The government reserves the right to award contracts without discussions and to disclose environmental documentation.
    The Federal Bureau of Prisons is issuing a Request for Proposals (RFP) for Residential Reentry Center (RRC) services or Day Reporting Center services for male and female Federal offenders in Chittenden County, Vermont. Proposals must be submitted electronically in PDF format, and submissions should include a Business Proposal and a Technical/Management Proposal, both addressing specific criteria outlined in the solicitation. Proposal content requirements include a detailed approach to service delivery for technical proposals, while business proposals must cover pricing structures. The government reserves the right to award contracts without negotiations, emphasizing the importance of high-quality submission. Additionally, a mandatory on-site inspection of facilities will occur post-proposal receipt, and contractors must comply with the E-Verify employment eligibility verification program upon contract award. For inquiries regarding the solicitation, interested parties should contact the designated Contracting Officer. This RFP delineates the government's commitment to secure effective reentry services for offenders while adhering to federal guidelines and regulations.
    The Federal Bureau of Prisons Acquisitions Branch has issued Solicitation Number 15BRRC25R00000016 for Residential Reentry Center (RRC) with Home Confinement Services or Day Reporting Center Services. The services are to be located within Chittenden County, with a Home Confinement radius encompassing the entire State of Vermont. The solicitation was issued on April 1, 2025, and proposals are due by June 2, 2025, at 2:00 P.M. Eastern Standard Time. Proposals should be addressed to Laurence Faytaren, Contracting Officer, at lfaytaren@bop.gov.
    The Federal Bureau of Prisons is issuing a solicitation for proposals related to residential reentry and home confinement services within Chittenden County, Vermont. The solicitation, numbered 15BRRC25R00000016, was published on April 1, 2025, with a deadline for submissions set for June 2, 2025, at 2:00 P.M. Eastern Standard Time. Proposals should be directed to Laurence Faytaren, the Contracting Officer at the Bureau. This request aims to establish contracts for facilities that provide reentry services, which are pivotal in supporting the transition of incarcerated individuals back into the community. The focus is on ensuring appropriate services within the state, thus enhancing reintegration efforts and supporting public safety. This solicitation reflects the Bureau’s ongoing commitment to effective reentry strategies and highlights the importance of collaboration with local entities to address the needs of this population.
    This government Request for Proposal (RFP) (15BRRC25R00000016) from the Federal Bureau of Prisons seeks proposals for Residential Reentry Center (RRC) and Home Confinement, or Day Reporting Center (DRC) services for federal offenders in Chittenden County, Vermont, with home confinement services extending statewide. The contract is structured as an indefinite-delivery, indefinite-quantity agreement with firm-fixed unit prices, covering a one-year base period and four one-year option periods, plus a potential six-month extension. Services include tiered pricing based on Average Daily Population (ADP) for both in-house and home confinement/DRC placements. The RFP outlines detailed requirements for performance, contract administration, key personnel, billing procedures, and comprehensive contractor evaluation factors such as accountability, programs, community relations, site suitability, personnel, communication, and home confinement program effectiveness. Offerors must provide proof of facility rights, zoning, and community notification for any proposed site changes.
    The document outlines a Request for Proposal (RFP) issued by the Federal Bureau of Prisons for Residential Reentry Center (RRC) and Home Confinement Services located in Chittenden County, Vermont. It establishes a firm-fixed price contract structure for providing services to incarcerated federal offenders, specifying various service tiers based on the Average Daily Population (ADP) of offenders. The proposal solicits pricing for both the base year and four option years, with minimum and maximum inmate day guarantees. The contractor must ensure timely service delivery, maintain facility compliance with local laws, and report performance metrics. Evaluations of contractor performance will focus on factors such as accountability, program effectiveness, community relations, and overall service quality, with an emphasis on the contractor's impacts on recidivism and reentry success. Key administrative details include conditions for payment, monitoring, and reporting requirements, as well as clauses addressing contract modifications, technical direction, and safeguarding contractor information systems. Additionally, the proposal stipulates necessary notifications to local authorities prior to changes in facility operation, ensuring transparency and community engagement. Overall, the RFP aims to enhance reentry services while ensuring compliance and operational standards for the benefit of affected communities and federal oversight.
    This Statement of Work (SOW) outlines the requirements for contractors managing and operating Residential Reentry Centers (RRCs) for federal offenders. The objective is to provide comprehensive community-based services that aid in the transition from prison to society, aligning with the Bureau of Prisons' (BOP) mission. Key areas covered include administration, personnel standards (staffing, training, background checks, and conduct), facility compliance with health and safety codes, and essential services like programs, food, and medical care. The SOW emphasizes strict adherence to federal, state, and local laws, BOP policies, and ongoing monitoring and inspections by the BOP to ensure contract performance and resident well-being.
    The Statement of Work (SOW) outlines the requirements and guidelines for managing and operating a Residential Reentry Center (RRC) by contractors working with the Bureau of Prisons (BOP). The objective is to provide comprehensive community-based services for federal inmates transitioning from confinement to society, emphasizing public safety and the rehabilitation of residents. Key responsibilities of the contractor include staffing, program development, adherence to applicable laws, safety protocols, and maintaining financial accountability. The document details organizational structures, staffing requirements, training programs, facility compliance with health and safety regulations, and policies regarding employee conduct and oversight. Emphasizing the importance of structured administration, the SOW mandates the development of operations manuals, emergency plans, and community outreach initiatives. Contracts must be fulfilled in line with BOP’s values of correctional excellence, respect, and integrity, ensuring that both the staff and residents' welfare is maintained. The BOP is empowered to monitor compliance through inspections and training, ensuring contractors meet the highest standards in rehabilitation and reintegration programs. Overall, the SOW serves as a critical framework guiding contractors in executing their roles effectively while ensuring the safety and support for individuals under their care.
    This document outlines the Federal Bureau of Prisons' (BOP) Performance Summary Table, detailing potential payment withholdings from contractors for non-performance or inadequate performance, as authorized by the Inspection of Services Clause. It categorizes contract requirements into Safety/Security/Order (0-30% of invoice), Resident Care/Services (0-10%), Programs and Activities (0-25%), Justice/Case Management (0-25%), Administration/Management (0-5%), and Quality Control (0-5%). Each category lists vital functions and the corresponding percentage of the monthly invoice that may be withheld. The table serves as notice to contractors but does not limit the BOP's discretion to withhold more than specified amounts, aggregate withholdings, or alter contract obligations. The value assigned to each requirement reflects its importance, with Safety/Security/Order being the highest. The BOP retains the right to withhold funds for unlisted obligations and decide which vital function a task falls under for withholding purposes.
    The document outlines the Performance Summary Table for a contract with the Federal Bureau of Prisons (BOP), detailing the guidelines for withholding payments due to nonperformance by the Contractor. It emphasizes the implications of the Inspection of Services Clause, which allows the BOP to withhold payment based on adherence to various contract requirements related to safety, resident care, programs, justice management, administration, and quality control. Each contract requirement is associated with vital functions encapsulating essential tasks, indicating potential withholdings of up to 30% for significant safety violations to 5% for administrative issues. Moreover, the BOP retains discretion to exceed these withholding amounts in severe cases of noncompliance as well as the ability to aggregate withholdings over time for continuous deficiencies. The purpose of this document is to clearly communicate the standards expected from contractors, associated risks, and the repercussions for failure to comply with outlined obligations, ensuring operational integrity within BOP facilities.
    Section J outlines the environmental compliance requirements for projects funded by federal agencies, specifically the Federal Bureau of Prisons' Community Corrections Program. It mandates the submission of an Environmental Checklist with all proposals to assess potential environmental impacts, as per the National Environmental Policy Act (NEPA) and other environmental and cultural protection statutes. The checklist requires detailed information on proposed projects, including construction, renovations, site development, and potential impacts on water, air, historical resources, and endangered species. Proposals involving new construction or significant modifications may require further environmental analysis, such as an Environmental Assessment or Environmental Impact Statement. Accurate completion of the checklist and certification of compliance with environmental laws are crucial, as failure to do so can lead to proposal disqualification.
    The Federal Bureau of Prisons requires compliance with environmental statutes for projects funded by federal resources. Proposals must include a completed Environmental Checklist to assess potential environmental impacts as mandated by various laws, including NEPA and the Clean Water Act. This checklist helps identify whether an Environmental Assessment (EA) or Environmental Impact Statement (EIS) is necessary based on project specifics like new construction near sensitive sites. Offerors must detail their project plans, including site location, construction scope, and any potential environmental concerns, particularly regarding water quality, air quality, waste management, and effects on historical or cultural resources. Additionally, a zoning assessment is required to confirm the appropriateness of the proposed site’s use. The checklist is structured into two parts, with Part A focusing on construction impacts and Part B addressing potential effects on structures and natural resources. The proper completion of this checklist is crucial; failure to do so could disqualify a proposal. Hence, bidders are required to provide accurate information and sign certification for compliance with environmental laws. Overall, this documentation process aims to safeguard environmental and cultural resources throughout the federal funding projects, ensuring responsible project implementation.
    The Federal Bureau of Prisons (BOP) is issuing a Request for Proposals (RFP) for Residential Reentry Center (RRC) services, also known as "halfway houses," for federal offenders. This letter serves as a community notification from an offeror, [name of offeror], informing local law enforcement and elected officials about their proposal. The RFP requires offerors to provide details about the proposed facility, including its address, current use, zoning, permits, and any necessary renovations. The contract term is for a specified number of years, with estimated bed requirements for males and females that may increase based on need. The BOP emphasizes that RRCs enhance public safety by providing a structured environment for offenders to reintegrate into the community. The BOP maintains strict oversight of these contracts through monitoring, training, and inspections. Offenders at RRCs come from prisons for pre-release programming or are under the supervision of the U.S. Probation Office. The letter also requests community feedback on the proposed RRC facility, with comments directed to the BOP Contracting Officer.
    The Federal Bureau of Prisons (BOP) is notifying stakeholders about an offer submitted by [name of offeror] for Residential Reentry Center (RRC) services in the specified geographic area. This follows a request for proposals (RFP) encouraging open competition among applicants. The letter outlines the need for engagement with local law enforcement and government officials as part of the proposal process. Key details include the contract term, which specifies a gradual increase in bed capacity for male and female offenders over time, along with necessary site evaluations regarding zoning, permits, and possible renovations. The BOP emphasizes its commitment to enhancing public safety by transitioning offenders back into the community through structured programming. The BOP monitors contract performance closely, ensuring compliance in areas such as inmate accountability and life safety. Offenders will either come from prison or be under U.S. Probation Office supervision with an average length of stay in RRCs being three to four months. Stakeholders are encouraged to voice support or concerns regarding the proposal, with contact information provided for further correspondence.
    The provided 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), for Residential Reentry Center services. The letter informs prospective past performance references that the responding entity has identified them as contacts for the BOP's evaluation process. It emphasizes the BOP's significant reliance on past performance as a source selection factor, in accordance with the Federal Acquisition Streamlining Act. The letter authorizes clients to provide honest and candid information regarding the entity's work, while assuring them that their names will not be released, as per Federal Acquisition Regulation subparts. It also identifies specific points of contact within the client's organization for inquiries.
    This client notification letter is a formal communication aimed at past performance references for a proposal submitted to the Department of Justice's Federal Bureau of Prisons (BOP) regarding Residential Reentry Center services. It emphasizes the importance of past performance in the BOP's procurement process as mandated by the Federal Acquisition Streamlining Act. The letter seeks consent from references to participate in evaluations and provides assurance that the identities of the reviewers will remain confidential in compliance with the Federal Acquisition Regulation. Key points of contact from the referenced organization are identified for follow-up. The overall purpose of this document is to ensure transparent and honest evaluation of the proposal based on past performance, showcasing the organization's adherence to federal regulations concerning procurement processes.
    The provided document is a sample bank notification letter designed for businesses responding to federal government Requests for Proposals (RFPs), specifically from the Department of Justice, Federal Bureau of Prisons (BOP), for Residential Reentry Center services. The letter's primary purpose is to authorize a bank to release financial information to the BOP if contacted, to verify the offeror's financial capability as required by the Federal Acquisition Regulation prior to contract award. It identifies a specific bank contact person knowledgeable about the offeror's financial status and assures the bank that inquiries will be general in nature and made only by authorized BOP contracting staff. This document is a crucial component of an RFP response, ensuring compliance with federal contracting requirements regarding financial due diligence.
    The document is a sample notification letter intended for banks referenced in a business proposal related to a Request for Proposals (RFP) from the Department of Justice, Federal Bureau of Prisons (BOP) for Residential Reentry Center services. The letter informs the bank that the contracting officer will assess the financial capability of the offeror prior to contract award, emphasizing the importance of the bank's financial information in the proposal submitted to the BOP. The letter seeks authorization for the identified bank contact to respond to inquiries about the proposer’s financial standing, ensuring that such information will only be requested by authorized BOP staff. The tone is formal and procedural, reflecting the requirements of federal acquisitions and the collaborative nature of the RFP process. Overall, the document highlights the steps required to ensure compliance with federal regulations regarding financial capacity assessments for potential contractors.
    The Federal Bureau of Prisons' Service Contract Business Management Questionnaire is designed to gather qualifications and performance data from firms seeking to provide services. This questionnaire is used for selecting firms for discussions or screening organizations before inviting additional information. It defines key terms like "Principals," "Parent Company," "Joint Venture," "Consultant," and "Prime." The document provides detailed instructions for submitting information, including project details, firm identification, personnel by discipline, subcontractor information, and a list of five recent and relevant contracts. It also requires organizational details, licensing information, experience (including claims and suits), financial data, and proof of financing, all to be current and factual. The questionnaire concludes with a signature section emphasizing the legal repercussions of false statements under 18 U.S.C. 1001, the False Statements Act.
    The Federal Bureau of Prisons has established a Service Contract Business Management Questionnaire aimed at evaluating firms interested in providing government-required services. This document outlines the procedures for submitting qualifications and performance data when requested by the Contracting Officer or related solicitation. Key definitions include roles such as "Principals," "Joint Venture," and "Consultant." The questionnaire requires detailed information on the project, organization structure, personnel, subsidiary contractors, recent contracts, as well as financial stability. Respondents must demonstrate their firm's capabilities and experience through documented past projects, providing specific details about each contract, including the status and financial information. Moreover, potential contractors must disclose any legal issues or claims against them, ensuring transparency. The questionnaire underscores compliance with federal regulations and the need for accurate, truthful submissions, encapsulated in a statement acknowledging the penalties for false information. This structured approach aligns with government procurement protocols to foster accountability and quality in service delivery.
    This government file outlines the compliance matrix for In-House Residential Reentry Center (RRC) Services and Home Confinement Services, detailing evaluation criteria for past performance and technical/management aspects. For past performance, offerors must submit information on their five most relevant contracts from the past three years, excluding Bureau contracts, focusing on accountability, offender reentry programs, community relations, personnel, communication, and home confinement. Technical/management evaluation covers site location validity, suitability, and community relations programs, requiring documentation of right to use, zoning approval, and community engagement plans. Other key areas include offender accountability and security, reentry programs, facility compliance (including a 120-day availability plan and food services), and personnel resources, with specific page limits for each submission. Home confinement subfactors address accountability and programming. The document specifies required submissions, formats, and page limits for Volume I (Technical/Management), Volume II (Business Proposal), and Volume III (Past Performance).
    The document outlines the compliance matrix for In-House Residential Reentry Center (RRC) Services and Home Confinement Services, emphasizing the federal government's requirements for bidders in response to a Request for Proposal (RFP). It details criteria for proposal preparation, focusing on past performance evaluations related to offender accountability programs, community relations, communication, and site suitability. Offerors must submit information on five relevant contracts over the past three years, including details such as contract type, value, and performance narrative assessing their success in areas like community support and personnel management. The document also elaborates on technical evaluations, requiring comprehensive plans for offender accountability and programming, community relations, and home confinement. Additionally, it mandates submission of a Personnel Resources Plan and a facility design that adheres to health and safety standards. The proposals must include various plans and documents while adhering to specified page limits to ensure thorough evaluation. Overall, the compliance matrix serves to provide a structured framework for assessing the capabilities and readiness of potential providers of RRC and home confinement services.
    The "RRC CONTRACT FACILITY Certification of Compliance" form is a critical document for government RFPs, federal grants, and state/local RFPs. It requires a facility, identified by its name, address, and telephone number, to certify its adherence to all current local, state, and federal laws and regulations, whichever are most stringent. This includes compliance with facility safety, zoning, occupancy, the Architectural Barriers Act (or reasonable off-site accommodation), and air exchange standards as detailed in the Statement of Work and the Solicitation. The certification must be signed and dated by an authorized individual, with their printed name and title, confirming the facility's compliance with these essential requirements.
    The document is a Certification of Compliance for the RRC Contract Facility related to a Request for Proposal (RFP). It requires the certifying individual to affirm that the facility meets all applicable local, state, and federal regulations regarding safety, zoning, occupancy, and air quality, as detailed in the Statement of Work related to the RFP. The facility name, address, and contact information are to be provided for verification purposes. The certification must include the printed name and title of the signatory, along with a signature and date. This document emphasizes the necessity for compliance with stringent safety and architectural standards as part of the government contracting process, ensuring that facilities adhere to legal conditions before engagement in federal or state projects. The summary encapsulates the document's primary purpose to ensure legal compliance of facilities participating in government contracts.
    This government file outlines requirements for contractors to identify and document local area concerns within a half-mile radius of a proposed RRC site. The main purpose is to assess potential public opposition or concern arising from the proximity of facilities like schools, day-care centers, historical landmarks, and residential areas. Contractors must complete a table detailing the business name, address, distance from the proposed site, and a narrative explaining possible opposition. This document is likely part of an RFP, grant, or state/local RFP process, emphasizing the need for a thorough environmental and social impact assessment to ensure community safety and address public concerns before project approval.
    The document outlines requirements for contractors to identify facilities within a half-mile radius of a proposed site that could potentially raise public concern, such as schools, day-care centers, and historical landmarks. Contractors are instructed to complete a table that includes the offeror's name, address of the proposed site, business names and addresses, distance from the proposed site, and a narrative explaining any possible opposition due to these nearby establishments. There are no limitations on the number of entries, indicating a comprehensive assessment of local area concerns is necessary. The purpose of this requirement is to ensure that potential impacts on the community are addressed adequately, aligning with guidelines for federal or state RFPs and grants that promote transparency and public engagement in development projects.
    This document outlines two distinct solicitations for an unspecified federal government agency, likely a Request for Proposal (RFP) or grant application. The first solicitation, identified by tracking number '(.'<', pertains to a project with a deadline of '?'&' '&'?' and a contract value of 'C(0 0,'. The second, tracking number '/<,'=, has a deadline of '&D?' and a contract value of 'C(/ /''. Both solicitations detail specific requirements including technical specifications, personnel qualifications, and administrative procedures for submissions. Key elements across both include adherence to government standards, detailed cost breakdowns, and compliance with regulations. The document also lists various attachments and forms essential for a complete proposal, emphasizing a comprehensive and structured approach to project execution and reporting.
    The provided document appears to be corrupted and cannot be interpreted in its current form. It consists primarily of unrecognizable characters and fragments, making it impossible to identify a coherent topic or key ideas related to government RFPs, federal grants, or state/local RFPs. To create a meaningful summary, the document needs to be re-examined or restored to a readable format that clearly outlines its content. Once accessible information is available, a structured analysis can be conducted to summarize its main points and structure effectively. The current iteration fails to offer any discernible insights or relevant data due to its indecipherable state.
    The Federal Bureau of Prisons (BOP) provides a Subcontracting Plan Template to guide contractors in developing individual subcontracting plans, aligning with Federal Acquisition Regulation (FAR) subpart 19.7 – The Small Business Subcontracting Program. The template outlines specific goals for various small business categories: Small Business (36%), Small Disadvantaged Business (5%), Women-Owned Small Business (5%), Service-Disabled Veteran-Owned Small Business (5%), and HUBZone Small Business (3%). Contractors are required to fill in highlighted areas with identification data, contract value, and planned subcontracting dollars for each period, including options. The document details requirements for developing goals, identifying potential sources, managing indirect costs, and designating a program administrator with defined duties. It emphasizes equitable opportunities for small businesses, clause inclusion in subcontracts, reporting via the Electronic Subcontracting Reporting System (eSRS), maintaining detailed records, demonstrating good faith efforts, and ensuring timely payments to subcontractors. The plan requires signatures from the contractor, BOP Small Business Representative, Contracting Officer, and Small Business Administration Procurement Center Representative.
    The Federal Bureau of Prisons provides a subcontracting plan template to assist contractors in fulfilling requirements related to the Small Business Subcontracting Program under the Federal Acquisition Regulation (FAR). The template outlines federal contracting goals for small businesses, including 36% for general Small Businesses, and specific goals of 5% for Small Disadvantaged Businesses, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses, among others. Contractors fill in pertinent information and dollar values related to the contract, while the template facilitates calculations for proposed subcontracting goals. Key aspects of the plan include documenting how subcontracting goals were developed, identifying potential socio-economic sources, and ensuring equitable opportunities for small business concerns. Additionally, contractors must adhere to reporting and compliance requirements, including submission of periodic subcontract reports and maintenance of relevant records. The plan emphasizes the importance of timely payments to subcontractors and mandates good faith efforts to maintain engagement with small businesses throughout the contract duration. This structured template supports the Bureau’s commitment to inclusion and diversity within federal contracting processes.
    This document, Amendment 0001 to Solicitation Number 15BRRC25R00000016, issued by the Federal Bureau of Prisons, extends the closing date and time for the solicitation. The effective date of this amendment is May 12, 2025. The original solicitation, dated May 1, 2025, now has a new closing date of July 3, 2025, at 14:00 ET US/Eastern. This amendment explicitly states that all other terms and conditions of the original solicitation remain unchanged and in full force and effect. Offerors must acknowledge receipt of this amendment through specified methods, such as returning copies, acknowledging on the offer, or via separate communication, to ensure their offer is not rejected.
    Amendment 0001 to Solicitation 15BRRC25R00000016, issued by the Federal Bureau of Prisons, extends the closing date and time for offers. The original solicitation, dated May 1, 2025, now has an updated closing date of August 4, 2025, at 14:00 ET US/Eastern. This amendment ensures that all other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    Amendment 0003 to solicitation number 15BRRC25R00000016, issued by the Federal Bureau of Prisons, extends the closing date and time for offers to September 4, 2025, at 14:00 ET US/Eastern. This amendment, effective July 29, 2025, modifies the original solicitation dated May 1, 2025. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    Amendment 0004 to Solicitation Number 15BRRC25R00000016, issued by the Federal Bureau of Prisons, extends the closing date and time for offers to September 18, 2025, at 14:00 ET US/Eastern. This amendment, effective September 2, 2025, explicitly modifies the original solicitation dated May 1, 2025, solely to adjust the deadline for offer submissions. All other terms and conditions of the solicitation remain unchanged and in full force and effect. Potential offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    The document addresses an RFP for a Residential Reentry Center with Home Confinement or Day Reporting Center Services in Chittenden County, Vermont. It outlines questions and answers regarding various requirements. The Federal Bureau of Prisons (BOP) will not waive the two-hour firewall requirement for facilities sharing a structure with other businesses, nor will it extend the period of performance from 5 to 10 years. The BOP may provide advance notice for site inspections but cannot guarantee a one-week notice. The estimated timeline for the award decision is the third or fourth quarter of 2026, subject to change. Additionally, the BOP will not alter its fixed daily rate payment schedule to incorporate incremental tiered per diems or a monthly facility operations fee with an operating per diem.
    This document is an amendment (0001) to the federal solicitation number 15BRRC25R00000016, issued by the Federal Bureau of Prisons on May 1, 2025. The primary purpose of this amendment is to extend the closing date for receiving offers to July 3, 2025, at 14:00 ET. The amendment highlights that all other terms and conditions of the original solicitation remain unchanged and in effect. Contractors are reminded to acknowledge receipt of this amendment to ensure their offers are valid. The document outlines methods for acknowledgment, including responding in writing, through submission copies, or via electronic communication. The contracting officer for this amendment is Laurence Faytaren. This amendment is part of the routine administration of government solicitations, ensuring clarity and compliance with federal procurement processes. The amendment emphasizes the importance of adhering to established timelines in the bid process while retaining all previously stated requirements.
    The document is an amendment to a solicitation from the Federal Bureau of Prisons, specifically for contract number 15BRRC25R00000016. Issued on June 16, 2025, this amendment extends the closing date for proposal submissions from the original date to August 4, 2025, at 14:00 ET. The amendment outlines the requirement for contractors to acknowledge receipt of this change prior to the new deadline to avoid rejection of their proposals. It also highlights that all other terms and conditions of the original solicitation remain unchanged. The amendment serves to ensure potential contractors are informed of the new closing date, thus allowing for additional time to prepare and submit their offers in compliance with federal procurement regulations. Overall, this modification reflects the government's commitment to transparency and effective communication with bidders.
    The document is an amendment to solicitation number 15BRRC25R00000016, issued by the Federal Bureau of Prisons. The amendment, numbered 0003 and effective as of July 29, 2025, extends the closing date for offer submissions to September 4, 2025, at 14:00 ET. The notice outlines that all terms and conditions from the original solicitation remain unchanged and in full effect, except for this date adjustment. Contractors are required to acknowledge the receipt of this amendment via specified methods to avoid rejection of their offers. This amendment reflects standard procedures in federal contracting, ensuring that stakeholders are informed of necessary updates and changes while maintaining the integrity of the procurement process. Overall, the document serves to communicate vital updates to prospective contractors concerning submission deadlines for competitive bids in federal procurements.
    The RFP 15BRRC25R00000016 addresses the provision of Residential Reentry Center services with a home confinement radius within Chittenden County, Vermont. It details various inquiries regarding compliance with federal safety standards, inspection protocols, and contract performance periods. Key points incluyen: the non-negotiable requirement for a two-hour fire wall, potential limitations on site selection due to safety features, and the requirement for notification regarding pre-occupancy inspections. Additionally, contractors expressed a desire for extended performance periods and alternative payment structures, such as tiered per diems, to minimize costs. However, the Bureau of Prisons (BOP) rejected these requests, stating the existing requirements would remain unchanged. The estimated timeline for the award decision is projected for the third or fourth quarter of 2026, emphasizing the BOP's structured approach to contracting while maintaining strict adherence to safety and operational standards. Overall, the RFP underscores the complexities involved in federal contracts focused on offender rehabilitation, highlighting the balance between safety compliance, cost-effectiveness, and logistical challenges faced by contractors.
    The Bureau of Prisons (BOP) Statement of Work (SOW) outlines the requirements for contractors operating Day Reporting Centers (DRCs) for federal offenders. The primary objective is to provide community-based residential and nonresidential correctional services that assist offenders in transitioning to the community, aligning with the BOP's mission of public protection and offender rehabilitation. The SOW details administrative, organizational, and personnel standards, including staffing ratios, training mandates, employee conduct, and background check procedures. It emphasizes compliance with federal, state, and local laws, as well as BOP policies, covering facility requirements like health, safety, and accessibility. Key responsibilities include maintaining an operations manual, ensuring 24/7 accountability, and implementing community outreach. The document also provides definitions, lists of attachments, BOP forms, and relevant program statements to ensure comprehensive adherence to contractual obligations and the secure, humane, and effective operation of DRCs.
    The document is a Statement of Work (SOW) for a Day Reporting Center (DRC) under the Bureau of Prisons (BOP), outlining the operational requirements for managing and operating a facility aimed at assisting federal offenders in their transition from incarceration to community living. The SOW's primary objective is to ensure comprehensive support services, including case management, medical services, and various programming to promote law-abiding behavior. Key responsibilities include maintaining adequate staffing, staff training, compliance with safety regulations, and adherence to policies for offender management. The contractor must develop operational policies, provide necessary training, and ensure continuous service even in emergencies or staff shortages. The facility will also need to meet local, state, and federal safety standards, ensuring an environment conducive to rehabilitation. Particular emphasis is placed on effective communication, operational transparency, and fostering community relations, which are critical for enhancing support and opportunities for offenders. This structured approach, emphasizing safety, accountability, and rehabilitation, reflects the BOP’s commitment to reducing recidivism and ensuring the safety of both the public and the offenders in their care.
    This government RFP document outlines the compliance requirements for Day Reporting Centers, focusing on past performance, technical/management, and business proposals. Key past performance factors include accountability in offender programs, success in community reentry, community relations, staff recruitment/retention, and communication. Offerors must submit detailed information on five relevant contracts, including their performance in these areas. Technical/management evaluation areas cover site location validity (right to use, zoning, local concerns), community relations programs (public support, notification to officials), offender accountability and security plans (monitoring, GPS), reentry programs, facility compliance, and personnel resources. Proposals must include specific documentation like floor plans, certificates of compliance, and staffing patterns. The document specifies page limits for various sections and emphasizes the importance of demonstrating a positive relationship with the community and adherence to all regulatory requirements.
    The Compliance Matrix for Day Reporting Centers outlines the expectations for offerors seeking federal contracts aimed at enhancing offender accountability and community reintegration. The document emphasizes the importance of past performance in similar projects, requiring detailed submissions of relevant contracts, including performance evaluations across multiple factors such as accountability programs, community relations, personnel management, communication, and site suitability. Offerors must demonstrate their ability to maintain strong community support, comply with zoning and operational requirements, and plan for resident accountability and security. Their proposals must include comprehensive plans addressing facility design, personnel resources, and offender reentry programs while adhering to specific page limits for each section. The document underscores the government's commitment to ensuring quality services through rigorous evaluations of contractor capabilities while addressing community concerns and operational complexities associated with Day Reporting Centers. Overall, it serves as a guideline for structuring proposals that align with federal regulatory standards and community needs in correctional programming.
    The provided document, a "DRC CONTRACT FACILITY Certification of Compliance," is a form for certifying that a facility complies with relevant laws and regulations. It is part of government RFPs, federal grants, and state and local RFPs. The form requires the facility's name, address, and telephone number, along with a signature, printed name, title, and date. The certification attests to compliance with the most current local, state, and federal laws (or the most stringent applicable) concerning facility safety, zoning, occupancy, the Architectural Barriers Act (or reasonable off-site accommodation), and air exchange, as detailed in the Statement of Work and Solicitation for the specific RFP. This document ensures that facilities seeking government contracts or grants meet mandatory safety and accessibility standards.
    The DRC Contract Facility Certification of Compliance is a formal declaration required as part of a government Request for Proposal (RFP). The document mandates that the designated facility, including its name, address, and contact details, adheres to the latest local, state, and federal regulations related to safety, zoning, occupancy, and air quality, as specified in the Statement of Work associated with the RFP. The signer, whose printed name and title must be included, affirms compliance by providing their signature and the date. This certification is critical to ensure that facilities eligible for government contracts meet all necessary legal standards and maintain operational safety and integrity. The emphasis on stringent compliance underscores the government’s commitment to safety and regulatory adherence in contracting processes.
    The Statement of Work (SOW) for the Day Reporting Center (DRC), produced by the Bureau of Prisons (BOP), outlines contractual obligations for managing community-based services for federal offenders. The primary objective is to create a DRC that provides comprehensive services aiding the transition from incarceration to community reintegration, ensuring a safe, humane environment while upholding the public's safety. Key responsibilities of the contractor include staffing, facility management, life safety protocols, medical services, and the establishment of programs that promote self-improvement. The document emphasizes a structured approach to personnel training, operational guidelines, and compliance with federal mandates, including privacy standards and sexual abuse prevention. The SOW also covers monitoring and evaluation of operations, mandates for the contractor’s reporting practices, and clear guidelines for relationships with offenders to maintain integrity and security. Adherence to local and national regulations is required to ensure the facility meets all safety and accessibility requirements. Overall, the SOW establishes a detailed framework directing the contractor in delivering effective correctional services while aligning with BOP's mission of fostering law-abiding behavior among offenders.
    The U.S. Department of Justice, through the Federal Bureau of Prisons, has issued a Request for Information (RFI) for potential providers of Residential Reentry Center (RRC) and Day Reporting Center (DRC) services in Burlington, Vermont. The Bureau seeks to assess qualified vendors who can deliver these services, which include Home Confinement (HC) arrangements for male and female offenders. The anticipated contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ), will encompass a guaranteed minimum and an estimated maximum of placements—up to 15 HC placements and 19 in-house RRC beds. Responses to the RFI are requested by February 10, 2025, and will inform the Bureau's procurement strategy. Vendors are asked to provide their experience, identify any local barriers to service provision, and discuss factors such as zoning issues, transportation availability, and community support for RRC or DRC initiatives. This RFI is purely informational and does not constitute a formal solicitation or guarantee of future contracts. It emphasizes the Bureau's intent to engage with the community and refine the scope of necessary services to ensure successful integration of reentry programs within the Burlington area.
    The document outlines the Statement of Work (SOW) for establishing and operating a Residential Reentry Center (RRC) by the Bureau of Prisons (BOP). The primary purpose is to provide a structured, community-based environment for individuals transitioning from incarceration to societal reintegration. Key points include the contractor's responsibility for ensuring safety, providing comprehensive services, and adhering to BOP values and operational requirements. The SOW emphasizes the importance of trained personnel, specifying standards for staff qualifications, training, and conduct. It mandates compliance with various laws, regulations, and health standards while outlining procedures for maintaining facility integrity and addressing emergency situations. The document also details the contractor's fiscal and administrative responsibilities, including budget management and maintaining proper documentation. Furthermore, it highlights the need for ongoing communication with local community stakeholders, ensuring positive relations and support for the facility's mission. Overall, this SOW serves as a comprehensive guide for contractors to operate RRCs effectively, prioritizing the rehabilitation of federal residents and community safety.
    Similar Opportunities
    Presolicitation: Residential Reentry Center (RRC) and Home Confinement (HC) Services within the area of Albany, New York
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Residential Reentry Center (RRC) and Home Confinement services in Albany, New York. The procurement aims to provide in-house RRC beds and home confinement placements for male and female federal offenders, adhering to the requirements outlined in the Bureau of Prisons' Statement of Work (SOW) from March 2022. These services are crucial for facilitating the transition of federal inmates back into the community, ensuring compliance with health, safety, and rehabilitation standards. The solicitation is expected to be available on or around January 8, 2026, with proposals due by approximately March 9, 2026. Interested parties can contact Janel Ramsey at j3ramsey@bop.gov or Laurence Faytaren at lfaytaren@bop.gov for further information.
    RRC Services and Home Confinement Services Located in the Middle Judicial District of Louisiana
    Justice, Department Of
    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
    Justice, Department Of
    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.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    Justice, Department Of
    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 St. Louis, Missouri
    Justice, Department Of
    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
    Justice, Department Of
    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.
    Second Chance Act Goods and Services
    Administrative Office Of The Us Courts
    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.
    FCI Berlin FY23 March Outside Medical Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Berlin, is seeking qualified vendors to provide outside medical services as part of their fiscal year 2023 requirements. The procurement aims to ensure that inmates receive necessary medical care, which is critical for maintaining health standards within the facility. Interested parties can find further details in the attached documentation, and they are encouraged to reach out to Jessalynn Laflamme at jlaflamme@bop.gov or Kristen Croteau at k1croteau@bop.gov for additional information. The place of performance for this contract will be in Berlin, New Hampshire, with a zip code of 03570.
    FCI Berlin FY23 February Outside Medical Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Berlin, is seeking to procure outside medical services for the fiscal year 2023. The procurement aims to address the medical needs of inmates, ensuring compliance with health standards and regulations. These services are critical for maintaining the well-being of the incarcerated population and supporting the overall mission of the Bureau of Prisons. Interested vendors can reach out to Jessalynn Laflamme at jlaflamme@bop.gov or Kristen Croteau at k1croteau@bop.gov for further details, with the place of performance located in Berlin, New Hampshire, ZIP code 03570.
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    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.