The RFP Database
New business relationships start here

Auditing Services


District Of Columbia, United States
Government : Homeland Security
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Immigration and Customs Enforcement (ICE) is conducting market research to make appropriate acquisition decisions and to gain knowledge of potential qualified contractors interested in and capable of performing the work.



ICE is seeking information from companies who have the capability and experience to conduct audits of select ICE detention facilities to assess facility compliance with the U.S. Department of Homeland Security (DHS) regulation titled, "Standards to Prevent, Detect, and Respond to Sexual Abuse and Assault in Confinement Facilities," 79 Fed. Reg. 13100 (Mar. 7, 2014) located at

http://www.gpo.gov/fdsys/pkg/FR-2014-03-07/pdf/2014-04675.pdf)

 


ICE Enforcement and Removal Operations (ERO) is responsible for detaining aliens pending immigration proceedings or their removal from the country. In March 2014, DHS published standards pursuant to the Prison Rape Elimination Act of 2003 (PREA), establishing robust safeguards against sexual abuse or assault of individuals in DHS custody. These standards prescribe a wide range of requirements for ICE long-term detention facilities and holding facilities with regard to preventing and responding to incidents of sexual abuse or assault, including with respect to screening, staff training, detainee education, reporting, coordinated response, medical and mental health care, investigation, and data monitoring. Under the regulation, each long-term detention facility covered by the PREA standards must be audited at least once every three years, and each holding facility housing detainees overnight must be audited within three years of July 6, 2015. Holding facilities deemed by this initial audit to be "low-risk" must subsequently be audited at least once every five years, and all other holding facilities at least once every three years. PREA standards do not become applicable to a long-term detention facility until they are incorporated into a new, renewed, or substantively modified facility contract; hence, the number of long-term detention facilities to be audited will increase gradually over time.


This RFI is being used to collect information about capability of qualified contractors to provide auditing services pursuant to the PREA regulations. Auditing tools and methodology are currently under development, but will likely be similar to audit materials used for PREA audits conducted by the Department of Justice (DOJ). Audits will consist of, at a minimum:


   • Review of policies, procedures, reports, internal and external audits, and      
     accreditations for each facility type


   • Review of a sampling of relevant documents and other records and information    
     (including any available videotapes or other electronic data)


   • Observation of all areas of the audited facility


   • Interviews with representative samples of facility detainees and staff


   • Solicitation of input from community-based or victim advocates


   • Verification of facility implementation of any corrective action plan developed for
      identified deficiencies, and re-determination of facility compliance


For additional information about PREA requirements regarding the scope, content, and methodology for audits, please see the attached copy of the excerpted PREA regulations.


Contractors should have knowledge of the confinement setting and DHS PREA standards, and prior experience conducting audits of confinement facilities. Experience conducting audits under PREA, or other audits related to sexual abuse or assault safeguards, standards or best practices, is preferred. Formal DOJ PREA certification may be a requirement for auditors, or heads of auditing teams, in addition to some form of supplemental certification on DHS PREA standards. Pursuant to § 115.202(c) of the DHS PREA standards, contractors may not have received financial compensation from ICE within the past three years, except for compensation received from conducting other audits, or other consulting related to detention reform.


Interested parties should submit the following information via email to brandiss.smith@ice.dhs.gov:


1.    Company name
2.    Company address
3.    POC information (name, title, phone number, email address, etc.)
4.    Company business size
5.    Socio-economic status
6. Copy of GSA schedule(s) (if applicable)
7.    Brief Company Capability statement (to include addressing all needs as stated
    above). Contractors should specify their prior experience or contracts in the area,
    and whether they possess any formal DOJ PREA certification.


THIS IS A RFI ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this announcement, and information submitted in response to this RFI will not be returned.


Brandiss Smith, Contracting Officer, Phone 202-732-2636, Email Brandiss.Smith@ice.dhs.gov - Allan Castro, Contracting Officer, Phone 202-732-2534, Email allan.castro@ice.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP