The RFP Database
New business relationships start here

CAR XVI


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

Pre-Solicitation Notice
RFP-PCC-0023
CAR XVI


Note: This Pre-Solicitation has been revised. See the last paragraph.

Description:


The Federal Bureau of Prisons (BOP) has a requirement for the management and operation of a contractor-owned/contractor-leased, contractor-operated correctional facility for approximately 6,000 beds. The population will be low security adult male inmates that are primarily criminal aliens with ordinarily 90 months or less remaining to serve on their sentences. Each facility under this requirement must fall within the range of a minimum of 1,200 to a maximum 2,000 at the 100% number of contract beds.


Proposed institutions shall house inmates in a secure correctional institution that meets BOP standards as set forth in the resulting solicitation/contract. The proposed facility(s) must be located in one of the following states: Arizona, Louisiana, Mississippi, Nevada, New Mexico, Oklahoma, or Texas.


An offeror awarded a contract must be ready to begin accepting inmates and assume full responsibility for the operation, maintenance and security of the institution no later than the issuance of Notice to Proceed (NTP). The first NTP is anticipated to be issued on January 1, 2017, and the last no later than May 1, 2017. Any construction, expansion, or renovation must not interfere with or delay the arrival of inmates as required by the solicitation/contract.


The BOP intends to award a Performance-based, Indefinite-Delivery Indefinite-Quantity type contract. The Government will be required to order and the contractor required to furnish at least the established minimum quantity of 75% of the accepted number of contract beds for each contract year. The offeror will be required to house a daily population of not more than 100% of the accepted number of contract beds for each contract year. Additionally, the institution shall include a Special Housing Unit (SHU) with a minimum capacity of 100 beds. The SHU beds shall be additional beds used only for the SHU and shall not be used to exceed the daily population of 100% of the accepted number of contract beds. The contract award will have a potential term of 10 years, inclusive of option periods. Contract performance will be governed by a performance-based work statement based on the American Correctional Association Standards for Adult Correctional Institutions.


Offerors are prohibited from housing non-BOP inmates within the same fence perimeter; however, multiple populations at a prison complex with separate fence lines are acceptable. Services received from or provided to the resulting contract shall not be shared with other non-BOP contractual obligations.


Award selection shall be made on a best value basis for the Government. The BOP has established a decisional rule criterion requiring all offerors to clearly demonstrate they have verifiable corporate experience operating a secure correctional/detention institution for a continuous three-year period as of the date the Request for Proposals (RFP) is issued.


Information will be required from offerors regarding both existing and anticipated environmental impacts and the environmental condition of the proposed site where the institution is proposed. Environmental documentation and other related information will be required with the submission of the proposal in order to comply with the National Environmental Policy Act of 1969 (NEPA). An Environmental Impact Statement will be performed for this requirement. An offeror's proposal must in the sole opinion of the Bureau of Prisons, contain sufficient information for the Bureau to conduct a complete analysis.


This requirement will be solicited on an unrestricted basis, open to both large and small businesses. Faith-based and Community Organizations can submit offers equally with other organizations for contracts for which they are eligible. All responsible sources may submit a proposal which shall be considered by the BOP.



The solicitation will be available on or after 12/1/2014, with an anticipated closing date for receipt of proposals on 1/14/2015. The solicitation will be distributed solely through the General Services Administration's Federal Business Opportunity website http://www.fedbizopps.gov. The site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. All contractors doing business with the federal government shall be registered in the Central Contractor Registration (CCR) database. The website for CCR is www.ccr.gov. The North American Industry Classification System code for this solicitation is 561210, Facilities Support Services. Interested parties requiring further information should email Michael Bodine, Contract Specialist, at mbodine@bop.gov or Timothy Barnes, Contract Specialist, at tbarnes@bop.gov.


Timothy Barnes, Phone 202-353-3326, Email tbarnes@bop.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP