The RFP Database
New business relationships start here

PREA Auditing Service


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.

ICE REQUEST FOR INFORMATION (RFI) FOR DHS PREA AUDITING SERVICES

Project Title:
Auditing Services RFI PREA Audits 2016

Description:
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 all eligible ICE detention facilities, ICE holding facilities, and Customs and Border Protection (CBP) holding facilities to assess facility compliance with the United States Department of Homeland Security Final Rule, 6 CFR Part 115, ICEB-2012-0003; RIN 1653-AA65, Standards to Prevent, Detect, and Respond to Sexual Abuse and Assault in Confinement Facilities (March 7, 2014). This regulation may be viewed at:
https://www.gpo.gov/fdsys/pkg/FR-2014-03-07/pdf/2014-04675.pdf

Background

The ICE Office of Enforcement and Removal Operations (ERO) is responsible for detaining aliens pending immigration proceedings or removal from the country. CBP maintains holding facilities for individual being processed and waiting for disposition by another agency. 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 DHS 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 DHS 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" (found fully compliant with standards) must subsequently be audited at least once every five years and all other holding facilities at least once every three years. The number of long term detention facilities to be audited will increase gradually over time. Current approximations estimate the vendor would be required to initially complete approximately 102 total PREA audits by July 6, 2018, with expectations but not guarantees that number will increase.

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 redetermination of facility compliance
• Completion and submission of required reports and working papers
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, an understanding of the population, 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 is required for all auditors.

Pursuant to § 115.202(c) of the DHS PREA standards, contractors may not have received financial compensation from DHS within the past three years, except for compensation received from conducting other audits, or other consulting related to detention reform.

Responses
Requested information shall be submitted electronically in Microsoft Word for Office 2010 and/or Microsoft PowerPoint 2010 compatible format are due on March 8, 2016, at 4:00 pm EST. The total response package shall not exceed 25 pages. Responses shall be submitted via e-mail to Kehinde.adesina@ice.dhs.gov and brandiss.smith@ice.dhs.gov : Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Late submissions will not be considered.

1. Company name
2. Company address
3. POC information (name, title, phone number, email address, etc.)
4. Company business size
5. Socioeconomic 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.

Place of Contract Performance:
United States


KEHINDE ADESINA, Contract Specialist, Phone 2027322383, Email kehinde.adesina@ice.dhs.gov - BRANDISS SMITH , Contracting Officer, Phone (202) 732-2636, Email Brandiss.Smith@ice.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP