SOURCES SOUGHT
D -- Telephone Services for Detention Facilities
- Notice Date
- 8/15/2007
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-SS-AUG31-DTS
- Response Due
- 8/31/2007
- Archive Date
- 9/15/2007
- Description
- Document Type Sources Sought Notice Solicitation No. Posted Date: 01 AUG 2007 Original Response Date: 31 August 2007 Classification Code: Wired Telecommunications Carriers NAICS Code: 517110 Contracting Office Address Department of Homeland Security, United States Immigration and Customs Enforcement, Office of Acquisitions Management, 425 I Street, NW, Washington, DC 20536, Attention: Randolph Sawyer, (202) 353-3772. Description SOURCES SOUGHT NOTICE Each year, the Department of Homeland Security (DHS) undertakes immigration enforcement actions involving hundreds of thousands of foreign nationals. These actions include the arrest, detention, and removal from the United States of foreign nationals who are in violation of the Immigration and Nationality Act (INA). These violations include: losing legal status by failing to abide by the terms and conditions of entry, or by engaging in crimes such as terrorist activity? violent crimes, document fraud, and drug smuggling. Responsibility for the enforcement of immigration laws within the interior United States rests with the United States Immigration and Customs Enforcement (ICE). United States Immigration and Customs Enforcement, Office of Acquisitions Management is currently seeking sources for a potential requirement to provide detainee telephone services at Service Processing Centers (SPCs), Contract Detention Facilities (CDFs), and State/local government facilities (IGSAs) located throughout the US and US Territories. No call volume is guaranteed, however, ATTACHMENT A lists the current operating locations and the number of phone required. This contract is contemplated as a zero cost ($0) contract. Revenue generated from detainee debit card and collect calling at Primary sites will be the source of compensation. There were approximately twelve million (12,000,000) local debit and collect calls; twenty-four million (24,000,000) long distance debit and collect calls; and two million (2,000,000) international debit and collect calls for the most recent twelve month period from these Primary sites. This is a sources sought synopsis only. This is not a solicitation announcement. No contract will be awarded from this notice. No reimbursement will be made for any cost associated with providing information in response to this notice. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The proposed requirement mentioned herein is being considered for Small Business; Small Disadvantaged Businesses, 8(a); Women Owned Businesses; Service Disabled Veteran-Owned Small Businesses; Veteran-Owned Small Businesses; HUB-zone Certified; potential joint venture partners; or teaming partners. The government will use responses to this sources sought notice to make appropriate acquisition decisions. The Office of Acquisition Management is currently seeking small businesses that can perform all of the requirements listed below. The contractor shall be prepared to provide detention phones and detention phone services in compliance with National Detention Standards, as amended. Transition period is estimated at sixty days. The contractor shall fulfill these responsibilities at various locations throughout the US and US Territories. These requirements fall under the North American Industry Classification System (NAICS) code 517110. Interested firms must demonstrate in their qualifications statement that they are qualified to perform all of the required tasks under this NAICS code. The resulting contract is anticipated to be a Fixed Rate Indefinite Delivery Indefinite Quantity with a twenty-four (24) month base and three (3) twelve (12) month options. This will be a zero ($0) cost contract with revenue generated from the sale of debit cards or through collect calls from the Primary sites. An initial listing of Primary and Secondary sites is provided in Attachment A and will be updated at contract award. Primary and Secondary sites will be added and removed from this list throughout the life of the contract. The contractor shall provide all personnel, materials, and equipment necessary to perform under the contract. Interested Small Business; Small Disadvantaged Businesses, 8(a); Women Owned Businesses; Service Disabled Veteran-Owned Small Businesses; Veteran-Owned Small Businesses; HUB-zone Certified; potential joint venture partners; or teaming partners should provide the DHS/USICE with appropriate documentation (i.e. a detailed capability statement and/or relevant past performance history documenting its ability to perform similar requirements). Standard company brochures are not desired. Experience and past performance does not necessarily require telecommunication service within a detention facility or jail setting. DESCRIPTION OF THE REQUIREMENT: 1. The vendor will provide telephone services and all equipment necessary for the fourteen (14) ?Primary? detention facilities listed in Attachment A of this Sources Sought Notice. These Primary facilities currently have a total of about 1300 phones. Primary and Secondary sites will be added and deleted during the life of the contract. Local, long distance and international call revenue will accrue from the Primary sites listed in Attachment A. Secondary sites shall be provided access to the pro bono network only while full telephone services, including access to the pro bono network, will be required at Primary sites. ICE may allow the vendor to offer pre-paid phone services to ICE detainees at all IGSAs in the future. If the respondent wishes to suggest an alternative means of performance, please describe those differences fully. 2. All calls made will be firm-fixed price per minute with no mandatory price set per call or any additional charges added. These rates will remain in effect during the entire period of performance and can only be changed through negotiations and codified through a contract modification. Charges for collect calls as well as pre-paid calls at Primary sites should be described. 3. The call per minute usage fee will start once the call is positively accepted. 4. Telephone calls will consist of local and U.S. long distance calls, international calls and free calls to a pro bono network managed by the vendor. Revenue producing connections are made through debit and/or collect calls at the primary sites. All local, long distance and international calls made will be paid by the detainee through collect and debit card calling except calls made to the pro bono network. 5. The contractor will be required to assert that all local and U.S. long distance calls made by the detainee will consist only of acceptable charges as are applied by local dominant carriers. 6. At a minimum, international calls placed to Mexico, Guatemala, El Salvador, Honduras, Canada and the Dominican Republic will have set per minute rates. All other locations can be charged at the same rate. 7. There must be at least one (1) phone per twenty-five (25) detainees at each Primary location. This requirement is in accordance with current Detention Phone Standards which are subject to change. No phones are required to be provided at Secondary locations, only access to the pro bono speed dial system. The current number of telephones is about one thousand three hundred (1300) system-wide. 8. Contractor shall structure a telephone system at Primary and Secondary locations which permits free calls to pro bono numbers. The telephone software must allow for new numbers or changes to existing numbers to be programmed into the pro bono system quickly. Pro bono calls are made to the local Immigration Courts and Board of Immigration Appeals; to Federal and State Courts; to Consular officials; to legal service providers in pursuit of legal representation; to Government offices to obtain documents relevant to his/her immigration case; and, in a personal or family emergency. These calls are considered pro bono and will be free to the detainee. All pro bono numbers (except family numbers) will be ?speed dialed? and not direct dialed except when necessary due to circumstances as determined by local ICE officials. The current list of pro bono numbers consists of about 1500 phone numbers. Most sites have a need for about 200 speed dial numbers. 9. Telephones at Primary locations must not allow incoming calls. 10. Detention telephone software utilized at the Primary locations should be current to the industry and must be maintained with updates for the life of the contract. The telephone software must allow for normal detention processes including call monitoring and call blocking. Training in the use of this software must be provided to ensure proper use at all sites. Training will be conducted at ICE HQ offices in Washington, D.C., and/or regional CONUS locations. 11. The electronic telephone debit card system should allow detainees to easily access their account to check balances, make a call (local, long distance, international or pro bono), or report an unauthorized or incorrect deduction on their account. 12. A Plexiglas or similar partition which provides privacy during a detainee?s call but still allows for proper monitoring of the detainees shall be installed at all Primary locations, if one is not already present. 13. A Quality Control Plan that adequately addresses contractor compliance will be required as part of the proposal process. 14. Upon request, the Contractor shall provide instructions for telephone usage in a detainee?s native language. English and Spanish are the most requested languages currently. 15. Detainees must be able to make pro bono calls if the telephone system totally fails. 16. Contractor shall provide an audit system which, at a minimum, provides the following reports monthly and are maintained for the life of the contract: A. total number of minutes used per location; and, B. total number of minutes used by local, long distance, international and pro bono calls at each location by individual. 17. Contractor shall provide a method to accomplish the following and shall report on these issues monthly: A. a tracking system for inoperable telephones or software; B. date of service request and date and time of repair; C. trend analysis by system and location: number of hours/days phones were not functioning, local subcontractor utilized (if any) and what methods contractor used to fix current problem. LIMITATION OF LIABILITY: ICE assumes no liability for the equipment, damage to the equipment, vandalism to the equipment by detainees, or the cost associated with maintenance, repairs and upkeep of the system. Placement and operation of a detainee telephone system in ICE and contractor run facilities is the sole risk and responsibility of the contractor. Repairs, replacement, maintenance, upgrades or general upkeep of the proposed system will remain the responsibility of the Contractor. Response Instructions Interested concerns who believe they have the capability to provide the required services as defined above are invited to submit two (2) copies of a Qualifications Statement in Microsoft Word format. Submit responses electronically. Briefly describe your company, your products and services, history, ownership, financial information, and any other information you deem relevant. Provide points of contact, including name, address, telephone, fax, and email. Standard company brochures are not desired. Contact Information Please submit responses via email not later than 4:00 PM EST August 31, 2007 to Randolph.Sawyer@dhs.gov. The subject of the email should be "Telephone Services for Detention Facilities.? Please submit 2 copies each of any supplemental hardcopy materials or electronic materials on hard media (CD), to: Randolph Sawyer, U.S. Department of Homeland Security, Immigration and Customs Enforcement, 425 I Street, NW, Washington, DC 20536. The Government will not request additional information or discuss submissions received in response to this RFI with individual responders. Disclaimer This RFI is issued for information and planning purposes only and does not constitute a solicitation. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in response to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. ATTACHMENT A Primary Detention Facilities FACILITY LOCATION TOTAL Current Phones Required Annual Collect Minutes Annual Debit Minutes San Pedro SPC San Pedro, CA 78 Local 54,000 LD 472,000 INTL 400 Local 262,000 LD 2,300,000 INTL 59,000 El Centro SPC El Centro, CA 144 Local 190,000 LD 4,500 INTL n/a Local 1,120,000 LD 690,000 INTL 35,000 Florence SPC Florence, AZ 48 Local 17,000 LD 305,000 INTL n/a Local 500,000 LD 510,000 INTL 30,000 El Paso SPC El Paso, TX 78 Local 35,000 LD 16,500 INTL n/a Local 900,000 LD 1,800,000 INTL 120,000 Port Isabel SPC Port Isabel, TX 90 Local 14,000 LD 220,000 INTL n/a Local 190,000 LD 2,100,000 INTL 150,000 Krome SPC Miami, FL 100 Local 530,000 LD 630,000 INTL n/a Local 2,200,000 LD 1,400,000 INTL 72,000 Buffalo SPC Buffalo, NY 76 Local 2,000 LD 325,000 INTL n/a Local 55,000 LD 1,500,000 INTL 21,000 Wackenhut Aurora (Denver), CO 49 Local 250,000 LD 200,000 INTL n/a Local 1,300,000 LD 700,000 INTL 45,000 South Texas Pearsall, TX 102 Local n/a LD 450,000 INTL 500,000 Local n/a LD 2,500,000 INTL 200,000 Corrections Corporation of America Houston, TX 66 Local 300,000 LD 200,000 INTL n/a Local 2,325,000 LD 1,000,000 INTL 120,000 Willacy County Raymondville, TX 128 Local n/a LD n/a INTL n/a Local n/a LD n/a INTL n/a Corrections Corporation of America Elizabeth, NJ 30 Local 10,000 LD 61,000 INTL 7,000 Local 80,000 LD 930,000 INTL 100,000 Corrections Corporation of America San Diego, CA 226 Local 225,000 LD 760,000 INTL 1,000 Local 1,650,000 LD 3,000,000 INTL 130,000 CSC, Inc. Seattle, WA 51 Local 34,000 LD 500,000 INTL n/a Local 425,000 LD 2,000,000 INTL 95,000 Secondary Detention Facilities Throughout CONUS and including US Territories.
- Record
- SN01373240-W 20070817/070815220522 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |