Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2008 FBO #2536
SOURCES SOUGHT

99 -- Contractor Owned, Contractor Operated (COCO) Detention facility capable of housing up to an estimated 2,200 detainees.

Notice Date
11/3/2008
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, WASHINGTON HEADQUARTERS 425 I Street NW, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
PRO-9-L005
 
Response Due
12/31/2008
 
Point of Contact
Sheryl Wright,, Phone: 949-360-2167, Al E Kidd,, Phone: 949-425-7025
 
E-Mail Address
Sheryl.Wright@dhs.gov, al.kidd@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUCEMENT AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW UP INFORMATION REQUESTED. IN ORDER TO PROTECT THE INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENT FOR PRESENTATIONS WILL BE MADE. The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Acquisition Management-Laguna, is conducting a Sources Sought Notice for information purposes only. The purpose of this Sources Sought Announcement is to gain knowledge of potential qualified sources. Responses to this announcement will be used by the Government to make appropriate acquisition decisions. The Office of Acquisition Management-Laguna has a potential future requirement to provide a Contractor Owned, Contractor Operated (COCO) Detention facility capable of housing up to an estimated 2,200 detainees. The Contractor shall furnish all facilities, personnel, management, equipment, supplies, and services necessary for performance of all aspects of the requirement. Unless explicitly stated otherwise, the Contractor is responsible for all costs associated with and incurred as part of providing the services. In housing detainees, the Contractor is required to perform in accordance with ICE National Detention Standards (NDS), American Correctional Association (ACA), Standards for Adult Local Detention Facilities (ALDF), and Standards Supplement, Standards for Health Services in Jails, latest edition, National Commission on Correctional Health Care (NCCHC), and state and local laws on firearms for all locations, at the time of contract award. The facility shall be located within a 120 mile radius of the DHS/ICE Los Angeles Field Office currently located at 300 N. Los Angeles Street, Los Angeles, CA 90012. The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc.). A detention facility provides housing for persons taken into custody pending removal proceedings or release on bond or personal recognizance. The detention facility is responsible for the secure detention and personal welfare of the individual. The facility operates 24 hours per day, seven days per week. This may include, but is not limited to, food, housing, clothing, and reasonable recreation facilities. The contractor shall furnish all facilities, food service, security, personnel, supervision, equipment, training, security clearances transportation and other necessary management services and possess financial capabilities and experiences necessary for the performance of all aspects of the contract requirements. The North American Industry Classification System (NAICS) Code is 561210 (size standard of 32.5 million). ICE is interested in responses from 8 (a) contractors and small businesses to determine if they have the experience and capability to meet the requirements; however, all interested parties are encouraged to respond to this announcement and complete the attached Market Research Questionnaire. The Government reserves the right to consider a small business or 8(a) based on the responses received from this announcement. Interested parties shall provide their detention service experience, qualification, past experience with similar contracts and any other information; which shows the contractor’s ability to perform these requirements. DOCUMENTATION OF EXPERIENCE, QUALIFICATIONS, PAST PERFORMANCE IN GUARDING BUIDINGS OR PROVIDING SECURITY THAT DOES NOT INCLUDE ALL ASPECTS OF PROVIDING A FULLY FUNCTIONAL OPERATION OF A DETENTION FACILITY AND DETENTION OF DETAINEES DOES NOT FULLFILL THIS REQUIREMENT. In addition, interested parties shall provide the following information: 1) contract references relevant to the requirement, detailing the contractor’s ability to provide detention services, provide the facility, and operate and manage a detention facility. Include the contract number, agency, period of performance, contract value, point of contact with a current telephone number; 2) contractor’s name, business address, business size, small business designation such as 8(a), HubZone, etc. Responses are due no later than December 31, 2008. Electronic responses are required via email to al.kidd@dhs.gov. Any information received in response to this notice is voluntary and becomes the property of the Government upon receipt. Respondents will not be notified of the results of information gathered in response to this notice. All future information about this acquisition, including solicitation and/or amendments will be distributed solely through the GSA Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure receipt of the most-up-to-date information regarding any future acquisition. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for this registration is www.ccr.gov. Any questions regarding this notice should be directed via email to al.kidd@dhs.gov. MARKET RESEARCH QUESTIONNAIRE CONTRACTOR OWNED/CONTRACTOR OPERATED (COCO) DETENTION FACILITY LOCATED IN THE LOS ANGELES/SURROUNDING AREAS OF THE STATE OF CALIFORNIA 1.Market Research is being conducted in accordance with Federal Acquisition Regulations to determine if facilities and services are available to meet the Government’s needs for a Contractor Owned/Contractor Operated Detention Facility in the Los Angeles/surrounding area of the State of California. 2.Market Research conducted by: Office of Acquisition Management-Laguna, 24000 Avila Rd., Rm 3104, Laguna Niguel, CA 92677 POC: Al Kidd Email: al.kidd@dhs.gov Or sheryl.wright@dhs.gov 3.Title: Contract Detention Facility (CDF) in the Los Angeles/surrounding area of the State of California. 4.North American Industry Classification System (NAICS) Code: 561210. Annual receipts $32.5 million 5.Instructions to Interested Parties: This is not a request for proposal and a contract award will not be made from this questionnaire. We are requesting responses from contractors in the preparation for future detention service requirements. Your answers to the following questions will be used to tailor any future solicitation. Return the completed questionnaire to Al Kidd via email to the address shown above by the due date of this notice. Name of Company: _________________________________________________________ Address:_________________________________________________________ Point of Contact:_________________________________________________________ Phone#:_________________________________________________________ Fax#:_________________________________________________________ Email address: ________________________________________________________ 6.Have you provided Detention Facility Services, including all operational requirements? ____ Yes_____ No 7.If you answered yes above, please provide your company’s references as described in the announcement. (Information may be provided in the block below, or as a separate document) Name of Company: _________________________________________________________ Address:_________________________________________________________ Point of Contact:_________________________________________________________ Business Size: ________________________ Small Business Designation:__________ Phone#:_________________________________________________________ Fax#:_________________________________________________________ Email address :_________________________________________________________ Contract Number:_______________________ Agency:___________________________ Period of Performance:________________________ Contract Value:____________________ 8.Have you provided Detention Facility Services, including the facility and all operational requirements? ____Yes____ No 9.If you answered yes above, please provide your company’s references as described in the announcement. (Information may be provided in the block below, or as a separate document) Name of Company: _________________________________________________________ Address:_________________________________________________________ Point of Contact _________________________________________________________ Business Size: ________________________ Small Business Designation:__________ DUNS number:____________________ Phone#:____________________ Fax#:____________________ Email address:____________________ Contract Number:_______________________ Contracting Agency:___________________________ Period of Performance:________________________ Contract Value:____________________ 10.Do you currently possess a facility within a 120 mile radius of the DHS/ICE Los Angeles Field Office currently located at 300 N. Los Angeles Street, Los Angeles, CA 90012. ____ Yes____ No 11.If you answered yes to Question 10, please provide the physical location/address of the facility: ________________________________________ ________________________________________ ________________________________________ ________________________________________ 12.If you answered no to question 10, please provide how you intend to provide the required facility: ________________________________________ ________________________________________ ________________________________________ ________________________________________ 13.Please identify your company’s small business size status under North American Industry Classification System (NAICS) 561210 Small Business Size Standard is $.32.5 million annual receipts (see annual receipts explanation at bottom of questionnaire). ____ Large Business Concern ____ Small Business Concern ____ 8(a) contractor ____ Small Disadvantaged Business (SDB) ____ Historically Underutilized Business Zone (Hubzone) ____ Other (please specify) 14.What is your company’s average contract award amount per year for the last three years? 15.Does your company typically compete for contracts as: ____ Prime Contractor____ Subcontractor____ Joint Venture Annual Receipts — Gross receipts are averaged over a concern's latest three (3) completed fiscal years to determine its average annual receipts. "Receipts" means the concern's gross or total income, plus cost of goods sold, as defined by or reported on the concern's Federal Income Tax return. The term does not include, however, net capital gains or losses, or taxes collected for and remitted to a taxing authority if included in gross or total income. The concern may not deduct income taxes, property taxes, cost of materials or funds paid to subcontractors. Travel, real estate and advertising agents, providers of conference management services, freight forwarders, customs brokers and tour operators may deduct amounts they collect on behalf of another. If a concern has not been in business for three (3) years, the average weekly revenue for the number of weeks the concern has been in business is multiplied by 52 to determine its average annual receipts.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=63402d39240f43c14715342f15847e12&tab=core&_cview=1)
 
Place of Performance
Address: The facility shall be located within a 120 mile radius of the DHS/ICE Los Angeles Field Office currently located at 300 N. Los Angeles Street, Los Angeles, CA 90012. The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc.)., Los Angeles, California, 90012, United States
Zip Code: 90012
 
Record
SN01699942-W 20081105/081103215203-63402d39240f43c14715342f15847e12 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.