SOLICITATION NOTICE
M -- CAR XVIII
- Notice Date
- 4/3/2017
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Justice, Bureau of Prisons, Cibola County Correctional Center, 2000 Cibola Loop, Milan, New Mexico, 87021, United States
- ZIP Code
- 87021
- Solicitation Number
- RFP-PCC-0025
- Point of Contact
- Jerry V. Bishop, Jr., Phone: (661)763-4126, Ryan Wynne, Phone: 202-616-5860
- E-Mail Address
-
j1bishop@bop.gov, rwynne@bop.gov
(j1bishop@bop.gov, rwynne@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Bureau of Prisons (Bureau) has a requirement for the management and operation of a government-owned contractor operated correctional institution(s) located at 1500 Cadet Road, Taft, CA 93268. The Taft facility includes a low security correctional institution and a separate minimum security facility (Camp). The population housed at the low security facility will primarily consist of adult male criminal aliens (non-U.S. citizens). The population housed at the camp will consist primarily of adult male U.S. citizens. The low security facility has three housing units with a contracted maximum capacity of 1,770 beds. The low security facility also contains a 145 bed Special Housing Unit (SHU). The SHU beds shall be additional beds used only for the SHU and shall not be used to exceed the daily population of 1,770 of the accepted number of contract beds. The minimum security facility has a single housing unit with space to house a maximum of 585 inmates. The contractor will be required to house a daily population of 2,355 of the contract beds. Services required include the management and operation of a government-owned facility to include the following: 1) Management and Operation of the physical plant to include Government Furnished Property (GFP); 2) The security and management of the inmate population at both facilities; 3) All aspects of operating a secure and non-secure adult correctional institution in accordance with the American Correctional Association Standards, and the Performance Work Statement (PWS). Both facilities are presently populated to capacity. The contractor shall provide all necessary equipment and supplies for contract performance, with the exception of designated GFP. 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 the Notice to Proceed (NTP). The NTP is anticipated to be issued on, or around February 1, 2018. The Bureau intends to award a Performance-based, Firm Fixed Price (FFP) type contract. The offeror will be required to house a daily population of 2,355 beds for each contract year. The contract award will have a potential term of 10 years inclusive of option periods. Contract performance will be governed by a PWS based on the American Correctional Association Standards for Adult Correctional Institutions. Award selection will be made on a best value basis for the Government. The Bureau 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. An offeror's proposal must in the sole opinion of the Bureau contain sufficient information 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 as defined by the Federal Acquisition Regulations who submit a proposal will be considered by the Bureau. The anticipated date for issuance of the solicitation is April 18, 2017, with an anticipated closing date for receipt of proposals on June 15, 2017. The solicitation will be distributed solely through the General Services Administration's Federal Business Opportunity website http://www.fbo.gov. This site provides downloading instructions. All future information about this acquisition, including solicitation amendments will 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. In accordance with FAR 52.204-7 all contractors doing business with the federal government shall be registered in the System for Award Management (SAM) database. The website for SAM is www.sam.gov. The North American Industry Classification System code for this solicitation is 561210, Facilities Support Services. The industry size standard is $38.5 million. Interested parties requiring further information should email Jerry Bishop, Contract Specialist, at j1bishop@bop.gov or Ryan Wynne, Senior Contract Specialist, at rwynne@bop.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PCC0005/RFP-PCC-0025/listing.html)
- Place of Performance
- Address: 1500 Cadet Rd., Taft, California, 93268, United States
- Zip Code: 93268
- Record
- SN04457664-W 20170405/170403235051-5e5311a61052533050fcd8c8bc576a36 (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 |