Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2025 SAM #8671
SOURCES SOUGHT

99 -- CONTRACT DETENTION FACILITY � WESTERN DISTRICT OF NORTH CAROLINA

Notice Date
8/21/2025 8:00:30 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
U.S. DEPT OF JUSTICE, USMS LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
PODSSN08
 
Response Due
9/18/2025 9:00:00 AM
 
Archive Date
10/03/2025
 
Point of Contact
Arness Harris, Dane H. Smith
 
E-Mail Address
arness.harris@usdoj.gov, dane.smith@usdoj.gov
(arness.harris@usdoj.gov, dane.smith@usdoj.gov)
 
Description
Background: This is a Sources Sought Notice. The U.S. Department of Justice, U.S. Marshals Service (USMS), Prisoner Operations Division (POD), is seeking information and sources for the following potential support services: Contract Detention Facility � Western District of North Carolina. This sources sought notice is for information and planning purposes only; it is not to be construed as a commitment by the government. This announcement is not a solicitation as defined by Federal Acquisition Regulation 2.101, and the government is not requesting offers or proposals at this time. This sources sought notice does not commit the government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this sources sought notice. Any responses to this sources sought notice received by the government will not be accepted to form a binding contract. If a solicitation is issued, the government does not guarantee that it will be issued to sources sought respondents. Target Audience: All potential business offerors are requested to respond to this sources sought notice. Responses shall assist the POD in formulating an acquisition strategy. The applicable North American Industry Classification (NAICS) code is 561210 � Facilities Support Services with a corresponding size standard of $47.0M. Sources Sought: The POD is conducting a market survey to determine the availability and technical capability of qualified small and large businesses of providing correctional facilities support services. All responding firms are requested to identify their firm's size and type of business to the anticipated NAICS code. For this notice, the NAICS code is 561210, and the Small Business Standard is $47.0 million. This sources sought synopsis is issued to assist the POD in performing market research to determine available sources that are qualified and capable of providing the aforementioned service. Scope: The POD is in search of an existing secured detention facility located with the geographic boundaries of the USMS Western District of North Carolina. The government seeks a facility which can: Provide a total of 125 male and 30 female detention beds to include segregation units and restrictive housing (Special Housing Units and Protective Custody); Provide a minimum of three (3) Video Teleconferencing, five (5) is preferred; Provide transportation for detainees to courthouses by 8:00 a.m. daily for meetings with attorneys and court; magistrate court is at 10:30 a.m. daily. The facility will accept prisoners up to 8:00 p.m., if necessary; Support discovery tablets for defendants in custody; and Provide medical guarding 24/7 to include holidays and weekends preferred. Construction of a new facility is not a consideration for this requirement. The potential contract period of performance shall be five years. Previous Contracts: None. Information Requested: Potential offerors are encouraged to submit the following information (For consistency, please structure your response to match the order of the requirements as listed below): Name and address of company and or companies (if there is a teaming arrangement or joint venture). Technical expertise relevant to the scope of the requirement. Technical approach relevant to this requirement. Management approach relevant to this requirement. Corporate experience relevant to this requirement. Relevant past performance (minimum of 3 customers; work performed within last 5 years), including: Contract name; Contracting Agency or Department; Yearly contract value (in $$); Period of performance; and Description of work and how it relates to the requirements. Contractor price estimate for services. Potential offerors shall format their response as follows: Page limit - eight (8) 8 � x 11 pages; 1-inch margins (top, bottom, and sides); Times New Roman font - 12 point; Page limitation does not include (1 cover page or 1 letter of introduction page); and Do not include promotional materials. Potential offerors responding to this market survey must provide a capability statement demonstrating its experience, skills, and capability to fulfill the Governments requirements. The capability statement shall be in sufficient enough detail, but not exceed eight (8) pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. The Government technical team will then assess the experience & capabilities based on: 1) technical expertise relevant to the requirement; 2) technical approach relevant to the requirement, 3) management approach relevant to the requirement, 4) corporate experience relevant to the requirement, and 5) relevant past performance. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses Questions: Questions or comments to this notice shall be directed to the Contracting Officer, Mr. Arness Harris at Arness.Harris@usdoj.gov via email only. Verbal or telephone questions or responses will not be accepted. The questions are due on or before Friday, noon Eastern Time, September 5, 2025. POD does not intend to publicly post questions related to this notice. However, POD may, at its discretion, publicly post questions and answers in response to this notice; accordingly, questions shall not contain proprietary information. Submittal Requirements: All responses must be submitted to the Government point of contact at the email address shown in the Questions section. A determination not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered only for the purposes of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this notice. This is NOT a request for proposals or quotes. As much as possible, it is preferred that technical capability statements be nonproprietary. However, capability statements with company-sensitive data and concepts will be accepted, and the Government will respect restricted data markings. Responders are expected to appropriately mark their submissions that contain proprietary information. Capability statements should not exceed eight (8) pages in length (excluding a cover page). In addition to the 8-page limit on the company capability statement specified above, please note the following notice response when submittal requirements. Only written electronic copies of capability statements will be accepted. The e-mail should contain the following subject line: Response to Sources Sought Notice � �Contract Detention Facility � Western District of North Carolina� Please submit all information to Mr. Arness Harris at Arness.Harris@usdoj.gov by Thursday, noon Eastern Time, September 18, 2025. Contracting Office Address: USMS � Prisoner Operations Division Office of Detention Services 1215 S. Clark Street Arlington, VA 22202 Primary Point of Contact: Mr. Arness Harris, Contracting Officer Arness.Harris@usdoj.gov Summary: THIS IS A SOURCES SOUGHT NOTICE to identify sources that can fulfill the Government�s requirements. The information provided in the Sources Sought Notice is subject to change and is not binding on the Government. POD has not made a commitment to procure any of the services/items discussed, and release of this Sources Sought Notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/387ef792664f41d8a3ed28a51f68d7cc/view)
 
Place of Performance
Address: Charlotte, NC, USA
Country: USA
 
Record
SN07562135-F 20250823/250821230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.