15BCTS25R00000010 - SU/MH/SOT in Portland, OR
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Bureau of Prisons (BOP), through its CTS Contracting Office, is soliciting quotes for community-based outpatient Substance Use Disorder (SUD), Mental Health (MH), and Sex Offender Treatment (SOT) services in Portland, Oregon. These services are for male and female Adults in Custody (AICs) residing at the local Residential Re-entry Center (RRC) and on home confinement. This is a Women-Owned Small Business (WOSB) / Economically Disadvantaged Women-Owned Small Business (EDWOSB) Set-Aside. Proposals are due by Monday, June 19, 2025, at 12:00 P.M. EST.
Scope of Work
The contractor will provide comprehensive SUD, MH, and SOT services, including intake screenings, assessments, individual and group counseling, treatment planning, follow-up, psychiatric evaluations, crisis intervention, relationship/parenting counseling, and medication monitoring. Services must adhere to the Federal Bureau of Prisons (BOP) Community Treatment Services (CTS) Statement of Work, dated October 2022. Clinicians must hold independent professional licenses in Oregon. The service location must be within a 10-mile radius of Portland City Hall (1221 SW 4th Avenue, Portland, Oregon 97204) and within 0.5 miles of public transportation.
Contract Details
- Contract Type: Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: A one-year base period, estimated to begin August 1, 2025, followed by four one-year option periods, and a potential six-month extension, totaling up to 5.5 years (ending July 31, 2030, if all options are exercised).
- Set-Aside: Women-Owned Small Business (WOSB) / Economically Disadvantaged Women-Owned Small Business (EDWOSB).
Submission & Evaluation
- Proposal Due Date: Monday, June 19, 2025, 12:00 P.M. EST.
- Submission Method: Electronic submission via email to j15walker@bop.gov and r1carroll@bop.gov in Adobe Acrobat (PDF) format. Email attachments cannot exceed 14 MB; multiple emails are permitted, and confirmation of receipt is required.
- Required Documents: Completed SF-1449, Business Proposal Information Packet, Technical Proposal Information Packet, Past Performance Questionnaire, proof of active SAM registration, Professional Liability Insurance, and a Proposal Attachment Form.
- Evaluation Criteria: Award will be made on a Best Value (BV) basis. Technical capability and Past Performance are significantly more important than Price. Within non-price factors, Technical is more important than Past Performance. Key evaluation factors include Key Personnel (licensure and experience), Clinical Treatment Standards and Practices, and Facility Evaluation. Past Performance will assess timeliness, quality, flexibility, and customer satisfaction. Pricing will be evaluated for reasonableness and cost realism.
Key Contacts
- Joo (Jan) Walker: Contracting Officer, 318-561-5304, j15walker@bop.gov
- Robert Carroll: Senior Contracting Officer, 202-598-6124, r1carroll@bop.gov
Important Notes
Funds are not presently available for this solicitation, and the Government reserves the right to cancel. Offerors must comply with FAR 52.212-1(j) and FAR 52.204-7 (System for Award Management - SAM), ensuring annual representations and certifications are current. Historical intake data for Substance Use and Mental Health services in Portland (2020-2024) is available for reference.