Prisoner Housing Services
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 Department of the Army is conducting a Sources Sought to identify qualified businesses, particularly small businesses, capable of providing Federal (Military) Prisoner Housing Services for the Directorate of Emergency Services (DES) at Fort Hood, Texas. This market research aims to determine the viability of a small business set-aside for a continuing requirement. Capability statements are due May 27, 2026.
Purpose & Scope
This is a Sources Sought Notice for information and planning purposes only; it is not a solicitation. The government seeks to identify contractors who can provide non-personal services for housing military prisoners, ensuring compliance with federal and state standards. The services include providing all necessary facilities, resources, management, and supervision for feeding and housing military prisoners in accordance with Army Regulation (AR) 190-47 and the Prison Rape Elimination Act (PREA) of 2003.
Key Requirements
- Provide federally approved prisoner housing facilities compliant with PREA 2003.
- Facility must be located within a 25-mile radius of Fort Hood, TX.
- Services must be available 24 hours a day, seven days a week.
- Provide feeding, housing, mail services, health/comfort items, and space for confidential meetings.
- Ensure compliance with Texas Commission on Jail Standards and AR 190-47.
- Maintain separation of pre-trial/post-trial prisoners, military/civilian detainees, and military prisoners/foreign nationals.
- Establish and implement a Quality Control Plan (QCP).
Contract Details
- Opportunity Type: Sources Sought
- Anticipated NAICS: 561210 (Facilities Support Services) with a size standard of $47.0 million.
- Period of Performance (anticipated): One (1) Base Year of 12 months and four (4) 12-month option years.
- Set-Aside: The government is exploring the possibility of a small business set-aside. All small businesses (8(a), SDB, HUBZone, SDVOSB, WOSB) are encouraged to respond.
Submission & Evaluation
- Interested parties must submit a capabilities statement, limited to four pages.
- Responses are due no later than May 27, 2026, at 2:00 PM Central Standard Time (CST).
- Submissions must be emailed to Ryan Hoover (ryan.hoover.civ@army.mil) or Alexis Golson (alexis.m.golson.mil@army.mil).
- The government will use responses to determine industry capabilities and the potential for a small business set-aside.
Information Requested from Bidders
- Firm name, POC, contact info, UEI, CAGE code, small business status/certifications, and NAICS code.
- Interest in competing as a prime contractor; any subcontracting, joint ventures, or teaming arrangements.
- Detailed previous experience on similar requirements (size, scope, complexity, timeframe, government/commercial), and pertinent certifications.
- Information on commercial availability, pricing, delivery schedules, terms, and warranties.
- Recommendations on structuring contract requirements to facilitate small business competition.
- Identification of any conditions unnecessarily restricting competition.
- Recommendations to improve the approach/specifications/draft PWS/PRS.
Notes
This notice does not commit the U.S. Government to a contract. No payment will be made for response costs. Potential offerors should monitor sam.gov for future information.