Solicitation: Residential Reentry Center Services for MALE Only in the Washington, DC area, Montgomery County Maryland, Prince George’s County Maryland, Arlington County Virginia and/or Fairfax County Virginia
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 Justice, Federal Bureau of Prisons (BOP), through its Residential Reentry - CO office, is soliciting proposals for Residential Reentry Center (RRC) Services for male Federal offenders in the Washington, DC area, including Montgomery County MD, Prince George's County MD, Arlington County VA, and/or Fairfax County VA. This solicitation, identified as RFP 15BRRC25R00000018, seeks to establish an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with firm-fixed unit prices. Proposals are due by Friday, August 21, 2026, at 2:00 PM Eastern Time.
Scope of Work
The contractor will provide RRC In-House services, ensuring a total of 300 beds are available for male offenders, and Home Confinement Services, with an estimated maximum of 150 placements for male offenders. The Home Confinement radius must be within 150 miles of the RRC facility. Services are tiered based on Average Daily Population (ADP). The Statement of Work (SOW) details comprehensive community-based services, including employment and residence development, and other self-improvement opportunities, consistent with BOP's mission.
Contract Details
- Contract Type: Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: One-year base period plus four one-year option periods.
- Set-Aside: None specified (NAICS Code: 623990, Small business size standard: $16 million).
- Performance Start: Up to 240 days after contract award.
Key Requirements & Amendments
This solicitation has undergone multiple amendments. Amendment 9 established the current proposal due date. Amendment 8 updated Wage Determinations (WD 2015-4269 Rev 31 and WD 2015-4281 Rev 35) and significantly revised various FAR clauses and provisions, including the addition of a BOP DOJ-05 Deviation requiring a Vendor Cybersecurity Attestation Form. Amendment 5 also updated clauses and revised sections B.1 (Services and Prices/Costs) and M.4 (Evaluation Criteria) regarding billing rates and price evaluation methodology, following the denial of a GAO protest. Amendment 1 clarified the specific geographic location requirements.
Submission & Evaluation
Proposals must be submitted electronically in three volumes: Technical/Management, Business, and Past Performance. Evaluation will prioritize Past Performance and Technical/Management factors, which combined are significantly more important than Price. Past Performance is more important than Technical/Management. The Government reserves the right to award without discussions. Offerors must acknowledge all amendments. Required attachments include an Environmental Checklist, Business Management Questionnaire, and a Compliance Matrix detailing specific submission requirements for each evaluation area.
Important Notes
Funds are not presently available for this solicitation; award is contingent upon the availability of appropriated funds. Offerors must enroll in and comply with the E-Verify Program. The solicitation was previously on hold due to a GAO protest, which has since been resolved.