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 Federal Bureau of Prisons (BOP), under the Department of Justice, is soliciting proposals for Residential Reentry Center (RRC) In-House Services and Home Confinement Services for male Federal offenders. The required facilities must be located within the Washington, DC area, specifically within the city limits of Washington, DC; Montgomery County, Maryland; Prince George's County, Maryland; Arlington County, Virginia; or Fairfax County, Virginia. The Home Confinement radius must be within 150 miles of the RRC facility. This is a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a base year and four option years. Proposals are due by April 21, 2026, at 2:00 PM Eastern Time.
Scope of Work
The contractor will manage and operate an RRC, providing comprehensive community-based services. Key requirements include:
- Provision of 300 RRC beds for male offenders.
- Provision of an estimated 150 Home Confinement placements.
- Services are tiered based on Average Daily Population (ADP) for both RRC and Home Confinement.
- Comprehensive services cover administration, personnel, facility standards, life safety, sanitation, programs (employment, residence development), security, accountability, discipline, food services, and medical services.
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.
- NAICS Code: 623990 (Small business size standard: $16 million).
- Set-Aside: None specified.
- Performance Start: Contractor will have up to 240 days after award to begin performance.
Submission & Evaluation
Proposals must be submitted electronically in PDF format, organized into three volumes: Technical/Management, Business, and Past Performance. Evaluation will prioritize Past Performance and Technical/Management factors, which are significantly more important than Price. The Government reserves the right to award without discussions. Offerors must comply with updated clauses, provisions, and wage determinations, including a new requirement for a Vendor Cybersecurity Attestation Form.
Key Amendments & Updates
This solicitation has undergone multiple amendments, including clarifications on location, extensions of the proposal due date (most recently to April 21, 2026), and updates to various FAR clauses and provisions following the resolution of a GAO protest. Updated Wage Determinations (WD 2015-4269 Rev 31 and WD 2015-4281 Rev 35) are incorporated.