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) Services for male Federal offenders. This opportunity covers both in-house RRC services and home confinement services within the Washington, DC metropolitan area, including specific counties in Maryland and Virginia. The latest proposal due date is February 20, 2026, by 2:00 PM Eastern Time.
Scope of Work
The contractor will manage and operate an RRC facility, providing comprehensive community-based services. Key requirements include:
- RRC In-House Services: Provision of 300 beds for male offenders.
- Home Confinement Services: Placement for an estimated maximum of 150 male offenders within a 150-mile radius of the RRC facility.
- Services are tiered based on Average Daily Population (ADP).
- The facility must be located within Washington, DC city limits; Montgomery County, MD; Prince George's County, MD; Arlington County, VA; or Fairfax County, VA.
- Contractor will have up to 240 days after award to begin performance.
Contract Details
- Type: Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: One base year plus four one-year option periods.
- Set-Aside: None specified.
- NAICS Code: 623990 (Small business size standard: $16 million).
- Funding: Award is contingent upon the availability of appropriated funds.
Submission & Evaluation
Proposals must be submitted electronically in PDF format, organized into three volumes: Technical/Management, Business, and Past Performance. Offerors must email the Contracting Officer 6 hours prior to the closing date to indicate an upcoming submission and request verification on the day of submission.
- Evaluation Factors: Past Performance, Technical/Management, and Price. Non-price factors combined are significantly more important than Price, with Past Performance being more important than Technical/Management.
- The Government reserves the right to award without discussions and will conduct on-site inspections of offeror facilities after proposal receipt.
- Mandatory attachments include an Environmental Checklist and a Facility Certification of Compliance.
Key Amendments & Notes
This solicitation has undergone several amendments, including multiple extensions to the proposal due date and a period of hold due to a GAO protest. Amendment 5 updated various FAR clauses, added a DOJ deviation, and revised sections on billing rates and price evaluation methodology following the protest's resolution. The latest amendment (Amendment 7) extended the due date to February 20, 2026. Offerors must acknowledge all amendments.