SU MH in Little Rock, AR
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 proposals for community-based outpatient Substance Use Disorder (SUD) and Mental Health (MH) treatment services in Little Rock, Arkansas. This is a Total Small Business Set-Aside for a Firm Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Services are for male and female Adults in Custody (AICs) in community placement. Offers are due by October 9, 2025, at 12:00 PM EST.
Scope of Work
The contractor will provide comprehensive SUD and MH treatment services, including intake screening and assessment, individual and group counseling, treatment planning, psychiatric evaluations, crisis intervention, relationship/parenting counseling, and medication monitoring. Services must adhere to the BOP's Community Treatment Services, 2022 Statement of Work (SOW), which covers various evidence-based programs like Cognitive Behavioral Therapy (CBT), Residential Drug Abuse Program (RDAP), and Mental Health Treatment Programs. All services must be delivered by clinicians independently licensed in Arkansas. The facility must be located within a six-mile radius of Little Rock City Hall and within a half-mile of a bus stop.
Contract Details
- Contract Type: Firm Fixed-Price, IDIQ
- Period of Performance: A one-year base period, estimated to begin January 1, 2026, followed by four one-year option periods, and a potential six-month extension. This totals a potential 5.5-year contract.
- Set-Aside: Total Small Business Set-Aside (NAICS 621420, Size Standard $19M).
Submission & Evaluation
- Offer Due Date: October 9, 2025, 12:00 PM EST.
- Submission Method: Electronic copies of quotations must be emailed to sjones2@bop.gov in Adobe Acrobat (PDF) format.
- Evaluation Criteria: Award will be made to the Lowest Priced, Technically Acceptable (LPTA), responsive, and responsible quoter. Technical evaluation will assess staffing qualifications, operational approach (CBT, crisis intervention), and facility requirements.
- Required Documents: Completed SF-1449, Business Quotation Information Packet, Technical Quotation Information Packet, proof of active SAM registration, current Professional Liability Insurance, and a completed Quotation Attachment Form.
Key Requirements
- Staffing: Key personnel must meet specific educational, experiential, and licensure requirements, including DEA certificates for practitioners involved in medication monitoring. Background checks (NCIC) are required.
- Operational: Detailed approach to CBT and crisis interventions, including personnel capable of conducting crisis assessments.
- Facility: Proposed sites must be ADA compliant, ensure privacy, and include office diagrams, proof of lease/ownership, and a Local Area of Concerns document.
Additional Notes
This solicitation is distributed solely through SAM.gov. Interested parties are responsible for monitoring the site for all updates and amendments. Funds are contingent upon availability. Whistleblower protections for DOJ contractors are applicable.