Inactive
Notice ID:70CDCR19R00000008
The U.S. Immigration and Customs Enforcement (ICE) has a requirement for a Contract Detention Facility (CDF) in the Chicago, IL Area of Responsibility (AOR). The forthcoming solicitation will be for a...
The U.S. Immigration and Customs Enforcement (ICE) has a requirement for a Contract Detention Facility (CDF) in the Chicago, IL Area of Responsibility (AOR). The forthcoming solicitation will be for a Contractor-owned/Contractor-operated detention facility to house ICE detainees within a 150 mile ground commute distance from the ICE Enforcement and Removals Operations (ERO) - Chicago Field Office located at 101 W. Ida B. Wells Drive, Suite 4000, Chicago, IL 60605. The procurement will be a full and open competition. The solicitation is expected to be posted before 03/13/2019. The resulting contract is planned to be an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with firm-fixed price unit prices. The period of performance is expected to begin no later than July 01, 2020, with a Pre-Transition Period Not-to-Exceed 24 months, followed by a 60 Day Transition period with actual base period full performance to start September 01, 2022 and continuing through June 30, 2032, if all (9) nine one (1) year options are exercised. The mission of ICE Enforcement and Removal Operations (ERO) is to identify, arrest, and remove aliens, who present a danger to national security or are a risk to public safety, as well as those who enter the United States illegally or otherwise undermine the integrity of immigration laws and border control efforts. In implementing its mission, ERO is responsible for carrying out all orders for the securing and departure activities of detainees who are designated in removal proceedings and for arranging for the detention of detainees when such becomes necessary and prescribed by law. The Contractor shall propose a facility consisting of new construction, expansion, or an existing physical plant, which shall be operated, and maintained in accordance with all applicable federal, state, and local laws, regulations, codes, guidelines, policies and standards, including the ICE 2011 Performance Based National Detention Standards (PBNDS) with 2016 revisions. The Contractor shall provide for operational capacity for up to 1,000 detainees. The Contractor must be able to begin performance for full operational capacity and shall notify the CO that the facility is ready to begin accepting detainees no later than 26 months after award. This may occur earlier at the request of the Contractor, but only if ICE determines the Contractor is capable of accepting detainees. The Contractor shall furnish all services for a fully controlled, secure, safe and supervised facility; staffing of fully trained, knowledgeable and responsive detention officers (armed/unarmed) and support personnel, including managers, who have proper security clearances and efficiently carry out the detention management and administrative duties required by the contract, laws and regulations; and, timely acquiring and/or accomplishing of training, certifications, licenses, drug testing, uniforms, equipment, supplies and vehicles necessary to provide the full range of required detention and transportation services seven (7) days a week, twenty-four (24) hours per day throughout the contract period of performance. This notice does not constitute a request for proposal, request for quote, invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2, Synopsis of Proposed Contract Actions, in preparation for the release of the Request for Proposal (RFP).