CONTRACTOR OWNED, CONTRACTOR OPERATED DETENTION FACILITY
Department of Homeland Security, Immigration & Customs Enforcement | Published October 27, 2014
U.S. Immigration and Customs Enforcement (ICE), a component of the Department of Homeland Security (DHS), intends to solicit for detention management, food, and transportation services at the Northwest Detention Facility, located within Tacoma / Seattle area, Washington. The facility shall be Contractor-Owned, Contractor-Operated, available for occupancy not later than April 1, 2015.
The services required for this 1,575 male and female-bed facility include detention management, transportation and food services, in support of ICE's Tacoma Field Office. The contractor shall furnish these services, including a trained and qualified management staff, supervision, manpower, relief officer(s), and all other equipment and/or materials necessary to perform the identified services, in accordance with the Performance Work Statement (PWS) and ICE Performance Based National Detention Standards (PBNDS). Under this requirement, the contractor shall provide support seven (7) days a week, twenty-four (24) hours per day, and three-hundred and sixty-five (365) days a year.
The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc.). The facility shall be located within 30 miles driving distance of the Seattle/ Tacoma International Airport (SEATAC).
Additionally, the Contractor shall obtain all required permits, licenses, and insurance required to operate as a qualified security service company, in accordance with all applicable laws, statutes and regulation of the State of Washington. The Contractor shall maintain current permits/business licenses and insurance, and shall comply with all applicable federal, State, and local laws and all applicable Occupational Safety and Health Administration (OSHA) standards, throughout the term of the contract.
The Government anticipates the award of an Indefinite Delivery Indefinite Quantity (IDIQ), Task Order contract, using fixed unit pricing. The anticipated period of performance will be for a base one (1) year period with nine (9) one-year option periods.
This procurement is being competed as full and open.
The anticipated release date of the solicitation is on, or about November 10, 2014.
All prospective offerors must be registered in the System Award Management System
at www.sam.gov.
The North American Industry Classification System (NAICS) Code for this requirement is 561612 (size standard of $20.5 million). The Federal Service Code (FSC) is S206. The distribution of this solicitation will be accomplished solely through the Federal Business Opportunity (FBO) website http:http://www.fbo.gov
Amendments, if applicable, to this synopsis will be made as needed and posted to https://www.fbo.gov/
All questions pertaining to the publication of this synopsis shall be
submitted in writing via email to jun.surla@ice.dhs.gov or fax to (949) 360-3013.
.