COMBINED SYNOPSIS AND SOLICITATION OF FULL AND OPEN COMPETITIVE SOLICITATION FOR THE ACQUISITION OF AT LEAST THREE (3) CONTRACT DETENTION FACILITIES (CDF) IN THE SAN DIEGO, SAN FRANCISCO, AND LOS ANGELES, CA AREAS OF RESPONSIBILITY (AOR) (1) Action Code: This is a combined synopsis and solicitation notice. (2) Date: 10/16/2019 (3) Year: FY 2020 (4) Contracting Office Zip Code: 20536 (5) Product or Service Code: S206 (NAICS: 561612) (6) Contracting Office Address: 801 I St NW Washington, DC 20536 (7) Subject: Contract Detention Facilities (CDF)s in the San Diego, CA, San Francisco, CA and Los Angeles, CA Areas of Responsibility for the U.S. Immigration and Customs Enforcement (ICE) (8) Proposed Solicitation Number: 70CDCR20R00000002 (9) Closing Response Date: October 31, 2019 (12:00 p.m. EST) (10) Contact Point or Contracting Officer: CaliforniaDetention@ice.dhs.gov (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: TBD (13) Line Item Number: N/A (14) Contract Award Date: TBD (15) Contractor: TBD (16) Description: The Department of Homeland Security (DHS), U.S. Immigration & Customs Enforcement (ICE), Enforcement and Removal Operations (ERO), requires at least three (3) different Contractor-Owned/Contractor-Operated detention facilities (existing or renovated) within the San Diego, San Francisco and Los Angeles Areas of Responsibility (AOR). The facilities shall be turnkey ready at the beginning of contract performance and able to provide housing, medical care, transportation, guard services, meals, and the day to day needs for ICE detainees. Due to mission needs, proposals for new construction will not be accepted for this solicitation. The specific requirements are as follows: • One facility or several facilities shall house a minimum of approximately 700 adult males and female detainees within the San Diego AOR (hereby referred to as “Requirement A”). This facility(ies) shall be located within 50 miles from 1150 E Birch St., Calexico, California, 92231 to maximize transportation and manpower efficiencies. The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc.). No single facility should provide housing of less than 250 adult males and females. The Contractor shall also provide armed transportation services and at a minimum, have the ability to securely transport 300 or more detainees within any given 24-hour period. The Contractor shall also be able to provide the following supportive services: Armed transportation services; On-call guard services; Medical (health) services; and food service. • A second facility or facilities is required to house approximately up to 1,400 adult males and female detainees within the San Diego AOR (hereby referred to as “Requirement B”). This facility(ies) must be located within 50 miles of 880 Front Street, San Diego, CA 92101 to maximize transportation and manpower efficiencies and must be operated in accordance with the ICE Performance-Based National Detention Standards (PBNDS) 2011 with 2016 revisions. The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc.). • A third facility or facilities is needed for up to 1,150 adult male and female detainees within the San Francisco AOR (hereby referred to as “Requirement C”). The facility must be within 75 miles from Bakersfield, Fresno, Sacramento, San Francisco, Stockton, Morgan Hill, or Redding cities to maximize transportation and manpower efficiencies. The facility must also have the following: a medical unit that meets the Franco statue dealing with mental health intake screening; at least 10 VTC capable rooms to be utilized for asylum officer visits and consulate interviews; courtroom, offices and workstations. The Contractor shall also be able to provide the following supportive services: Armed transportation services; On-call guard services; Medical (health) services; and food service. • A fourth facility or facilities is required to house up to 1,950 adult male and female detainees within the Los Angeles AOR (hereby referred to as “Requirement D”). The facility must be a maximum of 75 miles from the Los Angles Field office located at 300 North Los Angeles Street, Los Angeles, CA 90012. The facility shall be located within appropriate proximity and access to emergency services (medical, fire protection, law enforcement, etc.). The Contractor shall also be able to provide the following supportive services: Armed transportation services; On-call guard services; Medical (health) services; and food service. Each facility shall be managed and operable 24 hours a day, 7 days a week for 365 days a year, including any leap years. The services at all shall be conducted in accordance with industry standards and ICE’s Performance Based National Detention Standards (PBNDS) 2011, as revised in 2016, as well as applicable federal, state, and local laws, regulations, codes, guidelines, policies and standards. The facilities must meet the requirements of the DHS Final Rule, 6 CFR Part 115, Standards to Prevent, Detect, and Respond to Sexual Abuse and Assault in Confinement Facilities, also known as the DHS Prison Rape Elimination Act (PREA) Standards applicable to immigration detention facilities. For all four (4) requirements listed above, the contractor shall agree that the facility(ies) is/are to be for the exclusive use of ICE and the ICE detainee population. No other agency will be allowed to use the facilities to house detainees, prisoners, or inmates without prior approval of the Contracting Officer’s Representative (COR) or ICEdesignated employee. The procurement will be a full and open competition. This procurement is expected to award at least three (3) separate Indefinite Delivery Indefinite Quantity’s (IDIQ) with firm-fixed price unit prices and some labor hour CLINs. Each IDIQ will have a five (5) year period of performance for the base period and two five-year options. Each requirement (A, B, C, and D) will be evaluated independently. The Government will evaluate each proposed facility’s Environmental Assessment, technical proposal, past performance submission, and pricing proposal. The instructions will be provided in the RFP. The Government plans to evaluate and award Requirement A, Requirement B, Requirement C and Requirement D concurrently. Due dates and timelines, which will be clearly defined in the RFP, will run concurrently between Requirements. Prospective offerors may propose on any Requirement or combination of requirements and will not be mandated to propose on all four Requirements. ICE recently held an Industry Day addressing compliance with the ICE National Environmental Policy Act (NEPA) process. The information provided at that Industry Day is located in the link below: https://www.fbo.gov/index?s=opportunity&mode=form&id=88fe6d9d5816d912edffa1bf 779c2e32&tab=core&_cview=1 Past DHS Environmental Assessments are also posted online and may be used as a guide: https://www.dhs.gov/dhs-environmental-assessment-archive This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-06. FAR provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. This synopsis/solicitation does not commit the Government to pay, and the Government will not pay, any costs or expenses incurred by any prospective offeror in connection with the preparation or submission of an offer, including information required for an environmental assessment, or in making studies, designs or other taking other actions for the preparation thereof, nor does this synopsis commit the Government to contract for services or supplies. (17) Place of Contract Performance: • Requirement A: Requirement A shall be located within 50 miles from 1150 E Birch St. Calexico, CA. • Requirement B: This facility must be within 50 miles of 880 Front Street, San Diego CA, 92101. • Requirement C: The facility must be a maximum of 75 miles from Bakersfield, Fresno, Sacramento, San Francisco, Stockton, Morgan Hill, or Redding cities. • Requirement D: The facility must be located within 75 miles from the Los Angles Field office located at 300 North Los Angeles Street, Los Angeles, CA 90012. (18) Set-aside Status: Full and Open