15BCTS26D00000018 - SU/MH Fort Worth, Texas
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, intends to solicit proposals for community-based outpatient substance use disorder (SUD) and mental health (MH) treatment services in Fort Worth, Texas. These services are for male and female Adults in Custody (AICs) in community placement, including those in Residential Reentry Centers, on home confinement, or Federal Location Monitoring. The services must be delivered within a six-mile radius of the Fritz G Lanham Federal Building (819 Taylor Street, Fort Worth, TX 76102) and within a half-mile of a bus stop. This requirement is a Total Small Business Set-Aside. The Request for Proposal (RFP) is anticipated to be available on or about February 25, 2025, with an estimated closing date of March 25, 2025.
Scope of Work
The contractor will provide a comprehensive range of SUD and MH treatment services in accordance with the BOP Community Treatment Services (CTS) Statement of Work, 2022. Services include:
- Substance Use Disorder Treatment: Planning, intake screening/assessment, individual and group counseling, and relationship/parenting counseling.
- Mental Health Treatment: Planning, intake screening/assessment, psychiatric evaluation, crisis intervention, individual and relationship/parenting counseling, and medication monitoring. Services are primarily to be delivered in-person at approved performance sites, with telehealth (audio-visual, two-way interactive communication) permitted under specific clinical circumstances. Audio-only services are allowed only in limited, pre-approved cases. All clinicians must hold a professional license to practice independently in Texas. The solicitation provides estimated minimum and maximum quantities for each service type across the base year, four option years, and a potential six-month extension.
Contract & Timeline
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ) with firm-fixed unit prices.
- Period of Performance: One-year base period, estimated to begin May 1, 2025, followed by four one-year option periods. If all options are exercised, services would conclude by April 30, 2030.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- RFP Release: On or about February 25, 2025.
- Estimated Closing Date: On or about March 25, 2025, at 2 pm EST.
- Distribution: Solicitation and all amendments will be distributed solely through SAM.gov. Hard copies will not be available.
Additional Notes
Interested parties are responsible for monitoring SAM.gov for the official RFP release and any subsequent updates. Questions regarding this pre-solicitation notice should be directed to Kathaleen Cannon, Contracting Officer, via email at kacannon@bop.gov or phone at 202-598-6137, specifically after the Solicitation Notice is posted.