Treatment
Information
Treatment Services Solicitation

The United States Probation and Pretrial Services Office in the District of Idaho contracts every year for Blanket Purchase Agreements, Competitive Purchase Orders and Non-Competitive Purchase Orders in the areas of substance use disorder treatment, urine collection services, mental health treatment, sexual deviancy treatment, and polygraph testing.  The annual contracting cycle begins around June of each year. 

For additional information about contracting or treatment services, please contact the District Drug and Alcohol Treatment Specialist, Sr. U.S. Probation Officer Lee Pierantoni, in our Coeur d'Alene office.

Updated on May 30, 2023

Request for Proposal

The United States District Court for the District of Idaho is soliciting proposals to provide treatment services and/or urine collection services for Federal persons under supervision. The offeror would provide services for male and female federal defendants/persons under supervision who have been ordered by the Court to participate in treatment.  These individuals include persons on probation, supervised release, or parole, who are under supervision of the United States Probation Office, as well as persons on Pretrial status under the supervision of United States Pretrial Services Office.

Starting June 14, 2024, the Request for Proposals (RFP), can be accessed, downloaded, and/or printed by accessing the District of Idaho, United States Probation and Pretrial Services solicitation website at: http://idp.uscourts.gov/probation/treatment/information.cfm.   Please ensure you enter the entire address listed above in your browser. Upon accessing the site, you may navigate to the RFPs via location type.

The RFP contains the full text of all applicable Government regulations, and all offerors are subject to the provisions contained in the RFP.  In responding to the RFP, you should answer fully each item and supply all information requested.

Section “L” provides specific directions for potential offerors in completing the proposal.  The offeror should fully read Section “L” and follow the directions set forth.  The minimum standards for the services listed are contained in the Clauses and Terms of Agreement.  All proposals will be evaluated by the criterion explained in Section “M.”  Note if you intend to subcontract any services, instructions are included in Section “L” the offeror should follow.

Proposals will be awarded on the basis of initial offers submitted, and each initial offer should contain your organization’s best terms from a cost and technical standpoint. There will be no additional opportunity to modify your proposal.

Please read the RFP carefully; do not rely on knowledge of previous RFPs, or knowledge or previous Federal procurement procedures.  As a reminder, the offeror must have a site within the catchment area (unless otherwise indicated in the RFP), which will be evaluated during an on–site visit. Note: a catchment area may consist of multiple counties/zip codes, in which case the offeror must have a site within at least one of the counties/zip codes identified in that catchment area. 

An offeror must be capable of providing all services identified in Section “B,” including local services identified at the end of Section C, and must have a site located within the geographic area identified in Section “B.”  If the offeror is unable to provide a service identified in Section B and does not identify/subcontract with someone to provide the service, the offeror will be technically unacceptable.

The estimated monthly quantity listed in Section “B” of the RFP is the estimate of the services to be provided during the term of this agreement. It is only an estimate.  For urine collection services, all testing supplies will be supplied by the U.S. Probation Office, at no cost to the offeror.

Although the Government may choose to enter into a Blanket Purchase Agreement with multiple offerors, the Government reserves the right to award to a single offeror. The term for this Blanket Purchase Agreement is twelve (12) months with a start date of October 1, 2024, with provisions that shall allow the Government to unilaterally extend the agreement for an additional four (4) years, at four (4) twelve (12) month intervals, at the Government’s discretion.

Proposals are due by July 10, 2024, by 3:00 p.m. PST. Proposals shall be e-mailed in pdf format to lee_pierantoni@idp.uscourts.gov.  All email submissions must reference in the subject line, the Solicitation number indicated in Section A, Block 1 of the Solicitation/Offer/Acceptance.  Hard copies will not be accepted, unless otherwise noted.  It is the responsibility of the offer to confirm the government’s receipt of the proposal.

All proposals must be signed by a representative authorized to commit the offeror to contractual obligations.  Electronic signatures are accepted. 

A copy of the Blanket Purchase Agreement, Clauses and Terms of Agreement, should be retained by the offeror for their files.

Any questions concerning the solicitations and/or the solicitation process must be submitted in writing by June 28, 2024, at 3:00 p.m. Responses to all questions and inquiries will be posted on the above identified website for all potential offeror review. Questions may be forwarded in writing via email to Lee Pierantoni, Sr. U.S. Probation Officer at lee_pierantoni@idp.uscourts.gov.