Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2003 FBO #0423
SOLICITATION NOTICE

Y -- Design and Build Construction of Witness Security Housing Unit at the Federal Correctional Institution located in Otisville, New York

Notice Date
1/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, Northeast Regional Contracting Office, 1049 Allenwood Camp Lane PO Box 1000, Montgomery, PA, 17752
 
ZIP Code
17752
 
Solicitation Number
RFP21103-0159
 
Archive Date
7/31/2004
 
Point of Contact
Robert Kruskie, Contract Specialist, Phone (570)547-1641, ext. 542, Fax (570)547-7689, - Norman Showers, Contract Specialist, Phone (570)547-1641, ext. 547, Fax (570)547-7689,
 
E-Mail Address
rkruskie@bop.gov, alw1006@bop.gov
 
Description
This is the first pre-solicitation notice. Another notice will be issued again in approximately one week. The Federal Bureau of Prisons (FBOP) anticipates award of a firm-fixed price design-build contract for the design and construction of a new Witness Security Housing Unit at the Federal Correctional Institution, located in Otisville, New York. The contractor will be required to provide all architectural, engineering, construction, and other related services necessary to complete the project. The proposed project is currently planned to consist of the design and construction of a secure housing unit of approximately 38,000 square feet. This unit shall be a stand alone facility and will require all support services including but not limited to a segregation unit, Unicor, receiving and discharge, and required program spaces. The unit shall be designed to meet the construction and security requirements of a Federal Correctional Institution. Construction shall require Class A&B construction and shall be located inside a double fence with razor wire ribbon. The design shall meet the requirements of ACA, NFPA, SMIAS and the FBOP design guidelines. The estimated magnitude of this project is more than $10,000,000.00. Interested offerors must be a firm or joint venture with experience, individually or as a member of a team, satisfactorily completing a project of similar size and scope. The design of the architectural and engineering features of the project shall be accomplished or reviewed and approved by architects and engineers registered to practice within the State of New York. Participation by architect-engineers, consultants, and subcontractors located within the State of New York is encouraged. The architect-engineer portion of this design-build entity must be a firm or joint venture having an existing major active office, which will have responsibility for performing the design effort, located within the State of New York. Joint ventures for the architect and engineering work will be considered only if the principal or lead firm of the joint venture has an existing active office located within the State of New York. The successful offeror will be required to submit a subcontracting plan for this procurement regarding the utilization of small, small disadvantaged, HUBZone small business and small woman-owned businesses. The FBOP will be utilizing the Two Phase Design-Build Selection Procedures. This notice is not a request for proposals. Phase One of the solicitation will be available on or after February 14, 2003, and will be distributed through the General Services Administration?s Federal Business Opportunities web site hhp://www.fedbizopps.gov/. Hard copies of the solicitation document will not be available except in extreme circumstances and only if issuance is determined to be in the Government?s best interest. The site provides downloading instructions. All future information about this acquisition, including amendments, will be distributed through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The Phase One solicitation will provide the scope of work, evaluation factors, and submission information for interested contractors to prepare their Phase One qualification proposals. Phase One qualification proposals will be evaluated to determine which firms will be selected for Phase Two. Phase Two participants will submit competitive technical and price proposals as defined in the Phase Two solicitation. The performance period for the design and construction is 912 calendar days. The NAICS code for this requirement is 233320.
 
Place of Performance
Address: Federal Correctional Institution Otisville, P.O. Box 600, Two Mile Drive, Otisville, New York
Zip Code: 10963-0600
Country: U.S.A.
 
Record
SN00247138-W 20030129/030127213140 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.