Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2012 FBO #4037
SOURCES SOUGHT

C -- Architect-Engineer Supplemental Services - North Central Regional Office

Notice Date
12/11/2012
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFPP04001300001
 
Archive Date
9/30/2013
 
Point of Contact
Gregory M. Formella, Phone: 972-352-4307
 
E-Mail Address
gformella@bop.gov
(gformella@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT QUALIFICATION DOCUMENTS OR PROPOSOLS. THIS NOTICE WILL BE AMENDED AT A LATER DATE TO A SYNOPSIS OF PROPOSED CONTRACT ACTION THAT WILL PROVIDE INSTRUCTIONS FOR OFFERORS TO RESPOND TO THIS OPPORTUNITY. The Federal Bureau of Prisons (BOP), North Central Regional Office (NCRO), anticipates the need for a multiple award, indefinite delivery indefinite quantity (IDIQ), firm fixed-price contract for supplemental architect-engineering (A/E) services, with a one year base requirement and up to four option years. While the Government anticipates multiple awards, no more than two awards are expected. The services will be for various BOP facilities in the North Central Region to include the states of Colorado, Illinois, Iowa, Indiana, Kansas, Michigan, Minnesota, Missouri, Nebraska, North Dakota, South Dakota, Wisconsin, and Wyoming. Disciplines and services may include, but are not limited to: architecture, electrical, mechanical, structural, civil and geotechnical engineering, elevator, life safety, fire safety, code-compliance, LEED certification, Section 106, hazardous material consultant services, life safety inspections, investigations, land surveys, materials testing services, comprehensive subsurface investigations, preparation of construction documents, estimates, bidding services, construction administration and/or assistance to BOP staff in the preparation of in-house designs or related work. Services may also include special studies, reports, programming, site evaluations, environmental assessment for remediation, and other associated work. Most projects will take place in a fully occupied, fully operational, secure correctional environment. Most projects require complex design effort and detail along with extensive coordination between design disciplines, the institution, and the Regional Office during design and construction. Institutions, located at a total of seventeen (17) different site locations in the North Central Region, are comprised of two prison complexes, several institutions, satellite camps, and two hospitals. Projects at select institutions may involve issues of national security. Given the close coordination needed between the successful firms and the Regional Office, selection of firms will be limited geographically to those located within a 50-mile radius of the North Central Regional Office, located at 400 State Avenue, Kansas City, Kansas 66101. Firms are to perform services as required by the issuance of individual task orders. The guaranteed annual minimum amount of each contract is $10,000.00 and the estimated annual maximum is $1,000,000.00. The maximum amount of any individual task order is $1,000,000.00. Services will be required for a one-year base period with four one-year option periods for a total of up to sixty months from the date of award. The North American Industrial Classification System (NAICS) code applicable to this requirement is 541310 (Architectural Services). Interested firms must be registered in the System for Award Management (SAM) at www.sam.gov which includes Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). NAICS code 541310 must be included where applicable in the registrations (e.g. provision 52.219-1 of ORCA if representing as a small business). The current size standard for this NAICS code is $7 million average annual receipts for the firm's preceding three fiscal years. Firms larger than this average will be considered large businesses and will be required to submit a small business subcontracting plan if selected to submit a proposal, unless the services will be completed fully in-house by the firm for the entire contract duration. This requirement will be fulfilled pursuant to Federal Acquisition Regulation (FAR) 36.6 and The Brooks Act. Pursuant to FAR 36.209 and 36.606(c), for any firm(s) receiving award under this requirement, no construction contract may be awarded to the firm (including any of its subsidiaries or affiliates) that designs the corresponding project. Interested firms meeting the 50 mile radius restriction in proximity to the North Central Regional Office are requested to respond to this notice by adding their names to the Interested Vendors List for this posting in FedBizOpps.gov. The synopsis of proposed contract action will include further instructions for responding to this opportunity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFPP04001300001/listing.html)
 
Place of Performance
Address: 400 State Avenue, Kansas City, Kansas, 66101, United States
Zip Code: 66101
 
Record
SN02946338-W 20121213/121211234345-9e9aa2f57ab3bddacdd4e9b7250e15fa (fbodaily.com)
 
Source
FedBizOpps 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.