SOLICITATION NOTICE
C -- ARCHITECT AND ENGINEERING SUPPLEMENTAL SERVICES- WESTERN REGIONAL OFFICE
- Notice Date
- 9/2/2025 11:17:45 AM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15BFA025R00000057
- Response Due
- 10/2/2025 11:00:00 AM
- Archive Date
- 10/17/2025
- Point of Contact
- Patrick Ford
- E-Mail Address
-
pford@bop.gov
(pford@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Federal Bureau of Prisons (BOP), Western Regional Office (WXRO) anticipates the need for a single 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. The government is not obligated to exercise any of the option periods. The services will be for various BOP facilities in the Western Region, which encompass the states of Arizona, California, Hawaii, Idaho, Montana, Nevada, Oregon, Utah, Washington and Wyoming. The following is a list of correctional facilities in, California: Alcatraz, Atwater, Dublin, Herlong, Lompoc (2) Los Angeles, Mendota, Taft, Terminal Island, San Diego, and Victorville (3). Correctional facilities in the remaining states are as follows: Arizona: Phoenix, Safford, Tucson (2), Hawaii: Honolulu, Oregon: Sheridan, and Washington: Sea-Tac. Currently there are no Bureau of Prisons� facilities in Alaska, Idaho, Montana, Nevada, Utah and Wyoming. The Contractor shall provide A&E (Architectural and Engineering) services that fully cover all disciplines required for a complete job. Services shall include but not be limited to: Architectural, Civil Engineering, Structural Engineering, Mechanical Engineering, Electrical Engineering, and all consultant work called for in each Task Order. All Architects and Engineers performing work will have to be licensed in Arizona, California, Hawaii, Oregon and Washington States. The Contractor shall provide A&E services to include but not be limited to: Studies, Master Planning, Environmental Assessments, Site investigation, Utility Studies, Energy Audit Surveys, Recommissioning Services, Project Programing, Design Concepts, Design, Construction Documents, Cost Estimates, Pre-Bid meetings at sites, Assistance in Bid Evaluation, Pre-construction conferences at site, Construction Administration services, Submittal Review, Construction Contract Modification assistance, site visits during construction, Project Closeout services. The Contractor will develop procedures, produce construction documents/work Statements, develop long- range master planning, and evaluate regulatory compliance for various activities as requested. The Contractor may be tasked with the development of these and other documents for use in design-bid-build projects. They may be tasked with providing assistance to the government in preparing Statements of Work, cost estimates, assistance in reviewing proposals and submittals for the government related to design-build contracts performed by others. In this work they may be asked to act as governments consulting agent. The contractor will not be able to participate in any Design/Build contracts let by the Bureau of Prisons Western Regional Office during the life of this contract. Given the close coordination needed between the successful firm and regional office, selection of firm will be limited geographically to those located within California. The Western Regional Office is located at 7338 Shoreline Drive Stockton, CA 95219. The guaranteed annual minimum amount of each contract is $10,000.00 and the estimated annual maximum is $600,000. Firms are to perform services as required by the issuance of individual task orders. Services will be required for a one-year base period with four one-year option periods (if exercised) for a total of up to 60 months from the date of award. The North American Industrial Classification System (NAICS) code applicable to this requirement is 541310 (Architectural Services) with a corresponding small business size standard of $12.5 million average annual receipts for the firms preceding three fiscal years. Interested parties must be registered in the System for Award Management (SAM) at www.sam.gov. NAICS code 541310 must be included where applicable in registrations. This requirement will be fulfilled pursuant to the Federal Acquisition Regulation (FA) 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. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting Parts I and II of the Standard Form 330 (Architect Engineer Qualifications) dated not more than 12 months before the date of this synopsis. The current version of the form along with any extra pages/sections may be retrieved from www.gsa.gov/forms (Type in ""SF330"" in the Form Name or Number block for a full listing of the associated forms. *** Include a cover letter detailing your firms name and main office address (as registered in sam.gov), UEI#, Tax ID# (TIN), CAGE code, and main point of contact for your firm through out the solicitation process (phone and e-mail). SELECTION CRITERIA Selection criteria will be based on the following evaluation factors in descending order of importance: Experience and Performance (45%) Capacity and Capability (25%) Proposed Project Team and Organization (30%) Submit details (maximum of one page per project) of not more than five significant and/or complex renovation projects completed in the past five years (Utilize Section F of the SF-330). Identify the lead designer and address the design approach with salient features for each project. Discuss how the client's program, function, image, mission, economic, schedule and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and email. Submit resumes of key personnel outlining commitment to projects and qualifications and relevant experience as individuals and as a team. Highlight sustainability features incorporated into the project design (e.g., energy/water efficiency, waste reduction, use of recycled materials). Submit a narrative outline describing the firm's project management planning, coordination, scheduling and production facilities, capabilities, and techniques for both design and construction inspection, and the firm's commitment to opportunities for small, minority and women owned business (Utilize Section H of the SF-330). Submit a narrative outline with examples describing the firm's ability to evaluate/develop accurate preliminary project budgets, ability to control project costs during design process, ability to design within funding limitations, methods used to coordinate construction documents, work of various engineering disciplines, and provide general production quality control (Utilize Section H of the SF-330). No fax or paper submissions. MUST submit electronically through the JEFS APP BOX at link below: https://jefs.app.box.com/f/ceec6f62613c4bffafb91e49ea878dbb All submissions should be in Adobe format. Title the file in the following format: 15BFA025R00000057_Company Name_ SF330 A/E Supplemental Services_ WRO Electronic copies of each submission shall be compatible with the following software products: Adobe Acrobat Reader 11 and Microsoft Office Suite 2016. Narrative portions of the submission shall be in Adobe Acrobat portable document file (pdf) searchable text format. The Submitter shall not embed sound or video (e.g., MPEG) files into the submission files. Electronic files shall be clearly identified for each volume, section, and item. The Submitter must ensure electronic files are virus-free and shall run an anti-virus scan before submission. Submissions by mail or hand carried will not be evaluated. All responses must be received no later than October 2, 2025, 11:00 AM, PST. It is the responsibility of the Submitter to confirm receipt by contacting Patrick Ford, Contracting Officer, at pford@bop.gov. Failure to submit all required information may result in rejection. All submissions received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulations (FAR). Based on these submissions, a short-list of no more than three (3) firms will be selected for an interview. Firms should be prepared to discuss their submittals and to demonstrate their ability to fulfill the contract requirements. Final selection will be based on SF-330 submissions and interviews. After the SF-330 review and interview process, two (2) selected firms will be invited to submit a formal proposal and must be prepared to negotiate overhead, profit, and hourly rates for anticipated disciplines for use in negotiating firm-fixed-price contract rates as well as firm-fixed-price task orders to be completed under the contract. All contract awards and task orders thereunder are subject to a determination of fair and reasonable pricing. This acquisition is 100 percent small business set-aside. Firms must be registered in SAM.gov as a small business (see FAR provision 52.219-1 in the Representations & Certifications section of the SAM registration. If you have questions about SAM.gov, Government procurements in general, or need assistance in the preparation of your bid/proposal/offer, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/523ac2c385084abaab63ec1194e0c0a5/view)
- Place of Performance
- Address: Stockton, CA 95219, USA
- Zip Code: 95219
- Country: USA
- Zip Code: 95219
- Record
- SN07574279-F 20250904/250902230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |