Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2012 FBO #3764
SOLICITATION NOTICE

C -- Architect/Engineer Services for Multiple Indefinite Delivery/Indefinite Quantity Contracts for Institutions located within the Northeast Region of the Federal Bureau of Prisons

Notice Date
3/13/2012
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Northeast Regional Contracting Office, Route 15 - 2 Mlies North of Allenwood, PO Box 3500, Allenwood, Pennsylvania, 17810
 
ZIP Code
17810
 
Solicitation Number
Reference-Number-0026-12
 
Archive Date
5/4/2012
 
Point of Contact
Robert J. Kruskie, Phone: (570) 547-1990, extension 4485
 
E-Mail Address
rkruskie@bop.gov
(rkruskie@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Bureau of Prisons, Field Acquisition Office, located in Allenwood, Pennsylvania seeks to negotiate and award multiple contracts for Architect-Engineering services for institutions located within the Northeast Region of the Federal Bureau of Prisons. The resulting contracts shall be Indefinite Delivery/Indefinite Quantity type contracts with requested services being procured through individual task orders. The term of the contract would be for one (1) twelve month base period with the possibility of four (4) unilaterally exercised twelve month option periods. The Government is not obligated to exercise any of the option periods. The guaranteed minimum amount of the contract is $10,000.00 and the estimated maximum amount is $125,000.00 per contract year. The evaluation criteria #1 and #2 are the most important and equal to each other in relative importance, and the remaining criteria are listed for contract award in descending order of relative importance as follows: (1) Professional Qualifications Necessary for Satisfactory Performance; (2) Specialized Experience and Technical Competence (Including Proposed Project Team and Organization Subcontractors and Consultants); (3) Past Performance; (4) Capacity to Perform the Work in the Required Time; (5) Knowledge of Locality and Proximity to Site; and (6) Demonstrated Success in Waste Reduction and Energy Efficiency in Facility Design. Discussions will be conducted with at least three of the most highly qualified firms. The A/E Firm shall have its main office in one of the following seven states: Connecticut, Massachusetts, New Hampshire, New Jersey, New York, Ohio or Pennsylvania. Applicant responses to the aforementioned evaluation criteria shall provide two (2) copies of the Standard Form 330, Part I and Part II, and any attachments, which will be the basis of the initial evaluation of qualifications. The A/E Firm's DUNS Number for the main office shall be included on the Standard Form 330. The NAICS code for this requirement is 541310, which contains a size standard of $7 million. This acquisition will be made on an unrestricted basis and is open to all business concerns, both large and small. Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered at www.ccr.gov and complete the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Faith-Based and Community-Based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Pursuant to Federal Acquisition Regulation (FAR) 10.002, the Government does not intend to use FAR Part 12 for this acquisition. The A/E services shall be selected in accordance with the procedures in FAR 36.6. All responses on the Standard Form 330 to this announcement must be received no later than 2:00 p.m. local time on April 27, 2012. Unrelated pamphlets or booklets are not requested or required. Facsimile transmissions will not be accepted. Solicitation packages are not provided. This is not a request for proposal. Both copies of the Standard Form 330 shall be sent via overnight express mail to: Field Acquisition Office. FCC Allenwood Training Center, Attn: Robert J. Kruskie, Contracting Officer, Route 15 - 2 Miles North of Allenwood, Allenwood, PA 17810. Do not use the U.S. Post Office because the post office does not deliver to the contracting office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/20020/Reference-Number-0026-12/listing.html)
 
Place of Performance
Address: Field Acquisition Office - FCC Allenwood Training Center, Route 15 - 2 Miles North of Allenwood, Allenwood, Pennsylvania, 17810, United States
Zip Code: 17810
 
Record
SN02695580-W 20120315/120313235756-29ebf0a363591373febea08b433fb8bd (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.