Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2015 FBO #4899
MODIFICATION

R -- Architect/Engineering Services

Notice Date
4/22/2015
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Taft Correctional Institution, P.O. Box 1199, 1500 Cadet Road, Taft, California, 93628, United States
 
ZIP Code
93628
 
Solicitation Number
RFPP06001500002
 
Point of Contact
Diana A Cormier-Spears, Phone: 202-598-3480
 
E-Mail Address
dcormier@bop.gov
(dcormier@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. FOLLOW THE INSTRUCTIONS CONTAINED IN THIS NOTICE FOR RESPONDING TO THIS OPPORTUNITY. The Federal Bureau of Prisons (BOP), Western Regional Office (WXRO), anticipates the need for the award of one indefinite-delivery indefinite-quantity (IDIQ), firm-fixed-price contract for architect-engineering (A/E) services, with a one year base requirement and up to four option years. The services will be for various BOP facilities in the Western Region. The Western Region encompasses the states of Alaska, Arizona, California, Hawaii, Idaho, Montana, Nevada, Oregon, Utah, Washington 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 are located at a total of fifteen (15) different site locations in the Western Region and are comprised of two prison complexes, several institutions, and satellite camps. The selection of the successful firm will be limited to the proposer that is located in California or Arizona and is licensed in each of the states within the Western Region for all disciplines in the proposer's office. The guaranteed annual minimum amount of each contract is $10,000.00 and the estimated annual maximum is $400,000.00. 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. NAICS code 541310 must be included where applicable in the registrations (e.g. provision 52.219-1 of the representations and certifications section of SAM 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. 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 (Architect­Engineer Qualifications) dated not more than 12 months before the date of this synopsis. Include a cover letter detailing the firm's name and address (as registered in SAM), DUNS #, TAX ID (TIN) #, and the main point of contact for the company throughout the solicitation process. Selection criteria will be based on the following evaluation factors (in descending order of importance): Experience and Past Performance (50%); Capacity and Capability (25%); Project Team and Organization (25%). Submit information ONLY on the SF-330. No extraneous pages. Submit on standard 8.5" X 11" paper. NO BINDINGS. Submit a total of four (4) copies of ALL documents to Diana Cormier, Contract Specialist, Federal Bureau of Prisons, 1500 Cadet Rd., Taft, CA, 93628, with the inner-most envelope/package bearing the following information: IDIQ Architect/Engineer Services for WXRO, the due date and closing time. All responses must be received no later than May 25, 2015, 3:00 PM local time (Pacific). Failure to submit all required information may result in rejection. Firms should be prepared to discuss their submittals and to demonstrate their ability to fulfill the contract requirements. A firm will be selected for contract award based on submissions and interviews. After the SF-330 review and interview process, the selected firm will be asked 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 award as well as firm-fixed-price task orders to be completed under the contract. Firms may be required to submit to an audit prior to negotiations. Faith-based and community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PCC0003/RFPP06001500002/listing.html)
 
Place of Performance
Address: Bureau of Prisons, Western Regional Office, 7338 Shoreline Drive, Stockton, California, 95219, United States
Zip Code: 95219
 
Record
SN03707353-W 20150424/150422234757-d1d8fbf61d5ce79a2903a1dfa86c1c02 (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.