Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

C -- Architect-Engineer Supplemental Services - Western Regional Office

Notice Date
7/20/2020 12:50:59 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15B60020R00000001
 
Response Due
8/21/2020 12:00:00 PM
 
Archive Date
09/25/2020
 
Point of Contact
Martin Guidry, Phone: 9723524514
 
E-Mail Address
mguidry@bop.gov
(mguidry@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 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: 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, Studies, Master Planning, Environmental Assessments, Site investigation, Utility Studies, 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 Close out services, 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. See the Statement of Work attachment for full description of services. 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 nineteen (19) different site locations in the Western Region, are comprised of multiple prison complexes, several institutions and satellite camps.� Projects at select institutions may involve issues of national security. Given the close coordination needed between the successful firms, institutions, and Regional Office, consideration and selection of firms will be limited geographically to firms located in California. 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 $600,000. 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 (BETA SAM) at beta.sam.gov. 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 the firm receiving award under this requirement, no construction contract may be awarded to the firm (including any of its subsidiaries or affiliates) that designs the respective 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 (08/2016) of the form along with any extra pages/sections may be retrieved from https://www.gsa.gov/portal/forms/type/TOP (Type ""SF330"" in the Find a Form search block for a full listing of the associated forms). Include a cover letter detailing your firm's name and main office address (as registered at SAM.gov), DUNS#, TAX ID# (TIN), CAGE code and the main point of contact for your firm throughout the solicitation process (phone and email). Submissions should be on standard 8.5"" x 11"" format. No extraneous attachments. 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 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, fax, and email. Submit resumes of key personnel outlining commitment to projects and qualifications and relevant experience as individuals and as a team. Submit a narrative outline of not more than one page 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 (maximum one page) 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). Submit via email to Martin Guidry, Contracting Officer, at mguidry@bop.gov. All responses must be received no later than August 21, 2020, 2:00 PM local time (central). Failure to submit all required information may result in rejection. Based on these submissions, a short-list of no more than three (3) firms will be selected for an interview. Note: email attachments may not exceed 14 megabytes (total of all attachments in any single email message). Attachments larger than this will be rejected by our network. Alternatively, a CD-ROM may be mailed and delivered by the date and time specified above to: Martin Guidry, BOP Field Acquisition Office, U.S. Armed Forces Reserve Complex, 346 Marine Forces Dr., Grand Prairie, TX 75051. No fax or paper submissions. 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, one (1) firm 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 is a 100 percent small business set-aside. You must be registered in BETA.SAM.GOV as a small business (see FAR provision 52.219-1 in the Representations & Certifications section of your SAM registration). If you have questions about the System for Award Management (BETA SAM), Government procurements in general, or need assistance in the preparation of your bid/proposal, 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://beta.sam.gov/opp/3c1cfea5a1de4cb387487abb478c23e8/view)
 
Place of Performance
Address: Stockton, CA 95219, USA
Zip Code: 95219
Country: USA
 
Record
SN05726019-F 20200722/200720230145 (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 |
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.