Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOURCES SOUGHT

C -- AE Services for Federal Bureau of Prisons Federal Correctional Institution (FCI) and minimum-security Federal Prison Camp (FPC)

Notice Date
2/19/2025 7:44:28 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-25-FBP-FCIFPC
 
Response Due
3/6/2025 11:00:00 AM
 
Archive Date
03/21/2025
 
Point of Contact
Brandon Gatz, Michael D. Hutchens
 
E-Mail Address
brandon.h.gatz@usace.army.mil, michael.d.hutchens@usace.army.mil
(brandon.h.gatz@usace.army.mil, michael.d.hutchens@usace.army.mil)
 
Description
Architect/Engineering services to support the Federal Bureau of Prisons future design initiative for a new medium-security Federal Correctional Institution (FCI) and minimum-security Federal Prison Camp (FPC). A market survey is being conducted to identify firms interested in this requirement and determine if there are a reasonable number of interested small business concerns to set this future requirement aside for them. If your firm is a Large Business, Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business (SDVOSB) and you are interested in this project please respond appropriately. The USACE, Louisville District has a requirement for a new Single-Award Task Order Contract (SATOC) Indefinite Delivery / Indefinite Quantity (IDIQ) for Architect/Engineer (A/E) services. The SATOC IDIQ will support the Federal Bureau of Prisons (BOP) project via the preparation of a full design package to be used in the advertisement and award of a construction project for a new medium-security FCI and minimum-security FPC in the Mid-Atlantic Region, to include Kentucky, Tennessee, North Carolina, Virginia, West Virginia, and Maryland. Projects have the potential to be located in remote areas away from larger metropolitan areas. Aspects of the design effort will be awarded by individual firm-fixed price task orders. The maximum cumulative IDIQ contract will not exceed a capacity of $150,000,000. The contract�s ordering period will consist of a ten-year base period with no option years. The required A/E services to be provided under this contract will be multidisciplinary in nature. The project will construct a medium-security FCI and minimum-security FPC on a 500-acre site in accordance with the Record of Decision signed by the BOP on October 28, 2024. Approximately 200 acres will be developed, with the remaining site undisturbed. Locate the development in the center of the site to maintain as much of the natural environment as possible. The project shall incorporate a design that balances the mission of the FCI and FCP with the surrounding area; ensure that architectural design is compatible with the character of the Mid-Atlantic Region; promote a compact development plan; and implement a traffic management plan. Earthwork and related site disturbance is to be minimized by developing the site in a compact, campus-style arrangement. The project will include: Medium-security FCI. Medium-security FCIs have strengthened perimeters (often double-fences with electronic detection systems), cell-type housing, a wide variety of work and treatment programs, and an even more stringent inmate-to-employee ratio than low-security institutions, providing even greater controls. The Proposed FCI would be designed to house 1,152 inmates. Minimum-security FPC. Also known as a satellite work camp; characterized by dormitory-style housing, a high inmate-to-employee ratio, and the absence of security fences. These institutions are work-and program-oriented. The proposed FPC would be designed to house 256 inmates. Visitors Center. Recreational Facilities. Training Center, including an Outdoor Firing Range (1,033 SF) and Staff Training Building (9,795 SF). Warehouse (35,295 SF). Garage/Landscaping Building (7,028 SF). Central Utility Plant (13,100 SF). Supporting facility infrastructure shall be provided, to include: Potable Water. Provide an elevated 500,000-gallon water storage tank sufficient to meet daily water use and fire flow requirements. Water usage estimates can be provided based on current physical capacity of inmates for a medium-security institution and prison camp. Water service is to be provided by the local municipality. Wastewater Management. Provide a wastewater screening facility connecting to existing sanitary sewer infrastructure, including a lift station. Provide access roads, security perimeter road, parking lots and delivery loading areas. Two parallel, chain link and razor wire fences equipped with security sensors would be placed around the perimeter of the FCI. The fence would be approximately 12 feet high. Site lighting shall consist of 100-feet high mast lighting poles placed along the security perimeter road around the correctional facility, in the parking lots, and around the buildings. The lighting would include hooded light-emitting diode (LED) light fixtures to provide a minimum of 1.5-foot candles of illumination. The number and mix of light sources used to illuminate the secure compound are selected for the ability to relight the facility quickly in the event of a power outage. NAICS code is 541330- Engineering Services. All interested firms are asked to provide responses to this market survey. Each firm is asked to identify its size status (Large Business, Small Business, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service-Disabled Veteran Owned Business) as part of its response. Contractors should respond to this survey by email on 6 March 2025 by 2:00 PM Eastern Time. Responses should include: 1. Identification and verification of the company�s size status to include small business status, if applicable. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Descriptions of Experience � Interested design firms must provide no more than three (3) example projects with a fully complete design and construction of the design being substantially complete (approximately 95 percent complete) within the past fifteen (15) years. Submitted projects should be examples of projects where the interested firm served as the Designer of Record for the project. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope. Projects similar in scope to this project include: Design of federal correctional facilities to include FCI and FPC, to include supporting facilities such as Visitors Centers, Recreational Facilities and Firing Ranges. Projects similar in size to this project include: Facilities with a minimum of 500,000 SF including earthwork of at least 5,000,000 CU YD and all site utility and supporting infrastructure. Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project. Size of the project. The dollar values of the design and construction contracts and whether it was design-bid build or design-build. The aspects and dollar value of the design that were self-performed as the Designer of Record. For each project, identify those design elements for which subcontractors were utilized. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Brandon Gatz Brandon.H.Gatz@usace.army.mil. If you have questions, please contact Brandon Gatz at Brandon.H.Gatz@usace.army.mil . This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition planning decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9cd8fda961e64767b8b256bda26abde4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07347265-F 20250221/250219230038 (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.