Architect-Engineer Supplemental Services - Southeast Regional Office

expired opportunity(Expired)
From: Federal Government(Federal)
15B30020R00000001

Basic Details

started - 29 Jan, 2020 (about 4 years ago)

Start Date

29 Jan, 2020 (about 4 years ago)
due - 28 Feb, 2020 (about 4 years ago)

Due Date

28 Feb, 2020 (about 4 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
15B30020R00000001

Identifier

15B30020R00000001
JUSTICE, DEPARTMENT OF

Customer / Agency

JUSTICE, DEPARTMENT OF (28489)FEDERAL PRISON SYSTEM / BUREAU OF PRISONS (21775)SERO (34)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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), Southeast Regional Office (SERO), anticipates the need for a multiple 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.  While the Government anticipates multiple awards, no more than two awards are expected.The services will be for various BOP facilities in the Southeast Region to include Alabama, Florida, Georgia, Mississippi, Puerto Rico, and South Carolina.  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, located at a total of seventeen (17) different site locations in the Southeast Region, are comprised of two 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 firm(s) and the Regional Office, selection of firm(s) will be limited geographically to those located within a 50-mile radius of the Southeast Regional Office, located at 3800 Camp Creek Parkway, SW, Building 2000, Atlanta, Georgia 30331.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 and the estimated annual maximum is $500,000. The maximum amount of any individual task order is $500,000. 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.  Options are issued at the unilateral discretion of the Government.This acquisition will be accomplished utilizing full and open competition.  Both large and small businesses may respond. The North American Industrial Classification System (NAICS) code applicable to this requirement is 541310 (Architectural Services).  The current size standard for this NAICS code is $8.0 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).  Interested parties must be registered in the System for Award Management (SAM) at www.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 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 (SF-330, Architect­Engineer Qualifications) dated not more than 12 months before the date of this synopsis.  The current version (8/2016) of the form, along with any extra pages/sections, may be retrieved from https://www.gsa.gov/reference/forms (type "SF330" in the Find a Form search).  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.  Submissions should be on standard 8.5" x 11" format. No extraneous attachments should be included.  Selection criteria will be based on the following evaluation factors:1. Firms Capacity and Capability (20%)a. Site make up of firm and any consultants; available personnel by disciplineb. Production and quality control systems and techniques2. Proposed Project Team and Organization (30%)a. Key personnel proposed by the firm and any consultantsb. Professional qualifications and relevant experience, individually and as a teamc. The firm's organization and management plan3. Experience and Performance (50%)a. Experience by the firm, proposed key personnel and the project team and any consultants, including experience with projects or comparable size and complexityb. Knowledge of the general project localityc. Experience and performance demonstrated by description to recent projects by the firm, proposed key personnel and the remaining project team consultantsd. Narrative and visual evidence of the firm's ability with respect to functional and aesthetic quality of past projects and cost and schedule controle. Conciseness, clarity, and completeness of the firm's submittal (experience with correctional facilities is not mandatory)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 (maximum of one page), with examples, 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 of 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 your response electronically to Bobby Addison at baddison@bop.gov.  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.  In addition, a total of four (4) hard copies of ALL documents must be submitted to Bobby Addison, Contracting Officer, Federal Bureau of Prisons, Southeast Regional Office, 3800 Camp Creek Parkway, SW, Building 2000, Atlanta, Georgia 30331.  All responses must be received no later than February 28, 2020, 1:00 PM local time (eastern).  Failure to submit all required information may result in rejection.  Based on these submissions, a short list of a minimum of six (6) 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. Firms will be selected for contract award based on submissions and interviews.  After the SF-330 review and interview process, selected firms 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 fixed-price task orders to be completed under the contract.  Firms may be required to submit to an audit prior to negotiations. If you have questions about SAM, Government procurements in general, or need assistance in the preparation of you 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.

Southeast Regional Office 3800 Camp Creek Parkway, SW Building 2000 Atlanta,    Georgia    30331 United StatesLocation

Place Of Performance : N/A

Country : United StatesState : GeorgiaCity : Atlanta

You may also like

RFQ LANDSCAPE ARCHITECT SERVICES

Due: 01 Apr, 2024 (in 3 days)Agency: Facilities Planning and Construction

PUCHACK WELL FIELD SUPERFUND SITE CONSTRUCTION PHASE ARCHITECT-ENGINEER SERVICES

Due: 20 Apr, 2026 (in about 2 years)Agency: DEPT OF DEFENSE

ARCHITECT-ENGINEER (A/E) SERVICES FOR U.S. DOE

Due: 30 Sep, 2024 (in 6 months)Agency: ENERGY, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541310Architectural Services
pscCode C219Other Architect and Engineering Services