SOLICITATION NOTICE
C -- Architect and Engineer Supplmental Services - BOP Mid-Atlantic Regional Office
- Notice Date
- 8/28/2020 9:27:43 AM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15B10020R00000001
- Response Due
- 9/25/2020 12:00:00 PM
- Archive Date
- 06/30/2021
- Point of Contact
- Jim D Seratt, Phone: 9723524517, Fax: 9723524545
- E-Mail Address
-
jseratt@bop.gov
(jseratt@bop.gov)
- 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), Mid-Atlantic Regional Office (MXRO) anticipates the need for the award of three indefinite delivery indefinite quantity (IDIQ), firm fixed price contracts for supplemental 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 guaranteed annual minimum amount of each contract is $10,000 and the estimated annual maximum is $400,000.� A&E firms are to perform services as required by the issuance of individual Task Orders.�� The services will be for various BOP facilities in the Mid-Atlantic Region, which encompass the states of Maryland, West Virginia, Kentucky, Tennessee, Virginia, North Carolina, and Delaware.� The following is a list of correctional facilities, by State: Maryland:� FCI Cumberland; West Virginia:� FCC Hazelton, FCI Morgantown, FCI Gilmer, FPC Alderson, FCI McDowell, and FCI Beckley; Kentucky:� FCI Ashland, USP Big Sandy, FMC Lexington, FCI Manchester, and USP McCreary; Tennessee:� FCI Memphis; Virginia:� FCC Petersburg, and USP Lee; North Carolina:� FCC Butner.� Currently, there are no BOP facilities in the in the state of Delaware. The Contractor shall provide A&E 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, and all consultant work called for in each Task Order.� All A&E firms performing work must be licensed in the state in which the specific Task Order is located.� The Contractor shall provide A&E services to include but not be limited to:� 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 sites, Construction Administration Services, Submittal Review, Construction Contract Modification Assistance, Site Visits During Construction, Project Closeout Services.� See the attached Statement of Work for the full description of services required. 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 correctional facility, and the MXRO during design and construction.� Given the close coordination needed between the successful firms and MXRO, selection of firm(s) will be limited geographically to those located within a 50-mile radius of the MXRO.� The MXRO is located at 302 Sentinel Drive, Suite 200, Annapolis Junction, MD 20701.� 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 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 (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%) � experience with projects of comparable size and complexity by the firm, project team, and consultants; knowledge of general geographic locality; experience and performance on recent projects by firm, proposed key personnel, and consultants; narrative and visual evidence of the firm�s ability with respect to functional and aesthetic quality of part projects and cost and schedule control; conciseness, clarity, and completeness of the firm�s submittal. Capacity and Capability (25%) - size and make-up of firm and consultants; available personnel by discipline; production and quality control systems and techniques. Project Team and Organization (25%) � key personnel proposed by the firm and any consultants; professional qualifications and relevant experience, individually and as team; firm�s organization and management plan. 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 Jim Seratt, Contracting Officer, at jseratt@bop.gov. All responses must be received no later than September 25, 2020, 2:00 PM Central time. Failure to submit all required information may result in rejection. Based on these submissions, a short-list of no more than six (6) 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. 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, three (3) firms 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 requirement will be solicited on an unrestricted basis. 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/07a9efa57dce4151a04fef61d2861dcd/view)
- Place of Performance
- Address: Annapolis Junction, MD 20701, USA
- Zip Code: 20701
- Country: USA
- Zip Code: 20701
- Record
- SN05777478-F 20200830/200831093737 (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 |