Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SPECIAL NOTICE

C -- Provide Architect/Engineering Services

Notice Date
2/22/2007
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, DC, 20534, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFPX00-0549
 
Response Due
4/9/2007
 
Archive Date
12/30/2011
 
Description
Notice of Intent to award a sole source procurement. The Federal Bureau of Prisons (BOP) anticipates awarding a Firm Fixed-Price, sole source contract for Architect-Engineer (A/E) Services to the firm of: Arrington Watkins, 5240 N. 16th Street #101, Phoenix, Arizona. The contract shall be for a Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) located near Mendota, in Fresno County, California. The North American Industrial Classification System (NAICS) Code applicable to this project is 541310, Architectural Services. The proposed contract action is for services for which the government intends to negotiate and award with only one source under the authority of FAR 6.302-1(a)(2)(ii). Any responses received as a result of this notice of intent shall not be considered as either proposals, bids or quotes. Interested firms or individuals may identify their interest and capability to respond to the requirement by submitting in writing the name, address, point of contact, telephone number, business size, and a statement regarding capability to provide the specified procurement. Required services will be for architectural, engineering and related services to include the development of design and construction documents to complete the partially constructed existing facility. The Government will provide documents for the designers? use which will represent design/build construction documents . The required services will include the modification of these documents with programmatic revisions as required to result in documents which will be utilized for competitive sealed bidding of a fixed price construction contract. The selected firm shall assume full professional liability for the modified documents. The work on the documents shall not include the buildings and other work on the site which have been constructed to date except to the extent these buildings and systems must function as part of a completed and integrated correctional institution. The work constructed to date includes three General Housing Buildings, a Utility Plant, an elevated Water Storage Tank, major site utilities which tie the Housing Buildings? systems into the Utility Plant systems and soil improvements for all FCI and FPC buildings. Required services will also include full time on-site representation, observation, and administration services during bidding, construction, and construction closeout; along with other related services. The proposed project in its entirety has been planned to consist of a group of buildings in a ?campus plan? arrangement with related site utilities and site development. The Federal Correctional Institution will have a total gross building area of approximately 55,000 square meters and be designed to house and support approximately 1152 inmates. The Federal Prison Camp will have a gross building area of approximately 3,400 square meters and be designed to house and support approximately 128 inmates. The project site is located within a geographical area which has been identified as having a potential for liquefaction of the soils during periods of seismic activity. The estimated construction cost for the remainder of the project facility is over 70 million dollars. For consideration on this project the offeror at a minimum must be a firm or joint venture with experience, individually or as a member of a team, successfully and satisfactorily completing a project of similar size and scope. The firm must have an existing major active office, which will have responsibility for the plans and specifications, located within the general geographical area of the project. The design of the architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished or reviewed and approved by architects or engineers registered to practice in the particular professional field involved in the State of California. Required A-E services are scheduled to begin in the spring of 2007. The proposed services will be obtained by a negotiated firm-fixed price contract. The firm must be registered via the Central Contractor Registration (CCR) internet site at http://www.ccr.gov. Responses shall be made by completion and submission of Standard Form, SF 330, and pertinent supplemental data as directed herein. The firm will be evaluated and selected in accordance with the criteria set-forth in Federal Acquisition Regulation 36.602-1, Selection Criteria and as follows: SF 330/Part I - PROFESSIONAL QUALIFICATIONS: Firms and Assigned Roles (Block 9-11); Key Personnel (Block 12), their Assigned Roles including Architect- or Designer-of-Record status (Block 13), Professional Registration including California status (Block 17) and Project Histories (Block 19); Organization Chart of Proposed Team Firms (Block D); Management Plan (Block 30); SF 330/Part I - SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Example Projects which best illustrate the proposed Team?s Qualifications (Blocks 20-25); Key Personnel participation in Example Projects (Blocks 26-29); SF 330/Part II - CAPACITY to ACCOMPLISH the WORK in the REQUIRED TIME: Firm Information - note this information is required for each individual firm and not a composite for joint venture or limited partnership arrangements (Blocks 1-8); Employees by Discipline (Block 9); Profile of Firms? Experience and Annual Average Revenue (Blocks 10-11); Availability of Personnel (Part I/Block 30); Experience in CADD and other Modern Design Methods (Part I/Block 30); PAST PERFORMANCE: Past Performance on Contracts with Government Agencies and private industry in terms of Cost Control, Quality of Work, and Compliance with Performance Schedules. The firm shall submit a separate document which will address the Past Performance as stated above in the selection criteria; SF 330/Part I - LOCATION in GENERAL GEOGRAPHIC AREA of the PROJECT and KNOWLEDGE of the LOCALITY of the PROJECT (Part I/Block 30). All information must be current and accurate for the firm or joint venture submitting SF-330. To be considered, the firm must have at least five (5) years experience with requirements of similar scope. The offeror must submit one (1) original SF-330, five (5) copies and one copy on CD ROM. The SF-330 can be obtained at the following website: www.gsa.gov. The offeror is required to submit the completed SF-330 by close of business April 9, 2007. Once the SF-330 has been evaluated, the offeror will be requested to submit a proposal based on a solicitation, which will be provided via hard copy on or about April 16, 2007. The point of contact for inquiries and clarifications is Jake Anderson, Contract Specialist, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-6, Washington, D.C. 20534. (Send EXPRESS Mail to 500 First Street NW, remainder of address as above). The point of contact can be reached at (202) 307-0954 and receive a fax at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted. THIS IS NOT A REQUEST FOR PROPOSAL AND THEREFORE NO SOLICITATION IS AVAILABLE.
 
Place of Performance
Address: Federal Bureau of Prisons, Federal Correctional Institution (FCI) and Federal Prison Camp (FPC), Construction Site, 47 South Derrick Avenue, Mendota, California
Zip Code: 93640-2050
Country: UNITED STATES
 
Record
SN01236659-W 20070224/070222220354 (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  © 1994-2020, Loren Data Corp.