Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

C -- A & E Services

Notice Date
8/16/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPP0700CC1000009
 
Point of Contact
Joseph A. Bottoni, Phone: 2023070954
 
E-Mail Address
jbottoni@bop.gov
(jbottoni@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation notice: Professional architectural/engineering services required of this procurement are in support of Facilities Programs for existing Federal Prisons nationwide. Facilities Programs include Historic Preservation Program, Life Safety Program, Energy Management Program, Environmental Management Program, Design Compliance Program, Accessibility Program, Site Activation Program, and Long Range Master Plan Program. Central Office support for Regional Offices are also included in this Scope of Work. Services include, but are not limited to the following: performance of site surveys and subsequent development of Long Range Master Plans for physical plants and infrastructure systems; certification by qualified professionals that existing facilities comply with relevant codes and regulatory requirements; performance of life cycle cost analyses as required to make planning and design decisions; preparation of various technical and feasibility studies, surveys, analyses, and reporting; performance of various testing services; provision of specialized historic preservation compliance investigations and reports; assistance in development of Request for Qualifications or Request for Proposal documents for Design-Build contracts; development of design and construction documents; development of independent cost estimates and future budget projections; review of, analyses of, and reporting on contractor submittals; participation in construction inspections; and assistance with the development of and management of databases associated with Facilities Programs. Proposals received from A/E firms must address the following, at a minimum, in order to be considered qualified proposals: 1. Respond to this announcement; 2. Provide 5 copies of the Standard Form 330 that are current; 3. Propose (at a minimum) expertise in the architectural, historic preservation, archeological, cost or value engineering, electrical, fire protection, civil, structural, mechanical, planning, energy management, and environmental engineering disciplines; 4. Propose licensed or registered architects and engineers qualified to perform on site surveys and seal drawings; 5. Show evidence of (at a minimum) relevant experience in the following profile codes referenced in SF 330 - A10, C08, C15, C18, E01, E07, E11, E13, F03, H03, H04, H08, P06, P08, R06, S03, S09, S11, and V01; 6. Qualified staff proposed to make site visits or do work on site must be able to acquire a security clearance; 7. All proposed subcontractor staff and/or consultant staff must be identified and relevant qualifications of same presented with the SF 330. The Government reserves the right to approve or disapprove of any or all proposed subcontractor or consultant staff. A multiple award indefinite quantity contract is anticipated with an estimated award date of April 2010, and a base year completion date of April 2011. Four 1 year option periods beyond the base year are anticipated. The base year minimum and each one year option guarantee amount is $1,000 with a maximum amount estimated at $3,000,000. Firms will be selected in accordance with FAR 36.602-1 Selection criteria. The Solicitation will provide the scope of work, and the following evaluations factors which are in descending order of importance with exception of the Past Performance Sub-factors which are accorded equal weight. (1) Past Performance (Sub-factors: Experience in Project, Quality of Performance/Service, Timeliness of Performance, Business Relations, Turnover of Personnel, Performance Problem and Cost/billing Issues); (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials as may be demonstrated by the following: a. experience in developing long range master plans for federal facilities; b. experience conducting physical plant and infrastructure surveys of federal facilities; c. experience in prisons and correctional facilities; d. experience in performing historic preservation studies, documentation, renovation and rehabilitation design for federal facilities; e. experience in design of renovation, rehabilitation, and repair projects for federal facilities; f. experience in design of new federal construction projects; and g. experience using and complying with federal standards and guidelines for design and construction such as the Bureau of Prisons Technical Design Guidelines; (3) Capacity to accomplish the work in the required time as may be demonstrated by the following: a. documented successful experience in meeting established project schedules, b. the firm's ability and experience with computer assisted design and engineering, c. the firm's capacity and ability to successfully manage consultants and subcontractors, and d. discussion of the firm's current workload; (4) Acceptability under other appropriate evaluation criteria as required by the FBOP. Other evaluation criteria include the following: a. acceptability of an established team of key personnel of licensed or otherwise certified professionals that shall remain intact for performing long range master planning efforts for the duration of this contract, b. the firm's ability to provide master planning documentation and analyses consistent with established formats, c. experience performing sustainable design, and d. experience performing/managing effective quality control programs. Previous experience of the established long range master plan team members working together as a team performing master planning efforts is highly desirable. Team members proposed to accomplish site surveys or work inside the prison must be able to achieve security clearances prior to accessing operational federal prisons; (5) Professional qualifications necessary for satisfactory performance of required services. Demonstrate professional qualifications necessary to certify that design, construction, or existing conditions comply with Life Safety, Environmental, Seismic, Energy Conservation, & Accessibility codes, laws, and regulations. Demonstrate that team members proposed to accomplish efforts associated with compliance with the National Historic Preservation Act meet standards set forth in Title 36 CFR Part 61; and (6) Location in the general geographical area of the project and knowledge of the locality of the project, provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. This may be demonstrated by referenced project work experience nationwide. Design competition requirements do not apply to this procurement. It is the intention of the evaluation board to hold discussions with at least three of the most highly qualified firms regarding concepts, the relative utility of alternative methods and feasible ways to prescribe the use of recovered materials and achieve waste reduction and energy efficiency in facility design (see Part 23). All future information regarding this acquisition, including amendments, will be distributed solely through the General Services Administration's Federal Business Opportunities web site http://www.fedbizopps.gov. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information regarding this acquisition. Participation by small, small-disadvantaged, HUBZONE small businesses, woman-owned small businesses, veteran-owned businesses, and service disabled veteran-owned small business is encouraged. Faith-Based and Community-Based Organizations have the right to submit offers/bids with other organizations for contracts for which they are eligible. The mailing address for all packages is: Federal Bureau of Prisons (FBOP) 320 First Street, NW, Suite 5006, Washington, DC 20534, ATTN: Joseph Bottoni. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/CC/RFPP0700CC1000009/listing.html)
 
Place of Performance
Address: various FBOP facilities nation wide, United States
 
Record
SN02242286-W 20100818/100816235418-35dfcb9b2e91a55da7c99f131c8b585d (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.