Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2025 SAM #8492
SOURCES SOUGHT

C -- Architect & Engineering Services- South-Central Region

Notice Date
2/24/2025 9:00:07 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
ULFGL9LK4LE7
 
Response Due
3/7/2025 4:00:00 PM
 
Archive Date
03/22/2025
 
Point of Contact
Patrick Ford
 
E-Mail Address
pford@bop.gov
(pford@bop.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT QUALIFICATION DOCUMENTS OR PROPOSALS. A SYNOPSIS OF THE PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE THAT WILL PROVIDE INSTRUCTIONS FOR OFFERORS TO RESPOND TO THIS OPPORTUNITY. Please only respond to this sources sought notice if you are interested in submitting a proposal and capable of performing the corresponding work required. The Federal Bureau of Prisons (FBOP), South-Central Regional Office (SCRO) anticipates the need for a multiple award, indefinite delivery indefinite quantity (IDIQ), firm-fixed price contract for supplemental architect-engineer (A/E) services with one-year base requirement and up to four option years. While the Government anticipates multiple awards, no more than three awards are expected. The services will be for various FBOP facilities in the South-Central Region to include Texas, Oklahoma, Arkansas, and Louisiana. 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: 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 FBOP 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 SCRO during design and construction. Institutions, located at a total of sixteen (16) different site locations in the FBOP South-Central Region, are comprised of four (4) 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 firms and the SCRO, selections of firms will be limited geographically to those located within the four states the FBOP South-Central Region institutions and SCRO are located in (Texas, Oklahoma, Arkansas, and Louisiana). 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 $1,500,000. The maximum amount of any individual task order is $1,500,000. Services will be required for a one-year base period with four one-year option periods (if exercised) for a total of up to 60 months from the date of award. The North American Industrial Classification System (NAICS) code applicable to this requirement is 541310 with a corresponding small business size standard of $12.5 million average annual receipts for the firms 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 bidders must be registered in the System for Award Management (SAM) at https://sam.gov. NAICS code 541310 is requested to be included where applicable in registrations. This requirement will be fulfilled pursuant to the 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. Interested firms located within Texas, Oklahoma, Arkansas, and Louisiana are requested to respond to this notice by adding their names to the Interested Vendors List for this posting by March 7, 2025. The synopsis of proposed contract action will include further instructions for responding to this opportunity. Interest contractors are advised to continuously monitor https://sam.gov for all future updates.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4808b7f251fa4a0385eeaaf136bcbd64/view)
 
Place of Performance
Address: Grand Prairie, TX 75051, USA
Zip Code: 75051
Country: USA
 
Record
SN07351871-F 20250226/250224230036 (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.