The RFP Database
New business relationships start here

FACILITIES MULTI-YEAR MULTI-AWARD 2016


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

FedBizOpps Synopsis

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 Physical Plant Review Program. Services in support of National Programs at the regional office level are also included in this Scope of Work. Services include, but are not limited to the following: conducting site surveys of physical plant and infrastructure systems and developing reports on findings and recommendations; 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 to 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 within 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 9/30/16 and a base year completion date of 9/30/17. Four 1 year option periods beyond the base year are anticipated. The base year minimum 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 technical evaluation criteria are, in order of importance, (1) 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 conducting physical plant and infrastructure surveys of federal facilities; b. experience in developing and implementing comprehensive energy savings performance projects; c. experience in performing historic preservation studies, documentation, renovation and rehabilitation design for federal facilities; d. experience in prisons and correctional facilities; e. experience in design of renovation, rehabilitation, and repair projects for federal facilities; f. experience in design of new federal construction projects; g. experience using and complying with federal standards and guidelines for design and construction such as the Bureau of Prisons Technical Design Guidelines. (2) 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 capacity and ability to successfully manage consultants and subcontractors; c. the firm's ability and experience with computer assisted design, engineering, and facilities management (CADD & CAFM); and d. discussion of the firm's current workload. (3) 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 the duration of this contract; b. the firm's ability to provide documentation and analyses consistent with established formats; c. experience performing sustainable design; d. experience performing/managing effective quality control programs; e. previous experience of the established team working together as a team on federal design and engineering projects; and f. team members proposed to accomplish site surveys or work inside the prison must be able to achieve security clearances. (4) Professional qualifications necessary for satisfactory performance of required services. Other evaluation criteria include: a. presentation of experience of licensed or otherwise certified professionals responsible for certifying that design, construction, and/or existing conditions comply with comply with Life Safety, Environmental, ICBO, Seismic, Energy, & Accessibility codes, laws, and regulations; and b. 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. (5) 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 general project work experience on a nationwide basis. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules will be evaluated by the contracting officer. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 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 FAR part 23). Submissions must be sent to the address shown below no later than 30 days from the date of this publication. This notice is intended to provide sufficient information for preparation of a Standard Form 330. A pre-proposal meeting will be held at the Bureau of Prisons Offices in Washington, DC approximately 10 days after this publication of this announcement. All Firms that respond must submit their Standard Form 330 based on information contained in this notice and the minutes of the pre-proposal meeting(the minutes will be attached to the solicitation on fedbizopps). In order to provide ample accommodations for all those who wish to attend the pre-proposal meeting please email mclary@bop.gov and cc jhume@bop.gov the number of staff that is planning to attend.   ***The Fedbizopps software will only allow one NAICS code to be posted, firms designated as Architectural (541310) will receive equal consideration*** Firms should not otherwise contact FBOP officials by letter or telephone to request additional information. Additional information will not be furnished at this time. The mailing address for all packages is: Federal Bureau of Prisons (FBOP) 320 First Street, NW, Suite 5006, Washington, DC 20534.


Marlon D Clary, Contracting Officer, Phone 202-307-0954, Fax 202-616-6055, Email mclary@bop.gov - John M. Hume, Contracting Officer, Phone 570-488-7801, Fax 570-488-7813, Email jhume@bop.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP