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 (BOP), Western Regional Office (WXRO) anticipates the need for a single award, indefinite delivery indefinite quantity (IDIQ), firm fixed price contract for supplemental architect/engineering (A/E) services with a one-year base requirement and up to four option years. The services will be for various BOP facilities in the Western Region, which encompass the states of Arizona, California, Hawaii, Idaho, Montana, Nevada, Oregon, Utah, Washington and Wyoming. The following is a list of correctional facilities in, California: Alcatraz, Atwater, Dublin, Herlong, Lompoc (2) Los Angeles, Mendota, Taft, Terminal Island, San Diego, and Victorville (3). Correctional facilities in the remaining states are as follows: Arizona: Phoenix, Safford, Tucson (2), Hawaii: Honolulu, Oregon: Sheridan, and Washington: Sea-Tac. Currently there are no Bureau of Prisons’ facilities in Alaska, Idaho, Montana, Nevada, Utah and Wyoming.
The Contractor shall provide A&E (Architectural and Engineering) 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 Architects and Engineers performing work will have to be licensed in Arizona, California, Hawaii, Oregon and Washington States.
The Contractor shall provide A&E services to include but not be limited to: Studies, Master Planning, Environmental Assessments, Site investigation, Utility Studies, Energy Audit Surveys, Recommissioning Services, Project Programing, Design Concepts, Design, Construction Documents, Cost Estimates, Pre-Bid meetings at sites, Assistance in Bid Evaluation, Pre-construction conferences at site, Construction Administration services, Submittal Review, Construction Contract Modification assistance, site visits during construction, Project Closeout services.
The Contractor will develop procedures, produce construction documents/work Statements, develop long- range master planning, and evaluate regulatory compliance for various activities as requested. The Contractor may be tasked with the development of these and other documents for use in design-bid-build projects. They may be tasked with providing assistance to the government in preparing Statements of Work, cost estimates, assistance in reviewing proposals and submittals for the government related to design-build contracts performed by others. In this work they may be asked to act as governments consulting agent. The contractor will not be able to participate in any Design/Build contracts let by the Bureau of Prisons Western Regional Office during the life of this contract.
Given the close coordination needed between the successful firm and regional office, selection of firm will be limited geographically to those located within California. The Western Regional Office is located at 7338 Shoreline Drive Stockton, CA 95219. The guaranteed annual minimum amount of each contract is $10,000.00 and the estimated annual maximum is $600,000. The maximum amount of any individual task order is $600,000.00. Firms are to perform services as required by the issuance of individual task orders. 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.
Interested parties must be registered in the System for Award Management (SAM) at www.sam.gov. NAICS code 541310 must be included where applicable in registrations.
This requirement will be fulfilled pursuant to the Federal Acquisition Regulation (FA) 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 California are requested to respond to this notice by adding their name to the Interested Vendors List for this posting on beta.sam.gov by August 12, 2025. The synopsis of proposed contract action will include further instruction for responding to this opportunity. Interested contractors are advised to continuously monitor beta.sam.gov for all future updates.