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) is seeking 2 qualified, high performing Architect/Engineering (A/E) firms with the capacity to provide various work throughout the North Central Region (for the states of Colorado, Illinois, Indiana, Iowa, Kansas, Michigan, Minnesota, Missouri, Nebraska, North Dakota, South Dakota, and Wisconsin). The work will take place in one or more of Seventeen (17) fully operational correctional sites managed by the North Central Regional Office (NCRO). The seventeen (17) locations consist of two (2) prison complexes, several institutions of varying security levels, and two (2) prison hospitals. Proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) will be evaluated in accordance with the method of award set forth herein. The Government will award a total of two (2) contracts subject to the conditions of the Solicitation.
Disciplines and services may include, but are not limited to, architecture, electrical, mechanical, structural, civil and geotechnical engineering, elevator, life-safety, fire-safety, code-compliance, LEED certification, Section 106, and 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 BOP 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.
Given the close coordination needed between the successful firms and the NCRO, selections of firms will be limited geographically to those located within 100 miles of the North Central Regional Office in, Kansas City, KS. 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 $8,000,000. The maximum amount of any individual task order is $5,000,000. 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 must 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 100 miles of NCRO are requested to respond to this notice by adding their names to the Interested Vendors List for this posting by June 13, 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.