Architect-Engineer Supplemental Services - North Central Regional Office
ID: 15BBNF26R00000001Type: Presolicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL PRISON SYSTEM / BUREAU OF PRISONSFAOGRAND PRAIRIE, TX, 75051, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified architect-engineer firms to provide supplemental services for various facilities in the North Central Region, which includes states such as Colorado, Illinois, and Kansas. The procurement involves indefinite-delivery indefinite-quantity (IDIQ) contracts with a one-year base period and up to four option years, focusing on complex design efforts within secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330, with a guaranteed minimum contract amount of $10,000 and an estimated maximum of $7.5 million annually. Submissions are due by January 19, 2026, and should be directed to Kevin Slone at kslone@bop.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Standard Form 330 (SF330) is a crucial document used by federal agencies to evaluate Architect-Engineer (A-E) firms for contracts, as mandated by the Selection of Architects and Engineers statute. The form is divided into two parts: Part I, which details qualifications for a specific contract, and Part II, which outlines a firm's general qualifications. Part I requires information on contract details, team contacts, proposed team structure, an organizational chart, and resumes of key personnel, including their experience and relevant projects. It also requests examples of projects that best illustrate the team's qualifications and a matrix showing key personnel participation in these projects. Part II captures general firm information such as establishment year, unique entity identifier, ownership, employee disciplines, and average annual professional services revenues. Agencies use this form to publicly announce A-E service requirements and select the most highly qualified firms based on competence and professional qualifications. Firms are encouraged to keep their Part II submissions updated with agencies, and separate Part IIs are required for each branch office or firm playing a key role in a proposed team. Individual agencies may provide supplementary instructions, and compliance with these is essential for submission.
    Lifecycle
    Similar Opportunities
    FY25 Garage Floor Repairs - 25Z4AF7
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    FY26 A&E IDIQ Scott AFB, IL
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs, with each contract potentially spanning one base year and four option periods. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, and are required to be registered in the System for Award Management (SAM) and licensed to practice in Illinois. For further inquiries, contact Christa Wooten at christa.wooten@us.af.mil or Fawne E. Lee at fawne.lee@us.af.mil.
    Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting proposals for Residential Reentry Center (RRC) Services and Home Confinement Services in the Springfield, Illinois area. The procurement aims to provide comprehensive community-based services for male and female federal offenders transitioning from prison, with a focus on rehabilitation and public safety. This contract includes a one-year base period with four one-year options and a potential six-month extension, requiring the facility to be operational within 120 days of award. Interested parties must submit their proposals by November 12, 2025, at 2:00 PM EST, and can direct inquiries to Kevin Hoff at khoff@bop.gov.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to Patrick Ford at pford@bop.gov.
    Facilities Management (Infrastructure) Industry Day
    Buyer not available
    The Department of Justice, Federal Bureau of Prisons (BOP), is hosting a Facilities Management (Infrastructure) Industry Day from January 13-15, 2026, in Washington, D.C. This event aims to engage industry partners with capabilities in critical facilities construction and maintenance, covering areas such as roofing, mechanical, electrical, plumbing trades, and general construction services. The Industry Day serves as a platform for vendors to showcase their capabilities and discuss best practices directly with BOP representatives. Interested parties must register by January 5, 2026, at 3:30 PM EST, by submitting the updated registration form to the provided email addresses. For further inquiries, contact Rebecca Harman at 202-598-5908 or Joshua Cortez at 623-465-5130.
    COMPREHENSIVE MEDICAL SERVICES - FCI OXFORD
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Federal Correctional Institution in Oxford, Wisconsin. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, under an indefinite delivery/requirements contract with firm-fixed unit pricing. This contract will consist of a Base Year and four 12-month option years, with estimated quantities of 94 inpatient days and 246 outpatient visits for the Base Year. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation, which will be available on or about November 14, 2025, and must ensure they are registered in the System for Award Management (SAM) database. For inquiries, contact LaShundra D. Thomas at ldthomas@bop.gov or call 202-598-6077.
    2nd QTR FY 26 Subsistence Solicitation
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Institution in Pekin, Illinois, is soliciting quotes for subsistence and fresh meat items for the 2nd Quarter of Fiscal Year 2026. This procurement is a total small business set-aside, requiring vendors to provide a variety of food items, including beans, rice, pasta, and canned vegetables, while adhering to strict compliance with federal regulations and specifications. The contract will be awarded based on price, product quality, and past performance, with delivery scheduled between January 19 and January 30, 2026. Interested vendors must submit their quotes via email to Hans Frei by December 11, 2025, at 3:00 PM CST, and ensure they are registered in the System for Award Management (SAM.gov) database.
    FY26 QTR 2 MILK
    Buyer not available
    The Federal Bureau of Prisons, specifically the Federal Correctional Complex in Florence, Colorado, is seeking proposals for the procurement of milk and related dairy products for the second quarter of Fiscal Year 2026. This solicitation includes items such as 1/2 pint milk, cottage cheese, and sour cream, with a firm-fixed-price contract requiring delivery by March 31, 2026, under FOB Destination terms. The procurement emphasizes compliance with federal regulations, including stringent data security and privacy requirements, and will evaluate offers based on price, technical acceptance, and past performance. Interested vendors must submit their quotes by December 11, 2025, at 11:00 AM Mountain Time, using the specified Excel format, and can direct inquiries to Brittany Baker at b7baker@bop.gov.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project requires the contractor to provide a temporary Surge/Deaerator System, remove an existing tank, and install a new two-tank system to ensure continuous steam service, adhering to all local, state, and federal regulations. This opportunity is critical for maintaining the facility's operational efficiency and safety standards. Interested small businesses must submit their electronic bids by December 22, 2025, at 12:30 PM EST, and are encouraged to contact Kevin Slone at kslone@bop.gov for further inquiries.