Architect-Engineer Supplemental Services - Northeast Regional Office
ID: 15BFA024R00000021Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Prisons (FBOP) Northeast Regional Office, is seeking qualified architect-engineer firms to provide supplemental services through indefinite-delivery indefinite-quantity (IDIQ) contracts. The procurement aims to secure firm-fixed-price contracts for various architect-engineer services across FBOP facilities in the Northeast Region, which includes Connecticut, Massachusetts, New Hampshire, New Jersey, New York, Ohio, and Pennsylvania, with a focus on complex design efforts in secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330 by October 31, 2024, at 2:00 PM local time, with a guaranteed annual minimum contract amount of $10,000 and an estimated maximum of $1,500,000. For inquiries, contact Julie Bergami at jbergami@bop.gov or 202-598-6019.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the Standard Form 330, which federal agencies utilize to collect qualifications from architect-engineer (A-E) firms for contract selection. The selection process, mandated by federal law, requires public announcements for A-E services, evaluating firms based on professional competence, leading to negotiated contracts at fair prices. The form consists of two main parts: Part I focuses on specific qualifications for contract proposals, while Part II encompasses general qualifications of firms. Key instructions include providing detailed information on individual projects, team members, their roles, educational backgrounds, professional registrations, and relevant experience. The document emphasizes the importance of clarity and adherence to agency-specific guidelines during submission. Overall, it serves as a comprehensive guideline for A-E firms to demonstrate their qualifications systematically in alignment with federal contracting requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Northeast Region IDIQ Contracts for Highway, Street, and Bridge Construction
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for potential Indefinite Delivery Indefinite Quantity (IDIQ) contracts focused on highway, street, and bridge construction in the Northeast region of the United States. The procurement aims to identify capable firms under NAICS code 237310, which encompasses a variety of construction services including road rehabilitation, pavement construction, debris removal, and bridge repairs. This initiative is significant for enhancing regional infrastructure and is expected to involve contracts valued up to $60 million over a five-year period, with responses due by September 19, 2024. Interested parties should submit their qualifications and relevant information to Mr. David Bogner at eflhd.contracts@dot.gov by the specified deadline.
    C--Architect and Engineering (A&E) Indefinite Deliver
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualifications from small businesses for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architectural and Engineering (A&E) services valued at up to $16 million over five years. The contract will support complex projects across Idaho, Oregon, Montana, Washington, and Wyoming, requiring expertise in various engineering disciplines, including architecture, hydropower, civil, mechanical, and electrical engineering. This initiative is crucial for enhancing the management and development of water resources and infrastructure projects, ensuring compliance with environmental standards. Interested firms must submit their qualifications using the SF-330 form by September 20, 2024, and can direct inquiries to Lance Fleming at lfleming@usbr.gov or by phone at 208-378-5338.
    Enterprise Facilities Operation and Maintenance (EFOM)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified contractors for the Enterprise Facilities Operation and Maintenance (EFOM) services across various locations in the United States. The procurement involves providing comprehensive facility operations and maintenance services, including preventive and corrective maintenance, for critical infrastructure such as data centers and operations centers that may require 24/7 staffing. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a total ceiling of $400 million, emphasizes the need for licensed personnel in various trades and includes a partial small business set-aside. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Contracting Officer Melissa J. Golicz at mgolicz@fbi.gov.
    Architectural-Engineering (A-E) Services for General Engineering and Design Services for Various Locations within the Corps of Engineers North Atlantic Division Boundaries
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking qualified Architect-Engineer (A-E) contractors to provide General Engineering and Design Services primarily within the New England states of Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The procurement aims to establish an unrestricted multiple award task order contract (MATOC) with a capacity ranging from $100 million to $180 million, focusing on larger and more technically complex projects exceeding $20 million, including military and civil engineering works. Interested firms must demonstrate their experience and capabilities in significant design projects and are required to submit a capabilities package by October 7, 2024, to Contract Specialist Brian Mannion at brian.t.mannion@usace.army.mil. This notice serves as a Sources Sought announcement and is not a solicitation for proposals.
    Fermilab -Conceptual Design Report Engineering Services
    Active
    Energy, Department Of
    The U.S. Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking qualified architectural and engineering firms to provide conceptual design report engineering services aimed at modernizing its infrastructure in Batavia, Illinois. The procurement involves a Qualifications Based Selection (QBS) process for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, where selected firms will develop Conceptual Design Reports (CDRs) for various structural and civil projects, including repairs, rehabilitations, and site improvements. These CDRs will serve as critical technical foundations for future project planning and budgeting, ensuring compliance with applicable codes and regulations. Interested firms must submit their qualifications by September 27, 2024, with inquiries due by September 1, 2024; for further information, contact Richard Konan at rkonan@fnal.gov or 630-840-2835.
    C1DA--VISN 1 Engineering Services Multiple Award IDIQ Request for Qualifications (SF-330)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified engineering firms to provide professional engineering services through a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for facilities located within the Veterans Integrated Service Network 1 (VISN-1). The objective is to secure comprehensive engineering services, including planning, design, and construction management for various projects, with individual task orders valued between $2,000 and $5,000,000, and a total contract capacity of $10 million over five years. These services are crucial for maintaining and upgrading the infrastructure of VA medical centers, ensuring compliance with federal standards and enhancing the quality of care for veterans. Interested firms must submit their qualifications via SF 330 forms by 4:00 PM EST on October 21, 2024, and can direct inquiries to Contract Specialist Paige Pearson at paige.pearson@va.gov.
    C--Architect-Engineering Services for SPR
    Active
    Energy, Department Of
    The Department of Energy is seeking qualified architect-engineering firms to provide comprehensive A-E services for the Strategic Petroleum Reserve's Project Management Office located in New Orleans, Louisiana. The procurement involves a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for various tasks related to construction projects and the renovation of existing facilities, including design, inspection, and support for crude oil storage sites. This contract, valued at up to $30 million with a minimum guarantee of $10,000, is crucial for maintaining and enhancing the operational readiness of the SPR facilities, which may involve work primarily in Louisiana and Texas. Interested firms must submit their qualifications via the SF-330 form by 2:00 p.m. CDT on October 21, 2024, and direct any questions to Jeremy Smith at jeremy.smith@spr.doe.gov.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.
    FMC Rochester - Replace Bldg. 2, 4 & 10 Roofs
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace the roofs on Buildings 2, 4, and 10 at the Federal Medical Center (FMC) in Rochester, Minnesota. The project involves the installation of new roofing systems, including an ethylene propylene diene monomer (EPDM) membrane, and requires contractors to comply with stringent security protocols, including background checks for personnel entering the facility. This opportunity is a total small business set-aside, with an estimated project value between $1 million and $5 million, and bids must be submitted electronically by October 2, 2024. Interested contractors should contact Trisha Holm at tmanderson@bop.gov or 202-598-6052 for further information and ensure they are registered in the System for Award Management (SAM) at https://sam.gov.
    Replace Chillers 1 & 2 - FCI Fairton
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace chillers 1 and 2 at the Federal Correctional Institution (FCI Fairton) in New Jersey. The project involves upgrading existing Trane Centrifugal chillers and replacing two 25HP chilled water Variable Frequency Drives (VFDs) and Adaptive Frequency Drives (AFDs), with a performance period of 309 calendar days from the notice to proceed. This procurement is critical for maintaining the facility's operational efficiency and comfort, with an estimated project value between $500,000 and $1 million. Interested small businesses must be registered in SAM.gov and can expect the solicitation to be available around September 27, 2024; for further inquiries, they may contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.