Search Contract Opportunities

FCI Leavenworth Design Build Contract   4

ID: 15B70022R00000009 • Type: Solicitation

Description

The Federal Bureau of Prisons (BOP) anticipates award of a Firm-Fixed Price Design-Build contract for the design and construction of a Medium Security, Federal Correctional Institution (FCI) to be located in Leavenworth, Kansas near Metropolitan Avenue and Grant Avenue. The scope of work includes all architectural, engineering, construction and other related services necessary to provide a new federal correctional facility. The proposed project is currently planned to consist of a group of buildings in a campus plan arrangement with related site utilities and site development. This FCI will have a gross building area of approximately 52,000 square meters and be designed to house and support approximately 1152 inmates.

The anticipated performance period of this project is 1095 days after the notice to proceed is issued.

The estimated magnitude of this project is more than $300,000,000.

The North American Industrial Classification System (NAICS) code for this project is 236220 with a corresponding small business size standard of $39.5 million. Firms larger than this average 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 entities must be registered in the System for Award Management (SAM) at www.sam.gov. NAICS code 236220 must be included, where applicable, in the registrations.

For consideration on this project the offeror at a minimum must be a firm or joint venture with experience, individually or as a member of a team, successfully and satisfactorily completing a project of similar size and scope. All responsible sources may submit a proposal which will be considered. The design of the architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished or reviewed and approved by architects or engineers registered to practice in the particular professional field involved in the State of Kansas. Participation by architects, engineers, consultants and subcontractors located within the State of Kansas is encouraged.

Participation by small, small-disadvantaged, HUBZone small businesses, woman-owned small businesses, veteran-owned businesses, and service-disabled veteran-owned small businesses is encouraged. The Offerors included in Phase Two will be required to submit a subcontracting plan for this procurement regarding the utilization of small, small disadvantaged, woman owned small, veteran-owned small businesses, and service-disabled veteran-owned small businesses.

The FBOP will be utilizing two-phase Design-Build selection procedures. This notice is not a request for proposals. Interested offerors may obtain a Phase One solicitation of the two-phase process, distributed solely through the General Services Administration's System for Award Management web site, http://www.sam.gov. Hard copies of the Phase One solicitations will not be available. The web site provides downloading instructions.

All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through http://www.sam.gov. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information regarding this acquisition. Phase One qualification proposals will be evaluated to determine which firms will be selected as offerors for Phase Two. Phase Two participants will submit competitive past performance, technical, small business subcontracting plan and price proposals as defined in the Phase Two solicitation. The Phase Two evaluation factors, in descending order of importance are: Past Performance (descending order Sub-factors: Past Performance Quality Control and Quality Assurance, Relevance of Past Performance, Demonstrated Commitment of Team Members and Key Personnel, and Performance Problems); Preliminary Design and Proposed Technical Solutions; Proposed Organization and Key Personnel, Consultants and Subcontractors (descending order Sub-factors: Project Team Organization, Design-Build Offeror including Key Personnel, Consultants and Sub-contractors including Key Personnel); Management and Scheduling Approach, including Quality Control and Quality Assurance (Sub-factors: General Approach including Team Coordination and Quality Control and Quality Assurance, Proposed Design-Build Schedule and Monitoring of the Schedule, Planning for Project Completion); Small Business Subcontracting; are significantly more important than Price, however, as proposals become more equal, price becomes more important and may be a determining factor for award

The point of contact for inquiries and clarifications is Michelle Morgan, Contracting Officer, Federal Bureau of Prisons, Acquisitions Branch, 320 First Street NW, Room 901 5, Washington, D.C. 20534. The point of contact can be reached at mrmorgan@bop.gov.

This requirement will be fulfilled pursuant to the Federal Acquisition Regulation (FAR) 36.6.

Background
The Federal Bureau of Prisons (BOP) is issuing a Firm-Fixed Price Design-Build contract for the design and construction of a Medium Security Federal Correctional Institution (FCI) in Leavenworth, Kansas.

The goal of this contract is to provide a new federal correctional facility that will support the BOP's mission of ensuring the safe and secure confinement of inmates. The project aims to create a campus-style arrangement with multiple buildings, designed to house approximately 1152 inmates within a gross building area of approximately 52,000 square meters.

Work Details
The scope of work includes all architectural, engineering, construction, and related services necessary for the new federal correctional facility. The project will consist of:
- A Medium Security Federal Correctional Institution with a gross building area of approximately 560,000 square feet.
- A Federal Prison Camp (FPC) with a gross building area of approximately 59,200 square feet designed to house about 256 inmates.
- Related site utilities and site development as part of the campus plan arrangement.

All design work must be accomplished or reviewed by architects or engineers registered in Kansas. Offerors must demonstrate experience in completing similar projects and have the capacity to obtain performance bonding for 100% of the contract.

Period of Performance
The anticipated performance period for this project is 1095 days following the issuance of the notice to proceed.

Place of Performance
Leavenworth, Kansas

Overview

Response Deadline
Aug. 15, 2022, 10:00 a.m. EDT (original: Aug. 10, 2022, 10:00 a.m. EDT) Past Due
Posted
June 24, 2022, 4:34 a.m. EDT (updated: Aug. 7, 2023, 2:48 p.m. EDT)
Set Aside
None
Place of Performance
Leavenworth, KS 66048 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 6/24/22 Naval Information Warfare Systems Command issued Solicitation 15B70022R00000009 for FCI Leavenworth Design Build Contract due 8/15/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1FF.
Primary Contact
Name
Michelle Morgan   Profile
Phone
(202) 616-7037

Documents

Posted documents for Solicitation 15B70022R00000009

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 15B70022R00000009

Award Notifications

Agency published notification of awards for Solicitation 15B70022R00000009

Contract Awards

Prime contracts awarded through Solicitation 15B70022R00000009

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 15B70022R00000009

Similar Active Opportunities

Open contract opportunities similar to Solicitation 15B70022R00000009

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > FEDERAL PRISON SYSTEM / BUREAU OF PRISONS > NATIONAL ACQUISITIONS - CO
FPDS Organization Code
1540-NIC60
Source Organization Code
100162370
Last Updated
Oct. 15, 2023
Last Updated By
mrmorgan@bop.gov
Archive Date
Oct. 15, 2023