SPECIAL NOTICE
C -- AE Services for Federal Bureau of Prisons Federal Correctional Institution (FCI) and minimum-security Federal Prison Camp (FPC)
- Notice Date
- 5/1/2025 6:27:20 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-25-FBP-FCIFPC
- Response Due
- 5/19/2025 12:00:00 PM
- Archive Date
- 06/03/2025
- Point of Contact
- Brandon Gatz, Michael D. Hutchens
- E-Mail Address
-
brandon.h.gatz@usace.army.mil, michael.d.hutchens@usace.army.mil
(brandon.h.gatz@usace.army.mil, michael.d.hutchens@usace.army.mil)
- Description
- An Industry Day for the Architect/Engineering services to support the Federal Bureau of Prisons future design initiative for a new medium-security Federal Correctional Institution (FCI) and minimum-security Federal Prison Camp (FPC) in Louisville, KY will be held on 21 May 2025 at 10:00AM Eastern Standard Time (EST). The Industry Day will be held both in-person and virtually. The presentation slides will be posted after the conclusion of the industry day. Contractors planning to attend the event are asked to complete the Pre-registration Form attached to this notice and return a copy to Brandon Gatz at Brandon.h.gatz@usace.army.mil. A list of in-person / virtual attendees and interested firms, will be posted to this notice within two weeks following the Industry Day. IN-PERSON ATTENDEES: Logistical information related to in-person attendance is below. The in-person meeting will be held in the Louisville, KY area. The industry day will begin promptly at 10:00AM EST on 21 May 2025. In-person attendees should arrive no later than fifteen (15) minutes prior to the meeting for registration. University of Louisville, Shelby Campus Conference Center 450 N. Whittington Parkway Louisville, KY 40222 Founders Union Building Room 201 VIRTUAL ATTENDEES: To attend the meeting please use the call in information below. Industry day will begin promptly at 10:00AM EST on 21 May 2025. The Microsoft Teams application will open- up for participants to log in at 9:45AM EST. Microsoft Teams Information Meeting ID: 993 227 774 469 Passcode: U6ev6rL3 Conference Call-In Number: 1-503-207-9433 Access Code: 275 238 687# Project Description The USACE, Louisville District has a requirement for a new Single-Award Task Order Contract (SATOC) Indefinite Delivery / Indefinite Quantity (IDIQ) for Architect/Engineer (A/E) services. The SATOC IDIQ will support the Federal Bureau of Prisons (BOP) project via the preparation of a full design package to be used in the advertisement and award of a construction project for a new medium-security FCI and minimum-security FPC in the Mid-Atlantic Region, to include Kentucky, Tennessee, North Carolina, Virginia, West Virginia, and Maryland. Projects have the potential to be located in remote areas away from larger metropolitan areas. Aspects of the design effort will be awarded by individual firm-fixed price task orders. The maximum cumulative IDIQ contract will not exceed a capacity of $150,000,000. The contract�s ordering period will consist of a ten-year base period with no option years. The required A/E services to be provided under this contract will be multidisciplinary in nature. The project will construct a medium-security FCI and minimum-security FPC on a 500-acre site in accordance with the Record of Decision signed by the BOP on October 28, 2024. Approximately 200 acres will be developed, with the remaining site undisturbed. Locate the development in the center of the site to maintain as much of the natural environment as possible. The project shall incorporate a design that balances the mission of the FCI and FCP with the surrounding area; ensure that architectural design is compatible with the character of the Mid-Atlantic Region; promote a compact development plan; and implement a traffic management plan. Earthwork and related site disturbance is to be minimized by developing the site in a compact, campus-style arrangement. The project will include: Medium-security FCI. Medium-security FCIs have strengthened perimeters (often double-fences with electronic detection systems), cell-type housing, a wide variety of work and treatment programs, and an even more stringent inmate-to-employee ratio than low-security institutions, providing even greater controls. The Proposed FCI would be designed to house 1,152 inmates. Minimum-security FPC. Also known as a satellite work camp; characterized by dormitory-style housing, a high inmate-to-employee ratio, and the absence of security fences. These institutions are work-and program oriented. The proposed FPC would be designed to house 256 inmates. The Government anticipates releasing the Request for SF330 in the last quarter of FY25. Actual dates and times or the request for SF330 will be identified in the posting to SAM.gov. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6b53e806ee3047df99030f43d14d5a93/view)
- Place of Performance
- Address: KY 40202, USA
- Zip Code: 40202
- Country: USA
- Zip Code: 40202
- Record
- SN07427612-F 20250503/250501230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |