Architect-Engineer Supplemental Services - North Central Regional Office

SOL #: 15BBNF26R00000001Pre-Solicitation

Overview

Buyer

Justice
Federal Prison System / Bureau Of Prisons
FAO
GRAND PRAIRIE, TX, 75051, United States

Place of Performance

Kansas City, KS

NAICS

Architectural Services (541310)

PSC

Other Architect And Engineering Services (C219)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 5, 2025
2
Last Updated
Dec 8, 2025
3
Response Deadline
Jan 19, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

12/8/2025 - Updating due date to 12/19/2026.

THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. FOLLOW THE INSTRUCTIONS CONTAINED IN THIS NOTICE FOR RESPONDING TO THIS OPPORTUNITY.

The Federal Bureau of Prisons (FBOP), North Central Regional Office (NCRO), anticipates the need for indefinite-delivery indefinite-quantity (IDIQ), firm-fixed-price contracts for supplemental architect-engineer (A-E) services, with a one (1) year base requirement and up to four (4) unilaterally exercised option years. The Government is not obligated to exercise any of the option periods. While the Government anticipates multiple awards, no more than three (3) awards are expected.

The services will be for various FBOP facilities in the North Central Region within the states of Colorado, Illinois, Indiana, Iowa, Kansas, Michigan, Minnesota, Missouri,

Nebraska, North Dakota, South Dakota, Wisconsin and Wyoming. See the Statement of Work attachment for description of services.

Most projects will take place in a fully occupied, fully operational, secure correctional environment. Most projects require complex design effort and detail along with extensive coordination between design disciplines, the institution, and the NCRO during design and construction.

Given the close coordination needed between the successful firms, institutions, and the NCRO, consideration and selection of firms will be limited geographically to those 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 $10,000.00 and the estimated annual maximum is $7,500,000.

The North American Industrial Classification System (NAICS) code applicable to this requirement is 541310 (Architectural Services). Interested firms must be registered in the System for Award Management (SAM) at https://SAM.gov.

Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting Parts I and II of the Standard Form 330 (Architect Engineer Qualifications) dated not more than 12 months before the date of this synopsis. The current version (07/2021) of the form along with any extra pages/sections may be retrieved from https://www.gsa.gov/portal/forms/type/TOP (Type "SF330" in the Form name or number search block for a full listing of the associated forms). Include a cover letter detailing your firm's name and main office address (as registered at SAM.gov), UEI#, TAX ID# (TIN), CAGE code, and the main point of contact for your firm throughout the solicitation process (phone and email).

Submissions should be on standard 8.5" x 11" format. No extraneous attachments.

Selection criteria will be based on the following evaluation factors:

-     Capacity and Capability/Technical Competence (25%)

-     Project Team and Organization/Specialized Experience (35%)

-     Experience and Past Performance (35%)

-     Knowledge of Localities (5%)

Submit details (maximum of one page per project) of not more than five significant and/or complex renovation projects completed in the past five years (Utilize Section F of the SF-330). Identify the lead designer and address the design approach with salient features for each project. Discuss how the client's program, function, image, mission, economic, schedule and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, fax, and email. Submit resumes of key personnel outlining commitment to projects and qualifications and relevant experience as individuals and as a team. Highlight sustainability features incorporated into the project design (e.g., energy/water efficiency, waste reduction, use of recycled materials).

Submit a narrative outline of not more than one page describing the firm's project management planning, coordination, scheduling and production facilities, capabilities, and techniques for both design and construction inspection, and the firm's commitment to opportunities for small, minority and women owned business (Utilize Section H of the SF-330).

Submit a narrative outline (maximum one page) with examples describing the firm's ability to evaluate/develop accurate preliminary project budgets, ability to control project costs during design process, ability to design within funding limitations, methods used to coordinate construction documents, work of various engineering disciplines, and provide general production quality control (Utilize Section H of the SF-330).

No fax or paper submissions.

Submit electronically through the JEFS APP BOX at link below:

https://jefs.app.box.com/f/8b55e5baa67f4e74a43fc77e02eccc3c

All submissions should be in Adobe format.

Title the file in the following format:

15BBNF26R00000001_Company Name_Description

Electronic copies of each submission shall be compatible with the following software products: Adobe Acrobat Reader 11 and Microsoft Office Suite 2016. Narrative portions of the submission shall be in Adobe Acrobat portable document file (pdf) searchable text format. The Submitter shall not embed sound or video (e.g., MPEG) files into the submission files. Electronic files shall be clearly identified for each volume, section, and item. The Submitter must ensure electronic files are virus-free and shall run an anti-virus scan before submission.

Submissions by mail or hand carried will not be evaluated. All responses must be received no later than January 19, 2026, 2:00 PM Eastern. It is the responsibility of the Submitter to confirm receipt by contacting Kevin Slone, Contracting Officer, at kslone@bop.gov. Failure to submit all required information may result in rejection. All submissions received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulations (FAR).

Based on these submissions, a short-list of no more than six (6) firms will be selected for an interview. Firms should be prepared to discuss their submittals and to demonstrate their ability to fulfill the contract requirements. Final selection will be based on SF-330 submissions and interviews. After the SF-330 review and interview process, the top two (2) or three (3) selected firms will be invited to submit a formal proposal and must be prepared to negotiate overhead, profit, and hourly rates for anticipated disciplines for use in negotiating firm-fixed-price contract rates as well as firm-fixed-price task orders to be completed under the contract. All contract awards and task orders thereunder are subject to a determination of fair and reasonable pricing.

This acquisition is full and open. 

If you have questions about SAM.gov, Government procurements in general, or need assistance in the preparation of your bid/proposal/offer, a local Procurement Technical Assistance Center (PTAC) may be able to help.  The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace.  To locate a PTAC near you, go to http://www.aptac-us.org.

People

Points of Contact

Kevin SlonePRIMARY

Files

Files

Download
Download

Versions

Version 3
Pre-Solicitation
Posted: Dec 8, 2025
View
Version 2Viewing
Pre-Solicitation
Posted: Dec 8, 2025
Version 1
Pre-Solicitation
Posted: Dec 5, 2025
View