Skip to Banner Skip to Left Nav Skip to Content
Navigation Table Top Image
Task Table Left Side Images Clear Dot Image VBS Home
Clear Dot Image
VBS Search
Clear Dot Image Task Table Right Side Image
Task Table Bottom Image
Next Generation Vendor Information Portal (VIP)
 
The Next Generation Vendor Information Portal (VIP) is live! State of Florida solicitations are now advertised in Next Gen VIP at https://vendor.myfloridamarketplace.com. The Vendor Bid System now only serves as a historical record of advertisement information posted prior to March 28, 2022.
 
For training materials and more information on the Next Gen MyFloridaMarketPlace project, visit our webpage at https://dms.myflorida.com/nextgenmfmp.
 


Advertisement Detail

 
Department of Corrections
Request for Proposal
Architectural/Engineering Services for Lake Correctional Institution (CI) Mental Health Facility
Advertisement Number: FDC AE-19-088
Version Number: 001
Advertisement Begin Date/Time: 05/15/2019 - 08:44 A.M.
Advertisement End Date/Time: 06/17/2019 - 08:44 A.M.

Mod: 05-15-2019 08:52:14
Last Edit: Wednesday, May 15, 2019 at 08:52:52 A.M.


 
Commodity:
81101508 Architectural engineering

 
NOTICE TO PROFESSIONAL DESIGN CONSULTANTS

STATE OF FLORIDA

DEPARTMENT OF CORRECTIONS

PROJECT #AE-19-088

PUBLIC ANNOUNCEMENT FOR PROFESSIONAL ARCHITECTURAL SERVICES

The State of Florida, Department of Corrections (Department), Bureau of Procurement, announces that Professional Services are required from Architectural firms to provide Architectural Services including mechanical, electrical, plumbing and civil engineering for the Lake Correctional Institution (CI) Inpatient Mental Health Unit. Applications from qualified firms are to be sent to the attention of Nicole Todd, Bureau of Procurement, Florida Department of Corrections, 501 South Calhoun Street, Tallahassee, Florida 32399-2500. The selected firm may be required to perform its services on an accelerated schedule.

INSTRUCTIONS

Any firm desiring to provide professional services for this project shall apply for consideration with a letter of application, indicating within the body of the letter, their firm’s specific abilities respective to continuing professional services requirements, office location(s) from which the firm will be doing the work and attach recent copies of the following:

1. A copy of the Department’s current “Professional Qualifications Supplement” (PQS) (revised June 19, 2018) with current data. The PQS is posted as a related document on the Vendor Bid System under this selection at http://myflorida.com/apps/vbs/vbs_www.search.criteria_form.

2. A reproduction of the firm’s current Florida State Board License with the appropriate board governing the discipline offered. If the firm is a corporation, a limited liability company, or a professional limited liability partnership, it must be properly registered with the Florida Department of State. A copy of the charter and current certification that all fees and filings are current must be included.

3. A current copy of the SF330 for the office(s) that will be performing the work. This form may be found at http://www.gsa.gov.

4. Evidence of professional liability insurance in the amount of at least $1,000,000.

5. A proposed Scope of Work to be assigned to any sub-consultant and a completed SF330 for each sub-consultant.

6. Names, specific qualifications, and professional memberships of person(s) to be assigned to these services and their respective roles (do not include resumes).

7. Names, addresses, and phone numbers of at least five (5) other governmental entities for whom similar services have been performed within the last five (5) years and the date, project name, brief project description, firm’s project manager, and specific services provided in each project.

8. If desired by the firm, additional examples of similar projects completed by the people to be assigned to this project, references (none from current or former Department personnel), and any other supporting information that would assist the Department in making a selection.

Firms shall submit one (1) signed, original letter of interest, five (5) hard copies, and one (1) searchable PDF document on a CD or flash drive of the required data. The flash drive or CD may not be password protected. The required data should be submitted in the order listed above. Faxed or emailed copies will not be accepted. Applications that do not comply with the instructions set forth above may be considered improper and be disqualified. The plans and specifications developed by the Firm awarded this project are subject to reuse in accordance with the requirements of Section 287.055, Florida Statutes (F.S.), “Consultants’ Competitive Negotiation Act.”

The awarded firm shall not knowingly engage in this project, on a full time, part-time, or other basis during the period of the resulting Contract, any current or former employee of the Department where such employment conflicts with Section 112.3185, F.S.

Responding firms will be ranked by a Competitive Selection Committee (Selection Committee) based on the information received in response to this Request For Qualifications (RFQual). Interviews/Presentations from respondents may or may not be required, at the discretion of the Selection Committee. Under the authority delegated to the Secretary of the Florida Department of Corrections by Section 287.055, F.S., professional services contracts will be awarded to one (1) firm following the recommendations of the Selection Committee, in accordance with the statutory negotiation procedures. All firms responding to this RFQual will be notified by a single posting on the Vendor Bid System, available online at: http://myflorida.com/apps/vbs/vbs_www.search.criteria_form. It is the firm’s responsibility to check the website for updated information.

Response Date: June 14, 2019 by 5:00 p.m., Eastern Time. Late submittals will not be opened or considered.

LOCATION(S): Lake CI, 19225 Highway 27, Clermont, Florida 34715

PROJECT: The provision of Architectural Services for Lake Inpatient Mental Health Unit in which the fee for professional services does not exceed $7 million.

CONTRACT TERM: Services are for projects specifically related to the establishment of an Inpatient Mental Health Facility at Lake CI.

EXPERIENCE: Interested Firms must provide information regarding their experience and expertise in construction standards related to inpatient mental health designs in a correctional, institutional or criminal justice setting and be licensed in the State of Florida to provide architectural services.

PROJECT DESCRIPTION: This project consists of a new 550-bed, mental health treatment facility (approximately 175,000 GSF) that integrates group therapy rooms, individual therapy rooms, recreational space, medical consultation rooms, nursing stations, and multiuse office/work station space into the secure inmate housing areas. It is envisioned that dedicated professional office space will be provided in a new adjacent building (approximately 30,000 GSF) that will also serve as the new main control building. The project will also include new infirmary/dental space in the new mental health treatment facility and may include modifications to existing food service capacity.

The Department endeavors to improve existing staffing efficiencies and treatment outcomes by bringing the treatment services to the inmates, as opposed to transporting inmates out of the secured housing units to the treatment services. Mental health treatment services will be coordinated with security operations to the highest degree possible through line-of-sight characteristics, controlled access features, and audio/visual technologies. The Department intends to explore non-traditional prison construction features that lend themselves to improved staffing efficiencies and optimized building operation and maintenance.

The project will include the demolition of all 12 existing structures on the north side of the compound. Connections between the new facilities will need to accommodate emergency medical transports through the front sally port. The selected Architect will be expected to provide planning, programming, design services, construction documents, and construction administration services. Sustainable design and construction practices and LEED documentation will be required as a part of the basic services. The project delivery method will be via a Construction Manager at Risk.

ESTIMATED COST: The total project budget is anticipated to be approximately $138,000,000, with a construction budget of approximately $100,000,000.

PROJECT ADMINISTRATOR: Scott Cannard, AIA

Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under chapter 120, Florida Statutes

Any person requiring special accommodation in responding to this solicitation because of a disability should contact the Bureau of Procurement at (850) 717-3700, at least five (5) days prior to any pre-solicitation conference, solicitation opening or public meeting. For the hearing or speech impaired, please contact the Bureau of Procurement by using the Florida Relay Service, which can be reached at 1-800-955-8771 (TDD).


 
Request for Proposal will be opened at the below address at 05:00 P.M., June 14, 2019.
 
Please direct all questions to:
Nicole Todd
Phone: (850) 717-3700
FAX: (850) 488-7189
 
501 South Calhoun Street
Tallahassee FL, 32399
 
Email: purchasing@fdc.myflorida.com
 
Any person with a disability requiring special accommodations at the pre-solicitation conference and/or bid/proposal opening shall contact purchasing at the phone number above at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1 (800) 955-8771 (TDD).
 
The Department reserves the right to reject any and all bids or accept minor irregularities in the best interest of the State of Florida.
 
Certified Business Enterprises are encouraged to participate in the solicitation process.
 

Downloadable Files for Advertisement
Version Description Type Required
001 FDC AE-19-088 PQS Form (Open/Save/View) Complete Document
001 FDC AE-19-088 Advertisement (Open/Save/View) Complete Document
indicates a required (not withdrawn) file
 


For questions on a specific bid advertisement, contact the agency advertisement owner. Advertisements include the contact information for the agency advertisement. The agency advertisement owner is the point of contact for vendors with specific questions.

      Copyright © State of Florida
Privacy Statement