Building 252 Refurbish Pool and Install Monorail
ID: 70LGLY26RSSB00002Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL LAW ENFORCEMENT TRAINING CENTERFLETC GLYNCO PROCUREMENT OFFICEBrunswick, GA, 31524, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for a Firm Fixed Price Contract to refurbish the pool and install an overhead monorail lifting system in Building 252 located in Glynco, Georgia. This project is designated as a 100% total small business set-aside for SBA Region IV, with an estimated construction magnitude between $1,000,000 and $5,000,000, and a contract duration of 120 calendar days following the Notice to Proceed. A mandatory site visit is scheduled for January 7, 2026, and all attendees must submit Day Pass applications by January 5, 2026. Interested parties can contact Shannon D. Anthony at Shannon.Anthony@fletc.dhs.gov or 912-261-3630 for further details regarding the procurement process.

    Point(s) of Contact
    Courtney P. Brown, Alternate Contracting Officer
    (912) 267-2083
    courtney.p.brown@fletc.dhs.gov
    Files
    Title
    Posted
    The DHS Form 11000-6 is a Non-Disclosure Agreement (NDA) for individuals granted conditional access to sensitive United States Government information. This includes Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive But Unclassified (SBU) information. Signatories, who can be officials, employees, consultants, or subcontractors, must attest to their familiarity with and compliance with the specific regulations and standards for accessing, disseminating, handling, and safeguarding each category of information. The agreement outlines responsibilities such as not disclosing information without authorization, promptly surrendering materials upon completion of duties, and reporting any security violations. Violations can lead to administrative, disciplinary, civil, or criminal action, and the assignment of any resulting royalties or remunerations to the government or the PCII-owning entity. The NDA emphasizes that its provisions are consistent with whistleblower protections and does not supersede existing statutes or Executive Orders related to reporting violations or communicating with Congress.
    The Federal Law Enforcement Training Center (FLETC) in Glynco, GA, is seeking proposals for a single Firm Fixed Price Contract to refurbish the pool and install an overhead monorail lifting system in Building 252. This project is a 100% total small business set-aside for SBA Region IV, with a construction magnitude between $1,000,000 and $5,000,000. The contract duration is 120 calendar days after the Notice to Proceed. The Government will use a "Best Suited Then Negotiate" acquisition strategy and FAR 15.404 for price negotiation. A mandatory site visit is scheduled for January 7, 2026, and all attendees must submit Day Pass applications by January 5, 2026. The contractor must provide performance and payment bonds, adhere to strict security, safety, and environmental regulations, and comply with personnel security requirements including background checks for all staff. Invoices will be paid via electronic funds transfer upon satisfactory completion of work and proper documentation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Prefabrication Training Venues and Construction Supplies
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified small businesses to provide prefabrication training venues and construction supplies for its Glynco Campus in Brunswick, Georgia. The procurement involves supplying materials for constructing three non-habitable modular training venues, including concrete, masonry blocks, and associated supplies, all of which must meet ASTM and ACI standards. This initiative is crucial for enhancing training capabilities at FLETC, ensuring that facilities are equipped to support law enforcement training programs effectively. Interested vendors must submit their quotes in accordance with the solicitation requirements, and for further inquiries, they can contact Gary Scidmore at gary.n.scidmore@fletc.dhs.gov or call 912-280-5343. The contract will be awarded based on the best value considering technical specifications, past performance, and price.
    Tanker Truck Fuel Pick-up
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Design/Build Construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes one Base Item and two Option Items related to faculty administration and training spaces. The opportunity is set aside for small businesses under the SBA guidelines, with a total contract value estimated at approximately $18 million and a performance period of 730 calendar days post-award. Interested parties must submit proposals by December 10, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil for further details.
    FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a construction project to replace seven manually opened garage doors at the Welaka National Fish Hatchery (NFH), Beecher Unit, located in Crescent City, Florida. The project involves the removal of existing doors and the installation of new hurricane-rated sectional doors, including all necessary hardware, to meet local wind load requirements. This procurement is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and will be awarded based on the Lowest-Price/Technically Acceptable criteria. Proposals must be submitted via email to johnferrall@fws.gov by January 9, 2026, at 5:00 PM EST, and a site visit is highly recommended for interested contractors.
    CFLD Security Fence
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking a contractor to remove and replace the chain link security fence at Cape Fear Lock and Dam 2 in Elizabethtown, North Carolina. The project, which is a total small business set-aside, involves installing an 8-foot commercial-grade galvanized chain link fence with 3-strand barb wire and 6-foot removable panels, adhering to strict specifications and safety protocols. This procurement is critical for enhancing security at the facility, with an estimated construction magnitude between $25,000 and $100,000. Interested contractors must submit both a Price Quote and Technical Proposal electronically by January 7, 2026, and are required to have a Level 1 Cybersecurity Maturity Model Certification, along with compliance with local and federal regulations. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    Replace Chillers 1, 2 & 3
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace chillers 1, 2, and 3 at the Federal Detention Center in Miami, Florida. Contractors are required to provide all necessary labor, materials, and equipment as outlined in the Statement of Work, with a project magnitude estimated between $1,000,000 and $5,000,000. This opportunity is a total small business set-aside, and interested bidders must be registered in the System for Award Management (SAM) under NAICS code 238220. Key deadlines include a mandatory pre-bid conference on January 7, 2026, and bid submissions due by January 29, 2026, at 1:00 p.m. CST. For further inquiries, bidders can contact Jeffrey Kercheval at jkercheval1@bop.gov.
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.