FBI REDSTONE JOB ORDER CONTRACT
ID: 15F06725R0000021Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 9:00 PM UTC
Description

The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the Redstone Job Order Contract (JOC) to provide construction, alteration, and repair services at its facilities in Huntsville, Alabama. This competitive procurement is set aside for 8(a) small businesses and has a total contract value not to exceed $11.5 million over a term of five years, with a minimum guarantee of $50,000. The contract will encompass various tasks, including window washing services for two buildings, and requires strict adherence to FBI security protocols and safety regulations. Proposals must be submitted electronically by May 6, 2025, with questions due by April 18, 2025, and interested parties can contact Andre Wilson at alwilson6@fbi.gov for further information.

Point(s) of Contact
ANDRE WILSON
ALWILSON6@FBI.GOV
Files
Title
Posted
Apr 2, 2025, 3:06 PM UTC
The document outlines the details of a Request for Proposal (RFP) issued by the Federal Bureau of Investigation (FBI) for a Job Order Contract (JOC) to perform construction, alteration, or repair at various FBI facilities in Huntsville, AL. It specifies that this competitive solicitation is limited to local 8(a) businesses within a 50-mile radius and is designed to ensure the work is done efficiently over a term of up to five years, with a total contract value not exceeding $11.5 million. Proposals must be submitted electronically and adhere to security and operational guidelines, as well as provide required performance and payment bonds. The JOC will be executed on a firm-fixed-price basis using Gordian's eGordian Construction Task Catalog for pricing, with coefficients proposed by contractors to account for indirect costs. Furthermore, the contract mandates compliance with the Davis-Bacon wage standards, and stipulates that contractor personnel must meet stringent security access requirements. This document is essential for guiding businesses in preparing their proposals and understanding contractual obligations, safety standards, and financial disclosure requirements connected to sensitive information access under FBI jurisdiction.
The document outlines the "Construction Task Catalog®" specifically tailored for job order contracting at Federal Bureau of Investigation (FBI) buildings, particularly at Redstone Arsenal, set for implementation in January 2025. It details the general requirements for construction tasks, pricing, and payment procedures, and includes administrative and quality control measures. The catalog is structured according to the Construction Specifications Institute's (CSI) MasterFormat, covering 48 divisions related to various construction processes and materials. It stipulates that unit prices encompass labor, materials, and associated costs for executing tasks as defined. Furthermore, adjustment factors include overhead, project-related costs, and contingencies for unforeseen expenses or challenges. The catalog serves as a comprehensive resource for contractors engaged in FBI projects, ensuring adherence to specific guidelines, local labor conditions, and regulatory requirements. Its design reflects government RFP contexts wherein precision and compliance in construction practices are paramount, emphasizing efficient project management and cost-accountability.
Apr 2, 2025, 3:06 PM UTC
The document outlines a consent letter template that joint venture partners and major subcontractors must complete to permit the disclosure of their past performance information to a prime contractor during the evaluation of federal proposals. This requirement stems from the government's emphasis on assessing past performance to ensure optimal source selection and value. The letter must state the partner's or subcontractor's involvement in a proposal, explicitly grant consent for sharing past performance details with the prime contractor, and include a signature from an authorized representative of the consenting entity. By facilitating information transfer between parties, the consent process aims to streamline evaluations and bolster confidence in contractor capability as part of federal contracting procedures.
Apr 2, 2025, 3:06 PM UTC
The document serves as a Contractor Performance Questionnaire related to Solicitation 15F06725R0000021 for a Redstone Job Order Contract (JOC) at the FBI site in Huntsville, AL. It collects feedback on the contractor's past performance in various areas, including construction, design, and quality of service. The questionnaire includes sections for general information about the contractor and the respondent, as well as specific performance metrics such as management effectiveness, quality control, timeliness, and compliance with regulations. Respondents evaluate the contractor using a rating system that ranges from "Acceptable" to "Unacceptable," along with a section for comments to provide context for their ratings. Key aspects under evaluation are the contractor's project completion history, service quality, management capabilities, and customer satisfaction levels. The document concludes by inquiring whether any contract discrepancies occurred and if the respondent would consider awarding future contracts to the contractor based on their performance. Overall, the purpose of this questionnaire is to inform the federal selection process by assessing the contractor's reliability and service quality through past performance metrics.
The Past Performance Information (PPI) Contract Reference Sheet serves as a comprehensive form required from contractors submitting proposals for government contracts. The document mandates detailed information for each contract or program, including the offeror's company details, contract specifics, performance descriptions, completion dates, client contacts, and relevance to the current acquisition. Contractors must specify whether they are a prime or subcontractor, describe the nature of their work, and identify how their experience aligns with the stated relevancy criteria. Additionally, the sheet requires insights into changes in contract values and schedules, as well as identification of key personnel for primary customer contacts. The objective of this form is to assess contractors’ past performance and ensure alignment with the requirements of federal and state contracts. This structure is essential for compliance with FAR regulations and helps in evaluating the contractor’s capability and reliability for current or future government projects.
Apr 2, 2025, 3:06 PM UTC
Attachment E outlines Acquisition Risk Questions for organizations engaging in federal contracting, aimed at identifying potential foreign influence or control. It requests detailed information about foreign ownership, outlining questions regarding foreign investments, contractual agreements, income sources, and positions held by non-U.S. citizens within the organization. Companies are specifically asked to disclose any ownership stakes from foreign entities that meet or exceed specified thresholds, including financial details related to debts and securities. Furthermore, it probes the influence of foreign individuals on corporate governance and the existence of agreements with foreign interests, especially concerning defense or nuclear-related technologies. The questionnaire is essential for assessing compliance with U.S. regulations and national security concerns, ensuring that foreign influences are disclosed and evaluated in the context of federal and state RFPs.
Apr 2, 2025, 3:06 PM UTC
The document pertains to the Surety Form required for contractors participating in an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) with the federal government. The form must be completed by the offeror and submitted to their surety to gather essential bonding information. Key details requested include the contractor's name, address, and telephone number, as well as the surety's contact information. The surety is asked to confirm the duration they have provided bonding for the contractor and to specify the contractor’s rating, bonding limits for individual projects, and the total aggregate amount. Additionally, it assesses the contractor's reliability by querying whether the surety has ever had to complete a project for the contractor, if there have been refusals of liability insurance, complaints of non-payment by subcontractors or suppliers, and whether the surety has had to cover any payments to subcontractors or suppliers. This form is crucial for ensuring that potential contractors meet bonding and financial responsibility standards prior to being awarded government contracts.
Apr 2, 2025, 3:06 PM UTC
The document outlines a Financial Questionnaire required by the Federal Bureau of Investigation (FBI) for prospective contractors submitting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract. The purpose of the questionnaire is to gather financial information about the contractor, which is essential for the FBI to assess the firm’s financial stability and creditworthiness. Contractors must provide their firm's details, including an authorized banking institution’s information, account types, average balances, lines of credit, credit ratings, and banking relationships. The completed questionnaire must be submitted to specific FBI contacts, ensuring that all information remains confidential under federal regulations. Overall, this process is a critical step in the contract award cycle for government RFPs, facilitating informed decisions based on financial health evaluations.
Apr 2, 2025, 3:06 PM UTC
The document addresses RFP # 15F06725R0000021, specifically focusing on questions related to the solicitation. It includes a structured format that lists page numbers alongside solicitation sections and paragraphs, allowing for a clear identification of service areas in question. The primary purpose of this attachment is to provide responses to inquiries that potential bidders may have about the Request for Proposals (RFP), ensuring transparency and clarity in the proposal process. By outlining these questions and answers, the document fosters an understanding of the requirements and expectations for bidders, aiding them in preparing compliant proposals. This initiative reflects the government's commitment to maintaining an open dialogue during the RFP process, which is essential to encourage participation and enhance the quality of submissions from vendors. Overall, the document serves as a crucial reference for firms looking to engage with the RFP and is critical for ensuring adherence to outlined guidelines.
Apr 2, 2025, 3:06 PM UTC
The Ethics Fact Sheet outlines key ethical guidelines and rules for contract employees interacting with FBI personnel. It specifies that FBI employees cannot accept gifts valued over $20 from contractors and are forbidden from soliciting gifts. Both FBI and contract employees must report conflicts of interest and misconduct, maintaining confidentiality about sensitive FBI information. The document also emphasizes that contractors do not have the same privileges as FBI employees regarding the use of government property, particularly denying access to facilities like the FBI gym. Additionally, contractors are discouraged from displaying political affiliations in the workplace and must not engage in fundraising within federal premises. FBI employees need written approval to work with contractors and must avoid leveraging their positions to gain benefits for themselves or associated individuals. The Ethics Fact Sheet serves as a critical resource to ensure clarity on ethical behavior and compliance within federal operations concerning contractor interactions.
Apr 2, 2025, 3:06 PM UTC
The document outlines a Nondisclosure Agreement (NDA) between an individual and the Federal Bureau of Investigation (FBI), detailing the obligations and responsibilities linked to access to FBI-controlled facilities. Its main purpose is to protect sensitive information from unauthorized disclosure or mishandling, which could jeopardize ongoing investigations. Key points include the responsibilities to maintain confidentiality, the consequences of unauthorized access or disclosure, and the requirement to return sensitive materials upon request or termination of the individual’s relationship with the FBI. The NDA incorporates existing laws and regulations concerning disclosures, ensuring that individuals understand their legal responsibilities regarding sensitive information. Furthermore, it emphasizes the continuing obligations beyond the individual's engagement with the FBI and the potential legal ramifications for breaches. The document is structured in a formal manner with clauses outlining obligations, consequences, and legal references related to national security and the safeguarding of sensitive information. It is critical within the context of government contracts, as it helps to ensure trust and integrity in interactions with sensitive federal operations.
Apr 2, 2025, 3:06 PM UTC
The FBI Limited Escorted Access Request (LAR) Completion Guide provides detailed instructions for filling out the Standard Form 85 (SF 85), which is necessary for background checks. Key instructions include submitting personal information such as full name, date and place of birth, Social Security Number, aliases, sex, citizenship, current residence, and employment details. Additionally, the form requires disclosures about illegal drug use and any recent criminal charges, employing specific date formats. Applicants must certify the accuracy of their responses and authorize the release of their information, ensuring all names and signatures are correctly provided. This guide ensures the completeness and correctness of the information gathered in the context of governmental security screenings, forming a critical part of maintaining national security protocol.
Apr 2, 2025, 3:06 PM UTC
The FBI Base Access Form is a document required for individuals seeking access to FBI facilities. It collects essential personal information, including the individual's name, social security number, citizenship status, physical characteristics (hair color, eye color, height, weight), date of birth, and contact details. The form is specifically designed for different types of individuals, including contractors, and requires details about their security clearance, grade or rank, and position title. Upon completion, the form must be scanned and submitted to the designated FBI email. Specific instructions accompany the form, emphasizing the necessity of bringing certain identification documents, such as a driver’s license, vehicle registration, and proof of insurance for those driving to the facility. Additionally, upon arrival, individuals must present their licenses for data verification and will be photographed to receive an access badge and vehicle pass. Overall, this form is integral to the FBI's security protocols, ensuring proper identification and clearance of personnel accessing their premises.
Apr 2, 2025, 3:06 PM UTC
The Standard Form 85, issued by the U.S. Office of Personnel Management, is a questionnaire designed for background investigations for non-sensitive federal positions. This form is required to ensure that applicants or employees, whether government employees or contractors, are suitable for their roles. It is filled out voluntarily after a conditional job offer and requires complete and truthful responses, as inaccurate information may lead to legal penalties or disqualification from employment. The document provides detailed instructions on how to complete the form, including requirements for signing, the need for accurate addressing, and guidelines for reporting residences, education, and employment history over the past five years. The form also includes sections regarding citizenship, military history, illegal drug use, and personal references. Authorization is granted for the release of personal information during the background check process, which is governed by the Privacy Act to ensure confidentiality. Overall, this form is a critical tool in the federal hiring process, aimed at establishing trustworthiness and reliability among applicants. Accurate completion ensures timely background investigations that influence hiring decisions.
The FD-816 form is a background data information sheet designed for non-FBI personnel seeking access to FBI facilities. Key information required includes personal identification details such as name, residence, Social Security number, and date of birth. Additionally, the form inquires about the individual's citizenship status, criminal history, and any international travel. It features questions concerning felony charges, firearms or explosive offenses, and substance-related offenses. Applicants must certify that all provided information is accurate, acknowledging the consequences of false statements, which may include denial of access or legal penalties. This document streamlines the vetting process for security clearance, ensuring that individuals comply with FBI access protocols, which align with broader federal standards for personnel security in government agencies. The focus on detailed personal history underscores the importance of safeguarding sensitive governmental facilities and maintaining public safety.
Apr 2, 2025, 3:06 PM UTC
The document outlines the concept of "Coefficient" in the context of government construction projects, detailing the indirect costs associated with contract pricing not covered by standard unit prices from the Construction Task Catalog (CTC). It specifies the diverse elements that should be included in the coefficient proposed by contractors, such as overhead and profit margins, insurance, bonding costs, labor-related expenses, tax obligations, project safety, and compliance measures. Additionally, it emphasizes that all pricing components must be thoroughly accounted for in advance, as no adjustments will be permitted later for omitted costs. The document directs offerors to utilize the Gordian Price Book as a resource in their evaluations. Overall, it serves as a guideline for contractors to ensure comprehensive and accurate pricing for task orders associated with government contracts, underscoring the importance of careful consideration of all potential costs.
This document, labeled "General Decision Number: AL20250090," outlines prevailing wage rates for building construction projects in Limestone County, Alabama, under the Davis-Bacon Act. It specifies minimum wage requirements based on current federal Executive Orders, with contracts initiated after specific dates requiring different pay rates for laborers. For instance, contracts started or renewed after January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a lower rate of $13.30, unless a higher applicable wage applies. The document also includes a detailed listing of various job classifications within the construction sector, including their respective wage rates and fringe benefits. It highlights the need for compliance with additional worker protections, such as paid sick leave under Executive Order 13706. The file serves as a critical reference for contractors involved in federally funded construction projects to ensure adherence to wage and labor standards, thus supporting the overall workforce's rights and protections within government contracts.
Apr 2, 2025, 3:06 PM UTC
The Unified Financial Management System (UFMS) Vendor Request Form serves as a structured protocol for vendors seeking registration or modification within the government financial system. Key components include validating whether a vendor must register in SAM.gov, specifying vendor types (such as commercial or government), and capturing essential vendor details including name, contact information, and banking information. The form mandates that all fields be completed to avoid processing delays and outlines the purpose of the vendor request. Each section includes detailed instructions for completion, ensuring accuracy and compliance. The document is aligned with the Privacy Act of 1974, emphasizing the collection of information for payment processing by the Treasury Department. As such, it underscores the significance of proper vendor documentation within the scope of federal procurement and financial management. This structured approach aims to facilitate efficient financial transactions and accountability in government operations.
Apr 2, 2025, 3:06 PM UTC
The document outlines a structured five-step process for contractors working with government owners on projects, primarily within the context of government RFPs and grants. The process begins with a Joint Scope Meeting, where the contractor and owner review project details at the site, fostering clear communication to prevent misunderstandings. Following this, the owner prepares a Detailed Scope of Work to accompany the Request for Proposal (RFP). The contractor then creates a Price Proposal, detailing selected tasks, quantities, and a construction schedule, alongside a list of local subcontractors. This proposal is reviewed by the owner for accuracy and necessary adjustments. Once the proposal is approved, including all required documentation, a Job Order is issued to the contractor stipulating the completion of the work within the agreed timeline and price. Prior to these steps, the document emphasizes the importance of thorough site information gathering and preparation for the Joint Scope Meeting to ensure a comprehensive understanding of the project requirements. This structured approach aims to enhance collaboration and cost-effectiveness in government contracting projects.
Apr 2, 2025, 3:06 PM UTC
The provided document is a Visit Request Form (VR-219) designed for one-day escorted visits involving 1-10 visitors to FBI facilities, specifically the FBI Complex at Quantico. It outlines essential procedures for sponsors organizing visits, including the requirement for prior approval from a Unit Chief or higher, visitor classification levels, and details on foreign national checks. The document emphasizes the need for escorts, specifically a ratio of one escort for every five visitors, and mandates compliance with security protocols such as the prohibition of electronic devices. Visitors must sign in, and clearance procedures must be followed, including indices checks for foreign nationals. The form incorporates privacy considerations as per the Privacy Act Notice, ensuring that sensitive information is handled appropriately. This structured approach highlights the importance of security and regulatory compliance within federal institutions, particularly for visits involving foreign nationals or classified information.
Apr 2, 2025, 3:06 PM UTC
The FBI requires Job Order Contract (JOC) services for construction, alteration, and repair projects at its facilities at Redstone Arsenal, Alabama. The contract encompasses a 1-year base period with four optional extensions and mandates project management and execution of tasks defined in a detailed scope of work (DSOW). Bidders are to propose adjustment factors for work during standard and nonstandard hours, applying these to a Construction Task Catalog® of prepriced tasks based on local market rates. Contractors must comply with all relevant local, state, and federal regulations, maintaining safety and environmental standards, particularly those specified by OSHA and the US Army Corps of Engineers. Key personnel, including a Program Manager and Project Managers, must possess extensive experience and specified certifications. Communication and coordination with the FBI are essential throughout project execution, including regular inspections and documentation of compliance. The Statement of Work emphasizes safety, requiring detailed inspection systems and accident prevention programs, along with adherence to EPA regulations for environmental management. Consequently, the contract outlines stringent documentation and compliance measures to ensure quality control and effective project delivery, highlighting the FBI's commitment to operational integrity and efficiency in maintaining its facilities.
The government RFP outlines the process for submitting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on construction services within a 50-mile radius of Huntsville, AL. Key instructions emphasize compliance with all submission guidelines, including a strict proposal format, full disclosure of past performance data, and adherence to evaluation criteria. Proposals should be clear and concise, with detailed sections addressing past performance, management approaches, team organization, and cost pricing using predetermined coefficients. Specific submission deadlines include questions due by April 4, 2025, and proposals by April 23, 2025. The evaluation process prioritizes the offeror’s understanding of project requirements and collaboration with trade partners. Additionally, emphasis on timely and satisfactory performance will enhance the offeror's credibility, with a strong preference for prior relevant experience. The proposal structure includes cover letters, past performance documentation, and detailed project execution plans, ensuring a comprehensive assessment of each submission's viability for government award. Overall, this solicitation promotes a competitive procurement process aimed at securing high-value construction services while following federal guidelines and regulations.
Apr 2, 2025, 3:06 PM UTC
This document outlines the evaluation criteria for the Government's Job Order Contract (JOC) award process, specifically aimed at 8(a) Small Business contractors. The Government intends to award one contract through competitive negotiation, emphasizing an integrated assessment of various factors, including prime contractor location, past performance, team organization, task management, project schedule, and cost/price coefficients. Factor prioritization ranks past performance as the most critical element, followed by team organization and qualifications. The evaluation process involves a pass/fail assessment for the prime contractor's location, assessment of past performance based on recent, relevant projects, and an analysis of team qualifications and management strategies. Additionally, offerors must present a project schedule and pricing that demonstrates a clear understanding of requirements. The Government may limit competitive range to ensure efficient evaluation and reserves the right to conduct discussions if needed. Ultimately, proposals will be evaluated for adherence to specifications, qualifications, and cost-effectiveness to select the most qualified offeror who meets the FBI's needs and standards for successful contract execution.
Apr 2, 2025, 3:06 PM UTC
The Federal Bureau of Investigation (FBI) requires window washing services for two buildings at Redstone Arsenal, Alabama, as outlined in its Statement of Work (SOW). This SOW is part of the Redstone Job Order Contract, designed for flexible maintenance and repairs. The project involves washing windows across building A (144,495 square feet) and building B (20,115 square feet), both standing four stories tall. Key requirements encompass adherence to FBI security protocols, provision of necessary labor and equipment, and compliance with safety regulations. The contractor must conduct a site walk to verify project details before submission and must submit various deliverables like Activity Hazard Analysis and project schedules. Access to the site is tightly regulated, requiring prior approval, and contractors must ensure pedestrian safety during operations. The contract has a period of performance of 90 days following the notice to proceed. The document emphasizes quality control, risk management, and compliance with environmental and safety standards, reflecting the FBI’s commitment to maintaining its facilities while ensuring safety and security.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Overt Armor Kit
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of Overt Armor Kits (OAK), which include ballistic-resistant soft body armor and various accessories designed to enhance the safety of federal law enforcement personnel in high-threat environments. The procurement aims to provide reliable protective gear that meets the National Institute of Justice (NIJ) ballistic resistance standards, ensuring that both male and female agents are adequately equipped. This contract will be structured as a Firm Fixed Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) with a maximum value of $61 million over a potential five-year period, emphasizing the importance of quality, timely delivery, and compliance with environmental standards. Interested vendors should contact Holly Cloud at hcloud@fbi.gov for further details and are encouraged to submit their proposals, including pricing and specifications, by the specified deadlines.
Concealment and Tactical Holsters
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of Concealment and Tactical Holsters, aimed at equipping its agents with essential gear. The FBI seeks to award up to two Firm Fixed Price contracts under an Indefinite Delivery/Indefinite Quantity (IDIQ) framework, which will span a base year with four optional years, focusing on holsters designed for Glock pistols that meet stringent durability and quality standards. This procurement is critical for ensuring that FBI agents have reliable and compliant tactical equipment, with an anticipated total contract value of approximately $4.9 million, divided between concealment and tactical holsters. Interested small businesses must submit their proposals, including required documentation, by the specified deadlines, and can direct inquiries to Brian Ames at bames@fbi.gov.
Replace Roof FCI Low I- Yazoo City, MS
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for the replacement of the roof at the Federal Correctional Institution (FCI) in Yazoo City, Mississippi. This project, valued between $500,000 and $1 million, is a total small business set-aside, requiring contractors to meet specific qualifications and adhere to federal contracting regulations, including performance and payment bonds, liability insurance, and compliance with the Buy American Act. A pre-bid conference and site visit are scheduled for December 4, 2024, with bids due by April 15, 2025, at 10:00 AM MST. Interested contractors should contact Alex Jackson at a4jackson@bop.gov or call 202-578-9940 for further details.
REPAIR TOWER ROOFS at FCC Tucson-Pre -Solicitation Notice
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract aimed at repairing the tower roofs at the Federal Correctional Complex (FCC) Tucson in Arizona. The project involves comprehensive repairs to three tower roofs, including the installation and re-securing of all siding materials, with a performance period of 364 calendar days from the notice to proceed. This opportunity is significant as it falls under the NAICS code 238160 for Roofing Contractors and is designated as a total small business set-aside, with an estimated project value between $100,000 and $250,000. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be available around April 7, 2025; for further inquiries, they may contact Rashonna Conteh at rconteh@bop.gov or Darrell L. McKeel at dmckeel@bop.gov.
RFQ: FBI ISU Hardware Refresh- KForm TEMPEST Cabinets
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting quotations for KForm custom TEMPEST cabinets as part of their RFQ process. The procurement aims to acquire high-security equipment, including RF shielded racks and custom IO panels, which are critical for safeguarding sensitive information and systems within the Department of Justice. Interested vendors must have a valid SAM.gov registration and adhere to detailed specifications outlined in the attached solicitation document, which includes contract clauses and security requirements. Quotations are due by 11:00 AM EST on April 15, 2025, and inquiries should be directed to Lance Smith at LASmith4@fbi.gov or by phone at 817-709-6572.
CyberSecure Alarm System Sole Source
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to negotiate a sole-source contract for the provision of CyberSecure Alarm System maintenance and support. This procurement aims to ensure ongoing design, installation, maintenance, and troubleshooting support for the CyberSecure IPS system currently installed at the FBI Quantico Academy, with a focus on critical infrastructure security. The contract will cover a period from January 26, 2025, to January 25, 2026, and emphasizes the need for 24/7 technical support tailored to the FBI's requirements. Interested vendors must respond via email to Brandy Binford at bbinford@fbi.gov by April 7, 2025, at 9:00 AM Eastern, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
Fort Benning Job Order Contract (JOC)
Buyer not available
The Department of Defense, specifically the Department of the Army, is announcing a special notice regarding the Fort Benning Job Order Contract (JOC), identified by the new number W5168W25RA013. This opportunity involves the procurement of construction services under the NAICS code 236220, focusing on commercial and institutional building construction, with a particular emphasis on the repair or alteration of miscellaneous buildings. The contract will cover work at Fort Benning, Alabama, and other locations, including Camp Merrill in Georgia, with a solicitation anticipated to be issued on May 28, 2025. Interested parties should note that there is no requirement to respond to this announcement, as it is not a sources sought announcement.
Replace Switchgear- FCC Forrest City
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace switchgear at the Federal Correctional Complex (FCC) in Forrest City, Arkansas. The project entails the removal of existing 15KV switchgear and installation of a new assembly, with a performance period of 364 calendar days from the notice to proceed. This procurement is a total small business set-aside, with an estimated project magnitude between $1,000,000 and $5,000,000, emphasizing the importance of engaging qualified small businesses in federal contracting. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by May 13, 2025, with additional requirements including a pre-bid conference on April 16, 2025, and compliance with various documentation and security protocols. For further inquiries, contact Patrick Ford at pford@bop.gov.
Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a Firm Fixed Price construction contract to replace the headquarters office at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. The project involves constructing a new office and maintenance facility, which includes extending telecommunications infrastructure, adhering to federal, state, and local regulations, and ensuring compliance with environmental standards. This initiative is crucial for enhancing visitor engagement and operational efficiency at the refuge, which plays a vital role in wildlife conservation and public education. Interested contractors must submit their proposals by the specified deadline, with a project performance period commencing on August 30, 2024, and concluding by September 30, 2025. For further inquiries, potential bidders can contact Ian Young at ianayoung@fws.gov or by phone at 612-713-5214.
Custom Test Fabrication, Onsite Support, SQRL IV
Buyer not available
The Department of Justice, through the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors for custom test fabrication and onsite support during the SQRL IV testing phase at Redstone Arsenal, Alabama. The project entails the preparation and construction of five custom concrete masonry unit (CMU) buildings, including various roof types, and involves multiple phases such as site preparation, fabrication, daily labor during testing, and demolition of existing structures. This initiative is crucial for enhancing research and training in explosives safety and law enforcement support, with an anticipated contract duration of one year and a Firm-Fixed-Price (FFP) contract type. Interested parties must submit their responses, including company information and capability statements, to Contracting Officer Brian Wilkins at Brian.Wilkins@atf.gov by 5:00 PM EST on April 11, 2025.