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
    Description

    The Department of Justice, through the Federal Bureau of Investigation (FBI), is seeking proposals for the Redstone Job Order Contract (JOC) to provide construction, alteration, and repair services at its facilities in Huntsville, Alabama. This competitive solicitation is specifically 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 utilize the Gordian Construction Task Catalog for pricing, and contractors must comply with various federal regulations, including safety and security protocols. Proposals are due electronically by May 16, 2025, and interested parties should direct inquiries to Andre Wilson at alwilson6@fbi.gov.

    Point(s) of Contact
    ANDRE WILSON
    ALWILSON6@FBI.GOV
    Files
    Title
    Posted
    The document pertains to Hensel Phelps' approval of a submittal related to the North Campus Commons & Technology 1 Building project in Huntsville, Alabama. It specifically addresses the installation of a Steel Standing Seam Roofing Roof Anchor System, aligning with specifications outlined in Section 07 61 14.00 20 TB. Created and issued on May 13, 2020, the submittal has been reviewed and approved by various parties, including Jerry Pittmann from the FBI and Kim Steele from STOA Architects. Notably, the responsible contractor for the project is Metal Roof Solutions. The document outlines the workflow process, detailing submissions, approver feedback, and adherence to compliance requirements. It emphasizes the necessity for careful installation, inspection protocols, and safety guidelines for using the anchorage connector, with strict references to regulatory standards. The approval signifies readiness to proceed with the roofing system while ensuring safety and quality management, illustrating a commitment to detailed planning and execution within federal or state government projects.
    The document is an amendment to a federal solicitation by the FBI's Facilities Acquisition Unit, specifically modifying contract number 15F06725R0000021. The key purposes of the amendment are to extend the proposal submission deadline to May 16, 2025, and to update specific sections of the solicitation, including the Statement of Work and Section L, which detail the requirements and instructions for submissions. The document specifies that any offers must acknowledge receipt of this amendment to be considered valid and outlines the procedures for acknowledging this amendment. It confirms that aside from the changes stated, all other terms and conditions of the original solicitation remain unchanged. The structure of the document includes sections on the solicitation, special contract requirements, and certifications, but notes that there are no specific clauses or attachments included. This amendment is part of the ongoing federal contracting process aimed at facilitating responses from potential contractors for the project outlined in the solicitation.
    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.
    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.
    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.
    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.
    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.
    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.
    This document comprises a series of questions and answers related to a government Request for Proposal (RFP) for a Job Order Contract (JOC) focused on window cleaning services (NAICS code 561720). The primary purpose is to clarify contractor expectations and requirements regarding the use of specific cleaning methods, proposal submissions, and project scope. Key points include that no janitorial or landscaping services will be part of this contract and that the intent is not to create a mini-Base Operating Support contract, as existing contracts cover these services. Contractors are required to ensure the use of exterior window cleaning methods only and are restricted from utilizing advanced technologies like drone washing without prior approval. The government will handle outdoor furniture relocation, and proposals must be submitted by May 6, 2025. Past Performance Questionnaires may be included in proposals, while costs provided must reflect fully loaded labor rates. BIM as-built models for approximately 10% of facilities are available, increasing as new projects require them. This RFP outlines essential conditions and operational guidelines for potential contractors engaged in the bidding process, ensuring clarity on responsibilities and compliance.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The FBI Industry Day on Job Order Contracting (JOC) solutions, held on April 17, 2025, addressed construction procurement challenges and introduced the role and benefits of JOC. Key issues highlighted included process delays, the need for quality contractors, cost control, and improving project timelines while managing staff shortages. JOC, characterized by its indefinite delivery/indefinite quantity contracting approach, simplifies procurement by allowing multiple projects under a single bid. This process enhances efficiency, reduces costs, and increases subcontractor participation. Gordian, the creator of JOC, offers customized Cost Data, a Construction Task Catalog (CTC) with over 275,000 pre-priced tasks, and ongoing support for owners and contractors. The document outlines the solicitation process, emphasizing the importance of adjustment factors in determining project prices, and the program's implementation to improve overall procurement effectiveness. The JOC program aims to provide transparency, auditability, and measurable performance standards, ensuring timely project completion while meeting budgets. Gordian’s solutions are geared towards fostering collaboration and enhancing procurement efficiency, thereby supporting federal, state, and local government efforts in construction and facility maintenance. For further inquiries, Kelli Vetter, Account Manager for Federal Solutions, is the designated contact.
    The FD-857 Nondisclosure Agreement between individuals and the FBI outlines obligations for accessing sensitive information related to FBI investigations. It emphasizes the need to protect sensitive materials, which includes oral communications and details concerning closed investigations. Signatories must confirm the authorized status of individuals to whom they may disclose information and are reminded of the legal consequences, including potential criminal prosecution, associated with unauthorized disclosures. The agreement underscores that sensitive information remains the property of the FBI and must be returned upon request or at the end of the relationship with the FBI. It also integrates protections under various federal laws regarding disclosures that may compromise national security or expose government personnel. Individuals are bound by these terms both during their access to the information and afterward unless formally released. Furthermore, the agreement allows the government to seek enforcement through the courts and assigns any resulting royalties from unauthorized disclosures to the government. Overall, the document is a formal binding agreement focused on ensuring the confidentiality and protection of sensitive information related to FBI operations, reflecting the seriousness of safeguarding national security and the integrity of law enforcement functions.
    The Federal Bureau of Investigation (FBI) requires Job Order Contract (JOC) services for construction, alteration, and repair projects at its facilities on Redstone Arsenal, Alabama. The contract spans a year with options for extensions, involving project management, planning, labor, and other physical resources. Bidders must provide adjustment factors for work during standard and nonstandard hours, as well as for non-prepriced tasks. Compliance with local, state, and federal regulations is mandatory, including safety regulations by OSHA and USACE, and adherence to the FBI's design guides. The contractor must employ qualified personnel for managerial, safety, and quality control roles and have a comprehensive quality control plan. Environmental management practices are emphasized, including erosion control, air emissions permits, and stormwater management in line with EPA and ADEM regulations. Security measures for personnel access are detailed, requiring prior clearance for all workers on site. The document outlines operational protocols, safety requirements, and specifications necessary to ensure quality, safety, and compliance throughout the contracted services and projects. This initiative illustrates the FBI's commitment to maintaining its facilities while adhering to stringent regulatory standards.
    The document outlines instructions for submitting proposals in response to a federal government Request for Proposals (RFP) under the Small Business Administration's 8(a) Program set aside for construction services. Proposals must be comprehensive, adhere to specified formats, and demonstrate a clear understanding of project requirements. Offerors need to include past performance references, organizational structure, key personnel qualifications, a project schedule for a seed project, and a pricing schedule based on the Gordian Job Order Contracting (JOC) System. Emphasis is placed on competition and the potential for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract award based on best value evaluation criteria. All submissions must be received electronically by a specific deadline, and clarity, completeness, and adherence to outlined maximum page limits are essential for consideration. The Government reserves the right to cancel the solicitation without obligation to reimburse costs. This document serves to maintain compliance in the competitive procurement process and ensure quality submissions aligned with government requirements.
    The document appears to be a fragmented and heavily encoded representation rather than a coherent statement or description. It likely concerns federal government RFPs (Requests for Proposals), federal grants, or state and local funding opportunities but lacks clarity and structured content that can be readily analyzed or summarized. Given the nature of RFPs, the primary intention might be to solicit proposals from vendors for specific projects, fund programs, or enhance services that align with governmental objectives. However, without discernible sentences or clear organization, the file does not convey practical information or potential directives related to the stated topics. The disjointed characters and symbols suggest it may have been improperly formatted or irreparably corrupted in transmission. As such, no relevant key points or structured insights could be extracted from the material presented.
    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.
    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.
    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.
    The Construction Task Catalog® (CTC) for the Quantico FBI Buildings, developed by The Gordian Group, serves as a pricing guide for Job Order Contracting with the FBI. Released in January 2025, it outlines costs associated with labor, materials, and equipment needed for construction projects, emphasizing compliance with local and federal guidelines. The catalog's detailed breakdown includes labor at prevailing wage rates, material costs with allowances for waste, and equipment expenses. Adjustment Factors are specified for business overhead, project-related costs, and risks such as inflation. The CTC organizes tasks using the MasterFormat™ and provides comprehensive guidance on demolition processes, working conditions, and field engineering protocols. Contractors are instructed to calculate unit prices, factoring in project-specific conditions, while adhering to safety regulations in confined spaces. The document reinforces the importance of transparency and fair pricing in federally funded construction projects, ensuring quality and compliance in the execution of tasks within the FBI's operational framework.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    Justification for Exception to Fair Opportunity - Emergency Piping and Plumbing Leak Repair and Prevention
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to acquire a firm-fixed-price contract for emergency piping and plumbing leak repair and prevention at the J. Edgar Hoover FBI Building in Washington, DC. This procurement is justified as a sole-source contract due to its nature as a logical follow-on to a previous order issued under the FBI Regional Multiple Award Construction Contract (RMACC), ensuring economy and efficiency in the process. The services are critical for maintaining the operational integrity of the facility, which houses essential FBI functions. Interested parties can reach out to Eric Thomas at ejthomas3@fbi.gov for further details regarding the justification and procurement process.
    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.
    John Edgar Hoover (JEH) Waste Management Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified small businesses to provide Waste Management Services at the John Edgar Hoover (JEH) Building in Washington, DC. The contract, which is set aside for HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or Women-Owned Small Businesses (WOSB), includes a base period plus four option periods, emphasizing the establishment of a Mini-Material Recovery Facility to manage solid waste and recycling operations. Key responsibilities include sorting, baling, transporting recyclable materials, and maintaining compliance with safety and environmental regulations, with a focus on personnel security clearances and detailed record-keeping. Interested parties must submit their quotes by 12:00 PM EST on Thursday, December 18th, 2023, and can direct inquiries to Ms. McKenzie Bucher at mpbucher@fbi.gov.
    Fort Benning Job Order Contract (JOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a Job Order Contract (JOC) for construction services at Fort Benning, Alabama. This procurement aims to facilitate the repair or alteration of various buildings, aligning with the NAICS code 236220, which pertains to commercial and institutional building construction. The anticipated date for the issuance of a draft solicitation is set for January 16, 2026, and interested parties should note that this announcement does not require a response, as it is not a solicitation or sources sought announcement. For further updates, stakeholders are encouraged to monitor the SAM.gov website for any changes regarding the solicitation number, which has recently changed to W5168W26RA006.
    UAS Controlled Via Fiber Optic Cable
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of producing Unmanned Aerial Systems (UAS) that are controlled via fiber optic cable and compliant with the National Defense Authorization Act (NDAA). This Request for Information (RFI) aims to identify potential suppliers who can meet these specifications, emphasizing the need for UAS that operate effectively between the aircraft and the Ground Control Station (GCS). The procurement is crucial for enhancing operational capabilities in surveillance and reconnaissance missions. Interested parties, both small and large businesses, must submit capability statements by December 23, 2025, and direct any questions regarding the RFI in writing by December 10, 2025, to Brian Ames at bames@fbi.gov.
    FY24-28 D01 BTOOLKIT(ITD) Huntsville & Tuscaloosa Comcast
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source firm fixed price contract for internet services in the Northern District of Alabama, covering the cities of Huntsville and Tuscaloosa. The contract will include a base period and four optional 12-month extensions, with a total estimated value of $14,251.30. This procurement is critical for ensuring reliable internet connectivity for law enforcement operations in the region. Interested parties may direct questions to Contracting Officer Renee Leaman at renee.leaman@usdoj.gov, with the notice not being a request for quotes or proposals.
    Install Utilities & Culinary Equipment- FPC Alderson
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to install utilities and culinary equipment at the Federal Prison Camp (FPC) Alderson in West Virginia. The project requires the contractor to provide all necessary labor, materials, and equipment, with a performance period of 112 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $250,000 and $500,000, and bids are due by January 27, 2026, at 11:00 AM CST. Interested contractors must be registered in SAM.gov and can contact Alex Jackson at a4jackson@bop.gov for further information.
    Basic Unmanned Aerial System
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    CJIS Campus Cafeteria Food Service
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the operation and management of cafeteria services at its Criminal Justice Information Services (CJIS) campus in Clarksburg, West Virginia. The objective of this procurement is to establish food service facilities at no cost to the government, catering to approximately 3,700 personnel with a focus on nutritious menu offerings and compliance with various health and safety standards. The contract will cover a 12-month base period with four optional one-year extensions, and interested contractors must submit a detailed proposal, including a transition plan and staffing strategy, by the specified deadline. For further inquiries, potential bidders can contact Logan Swiger at lswiger2@fbi.gov or Jamie Melzer at jlmelzer@fbi.gov.