CJIS Dining Terrace
ID: 15F06725R0000210Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

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

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the construction of a Dining Terrace at the Criminal Justice Information Services (CJIS) Division in Clarksburg, West Virginia. The project involves the demolition of the existing terrace surface, waterproofing, insulation, and installation of a modular paver system, along with necessary structural repairs. This initiative is crucial for enhancing the operational facilities of the FBI, ensuring a functional and secure environment for its personnel. Interested small businesses must submit their proposals electronically by June 30, 2025, and can direct inquiries to Contracting Officer Logan Swiger at lswiger2@fbi.gov. A site visit is scheduled for May 21, 2025, and all necessary documentation, including drawings, will be provided upon request.

    Point(s) of Contact
    Logan Swiger
    lswiger2@fbi.gov
    Files
    Title
    Posted
    The document is a solicitation (15F06725R0000210) for construction services related to a Dining Terrace project, issued on May 12, 2025, with a submission deadline for bids by June 2, 2025. The performance period is expected to start from May 1, 2025, to April 30, 2026, and the contractor must furnish performance and payment bonds within 30 calendar days of the contract award. The main requirements include submitting sealed offers in compliance with specified terms, with a focus on adherence to work requirements and provisions outlined within the solicitation. The offeror must signify agreement to perform the work as described and acknowledges any amendments to the solicitation. While additional sections on special contract requirements, contract clauses, and attachments are intentionally left blank, the document indicates that the invites bids are negotiable and guarantees may not be necessary based on the offer conditions. The overall goal of the solicitation is to select a qualified contractor to carry out construction services, fostering enhanced facility operations within the government sector.
    The document provides clarifications and responses to queries regarding a construction project under a federal Request for Proposal (RFP). It outlines regulations for obtaining construction drawings, maintaining access roads, and ensuring egress pathways during the project's duration. Key specifications are modified to allow for role flexibility among project personnel, particularly for the quality-control manager. Notable points include that the period of performance dates are specified in the RFP, with no budget details provided pre-bid. Bidders must submit a bid bond of 20% using Standard Form 24. The contractor must ensure all personnel are U.S. citizens and undergo background checks, but no specific security clearances are required, streamlining worker qualification processes. Furthermore, bidders need to adhere to submission guidelines regarding past performance projects, which must be completed and within eight years of the contract. Bidders are also guided on construction methods, emphasizing minimal disruption to existing office spaces and coordination with government representatives. This detailed document serves to clarify expectations and requirements for potential contractors, facilitating smooth bidding and project execution while ensuring compliance with safety and operational standards.
    This document serves as a price template for a construction project encompassing a total area of 2,784 gross square feet (GSF). It outlines various divisions related to construction costs, including existing conditions, materials (such as concrete, masonry, metals, etc.), and specific construction tasks (like plumbing, electrical, and HVAC). Each division is expected to specify costs per square foot and percentage of the total price, yet all entries are currently marked with placeholder values, indicating no data is provided at this stage. Additionally, the template captures indirect costs such as general conditions, overhead, profit margins, insurance, bonding, and applicable taxes, consolidating them into a comprehensive construction cost total. The structure follows a clear format where direct and indirect costs are separated to facilitate transparent budgeting in alignment with federal or local Request for Proposals (RFPs) and grant specifications. Overall, this document is pivotal as it establishes the framework for cost estimation and financial planning necessary for the successful bidding and execution of construction projects.
    The document consists of a price template for a construction project covering a total area of 11,500 square feet. It outlines various construction divisions, including existing conditions, concrete, masonry, metals, and more, each with allocated costs left blank. The template is designed to capture direct and indirect costs, including general conditions, home office overhead, profit margins, and taxes, though all figures are currently unassigned. It also references potential unit prices for construction per square foot. The absence of any specific financial figures suggests this document serves as a placeholder or framework for prospective contractors to fill in costs when responding to government requests for proposals (RFPs) or grants. This template facilitates transparency and structured budgeting within the context of state and local RFP processes, allowing for detailed estimation of construction expenses while ensuring comprehensive compliance with federal guidelines.
    This document outlines a price template for a construction project covering a total area of 11,500 square feet. It consists of various divisions of work, including existing conditions, concrete, masonry, metals, and several other construction-related categories, each specifying total costs, costs per square foot, and percentage of the total price. However, all financial figures are currently marked as unavailable or indicated as "#DIV/0!". The template also addresses indirect costs, with sections pertaining to general conditions, home office overhead, profit, insurance, bonds, and B&O tax, although again, no numerical values are provided. The document emphasizes the need for detailed breakdowns of construction costs but lacks specific data, which appears necessary for potential bidders to assess and formulate competitive proposals in response to federal and local RFPs. This absence of detailed figures suggests a preliminary stage in the procurement process for construction services, needing further completion before use in decision-making contexts.
    The document features a reflected ceiling plan with a scale of 18 inches equating to 1 foot. Key plans are likely included for reference to assist in visualizing the layout and structural elements detailed in the ceiling plan. This type of documentation is commonly utilized in architectural and construction-related RFPs and grants to provide precise depictions of design intentions and specifications essential for compliance with safety and regulatory standards. The ceiling plan will inform contractors and relevant stakeholders of the intended aesthetic and functional attributes of the space overhead, directly impacting the execution of the related construction or renovation projects. Overall, the document serves to facilitate effective communication and ensure alignment among project participants in both federal and state/local contexts regarding building design initiatives.
    The document outlines a contract for construction services to renovate the Building 5 Dining Terrace at the FBI's CJIS Division in Clarksburg, WV, detailing the scope of work, service requirements, and applicable safety and security regulations. The contractor must adhere to specific protocols regarding personnel access, IT security, and delivery of government-furnished equipment while providing regular status updates to FBI officials. Additionally, all activities must comply with federal regulations and the FBI's oversight standards.
    The Federal Bureau of Investigation's CJIS Division is soliciting construction services for the renovation of the Building 5 Dining Terrace located in Clarksburg, WV. The project entails the demolition of the existing terrace surface down to structural concrete, followed by waterproofing, insulation, and installation of a modular paver system, along with structural repairs to stairs and railings as per the provided construction documents. A firm-fixed price contract will be awarded in accordance with the Federal Acquisition Regulation. The contractor is expected to attend a kickoff meeting post-award and provide monthly and bi-weekly status reports to the Contracting Officer. Work is to be performed during regular weekdays to minimize disruption, adhering to OSHA and environmental regulations while ensuring safety for CJIS employees. Security requirements for personnel include thorough background checks and the restriction of non-U.S. citizens from specific roles. The contractor must maintain inventory of government-furnished equipment (GFE) and comply with stringent IT security protocols regarding data handling. Overall, this initiative underscores the FBI’s commitment to maintaining secure and functional operational facilities while engaging qualified contractors for specialized services.
    The document details the administrative procedures for a contract with the Federal Bureau of Investigation (FBI), outlining the roles and authorities of the Contracting Officer's Representative (COR) and the necessary steps for contract execution and payment administration. Key sections cover protocol for progress review meetings, the COR's authority, invoicing instructions, and adherence to environmental standards. Contractors must submit itemized invoices through the Invoice Processing Platform (IPP) every 45 days, including specific information to ensure prompt payment. The document emphasizes compliance with the Buy American Act, requiring contractors to use domestic products unless specified, and outlines environmental responsibilities regarding waste reduction and hazardous material management. Comprehensive guidelines aid in coordinating contractor activities with government resources, ensuring successful project execution while adhering to federal regulations.
    This RFP outlines the instructions and requirements for submitting proposals for a construction contract focused on the CJIS Dining Terrace. The Government seeks a Firm Fixed Price contract with a strong emphasis on compliance with detailed formatting and documentation specifications. Prospective offerors must confirm their awareness of amendments and submit proposals electronically by June 9, 2025. Key requirements include demonstrating physical office location within 200 miles of the CJIS Campus, providing comprehensive staffing plans featuring key personnel qualifications, and outlining a project approach with logistical plans and schedules. Offerors are instructed to detail their relevant past project experiences and submit a pricing proposal as a separate volume. The selection process will prioritize innovative solutions and the best value against evaluation criteria; hence, initial proposals should encompass the best offers likely to be made. Emphasis is placed on clarity, concise presentation, and adherence to the outlined structure, ensuring proposals will be thoroughly evaluated for completeness and responsiveness. This solicitation reflects the Government's drive towards enhancing collaboration while maintaining rigorous project oversight and standards.
    This Request for Proposals (RFP) outlines the process and requirements for contractors to submit proposals for a construction project at the Criminal Justice Information Services (CJIS) Campus. It specifies that proposals must comply with the solicitation's instructions and include required data. The Government reserves the right to cancel the solicitation before contract award without reimbursement for incurred costs. This is a competitive procurement set aside for small businesses under NAICS code 236220. Proposals are due electronically by June 30, 2025, and must demonstrate an understanding of project requirements, include a cover letter, and detail key personnel qualifications. Key personnel must include a Project Manager, Superintendent, and Quality Control Manager, each with defined qualifications. The proposal must also include a Project Approach, detailing logistics and scheduling, along with a maximum of five relevant past performance examples to assist in evaluation. A Price Proposal must be included as well, which will be considered separately from other factors in the evaluation. The process emphasizes adherence to guidelines to ensure proposals are full and compliant for consideration, aiming for a firm fixed-price contract.
    This government RFP outlines the proposal submission process for the CJIS Dining Terrace Construction project, emphasizing adherence to specific requirements for a complete and competitive proposal. Each submission must detail the offeror's understanding of the services required, and proposals must strictly follow the prescribed format, including page limits and organization. Key factors evaluated include location within a 200-mile radius of the CJIS Campus, qualifications of key personnel, project approach, past performance, and price proposal. The RFP mandates that proposals be submitted electronically by June 09, 2025, with a strong encouragement for early submissions. Offerors are also instructed to provide detailed information on their project strategies, including logistics, labor management, and safety compliance, to ensure effective project execution while maintaining operational integrity during construction. The main purpose of this solicitation is to procure a qualified contractor that can demonstrate the best value proposition while ensuring compliance with federal procurement standards and requirements. The document stresses the importance of clarity, completeness, and responsiveness in the proposals submitted.
    This document outlines the evaluation criteria and selection process for awarding a federal contract to small business offerors. The evaluation follows the Federal Acquisition Regulation (FAR) guidelines and emphasizes a "best value" approach. Proposals will be assessed based on five key factors: geographical proximity (specifically, a 200-mile radius from the CJIS Campus in Clarksburg, WV), qualifications of key personnel, project approach, past performance, and cost/price. The proximity factor is critical, as submissions from outside the 200-mile area will not be evaluated. The second factor focuses on the qualifications of key team members, particularly roles such as the Project Manager, Superintendent, and Quality Control Manager, which require significant experience and expertise. The project approach must demonstrate effective management of resources and logistics, ensuring minimal disruption during construction. Past performance is evaluated based on similar projects completed within the last eight years. Finally, while cost is the least critical factor, it remains a significant consideration against the qualitative evaluations. The government aims to award contracts that best meet its needs, which may include selecting a higher-priced proposal if justified by superior technical capabilities. The processes involve rigorous assessments, including potential discussions, and they reserve the right to limit the number of proposals considered in the competitive range.
    The document outlines the evaluation criteria and award process for a federal Request for Proposals (RFP) targeting small businesses engaging in construction projects linked to the FBI's CJIS Campus in Clarksburg, WV. The award will follow a competitive, best-value selection process, prioritizing non-cost factors such as key personnel, project approach, and past performance, over cost/price. The criteria include: 1. **200-mile radius** from the CJIS campus, mandatory for qualifying proposals. 2. **Key Personnel and Team Members:** Offerors must demonstrate qualifications and roles for positions such as Project Manager and Quality Control Manager. 3. **Project Approach:** This encompasses logistics, labor management, and schedule control, requiring a detailed project baseline schedule. 4. **Past Performance:** Applicants should provide examples of pertinent projects completed within the last five years, with evaluations based on recency and relevance. 5. **Cost/Price Proposal:** While cost is the least important factor, it remains essential for the overall evaluation and must be reasonable and complete. The document stresses that proposals must meet federal requirements, and the selection process will be comprehensive and judgment-based. Offerors may be rejected for unrealistic proposals or those that do not demonstrate a clear understanding of the project’s needs. This RFP reflects the government’s focus on ensuring competent and responsible contract fulfillment.
    The document is an amendment to solicitation 15F06725R0000210, identified as P00002, effective June 3, 2025. It primarily extends the due date for offers to June 30, 2025, at 10:00 ET and addresses various clarifications and clauses. The contractor is required to acknowledge the receipt of this amendment for their offer to be considered valid, with specific options provided for acknowledgment. The amendment encompasses multiple sections, including a detailed list of applicable clauses, which cover a range of topics including definitions, contract requirements, labor standards, and contractor obligations towards small business participation. It also reiterates the importance of compliance with federal labor laws and regulations, underscoring the government's commitment to ensuring ethical contracting practices and adherence to workplace standards. Overall, this amendment emphasizes procedural updates pertaining to the solicitation process while maintaining the integrity of the terms and conditions already established in the original solicitation. The objective of this amendment is to ensure transparency, compliance, and enhanced participation from contractors, particularly small businesses, in government contracts and grants.
    The solicitation numbered 15F06725R0000210 is an invitation for proposals focused on the construction of a Dining Terrace. Issued on May 13, 2025, it requires contractors to provide their bids by June 30, 2025. The contractor must begin work within a specified period post-award and provide performance and payment bonds within 30 calendar days. The primary location for execution is Clarksburg, WV, with performance anticipated from May 1, 2025, to April 30, 2026. The document outlines several critical clauses that ensure compliance with federal regulations, including labor standards, safety requirements, and stipulations concerning subcontracting and small business utilization. It emphasizes the government’s preference for small businesses, veteran-owned, and HUBZone concerns. This RFP is significant in promoting structured and compliant construction efforts while enhancing opportunities for socially and economically disadvantaged entities. The solicitation serves as a guideline for contractors to navigate compliance, bidding, and contract execution effectively within the framework of federal contracting opportunities.
    A site visit for the construction of the Building 5 Dining Terrace is scheduled for May 21, 2025, at 10:00 a.m. EST. The attendees include representatives from various contracting and architectural firms, indicating a collaborative effort in the project. Notable participants are Sam Proctor of Veritas Contracting, representatives from H. F. Lenz, DRS Architects, and multiple construction entities. This gathering reflects coordination among federal, state, and local contracting firms, highlighting the essential partnerships in the public works initiative. The nature of the meeting suggests preparation for an upcoming construction project, potentially linked to government-funded upgrades or enhancements. The inclusion of both contractors and design professionals indicates a multidisciplinary approach, ensuring technical and practical considerations are addressed in the project scope. Overall, the meeting aims to align stakeholders on objectives and logistics, which is crucial for successful execution in line with public sector standards and regulations.
    Lifecycle
    Title
    Type
    CJIS Dining Terrace
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Facilities Technology Management
    Buyer not available
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) for its Facilities Technology Management (FTM) initiative. The primary objective is to gather insights and capabilities for contractor support related to TRIRIGA operations and maintenance until its End of Life in September 2027, as well as to conduct a comprehensive system assessment to optimize the FBI's facilities technology portfolio. This assessment will evaluate existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment to recommend optimal systems and develop an agile implementation plan for transitioning away from TRIRIGA. Interested vendors are required to submit a capabilities statement by December 19, 2025, and may have the opportunity to participate in a Reverse Industry Day for select vendors. For further inquiries, interested parties can contact Tammy Clark at tjclark2@fbi.gov or Marie Agrinzoni at meagrinzoni@fbi.gov.
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity involves establishing a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a total estimated value not to exceed $2,500,000, and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit proposals, including samples, by January 9, 2026, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    Justification for Exception to Fair Opportunity - Emergency Piping and Plumbing Leak Repair and Prevention
    Buyer not available
    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.
    IMD Redaction Tool
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from qualified manufacturers for an advanced redaction software solution known as the IMD Redaction Tool. The primary requirements include robust manual redaction capabilities and a multi-layer redaction architecture that allows for a single master document with independently manageable redaction layers, enabling the creation of different document versions for various audiences and disclosure needs. This procurement is critical for the FBI's Information Management Division to enhance its ability to manage sensitive information effectively, particularly in compliance with FOIA exemptions and classified information protocols. Interested parties should submit their responses by December 11, 2025, and can direct inquiries to Brandon James at bmjames@fbi.gov.
    Perimeter Fence Replacement at FCI McKean
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI McKean) in Lewis Run, Pennsylvania. The project entails the complete replacement of approximately 15,000 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and bids are due by December 22, 2025, at 12:00 p.m. PST. Interested contractors must be registered in SAM.gov and can contact Joshua Cortez at j2xcortez@bop.gov for further information.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to Patrick Ford at pford@bop.gov.
    Replacement Sallyport Grill Low Project: 25Z5AA4-Revised
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking contractors for the Replacement Sallyport Grill project at the Federal Correctional Complex in Forrest City, Arkansas. The project involves the removal of the existing grill and the installation of a new custom-fabricated stainless steel grill that meets specific design and safety requirements, including electronic and manual locking mechanisms. This procurement is crucial for maintaining the security and operational integrity of the facility, emphasizing compliance with federal regulations and safety protocols. Interested contractors must submit their quotations by December 16, 2024, and can direct inquiries to Essie Burton at eburton@bop.gov or by phone at 870-494-4230.
    Perimeter Fence Replacement at FCI Loretto
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. This project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. The contract is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and interested contractors must submit their bids electronically by December 22, 2025, at 11:00 a.m. PST. For further inquiries, bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    UAS Controlled Via Fiber Optic Cable
    Buyer not available
    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.
    Casecracker Onyx Software
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a contractor for the maintenance of the CaseCracker Onyx Interview Recorder Management System (IRMS) software. This procurement involves providing maintenance services for 110 units on a firm-fixed price basis for a period of three months, commencing on March 2, 2023. The CaseCracker Onyx software is critical for managing interview recordings, thereby supporting the FBI's operational efficiency and productivity. Interested parties can reach out to Joe Spatafore at Jspatafore@fbi.gov for further details regarding this opportunity.