The United States Secret Service's James J. Rowley Training Center requires the lease, installation, and removal of three new prefabricated modular structures: two 24'x40' modular classrooms with office space and seating for 24 students, and one modular toilet facility with six stalls and two sinks. These structures must be air-conditioned and include specific interior and exterior features such as continuous vinyl flooring, acoustical ceiling tiles, LED lighting, and appropriate power outlets. The contractor is responsible for all aspects of design, fabrication, transport, assembly, installation (including blocking, leveling, anchoring, and utility hookups), and removal. All work must comply with the latest building codes, federal regulations, and require permits. The contractor must provide cement footers for support and ensure all materials are new. Submittals include detailed design schematics and pricing. All contractor personnel must be U.S. citizens, pass a background investigation, and adhere to strict advertising restrictions related to the project.
The Department of Homeland Security/United States Secret Service is issuing a Request for Information (RFI) for Modular Firing Range Support Classrooms. This RFI aims to identify capable sources for a contemplated firm fixed-price contract with a one-year base and four option years, under NAICS code 532490. The government seeks recent, relevant experience in multi-year fleet management and maintenance (including wet-core units), technical compliance with 2025 safety and ADA standards, integrated logistics and site services (including utility tie-ins and anchoring), and financial/contractual stability (including payment/performance bonds). Contractors must also demonstrate experience with code-compliant classroom delivery, comprehensive site preparation, federal/government performance, wet-core unit connections, and connectivity readiness. Required deliverables include personnel, transportation, installation, climate-controlled units, fully plumbed wet-core units, non-flammable skirting, data ports, and unit removal. Responses, limited to three pages, should detail capabilities, past experience, and risk mitigation strategies, including contract numbers and points of contact for referenced projects. Submissions are due by January 5, 2026, at 4:00 PM ET via email.