Terrorist Screening Center Ballistic Glass Upgrades
ID: 15F06724R0000229Type: Solicitation
Overview

Buyer

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

NAICS

Glass and Glazing Contractors (238150)

PSC

GLASS FABRICATED MATERIALS (9340)

Set Aside

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

    The Department of Justice, through the Federal Bureau of Investigation (FBI), is soliciting proposals for the "Terrorist Screening Center Ballistic Glass Upgrades" project, aimed at enhancing security at the TSC Visitor Screening Facility in Vienna, Virginia. The project involves replacing existing Level 3 bullet-resistant glass with Level 8 materials, along with renovations to framing, door systems, and windows, ensuring compliance with local and national codes. This initiative is critical for bolstering security measures at a sensitive government facility, reflecting the FBI's commitment to maintaining high safety standards. Interested small businesses within a 50-mile radius of Vienna must submit their proposals electronically by September 11, 2024, with a total contract value estimated between $250,000 and $500,000. For further inquiries, contact Andre Wilson at alwilson6@fbi.gov or Logan Swiger at lswiger2@fbi.gov.

    Point(s) of Contact
    ANDRE WILSON
    ALWILSON6@FBI.GOV
    Files
    Title
    Posted
    The document serves as an amendment to the solicitation and modification of a contract (Contract ID: 15F06724R0000229) issued by the Federal Bureau of Investigation (FBI) for the provision of ballistic glass upgrades. This amendment updates various sections, including the Statement of Work, special contract requirements, instructions for offerors, and evaluation criteria. The enhancement project requires the contractor to deliver all necessary labor, equipment, and materials for construction work, scheduled between October 1, 2024, and March 31, 2025. Notably, contractors are mandated to provide a DNA sample to the FBI's Laboratory Division for contamination detection, with strict protocols to ensure privacy and security of the collected data. The amendment emphasizes compliance with numerous clauses that govern contract performance, including requirements regarding small business involvement, security measures, and labor standards. All other existing terms and conditions remain in effect unless otherwise specified in this modification. This document highlights a commitment to both contractor accountability and adherence to federal procurement procedures while enhancing the FBI's infrastructure security.
    The document outlines a Request for Proposals (RFP) from the Federal Bureau of Investigation (FBI) for the "Terror Screening Center Ballistic Glass Upgrades" project. Issued on August 12, 2024, it is limited to small businesses within a 50-mile radius of Vienna, VA, with a contract value estimated between $250,000 and $500,000. Proposals must be submitted electronically by September 11, 2024, with strict submission protocols. Contractors must provide performance and payment bonds and are expected to begin work within a specified timeframe upon award. The project requires contractors to manage all associated construction tasks effectively, and they must also comply with several government clauses including those related to labor standards, security requirements, and environmental protections. Additionally, bidders are required to submit a DNA sample for contamination identification to meet the FBI's safety protocols. This endeavor reflects the FBI's commitment to enhancing security infrastructure while prioritizing compliance with federal regulations regarding contracting and labor.
    The document outlines the specifications and designs for the construction of the Liberty Park Visitor Screening Facility located at 801 Follin Lane, Vienna, VA. It details the installation of retaining walls, sliding gates, and a controlled access system, including pedestrian fencing with keypads for entry. The project emphasizes safety and security, utilizing ballistic glass and spandrel panels, as well as incorporating mechanical, electrical, and plumbing (MEP) systems. The design includes a variety of facade materials, such as aluminum window systems and high-performance metal panels, ensuring durability and aesthetic cohesion. The layout is meticulously planned, highlighting accessibility and environmental considerations, including proper drainage and slope regulations. The structure, categorized under government requirements, adheres to federal standards for secure facilities, ensuring that all construction complies with regulatory guidelines. The plans focus on maintaining secure public areas while ensuring efficient visitor processing through the facility. The document reflects the commitment of government entities to enhance security measures in public spaces while providing functional design solutions that meet complex requirements.
    The document is a Visit Request Form (VR-219) designed for one-day escorted visits to FBI facilities, specifically at Quantico, Virginia. It outlines the necessary procedures and requirements for sponsors hosting visitors, particularly foreign nationals. Key sections include sponsor information, visit details, visitor information, and an acknowledgment of foreign national policies. The form mandates that sponsors submit completed requests at least 24-48 hours prior, use FBI-approved processes for securing visitor identity, and ensure proper escorting of foreign visitors throughout their stay. Specific classifications of classified information, such as Unclassified, Secret, and Top Secret, are addressed, emphasizing the tenuous nature of access to sensitive materials. Additionally, guidelines for anticipated arrival times, visitor sign-in, and prohibitions against electronic devices enhance security measures during visits. The document underscores the importance of adherence to privacy regulations and visitor safety protocols while providing a structured approach for facilitating official visits, reflecting the rigorous standards prevalent in federal operations.
    The document outlines clarifications and responses related to a Request for Proposal (RFP) concerning a project that includes the replacement of exterior and interior glazing and installation of associated hardware. Key topics addressed include confirmation of standard working hours, specifications for exterior glazing materials including tint color, dealer drawer requirements, and technical details about hardware components. Notably, photos for pricing, security wiring management, and contractor qualifications, such as SAM registration, are emphasized. Resolution of potential logistical issues surrounding the installation near existing structures, like a turnstile, and the lack of a door schedule for existing doors are also discussed. Overall, the document acts as an addendum to the original solicitation, ensuring prospective bidders have essential information to accurately submit their proposals and confirming that compliance with outlined specifications is crucial for bid consideration.
    The document pertains to RFP # 15F06724R0000013, specifically focusing on the questions and answers related to the solicitation process. It outlines inquiries from potential bidders regarding the service area delineated in the RFP. Each question is directed toward clarifying aspects of the solicitation, likely to assist bidders in formulating their proposals accurately. The aim of such an attachment is to ensure transparency, improve bidder understanding, and foster competition by addressing common queries. It serves as a critical reference that facilitates compliance with the solicitation's requirements. By responding to these inquiries, the government seeks to streamline the procurement process, ensuring that potential contractors are well-informed, thereby enhancing the quality of proposals received. This document underscores the importance of clear communication in public procurement activities and the government's commitment to an equitable bidding process.
    The government RFP outlines the requirements for replacing existing level 3 bullet-resistant glass with level 8 bullet-resistant materials at the Terrorist Screening Center (TSC) Visitor Screening Facility in Vienna, VA. The project demands thorough renovation of exterior and interior framing, door systems, and windows, with a focus on maintaining operational integrity while work is in progress. Key tasks include demolishing existing structures, installing new door and window systems, and incorporating security features like dealer drawers and intercoms. All work must comply with local and national code requirements, and the contractor is responsible for providing all labor, materials, and project supervision. The contract mandates a firm fixed price for the project and requires detailed project scheduling, regular site access coordination, and security screening for personnel. Performance completion is expected within 90 days post-contract award, with specific protocols for invoicing and closeout procedures following project completion. The document emphasizes the importance of meticulous execution, adherence to existing conditions, and efficient communication with the FBI representatives throughout the project lifecycle. This initiative underscores the government's commitment to enhancing security infrastructure in sensitive facilities.
    The document outlines the Special Contract Requirements for contractors providing services to the FBI. Key topics include data disclosure under the Freedom of Information Act (FOIA), organizational conflicts of interest, necessary insurance coverage, document handling protocols, security measures, prohibitions against non-U.S. citizens' participation, and confidentiality of information. Contractors must maintain strict adherence to security protocols, ensuring only authorized personnel access sensitive FBI documents and facilities. The contract prohibits the use of Wi-Fi and mandates reporting of any organizational conflicts after contract award. Additionally, the document addresses contractor key personnel management and outlines procedures for replacements and potential removal by the FBI. It specifies requirements for prompt payment processing and encourages energy conservation in construction projects. The contract emphasizes a commitment to confidentiality regarding both FBI data and sensitive technical information. Contractors are prohibited from disclosing project details without prior approval, reinforcing the need for careful management of sensitive information throughout the contract term. Overall, these requirements ensure the FBI's integrity, security, and operational excellence when engaging external contractors.
    The document outlines the instructions, conditions, and notices for offerors participating in a Request for Proposal (RFP) by the government for a project involving ballistic glass installation. It emphasizes the importance of adhering to submission requirements, with proposals needing to demonstrate a clear understanding of the required services and address the evaluation criteria. Proposals must be submitted electronically by September 11, 2024, with a focus on providing a comprehensive technical volume limited to 30 pages. Key elements of the proposal include a cover letter, technical approach, schedule of performance, and price evaluation. Offerors must have a physical office within a 50-mile radius of Vienna, VA, and all pricing should reflect completeness and reasonableness. The government reserves the right to cancel the solicitation at any time without reimbursement for costs incurred. The document serves to ensure that proposals are evaluated fairly and transparently based on their adherence to specific structural and content requirements while aiming for competitive procurement within the small business sector.
    The document outlines the evaluation criteria for awarding a contract related to ballistic glass installation. It emphasizes that the government will assess offerors based on predetermined criteria, selecting proposals with the lowest technically acceptable price. The evaluation is structured into three factors: (1) the prime contractor must have an office within 50 miles of Vienna, VA; (2) technical approach, which includes a detailed work plan and schedule; and (3) price, which must be complete and reasonable. Proposals will be rated as "Acceptable" or "Unacceptable" based on their compliance with technical requirements. The government aims to complete the evaluation based on initial proposals, with interchanges permitted at its discretion. If needed, discussions may occur with those in the competitive range, but there's no obligation to conduct these. Unrealistic proposals may be rejected, and the government will assess the potential for correcting any deficiencies in proposals. The document serves as part of the RFPs process, focusing on efficiency and clarity in awarding federal contracts for specific services.
    The FBI intends to replace the existing Level 3 Bullet Resistant Glass at the TSC Visitor Screening Facility with Level 8 Bullet Resistant Glass to enhance security. This project, located at 801 Follin Lane, Vienna, VA, involves renovating three exterior sides and the interior glazing of the facility, including the installation of multiple bullet-resistant swing doors and a dealer drawer. The contractor must furnish and install the new systems according to local and national codes, coordinating access with the FBI Project Manager. The period of performance for this project is estimated at 180 days post-Notice to Proceed, with stipulations for the contractor to ensure all work meets specified quality standards and blend seamlessly with existing conditions. Key deliverables upon project closeout include redline drawings, warranties, O&M Manuals, and a completed punch list, all to be submitted within 60 days of substantial completion. This initiative aligns with federal security priorities, ensuring enhanced protection at a critical government facility.
    The document outlines the inspection and acceptance process for contractor deliverables under a government contract. It specifies that the Contracting Officer's Representative (COR) will inspect reports to ensure compliance with specifications, content thoroughness, and professional quality. The COR must provide written feedback within 30 days for both progress reports and the preliminary draft of the final report. For the final report, the COR will notify the contractor regarding its acceptability within the same timeframe, with additional protocols for addressing any deficiencies. Furthermore, performance evaluation meetings are mandated, initially weekly for the first month and then as needed. Both parties will strive to resolve issues collaboratively. Written minutes from these meetings must reflect agreed changes, and the contractor can contest any discrepancies. The government will also conduct periodic written performance assessments, allowing the contractor to respond within 30 days. This structure emphasizes accountability and communication throughout the contract duration, facilitating effective oversight and continuous improvement.
    This document outlines the performance and delivery requirements for a federal contract based primarily in Vienna, VA, with a term of 120 days post-notice to proceed. It stipulates that all services must align with contractual obligations, coordinated through the Contracting Officer's Representative (COR). Contractors are to submit work schedules for approval and seek consent for any changes or unscheduled work. Work hours are generally restricted to regular business hours, limiting weekend and holiday operations unless approved in advance. Additionally, the government holds the right to delay construction by up to 21 days due to site accessibility without incurring extra costs, with provisions for extending deadlines accordingly. Contractors must inform the government promptly of any delays or potential issues affecting performance, ensuring the contractor's communication does not waive any government rights. The section combines regulatory compliance and management efficiency essential for government contracting.
    The document outlines the contract administration data for federal government projects, specifying the roles and responsibilities of the Contracting Officer’s Representative (COR) and the Contractor. Key elements include regular progress review meetings, technical direction limitations, and detailed invoicing instructions. The COR oversees contractor performance and ensures adherence to technical guidelines without altering contractual obligations. Invoicing must follow strict guidelines, including specific information for timely processing. The document also addresses environmental compliance, requiring contractors to utilize bio-based and energy-efficient products while managing hazardous materials appropriately. It establishes communication protocols, mandates daily reports for work performance, and emphasizes waste reduction practices as part of contract execution. Overall, the document provides a comprehensive framework for ensuring effective contract management while promoting safety, efficiency, and environmental responsibility in federal projects.
    The document outlines special contract requirements for contractors working with the Federal Bureau of Investigation (FBI). It emphasizes adherence to the Freedom of Information Act (FOIA) regarding data disclosure, requiring an administrative determination for any release of information. Contractors must disclose any organizational conflicts of interest and comply with strict insurance requirements for work on government installations. Security protocols are paramount; contractors must maintain confidentiality of sensitive information and control document access among their personnel. There's a clear prohibition on employing non-U.S. citizens for work involving FBI IT systems, along with trauma guidelines for background checks. Contractors must ensure compliance with energy conservation and sustainability standards, aiming for LEED-NC Silver Certification in their designs. Key personnel are required to be retained, and substitutions must be communicated to the contracting officer promptly. The document underscores the significance of maintaining security and confidentiality, with penalties for unauthorized disclosures, and sets forth the responsibilities regarding contractor documentation and project communications with the FBI. Overall, it establishes a rigorous framework to protect sensitive information while promoting efficient project execution in alignment with the FBI's operational standards.
    This government document outlines the instructions and conditions for offerors submitting proposals in response to a Request for Proposals (RFP) for a glass fabrication contract. It emphasizes the necessity for proposals to fully comply with the RFP's guidelines to avoid disqualification. The procurement is designated for small businesses under a competitive set-aside program, with specific details provided, including the relevant NAICS and PSC codes. The government intends to award a single contract based on proposals assessed as best value, without further discussions. Offerors are required to submit their proposals electronically by a specified deadline, and extensive formatting, content, and submission requirements are detailed, including page limits and evaluation criteria. Proposals must include a cover letter, a detailed technical approach, a schedule for project completion, and a price estimate that ensures completeness and reasonableness. Technical proposals are rated as either acceptable or unacceptable, with all elements needing to meet minimum requirements for consideration. The document also provides specifics about addressing questions related to the solicitation and mandates acknowledgment of amendments to the RFP. Overall, adherence to submission guidelines is crucial for consideration in this federal procurement process.
    The document outlines the evaluation criteria for the proposal submissions related to a ballistic glass contract. The government aims to award the contract based on the lowest evaluated price of technically acceptable proposals. Offers will be evaluated against three main factors: the location of the prime contractor’s office, technical approach and schedule, and price. Of these, the location must fall within a 50-mile radius of Vienna, VA, and will receive a pass/fail rating. The technical evaluations include detailed assessments of the proposed approach and schedule, with proposals rated as "Acceptable" or "Unacceptable." The price evaluation focuses on total evaluated price (TEP), completeness, and reasonableness, ensuring that the proposed costs align with government standards. The document specifies that the government intends to evaluate without discussions unless necessary, with a focus on efficiency. It also addresses unrealistically low proposals and the potential for correcting evaluative weaknesses. Overall, this document serves as a guideline for potential offerors, emphasizing the importance of meeting specified technical and pricing criteria to secure the contract.
    Lifecycle
    Similar Opportunities
    FY24 Ballistic Windows
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the procurement and installation of ballistic windows at Joint Base Charleston (JB CHS) in South Carolina. The project involves the removal and disposal of existing windows, followed by the supply and installation of UL 752 Level III ballistic, tempered, and one-way tinted windows at specific entry control points, namely Building 390 on the Air Base and Building 404 at the Naval Weapons Station. This initiative underscores the government's commitment to enhancing security measures at its facilities, ensuring compliance with safety and operational standards. Interested small businesses must submit their quotations by 10:00 AM EST on September 19, 2024, and can direct inquiries to A1C Carmen Kuhl at carmen.kuhl@us.af.mil or SSgt Megan Rowlett at megan.rowlett@us.af.mil.
    RFP - Vehicle Weapon Lock Boxes
    Active
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking proposals for the procurement of Vehicle Weapon Lock Boxes under a Total Small Business Set-Aside contract valued at up to $3 million. The objective is to acquire standardized lock boxes designed for secure storage in FBI fleet vehicles, with specific requirements for size, security features, and compliance with established firearm policies. This initiative aims to enhance the safety and security of sensitive items while promoting participation from small businesses in the procurement process. Interested vendors must submit their proposals by September 26, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Katelyn R. Haus at KRHAUS@fbi.gov.
    FBI Seattle Division Perimeter Bollard Project
    Active
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking a qualified vendor for the Perimeter Bollard Project at its Seattle Division, aimed at enhancing security by installing bollards along the public sidewalk of the FBI building. The project involves developing construction plans, obtaining necessary permits, and executing the installation within a 60-working-day timeline, while ensuring minimal disruption to daily operations and compliance with local regulations. This initiative is critical for bolstering the FBI's security measures in response to rising safety concerns in downtown Seattle. Interested small businesses must submit fixed-price quotes and attend a mandatory site visit, with further inquiries directed to Hong Nguyen at hnguyen2@fbi.gov.
    Ballistic Helmets
    Active
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is issuing a Request for Proposals (RFP) to procure lightweight and protective ballistic helmets for law enforcement personnel. These helmets must meet strict performance requirements, offering protection against pistol-caliber threats and minimizing backface deformation. Manufacturers are required to supply a substantial number of large-sized helmets, adhering to precise specifications, with accessories and replacement parts also needed. The FBI emphasizes the importance of independent testing, with vendors responsible for the associated costs. RFP 32425 has an estimated value of $22 million for two successful bidders over five years. Interested parties should refer to the RFP documents for key deadlines, with the submission deadline extended to October 17th, 2024.
    Washington Metro Range services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is seeking qualified contractors to provide firing range services located within 50 miles of Springfield, Virginia. The procurement aims to facilitate mandatory firearms training and quarterly qualifications for TSA personnel, requiring a live-fire training facility with at least 10 distinct firing positions, compliance with local, state, and federal regulations, and adequate facilities for firearms cleaning and training. This initiative underscores TSA's commitment to maintaining high training standards while ensuring safety and environmental compliance. Interested contractors must submit their quotes by September 11, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov.
    GUATEMALA - RESSEC Ballistic Windows for Guard Towers
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Guatemala, is seeking qualified contractors for the installation of ballistic windows at guard towers as outlined in Request for Quotations (RFQ) number 19GT5024Q0049. The project involves the deinstallation of existing Forced Entry and Ballistic Resistant (FE/BR) windows and the installation of new 25mm ballistic windows that meet Department of State standards, emphasizing the importance of enhancing security measures at U.S. facilities abroad. Interested contractors are required to attend a site visit on August 27, 2024, and submit their quotations by September 18, 2024, ensuring compliance with local labor laws and registration in the System for Award Management (SAM). For further inquiries, contractors may contact Patrick Dignan at dignanpg@state.gov or Zayda Serech at serechza@state.gov.
    Chemical Munitions
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to procure chemical and smoke munitions through a Request for Quotation (RFQ) under solicitation number DJF-24-1200-PR-0000022. The procurement aims to enhance the FBI's operational capacity by acquiring various defense-related products, including DEF TEC liquids and grenades, exclusively from small business vendors. Bids must be submitted as firm fixed prices, with separate costs for items and shipping, and deliveries are required within 90 days after receipt of order. Interested parties must submit their responses by September 17, 2024, and direct any questions to Brian Ames at bames@fbi.gov by September 10, 2024. This opportunity underscores the FBI's commitment to supporting small businesses while adhering to federal acquisition regulations.
    VERIFICATION OF WINGARD EVALUATION AND TESTING (WET) at REDUCED SETBACKS
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for the verification of Wingard Evaluation and Testing (WET) at reduced setbacks, focusing on forced entry and blast-resistant glazing designs. The objective is to ensure that these designs meet performance standards under various loading conditions that differ from historical data, which is critical for enhancing physical security infrastructure. This procurement is significant as it involves testing and validating glazing systems to protect government facilities against explosive threats. Interested offerors must submit their proposals by October 3, 2024, and should direct any inquiries to Lisa Pizarro at PizarroL1@state.gov or Amber Gray at GrayAL@state.gov. Note that funding is not currently available, and awards will only be made once funds are secured.
    Aluminum Umbrellas and Bases
    Active
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking quotes for the procurement of 27 aluminum umbrellas and their bases, specifically for use at the Criminal Justice Information Services (CJIS) campus in Clarksburg, West Virginia. The procurement aims to acquire Strata or equivalent aluminum panel powder-coated umbrellas and bases that meet specified design standards and dimensions outlined in the Request for Quote (RFQ). This initiative is crucial for enhancing the outdoor facilities at the FBI's CJIS campus, ensuring that the products are durable and compatible with existing outdoor furniture. Interested vendors must submit their quotations by 2:00 PM on September 19, 2024, and direct any inquiries to Candice Kesselman at ckesselman@fbi.gov or by phone at 304-625-8251, with all questions due by September 16, 2024.
    BLAST ATTRIBUTE SENSITIVITY STUDY (BASS) (1,000 LBS)
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for the Blast Attribute Sensitivity Study (BASS), which involves conducting extensive testing to evaluate the vulnerability of physical security structures and blast effect mitigation technologies. The primary objective is to perform fifty open-air blast tests using 1,000 lbs of various explosives, including Cast TNT, Flake TNT, ANFO, and C-4, to enhance the effectiveness of security measures against explosive threats. This study is crucial for ensuring the safety of U.S. diplomatic missions and facilities globally, with proposals due by October 3, 2024, and inquiries directed to Lisa Pizarro at PizarroL1@state.gov or Amber Gray at GrayAL@state.gov. Note that funding is not currently available, and the government reserves the right to cancel the solicitation at any time.