FLETC Artesia Construction IDIQ Contract
ID: 70LART25RPFB00001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL LAW ENFORCEMENT TRAINING CENTERFLETC ARTESIA PROCUREMENT OFFICEARTESIA, NM, 88210, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 14, 2025, 8:00 PM UTC
Description

The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is soliciting proposals for a construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract at its facility in Artesia, New Mexico. The contract aims to secure services for construction, maintenance, and repairs across various buildings, with a guaranteed minimum value of $50,000 and a maximum estimated value of $33 million over its duration. This HUBZone set-aside opportunity emphasizes the importance of compliance with federal regulations and safety standards, requiring contractors to submit detailed proposals and adhere to strict quality control measures. Interested contractors must submit their proposals by May 14, 2025, and are encouraged to contact William Hilliard at william.a.hilliard@fletc.dhs.gov for further information.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 3:06 PM UTC
The government document outlines a Request for Proposal (RFP) for a construction indefinite delivery/indefinite quantity (IDIQ) contract at the Federal Law Enforcement Training Centers in Artesia, NM. The contract is set aside for HUBZone businesses and has a guaranteed minimum of $50,000, with a maximum potential value of $33 million over its duration. Proposals are due by May 14, 2025, and a pre-proposal site visit is scheduled for April 23, 2025. The RFP specifies various construction services including architectural, mechanical, civil, and electrical work, emphasizing adherence to the current edition of R.S. Means Facilities Construction Cost Data. Contractors are required to submit detailed cost proposals and comply with strict quality control, inspection, and acceptance procedures defined in several sections of the document. Performance bonds and payment protections are mandated for task orders over $35,000, while a comprehensive contract administration process is outlined to ensure effective management of tasks, including invoicing and communication protocols with government representatives. Overall, the document serves as a structured framework for soliciting bids from contractors while ensuring compliance with federal guidelines for construction projects.
Apr 2, 2025, 3:06 PM UTC
The document outlines a fixed-price contract requiring the contractor to provide construction, maintenance, and repair services at the Federal Law Enforcement Training Center in Artesia, NM. The contract includes a one-year base period with four optional yearly extensions and a possible six-month extension. It mandates the contractor to supply all necessary labor, materials, and management for task orders that will be issued individually. Key personnel, including a Project Manager and Superintendent, are required to be present on-site, ensuring quality control and adherence to safety standards. Specific qualifications for these roles are outlined, including a minimum of five years of relevant experience and certifications. The contractor must establish a quality control system and adhere to environmental protections, including handling hazardous materials like asbestos. The document specifies the method for task order proposals, requiring detailed cost breakdowns using the R.S. Means Facility Construction Cost Data. It also emphasizes compliance with federal and local safety regulations, environmental standards, and requires an accident prevention plan. This contract and its specifications reflect the government's aim to ensure high-quality, compliant construction and maintenance work while prioritizing safety and environmental protection in a regulated public service setting.
Apr 2, 2025, 3:06 PM UTC
The Department of Homeland Security Non-Disclosure Agreement outlines the responsibilities and legal obligations of individuals accessing sensitive but unclassified information. It establishes the principle purpose of safeguarding this information from unauthorized disclosure while detailing the consequences of violations, including potential disciplinary action. Additionally, it includes provisions for handling, reporting security violations, and compliance with relevant laws and regulations.
Apr 2, 2025, 3:06 PM UTC
The document outlines the Department of Homeland Security's (DHS) process for obtaining consumer/credit reports in relation to employment applications and ongoing employment as authorized by the Homeland Security Act and the Fair Credit Reporting Act. It emphasizes that while providing information is voluntary, failure to do so may affect employment suitability determinations. The document also states that the information collected may be disclosed in accordance with the Privacy Act of 1974.
The DHS Contractor Fitness/Security Screening Request Form is designed for DHS federal employees to initiate fitness screenings for contract employees based on the risk associated with their position. It requires detailed information about the requesting organization, applicant, position designation, and security clearance requisites, emphasizing the importance of accurate classification to avoid unnecessary costs and delays in processing. Submissions must be made electronically and must adhere to specific privacy and security protocols, including password protection of the submitted files.
This document is an acknowledgment statement from participants of the DHS Security Orientation Training, confirming their review of the training materials and their willingness to reach out with any questions. It includes fields for the participant's printed name, last four digits of their Social Security Number, date, and signature for verification.
Apr 2, 2025, 3:06 PM UTC
The Declaration for Federal Employment collects information to assess applicants' suitability for federal and federal contract employment, including their enrollment in the Government's Life Insurance program. Applicants must provide truthful and complete answers, as false statements can lead to disqualification or termination. The form includes several background questions, including criminal history and military service, and requires applicants to verify their information before final appointment.
Apr 2, 2025, 3:06 PM UTC
The document outlines the Form I-9, Employment Eligibility Verification from the Department of Homeland Security's U.S. Citizenship and Immigration Services (USCIS). It is a crucial tool for employers to verify the employment eligibility of their employees. Form I-9 consists of three sections: Section 1, where employees provide personal information and attest to their citizenship status; Section 2, where employers review and verify the employee's documentation; and Supplement B, which is used for reverification or rehire processes. The document details acceptable documentation categories, requiring either one form from List A or one from List B and C combined, ensuring employees can prove both identity and work authorization. The instructions emphasize non-discrimination, as employers cannot specify which documents to present and must treat all employees equally concerning citizenship and immigration status. Additionally, penalties are outlined for false statements and failure to comply with the verification process. The guidelines ensure that employers maintain compliance with federal laws and protect the rights of all employees throughout the hiring process.
Apr 2, 2025, 3:06 PM UTC
The document is a Statement and Acknowledgment Form (Standard Form 1413) required for federal contracting, specifically the acknowledgment of subcontracts under prime contracts. It outlines the necessary information to be filled in by both the prime contractor and subcontractor, including details about the contract number, subcontractor information, and compliance with labor regulations like the Contract Work Hours and Safety Standards Act. The form serves to confirm that relevant provisions are acknowledged by the subcontractor and provides a framework for labor standards and contractor obligations. Furthermore, it includes a Paperwork Reduction Act statement, informing respondents of their responsibilities and the estimated time to complete the form. Overall, the document is designed to ensure that subcontracting activities comply with federal regulations and promote transparency in federal contracting.
Apr 2, 2025, 3:06 PM UTC
The document outlines the procedures for submitting the Davis-Bacon and Related Acts (DBRA) certified payroll form for federal contracts involving construction. It serves to ensure compliance with wage laws stipulated by the U.S. Department of Labor. The form requires detailed entries from prime contractors and subcontractors, including project details, worker information, wage rates, and hours worked. Certified payroll data must reflect accurate labor classifications such as journeyworker or registered apprentice, with specific attention to straight time and overtime wages. Deduction details for taxes and benefits are also crucial, with an emphasis on maintaining proper records for auditing purposes. The document warns that false statements may lead to civil or criminal prosecution and debarment from future contracts. Overall, it underscores the importance of transparency and adherence to wage determination regulations within federally funded projects, highlighting the document's role in the broader context of government contracts and compliance measures necessary to uphold labor standards.
Apr 2, 2025, 3:06 PM UTC
This document outlines work restrictions and submittal procedures for contractors engaged in federal projects, specifically addressing safety regulations, working hours, personnel identification, and submittal requirements. Contractors must familiarize themselves with site-specific regulations and obtain necessary access approvals, especially for restricted areas. A no-smoking policy is enforced across all facilities, emphasizing health and safety during construction. Working hours are typically Monday to Friday, 7:00 a.m. to 5:00 p.m., with any work outside these hours requiring prior approval from the Contracting Officer. The submittal procedures detail the types of documentation required at various project stages, including preconstruction submittals, shop drawings, product data, and certifications. Emphasizing the necessity for thorough and timely submission, contractors must coordinate closely with quality control personnel to ensure compliance with contract specifications. The document ensures that all deliverables are appropriately reviewed and approved to mitigate project delays and uphold quality standards, ultimately maintaining government compliance and safety throughout the construction process.
Apr 2, 2025, 3:06 PM UTC
The document details the wage determination for building construction projects in Eddy County, New Mexico, under General Decision Number NM20250018, effective March 7, 2025. It outlines wage rates for various construction classifications and establishes minimum wage requirements in accordance with Executive Orders 14026 and 13658, including provisions for paid sick leave under Executive Order 13706. Additionally, it specifies the appeals process for wage determination disputes and associated requirements for contractors.
Apr 2, 2025, 3:06 PM UTC
The document outlines the minimum wage rates applicable to heavy construction contracts in New Mexico under the Davis-Bacon Act, emphasizing the effect of Executive Orders 14026 and 13658. It provides detailed wage rates for various construction classifications, stipulates conditions for covered contracts, and explains the appeals process for wage determinations. Additionally, it highlights the requirements for paid sick leave for federal contractors starting from contracts awarded on or after January 1, 2017.
Apr 2, 2025, 3:06 PM UTC
The document outlines the General Decision Number NM20250036 for highway construction projects in various New Mexico counties, superseding General Decision Number NM20240036. It details wage rates and classifications required under the Davis-Bacon Act and applicable Executive Orders regarding minimum wage requirements for contracts awarded after specified dates. Additionally, it provides information on the appeals process for wage determinations and classifications not listed.
Apr 2, 2025, 3:06 PM UTC
The document provides updated wage determination information for residential construction projects in New Mexico, specifying minimum wage rates based on recent Executive Orders, particularly Executive Order 14026 and 13658, which mandate hourly pay of at least $17.75 or $13.30 for workers depending on contract dates. It also outlines various worker classifications, their respective wage rates, and the appeals process for disputes regarding wage determinations. Additionally, it highlights that the Executive Order minimum wage requirements are subject to annual adjustments and provides resources for further information on contractor obligations under labor laws.
Apr 2, 2025, 3:06 PM UTC
The document outlines the Pre-Proposal Inquiry (PPI) process for the federal Request for Proposals (RFP) related to the Artesia Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract, designated by the number 70LART25RPFB00001. Contractors are required to submit any inquiries in writing to the designated Contracting Officer via email before the specified deadline. The inquiries must reference specific sections of the Statement of Work (SOW), including relevant paragraph numbers for clarity. Responses to these inquiries will be provided through amendments posted on the official government procurement website, www.sam.gov. This document serves to clarify the communication process for potential contractors, ensuring that all questions are addressed prior to the submission of proposals, thus facilitating an organized bidding environment. Overall, the PPI underpins the government's commitment to transparency and fairness in the procurement process.
Apr 2, 2025, 3:06 PM UTC
The Federal Law Enforcement Training Centers (FLETC) in Artesia, NM, is soliciting input for a Past Performance Questionnaire as part of its procurement process for Indefinite Delivery Indefinite Quantity (IDIQ) construction services. The questionnaire aims to evaluate the past performance of contractors, requiring details on contract information, customer identification, and performance ratings across various criteria, such as quality of work, schedule adherence, cost management, and contractor relations. Respondents provide qualitative assessments and ratings of the contractor's performance, ranging from 'Exceptional' to 'Unsatisfactory.' Additionally, the questionnaire addresses any contract terminations, disputes, or warnings and concludes with a request for confirmation regarding future contract awards. This process is crucial for ensuring that only qualified contractors are considered for federal projects, aligning with federal regulations and standards associated with the procurement process. The deadline for submission is set for January 15, 2025, reinforcing the necessity for a timely response from respondents.
Apr 2, 2025, 3:06 PM UTC
The document outlines the Visitor & Vendor Access Request procedures for individuals seeking access to the Department of Homeland Security’s Federal Law Enforcement Training Centers (FLETC). It includes a Privacy Act Statement detailing the legal authority and purpose for collecting personal information, which is essential for managing access to FLETC facilities. The request is divided into three key sections: 1. **Applicant Information**: Applicants must provide personal details such as name, address, driver's license information, date and place of birth, citizenship status, and contact information. 2. **Sponsor Information**: A federal employee must sponsor the application, detailing their relationship with the applicant and the type of access requested (e.g., vendor, visitor, or guest). 3. **FLETC Security Access Types**: Specifies the various categories of access depending on the applicant's status and responsibilities, including checks conducted by FLETC security like NCIC and fingerprint checks. The access types range from limited visitation privileges to contractor access, each with specific vetting protocols. Overall, the document emphasizes security measures associated with granting entry to sensitive governmental facilities while highlighting the importance of thorough applicant background checks for safety compliance.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and Deactivation
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE II) contract. This procurement aims to secure services for the transportation, installation, maintenance, and deactivation of Transportable Temporary Housing Units (TTHUs) in response to disaster relief efforts under the Stafford Act. The contract is crucial for ensuring rapid and effective housing solutions for communities affected by disasters across the contiguous United States, with a firm-fixed price structure and a maximum ceiling of $2.6 billion. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Angelina W. Bachemin at fema-loghouse-ctadmin@fema.dhs.gov.
Purchase and installation of 4 stand-alone video surveillance systems.
Buyer not available
The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for the purchase and installation of four stand-alone video surveillance systems (VSS) at its facility in Glynco, Georgia. The project involves the installation of Network Video Management Systems (NVMS), fixed cameras, client workstations, and other necessary equipment to ensure a fully functional surveillance capability, with all work to be completed within 60 days of receiving the Notice to Proceed. This procurement is critical for enhancing security measures at federal training facilities, and it is set aside for small businesses under the SBA guidelines. Interested contractors must submit their quotes by April 28, 2025, and can direct inquiries to Jimmy Dolloff at jimmy.dolloff@fletc.dhs.gov or by phone at 912-261-2863.
FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for technical support services related to the Hermit’s Peak/Calf Canyon Claims Review. The primary objective of this procurement is to provide professional and technical assistance to the Hermit’s Peak/Calf Canyon Claims Office, ensuring efficient and claimant-centric processing of claims resulting from the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. Key tasks include assisting with claim intake, documentation collection, and evaluating claims for compensatory damages, with an emphasis on maintaining compliance with regulatory guidelines and delivering timely responses to claimants. The anticipated solicitation release is expected around mid-April 2025, and interested contractors can direct inquiries to Rachel Woods at Rachel.Woods@fema.dhs.gov or Sharon Edwards at Sharon.Edwards3@fema.dhs.gov. This contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a performance period of five years, including a base year and four option years.
AK-RES AGNT IN CHRG-Pipe, Drywall, and Outside Gra
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a construction contract to repair pipes, drywall, and perform outside grading at a site in Fairbanks, Alaska. The project, estimated to cost between $25,000 and $100,000, requires contractors to submit sealed bids by May 12, 2025, with work expected to commence by May 19, 2025, and be completed by June 30, 2025. This initiative is crucial for maintaining government infrastructure and ensuring the safety and efficacy of public works projects. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov for further details.
Sources Sought Notice: IT Workstation Renovation
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is conducting a Sources Sought Notice to identify qualified contractors for the IT Workstation Renovation project at the Federal Regional Center (FRC) in Denton, Texas. The project aims to remodel the Comm Center and Server Room to modernize workspace functionality and accommodate additional employees, involving extensive renovations, asbestos testing, and the disposal of outdated materials. This initiative is crucial for enhancing the safety, efficiency, and compliance of federal facilities, with a structured deliverable schedule to complete the work within 75 business days from contract award. Interested contractors are invited to a site visit on April 30, 2025, and must submit a facilities access form by April 28, 2025, while responses to the notice are due by May 7, 2025, to Contract Specialist Barbara Gonzalez at barbara.gonzalez@fema.dhs.gov.
Santa Fe Indian Health Center (SFIHC) Roof Replacement and Fall Protection
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the roof replacement and fall protection project at the Santa Fe Indian Health Center (SFIHC) in Santa Fe, New Mexico. The project aims to replace the existing roof and install fall protection systems, with a construction magnitude estimated between $1 million and $5 million, and is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE). This initiative is critical for ensuring the structural integrity and safety of healthcare facilities serving the community. Interested contractors must submit their proposals by May 1, 2025, and are encouraged to contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.
Y--BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
EIE439 Fuels Management and Laboratory Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a new Fuels Management and Laboratory Facility at Eielson Air Force Base in Alaska. The project involves demolishing the existing 1,615 square-foot facility and constructing a new 4,014 square-foot facility that will include laboratories, administrative offices, a fuels control center, and various support areas, all designed to enhance operational capabilities while ensuring compliance with safety and environmental regulations. This initiative is part of the 8(a) Program, set aside for small businesses, with an estimated construction cost between $10 million and $25 million. Interested bidders must submit their proposals electronically by May 22, 2025, and are encouraged to attend a site visit on May 2, 2024. For further inquiries, contact Raven Donelson at raven.s.donelson@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil.
INDUSTRY DAY SITE VISIT on 14 and 15 May 2025 for the Above Ground Construction Services Contract (CSC) pre solicitation
Buyer not available
The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is hosting an Industry Day Site Visit on May 14 and 15, 2025, for the Above Ground Construction Services Contract (CSC) pre-solicitation at Kirtland Air Force Base and White Sands Missile Range in New Mexico. This event aims to provide potential vendors with insights into the project requirements and gather feedback on the draft solicitation and acquisition strategy. The contract, valued at up to $400 million, will support various construction efforts, including new construction and demolition, and is set aside for small businesses under the SBA guidelines. Interested parties should contact Ryan Margraf at ryan.d.margraf.civ@mail.mil or 505-353-4089 for further details, and must comply with security protocols for access to the military installations, including background checks and identification requirements.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.