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
    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 quality standards in construction projects, with task orders typically ranging from $2,000 to $750,000. 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
    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.
    The document is a collection of Pre-Proposal Inquiries (PPIs) submitted in relation to the Artesia Construction IDIQ solicitation (70LART25RPFB00001). It addresses a series of questions from contractors about the requirements and terms within the Request for Proposal (RFP) dated April 3, 2025. Key issues include the exclusive use of RS Means Facilities Construction Cost Data as the unit price book, clarification on the bid guarantee amount of $50,000, and the acceptance of alternative scheduling software to Microsoft Project. The government's responses indicate strict adherence to the prescribed guidelines, affirming that no extensions for proposal submission will be granted and that Past Performance Questionnaires (PPQs) need to be directly submitted to the contracting officer. Several questions also focus on submission formats, requirements for past performance documentation, and the inclusion of utility provisions at the contractor's laydown area. Furthermore, the government reaffirms that a contractor’s proposal should utilize designated cost data and outlines the parameters for including joint venture contracts in past performance documentation. Overall, this document provides essential insights and clarifications that guide contractors in preparing their proposals for federal projects, emphasizing compliance, documentation standards, and specific project requirements.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Border Patrol Station-Freer, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    Repair and Installation of Fences and Gates
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) contract for the repair and installation of fences and gates at Fort Buchanan, Puerto Rico. The project aims to enhance security infrastructure by repairing existing fences and installing new fencing and gates, including various types and heights, with a total contract value estimated between $5,000,000 and $10,000,000. This opportunity is a 100% set-aside for 8(a) firms on a competitive basis, with a performance timeline commencing within 10 calendar days of award and completion expected within 1825 calendar days. Interested contractors should contact Eileen Rivera at eileen.z.riveradomenech.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil for further details and to ensure compliance with all solicitation requirements.
    Z--Mescalero Adult Detention Center FI&R
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a Design/Build Construction Contract aimed at completing the Mescalero Adult Detention Center in Mescalero, New Mexico. This project involves various Facility Improvements & Repair (FI&R) activities, including design, construction, installation, and demolition, with an estimated construction magnitude between $500,000 and $800,000. The contract is set aside for Indian-Owned Small Business Economic Enterprises (ISBEE) and falls under NAICS Code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors. Interested parties should prepare for a solicitation expected to be issued around December 24, 2025, and must ensure they have a Unique Entity Identifier (UEI) number and active registration in the System for Award Management (SAM). For further inquiries, contact Laurie Sherrod at laurie.sherrod@bia.gov or call 571-560-0313.
    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.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    DESIGN/BUILD CONSTRUCTION FOR CHILD DEVELOPMENT CENTER,USCG BASE ELIZABETH CITY, NORTH CAROLINA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a Design/Build Construction project to establish a Child Development Center (CDC) at USCG Base Elizabeth City, North Carolina. This project involves designing, constructing, and outfitting a facility that will serve children aged 6 weeks to 5 years, as well as school-age children, with a total development area of approximately 46,487 square feet, including classrooms and outdoor play areas. The contract has an estimated value of up to $30 million, with a performance period of 893 calendar days post-award, and proposals are due by January 19, 2026, at 2:00 PM (EST). Interested contractors should contact Yolanda Davis at Yolanda.L.Davis@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil for further details.