APC-FY24-000460 FY24 D28 Gym Paint Project
ID: 15M10224RA4700348Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICE

NAICS

Painting and Wall Covering Contractors (238320)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)
Timeline
    Description

    The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source contract for the FY24 D28 Gym Paint Project in Indianapolis, Indiana. This procurement involves a firm fixed price contract for painting services, with an estimated total value of approximately $4,830.00, which will be awarded to Artisan Construction Enterprises, Inc. The project is crucial for maintaining the facility's aesthetics and functionality, ensuring a safe and welcoming environment for its users. Interested parties may direct questions to Contracting Officer Jennifer Brite via email at jennifer.brite@usdoj.com, as this notice is not a request for quotes or proposals and the government will not cover any costs incurred in response to this notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    183 CES Paint Munitions Buildings 143 & 154
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 2025.
    FY24-28 D01 BTOOLKIT(ITD) Huntsville & Tuscaloosa Comcast
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, intends to award a sole source firm fixed price contract for internet services in the Northern District of Alabama, covering the cities of Huntsville and Tuscaloosa. The contract will include a base period and four optional 12-month extensions, with a total estimated value of $14,251.30. This procurement is critical for ensuring reliable internet connectivity for law enforcement operations in the region. Interested parties may direct questions to Contracting Officer Renee Leaman at renee.leaman@usdoj.gov, with the notice not being a request for quotes or proposals.
    FCI Marion - Replace High Mast Light #4
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a construction contract to replace High Mast Light 4 at the Federal Correctional Institution (FCI) in Marion, Illinois. The project involves the removal of an existing 100-foot high mast pole and lighting fixture, followed by the installation of a new pole, cables, wires, and LED fixtures, all in compliance with local codes and specifications. This procurement is significant for maintaining safety and security lighting at the facility, with an estimated project value between $100,000 and $250,000. Interested small businesses must register in the System for Award Management (SAM) and monitor the Contract Opportunity website for the solicitation, expected to be posted around December 22, 2025. For further inquiries, potential bidders can contact Luke Bonner at lbonner@bop.gov.
    FY26 TD 26011 INITIAL GEAR DFTP
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting quotes for miscellaneous duty gear as part of the FY26 TD 26011 Initial Gear Deputy Fundamental Training Program (DFTP). This procurement is exclusively set aside for small businesses under NAICS code 315990, which pertains to Apparel Accessories and Other Apparel Manufacturing, with a size standard of 600 employees. The goods are essential for equipping new deputies with the necessary gear for their training, ensuring compliance with security and privacy requirements, including safeguarding Personally Identifiable Information (PII). Interested vendors must submit their quotes by December 16, 2025, at 12:00 PM CT, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.
    Justification and Approval to Sole Source of Construction of the Paint Shop integrated into Battalion Complex Phase II and III project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to sole source the construction of a paint shop integrated into the Battalion Complex Phase II and III project at Joint Base Langley Eustis (JBLE), Virginia. This construction effort involves the establishment of a paint shop that will be incorporated into the facilities at the east end of the Hangar currently under construction as part of Contract No. W91236-20-C-2025. The project is critical for enhancing operational capabilities at the base, ensuring that the necessary facilities for maintenance and operations are available. Interested parties can reach out to primary contact Dariya M. Walker at dariya.m.walker@usace.army.mil or by phone at 757-201-7748, or secondary contact Katya Oxley at ekaterina.oxley@usace.army.mil or 757-201-7026 for further details.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at the Command Fleet Activities Yokosuka and Atsugi, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to perform painting services at various locations in Japan, including the Command Fleet Activities Yokosuka and Atsugi. The scope of work encompasses painting and related tasks such as scaffolding, protective coating, and repair and replacement activities across multiple sites, including U.S. Fleet Activities and the U.S. Embassy in Tokyo. This procurement is crucial for maintaining the facilities' operational readiness and aesthetic standards, with an anticipated contract value of up to JPY6,000,000,000 over a five-year ordering period. Interested parties should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at the Command Fleet Activities Yokosuka and Atsugi, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to perform painting services at various locations in Japan, including the Command Fleet Activities Yokosuka and Atsugi. The scope of work encompasses painting and related tasks such as scaffolding, protective coating, and repair or replacement activities across multiple sites, including U.S. military facilities and the U.S. Embassy in Tokyo. This contract is significant for maintaining the operational readiness and aesthetic standards of military installations, with an anticipated five-year ordering period and a total value of up to JPY6,000,000,000. Interested parties should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    Limited Source-Xerox Copiers and Maintenance (Field Offices)
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking to continue its procurement of Xerox copiers and maintenance services for its field offices through a sole source contract. This procurement involves the rental and servicing of 58 Xerox copiers, which is deemed essential for the efficient operation of the Bureau's facilities. The contract will be awarded to Xerox Corporation under the GSA FSS/MAS contract number GS-03-137DA, with no competitive bidding process due to the nature of the requirement. For further inquiries, interested parties can contact Carol Wilson at cjwilson@bop.gov or by phone at 202-598-6117.
    USCGC Kanawha Dockside Components Blast and Paint
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to provide blasting and painting services for components of the USCGC Kanawha at their Industrial Production Facility in St. Louis, Missouri. The contractor will be responsible for all labor, materials, and equipment necessary to complete the project, which includes surface preparation, non-destructive testing, and application of a USCG-approved painting system, adhering to specific quality and safety standards. This procurement is crucial for maintaining the operational readiness of the vessel, with a firm-fixed price service contract expected to be awarded to the lowest-priced quoter. Interested parties must submit their quotes by January 9, 2026, and direct any questions to Mr. Justin Austin at Justin.c.austin@uscg.mil or by phone at 985-273-4082.