Search Contract Opportunities

Facilities Professional Support Services (FPSS)   2

ID: 15F067-22-R-0000091 • Type: Solicitation

Description

Posted: April 15, 2022, 12:26 p.m. EDT

Amendment 06

The purpose of Amendment 06 is to provide the following information:

  • Correct a formula on the TORFP 0004 RFSS pricing template to ensure the Surge total calculates correctly.
  • Add grade level for the Physical Security Engineer position in TORFP 0004 RFSS and the TORFP 0004 RFSS pricing template.
  • Update J-5 Attachment 5 IDIQ Price Template to delete Construction Program Analyst and Strategy Program Manager positions on the pricing templates that do not have qualification levels associated with them.
  • Adds the Building Automation Support Technician and Environmental Protection Specialist (with 3 levels) to all pricing templates in J-5 Attachment 5 IDIQ Price Template. Previously was only added to Huntsville location. Only adds a line for pricing - this is NOT a request for additional positions requiring resumes. This only ensures pricing is available should another location need these positions in the future.
  • Correct language in IDIQ RFP at section B.4 to align with J-5 Attachment 5.

The proposal due date remains unchanged at 4pm EST on 18 April 2022.

Amendment 05

The purpose of Amendment 05 is to provide the following information:

  • Provide amended Task Order RFP for TORFP 0004 with correction to the Professional Project Manager and Construction Project Manager position titles.
  • Provide amended Task Order Pricing Template for TORFP 0004 with correction to the Professional Project Manager and Construction Project Manager position titles. The Surge table is also updated to include some positions that were deleted.
  • Provide updated J-5 Attachment 5 IDIQ Price Template that provides missing experience levels for the Physical Security Engineer. Deleted were Construction Program Analyst and Strategy Program Manger positions that were not associated with an experience level.
  • Provide answers to additional questions that resulted in Amendments - see tab titled 7APR22.

The proposal due date remains unchanged at 4pm EST on 18 April 2022.

Amendment 04

1. The purpose of Amendment 04 is to provide the following information:

  • Provide amended Task Order RFPs for TORFP 0001, 0005 and 0006 with adjusted Period of Performances that account for the reduced Base year.
  • Provide updated J-5 Attachment 5 which adds 5 additional positions.
  • Provide answers to additional questions submitted.

The proposal due date remains unchanged at 4pm EST on 18 April 2022.

Please find all Amendment 04 documents in the Attachments section.

Amendment 03

1. The purpose of Amendment 03 is to provide the following information:

  • Update the required positions for TORFP 0004 RFSS - adjusting some of the originally requested positions to Surge positions.
  • Provide updated TORFP 0004 RFSS Pricing Template to align with adjusted positions.

The proposal due date remains unchanged at 4pm EST on 18 April 2022.

Please find all Amendment 03 documents in the Attachments section.

Amendment 02

1. The purpose of Amendment 02 is to provide the following information:

  • Provide amended Task Order RFPs for TORFP 0001, 0006 and 0005 with adjusted base year Period of Performance.
  • Provide updated Attachment 1 (J-1) which adds 5 additional position descriptions.

The proposal due date remains unchanged at 4pm EST on 18 April 2022.

Please find all Amendment 02 documents in the Attachments section.

Amendment 01

The purpose of Amendment 01 is to provide the Questions and Answers and the following information:

  • Provide notice that the Industry Day was not recorded
  • Provide the Industry Day slides
  • Provide the Amended RFP
  • Provide amended Task Order RFPs
  • Provide updated Attachment 1 (J-1)
  • Provide updated Attachment 5 (J-5) Pricing templates for IDIQ and Task Orders
  • Provide updated Attachment 6 (J-6)

Please find all Amendment 01 documents in the Attachments section.

The objective of this procurement is to establish a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract with companies that specialize in providing professional services in the fields of program management, project management, construction management, real property management, lease administration management, workplace management, facilities management, project controls management, material handling systems consultation, technical writing, project analysis, cost estimating, project scheduling, construction inspection, computer aided design and drafting, and management and program analysis support services. In addition to general professional services, additional support services may include project management oversight, design reviews, integrated technology coordination, security coordination, budget review, change order management, subject matter expertise for the Automated Storage Retrieval System (ASRS), real estate and leasing.

NOTE: This acquisition does not include Architect-Engineer (A-E) services as defined in the Brooks Act and Federal Acquisition Regulation (FAR) Part 2 and 36.6.

This multiple award IDIQ Contract will serve various sites including:

  • Washington D.C. Metropolitan area
  • Quantico, Virginia
  • Pocatello, Idaho
  • Huntsville, Alabama
  • Clarksburg, West Virginia
  • Other United States Locations
  • OCONUS Locations (as needed)

Please be advised it is the Government's intent to simultaneously compete and award 6 Task Orders from the Multiple Award IDIQ. Contractors must submit an offer for the IDIQ and at least one of the Task Orders to be eligible for award.

Total anticipated capacity for the IDIQ is $272 mil. The government makes no representation as to the number of Task Orders or actual amount of work to be ordered. The Order of Magnitude for task orders is anticipated to range from $5 mil to $20 mil. Task Orders may not exceed $30 million per single task order contract without mutual agreement by the parties.

Posted: April 8, 2022, 10:56 a.m. EDT
Posted: April 1, 2022, 1:35 p.m. EDT
Posted: March 30, 2022, 6:48 p.m. EDT
Posted: March 23, 2022, 4:06 p.m. EDT
Posted: March 21, 2022, 10:19 a.m. EDT
Posted: March 17, 2022, 10:56 a.m. EDT
Posted: March 3, 2022, 1:12 p.m. EST

Overview

Response Deadline
April 18, 2022, 4:00 p.m. EDT (original: April 4, 2022, 12:00 p.m. EDT) Past Due
Posted
March 3, 2022, 1:12 p.m. EST (updated: April 15, 2022, 12:26 p.m. EDT)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 3/3/22 FBI Headquarters issued Solicitation 15F067-22-R-0000091 for Facilities Professional Support Services (FPSS) due 4/18/22. The opportunity was issued full & open with NAICS 541330 and PSC R408.
Primary Contact
Name
Melissa Golicz   Profile
Phone
None

Secondary Contact

Name
Linda Patterson   Profile
Phone
None

Documents

Posted documents for Solicitation 15F067-22-R-0000091

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 15F067-22-R-0000091

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 15F067-22-R-0000091

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 15F067-22-R-0000091

Similar Active Opportunities

Open contract opportunities similar to Solicitation 15F067-22-R-0000091

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > FEDERAL BUREAU OF INVESTIGATION > FBI-JEH
FPDS Organization Code
1549-15F067
Source Organization Code
100181668
Last Updated
May 3, 2022
Last Updated By
mgolicz@fbi.gov
Archive Date
May 3, 2022