Search Contract Opportunities

FBI Redstone Job Order Contract   2

ID: 15F06725R000001 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION

HUNTSVILLE JOB ORDER CONTRAT (JOC)

This acquisition is a competitive local small business set-aside limited to businesses within a 50-mile radius of FBI Redstone. Interested small business MUST have an office within a 50-mile radius of the FBI Redstone located at 4942 Fowler Road, Huntsville AL, 35808.

This is a Sources Sought Notice/Request for Information for the purpose of conducting market research and obtaining industry information ONLY. Proposals are NOT being requested, nor accepted at this time. The purpose of this Sources Sought Notice / Request for Information is to obtain knowledge of interest, capabilities, and qualifications from qualified small business concerns. The FBI will use information obtained through this notice as well as other market research to develop an acquisition strategy.

Based on the results of our market research, and interest demonstrated by responses to this notice, our goal is the award of a JOC contract to a single qualified small business concern. The North American Industry Classification System (NAICS) code for the JOC contract will be 236220. The small business size standard will be 45 million average annual revenue for the previous three years.

The total period of performance for this JOC contract, to include all options, shall not exceed five (5) calendar years. Task orders will typically range in value from $10,000 to $750,000, each with a minimum task order value of $2,000, and a maximum task order value of $1,000,000. The total of individual task orders placed against the JOC contract shall not exceed $11,500,000. The selection process will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation.

The FBI is requesting that interested small businesses respond to this notice by furnishing the following information by Friday, November 29, 2024, by 4:00pm EST. Responses are limited to no more than three (3) pages and should be in Adobe Acrobat PDF or Microsoft Word format.

(1) Company name, address, point of contact, telephone number, email address, and UEI Number.

(2) Socio-economic Classification(s): 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Woman Owned Business, Large Business, or Small Business, etc. State your firm's socio-economic classification and what your average annual revenue has been over the past three (3) fiscal years. The size standard for NAICS 236220 is 45M and is calculated by averaging your firm's annual gross receipts over the past three (3) completed fiscal years.

(3) Provide a general statement of your qualifications, capabilities, and ability to perform the required types of work described.

(4) Demonstrate experience and technical competence in the execution of construction projects in the typical dollar value range of $10,000.00 to $750,000.00.

(5) State the firm's number of years of experience executing contracts similar to SABER or JOC contracts. What metro locations, geographic areas, remote locations, and/or military installations have you performed projects on under the SABER/JOC business models. Please include contract number(s), dollar value(s) and owner points of contact.

(6) Brief description of at least five (5) construction & design / build services similar to that described above provided within the past five (5) years. Minimum information should include the following: contract number, total contract value, project location, period of performance, and a brief description of the services. Do not send photos at this time. Contracts/projects submitted must be similar in scope and dollar value to the work described in this sources sought.

(7) Responders, including joint ventures, should demonstrate that they have the capacity to perform all aspects of the types of work described in this synopsis, either by their in-house capabilities or through their teaming/subcontractor's capabilities. Existing and potential joint ventures, mentor/protege, and teaming arrangements are acceptable and encouraged.

(8) Provide your firm's bonding capacity for a single project and in aggregate.

(9) Do you anticipate that your firm would have the ability to self-perform a minimum of 15% of each task order issued under this business model? Has your firm experienced difficulty in meeting contract requirements to self-perform 15% of the total contract requirements with your own staff in the past? If so, please provide explanation or commentary.

(10) The Government intends to solicit coefficient pricing for the base, and each option period. The only economic price adjustment would be through annual updated pricing in the Construction Task Catalog (CTC), or other similar unit pricing arrangement based on wage increases. Does your firm foresee any issues providing pricing under this arrangement?

The Federal Bureau of Investigation (FBI) requires general construction support for new construction and for the sustainment, restoration, and modernization of buildings, structures, or other real property at Redstone, AL. The FBI is requesting general construction services to upgrade/install services to support the FBI at Redstone. Each project will be awarded as an individual task order (referred hereafter as order ) issued against the basic contract, specifying real property maintenance, repair, alteration, and/or new construction. The Contractor shall furnish all materials, equipment, and personnel necessary to manage and accomplish the work. The Contractor shall provide sufficient technical support and project management to ensure quality, accuracy of estimates, accommodate several concurrent active projects, provide flexibility of design staff and subcontractor pool to handle rapid increases in work volume, perform according to schedule (including completion on time), and process submittals and payrolls in a timely manner. The Contractor's work responsibility shall include all contractor planning, programming, administration, coordination, and management necessary to provide all work as specified. The work shall be conducted by the Contractor in strict accordance with the contract and all applicable Federal, State, and local laws, regulations, codes, or directives. The Contractor shall ensure that all work provided meets or exceeds critical reliability rates or tolerances specified or included in applicable documents. The Contractor shall provide related services such as pre award project development; project management; quality control (QC); preparation, review, and submission of required deliverables, and performance of all associated administrative work required to satisfy requirements specified under this contract and individual orders.

Typical task orders may include repair and maintenance of real property, alteration and/or new construction. Specific tasks include, but are not limited to: door replacement and door hardware installation to include conduit; building automation; fencing; underground conduits; general carpentry; repair and replacement of HVAC, water, and sewer systems; security monitoring systems; fire control and suppression system upgrades; paving; concrete work; roofing; landscaping; interior and exterior painting; ceiling repairs or replacements; repair or replacement of floor coverings; renovations; refurbishments; civil works; and electrical repairs involving all types of building crafts and trades.

PLEASE SUBMIT ALL RESPONSES TO THIS SOURCES SOUGHT TO ANDRE WILSON AT ALWILSON6@FBI.GOV

Overview

Response Deadline
Dec. 3, 2024, 4:00 p.m. EST (original: Nov. 29, 2024, 4:00 p.m. EST) Past Due
Posted
Nov. 18, 2024, 3:54 p.m. EST (updated: Nov. 26, 2024, 12:46 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Huntsville, AL 35808 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000,000 - $20,000,000 (AI estimate)
Odds of Award
16%
Signs of Shaping
88% of obligations for similar contracts within the Federal Bureau of Investigation were awarded full & open.
On 11/18/24 FBI Headquarters issued Sources Sought 15F06725R000001 for FBI Redstone Job Order Contract due 12/3/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AA.
Primary Contact
Name
ANDRE WILSON   Profile
Phone
None

Documents

Posted documents for Sources Sought 15F06725R000001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought 15F06725R000001

Incumbent or Similar Awards

Contracts Similar to Sources Sought 15F06725R000001

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 15F06725R000001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 15F06725R000001

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
Dec. 19, 2024
Last Updated By
alwilson6@fbi.gov
Archive Date
Dec. 18, 2024