Search Contract Opportunities

Prefabrication Training Venues and Construction Supplies   2

ID: 70LGLY26PREFABSUPP • Type: Synopsis Solicitation • Match:  90%
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:
Loading

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes only solicitation issued. Offers are being requested and a separate written solicitation will not be issued.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06.

The Government intends to award one (1) firm-fixed price award as a result of this solicitation. No commercial financing.

This requirement is being solicited as a TOTAL small business set aside.

This solicitation requires registration with the System for Award Management (SAM) prior to submission of offer, prior to award, and at time of award pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. All offerors with an invalid or inactive registration will be removed from the solicitation as ineligible to participate for award.

Bases of Award

It is the Government's intent to award a task order to the responsible Offeror whose quote, in conforming to the RFQ, provides the overall best value to the Government considering technical evaluation factors and price.
Best value shall be achieved by using comparative evaluation of quotations method IAW FAR 12.203(2) will be used to make an award decision using the following factors. All quotes submitted will be evaluated in accordance with evaluation factors as described herein. Quotes shall be evaluated against the evaluation criteria set forth in the RFQ.

Factor 1- Technical Specifications

The Government will evaluate the quoter's response with the information on the supply items on a acceptable or not acceptable basis. If the items meet or exceed the Governments minimum specifications than it will be rated as such. Failure to provide enough information may result in your quote to not be evaluated or to be rated as unacceptable. All items and/or specifications provided must be brand name or equal to the requested supplies and must operate in the same capacity as intended in the PWS.

Vendor may submit quotes for alternate items if those items meet all of the salient physical, functional, performance characteristics, and quantities specified by this solicitation. Alternate items cannot alter the build design presented in Technical Exhibit #1 and #2, which is the Government's Design Plan. Please see Technical Exhibits 1, 2, 3, for details. (Attachments)

FACTOR 2 - PAST PERFORMANCE (NON-PRICE):
The past performance assessment will evaluate the quoter based on the quoter's demonstrated past work record. The recency and relevancy of the information, the source of the information, context of the data and general trends in the contractor's performance will be considered. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources, including sources outside of the Government.

FACTOR 3 - PRICE EVALUATION CRITERIA
(i) Evaluation of price will be conducted using price analysis to determine reasonableness and accuracy
(ii) The analysis will be used solely to determine whether the vendor's quoted prices reflect the offeror's understanding
of the technical requirements, are realistic, and do not indicate increased risk to the Government of unsuccessful performance.
(iii) Evaluate prices inclusive of transportation charges from the shipping point of the supplier to the delivery destination,
obtain prompt payment discounts to the maximum extent practicable.
(iv) The Government will not include discounts when evaluating the prices of quotations.
(v) Quotations must be complete as firm-fixed prices and reflect all cost associated to complete all tasks in the PWS.

The Government is soliciting a Request of Quote (RFQ). The Government is soliciting an RFQ. In accordance with FAR 12.201-1(b), Legal effect of quotations:

(1) Neither a quotation nor the purchase order issued by the Government in response to a quotation form a binding contract. The purchase order is the Government's offer to a supplier to buy certain products or services upon specified terms and conditions.

(2) A binding contract is formed when the supplier accepts the Government's offer, either by written acceptance of the purchase order or substantial performance of the purchase order. The contracting officer may request that the contractor provide written acceptance of the order.

The Government reserves right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

Acceptance of an award certifies that the contractor will comply with FAR 52.222-50 Combating Trafficking in Persons by notifying all employees and subcontractors at all levels.

Due to mission timelines, questions/answers are not offered.

Debriefs are not authorized. Award notice will be provided. IAW FAR 12.301, when using the simplified procedures at 12.201-1, upon request, a brief explanation may be provided of the award decision to interested parties.

Background
This solicitation is issued by the Federal Law Enforcement Training Centers (FLETC) and aims to establish a contract for supplying footing materials and constructing block foundations for modular training venues. The goal is to support the construction of non-habitable modular training venues as part of their operational requirements.

Work Details
The contractor is required to furnish all necessary materials and services to construct three modular home foundations. This includes:
- Concrete, reinforcing steel, masonry block, mortar, sand, sill materials, anchor bolts, and related supplies.
- Construction of concrete footings using contractor-supplied concrete and rebar.
- Construction of block foundations, installation of anchor bolts, and provision of sill materials.

Specifications for the modular homes include:
- Model: Cherry Blossom
- Manufacturer: Clayton Venues
- Dimensions per home: 28 feet by 56 feet (approximately 1,475 square feet)
- Included Features:
- Luxury Vinyl Plank flooring throughout
- Closed-cell spray foam insulation in ceiling
- Three 50-inch televisions
- Washer and dryer
- Fully installed HVAC system
- Delivery and factory setup included
- No plumbing line required for this training installation.

Concrete Requirements:
- Concrete strength: 3000 PSI
- Concrete quantity per home: 14 cubic yards (Total for three venues: 42 cubic yards)

Reinforcing Steel Requirements:
- All reinforcing steel shall be 5/8-inch (No. 5), Grade 60.
- Continuous horizontal reinforcement: approximately 680 linear feet per home.
- Vertical dowels: 46 required per home.

Place of Performance
All materials shall be delivered to Track 2, FLETC Glynco Campus, at 1131 Chapel Crossing Road, Glynco, GA 31524.

Overview

Response Deadline
Dec. 29, 2026, 12:00 p.m. EST Due in 274 Days
Posted
Dec. 23, 2025, 7:10 a.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Brunswick, GA 31524 United States
Source

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
78% of obligations for similar contracts within the Federal Law Enforcement Training Center were awarded full & open.
On 12/23/25 Federal Law Enforcement Training Center issued Synopsis Solicitation 70LGLY26PREFABSUPP for Prefabrication Training Venues and Construction Supplies due 12/29/26. The opportunity was issued with a Small Business (SBA) set aside with NAICS 332510 (SBA Size Standard 750 Employees) and PSC 5340.
Primary Contact
Name
Gary Scidmore   Profile
Phone
(912) 280-5343

Documents

Posted documents for Synopsis Solicitation 70LGLY26PREFABSUPP

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70LGLY26PREFABSUPP

Award Notifications

Agency published notification of awards for Synopsis Solicitation 70LGLY26PREFABSUPP

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70LGLY26PREFABSUPP

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70LGLY26PREFABSUPP

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70LGLY26PREFABSUPP

Experts for Prefabrication Training Venues and Construction Supplies

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > FEDERAL LAW ENFORCEMENT TRAINING CENTER > FLETC GLYNCO PROCUREMENT OFFICE
FPDS Organization Code
7015-LE001
Source Organization Code
100167172
Last Updated
Dec. 23, 2025
Last Updated By
gary.n.scidmore@fletc.dhs.gov
Archive Date
Jan. 13, 2027