Washington, DC Bids > Bid Detail

FBI National Capital Region (NCR) Job Order Contract (JOC)

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159152076172991
Posted Date: Nov 21, 2023
Due Date: Dec 6, 2023
Source: https://sam.gov/opp/5f33f1e826...
Follow
FBI National Capital Region (NCR) Job Order Contract (JOC)
Active
Contract Opportunity
Notice ID
15F06724R0000013
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL BUREAU OF INVESTIGATION
Office
FBI-JEH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 21, 2023 10:39 am EST
  • Original Response Date: Dec 06, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC 20535
    USA
Description

This acquisition is a competitive local small business set-aside limited to businesses within a 40-mile radius of the J. Edgar Hoover Building. Interested small business MUST have an office within a 40-mile radius of the J. Edgar Hoover Building located at 935 Pennsylvania Avenue NW, Washington D.C. 20535.



Due to the anticipated interest, the FBI is scheduling a VIRTUAL Industry Day for Wednesday December 13, 2024. Attendance priority will be given to small businesses.



Any company requesting to attend the virtual industry day you must submit your capabilities statement by Tuesday, December 6, 2023 by 4:00pm EST via email to: Andrew Bowles at apbowles@fbi.gov, and Andre Wilson at alwilson6@fbi.gov.



THE PRIME CONTRACTOR MUST HAVE AN ACTIVE TOP SECRET FACILITIES CLEARANCE TO BE CONSIDERED FOR AWARD.



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 $350,000, 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 $24,500,000. 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 Tuesday, December 6, 2023, 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, Top Secret Facilities Clearance Information.



(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 $39.5M 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 $350,000.00.



(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 Washington, D.C. The FBI is requesting general construction services to upgrade/install services to support the FBI at Washington, D.C. 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


Attachments/Links
Contact Information
Contracting Office Address
  • 935 PENNSYLVANIA AVE NW
  • WASHINGTON , DC 20535
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 21, 2023 10:39 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >