Skip to main content

An official website of the United States government

You have 2 new alerts

INDEFINITE-DELIVERY INDEFINITE-QUANTITY CONSTRUCTION, FEDERAL LAW ENFORCEMENT TRAINING CENTERS (FLETC), GLYNCO, GA,CAMPUS

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Updated)
  • Updated Published Date: Aug 09, 2022 11:48 am EDT
  • Original Published Date: Jul 18, 2022 05:01 pm EDT
  • Updated Date Offers Due: Aug 18, 2022 03:00 pm EDT
  • Original Date Offers Due: Aug 18, 2022 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 30, 2022
  • Original Inactive Date: Dec 30, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Brunswick , GA 31524
    USA

Description

Amendment 0001

See attached documents  (0809/2022)

SOLICITATION NOTICE

The Government intends to secure services, labor, and material for construction, additions, alterations, maintenance, and repairs at the various buildings and structures at the, FLETC Glynco, GA through the issuance of individual task orders under ONE Indefinite Delivery/ Indefinite Quantity (IDIQ) contract.

The Contractor shall furnish, for the basic contract and each individual task order issued thereunder, all labor, transportation, materials, equipment, supervision, and quality control, necessary to perform the required construction, maintenance, and alterations. The contract duration will be a base period of 12 months from the date of award with four 12 month option periods with an additional 6-month extension in accordance with FAR 52.217-8.  Option periods shall be exercised at the Government's discretion.

The maximum estimated value of the IDIQ program shall Not-to-Exceed $22,000,000.00 for the life of the contract. The estimated execution per year for planning purposes is approximately $4,000,000.00. This is for planning purposes only and is NOT guaranteed. Task Orders will typically range from $2,000.00 to $1,000,000.00, and may involve a variety of trades includes, but is not limited to, new construction and renovation work may include (painting, drywall, flooring, framing, roofing, concrete work, electrical work, plumbing, storm water management work/grounds restoration, Heating, ventilation, Air Conditioning (HVAC) and special trades that may be included. EXAMPLE: ( Big top Canopy’s, timber clearing/site grubbing, construction/maintenance of firing ranges and special purpose training facilities…).

The procurement is solicited using source selection procedures as outlined under Part 15. 

PROCUREMENT IS 100% SET-ASIDE FOR Small Business 8(a) firms (FAR 19.8), NAICS Code:  236220, Size Standard 35.5 million.

The method  is anticipated to result in best value to the Government.  The source selection method and criteria upon which offerors will be evaluated shall be outlined in detail in the forthcoming solicitation.  The Government contemplates award of a firm-fixed price construction contract resulting from the solicitation. Individual task order prices will be based on pre-established prices for materials in place contained in the R.S. Means Facility Construction Cost Data book (updated quarterly) with application of coefficients established result of the  solicitation.  Ordering procedures for subsequent task orders shall be contained in the solicitation.

The solicitation package is due on August 18, 2022.  The Government anticipates significant subcontracting opportunities with this action. Primary point of contact: Jacquelyn E. Reed-Bush, Contracting Officer at 912.261.3631 or email:  jacquelyn.reed-bush@fletc.dhs.gov. 

Contact Information

Contracting Office Address

  • 1131 CHAPEL CROSSING ROAD
  • Brunswick , GA 31524
  • USA

Primary Point of Contact

Secondary Point of Contact

History