Search Contract Opportunities

FBI IDIQ for Architectural, Engineering and Planning (AEP) Services   3

ID: 15F06723R0000013 • Type: Synopsis Solicitation

Description

Posted: Dec. 1, 2023, 4:15 p.m. EST

Request for Qualification: 15F06723R0000013

The Federal Bureau of Investigation (FBI) has a requirement for multidiscipline Architectural, Engineering and Planning (AEP) Services. The requirement includes design, engineering and on-site services.
Design and Engineering services may include, but are not limited to, preparation of drawings, specifications, design analysis and cost estimates to be used in support of Request for Proposals for Construction. Other types of AEP Services such as site investigation, surveying, drafting, Building Information Modeling (BIM) and Computer Aided Design (CAD) services, inspection, planning, studies and reports may be required as related to the project definition and/or design. Construction Documents shall include preparation of complete Construction Drawings, and Specifications, suitable for competitive bidding by construction contractors; and Construction Phase Support shall include, but may not be limited to, inspection and Construction Administration Services and claims assistance. Preparation of documents required for solicitation of design-build services may include provision of environmental impact analysis, land surveying, subsurface investigation and reports, conceptual bridging design drawings and specifications and RFP/ SOWs. Firms shall be licensed professional businesses engaged in the delivery of AEP services.
On-site Architecture-Engineering (A-E) services include assisting the FBI professional staff in efficiently and effectively meeting the increasing requirements of the FBI. The services are meant to expand the FBI staff's capabilities to successfully accomplish its mission. This is a non-personal services contract. Onsite requirements may provide a wide range of support including but not limited to preliminary planning, feasibility studies, functional studies, conceptual design, development of design intent documents, technical review of construction documents for renovation and construction projects, and technical advisory support in proposal evaluations. Construction estimating and review, project facilitation and inspection services during construction of projects may also be necessary. See attached document entitled Project Description for additional information including a brief description for each position the FBI has a requirement for.
Due to the volume of work anticipated at certain locations, the FBI has established three regions for which Firms may compete for award:

Region 1 National Capital Region (NCR) (including Quantico, Virginia): Services may be performed at any FBI facility within the NCR. Firms with their home (Headquarters) or a major regional office within a 125-mile radius of the J. Edgar Hoover FBI Headquarters will be eligible to compete for award. NCR is considered to include District of Columbia; Prince Georges and Montgomery Counties in Maryland; Arlington, Fairfax, Loudoun, Stafford, and Prince William Counties in Virginia; and all cities and towns included within the outer boundaries of the foregoing counties.

Region 2 Huntsville, Alabama: Services may be performed at any FBI facility at the Redstone Arsenal. Firms with their home (Headquarters) or a major regional office within a 250-mile radius of the FBI Redstone Campus will be eligible to compete for award.

Region 3 West Virginia: Services may be performed at Clarksburg, West Virginia. Firms with their home (Headquarters) or a major regional office within a 250-mile radius of the FBI Campus will be eligible to compete for award.

Services may also be performed at other FBI facilities throughout the United States. If the project does not fall within the geographical boundaries of the three regions listed above, then fair opportunity may be provided to firms within all three regions, and they will be eligible for award provided the individual state's licensure and registration requirements can be met.

The FBI anticipates the award of approximately three (3) to eight (8) IDIQ contracts for each region. Of the awards to be made, three will be set-aside for small business in Region 1; three will be set-aside for small business in Region 2; three will be set-aside for small business in Region 3.

The FBI reserves the right to negotiate with the selected firms for each, any, all, or any portion of the services to be provided, or whatever the FBI deems to be necessary, related to or affected by the construction of new facilities or the renovation of existing FBI facilities. The FBI also reserves the right to obtain services from the selected firm(s) for new or existing facilities for the FBI at the primary locations above or any other part of the United States and its territories; and other locations around the world. The FBI specifically reserves the right to separately compete additional AEP services for specific projects, either new facilities, or the renovation of existing facilities, in which the FBI deems it to be in its best interest, and at the sole discretion of the FBI. The period of performance for resultant awards shall be from date of award for a one-year base period, with four (4) one-year option periods.

The Government anticipates the following values in reference to ceiling award amounts and minimum guarantees.
For Region1 (NCR) the ceiling amount is anticipated to be approximately $196.5 Million.
For Region 2 (Huntsville, AL) the ceiling amount is anticipated to be approximately $131 Million.
For Region 3 (Clarksburg, WV) the ceiling amount is anticipated to be approximately $30 Million.
All IDIQ contracts shall have a minimum guarantee of $2,000.00. Should you not receive a Task Order within the term of the contract, Base and all Option Years, you will be entitled to $2K minimum guarnatee.

SEE ATTACHED REQUEST FOR QUALIFICATIONS DOCUMENT FOR SELECTION CRITERIA AND SUBMISSION INSTRUCTIONS.

Posted: Nov. 8, 2023, 12:08 p.m. EST
Posted: Oct. 19, 2023, 4:45 p.m. EDT
Posted: Sept. 15, 2023, 8:53 p.m. EDT

Overview

Response Deadline
Dec. 8, 2023, 11:59 p.m. EST (original: Oct. 30, 2023, 3:00 p.m. EDT) Past Due
Posted
Sept. 15, 2023, 8:53 p.m. EDT (updated: Dec. 1, 2023, 4:15 p.m. EST)
Set Aside
Partial Small Business (SBP)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
96% of obligations for similar contracts within the Federal Bureau of Investigation were awarded full & open.
On 9/15/23 FBI Headquarters issued Synopsis Solicitation 15F06723R0000013 for FBI IDIQ for Architectural, Engineering and Planning (AEP) Services due 12/8/23. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC C219.
Primary Contact
Name
Britt Sanford   Profile
Phone
None

Secondary Contact

Name
Elizabeth Mott   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 15F06723R0000013

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 15F06723R0000013

Award Notifications

Agency published notification of awards for Synopsis Solicitation 15F06723R0000013

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 15F06723R0000013

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 15F06723R0000013

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 15F06723R0000013

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 15F06723R0000013

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. 23, 2023
Last Updated By
bmsanford@fbi.gov
Archive Date
Dec. 23, 2023