Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2025 SAM #8578
SOLICITATION NOTICE

C -- FBI Global Multiple Award Construction Contract (GMACC) IDIQ

Notice Date
5/20/2025 12:51:54 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FBI-JEH WASHINGTON DC 20535 USA
 
ZIP Code
20535
 
Solicitation Number
15F06725R0000020
 
Response Due
6/24/2025 1:00:00 PM
 
Archive Date
07/09/2025
 
Point of Contact
Eric Thomas, Amanda Mobley
 
E-Mail Address
ejthomas3@fbi.gov, almobley@fbi.gov
(ejthomas3@fbi.gov, almobley@fbi.gov)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 1 is posted as of May 20, 2025. See attached Solicitation Amendment, RFI Response document, and Revised PPQ Attachment 2. The purpose of this solicitation is to award multiple indefinite-delivery, indefinite-quantity (IDIQ) contracts for anticipated construction needs over the next five years. Named the Global Multiple Award Construction Contract (GMACC) program, the Federal Bureau of Investigation (FBI) has an ongoing requirement for a wide range of construction including but not limited to general construction, new construction, real property demolition and repairs, retrofit/renovation of complete building systems, site work, site utilities, and roadways. The type of real property includes but is not limited to operations buildings, hangars, commercial buildings and their mechanical and electrical systems, administrative offices, training centers, data centers, and firing ranges. Project delivery methods include, but are not limited to, Design-Build (DB), Design-Bid-Build (DBB), and Progressive Design-Build (PDB). Due to the nature of these construction methods, a combination of General Contractor and Architectural/Engineering (A/E) services are expected over the life of the program. Performance location is categorized by region between the National Capital Region (Washington, D.C, Quantico, VA, and Clarksburg, WV); Redstone Arsenal, AL; other sites across the domestic United States; and/or foreign overseas locations as needed. Contractors are required to provide all labor, supervision, equipment, materials, and design services required to perform construction task orders resulting from the IDIQ. Inherent in providing these services, Contractors shall provide the supervision and management effort necessary for efficient, safe, and effective administration and control of work performed. Task order projects to be awarded under the GMACC will be accomplished primarily using a delivery methods including Design-Build (DB), Design-Bid-Build (DBB), and possibly Progressive Design-Build (PDB), dependent on each task order project�s needs, scope, magnitude, and complexity. A successful project outcome will depend on the trust and collaboration between the project stakeholders: Tenants, consultants, and delivery team. The FBI�s commitment to excellence places a strong emphasis on design quality and construction functionality and aesthetics. GMACC awardees are expected to understand and be prepared to follow the principles of the Design-Build Institute of America�s (DBIA�s) Design-Build Done Right� Best Practices. This is a two-phased Best Value Tradeoff source selection conducted in accordance with FAR 15.101-1, Tradeoff process. Qualifications will be evaluated in Phase I to determine which offerors are most highly qualified to submit price and technical proposals for Phase II. Evaluation of Phase II proposals shall result in a multiple award IDIQ to establish three pools of contract holders: �Region 1 (NCR),� �Region 2 (Redstone Arsenal),� and �Region 3 (OUS).� All responsible sources may submit a Phase I proposal. In Phase I, seven (7) to twelve (12) offerors per region will be advised to continue into Phase II based on their qualifications including past performance, key personnel & team organization, and organization & management plans. Only the firms which receive the highest confidence ratings across Factors 3-5 in Phase I will be encouraged to continue and submit a proposal in response to the Phase II RFP. The FBI seeks only the most highly qualified firms as business partners for the life of this program. The Phase II evaluation will be conducted using the methodology in FAR 15.3, Source Selection. A best value-tradeoff source selection in Phase II will include Price as a factor. Evaluation of Phase II proposals will result in multiple IDIQ contract awards to the five (5) to seven (7) best-value offers per region, and one Task Order Award to the single best value offeror overall. If a real-life seed task order project is not available at the time of Phase II Solicitation, then a mock task order will be used as a measure of competition. See attached RFP document and RFP attachments for details.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e625ca88244a4bc987812afaebcf66c8/view)
 
Place of Performance
Address: Washington, DC 20535, USA
Zip Code: 20535
Country: USA
 
Record
SN07448931-F 20250522/250520230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.