Amendment 01 - (06/25/2025) - The purpose of this amendment is to provide clarification in response to Requests for Information (RFIs) received to date and to revise the suspense dates for the submission of questions.
All changes to the Solicitation are clearly marked in blue text for ease of reference.
This amendment includes an updated PPV Structures - Request for Proposal (Amendment 01) and the consolidated RFI responses, provided in Attachment 11 (uploaded in BOX, where only vendors with approved NDAs and Document Security forms on file are eligible to access).
**With the upcoming Holiday, the agency encourages frequent submission of RFIs to ensure sufficient time for review and response.**
////////////////////////////////////////////////////////
This is a solicitation for construction prepared in accordance with Federal Acquisition Regulation (FAR) 15 - Contact by Negotiations and formatted per Subpart 15.204-1 Uniform contract format. The acquisition evaluation will be conducted utilizing FAR 15.101-2 Lowest price technically acceptable source selection process. The Government will evaluate the proposals beginning with the lowest price to the highest price until it reaches the first responsive and responsible Offeror who achieves Acceptable ratings in all factors outlined below. That Offeror will be selected for award and the remainder of the proposals will not be evaluated.
Per Justice Acquisition Regulation (JAR) 2836.204 (c) the Magnitude of the construction project is estimated between $100,000,001 and $250,000,000.
This solicitation is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 effective 17 January 2025. The complete text of any of the clauses and provisions may be accessed in full text at www.acquisition.gov.
The price/technical proposals shall be included in the same email, when possible, if not please clearly state in emails how many submissions we should expect from your company. I E: “This is email 1 of 2” Each of the 3 factors should be clearly separated and stand alone. I.E. a separate file, not referring back to the other files. The price proposal shall include the completed SF1442, a copy of the vendor SAM.GOV registration information, and the filled-out Attachment 5- Price Template. While there is no page limit to the price proposal, it shall also be on 8 ½” x 11” pages. Per FAR 52.215-1(d) which is incorporated by reference, proposals in response to this solicitation shall contain a clear statement that the proposal will be valid for a minimum of 90 days calendar days.
A site visit is scheduled for June 12, 2025, at 10:00 a.m. (CST) at 4942 Fowler Road Redstone Arsenal, AL 35898. Prior to the site visit, companies shall submit the visitors access request for both site and base access. Each prime contractor is limited to 10 total attendees for the site visit. If an individual has base access, it is still requested that every prime contractor provide the list of attendees to the Contracting Officer (CO), Contract Specialist (CS), and Contracting Officer Representative (COR), whose contact information is listed in paragraph C.1.7 below. The Government will coordinate meeting site and base access processes with each prime.
ALL attendees of the site visit MUST have a completed NDA & Document Security Plan signed prior to being permitted to attend the site visit. If there is not both an NDA and Document Security Plan, which are two separate documents, on file, the individual will NOT be allowed to attend the site visit.
In order for contactors to access any attachments/drawings/project documents outside of this solicitation the NDA/Document Security Plan MUST be on file with the FBI. All tiers of subcontractors are also required to have a signed NDA and Document Security plan, these are to be tracked and held by the prime contractor with a copy provided to the FBI anytime a new document is executed between prime and subcontractor.
The Federal Bureau of Investigation (FBI) does not intend to reimburse recipients of this RFP for any costs associated with this pursuit including costs incurred in preparing a proposal or attending the site visit. Prior to the preparation of your proposal, please read all instructions contained herein. A Contractor's proposal shall be clearly stated, complete and provide a straightforward, concise delineation if its capabilities and services to satisfy this RFP.
Below is the schedule for the procurement:
Solicitation Release: June 2, 2025
Site Visit: June 12, 2025
Q&A Due: July 2, 2025
Gov Answers : July 18, 2025
Proposals due : August 1, 2025
Anticipated Award: September 12, 2025
NTP/ Contract Start: See Solicitation and SOW for requirements that need met before NTP.