Building 252 Refurbish Pool and Install Monorail
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Law Enforcement Training Center (FLETC), under the Department of Homeland Security, is soliciting proposals for a Single Firm Fixed Price Contract to refurbish the pool and install a monorail system at Building 252 in Glynco, GA. This opportunity is a 100% Total Small Business Set-Aside for firms in SBA Region IV. Proposals are due by February 13, 2026, at 4:00 PM ET.
Scope of Work
The project involves the comprehensive refurbishment of the pool at Building 252 and the installation of an overhead monorail lifting system. Contractors will be responsible for moving and repositioning furniture, equipment, and materials to facilitate access to work areas, and restoring them to their original locations upon completion. All work must adhere to the specifications and drawings provided in the solicitation.
Contract Details
- Contract Type: Single Firm Fixed Price
- Estimated Magnitude: Between $1,000,000 and $5,000,000
- Period of Performance: Not to exceed 120 calendar days after the Notice to Proceed, with an estimated period from February 2, 2026, to May 29, 2026.
- NAICS Code: 236220, Commercial and Institutional Building Construction.
- Bonds: Performance and Payment Bonds are required.
Set-Aside & Eligibility
This is a 100% Total Small Business Set-Aside opportunity specifically for businesses located in SBA Region IV, which includes Georgia, Alabama, South Carolina, Florida, Mississippi, Kentucky, North Carolina, and Tennessee. Offerors must also provide a statement of compliance with FAR 52.222-50, Combating Trafficking in Persons.
Submission & Evaluation
Proposals must be submitted electronically in Adobe PDF format, with the bid schedule provided in Excel format. The government will use a "Best Suited Then Negotiate" strategy. Evaluation will be based on three factors: Past Performance, Corporate Relevant Experience, and Price. Past Performance and Corporate Relevant Experience are of equal importance and are more important than Price.
Key Dates & Access
- Proposal Due Date: February 13, 2026, at 4:00 PM ET.
- Published Date: February 2, 2026.
- Site Visit: A site visit was previously scheduled for January 7, 2026, at 11:00 AM. Day Pass applications for attendees were due by January 5, 2026.
- Secure Documents: Specifications, drawings, and certain attachments are secure. Access requires the submission of Attachment 11, Non-Disclosure Agreement (NDA), to the contracting officer(s). This NDA outlines terms for handling Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive But Unclassified (SBU) information.
- Amendments: Amendments 0001, 0002, and 0003 were issued on January 14, 2026, January 16, 2026, and February 2, 2026, respectively.