Global Forensic eXploitation Center (GFXC) Maintenance
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 Department of the Army is soliciting proposals for Global Forensic eXploitation Center (GFXC) Maintenance services at Fort Gordon, GA, and Gillem Enclave. This is a Total Small Business Set-Aside for non-personnel services covering preventive, routine, and emergency maintenance. The solicitation is a Combined Synopsis/Solicitation, and proposals are due by February 23, 2026, at 10:00 AM EST.
Scope of Work
This contract requires non-personnel services for the maintenance of various facilities and equipment used by the United States Army Criminal Investigations Division (USACID) Forensic eXploitation Department (FXD). Key services include:
- Preventive, Routine, and Emergency Maintenance for:
- Five (5) 4,800 sqft modular administration buildings (RLBs), including HVAC, fire extinguishers, and emergency lighting.
- Electrical and water utilities.
- Thirty-four (34) mobile lab shelters and their associated HVAC units.
- FXD Compound grounds, including fencing, gates, lawn mowing, and weed trimming.
- Five (5) Material Handling Equipment (MHE) items (forklifts).
- Demand Maintenance for repairs and replacements of utility systems, mobile lab components, and grounds infrastructure.
- Project Orders (POs) for non-recurring alterations, additions, or improvements, funded on a reimbursable basis.
- Routine inspections at manufacturer-recommended intervals (e.g., 50, 100, 150, 200 hours, or annually).
- Monthly reporting of performed preventive maintenance.
Contract & Timeline
- Contract Type: Firm Fixed Price with cost reimbursable CLINs for materials and special projects.
- Period of Performance: One Base Year (March 16, 2026 – March 15, 2027) and one Option Year (March 16, 2027 – March 15, 2028).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561210 (Size Standard: $47,000,000).
- Proposal Due Date: February 23, 2026, at 10:00 AM EST (extended by Amendment 001).
- Question Due Date: February 12, 2026, at 10:00 AM EST.
- Place of Performance: Building 926, Gillem Enclave, Fort Gordon, GA.
Evaluation Factors
- The solicitation will use a Lowest Price Technically Acceptable (LPTA) evaluation method, as clarified in the Vendor Q&A.
- Bidders should refer to FAR provision 52.212-2 for evaluation criteria and FAR 52.212-1 for submission instructions.
Key Requirements & Notes
- Contractor must provide all personnel, equipment, supplies, transportation, tools, materials, and supervision.
- A warranty on all work performed is required.
- Contractor employees must wear ID badges and adhere to security and safety protocols.
- The PWS version dated January 23, 2026, should be used.
- The SCA Wage Determination 2015-4471 (Revision 34, dated 12/03/2025) applies, detailing minimum wage rates and fringe benefits for the Georgia counties listed.
- A pricing worksheet is provided to guide bidders in preparing their proposals, with specific instructions for CLINs.
Contact Information
- Primary Point of Contact: Nina Rachal (nina.m.rachal.civ@army.mil)
- Secondary Point of Contact: Shecoriya Byrd (shecoriya.r.byrd.civ@army.mil)