Global Forensic eXploitation Center 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, MICC-FT Gordon, has issued a Combined Synopsis/Solicitation for Global Forensic eXploitation Center Maintenance. This Total Small Business Set-Aside opportunity seeks non-personnel services for preventive, routine, and emergency maintenance of modular administration buildings, forensic lab shelters, powered industrial equipment, generators, and Material Handling Equipment (MHE) at the Global Forensic eXploitation Center (GFXC) Compound in Fort Gordon, GA. The contract is a Firm Fixed-Price type with cost-reimbursable CLINs for materials and special projects. Proposals are due April 17, 2026, at 1:00 P.M. EST.
Scope of Work
The contractor will provide comprehensive maintenance services for the United States Army Criminal Investigations Division (USACID) at the GFXC Compound. Key services include:
- Preventive Maintenance: Routine inspections and scheduled maintenance for Relocatable Buildings (RLBs), HVAC, water/electrical utilities, mobile lab shelters, and MHE, adhering to manufacturer specifications.
- Demand Maintenance: Repairs and replacements for RLBs, utility systems, mobile lab shelters, and MHE, with defined response times for standard and emergency requests.
- Grounds Maintenance: Quarterly checks of fencing/gates, monthly mowing, and weed control.
- Project Orders: Alterations, additions, or improvements to shelters and grounds, initiated by FXD and funded on a reimbursable basis. The Performance Work Statement (PWS) emphasizes mobile shelter sustainment, integration of military and COTS systems, and commissioning/decommissioning of mobile forensic laboratories.
Contract Details
- Contract Type: Firm Fixed Price with cost-reimbursable CLINs.
- NAICS Code: 561210 (Facilities Support Services), with a size standard of $47,000,000.00.
- Period of Performance: A Base Year (May 1, 2026 - April 30, 2027) and one Option Year (May 1, 2027 - April 30, 2028).
- Estimated Value: The pricing worksheet indicates a Grand Total of $470,960.0, including Not-to-Exceed (NTE) amounts for Other Direct Costs (ODC) in the Base Year ($116,000.00) and Option Year 1 ($119,480.00).
- Place of Performance: On-site at building 926, Gillem Enclave, Fort Gordon, GA, or at the Contractor's worksite.
Submission & Evaluation
- Questions Due: April 14, 2026, 10:00 A.M. EST.
- Proposals Due: April 17, 2026, 1:00 P.M. EST.
- Submission: Proposals must be submitted in three volumes:
- Volume I (Technical Approach): Clear, concise, detailed, demonstrating understanding of requirements and methodology (20-page limit, no pricing).
- Volume II (Past Performance): Recent (within 5 years) and relevant experience (5-page limit).
- Volume III (Price): Full pricing breakdown using the provided Pricing Worksheet (Microsoft Excel format).
- Evaluation Factors: Technical Approach, Past Performance, and Price.
- Eligibility: This is a Total Small Business Set-Aside. Offerors should review specific clauses related to small business concerns, HUBZone, WOSB, EDWOSB, and SDVOSB.
Additional Notes
The solicitation incorporates FAR clauses by reference and includes attachments such as the Performance Work Statement (PWS), a Wage Determination (WD 2015-4471, Rev 34, dated 12/03/2025 for Georgia), and a Pricing Worksheet. The Wage Determination is critical for accurate labor cost estimation. Contractors must implement an effective quality control program adhering to ISO 9001/2000 standards.