GSA awards $303K contract for FBI office move in Pennsylvania, highlighting construction needs

Contract Overview

Contract Amount: $30,349 ($30.3K)

Contractor: Cbla JV LLC

Awarding Agency: General Services Administration

Start Date: 2026-04-01

End Date: 2026-07-03

Contract Duration: 93 days

Daily Burn Rate: $326/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: FBI MOVE 3RD FLOOR TO 2ND AT THE EDWARD CAHN FB & US COURTHOUSE IN ALLENTOWN, PA

Place of Performance

Location: DOVER, YORK County, PENNSYLVANIA, 17315

State: Pennsylvania Government Spending

Plain-Language Summary

General Services Administration obligated $30,349 to CBLA JV LLC for work described as: FBI MOVE 3RD FLOOR TO 2ND AT THE EDWARD CAHN FB & US COURTHOUSE IN ALLENTOWN, PA Key points: 1. Contract value appears reasonable for a specialized office relocation and build-out. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The short duration indicates a focused scope of work for the relocation. 4. This contract aligns with the General Services Administration's role in managing federal facilities. 5. The project addresses the operational needs of the FBI within a federal courthouse.

Value Assessment

Rating: good

The contract value of $303,490 for a 93-day project involving the relocation and build-out of an FBI office on the 3rd floor to the 2nd floor of the Edward Cahn FB & US Courthouse in Allentown, PA, appears to be within a reasonable range for such specialized construction and logistical services. Benchmarking against similar federal courthouse renovation or office relocation projects of comparable scope and complexity would provide further context, but the fixed-price nature suggests cost certainty for the government. The General Services Administration (GSA) typically manages these types of projects, and their oversight aims to ensure value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which is a specific type of full and open competition. This indicates that the solicitation was made broadly available to all responsible prospective contractors, but certain sources may have been excluded based on specific criteria, which is unusual for a standard full and open competition. However, the intent is to maximize competition. The number of bidders is not specified, but the process suggests that multiple firms had the opportunity to submit proposals, contributing to price discovery and potentially driving down costs.

Taxpayer Impact: The use of full and open competition, even with exclusions, is generally beneficial for taxpayers as it encourages a wider pool of contractors to bid, leading to more competitive pricing and a greater likelihood of securing the best value for the government's investment.

Public Impact

The FBI will benefit from an updated and potentially more functional office space within the federal courthouse. The services delivered include construction, renovation, and relocation support for federal agency operations. The geographic impact is localized to Allentown, Pennsylvania, specifically within the Edward Cahn Federal Building and U.S. Courthouse. The project may involve local construction workforce employment during the contract period.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep if unforeseen construction challenges arise within the existing courthouse structure.
  • Reliance on a single delivery order for a complex relocation could pose risks if not managed meticulously.
  • Ensuring minimal disruption to ongoing courthouse operations during construction and relocation activities.

Positive Signals

  • The use of a firm-fixed-price contract provides cost certainty for the government.
  • The General Services Administration's experience in managing federal building projects suggests robust oversight.
  • The short contract duration indicates a well-defined and focused project scope.

Sector Analysis

This contract falls within the Commercial and Institutional Building Construction sector (NAICS 236220). This sector encompasses establishments primarily engaged in the construction or remodeling of nonresidential buildings. Federal agencies, such as the FBI, often require specialized construction and renovation services to maintain and upgrade their facilities. The General Services Administration (GSA) is a primary client for such services, managing a vast portfolio of federal properties. Spending in this sector for federal facilities can fluctuate based on infrastructure needs, security upgrades, and agency relocations, with typical project values varying significantly based on scale and complexity.

Small Business Impact

The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses in the provided data. This suggests that the primary contractor, CBLA JV LLC, is likely a larger entity or a joint venture that did not meet small business criteria for this specific award. The absence of small business set-aside provisions means that opportunities for small businesses to participate in this particular project are limited unless they are part of the larger contractor's supply chain or are subcontracted by the prime.

Oversight & Accountability

The General Services Administration (GSA) is responsible for overseeing this contract. As the awarding agency, GSA's Public Buildings Service (PBS) manages federal real estate and construction projects, implementing oversight mechanisms to ensure compliance with contract terms, quality standards, and budget adherence. The firm-fixed-price contract type provides a degree of financial oversight by establishing a ceiling cost. Transparency is generally maintained through federal contract databases, and while specific Inspector General (IG) involvement isn't detailed here, the GSA has its own Office of Inspector General that can investigate potential fraud, waste, or abuse.

Related Government Programs

  • Federal Building Construction
  • Agency Relocation Services
  • Courthouse Renovation Projects
  • GSA Facility Management
  • FBI Operational Support

Risk Flags

  • Potential for scope creep
  • Coordination challenges with ongoing courthouse operations
  • Unforeseen site conditions

Tags

construction, general-services-administration, fbi, allentown, pennsylvania, delivery-order, firm-fixed-price, full-and-open-competition, commercial-and-institutional-building-construction, federal-courthouse, office-relocation

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $30,349 to CBLA JV LLC. FBI MOVE 3RD FLOOR TO 2ND AT THE EDWARD CAHN FB & US COURTHOUSE IN ALLENTOWN, PA

Who is the contractor on this award?

The obligated recipient is CBLA JV LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Public Buildings Service).

What is the total obligated amount?

The obligated amount is $30,349.

What is the period of performance?

Start: 2026-04-01. End: 2026-07-03.

What is the track record of CBLA JV LLC in performing similar federal construction and relocation projects?

Information regarding the specific track record of CBLA JV LLC in performing similar federal construction and relocation projects is not detailed in the provided data. As a joint venture, its performance history may be a composite of its member companies or specific to projects undertaken under this JV structure. To assess their track record, one would typically review past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), identify previous federal contracts awarded to CBLA JV LLC, and examine the scope, value, and successful completion of those projects. A review of their portfolio would indicate their experience with federal courthouses, agency relocations, and build-out requirements, providing insight into their capability to execute this current contract effectively.

How does the awarded amount of $303,490 compare to the estimated cost or market rates for similar FBI office relocations and build-outs?

The awarded amount of $303,490 for the FBI office move and build-out in Allentown, PA, needs to be benchmarked against similar projects to assess value for money. Without specific data on comparable federal courthouse construction or agency relocation projects of similar scope (e.g., square footage, complexity of build-out, specific security requirements), a precise comparison is difficult. However, the General Services Administration (GSA) manages a large portfolio and has internal benchmarks for construction and renovation costs. The firm-fixed-price nature of this contract suggests that the GSA aimed to secure a defined cost. Market rates for commercial construction in the Allentown, PA area, for similar square footage and renovation complexity, would also serve as a comparison point. Factors like specialized security features for an FBI office could increase costs beyond standard commercial build-outs.

What are the primary risks associated with this specific contract, and how are they being mitigated?

Primary risks associated with this contract include potential delays due to unforeseen site conditions within the existing federal courthouse, challenges in coordinating the physical relocation of sensitive FBI equipment and personnel, and ensuring minimal disruption to ongoing judicial and law enforcement operations. Mitigation strategies likely involve thorough site assessments prior to commencement, detailed project planning with the FBI and courthouse administration, and the use of a firm-fixed-price contract which incentivizes the contractor to manage costs and timelines efficiently. The short duration (93 days) also suggests a focused scope, potentially limiting the window for significant delays. The GSA's project management expertise is also a key mitigation factor.

How effective is the 'Full and Open Competition After Exclusion of Sources' method in ensuring competitive pricing for federal construction projects?

The 'Full and Open Competition After Exclusion of Sources' method is a variation of full and open competition designed to maximize the pool of potential offerors while allowing for specific exclusions based on defined criteria. Its effectiveness in ensuring competitive pricing hinges on the justification and scope of these exclusions. If exclusions are narrowly defined and justified (e.g., based on specific security clearances, specialized equipment, or unique past performance requirements essential for the project), it can still foster robust competition among qualified firms. However, overly broad or unjustified exclusions could inadvertently limit competition, potentially leading to less competitive pricing. The key is that the remaining pool of bidders is still substantial enough to drive competitive offers.

What is the historical spending pattern for similar FBI facility upgrades or relocations managed by the GSA?

Historical spending patterns for similar FBI facility upgrades or relocations managed by the GSA can vary significantly based on the scope, location, and specific requirements of each project. The GSA manages a vast inventory of federal buildings, and projects range from minor renovations to major overhauls or new constructions. For smaller-scale relocations and build-outs like the one in Allentown ($303K), spending is typically in the hundreds of thousands of dollars. Larger, more complex projects involving significant structural changes, security enhancements, or new construction can easily run into millions or tens of millions of dollars. Analyzing GSA's historical contract awards for similar NAICS codes (like 236220) and project types (facility renovation, office build-out) would reveal trends in contract values, durations, and competition levels for FBI and other agency facilities.

What are the implications of this contract being a single delivery order under a larger contract vehicle?

The provided data indicates this is a 'Delivery Order' (aw), suggesting it is likely one task order issued under a previously awarded Indefinite Delivery/Indefinite Quantity (IDIQ) contract or a similar contract vehicle. The implications of this are that the competition and vetting of the contractor (CBLA JV LLC) may have occurred at the IDIQ level, potentially simplifying the process for this specific task order. However, the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' designation for this delivery order implies that this specific order was competed, possibly among pre-qualified vendors or through a limited solicitation. If it's a single delivery order, it means the entire scope of work for this specific relocation is contained within this one order, providing clarity on the total cost and duration for this particular requirement.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR NONBUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: EQPMAD-26-0137

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 275 BIG ROCK DR, DOVER, PA, 17315

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Joint Venture Women Owned Small Business, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $30,349

Exercised Options: $30,349

Current Obligation: $30,349

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47PD0322D0011

IDV Type: IDC

Timeline

Start Date: 2026-04-01

Current End Date: 2026-07-03

Potential End Date: 2026-07-03 00:00:00

Last Modified: 2026-04-10

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending