Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

November 6, 2023

December 6, 2023

No Information to Display

Multiple Locations

Service, Maintenance and Supply

No Information to Display

$5,000,000.00

Public - Federal

img_map_placeholder

Multiple Locations, Washington, DC

We’ve obtained documents for this project and are currently processing them.

Subscribe to View Full Documents

SOLICITATION NOTICE The General Services Administration (GSA), Public Buildings Service (PBS),National Capital Region (NCR), hereby issues a Request for Proposal (RFP) for an IDIQ Multiple Award Contract for construction projects between $2,000 and $15,000,000 for the Washington, DC metropolitan area. Type of Work The procurement will include a wide range of construction projects over the period of performance. The government intends to include three delivery methods within the resulting contracts. The anticipated delivery methods are as follows: Method 1 Design-Bid-Build (Construction only) - 100% design documents will be provided to the contractor. Contractors submit a firm fixed price. Method 2 Design-Build - Scope of work will be provided to the contractors. Scope of work drives design concept. Contractors submit a firm fixed price. Method 3 Design-Build w/DID - Design intent documents (DID) will be provided to the contractors. Scope of work drives design concept. Contractors submit a firm fixed price. Primarily, task orders will consist of repair/alteration and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. A typical task order could contain some or all of the following: modifications to architectural components and related electrical systems associated with, but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. In addition, scope may also include work on electrical systems including, but not be limited to lighting systems, primary and secondary power distribution systems, and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, Polychlorinated Biphenyls (PCBs) removal and/or elevator work. Interested parties shall be capable of providing the services associated with the aforementioned competencies. The North American Industrial Classification System (NAICS) code for this procurement is 236220 (Commercial and Institutional Building Construction), with a Small Business Size Standard of $45 million. This solicitation is set-aside for Small Business (Total). Offerors shall be firms that qualify as a U.S. Small Business Administration (SBA) Small Disadvantaged Business (SDB), Alaskan Native Corp (ANC), SBA Certified HUBZone, Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), and/or Small Business (SB) that possess the relevant experience, personnel, and capability to perform the services outlined in the solicitation. You must be an approved SBA firm (including Mentor-Protege Joint Venture firms) at the time and date for receipt of proposals to be considered as a valid HUBZone firm. For more information on the definition or requirements for these, refer to http://www.sba.gov/. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Please read and follow all instructions in the Solicitation documents. ------------------------------------------ Contract Requirements The period of performance for the proposed contract: 1 (one) Base Year plus 4 (four) 1 (one) year option Periods, with an anticipated award effective February 28, 2024. The total estimated construction cost over the five (5) year contract period shall not exceed $500,000,000. It is anticipated that multiple contracts will be awarded to contractors within the DC metropolitan area. Those vendors obtaining an award will be expected to complete the traditional IDIQ general contractor duties. GSA anticipates awarding approximately 15 contracts. Each contract awarded will contain a guaranteed minimum amount for the base period to be identified in the solicitation. A single task order award will range from $2,000 to $15,000,000. Performance of Work by the Contractor Interested firms must be able to perform 12% of the work with its own organization, in accordance with FAR 52.236-1 titled "Performance of Work by the Contractor." Insurance Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306, are as follows: Workers Compensation and Employer's Liability ($100,000); General Liability ($500,000 per occurrence / $50,000 per occurrence for property damage); Automobile Liability ($200,000 per person / $500,000 per occurrence for bodily injury / $20,000 per occurrence for property damage). Pollution liability insurance will also be required if the project includes the removal, transport, or disposal of hazardous materials. Bonding Requirements A minimum payment bond capacity of $5 million per task order is required. Individual task orders will require payment and/or performance bonds in accordance with FAR 28.102. ------------------------------------------------ Offerors will be notified of their assigned Group and receive an invitation to attend the site visit after submission of the attendee list. Pre-registration is required for all attendees to the pre-proposal Site Visit. The Site Visit shall be limited to not more than three (3) representatives from each Offeror. Interested firms are strongly encouraged to attend both the virtual pre-proposal conference and in-person site visit. Submit an attendee list for the physical site visit by emailing the attached Site Visit Authorization Request (VAR) Template to the Contract Specialist no later 4:00 PM ET on Wednesday 10/11/23 in order to receive the meeting invitation. RFI: After the site visit, all questions, or Requests for Information (RFI), shall be submitted using the RFI Template provided in the solicitation. Vendor questions submitted in any other format may be rejected by the Contracting Officer. ------------------------------------------ System for Award Management (SAM) Registration All information, amendments and questions concerning this solicitation will be electronically posted at the government point of entry (GPE) website: http://www.sam.gov. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site athttps://www.sam.gov, or by contacting the SAM Service Desk at http://www.fsd.gov. Interested firms are required to submit their representations and certifications through the SAM website. The solicitation and associated information will be available from the SAM site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned SAM posting. Offerors will not be reimbursed for proposal submittal expenses. ------------------------------------------ DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the SAM site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an Offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. ------------------------------------------ ATTACHMENTS (1) The Solicitation (2) The Agreement and Attachments to the Agreement (3) Technical Proposal Package Forms (A-F) (4) Seed Project Statement of Work, Specifications, Project Manual and Drawing Exhibits (5) Standard Form (SF) 1442 - Solicitation Offer and Award (6) Price Proposal Pricing (Bid) Form (7) Offeror Representations and Certifications Form (8) GSA Form 527 - Contractor's Qualification and Financial Information (9) Site Visit Authorization Request (VAR) Template (10) Pre-Proposal Request for Information (RFI) Template (11) Wage Determinations The estimated price range for the Seed Project (Retaining Wall Construction Replacement at WNRC) is between $1,000,000 and $5,000,000. Questions/Requests for Information (RFI) shall be submitted using the RFI Template provided in the solicitation. Vendor questions submitted in any other format may be rejected by the Contracting Officer. RFIs shall be submitted no later than 4:00 PM ET on Monday, October 23, 2023, to the Contract Specialist and Contracting Officer via email. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

3 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.