Building 50 Office Renovation Design-Build Project
ID: 47PJ0025R0049Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R8 ACQUISITION MANAGEMENT DIVISIONLAKEWOOD, CO, 80225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is seeking qualified small businesses for the design-build renovation of Building 50 at the Denver Federal Center in Lakewood, Colorado. This project aims to transform approximately 146,187 square feet of office space to accommodate three departments of the National Park Service (NPS), ensuring compliance with federal standards and enhancing operational efficiency. The estimated contract value ranges from $5 million to $10 million, with a proposal response deadline extended to June 12, 2025, at 10 AM MST. Interested contractors should direct inquiries to Joseph C. Dorsey at joseph.dorsey@gsa.gov or Jamie Potter at jamie.potter@gsa.gov, and must submit qualifications by May 28, 2025, at 2 PM MT to be considered for the next phase of the procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Controlled Unclassified Information (CUI) Building Information, outlining the process for obtaining sensitive building information related to a specific government solicitation or contract. It requires requesters to fill out their company details, including name, title, and identification numbers, while signing an acknowledgment of their responsibility to protect and appropriately dispose of the CUI. The requestor must ensure that the information is only shared with authorized personnel in line with specified terms. A separate disposal statement affirms the destruction of any CUI upon contract conclusion, confirming that no unauthorized copies remain. This document serves to maintain information security in government contracting, ensuring compliance with safeguarding protocols for sensitive materials relevant to federal grants and RFPs. Its structured format includes sections for requester identification, certification of destruction, and approval by a contracting officer, emphasizing accountability and protection of sensitive information throughout the contracting process.
    The General Services Administration (GSA) is seeking a contractor for the renovation of the National Park Service (NPS) office space in Building 50 at the Denver Federal Center. This design-build project involves transforming a 146,187-square-foot area into a functional workspace for three NPS departments, including offices, conference rooms, and storage. The contractor is required to begin work within 10 days after receiving the Notice to Proceed and achieve substantial completion within 465 calendar days. Financial aspects include a firm-fixed-price contract with stipulations regarding costs and payments. Key responsibilities for the contractor include securing necessary permits, adhering to strict safety and construction guidelines, and complying with liquidated damages for delays at a rate of $424.34 per day. The contract emphasizes compliance with the Buy American Act, requiring domestic construction materials, and mandates insurance coverage for risks associated with the project's execution. Moreover, the document details training and verification requirements regarding personnel access to controlled federal facilities, marking the commitment to security standards. Overall, this renovation initiative reflects the GSA's aim to modernize federal facilities and enhance operational efficiency for the NPS.
    The GSA Solicitation No. 47PJ0025R0049 outlines a Request for Qualifications (RFQ) for a design-build contract concerning the renovation of Building 50 at the Denver Federal Center, Colorado. The solicitation is structured in multiple sections detailing general information, proposal requirements, evaluation criteria, and methods of award. It is specifically set aside for small businesses and will utilize a two-phase selection process. Phase 1 requires the submission of qualifications, assessed on technical experience, past performance, and a proposed management approach, emphasizing Design Excellence. Selected firms from this phase move to Phase 2 for further proposal submissions, integrating design concepts and key personnel evaluations. The total project cost estimate ranges from $5 million to $10 million, and all proposals must comply with outlined regulations and bonding requirements. The GSA aims for a collaborative effort reflecting strong project execution capabilities, ensuring responsible and cost-effective resource utilization while adhering to government standards and promoting small business participation.
    The GSA Solicitation No. 47PJ0025R0049 outlines the Offeror Representations and Certifications necessary for participating in federal procurement processes. Key updates include deviations as of February 2025 regarding compliance with civil rights, nondiscrimination laws, and changes in representation requirements in the System for Award Management (SAM). The document specifies the North American Industry Classification System (NAICS) code (236220) for Commercial and Institutional Building Construction, alongside small business size standards. It mandates various certifications, emphasizing compliance with regulations on telecommunications, supply chain security, and contractor responsibilities regarding federal contracts. Notably, the Offeror must certify due diligence concerning potential violations of arms control treaties. This solicitation sets the foundation for ensuring that contractors meet legal and ethical standards while participating in federal contracts and grants, reinforcing the government's commitment to transparency and accountability in procurement processes.
    The file contains a series of Requests for Information (RFIs) related to the renovation project of Building 50, aimed at enhancing office space efficiency and meeting modern sustainability goals. Key topics include the submission of past performance questionnaires, LEED objectives, energy modeling requirements, and queries about existing systems. The document underscores the necessity for compliance with Federal energy standards and design criteria, emphasizing the importance of sound mitigation and thermal insulation in specific areas. Additionally, clarifications are sought regarding furniture reuse in the redesign, ADA compliance, and potential environmental hazards, including the presence of asbestos. The project's scope includes temporary occupant consolidation during renovations, ensuring that the building can accommodate around 400 staff members post-renovation. There are inquiries about existing utilities, hazardous material surveys, and the requirement for Building Information Modeling (BIM) execution plans. Overall, the document outlines essential logistics for contractors preparing for the bid process, reflecting a commitment to sustainable practices and efficient project management amidst evolving federal guidelines.
    The document pertains to the Request for Proposals (RFP) for the renovation of Building 50 by the National Park Service (NPS). It outlines various inquiries (RFIs) from contractors regarding project specifications, expectations, and requirements. Key topics include the submission of past performance evaluations, sustainability goals, existing infrastructure conditions, and clarifications on the scope of work. Notable discussions involve curatorial storage space, existing HVAC systems' adequacy, proprietary cost allocations for furniture, and the anticipated occupancy during renovations. The RFP stresses the importance of adhering to updated federal standards, environmental considerations, and integrating workplace change management roles within the design team. Details on the expected timeline, funding commitments, and specific accessibility certifications highlight the project's complexity. Emphasis is placed on compliance with the latest GSA standards and ensuring clarity on design and construction frameworks. The document serves as a comprehensive guide for potential contractors to understand requirements and expectations critically.
    The document outlines the Statement of Work (SOW) for the National Park Service (NPS) office renovations at Building 50 in the Denver Federal Center, managed by the U.S. General Services Administration (GSA). It describes the project's scope, requirements, and the Design-Build (DB) process, which emphasizes collaboration among multiple stakeholders, including GSA, NPS, and construction management representatives. Key goals include providing a sustainable and accessible work environment, maintaining full operational capacity during renovations, and enhancing efficiency in space utilization. Specific objectives encompass creating a curatorial space, installing gender-neutral restrooms, upgrading kitchenettes, and ensuring compliance with accessibility and building standards. The project will utilize a Firm-Fixed-Price contract, with adherence to federal regulations and design standards throughout all phases, including design development, construction, and final acceptance. The SOW encompasses detailed roles and responsibilities for the contractors, quality assurance protocols, and the overall project timeline, concluding with a formal closeout process. Overall, this document is a comprehensive guide to executing the renovations at Building 50, ensuring alignment with governmental procedures and strategic objectives.
    The U.S. General Services Administration (GSA) has issued guidance on the use of Google Drive™ and Google Sites™ for its employees to facilitate flexible, real-time collaboration with colleagues, customers, and business partners. These tools comply with federal security standards (FIPS 140-2), ensuring secure data access and transmission. GSA employees and authorized external partners can share information through specially formatted "GSA." Gmail accounts that include two-factor authentication for enhanced security. The guidance specifies that this account creation process is relevant to external customer agencies and partners who do not already utilize Google Apps for Government. Steps for setting up a Gmail account and enabling two-factor authentication are detailed, underscoring the simplicity and speed of the process. Furthermore, the GSA's Office of the Chief Information Officer (OCIO) will monitor shared Google Sites™ and Google Drive™ for compliance, with specific protocols for reporting and addressing any non-compliance incidents. Overall, this document serves to inform GSA users about secure collaboration methods and the protocols established to ensure compliance with federal security measures in sharing information.
    The document outlines the guidelines for U.S. General Services Administration (GSA) employees and its civilian partners who have not yet adopted Google Apps for Government or Google Apps Premier. It introduces GSA Affiliated Custom Accounts (GACA), highlighting the secure collaborative capabilities offered by Google Drive™ and Google Sites™, which comply with Federal Information Processing Standard (FIPS) 140-2 for data protection. Key points include the requirement for users to create a Gmail account beginning with "GSA." This account must have two-factor authentication enabled to enhance security. Instructions are provided for account creation, logging in, and utilizing Google Drive™ for file storage, including permitted file types and size limits. The document emphasizes that personal Gmail accounts should not be used for accessing GSA resources, and that compliance with security measures will be monitored by OCIO Security Staff. The purpose of the guidelines is to ensure secure collaboration and data sharing amongst GSA employees and their partners while adhering to federal security protocols.
    The memorandum from Charles Hardy, Chief Architect of the GSA Public Buildings Service, outlines the rescission of the PBS P100 Facilities Standards and the issuance of interim core building standards due to recent executive orders aimed at altering federal construction guidelines. Effective immediately, this memo provides guidance for project managers and contracting officers involved in GSA projects that have not surpassed 50% construction completion as of January 21, 2025. Projects must follow the attached PBS Interim Core Building Standards, which include a summary of applicable laws, regulations, and codes for design and construction, ensuring compliance with energy performance and sustainability principles. The memorandum emphasizes prioritizing cost-effectiveness and American products during procurement and details specific recommendations for various project aspects, including energy efficiency, historical preservation, and disaster resiliency. The document serves as an interim measure until the P100 standards are updated in accordance with relevant legislation, thereby directing ongoing and forthcoming construction projects within GSA facilities to align with the new guidelines.
    The document serves as an amendment to a federal procurement solicitation, specifically Amendment 0001, issued by the GSA PBS Acquisition Division. Its primary purpose is to inform contractors about the acknowledgment requirements for the amendment and to detail the process for submitting proposals. The proposal response date has been extended to June 9, 2025, at 2:00 PM MST. Contractors must acknowledge receipt of the amendment either by completing specific sections of the solicitation or through a separate communication referencing the amendment. It underscores the importance of timely acknowledgment, as failure to comply may result in the rejection of proposals. The amendment also contains standardized information fields for administrative purposes, including contact details and modification specifics while emphasizing that all other terms and conditions of the original solicitation remain unchanged. This document aligns with federal RFP procedures, ensuring transparency and compliance in government contracts.
    This document serves as Amendment 0002 for a federal solicitation, outlining critical updates and instructions for offerors. Key changes include the extension of the proposal response deadline to June 12, 2025, at 10 AM MST and the provision of recent Questions and Answers based on Requests for Information submitted through May 14, 2025. Additionally, offerors with access to the shared Google folder via their GACA account can find a list of pre-construction attendees. The acknowledgment of receipt of this amendment is mandatory for all submissions, and failure to comply may result in rejection. The document provides specific instructions for completing the amendment form, including information about Contract ID, modification details, and the issuance date. It outlines the administrative changes and specifies that all other terms of the original solicitation and contract remain unchanged. This amendment reinforces the importance of compliance and communication in the bidding process for federal projects.
    This document outlines the requirements for acknowledging receipt of an amendment to a federal solicitation. It specifies that offers must confirm receipt through specified methods before a set deadline to avoid rejection. The document also allows for modifications to an already submitted offer through proper communication, emphasizing compliance with given procedures. Amendment 0003, particularly, modifies previous solicitations to update responses to questions from a Request for Information (RFI). It lists essential items such as contract ID, modification details, and administrative adjustments needed for the amendment. Additionally, it clarifies the necessity of compliance with all original contract terms unless specifically amended. Overall, the document serves as a formal communication regarding amendments to federal RFPs, ensuring that contractors understand procedural requirements, deadlines, and updates related to their proposals, integral to maintaining transparency and compliance in government procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    GSA Leasing Support Services Max (GLS Max)
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for the GSA Leasing Support Services Max (GLS Max) contract, which will provide leasing support services to assist in the acquisition of leasehold interests and related real estate services for federal tenants. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a base year and four option years, focusing on lease acquisitions, post-award services, lease renewals, and lease extensions, with compensation derived from negotiated real estate commissions paid by building owners rather than direct payments from GSA. This procurement is crucial for ensuring effective lease management and support for GSA's operations, with proposals due by 4:00 PM (Eastern Time) on May 5, 2025, and an estimated contract award value of at least $50,000 per awardee. Interested parties can contact Felipe P. Jolles at felipe.jolles@gsa.gov or Christine Allen at christine.allen1@gsa.gov for further information.
    Justification for Other Than Full and Open Competition - Renewal Option in Fort Collins, CO
    General Services Administration
    The General Services Administration (GSA) is seeking to justify a renewal option for a lease in Fort Collins, Colorado, specifically under the Public Buildings Service. This opportunity involves a 10-year renewal option for the lease/rental of office buildings, as detailed in the attached Justification for Other Than Full and Open Competition document. Such leases are crucial for maintaining government operations and ensuring that federal agencies have the necessary office space to function effectively. Interested parties can reach out to Kristie Garcia at kristie.garcia@gsa.gov or by phone at (720) 621-5770 for further information regarding this opportunity.
    General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY
    General Services Administration
    The General Services Administration (GSA) is seeking qualified general contractors to provide full construction services for the Water Infiltration Remediation project - Phase II at the Alexander Hamilton U.S. Customs House in New York, NY. This project involves significant historic preservation work, including façade restoration, roof replacement, window replacement, and the conservation of fine arts murals and sculptures, as part of a larger repair and alteration initiative. The anticipated contract, valued between $70 million and $80 million, will be awarded through a best value procurement method, with a projected period of performance of approximately 210 weeks, beginning with a Notice to Proceed expected in February 2027. Interested contractors must submit a Capability Statement by 3:00 PM EST on January 9, 2026, to Lisa Zalar at lisa.zalar@gsa.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    General Services Administration Office Space Santa Fe City in New Mexico
    General Services Administration
    The General Services Administration (GSA) is seeking to lease a warehouse and wareyard space in Santa Fe, New Mexico, to support the National Park Service Southwest Regional Office. The procurement requires 2,000 ABOA square feet of warehouse space and an additional 2,744 square feet of wareyard, which will be utilized for various critical operations including storage of tools, equipment, historic assets, and workspace for projects related to Facilities Operations, Archeology, and National Trails. Interested parties must ensure that the offered space complies with government standards for fire safety, accessibility, seismic, and sustainability, and is not located in a floodplain. Expressions of Interest are due by December 26, 2025, with an estimated occupancy date of January 10, 2028. For further inquiries, contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    Edith Green - Wendell Wyatt Federal Building Elevator Maintenance Services 2023-2033
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors to provide elevator maintenance services for the Edith Green - Wendell Wyatt Federal Building in Portland, Oregon, from 2023 to 2033. The procurement aims to ensure the operational efficiency and safety of the building's elevator systems, which are critical for facilitating access within the facility. Interested parties can reach out to Joshua Anderson at joshua.anderson@gsa.gov or by phone at 509-655-8275, or Mary Thomsen at mary.thomsen@gsa.gov or 503-933-5278 for further details regarding the opportunity.
    Wichita U.S. Courthouse North Facade Cleaning and Tuckpointing
    General Services Administration
    The General Services Administration (GSA) is soliciting contractors for the cleaning and tuckpointing of the north facade of the Wichita U.S. Courthouse in Kansas. This opportunity is specifically available to contractors who currently hold a contract with GSA Region 6 under the Small Business Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for Construction Services in Kansas. The project is crucial for maintaining the structural integrity and aesthetic appearance of the courthouse, which serves as a vital public building. Interested contractors should contact Anthony Dibbern at anthony.dibbern@gsa.gov or (785) 295-2503, or Dane Anderson at dane.anderson@gsa.gov or (785) 217-6059 for further details, as access to solicitation documents is restricted to eligible contract holders.