Sioux Falls Courthouse Window Replacement
ID: 47PJ0025R0028Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

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

    The General Services Administration (GSA) is seeking proposals from small businesses for the Sioux Falls Courthouse Window Replacement project in South Dakota, which is part of a broader initiative funded by the Inflation Reduction Act (IRA). The project involves the installation of energy-efficient windows while preserving the historical integrity of the courthouse, with a strong emphasis on sustainability through the use of low-embodied carbon materials. This procurement is significant as it reflects the government's commitment to environmentally responsible construction practices and supports small business participation in federal contracts. Proposals are due by March 27, 2025, and interested parties can contact Christine Allen at christine.allen1@gsa.gov or Sarah C. Callies at Sarah.Callies@gsa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a price proposal bid sheet for the Sioux Falls Window Replacement project. It details the construction costs associated with various elements such as the substructure, exterior enclosure, and selective demolition. Key components include the installation of prefinished aluminum windows with ballistic and blast glazing, along with allowances for façade repairs and scaffolding. The selective demolition section specifies the processes of removing old windows, preparing openings for new installations, and managing hazardous materials like asbestos and lead. Additionally, the bid includes a breakdown of general contractor markup, insurance, and profit calculations, culminating in a total construction cost. This proposal aligns with government RFP requirements by providing a comprehensive itemization of costs, necessary permitting for hazardous material handling, and thorough project scope to ensure compliance with safety regulations during the window replacement process.
    This document outlines the instructions for offerors regarding the Sustainability Factor in federal requests for proposals (RFPs). It specifies that offerors must complete a Sustainability Table by committing to specific GSA Greenhouse Gas (GHG) Reporting limits for eligible glass materials. Offerors utilizing multiple suppliers must score based on the highest GWP limit among their materials. Raw scores, based on the extent to which their GWP commitments exceed established limits, are assigned to assess sustainability compliance, with favorable scores awarded for commitments below GSA limits. Evaluation weights are applied to each raw score to produce a total weighted score, which quantifies the overall sustainability of the materials proposed. The document highlights the importance of utilizing IRA-eligible materials in construction, emphasizing compliance through criteria that demand at least 80% of material costs be IRA-eligible. This structure is geared towards fostering sustainability practices in federal projects, reflecting a significant priority within government procurement processes aimed at environmental stewardship.
    The document pertains to a federal solicitation for the construction and installation of low embodied carbon glass replacement systems at the Sioux Falls Federal Courthouse. It outlines the necessary procedures for submitting bids within a sealed bid format, highlighting the importance of adherence to the specified work requirements, acknowledgement of amendments, and compliance with the timeline stipulated in the solicitation. The contractor is required to commence work only after receiving a notice to proceed and must complete the project within a designated performance period. Additional requirements include the submission of performance and payment bonds and a guarantee to remain valid for a certain number of calendar days following the bid submission deadline. The overarching purpose is to invite qualified contractors to provide labor and materials for this federal project, ensuring compliance with regulations while enhancing facility sustainability.
    The document outlines a Request for Proposal (RFP) regarding the construction set for the Sioux Falls Courthouse IRA Window Replacement project located at 400 South Phillips Ave, Sioux Falls, South Dakota. Issued by the U.S. General Services Administration, it features detailed architectural and demolition plans, including various construction drawings and specifications. The project aims to replace existing aluminum windows while salvaging elements like window grills to uphold the historical integrity of the building. Key guidelines emphasize protecting existing structures, minimizing damage, and adhering to specific removal and construction instructions based on documents spanning over a century. The timeline includes conceptual and final design submissions leading to a construction set set for December 6, 2024. This undertaking highlights compliance with historical preservation standards while ensuring modern functional upgrades to the courthouse facilities. The clarity of the instructions indicates an organized approach to contractor coordination, risk mitigation, and adherence to regulatory compliance throughout the project.
    The government document outlines the Sioux Falls Courthouse IRA Window Replacement project, scheduled for a construction set release on December 6, 2024. It involves the removal of existing aluminum window systems and the installation of new windows, emphasizing the need to protect historical elements throughout the process. Key responsibilities include salvaging existing window grills and treatments, ensuring minimal damage to the original wood window frames, and adhering to dimensions derived from historical construction documents provided by the owner. The plan also requires coordination for existing structural conditions, including compliance with safety measures while maintaining public access during construction. The document underscores the importance of verifying all dimensions and detailing work to preserve the integrity of the courthouse, reflecting adherence to regulatory standards in federal RFP processes.
    The document outlines the project for window replacement at the historic U.S. Courthouse located at 400 South Phillips Avenue, Sioux Falls, South Dakota. The main purpose is to replace modern aluminum windows with energy-efficient aluminum and glass units while preserving the original wooden window frames and ensuring minimal disruption to courthouse operations. The project has specific requirements regarding coordination with other contractors, protection of interior finishes, and the necessity for a careful construction schedule to accommodate a fully occupied building. Key points include: contractor responsibilities for documenting existing conditions, engaging in safety and health protocols, and adhering to work restrictions such as limited premises access and scheduled government occupancy hours. The schedule for the project will rely on Critical Path Method (CPM) Scheduling to outline all necessary activities from initiation to completion, ensuring timely execution without interruptions. Furthermore, processes for payment procedures, including the submission of completed schedules of values and requests for payment aligned with project progress, are detailed to facilitate compliance and effective project management. This document serves as a comprehensive guide to ensure the successful completion of the courthouse window replacement project while meeting safety, regulatory, and historical preservation standards.
    The document outlines the proposal and specifications for a window replacement project at the historic Federal Sioux Falls Courthouse in South Dakota. The primary aim is to replace outdated aluminum windows with energy-efficient models while preserving the building's historical integrity. The project is designed to comply with GSA requirements and involves coordination with courthouse operations to minimize disruption. Key components include procurement and contracting instructions, detailed work coordination, safety and health regulations, and payment procedures. Specific sections cover project management through critical path method (CPM) scheduling, emphasizing the importance of detailed planning and timely communication. The contractor is expected to manage not only the physical replacement but also coordination with other trades and compliance with existing conditions to protect the courthouse's historical elements. Constraints involve working in an occupied facility while ensuring safety and maintaining access for public use. The successful execution of this project will enhance the building’s energy efficiency and security, reflecting the government’s commitment to preserving historical sites while modernizing their functionalities.
    GSA Solicitation No. 47PJ0025R0025 outlines the requirements for a construction contract focused on the replacement of windows at the Sioux Falls Courthouse in South Dakota. This solicitation is specifically set aside for small businesses and includes various segments, such as general information, proposal submissions, evaluation criteria, and clauses relevant to federal regulations. Proposals must contain a technical and price component, demonstrating past experience and project management capabilities. The project, funded in part by the Inflation Reduction Act, emphasizes sustainability by prioritizing construction materials with low embodied carbon. Offerors are required to submit detailed technical proposals showcasing their experience in historic building construction, alongside a management plan that addresses project execution within the courthouse's occupied context. Additionally, due to the competitive nature of the procurement process, bidders must ensure proposals align with the specific requirements outlined in the solicitation. The overall objective is to facilitate an environmentally responsible and efficient renovation of the courthouse while adhering to federal guidelines and expectations for small business participation.
    The GSA Solicitation No. 47PJ0025R0025 is an invitation for proposals from small businesses to construct a window replacement project at the Sioux Falls Courthouse in South Dakota, funded in part by the Inflation Reduction Act of 2022. The solicitation details various requirements including the need for proposals to address technical and price proposals separately, along with specific sustainability measures related to low-embodied carbon materials. Proposal submissions are due by March 27, 2025, and must comply with several evaluation factors focusing on past experience, project management, scheduling, and particularly sustainability commitments. Vendors are urged to consider site visit opportunities, pre-proposal conferences, and ensure compliance with federal standards regarding wages and employment opportunities. The evaluation of proposals will prioritize technical capabilities and past performance over price. Offerors are also required to meet affirmative procurement program and Buy American compliance. This solicitation aligns with the government’s commitment to sustainable construction practices while also supporting small businesses within the federal procurement framework.
    The document outlines a Request for Proposal (RFP) for a construction contract involving the replacement of windows at the historic Federal Sioux Falls Courthouse in South Dakota. This project, funded under the Inflation Reduction Act (IRA), mandates the installation of Low Embodied Carbon (LEC) windows while preserving the structure's historical integrity. The contract details encompass project scope, pricing, and terms, including specific responsibilities for the contractor regarding labor, materials, and compliance with various regulations like Buy American and environmental standards. Key milestones include a Notice to Proceed for project initiation, with substantial completion expected within 390 days, followed by final completion within an additional 60 days. The RFP includes clauses on insurance, liquidated damages for delays, and requirements for safeguarding sensitive data. Moreover, the contractor is required to submit detailed reports on materials used, aligning with sustainability goals. Overall, this RFP serves as a comprehensive guide for contractors, emphasizing regulatory compliance and project specifications, aimed at enhancing the courthouse's energy efficiency while respecting its historical significance.
    The Universal Scope Requirements document outlines mandatory guidelines for federal construction projects, emphasizing compliance with safety, health, energy sustainability, and design standards. Key sections address safety protocols, including a detailed contractor safety program and asbestos assessments, leading to compliance with safety regulations like OSHA and EPA standards. It mandates the submission of plans for hazardous materials such as lead paint and asbestos, along with fire safety and accessibility standards guided by the ABAAS. Additionally, the document promotes sustainable practices through criteria for purchasing environmentally friendly materials and ensuring efficient construction waste diversion. It includes requirements for water-efficient landscaping, advanced energy design beyond ASHRAE standards, and integration of building automation systems (BAS). Furthermore, it mandates collaboration with the GSA for project-specific inspections and compliance with NEPA for environmental impact assessments. Specific contacts are provided for technical guidance across various sections. Overall, this framework ensures projects meet rigorous operational, environmental, and safety benchmarks necessary for federal undertakings.
    The U.S. General Services Administration (GSA) has established Low Embodied Carbon Glass Requirements under the Inflation Reduction Act (IRA) of 2022 to promote the use of glass materials with reduced greenhouse gas emissions in construction projects funded by the IRA. The act represents a significant investment in climate and clean energy, directing $2.15 billion to lower emissions in construction materials, including flat glass. The specifications mandate that for glass assemblies to qualify for IRA funding, at least 80% of the assembly’s cost or weight must meet these new low embodied carbon standards. The GSA sets certain greenhouse gas emissions limits for flat glass products, categorized into three performance tiers. Compliance with these requirements necessitates documentation, including a third-party verified Environmental Product Declaration (EPD) and ENERGY STAR Energy Performance Score for the production facilities. Furthermore, these requirements coexist with existing laws, including the Buy American Act and the Trade Agreements Act, ensuring that all procured glass adheres to these regulations. This initiative marks a critical step towards achieving the U.S. government's climate goals and advancing sustainable federal construction practices.
    The purpose of this project submittal form is to catalog the sustainability impacts of projects funded by the Inflation Reduction Act (IRA), specifically regarding low embodied carbon materials and high-performance green building activities within GSA-owned structures. Data collection happens at the work-item level using accounting strings and work item numbers, aligning with specific project milestones, which must be updated regularly, particularly when significant changes occur. The submission process highlights that each work item must have a unique identifier, and teams should submit data updates periodically, with an emphasis on precision and accuracy. Key components include categorizing energy conservation measures, cost assessments, and tracking carbon emissions associated with installed materials. The document emphasizes the need for consistent updates, error resolution, and utilizes color coding for clarity in data entry. This form is essential for monitoring progress and ensuring accountability in the use of federal funds for sustainable projects, aligning with federal grant and RFP initiatives to enhance building efficiency and reduce environmental impact.
    The document outlines a Post Award Allocation Form for a Design Build Performance project involving federal and local requirements. It captures critical details regarding owner and contractor information, including addresses and contact details, as well as the scope of work, assumptions, materials, and services not included. The form emphasizes sustainable construction practices with sections dedicated to net zero contributions and low embodied carbon materials across various trades. Key areas are categorized using the PBS Masterformat CSI, detailing different divisions such as design services, existing conditions, and specific construction materials like concrete, metals, and plastics. Financial aspects are also covered, listing costs associated with trade work, general conditions, insurances, and bonds, ultimately leading to an estimated cost of work break down. Overall, this document serves as a formal record for the allocation of resources in a public construction project, ensuring compliance with regulations, while promoting sustainable construction methods.
    The document appears to be a complex and fragmented collection of data related to federal requests for proposals (RFPs), grants, and potentially regulatory compliance aspects concerning various governmental initiatives. While the specifics are obscured by formatting issues and potential data corruption, the overarching themes suggest a focus on ensuring adherence to standards and guidelines in the allocation of government contracts and funding. Key ideas likely include the assessment of proposals for federal grants and RFPs, highlighting the importance of compliance with regulations and safe practices for project execution. The text potentially outlines procedural steps for evaluation, project execution criteria, and considerations for local and state initiatives, all central to governmental funding frameworks. The primary purpose seems to address how governmental bodies obtain and allocate funding through RFPs while ensuring projects meet necessary regulations and safety standards for execution. The fragmented nature, however, complicates a clear understanding of any single initiative being addressed.
    The file outlines the Method of Procedure (MOP) for fire protection work managed by the U.S. General Services Administration (GSA), specifically for the Rocky Mountain Region. It details the procedural steps necessary for executing fire protection tasks, including project contact information, work descriptions, safety requirements, and contingency plans. Key sections include identification of affected systems, detailed activity timelines, necessary protections for equipment and personnel, and compliance measures for work that may disrupt fire protection systems. The document emphasizes the need for clear communication, safety protocols, and a comprehensive fire watch plan to monitor conditions when systems are offline. It also specifies that logs must be maintained to track fire watch activities, detailing patrols and any incidents. This structured approach ensures that safety, regulatory compliance, and operational continuity are upheld during fire protection maintenance work, demonstrating the GSA's commitment to safeguarding public buildings. The MOP serves as both a guideline for contractors and a framework for maintaining safety standards during fire protection operations.
    The Asbestos Re-Inspection Report for the Sioux Falls Federal Building/Courthouse, dated March 21, 2014, prepared by Pinyon Environmental, Inc., outlines the findings from an asbestos survey conducted between January 27-29, 2014. The report aims to identify both friable and non-friable asbestos-containing building materials (ACBM) within the building, which was originally constructed in 1895. The inspection found 14 additional suspect materials, with five assumed to contain asbestos to protect structural integrity. Notable materials confirmed or assumed to contain asbestos include various floor tiles, insulation types, and roofing materials. The report also recommends several management actions focusing on operations and maintenance (O&M) to mitigate asbestos exposure. It categorizes the materials based on their condition and potential hazards, emphasizing the need for careful handling and maintenance. This document is significant for ensuring safety, compliance with environmental regulations, and informing future renovation or maintenance work within federal facilities.
    The document serves as a training manual for GSA prime vendors regarding the HSPD-12 background investigation process for contractors seeking access to federal facilities. Its purpose is to outline the necessary steps and procedures for fitness determinations, emphasizing the importance of proper documentation and timely completion of investigations. It details the types of contractors (long-term and short-term), the requirements for background checks, and the processes involved, including the Special Agreement Check (SAC) and Tier investigations. Key topics include eligibility criteria for investigations, necessary documentation (such as the Contractor Information Worksheet and OF306), and the roles of different parties involved in the process. The manual specifies who requires background checks, common reasons for delays, and unfit determinations. Important contacts for assistance and guidance are provided, along with instructions for document encryption and submission. This comprehensive guide seeks to ensure that vendors comply with federal requirements related to contractor access to sensitive facilities, thereby maintaining security and integrity in government operations.
    The U.S. General Services Administration (GSA) has issued a Statement of Work (SOW) for an Asbestos Pre-Alteration Assessment before any renovation or demolition activities in South Dakota. The assessment aims to comply with various federal and state regulations, including EPA and OSHA standards. A certified asbestos building inspector must conduct a thorough examination of all materials that may be impacted, including destructive sampling where necessary. Follow-up procedures necessitate compliance with protocols outlined in ASTM E2356-14 and AHERA, mandating comprehensive bulk sample analysis for the presence of asbestos by accredited laboratories. The final deliverable must include detailed inspection reports, demonstrating the presence or absence of asbestos in sampled materials, including their condition and friability. Additionally, the report should outline the proposed actions regarding the identified materials and include visual documentation. This SOW plays a vital role in ensuring safety and regulatory compliance during projects that involve the alteration or demolition of structures containing potentially hazardous materials, ultimately protecting public health and the environment in relation to federal and state asbestos regulations.
    The U.S. General Services Administration (GSA) has issued a Statement of Work (SOW) for a lead-containing paint (LCP) pre-alteration assessment in compliance with federal regulations prior to any demolition or renovation activities. This assessment is necessary if lead-containing surfaces may be disturbed, as all detectable lead levels in paint are regulated. Buildings constructed before 1978 are presumed to have LCP unless tested. The SOW outlines destructive testing protocols, qualifications for contractors, and methods for assessing and sampling painted surfaces using X-ray fluorescence (XRF) screening and paint chip analysis. Deliverables required from contractors include comprehensive inspection reports detailing findings, methodologies, laboratory results, and any necessary diagrams and photographs. The GSA emphasizes adherence to applicable federal, state, and local regulations to ensure the safety and health of occupants. This document serves as a foundational guideline within federal RFPs, aligning with regulatory compliance and highlighting the government’s commitment to safe renovation practices.
    The document outlines the Scope of Work (SOW) for asbestos abatement at the Rapid City USMS facility in South Dakota, mandated by the U.S. General Services Administration (GSA). The primary objective is for the contractor to remove asbestos-containing materials (ACM), ensuring compliance with local, state, and federal regulations, including OSHA and EPA standards. Key requirements include obtaining necessary permits, employing licensed contractors with qualified personnel, and coordinating work during non-business hours to ensure safety. The contractor must follow strict work practices during abatement, including the use of engineering controls and appropriate waste disposal methods. Documentation is essential, requiring the contractor to submit pre-abatement plans, including methods, materials, and disposal details, and provide close-out reports post-abatement. Final air clearance is mandatory, with any failures requiring additional remediation at no extra cost. This comprehensive document serves as a guideline for ensuring environmentally safe asbestos removal while adhering to health and safety regulations, reflecting the GSA's commitment to maintaining safe federal properties.
    The U.S. General Services Administration (GSA) outlines the State of South Dakota's asbestos abatement clearance requirements in this document. The primary objective is for contractors to supply necessary labor and materials for on-site clearance testing of asbestos-related activities, performed by independent qualified industrial hygienists. Contractors must adhere to local, state, and federal regulations, including OSHA and EPA standards, ensuring compliance throughout the project. Visual inspections and air sampling steps are detailed, emphasizing the need for rigorous pre-clearance checks of the work area. If areas do not pass inspection, they must be re-cleaned at no charge. For air monitoring, specific methodologies are established, requiring five aggressive air samples with precise sampling techniques and analysis protocols. The final deliverables include comprehensive written reports summarizing the abatement activities, sample collections, and clearance results, along with all necessary documentation to confirm compliance. This document serves as a regulatory framework to ensure safe asbestos removal, providing guidelines necessary for both the contractors and regulatory bodies involved in the oversight of asbestos abatement processes.
    The document outlines the U.S. General Services Administration's (GSA) base requirements for lead disturbance activities in buildings administered by GSA Region 8. It is designed to ensure compliance with federal, state, and local regulations regarding lead-containing materials during renovations or demolition. Key objectives include providing comprehensive information about contractor qualifications, ensuring proper training and protective measures for workers, and managing lead waste disposal per hazardous waste regulations. The contractor must adhere to strict work practices to minimize lead dust exposure, including area containment, effective cleanup, and monitoring of lead levels. Specific permitting and regulatory compliance standards are emphasized, including those from OSHA and the EPA. Additionally, detailed procedures for pre-work submittals, execution of lead disturbance tasks, and close-out documentation are required to ensure safety and regulatory adherence. This document serves as a guideline to protect workers and building occupants from health hazards associated with lead while maintaining compliance with environmental regulations during construction activities.
    The Public Buildings Service (PBS) P100 document outlines the Facilities Standards for the design, construction, and operation of federal civilian buildings across the U.S. It establishes mandatory standards for courthouses, land ports of entry, and federal office buildings, ensuring compliance with federal laws, regulations, and nationally recognized codes. The standards emphasize performance-based requirements while allowing for innovative design solutions that meet specific program needs and site conditions. The document is structured into chapters addressing general requirements, urban development, architecture, engineering disciplines, and specialty spaces, among others. Key areas discussed include sustainability, safety and health risk reduction, and the importance of community planning. It mandates compliance with accessibility standards and environmental regulations, outlines project application processes, and provides guidance for obtaining waivers for deviations from P100. The purpose of P100 is to maximize operational efficiency, reduce lifecycle costs, and ensure safety and resilience in federal buildings while aligning with local and state regulations. It is regularly updated to remain current with evolving standards and initiatives. Overall, P100 serves as a comprehensive guide for federal agencies and contractors involved in constructing and renovating government facilities, ensuring high design quality and regulatory compliance.
    The document outlines supplemental pricing and invoicing instructions for projects funded by the Inflation Reduction Act (IRA) of 2022, specifically for the General Services Administration (GSA). It notes the necessity of tracking expenditures related to three specific appropriations under the IRA: low-embodied carbon materials, emerging technologies, and green building measures. Each category will have distinct contract line item numbers (CLINs) for precise financial management. Key instructions emphasize that contractors must present separate pricing for IRA-related work during both the solicitation and contracting phases. Invoices need to be itemized according to the respective CLINs and subCLINs, ensuring clear visibility of expenses. The document lists allowable costs associated with IRA projects, including labor and administrative expenses, materials transportation, demolition, and environmental remediation. Examples provided illustrate the types of expenses that may be claimed, such as installation of specialized materials for building projects and road construction, highlighting the comprehensive nature of funding under the IRA. These guidelines aim to ensure accountable and effective use of federal funds allocated for sustainable development and infrastructure improvements.
    The provision 52.204-8 outlines the Annual Representations and Certifications necessary for federal solicitations. It requires contractors to complete representations regarding their eligibility under the North American Industry Classification System (NAICS), specifically indicating the appropriate NAICS code and small business size standards. For certain acquisitions, a business may need to meet specific size standards based on employee count and whether the item proposed is manufactured by the offeror. The document emphasizes the importance of maintaining current and accurate representations and certifications, particularly for solicitations expected to exceed specific dollar amounts. It stipulates that if a contractor has active registration in the System for Award Management (SAM), they may confirm their representations electronically rather than completing individual certifications. The submission must also address various certifications related to ethics, compliance, and responsibilities, ensuring that the offeror adheres to government requirements on issues like pricing, labor compliance, and environmental standards. This process is crucial for firms seeking federal contracts, enabling transparency and regulatory compliance in government procurement procedures.
    This document addresses queries related to a federal project, with a focus on contractor roles, responsibilities, and project requirements. It confirms that contractors will receive a tax-exempt certificate and clarifies that individuals can fulfill multiple roles across various project positions, such as Quality Control Manager and Safety Officer, as long as these are appropriately documented in relevant plans. The contractor has discretion over the number and composition of "Key Personnel" submitted for project management factors. Additional information is requested for engineering surveys, existing wood restorations, and specific construction materials, indicating ongoing communication regarding project specifications and subcontractor engagement. The responses highlight the flexibility of role assignments based on the project’s context and established standards, underscoring the importance of careful planning, coordination, and compliance in managing federal contracts. Overall, the exchange emphasizes the project's collaborative nature and the necessity for clarity in roles to ensure successful execution.
    The document serves as an amendment to a government solicitation and outlines critical updates relevant to contractors. It specifies that offers must acknowledge the receipt of this amendment before the stipulated deadline, emphasizing that failure to do so may lead to rejection. Key changes include the site visit being moved to February 27, 2025, with a request for reservations by February 20, 2025, shifting the RFI due date to March 6, 2025, and the proposal due date changed to March 27, 2025, at 2:00 PM (MT). The notice must be acknowledged by completing relevant items in the standard form or through electronic communication. The essence of this document is to ensure all stakeholders are informed of amendments that may affect the submission process for contract offers, maintaining compliance with federal procurement protocols. Ultimately, it reaffirms the necessity for timely acknowledgment of changes, thereby streamlining the solicitation process and reducing the likelihood of misunderstandings among contractors.
    This document contains an amendment to a government solicitation, outlining critical updates regarding the submission and processing of offers. The receipt of this amendment must be acknowledged by potential contractors before the specified deadline to avoid rejection. Key updates include changes to the site visit dates, now scheduled for April 16 and 17, 2025, and the deadline for site visit authorization requests extended to April 2, 2025. Additionally, the offer submission deadline has shifted to 2:00 PM Mountain Time on May 21, 2025. The date for submitting Request for Information (RFI) will now be April 30, 2025, with responses from the government expected by May 7, 2025. Changes to the Factor 1 requirements now allow for experience in Joint Ventures, Partnerships, or Teaming Arrangements. The document stresses that all other terms and conditions remain unchanged. These modifications ensure clarity and provide contractors with necessary updates, supporting the government's objective of a transparent procurement process.
    The GSA Solicitation No. 47PJ0025R0025 outlines the requirements for proposals regarding the Sioux Falls Courthouse IRA Window Replacement project in South Dakota. This construction contract is designated for small businesses and pertains to the installation of window replacements in adherence to sustainable practices defined by the Inflation Reduction Act (IRA). The document details essential components, including submission processes, evaluation criteria, and required documentation for proposals. Key sections address proposal formats, technical requirements, past performance evaluations, and a strong focus on the use of low-embodied carbon materials. Proposals must demonstrate compliant project management strategies and highlight previous relevant experience. Additionally, the solicitation stresses the importance of meeting specific sustainability guidelines, favoring materials with the lowest greenhouse gas emissions. Proposals are to be submitted electronically by February 27, 2025, with additional details concerning site visits and conference notes. Overall, the solicitation emphasizes the federal government's commitment to environmentally responsible construction practices while ensuring competitive bidding among small businesses.
    The document outlines the Scope of Work for the Sioux Falls Courthouse IRA Window Replacement project, managed by the U.S. General Services Administration (GSA). It requires contractors to perform demolition and construction in compliance with federal guidelines for historic buildings. The project is funded partly by the Inflation Reduction Act, demanding adherence to sustainability measures and usage of materials with low embodied carbon levels. Key tasks for contractors include effective communication with GSA representatives, developing and submitting a comprehensive project schedule and Method of Procedures (MOP), carrying out hazardous material surveys, and managing accessibility for ongoing courthouse operations. The project timeline allows 390 days from the Notice to Proceed to substantial completion, followed by a 30-day period for addressing final adjustments. Safety protocols, inspections, and record-keeping align with GSA standards throughout the construction phase. This endeavor demonstrates the government’s commitment to sustainable practices while preserving historical integrity in public buildings.
    The document is a federal wage determination notice, specifically General Decision Number SD20250028, for building construction projects in Minnehaha County, South Dakota, effective January 3, 2025. It outlines requirements under the Davis-Bacon Act, including applicable minimum wage rates for various construction classifications, which are influenced by recent Executive Orders. Contracts initiated or renewed after January 30, 2022, must pay at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must offer a minimum of $13.30, unless a higher rate is specified. The document lists specific wage rates and fringe benefits for various labor classifications, such as electricians and carpenters, which vary by trade. It includes guidelines for unlisted classifications through conformance requests and information about the appeals process regarding wage determinations. This comprehensive overview serves as a critical reference for contractors and workers, ensuring compliance with federal wage standards while promoting fair labor practices in government-funded construction projects. The emphasis on prevailing wages underlines the government’s commitment to worker protections and fair compensation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--Replace Windows Building 1199 - GOGA
    Buyer not available
    The National Park Service, part of the Department of the Interior, is soliciting proposals for the replacement of vandalized windows at Building 1199 within the Golden Gate National Recreation Area in San Francisco, California. The project involves the removal and installation of multiple windows, including specific dimensions for each, and must be completed within 60 days of receiving the Notice to Proceed. This initiative is crucial for maintaining the infrastructure of national parks, ensuring both functional and aesthetic improvements while adhering to federal regulations and labor standards, including Davis-Bacon wage rates. Interested contractors must submit their bids by March 4, 2025, and can participate in a site visit scheduled for February 19, 2025; for further inquiries, they may contact Quinn Rankin at quinnrankin@nps.gov.
    Galley Upgrade Gignoux Courthouse Portland Maine- AM0001
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals from small businesses for a construction contract to upgrade the galley at the Gignoux Courthouse in Portland, Maine. The project, estimated to cost between $25,000 and $100,000, requires bidders to submit a price proposal, a technical proposal detailing relevant experience, and necessary compliance forms. This upgrade is crucial for enhancing the facility's operational capabilities and ensuring compliance with federal regulations, including the Buy American Act and Davis-Bacon wage determinations. Proposals are due by March 6, 2025, at 2:00 PM EST, and interested parties can contact Natasha Ramos Ayala at natasha.ramosayala@gsa.gov or Huy Le at huy.le@gsa.gov for further information.
    Replace & Install Blinds at Gignoux in Portland, ME
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to replace and install vertical blinds at the U.S. Attorney Office located in Portland, Maine. The project involves the removal of 149 existing vertical blinds and the installation of new Hunter Douglas Vertical Blinds, with a focus on compliance with specified materials and sustainable practices. This procurement is crucial for maintaining the office environment and ensuring minimal disruption during installation. Interested parties must submit their technical and price proposals by February 27, 2025, and can direct inquiries to Natasha Ramos Ayala at natasha.ramosayala@gsa.gov or Huy Le at huy.le@gsa.gov. The total contract value is approximately $19 million, with a project timeline extending from August 9, 2024, to April 15, 2025.
    2306 Bannister IRA Project
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the 2306 Bannister IRA Project, which falls under the Public Buildings Service and is a task order off the Region 6 Design Build IDIQ contract. This project involves commercial and institutional building construction, specifically focusing on the repair or alteration of office buildings in Kansas City, Missouri. The successful contractor will be responsible for executing the project in accordance with the established guidelines, and access to project documents is restricted to holders of the Region 6 Design Build IDIQ contract, requiring coordination with prime contractors for subcontractors. Interested parties can reach out to Julie Vo at julie.vo@gsa.gov or Mike Flanigan at michael.flanigan@gsa.gov for further information, and should allow 24-48 hours for document access approval.
    Carlson Perimeter Security - Vehicle Barrier Replacement
    Buyer not available
    The General Services Administration (GSA) is seeking contractors for the Carlson Perimeter Security project, specifically for the replacement of vehicle barriers in Topeka, Kansas. This procurement is set aside for small businesses and falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction. The project is crucial for enhancing security measures at federal facilities, ensuring the safety and protection of personnel and assets. Interested parties can reach out to Dane Anderson at dane.anderson@gsa.gov or call 785-217-6059 for further details regarding the solicitation process.
    Architect and Engineering Services IDIQ-Set Aside for Small Businesses
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide Architect and Engineering (AE) services through Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses. The procurement involves establishing four single-award IDIQ contracts for a base year with the option for four additional one-year periods, covering various regions across the United States and U.S. Territories. These services are critical for government projects, including design, cost management, and construction management, ensuring compliance with federal standards and sustainable practices. Interested firms must submit their proposals by February 4, 2025, and can direct inquiries to Aaron Lay at aaron.lay@gsa.gov or Shirley Rohmer at shirley.rohmer@gsa.gov.
    Paving Replacement Project - World Trade Land Port of Entry
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for a paving replacement project at the World Trade Land Port of Entry in Laredo, Texas. The project involves replacing approximately 20,169 square feet of pavement, with two optional areas totaling an additional 12,673 square feet, and is set aside for small businesses under the Total Small Business Set-Aside program. This initiative is crucial for maintaining infrastructure that supports efficient traffic flow and border security operations, reflecting the government's commitment to enhancing public works at critical entry points. Interested contractors must submit their proposals electronically by February 28, 2025, and can direct inquiries to Rosalva Ramos at rosalva.ramos@gsa.gov or by phone at 956-454-5641.
    Design-Build Opportunity - Metzenbaum U.S. Courthouse Plaza Replacement and Structural Repairs
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors for a Design-Build opportunity focused on the repair and replacement of the plaza and structural support system at the Howard M. Metzenbaum U.S. Courthouse in Cleveland, Ohio. This project aims to address significant structural deterioration and waterproofing issues affecting the plaza, which is critical for the safety of tenants and visitors, as well as the long-term stabilization of this historic building. The selected contractor will be responsible for comprehensive design and construction services, with a contract value estimated between $18 million and $28 million, and award anticipated in March 2026. Interested parties should prepare for a Pre-Proposal meeting on February 12, 2025, and submit qualifications by the deadline set for the Request for Qualifications, which will be issued electronically on or about January 29, 2025. For further inquiries, contact Anna E. Vanko at anna.vanko@gsa.gov or 513-505-6253.
    Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Term Contract\ for Full Service Architectural and Engineering Services
    Buyer not available
    The General Services Administration (GSA) is seeking interested parties for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Full Service Architectural and Engineering Services within its Mid-Atlantic Region. The contract will cover services related to repairs, renovations, and modernizations of federal facilities, particularly in occupied buildings that may have historical significance, with projects typically valued up to $5 million. Firms responding to this Sources Sought Notice must demonstrate their experience in relevant projects and outline their capacity to manage multiple concurrent task orders, as the information gathered will inform the government's acquisition decisions with a focus on maximizing opportunities for small businesses. Responses are due by February 28, 2025, and interested parties should contact Janet Coker at janet.coker@gsa.gov or Daniel Langan at Daniel.Langan@gsa.gov for further inquiries.
    Steam Distribution Maintenance at GSA's Heating Operation and Transmission Division (HOTD)
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide management and operational support for the Steam Distribution Complex in Washington, DC, under the Heating Operation and Transmission Division (HOTD). The procurement involves routine inspections, maintenance, and minor repairs of the steam distribution system, with an emphasis on safety protocols and compliance with OSHA regulations. This opportunity is critical for ensuring the efficient operation of federal facilities, and interested parties must submit their capabilities, including company identification and experience, by February 28, 2025. For further inquiries, potential respondents can contact Jenique Markman at jenique.markman@gsa.gov or Michelle Allen at michelle.allen@gsa.gov.