Addendum No. 2 for Project No. GSX24.07, the Passport Cincinnati JWP Federal building, revises and clarifies construction documents based on bidder RFIs and discussions with DOS and GSA. The bid proposal due date has been extended to November 24, 2025. Key updates include revisions to specifications such as the Table of Contents, Supplementary Conditions, and various commissioning sections for plumbing, HVAC, and electrical systems. Drawing changes encompass architectural floor plans, elevations, schedules, and general notes. Engineering sheets detail updated daylighting control zones, TV connection mounting heights, and various mechanical and plumbing system adjustments, including VAV boxes, ductwork, and pipe sizing. New specifications for general commissioning, plumbing, HVAC, electrical, building automation, and revised sections for lighting control, panelboards, UPS, and communication systems are also included, aligning with DOS Scope where applicable.
This document outlines the interior renovation project for Levels 2 and 3 of the John Weld Peck Federal Building in Cincinnati, Ohio, focusing on a comprehensive commissioning plan. The project, aiming for LEED Silver Commercial Interiors Certification, involves extensive upgrades to mechanical, electrical, and plumbing systems across approximately 32,000 sq. ft. Key aspects include a detailed table of contents, supplementary conditions specifying a 235-calendar day completion for substantial occupancy, and strict security clearance requirements for on-site work. The commissioning process, led by a Commissioning Provider (CxP), involves design reviews, construction coordination, field observations, submittal reviews, pre-functional checklists, and functional performance testing for various systems, including HVAC, electrical, and plumbing. The plan emphasizes clear roles and responsibilities for all team members, detailed documentation, and rigorous testing to ensure all building systems perform according to design intent and owner operational needs. Training for owner personnel on commissioned systems is also a critical component.
This document, Amendment 0001 to Solicitation 47PF0026R0001, concerns the DOS Passport Cincinnati, Peck 2nd & 3rd Floors Interior Renovation. Its primary purpose is to incorporate the Wage Rate Requirements (Construction) for Hamilton County, Ohio, specifically General Decision Number: OH20250082, dated September 5, 2025. This amendment specifies prevailing wage rates for various construction trades, including asbestos workers, bricklayers, carpenters, electricians, elevator mechanics, and laborers, among others. It details the minimum hourly rates and fringes for each classification. The document also includes information on Executive Orders 14026 and 13658, outlining minimum wage requirements for federal contracts, and provides guidance on the wage determination appeals process. All other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment.
Amendment 0002 to Solicitation 47PF0026R0001, for the DOS Passport Cincinnati, Peck 2nd & 3rd Floors Interior Renovation, addresses multiple revisions and clarifications. The deadline for offers is extended to November 24, 2025. Key changes include extending the substantial completion period from 165 to 235 calendar days and revising past performance questionnaire (PPQ) submission guidelines, requiring new PPQs for each project. The amendment also clarifies that while major demolition is under a separate contract, selective demolition is part of this scope. Several questions regarding technical specifications, such as cabling, equipment, and material selections, are answered, with an emphasis on coordination with the Department of State (DOS) for security and AV systems. The document also details administrative aspects, including parking, office space, and utility usage for the contractor.
Amendment 0003 for solicitation 47PF0026R0001, concerning the DOS Passport Cincinnati, Peck 2nd & 3rd Floors Interior Renovation, extends the offer receipt deadline to December 5, 2025, at 4:00 PM Eastern Time. This amendment incorporates various updates, including questions and answers, the BHDP Addendum No. 3 Summary Sheet (dated November 14, 2025), and Volume III Drawing Updates (dated November 14, 2025). Key clarifications address electrical equipment specifications, signage responsibilities, upholstery pricing, fire suppression, rolling counter door ratings, door schedules, hardware compatibility for demountable systems, communication equipment scope, low voltage permits, cabling for speakers and push plates, HDMI cables, fiber/copper backbone, tech boxes, cable tray configurations, carpet tile backing, EGD package procurement and blocking, paging system details, lighting focus hours, and water quality testing requirements. The amendment also revises Check-In Doors 3381 & 3491 and clarifies responsibilities for IPS containers, data/telephone racks, and security system installations, with DOS providing much of the equipment and cabling while the contractor provides pathways and infrastructure. All other terms and conditions of the solicitation remain unchanged.
Amendment 0004 to Solicitation 47PF0026R0001 for the DOS Passport Cincinnati Interior Renovation clarifies responsibilities regarding security rough-in and wiring. The amendment specifies that while the Lessee (DOS/End User) is responsible for "Security Rough-In & Wiring," the General Contractor is only required to provide conduit pathways, back boxes, and pull strings, not the complete rough-ins as broadly implied elsewhere. This document, a Standard Form 30 (SF-30), outlines the procedures for acknowledging amendments and modifying existing offers or contracts. It details instructions for various fields, including effective dates, issuing and administering offices, and accounting data, ensuring proper documentation and communication for federal government solicitations and modifications.
This document outlines a pre-proposal conference for a federal government project to renovate approximately 10,000 square feet on the 2nd and 3rd floors of the John Weld Peck Federal Building in Cincinnati, Ohio. The renovation aims to provide modern, functional space for the Passport Workforces, focusing on user experience, security, accessibility, and technology integration. The project includes full architectural and HVAC build-out and seeks a minimum LEED Silver Commercial Interiors Certification. Key aspects of the Request for Proposal (RFP) include requirements for general construction services, past performance, technical approach, and price. Emphasizing the importance of small business subcontracting, the document details specific set-aside categories for contractors to ensure compliance with the Walsh-Healey Act regarding fair labor standards. Attendees are instructed to submit any questions in writing to the Contracting Office by a specified deadline. This project is a firm-fixed-price contract, with evaluation factors prioritizing technical aspects over price.
The General Services Administration (GSA) has issued Solicitation No. RFP 47PF0026R0001 for general construction services related to interior renovations on the 2nd and 3rd floors of the DOS Passport Cincinnati, Peck Building at 550 Main St, Cincinnati, OH 45202. A pre-proposal conference is scheduled for Thursday, October 16, 2025, at 2:00 PM Eastern Time at the John Weld Peck Federal Building. Prospective offerors are encouraged to attend and must submit an attendance request form to Timothy Novak at timothy.novak@gsa.gov by 2:00 PM Eastern Time on Wednesday, October 15, 2025. The form requires company details, contact information, and a maximum of two attendees. Specific room location will be provided upon form receipt.
The U.S. General Services Administration (GSA) has issued Request for Proposal (RFP) 47PF0026R0001 for interior renovation services at the John Weld Peck Federal Building in Cincinnati, OH. The project, estimated between $5 million and $10 million, involves a full interior build-out and security integration for the Department of State, Passport Cincinnati, Peck 2nd & 3rd Floors. This solicitation is set-aside for small businesses, with proposals due by November 10, 2025, at 4:00 PM Eastern Time. A mandatory pre-proposal conference and site visit will be held on October 16, 2025. Proposals will be evaluated based on non-price factors (Experience, Past Performance, Technical Approach), which are significantly more important than the Total Evaluated Price. Offerors must submit electronic copies of their technical and price proposals, adhering to strict formatting and content requirements, including a bid guarantee of 20% of the bid price or $3,000,000, whichever is less.
This Request for Proposal (RFP) outlines the interior renovation of approximately 32,000 square feet on the 2nd and 3rd floors of the John Weld Peck Federal Building in Cincinnati, OH. The project, managed by the U.S. General Services Administration (GSA), aims to provide an improved space for the Department of State, Passport Cincinnati, focusing on user experience, security, accessibility, and technology, with a goal of achieving LEED Silver Commercial Interiors Certification. Key requirements include a substantial completion period of 165 calendar days and a final completion within 30 days thereafter. The contractor must adhere to strict security clearance procedures, utilize the GSA Project Management Information System (PMIS) for all documentation and workflows, and coordinate extensively with GSA and other contractors. Work restrictions specify operational hours, noise limitations, and safety protocols, including a silica work exposure plan and various protective measures. The RFP details administrative procedures, payment processes, and specific technical specifications across various construction divisions.
The U.S. General Services Administration issued RFP 47PF0026R0001 for interior renovations at the Department of State, Passport Cincinnati, located on the 2nd and 3rd floors of the John Weld Peck Federal Building. The project, issued on October 8, 2025, with a closing date of November 10, 2025, at 4:00 PM (Eastern Time), involves a firm-fixed-price contract for general construction services, including labor, materials, equipment, and supervision. A pre-proposal conference is scheduled for October 16, 2025. The solicitation package includes requirements for a bid bond (SF 24), contractor qualifications and financial information (GSA Form 527), and a past performance questionnaire. The project's scope encompasses various construction divisions, from general requirements to electrical and communication systems, with a performance period from January 30, 2026, to October 12, 2026.